HomeMy WebLinkAbout064555 - Construction-Related - Contract - Stabile & Winn, Inc.����������
CONTRACT
FOR
THE CONSTRUCTION OF
2022 BOND YEAR 3- CONTRACT 17
City Project No.104323
CSC No. 64555
Mattie Parker Jesus "Jay" Chapa
Mayor City Manager
Chris Harder
Director, Water Department
Lauren Prieur
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
Water Department
&
Transportation and Public Works Department
LIM & ASSOCIATES, INC.
F3232 May 2025
�E OF TF�1
_ �P, .,......., -h �l
5,•• '• qs ��
=*:' � ''•.* �
�*: •.*��
���������������������������' & ASSOCIATES
/ AARON LIM i � 1nC.
/ .... . .
� q• �i
I�I < 1440520 �[�� Civil Engineering • Municipal Engineering
�cS.�CEN , �Z— Site Development . Land Surveying
��IS��NAL � �
n�„ �IfA���•
WWry
05-15-2025
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
�� i ����0
� � �,
Cit of FortWorth
Y
Standard Construction Specification
Documents
Adopted September 2011
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 6
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
00 OS 10 Mayor and Council Communication
00 OS 15 Addenda
00 ll 13 Invitation to Bidders
00 21 13 Instructions to Bidders
00 35 13 Conflict of Interest Statement
00 41 00 Bid Form
00 42 43 Proposal Form Unit Price
00 43 13 Bid Bond
00 43 37 Vendor Compliance to State Law Nonresident Bidder
00 45 11 Bidders Prequalifications
00 45 12
00 45 13
00 45 26
00 45 40
00 52 43
00 61 13
00 61 14
00 61 19
00 61 25
00 72 00
00 73 00
Prequalification Statement
Prequalification Application
Contractor Compliance with Workers' Compensation Law
Business Equity Goal
Agreement
Performance Bond
Payment Bond
Maintenance Bond
Certificate of Insurance
General Conditions
Supplementary Conditions
Division Ol - General Requirements
O1 11 00 Summary of Work
O1 25 00 Substitution Procedures
O1 31 19 Preconstruction Meeting
O1 31 20 Project Meetings
O1 32 16 Construction Schedule
O1 32 33 Preconstruction Video
O1 33 00 Submittals
O1 35 13 Special Project Procedures
O1 45 23 Testing and Inspection Services
O1 50 00 Temporary Facilities and Controls
O1 55 26 Street Use Permit and Modifications to Traffic Control
O 1 57 13 Storm Water Pollution Prevention Plan
O1 58 13 Temporary Project Signage
O1 60 00 Product Requirements
O1 66 00 Product Storage and Handling Requirements
O 1 70 00 Mobilization and Remobilization
O1 71 23 Construction Staking and Survey
O1 74 23 Cleaning
O1 77 19 Closeout Requirements
O1 78 23 Operation and Maintenance Data
O1 78 39 Project Record Documents
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 13, 2025
Last Revised
07/O1 /2011
07/O 1 /2011
02/08/2024
06/13/2025
02/24/2020
09/30/2021
09/30/2021
09/30/2021
09/30/2021
08/13/2021
09/30/2021
06/13/2025
07/O1 /2011
03/07/2025
06/13/2025
12/08/2023
12/08/2023
12/08/2023
07/O1 /20ll
03/08/2024
03/08/2024
Last Revised
12/20/2012
07/O1 /20ll
08/17/2012
07/O1 /2011
10/06/2023
07/O1 /20ll
12/20/2012
03/11/2022
03/09/2020
07/O1 /20ll
03/22/2021
07/O 1 /2011
07/O1 /20ll
03/09/2020
07/O1 /2011
11 /22/2016
02/ 14/2018
07/O1 /20ll
03/22/2021
12/20/2012
07/O1 /20ll
2022 Bond Year 3— Contract 17
City Project No. 104323
Addendum 1
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 6
Technical Specifications which have been modified by the Engineer speci�cally for this
Project; hard copies are included in the Project's Contract Documents
Division 31- Earthwork
� 31 10 00 � Site Clearing
Division 32 — Exterior Improvements
� 32 O1 29 � Concrete Paving Repair
Division 34 - Transportation
34 71 13 � Special Provision to Standard Specification 34 71 13
Additional Specifications
� 99 99 00 � Additional Specifications
Technical Specifcations listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
http://fortworthtexas. �ov/tnw/contractors/
or
https://apps.fortworthtexas.�ov/Proi ectResources/
Division 02 - Existin� Conditions
� 02 41 13 Selective Site Demolition
� 02 41 14 Utility RemovaUAbandonment
� 02 41 15 Paving Removal
Division 03 - Concrete
� 03 30 00 Cast-In-Place Concrete
� 03 34 13 Controlled Low Strength Material (CLSM)
� 03 34 16 Concrete Base Material for Trench Repair
� 03 80 00 Modifications to Existing Concrete Structures
Division 26 - Electrical
� �H-A3--88 E`��.tn�n �x�,.,.v n,,.,.,i�,. � .. �i,,,..,.:,.,,i
I���o r�o,..,.i;�;,.r � ,- �io,.�,-;,...i c..�.o...�
I���� n.,,.o.1,,,:,� .,�a n,..,o� �.- �to,.�,-;,.,,t C�,.,�o....,
I� rTrao..,.,-,.,,�,t r�,,,..., .,�a n,,,.o..,,,.,� �.- �io,.�.-;,...t C.,�.o,..�
I� E041'fC�I�ini,..,+;,.,.� TR„1�; Tl,,,.� l+,.,.,1.,;�
Division 31- Earthwork
31 00 00 Site Clearing
31 23 16 Unclassified Excavation
31 23 23 Borrow
31 24 00 Embankments
31 25 00 Erosion and Sediment Control
� i�o �
� ��o �
CTTY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 13, 2025
Last Revised
03/11/2022
12/20/2012
02/02/2016
06/13/2025
03/07/2025
12/20/2012
12/20/2012
r�sm��
..�
. .
��y
. - _ . .R�
03/22/2021
O1/28/2013
O1/28/2013
O1/28/2013
04/29/2021
, � ����
, � ����
2022 Bond Year 3— Contract 17
City Project No. 104323
Addendum 1
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Division 32 - Exterior Improvements
32 O1 17 Permanent Asphalt Paving Repair
32 O1 18 Temporary Asphalt Paving Repair
32 O1 29 Concrete Paving Repair
32 11 23 Fle�ble Base Courses
32 11 29 Lime Treated Base Courses
32 11 33 Cement Treated Base Courses
�' 11 ?? T � �'��d �oil ct�a✓li��
32 12 16 Asphalt Paving
2'1 1"/ '72 A �..1..,1� D.,.,;,-..� !'L-..,.1� C`o..l..,�.��
�7
32 13 13 Concrete Paving
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps
���. ,� r,.r�ro�o ��..;r� L-�� e�
�'�� ^-'To Jric�l TJt�it I��i-�rg
32 16 13 Concrete Curb and Gutters and Valley Gutters
32 17 23 Pavement Markings
32 17 25 Curb Address Painting
2��-�i i� �l�2Y r�PY:,,� ,,•��
�� � i �ti �xr;..o �o�,.o� „�,a �„�o�
�o
���� �xr,,,,a �o�,.o� .,�a r�.,�o�
32 32 13 Cast-in-Place Concrete Retaining Wa11s
32 91 19 Topsoil Placement and Finishing of Roadway Right-of-ways
32 92 13 Sodding
�� n� i n �.r,.r i.r,..;.,o cooa;r,�
��
�� n� i c �.r„�;. o�,-„�� „�a �xT;tafl�..,o,- cooa;�,.
��
�� n� n� rr,-oo� „�a ct�,-„t-..,
��
Division 33 - Utilities
33 O1 30 Sewer and Manhole Testing
33 O1 31 Closed Circuit Television (CCTV) Inspection — Sanitary Sewer
33 O1 32 Closed Circuit Television (CCTV) Inspection — Storm Drain
����v �'x/',tJ� �i1ql�i.1�,� ,�f'L'.,;�.;..,� co.1,o,- c+�,.,�o,,.�
���o r,.:�+�,.,.,�:,.,..,�,� �lo,.+,.;0�� l'C�l.lf�
�� nn i i r�,.,.,-„�;,.r r„��,.,.i rro.,� c�.,�;,.r�
�--�-Tr
�� nn i � r,r..,.r,,.,;,,,., n r,.a„ r„��.�a;,, n,.,.�,.,,�;,.r c..,,�,,,..
�--v�-Ta
33 04 30 Temporary Water Services
33 04 40 Cleaning and Acceptance Testing of Water Mains
33 04 50 Cleaning of Pipes
33 OS 10 Utility Trench Excavation, Embedment, and Backfill
33 OS 12 Water Line Lowering
33 OS 13 Frame, Cover and Grade Rings
33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade
33 OS 16 Concrete Water Vaults
33 OS 17 Concrete Collars
� � nc �n n .,,.,,,. a,.,.;r,.
�--v�-zv �
� �Tsv�iT �'UY�'�'� T 111 ��
�� nc �� c.00t �.,�;�,. v;,.o
�--�-zz
� ��� LiH d '�'k�r��
���T T�.,�.,,,.,�;,.� ���,,....;or Pi�o it� �� Tui^�,z �ire.�~�
Page 3 of 6
12/20/2012
12/20/2012
06/13/2025
12/20/2012
12/20/2012
06/ 10/2022
n4 i���
6/07/2024
11/l�z
06/13/2025
12/09/2022
, �,��
, � ����
12/09/2022
06/10/2022
11/04/2013
� 7 �1�r�v iz
i�i��z
i�i��z
06/OS/2018
03/11/2022
OS/13/2021
nvi�T
i n in��
i�i��z
09/07/2018
03/ 11 /2022
12/08/2023
i�i��i
i�i��z
,�i��z
i�i��z
07/O 1 /2011
02/06/2013
03/11/2022
06/13/2025
12/20/2012
09/09/2022
03/11/2022
12/20/2012
03/11/2022
i�i��z
i�/��z
i�i��i
, � ����
� � �nr�rv�rivzz
CITY OF FORT WORTH 2O22 Bond Year 3— Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104323
Revised June 13, 2025 Addendum 1
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 6
33 OS 26
33 OS 30
33 11 OS
33 11 10
33 11 11
33 11 12
�� 11 1�
?i� 11 11
33 12 10
33 12 11
33 12 20
��
33 12 25
2 2�0
33 12 40
� ��-'�o
� ��-'�o
2 2�z
2 2��2
� ���
33 31 20
� ���
� ��i
� ���
33 31 50
� ��no
33 39 10
33 39 20
� ��o
� ��o
33 39 60
33 41 10
� ��i
2 2�z
2 2��2
� ��no
� ��--�v-vT
� ��v-vz
2 2�0
33 49 20
� ��-^mo
Utility Markers/Locators
Location of Existing Utilities
Bolts, Nuts, and Gaskets
Ductile Iron Pipe
Ductile Iron Fittings
Polyvinyl Chloride (PVC) Pressure Pipe
�c�e��",ro D;�o �.,r �x�r.,rr�a c�oo� ��,i;�aor rr.,ro
> >
�,,,.:o,� c�oot n;..C/u��l.� Pittl.:4g6
Water Services 1-inch to 2-inch
Large Water Meters
Resilient Seated Gate Valve
�Z �l'u�r r,.,�„a �,,.�,,,.a., ��„i..,,.,
Connection to Existing Water Mains
EOT24�'/lPl�13i��1P `�1'/:Jzr:rs "'�'crxroiic�z�vccr�'v�r�c�r£rcci aa y�ccrirs
Fire Hydrants
�a ° z�r�Jr v ��s
�dDIIr�•rr ��F��,,,,, n„ ri.,�,..
Cttt:.�l lil � 1G.: � D;..o /!`TDDI
L';l.o.-..1.,�., Do:,-.F .-„o,a D;,�.o F.-!'_,-.,.,;��, C'.,,..:�.,.-., C'o,r,o,-�
u;,.t� r�o��:.., n„i..o��..iv�o iur�n�� n:..v �,. c.,�:.,,,.., co...o,.
Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
n,.i.,.,;�..i r��i,.,.:,ao in��r� �i„�va n..,,�;io rr,..,.,:.., c„r;�,,,.., Co,.,o,.
����=��+� E'I�r� �ir�in�;
c.,�;.,,.-., co.1,o,- D;ro ��t,,,-,�o...o��
Sanitary Sewer Service Connections and Service Line
�0::4�'i'�l,lf;,,., n;.. ��.,t.,v �1 cZ�l.�7; Co..,v.. �,,,.,.v r�r.,:..�
Cast-in-Place Concrete Manholes
Precast Concrete Manholes
�:i.or,.i„�., ra„�i.�io�
tx�,.,.�o,.,.,�o,- n,, o � r�.,,,.,t.v,- «x� n r�
Liners for Sanitary Sewer Structures
Reinforced Concrete Storm Sewer Pipe/Culverts
u;,.l� r�o.��:.., n„l..o�t�..lv.�o �ur�n�� n:..v F,. ctoi�Y: ��i�l'i
D,,;.-.F ,-,.,.,1 D,.l.,,.�l..,l,,,-.,. /CDDL'\ D;,-.,,
D,�l.,,,.,-,�,,..,lo,�.o D;,,.o F,�,- C'�Ol'�il �"U/.t1
��
�Oi°�:K �11�1':S
%€i3Z�1 �:iSS
�L'l�` IPY PLlJO ��6i0C/ZYCI �1PY:z`i�vx"'r��v��"r��,�
Curb and Drop Inlets
,�t���'��`i�a,�,, u,,..a..,..ii„ ..ra �xr,r,�.....ii.,
12/20/2012
12/20/2012
12/20/2012
12/09/2022
09/20/2017
09/09/2022
n� in��
, � ����
02/14/2017
12/20/2012
OS/06/2015
nn i���
02/06/2013
17N�z
O1/03/2014
, � ����
nti ii��
17N�z
1' /7�viz
nn i���
09/09/2022
. .
, � ����
i�i��z
04/26/2013
i � i���
12/13/2024
12/13/2024
, � i,��
i�i��z
04/29/2021
07/O 1 /2011
i � i���
11 /1�
ntiii�z
i�i��i
n� in�T
n� in�T
17/1�
03/11/2022
n� inm�v�v�T
Division 34 - Transportation
�n � i i n rr..,,F�;,. e:,.�„t�
� n�vi z-^r��C�iii��i� E6�%9��' rc-F�'�via'�"�
� n n i i n n� n �i •�; �•,.r
�-�rmva rri�r� ii�eiii� E6a��.Ci �'�C�,�
zn n i i n n� n � Cro
�v� z-ri�s'�6 xir�3� , �264'�apcE�iE-ci��6ix
2 A A 1 1 1 T� � . T.... FF: ,. C:..,-..,1.,
�-rr�z 1 111�;�'n �
2 ���2 D o,�.,.. ,;,-. ,. T,-,. FF; ,. C' ;,..�..,1.,
r�s.��
� �
� �
��
CITY OF FORT WORTH 2O22 Bond Year 3— Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104323
Revised June 13, 2025 Addendum 1
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
I ���v ��' IIIU13gli1,1�;,.� n.,�o..,t.l;v�
�n n i �n ni n,.�,,,.;,,1 T L'Tl D�„a....... r
�v�r �.1..�'31r'11. 3S
�n � i �n n� �,.00..,,,. r�r� n,..,a.:,.,., r
�� �a:�irr:r�
� � n ��� �tia? �� I-l� a�� �a�^er��� �
� 34 41 30 Aluminum Signs
Izn�o c;�,�io ra„ao �;�.o,- n�.;,. r„i.io
� 34 71 13 Traffic Control
Appendix
C�-4. J 1 �
GC-4.02 Subsurface and Physical Conditions
C�-4.✓I TJ�aora..,.__�a �,,,,_,_�_o�
FE-4.9� I-���.,.a,. ��� r.,,i �„r,a;�:,.r „� c:.v
��.� '� ' ��irrEl�nr��
GC-6.07 Wage Rates
�-�-9�' P�,..�.;�� „�,a TT�;i:�;v�
F�-H-�1 �`T�3ic�irr�iina��
GR-01 60 00 Product Requirements
END OF SECTION
Page 5 of 6
i � i��z
n�ii��
ncii��
n�ii��
11/12/2013
n� i���
03/22/2021
CITY OF FORT WORTH 2O22 Bond Year 3— Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104323
Revised June 13, 2025 Addendum 1
12/12/25, 4:08 PM
CITY COUNCIL AGENDA
Create New From This M&C
DATE: 12/9/2025 REFERENCE
NO..
**M&C 25- 202260ND YEAR 3
1092 LOG NAME: CONTRACT 17-STABILE &
WINN
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (CD 8) Authorize Execution of a Contract with Stabile & Winn, Inc., in the Amount of
$8,428,697.50, for Combined Street Paving Improvements, Stormwater Improvements,
and Water and Sanitary Sewer Main Replacements for the 2022 Year 3— Contract 17
Project, Adopt Appropriation Ordinances to EfFect a Portion of Water DepartmenYs
Contribution to the Fiscal Years 2026-2030 Capital Improvements Program and for Street
Repair Funding, and Amend the Fiscal Years 2026-2030 Capital Improvement Program
(2022 Bond Program)
RECOMMENDATION:
It is recommended that the City Council:
FURT�'4'ORTII �
_�_
1. Authorize execution of a contract with Stabile & Winn, Inc., in the amount of $8,428,697.50 for combined street
paving improvements, stormwater improvements, water improvements, and sanitary sewer main replacements for
the 2022 Bond Year 3- Contract 17 project (City Project No. 104323);
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer
Capital Projects Fund, in the amount of $4,926,803.00 from available PayGo residuals in the Water and Sewer Capital
Projects Fund, for the purpose of funding the 2022 Bond Year 3- Contract 17 project (City Project No. 104323) to
affect a portion of Water's Contribution to the Fiscal Years 2026-2030 Capital Improvement Program;
3. Adopt the attached appropriation ordinance adjusting appropriations in the 2022 Bond Program Fund, by increasing
appropriations in the 2022 Bond Year 3- Contract 17 project (City Project No. 104323) in the amount of
$4,620,000.00, and decreasing appropriations in the Street Improvement-Deteriorating Streets programmable project
(City Project No. PB0019) by the same amount;
4. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Stormwater Capital
Projects Fund, by increasing estimated receipts and appropriations in the 2022 Bond Year 3- Contract 17 project
(City Project No. 104323) in the amount of $120,000.00, and decreasing estimated receipts and appropriations in the
Drainage Improvements programmable project (City Project No. P00043) by the same amount; and
5. Amend the Transportation & Public Works Contribution to the Fiscal Years 2026-2030 Capital Improvement Program.
DISCUSSION:
This Mayor and Council Communication (M&C) is to authorize a construction contract for the Year 3 Neighborhood Streets
Improvement project associated with the 2022 Bond Program. The 2022 Bond Year 3- Contract 17 project includes water,
sanitary sewer, stormwater, and street paving improvements on approximately 3.19 lane miles on the following streets:
Street From To Scope
Vaughn Boulevard Wichita Street Hardeman Street Water/Sewer/Storm/Paving
Bishop Street
Bright Street
Sydney Street
Rufus Street
Baylor Street
Vaughn Boulevard*
Emerson Street*
Comanche Street*
Erath Street*
Martin Luther King Freeway*
Martin Luther King Freeway Reed Street
Martin Luther King Freeway Vaughn Boulevard
Martin Luther King Freeway Vaughn Boulevard
Martin Luther King Freeway Vaughn Boulevard
Martin Luther King Freeway Vaughn Boulevard
Emerson Street
Martin Luther King Freeway
Wichita Street
Martin Luther King Freeway
Emerson Street
Wichita Street
Vaughn Boulevard
Vaughn Boulevard
Vaughn Boulevard
210 LF South of Reed Street
M&C Review
Sewer/Paving
Water/Sewer/Paving
Water/Paving
Paving
Paving
Water
Water
Water
Water/Sewer
Water/Sewer
apps. cfwnet.org/cou ncil_packet/mc_review.asp?I D=33954&counci Idate=12/9/2025 1/3
12/12/25, 4:08 PM
M&C Review
*Due to the close proximity to the 2022 Year 3— Contract 17 project streets above, the Water Department requested that water
main extensions on these streets be included with this project in order to loop the water system and provide increased efficiency.
Asphalt paving rehabilitation will be conducted on the indicated streets following the installation of the water main. Additionally,
deteriorated sanitary sewer mains will be replaced in the indicated streets.
The Stormwater Division has identified the need to repair or replace deteriorated sections of existing storm drainpipes in Vaughn
Boulevard as part of this project.
The project was advertised for bid on August 6 and August 13, 2025, in the Fort Worth Star-Telegram. On September 4, 2025,
the following bids were received:
Bidders
Stabile & Winn, Inc.
Amount
Base Bid *" Alternate A
(Concrete (Asphalt
Paving) Paving)
Jackson Construction Ltd. $9,304,867.00 $8,638,000.00
McClendon Construction Company $9,382,029.00 $9,306,920.00
**In an attempt to secure alternate bids, staff advertised the project with concrete as the base bid to reconstruct existing streets
included in the bond with concrete travel lanes. Alternate A was bid as a rehabilitation of the existing roadway with new asphalt
and replacement of damaged curb and gutter. Staff recommends award of the contract for the base bid (Concrete option).
Concrete paving typically has a twenty-year lifespan, while asphalt paving has a ten-year lifespan. Additionally, the maintenance
costs of concrete pavement are typically lower than those of asphalt pavement.
The Transportation & Public Works (TPW) DepartmenYs share of this contract is $4,061,577.50 (Paving: $3,990,972.50;
Stormwater: $70,605.00). The paving funds for this project are included in the 2022 Bond Program. The Water Department's
share of this contract is $4,367,120.00 and will be available in the Water and Sewer Capital Projects Fund for the project (City
Project No. 104323) (CPN). In addition to the contract amount, $790,821.00 (water: $240,773.00, sewer: $100,553.00,
stormwater: $24,695.00, and paving: $424,800.00) is required for project management, material testing, and inspection, and
$447,284.50 (water: $153,651.00, sewer: $64,706.00, stormwater: $24,700.00 and paving: $204,227.50) is provided for project
contingences.
This project will have no impact on the Transportation & Public Works' or the Water DepartmenYs operating budgets when
completed. The sanitary sewer component of this project is part of the Sanitary Sewer Overflow Initiative Program of the Water
Department. Approximately 8,180 linear feet of cast iron water pipe and 3,530 linear feet of sanitary sewer main will be removed
and replaced as part of this project. The storm drain component of this project will replace or repair a portion of the existing
storm drain system, which is in need of rehabilitation to ensure continued drainage system performance and improve future
maintenance of the system.
It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year, rather than within the annual
budget ordinance, as projects commence, additional funding needs are identified, and it complies with bond covenants.
Funding is currently available in the Unspecified All-Funds project within the Water & Sewer Capital Projects Fund for the
purpose of funding the 2022 Bond Year 3— Contract 17 project. Funding is also budgeted in the 2022 Bond Program Fund in the
Street Improvement-Deteriorating Streets programmable project, and in the Stormwater Capital Projects Fund in the Drainage
Improvements Projects programmable project.
Appropriations for the water, sanitary sewer, stormwater, and paving improvements for the 2022 Bond Year 3— Contract 17 (City
Project No. 104323) project by Fund will consist of the following:
Fund
2022 Bond Program - Fund 34027
W&S Capital Projects - Fund 56002
Stormwater Capital Projects - Fund 52002
Project Total
"Numbers rounded for presentation purposes
$439,768.00
Time of
Completion
Project
Total*
$4,620,000.00 $5,021,810.00
$4,926,803.00 $5,366,571.00
$15,000.00 $120,000.00 $135,000.00
$856,578.00 $9,666,803.00 $10,523,381.00
This project is included in the 2022 Bond Program. The City's Extendable Commercial Paper (ECP) (M&C 22-0607; Ordinance
25765-08-2022) provides liquidity to support the appropriation. Available resources will be used to actually make any interim
progress payments until the debt is issued. Once debt associated with a project is sold, debt proceeds will reimburse the interim
financing source in accordance with the statement expressing official Intent to reimburse that was adopted as part of the
ordinance canvassing the bond election (Ordinance 25515-05-2022).
The project is located in COUNCIL DISTRICT 8.
$401,810.00
$8,428,697.50 $8,460,336.00 400 Calendar Days
Existing Additional
Appropriations Appropriations
apps.cfwnet.org/council_packet/mc_review.asp?ID=33954&councildate=12/9/2025 2/3
12/12/25, 4:08 PM
M&C Review
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the Street Imprv-DeterioratingSts programmable project within the
2022 Bond Program Fund, the Drainage Improvement Projects programmable project within the Stormwater Capital Projects
Fund, and in the Unspecified All Funds project within the W&S Capital Project Funds and upon approval of the above
recommendations and adoption of the attached appropriation ordinances, funds will be available in the W&S Capital Projects
Fund, the Stormwater Capital Projects Fund and 2022 Bond Program Fund for the 2022 Bond Year 3— Contract 17 project to
support the above recommendations and execution of the construction contract. Prior to any expenditure being incurred, the
Transportation & Public Works, as well as the Water Departments, have the responsibility to validate the availability of funds.
TO
Fund Department Account Project Program Activity Budget Reference #
ID ID Year (Chartfield 2)
FROM
Fund Department Account Project Program Activity Budget Reference #
ID ID Year (Chartfield 2)
Submitted for City Manager's Office by_ Jesica McEachern (5804)
Originating Department Head:
Additional Information Contact:
Lauren Prieur (6035)
Monty Hall (8662)
ATTACHMENTS
2022 Bond Program- Prposition Report.pdf (CFW Internal)
2022 BOND YEAR 3 CONTRACT 17- STABILE 7 WINN FID TABLE (2).xlsx (CFW Internal)
2022 Bond Year 3 Contract 17Bidtable Total 2 with Alternate A IPOLI.xlsx (CFW Internal)
2022BOND YEAR 3 CONTRACT 17-STABILE & WINN funds avail.docx (CFW Internal)
Form 1295 Certificate 101424391.ndf (CFW Internal)
M&C Man CPN104323 2022Bond Year3 Co17.ndf (Public)
ORD.APP 2022BOND YEAR 3 CONTRACT 17-STABILE & WINN 34027 A026(R3).docx
ORD.APP 202260ND YEAR 3 CONTRACT 17-STABILE & WINN 52002 A026(R4).docx
ORD.APP 202260ND YEAR 3 CONTRACT 17-STABILE & WINN 56002 A026(R2).docx
Project Budget Summary,pdf (CFW Internal)
SAM Search Report Stabile & Winn. Inc..ndf (CFW Internal)
(Public)
(Public)
(Public)
Amount
Amount
apps.cfwnet.org/council_packet/mc_review.asp?ID=33954&councildate=12/9/2025 3/3
CITY OF FORT �VOItTH
Transportation and PubEic Warks Depa�traien�
2022 Bond Xe�r 3— Contract 17
City Pro,�ect No. I04323
ADDENDUM N4. �
At�dendum l�o. 1: Issued Friday, August 29, 2025
�id �pen Date: Thursd�y, Se�tember 4, 2025
This AddendLim forins part of the Plans, Contract Documents, and speci�'ications for the abo�e-
referenced Project and modifies the original Specificatior�s and Contracfi Documents. Bidder shall
acknowledge receipt of this addendum in th� space provided below and in the proposal (�ECTION 00
41 QO). Failure to acknowledge receipt of this adciendum could subject the bidder to disqualifcatian,
The Plans and specification docunnents for 2022 Bond Year 3— Contract 17, City ProjectNo, 104323,
are hereby revised by Addenduin Na. 1 as follows:
I. SPECI�'ICATIONS & CONTRACT DOC�[TMENTS:
a. SECTiON 00 00 00 — Replace tl�e TAB�,E O.P CONT�NTS in its e�ltirety with tl�� attached
revised TABLE OF CONTENTS
b. SECTION 00 42 43 — Replace the PROPOSAL FORM in its entirety wifh the attaclled
revised FRO.POSAL FORM.
c. SECTION 32 OI 29 — Add the attac�zed revised CONCRETE PAVING REP�IIR
d. BID TABLE (BT-59BE} — Th� bid table has been revised in Bonfire to reflecl: the changes
made to the proposal form.
e, BID TABLE (BT-67JM —'Fhe Uid #abte has also Ueen revised to include fhe changes made
to the proposal.
f. SUBMISSION INS'I'RUCTIONS — 25-0203 — The submission ir�strLtctipns have baer�
updated to include Addendtun No.1 t�nder the Requested Inforination Section.
II. CONS'I'RLTCTION PLANS:
a. SHEGT 2— INDEX OF SI-IE�TS — Added TxDOT traffic contrnl details
b. SHEET 7— AAVING LAYOUT — Revised Sydney, Rufus, and Baylor ta concrete paving
base bid
c. SI-3EET 17 — WATER MAIN 8— Added trench repair on Baylor St
d. SHEET 25 — WATER MAIN 7— Aevised callout
e. SHEET 41 —'f"YPCCAL SECTIONS — RevisecE typical section for Vaughn to 8" concrete
pavement
Page 1 of 5
CITY OF FORT WORTH 2O22 Bond Year 3— Contract 17
STANDARD CONSTRUCTION 5PECIF'ICATION llOGUM�'NTS City Project No. 304323
Revised Sepcember 14,2022 Addendum 1
f.
h.
i.
J•
1c.
�n.
n.
�
SHEETS 44-46 — TYPICAL SECTIONS — Added concrete pavement base bid typical
sections for Sydnay, Rufus, and Baylor
SHEETS 53-65 - PAVING �'LAN & PROFILE — Revised Vaughn Blvd to 8" concrete
pa�ement, revisad callout %r valley gtiitter
SHEET 74 — PAVTNG PI.,AN — Revised Va�ighn Blvd to 8" concrete pavement
SHEET 77 — PAVING P�,AN - Revisaci catlout for valley gutter
SHEET 79 — PAViNG PLAN & PROFILE -- Revised Sydney St to include 6" concrete base
bid
SHEET 81 - PAVING PLAN & PROFiL� — Rar�ised RL�fus St io incltiide 6" concrete base
bid
SHEET $3 - PAVING PLAN & PROFILE — Revised Baylor 5t to include 6" concrete base
bid
SHEETS 8b-87 — PAVING PLAN & PROPILE - Revised callout for valley g�.itter
S.HEET 103 — PAVING DETAILS — Modified detail for patl driveways to show the sidewalk
at the bacl< of curb
SHEETS 1i2-114 — TRENCH REPAIR DETAILS — Added note regarding acce�tabla
backfill
p. SHEETS 116-121 — TxDOT DETAILS — Additional sheets added
During the Pre-Bid Conference, ihe attendees aslced the following quastions. The City of Fort
Worth's responses are below,
QLiestion 1: Is an estimated cost available?
Response .1: The estimated const�^uctron cost is approximately $11 million.
QLiestio� 2: The e�uantities for groutill� in Unit ](iten125, 670 CY) and Unit 2{item 28, 510 CY)
seem �oo high.
Response 2: The quantitr.'es hc�ve been adjzasted, cand the bid p�apo,sal has been rerssued in this
addendum.
Question 3: �1Vhy is tihere concrete pavement repair in the alternate bid?
IZesponse 3: If the alter^nat.e bicl is chosen, then concrete will still be needed at the intersectivn of
Vaughn, Eastland, and Nolan. Eastland ancl Nolan have existing concrete that will
neec� fi�ll panel r�eplaeement. If the base bid is chosen, Eastlanci and Nolan will be
�ecanstructed �vith Vaacgh� Blvd. Please refer to speczfication 32 01 .29 ,for the
aZternate bid.
Question 4: Sydney, Rufiis, and Baylor are shown as asphalt only, but since the streets are so sznalI,
concrete would be the cheaper option.
Page 2 of 5
CITY OF FORT WORTH 2O22 Bond Year 3— Contract 17
STANDARD CONSTAUCTION SPECIFICATIQN DOCUIV�B�ITS CityYrojectNp, 104323
Revised 5eptember 14, 2022 Addenduin 1
Response 4: Sydney, Ri�s, and Baylor have been revisec� ta be incluc�ec� in the base/alternate brd
to save costs. The plans and bid pr�oposal have been revisecl accordingly and included
in thts addendum.
Question 5: Can w� increase the number of calenciar days closer to 500 clays? 4Q0 days is not
enough because the paving contractor wouldn't be able to sfiart on Vaughn Blvd untii
tiha utiliiies are coinplete.
Response S: The nun�her of days will not he increased. The contractor should plan to phase the
water and sewer lines on Vaughn so paving can stcart an one end while utility work is
ongaing.
Question 6: The quantities for ea�nbednzentlbackf ill in Units 1 and 2 seem too high. Do th�y need
to be adjusted?
Response 6: The quantities for em�edment/hackfi.11 in Units 1 and 2 have been adjusted, and the
l�id p�oposal has been r�eissued in this addendum.
Q�testion 7: Can we add a bid item for acceptable back�ll since it's cheaper than select iill?
� Response �: A note regurding acceptable back�ll has been added to the plans. Per the details c�nd
spec�cations, it is subsidiary to the cost af the pipe.
Question 8: Where is t11e private sewer s�rvice located?
Re,sponse $: The ite�ra, foN private sewe� se�vice has been �emoved fi^om lhe bid proposal.
Questian 9: Is there a specification for CernLime?
Res�onse 9: Yes, there is a City Spec�cation for Cen�ent Treated 13ase Co��rses (3211 33), which
includes CEMLIME.
Question 10: The Unit 3 B�se Bid does not inclLide a pay ite�n ftir concr�t� �all�y gutters, but the
plans show one at �ydney, Rufus, and Baylar at the connections to Vaughn.
Response 10: Sydney, Ri fus, canc� Bccylor have been changed to concr�ete base bids, so a valley
gutter is not needed at the connection to Vaughn in the base hid. The valley gutters
will only be required if the alternate bicl is chosen. The plans have been revised fvr
cla�ification. �
Question 11: P�an skaeet 54 sl�ows several manholes ta be adjusted by others. Are these �ranchise
manholes?
Page 3 of 5
CITY bP PORT WORTH 2O22 Bond Year 3-- Contract 17
S'I'ANDARD CON3TRUCTI0�1 SP�CIFICAT`ION DOCC�IVIENi'S CityProjectNo. ]04323
]tevised Septem�er 14, 2022 Addendum l
Response 11: The manholes shown to be adjusted by others are franchise manholes.
Question 12: The bas� l�id includes a bid item for 1,000 SY HES cor�crete. ls this shown in the
plans? Where is it to be installad?
Response 12: The bid iten� for high early strength is included as a contingency for intersection
paving in case It neeca's to be opened yuickly crnd should only be zrsed at the City's
direction.
Question 13: The pan driveways shown in the plans indicate the pan section to be poured as a 4"
concrete sidewalk, bLtt typicaliy this sec�ion is poured and paid as a driveway at a
thicicness of 6". Please clarify.
Response 13: The detail fo� pan d�iveways has been modified for clarification and reissued in this
addendum.
Question 14: During the p�'e�bid, it was said that the paving thiclrness for the cancrete paving
would. be increased fi•oi� b" to 8". I assume you will also have to adjusfi the excavafion
quantity.
Response 14: The exeavation c�ucrntity has been revised, anc� the bicl propasal has been reisszced
as part af this addena'unz,
Questjan I5: Since the concrete pavin� is beiilg increased froin 6" ta 8", will the alternatc pavii�g
section for POL also increase?
Re,sponse I5: The asphalt POL section will remain the same thickness and �vill not be changed.
This Addendum No. 1 forms part of the Plans, Specificatzons, and Coniract Documents for the
above-referenced project and t��odi�es the originai Project Manual and Coniract Documents afthe
sanze.
Acicnowledge yoL�t• receipt of Addendum No. 1 by co�npleting the requested infori�ation in the
space pro�ided in Section 04 41 04, Bid Form, Page 3 of 3
A signed copy of Addendum No. 1 shauld be included in the subinitted sealec� bid at tlla time of bid
subinittal. Failure to acknowleclge the receipt of Addendl�m Na. 1 could cause the subject bidder to
be considered "NONRESPONSIVE," resul�ing in disqualification.
Page 4 of 5
CITY O� EORT WORTEI 2022 Bond Year 3— Cnntracl 17
STANDARD CONSTC�UCTION SP�CIFICATTON DOC[JM�,NTS Ci#y ProjectNo. 164323
Revised SepteinUer 14, 2Q22 Addendum l
Addenduin No. 1
RECEIPT ACKNOWLEDGCMENT
By:
y:�'�€�lR.r1LE � V,t�n1r� �nlG
Ac�dress: � 0. � �c '�! 3R� p
C:«y: �AGSrl�Ir� State: �X � 1 �'9
Laurer� F'riei�r, P.F.
Di�-ectoe, Tran os-tation at�cl P��hlic Works
By:
Gr g I��o bins. P.E
Page�of5
C1TY OF F{?[t7' WORTH ''0?2 Bond Year ;— Conlract I7
S"l AtiI�r�RD CONSTRUCTIO� SI'ECffiiCATIOy DOCUN2�N�S Cin' Yrojc�t l�o. lOd3�3
CZevised Septemher ld, 2Qu?
�lddendum I
��� �����
C' Worth
lt of Fort
Y
Standard Construction Specification
Documents
Adopted September 2011
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 6
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
00 OS 10 Mayor and Council Communication
00 OS 15 Addenda
00 11 13 Invitation to Bidders
00 21 13 Instructions to Bidders
00 35 13 Conflict of Interest Statement
00 41 00 Bid Form
00 42 43 Proposal Form Unit Price
00 43 13 Bid Bond
00 43 37 Vendor Compliance to State Law Nonresident Bidder
00 45 11 Bidders Prequalifications
00 45 12
00 45 13
00 45 26
00 45 40
00 52 43
00 61 13
00 61 14
00 61 19
00 61 25
00 72 00
00 73 00
Prequalification Statement
Prequalification Application
Contractor Compliance with Workers' Compensation Law
Business Equity Goal
Agreement
Performance Bond
Payment Bond
Maintenance Bond
Certificate of Insurance
General Conditions
Supplementary Conditions
Division Ol - General Requirements
O1 11 00 Summary of Work
O1 25 00 Substitution Procedures
O1 31 19 Preconstruction Meeting
O1 31 20 Project Meetings
O1 32 16 Construction Schedule
O1 32 33 Preconstruction Video
O1 33 00 Submittals
O1 35 13 Special Project Procedures
O1 45 23 Testing and Inspection Services
O1 50 00 Temporary Facilities and Controls
O1 55 26 Street Use Permit and Modifications to Traffic Control
O1 57 13 Storm Water Pollution Prevention Plan
O1 58 13 Temporary Project Signage
O1 60 00 Product Requirements
O1 66 00 Product Storage and Handling Requirements
O1 70 00 Mobilization and Remobilization
O1 71 23 Construction Staking and Survey
O1 74 23 Cleaning
O1 77 19 Closeout Requirements
O1 78 23 Operation and Maintenance Data
O1 78 39 Project Record Documents
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 13, 2025
Last Revised
07/O 1/2011
07/O 1/2011
02/08/2024
06/13/2025
02/24/2020
09/30/2021
09/30/2021
09/30/2021
09/30/2021
08/13/2021
09/30/2021
06/13/2025
07/O 1/2011
03/07/2025
06/13/2025
12/08/2023
12/08/2023
12/08/2023
07/O 1/2011
03/08/2024
03/08/2024
Last Revised
12/20/2012
07/O 1/2011
08/17/2012
07/O 1/2011
10/06/2023
07/O 1/2011
12/20/2012
03/11/2022
03/09/2020
07/O 1/2011
03/22/2021
07/O 1/2011
07/O 1/2011
03/09/2020
07/O 1/2011
11 /22/2016
02/ 14/2018
07/O 1/2011
03/22/2021
12/20/2012
07/O 1/2011
2022 Bond Year 3— Contract 17
City Project No. 104323
Addendum 1
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 6
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
Division 31- Earthwork
� 31 10 00 � Site Clearing
Division 32 — Exterior Improvements
� 32 O1 29 � Concrete Paving Repair
Division 34 - Transportation
34 71 13 � Special Provision to Standard Specification 34 71 13
Additional Specifications
� 99 99 00 � Additional Specifications
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
httn://fortworthtexas.gov/tnw/contractors/
or
https://apps.fortworthtexas.gov/ProiectResources/
Division 02 - Existin� Conditions
� 02 41 13 Selective Site Demolition
� 02 41 14 Utility Removal/Abandonment
� 02 41 15 Paving Removal
Division 03 - Concrete
� 03 30 00 Cast-In-Place Concrete
� 03 34 13 Controlled Low Strength Material (CLSM)
� 03 34 16 Concrete Base Material for Trench Repair
� 03 80 00 Modifications to Existing Concrete Structures
Division 26 - Electrical
I���o EZ:lGI�. �x��..v n,,,,,,i«„ c .. �i,.,.�..:,.,,i
I���no r�o,.,,.1;�;,,,. ��,- �lo,.�,-;,.,,1 C�,.,�o,.,.,
I7��� D.,,.o.. ., ,.,1 U,..,o� F,- L'lo,.�,-;,..,1 C'�,.,�o..�.,
��-A�-4-� TJnc.lrgr�znd �u„�., ra D,,,.o,:,,,�,., �.. �,v,.�..;,.,,, ��,.,�ori..,,
I��iv-n�✓�--�✓v E� ItYlU21Y.��t;,�,.., rR„1�; il,,,.� l�,.,.,1,,;�
Division 31- Earthwork
31 00 00 Site Clearing
31 23 16 Unclassified Excavation
31 23 23 Borrow
31 24 00 Embankments
31 25 00 Erosion and Sediment Control
2 ,�o �er�s
� ,�o �
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 13, 2025
Last Revised
03/ 11 /2022
12/20/2012
02/02/2016
06/13/2025
03/07/2025
12/20/2012
12/20/2012
n� ii�i
i � i���
1 � /'��z
n� in��
m ��vr�v ��iv
03/22/2021
O 1 /28/2013
O 1 /28/2013
O 1 /28/2013
04/29/2021
, � ����
, � ����
2022 Bond Year 3— Contract 17
City Project No. 104323
Addendum 1
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 6
Division 32 - Exterior Improvements
32 O1 17 Permanent Asphalt Paving Repair
32 O1 18 Temparary Asphalt Paving Repair
32 O1 29 Concrete Paving Repair
32 11 23 Flexible Base Courses
32 11 29 Lime Treated Base Courses
32 11 33 Cement Treated Base Courses
�� i i�� r; ,;a rr,-o.,.oa c,.;i �..,i.;i;.,o,.
7�7T
32 12 16 Asphalt Paving
2��� A �,.1..,14 D.,. ;,. �Y(�il ILF`>>lwY���
32 13 13 Concrete Paving
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps
�� ,� �� �,.�,.ro�o �,,. :,� r�;r� co„i„���
��
2'1 1 � 1 ti i2.-;,,1� T T,-.;� D.,. :,-,..
�v
32 16 13 Concrete Curb and Gutters and Valley Gutters
32 17 23 Pavement Markings
32 17 25 Curb Address Painting
�'�� �'onoor�id �a�e�
�� �, �ti �x�:..,, �,.r,.,,., „�a r...,,,,
�o
���� �x���a �����„ �ra r„��„
32 32 13 Cast-in-Place Concrete Retaining Walls
32 91 19 Topsoil Placement and Finishing of Roadway Right-of-ways
32 92 13 Sodding
�4 �.T,.r �.T,,.;. o cooa;r,.
�� n� i c 1.T,,.;.,o �,-,,.,., „ra �x�;ta�,...,o,- �ooa:�,�
��
2��� �'2@G Zl.� �/ll''U�S
Division 33 - Utilities
33 O1 30 Sewer and Manhole Testing
33 O1 31 Closed Circuit Television (CCTV) Inspection — Sanitary Sewer
33 O1 32 Closed Circuit Television (CCTV) Inspection — Storm Drain
�--�8 �SC DUtYl�'ir. ,. „��.,;.,�;r,. co.:,o,- C�,..�o,....
���0 3e��Q�d�r� z�ra �,o,.«,.:,.,,, r�,.,.,+:,,�
�� nn i i r,.....,.�:,.r r,.�«,.,,i rro�+ c«„«:,,��
�--�-zz
22�� T�T.,,.,�.o�;,,,�. A,-.,,,lo ('.,�1,,.,7;,. D,-.��o,.�;,�,�. C'�,..�o,�.
33 04 30 Temporary Water Services
33 04 40 Cleaning and Acceptance Testing of Water Mains
33 04 50 Cleaning of Pipes
33 OS 10 Utility Trench Excavation, Embedment, and Backfill
33 OS 12 Water Line Lowering
33 OS 13 Frame, Cover and Grade Rings
33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade
33 OS 16 Concrete Water Vaults
33 OS 17 Concrete Collars
�� nc �n n,,,.o.. �,...:�,.
�--�-zo ��
� ��-v�ii %Gi rJ1�l�F �1�i8
�� nc �� ��ooi r„�:�,. n;,.o
�--�-zz
�� nc �� u.,,.a rr„rr„i;r,�
�--v�-r�
�✓-�--�--�z4 T,,.��.,11.,�;.�,-. .�F!''..,-..:,,« D;,,.,, ;,.. !''...,;,,.,. ,�« T,,,�.,�.,,1 T : ,- Dl..�.,
12/20/2012
12/20/2012
06/ 13/2025
12/20/2012
12/20/2012
06/ 10/2022
n4 i���
6/07/2024
i�i��z
06/13/2025
12/09/2022
, � ����
1 7 /'l�z
12/09/2022
06/ 10/2022
ll /04/2013
, � ����
, � ����
, � ����
06/OS/2018
03/ 11 /2022
OS/13/2021
ncii�T
i n in��
i�i��z
09/07/2018
03/11/2022
12/08/2023
i�i��z
, � ����
i � i���
1 '1 /'l�z
07/O 1/20ll
02/06/2013
03/11/2022
06/13/2025
12/20/2012
09/09/2022
03/11 /2022
12/20/2012
03/11 /2022
i � i���
i�i��z
i � i���
i � i���
i � in�v�zvzz
CITY OF FORT WORTH 2O22 Bond Year 3— Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104323
Revised June 13, 2025 Addendum 1
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 6
33 OS 26
33 OS 30
331105
33 11 10
33 11 11
33 11 12
� '.'. �
2 2�T
33 12 10
33 12 11
33 12 20
2 2�i
33 12 25
2 2�no
33 12 40
� ��-'�o
� ��-'�o
� ��_
2 2��
2 2��
33 31 20
k��s�s�
� ���
� ���
33 31 50
2 2�no
33 39 10
33 39 20
2 2�nv
22�
33 39 60
33 41 10
?i3 11 11
�i3 11 1�
��
�tl-�
� ��J�VT
�J--`tti--tfi
� ��o
33 49 20
� ��--��nv
Utility Markers/Locators
Location of Existing Utilities
Bolts, Nuts, and Gaskets
Ductile Iron Pipe
Ductile Iron Fittings
Polyvinyl Chloride (PVC) Pressure Pipe
�,.�,.ro�o Dro..�.� n1�E� D„r �xTr.,,.,.oa c�ooi ��,i;�aor -r�,,.,,
i],.«;,,,1 C'�,,,,1 D:,,.,, ..,.,1 L';��;,-.,.�
Water Services 1-inch to 2-inch
Large Water Meters
Resilient Seated Gate Valve
A�7II�ITA D„l.l.o« C`o.,�o.a Q„��o.-fl�,�l.,l.,o�
Connection to Existing Water Mains
EL1i3Y�'lGYati�� n;.- ��.,t.,o n � o....b.l:o� �,- v��.,l.to �x�.,�o.- c.,�+o,..�
Fire Hydrants
��r Ez.irJ.� c�
c�„ra,,,-a �,�.r, ,.����,,,.,o n., ,..�.,.,
�arcd in tl'�� Pi�- `r',�
L';l.o,-.�1.,.... Do;,.F ,-,.o,l D;..o F,- (',-.,. :��, C'.,,�.;�.,,-., C`o..,o,-.,
L7:,.6. Tl,,.-.�:�., Dl.l..,.a6...1,,...o /LTTIDL'\ D;...,, C« C�..,..:�,,..., Co<..,,«
Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
��,,,_. c o.. � EIr �r:iiti
�" � �
c„ ,'��� �i� ��i.l�er��
Sanitary Sewer Service Connections and Service Line
E'�.1✓ll�l�� n:.. ��„i.,,, �,. c„�:.,,..., �,,.. ,,,. �,.,.,,,, r,r,,:�„
Cast-in-Place Concrete Manholes
Precast Concrete Manholes
R;l.o,-.Tl.,�� T�T.,,�l,,,lo�
\x7.,.,�o.�,.,�o,- A ,.,.o�.. !`1..,,�.l.o,- /�xl A ('1
Liners for Sanitary Sewer Structures
Reinforced Concrete Storm Sewer Pipe/Culverts
u:,.�, r,o��:+., n,.,..o«�...�o�o �I-I�P�) I�i��€ot��i�: ��:�
Do:�� ..,.o,a D,.i, o+�, io�o icDD�� D:..o
D,•rm�ivji�'i�"!J �1'�id tC�t-DtQi'til �I'YCG1
✓a�rci�c�e
C'1�•4aivLLcI�TQL��':i� a/21.t-�'�ni
�CPl1�1 �%i..1.�:�1,
r.,,,+ :� ni..,.,, ra,.�i.,.i,.,, „�a T„r,.E:,.� a,..,,,,.
Curb and Drop Inlets
e%lJ7'l.'1'.�2�1:SQ,.,, u,.,.,a.�,,,ii� ,.�a �xr:�,�.. ,.ii,.
12/20/2012
12/20/2012
12/20/2012
12/09/2022
09/20/2017
09/09/2022
n� in��
1 7 /')rcr-zv�viz
02/14/2017
12/20/2012
OS/06/2015
nn i���
02/06/2013
i � i���
O1/03/2014
, � ����
n�ii��
, � ����
1 � /'1�z
nn i���
09/09/2022
� �
Division 34 - Transportation
2 A�v Y7'ttttl.� ��:'.��..� �7
�n n i i n ni n� t�.�.o� r�,.��,.,.tio.. r�.,t..;,.o�
�vr rr��iErnrrcrr�A
2 � n�-�- r�vs zii�E�3rii2�3+ �E6a�'6aei'�cC�ivu�6n
2'� ��-�z-ivv� r�ri�citrtriiiE'1i��6�'-�2-vpcGYiicu�n
�^� -r,,,..r�,..,,.., -r,-.,�F;,, c;,�r,.i�
�^� n,,,..,...;r,�-r,-,.�a,. �;,.r„i�
, � ����
, � ����
04/26/2013
i � i���
12/13/2024
12/13/2024
11/1�T
1 � /')m-svr��svii
04/29/2021
07/O 1 /2011
, � ����
, , �,��
n� � �ovrrvrivii
, � ����
n� in�T
n� in�T
i�ii��
03/11 /2022
m �nmrvi�viT
n� ii�z
17/1��
n���
n i��
iii���
n� ii��
CITY OF FORT WORTH 2O22 Bond Year 3— Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104323
Revised June 13, 2025 Addendum 1
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
I ���v ��' IIIU13gli1,1�;,.� n.,�o..,t.l;v�
�n n i �n ni n,.�,,,.;,,1 T L'Tl D�„a....... r
�v�r �.1..�'31r'11� 3S
�n � i �n n� �,.00..,.,. r�r� n,.,,a.:,,,., r
�� �a:�irra:r�
� � n ��� �Lia? �� I-l� a�� �a�^er��� �
� 34 41 30 Aluminum Signs
Izn�o c;�,�io ra„ao �;�.o,- n�.;,. r„i.io
� 34 71 13 Traffic Control
Appendix
C�-4. J 1 �
GC-4.02 Subsurface and Physical Conditions
C�-4.✓I TJ�aora,.,.__�a �,,,,_,_�_o�
FE-4.9� I-���.,.a,. ��� r.,,i �„r,a;�:,.r „� c:.v
��.� '� ' ��irrEl�nr��
GC-6.07 Wage Rates
�-�-9�' P�,..�.;�� „�,a TT�;i:�;o�
F�-H-�1 �`T�3ic�irr�iina��
GR-01 60 00 Product Requirements
END OF SECTION
Page 5 of 6
i � i��z
n�ii��
ncii��
n�ii��
11/12/2013
n� i���
03/22/2021
CITY OF FORT WORTH 2O22 Bond Year 3— Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104323
Revised June 13, 2025 Addendum 1
00 42 43
BlU PROPOSAL
Paze 1 ofS
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Project Item Inforniation
B11ist Iteml
No. Desc�iption
�Unit 1: Water Improvements
� 1 3311A261 8" PVC WaterPipe
� 2 3311 A251 8" DIP Water Pipe
� 3 3311.0161 6" PVC Water Pipe
� 4 33ll.0461 12" PVC Water Pipe
� 5 33ll.0451 12" DIP Water Pipe
� 6 3312.0117 Connection to Existing 4"-12" Water Main
� 7 3312.2001 1" Water Service, Meter Reconnection
� 8 3312.2003 1" Water Service
� 9 3312.2004 1" Private Water Service
� 10 3312.2201 2" Water Service, Meter Reconnection
� 11 3312.2203 2" Water Service
� 12 3312.2204 2" Private Water Service
� 13 33123002 6" Gate Valve
� 14 33123003 8" Gate Valve
� 15 33123005 12" Gate Valve
� 16 3312.0001 Fire Hydrant
� 17 3311.0001 Ductile Iron Water Fittings w/ Restraint
� 18 0241.1301 Remove and Salvage 4" Water Valve
� 19 0241.1302 Remove and Salvage 6" Water Valve
� 20 0241.1303 Remove and Salvage 8" Water Valve
� 21 0241.1305 Remove and Salvage 12" Water Valve
22 �0241.1510 Salvage Fire Hydrant
23 0171.0101 Construction Staking
� 24 0171.0102 As-Built Survey (Redline Survey)
� 25 0241.1001 Water Line Grouting
� 26 0241.1118 4"-12" Pressure Plug
� 27 0241.1218 4"-12" Water Abandonment Plug
� 28 3304.0101 Temporary Water Services
� 29 3305.0003 8" WaterGne Lowering
� 30 3305.0103 Exploratory Excavation of Existing Utilities
� 31 3305.0109 Trench Safery
� 32 3305.0202 Imported EmbedmenUBackfill, CSS
� 33 3305.0203 Imported EmbedmenUBackfill, CLSM
� 34 3305.0204 Imported EmbedmenUBackfill, Crushed Rock
� 35 3305.0207 Imported EmbedmenUBackFill, Select Fill
� 36 3201.0111 4' Wide Asphalt Pvmt Repair, Residential
� 37 3201.0121 4' Wide Asphalt Pvmt Repair, Arterial
� 38 3201.0201 Aspl�alt Pvmt Repair Beyond Defined Width, Residential
� 39 3201.0202 Aspl�alt Pvmt Repair Beyond Defined Width, Arterial
� 40 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" F7exbase)
� 41 3201.0614 Conc Pvmt Repair, Residential
� 42 0241.0100 Remove Sidewalk
� 43 0241.0300 Remove ADA Ramp
� 44 0241.0401 Remove Conerete Drive
� 45 0241.0402 Remove Asphalt Drive
� 46 0241.1000 Remove Conc Pvmt
� 47 0241.1300 Remove Cone Curb&Gutter
� 48 0241.1400 Remove Cone Valley Gutter
� 49 0241.1700 Pavement Pulverization (11")
� 50 3123.0101 Unclassified Excavation by Plan
� 51 3125.0101 SWPPP > 1 acre
� 52 3211.0601 8" CemLime (321b/SY)
� 53 3212.0303 3" Asphalt Pvmt Type D
� 54 3213.0301 4" Conc Sidewalk
� 55 3213.0401 6" Concrete Driveway
� 56 3213.0506 Barrier Free Ramp, Type P-1
� 57 3216.0101 6" Conc Curb and Gutter
Bidder's Application
I Spec�cation Section No. Unit of Bict
Measure Quuntity
33 11 12
33 11 10
34 11 12
33 11 12
33 11 10
33 12 25
33 12 10
33 12 10
33 12 10
33 12 10
33 12 10
33 12 10
33 12 20
33 12 20
33 12 20
33 12 40
33 11 11
02 41 14
02 41 14
02 41 14
02 41 14
02 41 14
01 71 23
01 71 23
02 41 14
02 41 14
02 41 14
33 04 30
33 OS 12
33 OS 30
33 OS 10
33 OS 10
33 OS 10
33 OS 10
33 OS 10
32 Ol 17
32 Ol 17
32 Ol 17
32 Ol 17
32 Ol 18
32 Ol 29
02 41 13
02 41 13
02 41 13
02 41 13
02 41 15
02 41 15
02 41 15
02 41 15
31 23 16
31 25 00
32 11 33
32 12 16
32 13 20
32 13 20
32 13 20
32 16 13
LF
LF
LF
LF
LF
EA
EA
�A
LF
EA
EA
LF
EA
EA
EA
EA
TN
EA
EA
EA
EA
EA
LS
LS
CY
EA
EA
LS
EA
EA
LF
CY
CY
CY
CY
LF
LF
SY
SY
LF
SY
SF
EA
SF
SF
SY
LF
SY
SY
CY
LS
TN
SY
SF
SF
EA
LF
7100
70
350
580
80
12
85
106
460
2
2
70
11
30
5
10
5
2
4
7
1
4
1
1
50
3
4
1
17
7
440
150
190
100
1000
300
80
500
500
9700
300
450
2
220
50
500
210
50
6310
50
1
110
6310
500
220
2
250
Bidder's Proposal
Unit P�ice Bid VaLue
C1TY OF FORT WORTH 2O22 Bond Year3 - Conttn�t 17
STAND ARD CUNSTRUC'TLUN SPECIFIC'AT1UN DUC'UMEN'CS C�ty ProJect No. 104323
Reviseil9/30/2021 Addeu��m 1
00 42 43
BlU PROPOSAL
Paze 2 of S
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Project Item Inforniation
B11ist Item
No. Desc�iption
� 58 3216.0301 7" Cone Valley Gutter, Residential
� 59 3217.0102 6" SLD Pvmt Marking HAS (1�
� 60 3217.0504 Preformed Thermoplastic Contrast Markings - 24" Stop Bars
� 61 3217.5001 C�rb Address Painting
� 62 3291.0100 Topsoil
� 63 3292.0100 Block Sod Placement
� 64 3305.0107 Manhole Adjushnent, Minor w/ Concrete collar
� 65 3305.0110 UtiGty Markers
� 66 3305.0111 Valve Box Adjushnent w/ Concrete collar
� 67 3471.0001 Traffic Contro]
� 68 9999.0001 Conshuction Allowance (Water)
� 69 9999.0002 Miscellaneous Structure Adjushnent (Irrigation)
�
IUnit Z: Sanitary Sewer Improvements
� 1 3331.4115 8" PVC Sewer Pipe
� 2 3331.4119 8" DIP Sewer Pipe
� 3 3331.4205 10" DIP Sewer Pipe
� 4 33313101 4" Sewer Service
� 5 33391001 4' Manhole
� 6 33391002 4' Drop Manhole
� 7 33391003 4' Extra Deptl� Manhole
� 8 33391004 4' Sl�allow Manhole
� 9 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" F7exbase)
� 10 3291.0100 TopsoiL
� 11 3292.0100 Block Sod Placement
� 12 3301.0001 Pr�CCTV Inspection
� 13 3301.0002 Post-CCTV Inspection
� 14 3301.0003 Final-CCTV Inspection
� 15 3301.0004 Final MH-CCTV Inspection
� 16 3301.0101 Manhole Vacuum Testing
� 17 3305.0109 Trench Safety
� 18 3305.0112 Concrete Collar for Manhole
� 19 3305.0114 Manhole Adjustment, Major w/Cover
� 20 3339.0003 Liner - 4' Sewer MH (Chesterton or Warren Coating)
� 21 3305.0202 Imported EmbedmenUBackfill, CSS
� 22 3305.0203 Imported EmbedmenUBackfill, CLSM
� 23 3305.0207 Imported EmbedmentBackfll, Select Fill
� 24 0241.2201 Remove 4' Sewer Manhole
� 25 0241.2102 6" Sewer Abandonment Plug
� 26 0241.2001 Sanitary Line Grouting
� 27 0171.0101 Conshuction Staking
� 28 0171.0102 As-Built Survey (Redline Survey)
� 29 3125.0101 SWPPP > 1 acre
� 30 3201.0111 4' Wide Asphalt Pvmt Repair, Residential
� 31 3201.0121 4' Wide Asphalt Pvmt Repair, Arterial
� 32 3201.0201 Aspl�alt Pvmt Repair Beyond Defined Width, Residential
� 33 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial
� 34 3305.0103 Exploratory Excavation of Existing Utilities
� 35 3305.0110 UtiLity Markers
� 36 3341.0309 36" RCP, Class III
� 37 0241.0401 Remove Conerete Drive
� 38 0241.1300 Remove Conc Curb&Gutter
� 39 0241.0100 Remove Sidewalk
� 40 02411700 Pavement Pulverization (11 ")
� 41 3211.0601 8" CemLime (321b/SI�
� 42 3212.0303 3" Asphalt Pvmt Type D
Bidder's Application
Bidder's Proposal
Spec�cation Section No.
32 16 13
32 17 23
32 17 23
32 17 25
32 91 19
32 92 13
33 OS 14
33 OS 26
33 OS 14
34 71 13
99 99 00
99 99 00
Unit of
Measure
SY
LF
LF
EA
CY
SY
EA
LS
EA
MO
LS
LS
Bid
Quuntity
50
360
50
7
100
500
2
1
14
5
1
1
Unit P�ice
$ l OQ000.00
$1 Q000.00
Bict VaLue
I
�
�
�
�
�
�
�
�
�
$100,000.00�
$10,000.00�
�
$110,000.00�
�
�
�
I
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
I
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
Total - Unit 1: �Jater Improvements
33 31 20
33 11 10
33 11 10
33 31 50
33 39 10, 33 39 20
33 39 10, 33 39 20
33 39 10, 33 39 20
33 39 10, 33 39 20
32 01 18
32 91 19
32 92 13
33 01 31
33 01 31
33 Ol 31
33 Ol 31
33 Ol 30
33 OS 10
33 OS 17
33 OS 14
33 39 60
33 OS 10
33 OS 10
33 OS 10
02 41 14
02 41 14
02 41 14
O1 71 23
O1 71 23
31 25 00
32 01 17
32 01 17
32 01 17
32 01 17
33 OS 30
33 OS 26
33 41 10
02 41 13
02 41 15
02 41 13
02 41 15
32 11 33
32 12 16
LF
LF
LF
EA
EA
EA
VF
EA
LF
CY
SY
LF
LF
LF
EA
EA
LF
EA
EA
VF
CY
CY
CY
EA
EA
CY
LS
LS
LS
LF
LF
SY
SY
EA
LS
LF
SF
LF
SF
SY
TN
SY
2990
126
420
46
21
3
17
2
3520
40
330
630
3520
3520
26
26
3150
10
8
50
70
50
350
13
5
s6
1
1
1
100
50
70
40
2
1
10
40
30
30
900
30
900
C1TY OF FORT WORTH 2O22 Bond Year3 - Conttn�t 17
STAND ARD CUNSTRUC'TLUN SPECIFIC'AT1UN DUC'UMEN'CS C�ty ProJect No. 104323
Reviseil9/30/2021 Addeu��m 1
00 42 43
BlU PROPOSAL
Paze 3 of S
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Project Item Inforniation
B11ist Item
No. Desc�iption
� 43 3213.0301 4" Conc Sidewalk
� 44 3213.0401 6" Conerete Driveway
� 45 3216.0101 6" Conc C�rb and Gutter
� 46 3471.0001 Traffic Conhol
� 47 9999.0003 Construction Allowance (Sewer)
� 48 9999.0004 Poo-Pit Maintenance Shaft
�
�
�
�Unit 3: Paving Improvements
� 1B 0241.1100 Remove Asphalt Pvmt
� 2B 3123.0101 Unclassified Excavation by Plan
� 3B 3213.0101 6" Conc Pvmt
� 4B 3213.0103 8" Conc Pvmt
� SB 3213.0203 8" Conc Pvmt HES
� 6B 32ll.0502 8" Lime Treatment
� 7B 32ll .0400 Hydrated Lime (8" @ 40Lb/SY)
� 8B 3305.0111 Valve Box Adjushnent
� 9B 3305.0107 Manhole Adjushnent, Minor
� 10 0171.0101 Construction Staking
� 11 0241.0100 Remove Sidewalk
� 12 0241.0200 Remove Step
� 13 0241.0300 Remove ADA Ramp
� 14 0241.0401 Remove Concrete Drive
� I S 0241.0402 Remove Asphalt Drive
� 16 0241.0500 Remove Fence
� 17 0241.0702 Relocate Mailbox - Traditional
� 18 0241.0705 Remove and Replace Mailbox - Brick
� 19 02411000 Remove Conc Pvmt
� 20 0241.1300 Remove Conc Curb&Gutter
� 21 0241.1400 Remove Cone Valley Gutter
� 22 3110.0111 Site Clearing
� 23 3110.0102 6"-12" Tree Removal
� 24 3110.0103 12"-18" Tree Removal
� 25 3110.0104 18"-24" Tree Removal
� 26 3110.0105 24" and Larger Tree Removal
� 27 3124.0101 Embankment by Plan
� 28 3125.0101 SWPPP > 1 acre
� 29 3211.0112 6" Flexible Base, Type A, GR-1
� 30 3212.0401 HMAC Transition
� 31 3213.0301 4" Conc Sidewalk
� 32 3213.0311 4" Conc Sidewalk, Adjacent to Curb
� 33 3213.0321 Conc Sidewalk, Adjacent to Ret Wall
� 34 3213.0322 Conc �rb at Back of Sidewalk
� 35 3213.0401 6" Concrete Driveway
� 36 3213.0501 Barrier Free Ramp, Type R-1
� 37 3213.0503 Barrier Free Ramp, Type M-1
� 38 3213.0504 Barrier Free Ramp, Type M-2
� 39 3213.0506 Barrier Free Ramp, Type P-1
� 40 3213.0507 Barrier Free Ramp, Type P-2
� 41 3217.0102 6" SLD Pvmt Marldng HAS (I�
� 42 3217.0502 Preformed Thermoplastic Contrast Markings - 24" Crosswalk
� 43 3217.0504 Preformed Thermoplastic Contrast Markings - 24" Stop Bars
� 44 3217.5001 �rb Address Painting
� 45 3231.0121 4' Chain Link, Aluminum
� 46 3232.0100 Cone Ret Wall Adjacent to Sidewalk
� 47 3291.0100 Topsoil
� 48 3292.0100 Block Sod Placement
Bidder's Proposal
Spec�cation Section No. Unit of Bict
Measure Quuntity
32 13 20 SF 30
32 13 20 SF 40
32 I6 13 LF 30
34 71 13 MO 3
99 99 00 LS 1
99 99 00 EA 1
Bidder's Application
Unit P�ice
$G0,000.00
Total - Unit 2: Sanitary Sewer Improvements
02 41 15
31 23 16
32 13 13
32 13 13
32 13 13
32 11 29
32 11 29
33 OS 14
33 OS 14
01 71 23
02 41 13
02 41 13
02 41 13
02 41 13
02 41 13
02 41 13
02 41 13
02 41 13
02 41 15
02 41 15
02 41 15
31 10 00
31 10 00
31 10 00
31 10 00
31 10 00
31 24 00
31 25 00
32 11 23
32 12 16
32 13 20
32 13 20
32 13 20
32 13 20
32 13 20
32 13 20
32 13 20
32 13 20
32 13 20
32 13 20
32 17 23
32 17 23
32 17 23
32 17 25
32 31 13
32 32 13
32 91 19
32 92 13
SY
CY
SY
SY
SY
SY
TN
EA
EA
LS
SF
SF
EA
SF
SF
LF
EA
EA
SY
LF
SY
SY
EA
EA
EA
EA
CY
LS
SY
TN
SF
SF
SF
LF
SF
EA
EA
EA
EA
EA
LF
LF
LF
EA
LF
SF
CY
SY
18200
383
3148
15563
100
21235
523
26
17
1
3000
50
6
9900
8600
70
13
2
300
2200
100�
500
7
1
1
3
350�1
500�
100�
26500J
10806J
406
250
18500
1
2
1
16
1
720
560
140
85
70�
200�
1000�
5700�
Bict VaLue
�
�
�
�
$60,000.00�
�
�
$60,000.00�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
C1TY OF FORT WORTH 2O22 Bond Year3 - Conttn�t 17
STAND ARD CUNSTRUC'TLUN SPECIFIC'AT1UN DUC'UMEN'CS C�ty ProJect No. 104323
Reviseil9/30/2021 Addeu��m 1
00 42 43
BlU PROPOSAL
Paze 4 of S
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Project Item Inforniation
B11ist Item
No.
� 49
� 50
� 51
� 52
� 53
� 54
� 55
� 56
� 57
� 58
� 59
� 60
� 61
� 62
� 63
� 64
� 65
� 66
� 67
� 68
� 69
�
Desc�iption
3346.0008 4" Pipe Underdrain, Type 8
3349.5005 Remove and Replace Inlet Top, 5'
3349.5006 Remove and Replace Inlet Top, 10'
3349.5007 Remove and Replaee Inlet Top, 15'
3349.5008 Remove and Replace Inlet Top, 20'
3441.4003 FurnishQnstall Alum Sign Ground Mount City Std.
3441.4109 Remove Sign Panel
3441.4110 Remove and Reinstall Sign Panel and Post
3471.0001 Traffic Control
9999.0005 Barrier Free Ramp, Type P-1, Modification A
9999.0006 Barrier Free Ramp, Type P-1, Modification B
9999.0007 Barrier Free Ramp, Type P-1, Modification C
9999.0008 Barrier Free Ramp, Type P-1, Modification D
9999.0009 Barrier Free Ramp, Type P-2, Modification A
9999.0010 Barrier Free Ramp, Type R-1, Modification A
9999.0011 Barrier Free Ramp, Type M-2, Modification A
9999.0012 Barrier Free Ramp, Type M-2, Modification B
9999.0013 Concrete Median
9999.0014 Concrete Steps
9999.0015 Miscellaneous Utiliry Adjushnent (Irrigarion)
9999.0016 Construction Allowance (Paving)
Bidder's Application
Bidder's Proposal
Spec�cation Section No.
33 46 00
33 49 20
33 49 20
33 49 20
33 49 20
34 41 30
34 41 30
34 41 30
34 71 13
32 13 20
32 13 20
32 13 20
32 13 20
32 13 20
32 13 20
32 13 20
32 13 20
99 99 00
99 99 00
99 99 00
99 99 00
Unit of
Measure
LF
EA
EA
EA
EA
EA
EA
EA
MO
EA
EA
EA
EA
EA
EA
EA
EA
SF
SF
LS
LS
Bid
Quuntity
100
4
3
2
3
4
1
9
�
1
1
1
1
1
7
1
2
2346
50
1
1
Unit P�ice
$75,000.00
$120,000.00
Bict VaLue
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
$75,000.00�
S 120,000.00 �
$195,000.00 �
Total - Unit 3: Paving Improvements
C1TY OF FORT WORTH 2O22 Bond Year3 - Conttn�t 17
STAND ARD CUNSTRUC'TLUN SPECIFIC'AT1UN DUC'UMEN'CS C�ty ProJect No. 104323
Reviseil9/30/2021 Addeu��m 1
00 42 43
BlU PROPOSAL
Paze 5 ofS
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Project Item Inforniation
B11ist Iteml
No. Desc�iption
�Unit 3a: Paving Improveroents - Alternate Bid A(POL)
� IA 02411700 Pavement Pulverization (11")
� 2A 3123.0101 Unclassified Excavarion by Plan
� 3A 3211.0601 8" Ce�nLime (@321b/SI�
� 4A 3212.0303 3" Aspl�alt Pvmt Type D
� SA 3201.0614 Cone Pvmt Repair, Residential
� 6A 3216.0101 6" Conc C�rb and Gutter
� 7A 3216.0301 7" Cone Valley Gutter, Residential
� 8A 3305.0111 Valve Box Adjustment w/Conerete collar
� 9A 3305.0107 Manhole Adjustment, Minor w/Conerete collar
� l0A Deduct Items IB-9B
Bidder's Application
Bidder's Proposal
I . Unit of Bict
Spec�cation Sect�on No. Measure Unit P�ice
Quaiitity
02 41 15
31 23 16
32 11 29
32 12 16
32 Ol 29
32 16 13
32 16 13
33 OS 14
33 OS 14
SY
CY
TN
SY
SY
LF
SY
EA
EA
16300
1300
300
16300
316J
9426J
846
2�
17
Total - Unit 3a: Paving Improvements - Alternate Bid A(POL)�
�Unit 4: Stormwater Improvements
� 1 0171.0101 Construction Staking
� 2 0241.4201 Remove 4' Drop Inlet
� 3 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" Flexbase)
� 4 3301.0012 Post-CCTV Inspection of Storm Drain
� 5 3305.0109 Trench Safery
� 6 3305.0204 Imported EmbedmenUBackfill, Crushed Rock
� 7 3305.0207 Imported EmbedmentBackfill, Select Fill
� 8 334].0103 18" RCP, CLass III
� 9 334].0205 24" RCP, CLass III
� 10 3341.0302 30" RCP, Class III
� 11 3349.5001 10' C�rb Inlet
� 12 3471.0001 Traffic Control
� 13 9999.0017 Construction Allowance (Stormwater)
�
Ol 71 23
02 41 14
320118
33 01 32
33 OS 10
33 OS 10
33 OS 10
33 41 10
33 41 10
33 41 10
33 49 20
34 71 13
99 99 00
LS
EA
LF
LF
LF
CY
CY
LF
LF
LF
EA
MO
LS
1
1
70
70
70
20
40
30
20
20
2
1
1 $10,000.00
Total - Unit 4 Stormwater Improvements
Bid Summary
Unit 1: Water Improvements
Unit 2: Sewer Improvements
Unit 3: Paving Improvements Base Bid
Unit 3a: Paving Improvements Alternate A(POL)
Unit 4 Stormwater Improvements
*Total 1 Base Bid (Concrete) Unit 1, 2, 3, & 4
*Total 2 with Alternate A(POL) Unit 1, 2, 3, 3A & 4
*Note: The City, Reserves the right to select either Total l or Tota12.
END OF SECTION
Total
Total
Bict VaLue
I
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
$10,000.00 �
$10,000.00 �
�
s1lo,o00.00�
$60,000.00�
$195,000.00�
�
$10,000.00�
$375,000.00
$375,000.00
C1TY OF FORT WORTH 2O22 Bond Year3 - Conttn�t 17
STAND ARD CUNSTRUC'TLUN SPECIFIC'AT1UN DUC'UMEN'CS C�ty ProJect No. 104323
Reviseil9/30/2021 Addeu��m 1
320129-1
CONCRETE PAVING REPAIR
Page 1 of 8
1
2
SECTION 32 Ol 29
CONCRETE PAVING REPAIR
3 PART1- GENERAL
4 1.1 SUMMARY
5 A.Section includes:
6 1. Concrete pavement repair to include, but not limited to:
7 a. Utility cuts (water, sanitary sewer, drainage, etc.)
8 b. Warranty work
9 c. Repairs of damage caused by Contractor
10 d. Any other concrete pavement repair needed during the course of construction
11 e. Full-depth concrete pavement panel replacement
12 £ Concrete Spall repair
13 g. Concrete crack repair
14 B.Deviations from this City of Fort Worth Standard Specification
15 1. None.
16 C.Related Specification Sections include, but are not necessarily limited to:
17 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract
18 2. Division 1- General Requirements
19 3. Section 32 O1 18 - Temporary Asphalt Paving Repair
20 4. Section 32 11 23 — Flex Base Courses
21 5. Section 32 12 16 - Asphalt Paving
22 6. Section 32 13 13 - Concrete Paving
23 7. Section 33 OS 10 - Utility Trench Excavation, Embedment and Backfill
24 1.2 PRICE AND PAYMENT PROCEDURES
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
A.Measurement and Payment
1. Concrete Pavement Repair
a. Measurement
1) Measurement for concrete pavement repair including full-depth panel
replacement shall be by the square yard of completed and accepted concrete
pavement repair for various concrete class and thickness
2) Measurement for concrete crack repair shall be by the foot of exterior crack
length, injected gallon, square footage for flood coats, or lump sum.
3) Measurement for concrete spall repair shall be by the cubic foot of concrete
repair material placed.
4) Limits of repair for utility cuts will be based on the time of service of the
existing pavement as per the Utility Cut Policy. Full-depth panel
replacement, spall repair, and crack sealing will be as per the plan details,
contract document, or as directed by the City.
b. Payment
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 13. 2025
2022 Bond Year 3 Contract 17
City Project No. 104323
Addendum 1
320129-2
CONCRETE PAVING REPAIR
Page 2 of 8
1 1) The work performed and materials furnished for concrete pavement repair
2 and measured as provided under "Measurement" shall be paid for at the
3 unit price bid per square yard of concrete pavement repair. This price is full
4 compensation for removal, stockpiling, and disposal of waste material and
5 for equipment, materials, labor, tools, and incidentals.
6 2) The work performed and the materials furnished for concrete spall repair
7 and measured as provided under "Measurement" will be paid for at the unit
8 price bid per cubic foot of concrete repair material placed. This price is full
9 compensation for sawing, chipping, milling, cleaning, abrasive blasting,
10 repairing spalled concrete pavement, disposal of materials, materials,
11 equipment, labor, tools, and incidentals.
12 3) The work performed and the materials furnished for concrete crack repair
13 and measured as provided under "Measurement" will be paid for at the unit
14 price bid for the type specified. This price is full compensation for
15 furnishing and installing all repair materials, equipment, labor, and
16 incidentals.
17 c. The price bid shall include:
18 1) The removal, stockpiling, and disposal of waste material
19 2) Shaping and fine grading the placement area
20 3) Furnishing and applying all water required
21 4) Furnishing, loading and unloading, storing, hauling and handling all
22
concrete
23 5) Furnishing, loading and unloading, storing, hauling and handling all base
24 material
25 6) Mixing, placing, finishing and curing all concrete
26 7) Furnishing and installing reinforcing steel
27 8) Furnishing all materials and placing longitudinal, warping, expansion and
28 contraction joints, including all steel dowels, dowel caps and load
29 transmission units required, wire and devices for placing, holding and
30 supporting the steel bar, load transmission units, and joint filler in the
31 proper position; for coating steel bars where required by the Drawings
32 9) Sealing joints
33 10) Monolithically poured curb-and-gutter
34 11) All equipment and machinery that will be applied to the work
35 12) All costs associated with tie bars pullout testing, according to ASTM
36 E488/E488M
37 13) Cleanup
38 1.3
39
40
41
42
43
44
REFERENCES [NOT USED]
A.Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. American concrete Institute (ACI):
a. ACI 318 Building Code Requirements for Structural Concrete
45 3. American Society for Testing and Materials (ASTM)
46 a. ASTM C881/ C881M Standard Specification for Epoxy-Resin-Base Bonding
47 System for Concrete
CITY OF FORT WORTH 2O22 Bond Year 3 Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104323
Revised June 13. 2025 Addendum 1
320129-3
CONCRETE PAVING REPAIR
Page 3 of 8
1 b. ASTM E488/ E488 M Standard Test Methods for Strength of Anchors in
2 Concrete Elements
3 1.4 ADMINISTRATIVE REQUIREMENTS
4 A.Permitting
5 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation
6 and Public Works Department in conformance with current ordinances.
7 2. Transportation and Public Works Department will inspect paving repair after
8 construction.
9 1.5 SUBMITTALS [NOT USED]
10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
11 A.Concrete Mix Design: submit for approval in accordance with Section 32 13 13.
12 1.7 CLOSEOUT SUBMITTALS [NOT USED]
13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
14
15
16
17
18
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD CONDITIONS
A.Weather Conditions: Place concrete as specified in Section 32 13 13.
1.12 WARRANTY [NOT USED]
19 PART 2 - PRODUCTS
20 2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
21 2.2 MATERIALS
22
23
24
25
26
27
28
A.Embedment and Backfill: see Section 33 OS 10.
B.Base materiaL• Concrete base: see Section 32 13 13.
C. Concrete: see Section 32 13 13.
1. Concrete paving: Class H or Class HES.
2. Replace concrete to the specified thickness.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
29 PART 3 - EXECUTION
30 3.1 INSTALLERS [NOT USED]
31 3.2 EXAMINATION [NOT USED]
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 13. 2025
2022 Bond Year 3 Contract 17
City Project No. 104323
Addendum 1
320129-4
CONCRETE PAVING REPAIR
Page 4 of 8
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
3.3 UTILITY CUT REPAIR
A.Preparation
1. Replace a continuous section if multiple repairs are closer than 10 feet apart from
edge of one repair to the edge of a second repair.
2. If the cut is to be covered, use steel plates of sufficient strength and thickness to
support traffic.
a. Construct a transition of hot-mix or cold-mix asphalt from the top of the steel
plate to the existing pavement to create a smooth riding surface.
1) Hot-mix or cold-mix asphalt: conform to the requirements of Section 32 12
16.
3. Surface Preparation: mark pavement cut repairs for approval by the City.
B. Installation
1. Sawing
a. General
1) Saw cut perpendicular to the surface to full pavement depth.
2) Saw cut the edges of pavement and appurtenances damaged subsequent to
sawing to remove damaged areas.
3) Such saw cuts shall be parallel to the original saw cut and to neat straight
lines.
b. Sawing equipment
1) Power-driven
2) Manufactured for the purpose of sawing pavement
3) In good operating condition
4) Shall not spall or facture concrete adjacent to the repair area
c. Repairs: In true and straight lines to dimensions shown on the Drawings
d. Utility Cuts
1) In a true and straight line on both sides of the trench
2) Minimum of 12 inches outside the trench walls
e. Prevent dust and residues from sawing from entering the atmosphere or
drainage facilities.
2. Removal
a. Use care in removing concrete to be repaired to prevent spalling or fracturing
concrete adjacent to the repair area.
3. Base: as specified in Drawings
4. Concrete Paving
a. Concrete placement: in accordance with Section 32 13 13.
b. Reinforce concrete replacement: as specified in Drawings
38 3.4 FULL-DEPTH CONCRETE PAVEMENT PANEL REPLACEMENT
39
40
41
42
43
44
45
A.Repair limits
1. The Contractor shall submit his method of repair to the Project Manager for approval.
2. The project manager will use sound engineering judgment to determine the
appropriate repair limits. For Jointed Reinforced Concrete Pavement (JRCP), any
slab identified for repair must be fully removed and replaced—small, localized
repairs are not permitted. However, partial panel replacement may be allowed if the
original panel exceeds 20 feet in length. In such cases, the panel may be divided into
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 13. 2025
2022 Bond Year 3 Contract 17
City Project No. 104323
Addendum 1
320129-5
CONCRETE PAVING REPAIR
Page 5 of 8
1 two sections, and a transverse dummy joint must be added to ensure that each section
2 does not exceed 15 feet in length.
3 B. Concrete pavement removal
4 3. Provide concrete pavement removal equipment including chipping hammers or
5 hydro-demolition equipment for bulk concrete removal; steel chains, lift pins, and a
6 crane or front-end loader for lifting and loading pavement onto a flatbed or dump
7 truck; a maximum 40-1b. drill with tungsten carbide bits; and an air compressor
8 equipped with oil-removal filters capable of delivering air to clear dust and debris.
9 4. Saw-cut the concrete using diamond-blade saws through the full depth of the
10 concrete slab. Saw-cutting with diamond-blade saws will result in a smooth cut
11 surface with little damage to the surrounding concrete. Carbide-tooth wheel saws can
12 cause damage to the surrounding concrete and are not permitted for saw-cutting for
13 full-depth pavement repairs. The saw-cut concrete panels should be removed, and the
14 concrete placed as quickly as possible. Schedule work so that concrete placement
15 follows full-depth saw-cutting by no more than 7 days unless otherwise approved by
16 the project manager.
17 5. Once the saw-cut for the pavement slab is complete, remove the slab by lifting the
18 slab with a minimum disturbance to the base materials and surrounding concrete. Do
19 not spall or fracture concrete adjacent to the repair area. Saw-cut and remove
20 additional concrete as directed, after slab removal, if distresses are found in the
21 surrounding concrete pavement. Repair damages to concrete pavement caused by the
22 Contractor's operation without additional compensation. The breakup method for
23 removing concrete slabs is not allowed, as it could disturb the base and cause damage
24 to the surrounding concrete.
25 6. Completely remove all loose or damaged base material, ensuring no unstable material
26 remains. Recompact the base to the satisfaction of the project manager or inspector.
27 Before concrete placement, level the base layer using Type A, Grade 1-2 flexible
28 base to match the original grade of the concrete slab or as otherwise directed.
29 C.Base Material
30 7. Provide Type A, Grade 1-2 flexible base material in accordance with City
31 Specification 32 11 23, for fle�ble base repairs. In the areas where base repairs are
32 required, place a minimum of 8 inches of flexible base over a compacted subgrade,
33 unless otherwise directed by the Project Manager. If three or more consecutive
34 concrete panels require replacement, an approved geogrid material may be installed
35 on top of the compacted subgrade prior to placing the flexible base.
36 8. Compact the flexible base materials to a minimum 95% proctor with -2 to +4 of
37 optimum moisture content. Level the base layer with Type A, Grade 1-2 flexible base
38 to the original grade of the concrete slab or as directed before concrete placement.
39 Place concrete directly onto the compacted base layer unless otherwise directed.
40 D.Mix Design
41 1. Obtain approval for the repair hydraulic cement concrete mix design 10 days prior to
42 beginning any repair work. The selection of concrete mix should be based on the time
43 for opening the road to traffic and temperature range during the repair.
44 2. Hydraulic cement concrete mix design. Provide Class HES concrete in accordance
45 with City spec Section 32 13 13, "Concrete Paving", and designed to attain a
46 minimum compressive strength of 3,000 psi within the designated timeframe if the
47 timeframe designated for opening the road to traffic is less than 72 hr. (3-days) after
CITY OF FORT WORTH 2O22 Bond Year 3 Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104323
Revised June 13. 2025 Addendum 1
320129-6
CONCRETE PAVING REPAIR
Page 6 of 8
1 concrete placement. Otherwise, provide Class H concrete conforming to City spec
2 Section 32 13 13, "Concrete Paving".
3 E. Concrete Pavement
4 1. Thickness: The new concrete pavement thickness shall match the existing concrete
5 pavement thickness. However, the new concrete pavement shall be constructed with
6 minimum thicknesses of 9 inches for Arterial and Industrial streets, 7 inches for
7 Collector streets, and 6 inches for Residential streets, regardless of the existing
8 pavement thickness.
9 2. Tie bars: Place tie bars to restore the continuity of the concrete pavement as shown
10 on the details in the contract document. Drill holes into the existing concrete to a
11 minimum depth of 6 inches, unless otherwise directed. Use a drill bit with a diameter
12 1/8 inch larger than the diameter of the tie bars. Clean each hole thoroughly with a
13 wire brush and compressed air to remove all dust and moisture. Only cartridge or
14 machine applicator epoxy systems are permitted. Apply epoxy in accordance with the
15 manufacturer's instructions. Insert the tip of the epoxy cartridge or machine
16 applicator into the back of the hole and inject Type III, Class C epoxy, ensuring the
17 hole is filled completely. Immediately insert the tie bars into the filled holes. Ensure
18 that the bond strength of the epoxy-grouted tie bars achieves a pullout strength of at
19 least 75% of the tie bar's yield strength, tested in accordance with ASTM E488 and
20 within the epoxy manufacturer's recommended curing time. If the specified pull-out
21 strength is not achieved, increase the embedment depth and retest. Other variables,
22 such as epoxy application and hole cleanout, can also be adjusted to improve pull-out
23 strength. The failure of drilled and epoxied bars to achieve the required pull-out
24 strength is typically due to inadequate filling of the drilled holes with epoxy, rather
25 than the length of embedment. Complete all tie bar testing prior to starting repair
26 work. All activities related to pullout testing and corrective measures shall be at the
27 Contractor's expense.
28 3. Deformed reinforcing bars: Install new deformed reinforcing steel bars matching the
29 size and spacing specified in the plans or details in the contract document. Comply
30 with ACI 318 for minimum lap of spliced bars where not specified on the Drawings.
31 Provide and place supports to securely hold the new reinforcing steel in place.
32 4. Dowel bars: Place dowel bars as shown on the details in the contract document or
33 plans for jointly reinforced concrete pavement (JRCP). Provide and place supports to
34 securely hold the dowel bars in place. The spacing between transverse joints shall not
35 exceed 15 feet.
36 5. After installing the required reinforcing steel, place the concrete directly onto the
37 properly compacted base. Mix, place, cure, and test the concrete accarding to the
38 City's concrete paving specification, Section 32 13 13 — Concrete Paving. Broom-
39 finish the surface unless otherwise indicated in the plans or details in the contract
40 document.
41 6. Perform a timely saw-cut at transverse contraction joints for JRCP in accordance
42 with City specification, Section 32 13 13 — Concrete Paving.
43 7. Clean and seal transverse contraction joints with an approved sealant in accordance
44 with City specification, Section 32 13 13 — Concrete Paving.
45 8. Ensure the new pavement matches with the grade and alignment of existing concrete
46 pavement.
47 9. Concrete pavement may be opened to traffic when specified strength is achieved.
48 Unless the pavement is required to be open to traffic within 72 hours, use a standard
49 concrete mix instead of a high-early strength (HES) concrete mix. The use of HES
CITY OF FORT WORTH 2O22 Bond Year 3 Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104323
Revised June 13. 2025 Addendum 1
320129-7
CONCRETE PAVING REPAIR
Page 7 of 8
1 concrete during the summer, when ambient temperatures are high, can result in
2 excessive heat of hydration and premature pavement distress due to thermal cracking.
3 It may also lead to increased drying shrinkage, particularly near the surface. Proper
4 curing of HES mixes is essential to minimize map cracking caused by large
5 temperature gradients and high evaporation rates.
6 3.5 CONCRETE SPALL REPAIR
7 A.Description
8 1. Repair spalling and partial-depth failures in concrete pavement using Type VIII
9 epoxy that meets ASTM C 881 Type I or IV, rapid-set concrete that meets DMS-
10 4655, "Concrete Repair Materials," Type "B.", or approved concrete mix designs
11 B. Spall category
12 1. Spalls are categorized based on severity of damage. Type of repair material and
13 installation procedures differ based on spall category. Spalls are categorized as
14 minor, intermediate, or major based on severity. Spall repair materials and methods
15 differ significantly depending on the spall depth, area, causes, and configurations.
16 Contractor shall use TxDOT procedure to perform spall repair.
17 a. Minar Spalls
18 1) Damage is less than 1 inch deep, and it covers an area less than 12 square
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
�
c.
inches
2) Use epoxy or epoxy mortar that is formulated for concrete repair to repair
minor spalls
3) Use materials from TxDOT's preapproved list for Type VIII epoxy.
Contractors may use other materials only if specifically authorized by the
Ciry in writing.
Intermediate spall
1) Use only TxDOT pre-approved materials meeting the requirements of
DMS-4655, "Concrete Repair Materials."
2) Form-and-pour materials are typically the best option in pavement
applications because they can be extended with coarse aggregate, which
significantly reduces the potential for shrinkage cracking.
Major Spall
1) Major spalls typically involve deep repairs to members in which capacity
has been reduced because of damage and deterioration. The repair is meant
to restore the capacity of the damaged concrete. Use approved mix designs
to repair major spalls.
36 3.6 CONCRETE CRACK REPAIR
37 A.Repair cracks in concrete pavement by epoxy injection, gravity filling, routing and
38 sealing, or surface sealing.
39 B.Concrete cracks as narrow as 0.002 inches can be injected with epoxy resin. However, it
40 is often difficult to effectively fill cracks that are narrower than 0.005 inches. It is
41 important to use a crack gauge to get accurate readings on crack widths. Contractors shall
42 use TxDOT crack sealing procedures to perform crack repairs.
43 C.Pressure-inject TxDOT Type IX low-viscosity epoxy resin (ASTM C 881 Type IV,
44 Grade 1) into concrete cracks to restore structural integrity of damaged members or to
45 prevent water and chloride infiltration.
CITY OF FORT WORTH 2O22 Bond Year 3 Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104323
Revised June 13. 2025 Addendum 1
320129-8
CONCRETE PAVING REPAIR
Page 8 of 8
1 D.Use TxDOT approved Type V or VII concrete epoxy adhesive for sealing the surface of
2 cracks.
3 3.7 REPAIR/RESTORATION [NOT USED]
4 3.8 RE-INSTALLATION [NOT USED]
5 3.9 FIELD QUALITY CONTROL [NOT USED]
6 3.10 SYSTEM STARTUP [NOT USED]
7 3.11 ADJUSTING [NOT USED]
8 3.12 CLEANING [NOT USED]
9 3.13 CLOSEOUT ACTIVITIES [NOT USED]
10 3.14 PROTECTION [NOT USED]
11 3.15 MAINTENANCE [NOT USED]
12 3.16 ATTACHMENTS [NOT USED]
13
14
DATE NAME
END OF SECTION
Revision Log
SUMMARY OF CHANGE
1.2.A — Modified Items to be included in price bid; Added blue text for clarification
12/20/2012 D. Johnson of repair width on utility trench repair
2.2.C.1 — Changed to Class P to Class H
1.2 Update price and payment procedures
13 Added reference standards
3.4 Added Full Depth Concrete Pavement Panel Replacement section
6/13/25 M Owen
3.5 Added concrete Spall Repair section
3.6 Added Concrete Crack Repair Section
CITY OF FORT WORTH 2O22 Bond Year 3 Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104323
Revised June 13. 2025 Addendum 1
REVISIONS
� � �t..�i��� �<.�
p oo�Ho�N,,,„�wo�o..00..RaF.�coox.Ro�oRa��,o., oo���,
�
, p
rSHEETINDEX i
I SHEET NO.I DESCRIPTION �
� , c�VER S�EET LEGEND
I 2 I�'D_X OF SHEETS -
I 3- 4 I GENE�AL NOTES -
I 5 I WA-_R _OCATION MAP
I 6 I S�NI I�RV SEWER LOCATION MAP -
I 1 � pnvlNc LAvouT
tl (;O�-��20LDATASHEET
9-'8 WA'�_HPL4N-WATERMAINI -
19-20 WA-�_HPL4N-WATERMAIN2 -
21 WATER PLAN - WATER MAIN 3
22 WATER PLAN - WATER MAIN 4 -
23 WATER PLAN & PROFILE • WATER MAIN 5 -
24 WATER PLAN - WATER MAIN 6
25 WAJER PLAN & PROFILE - WATER MAIN ] -
26 SAJ�ITARVSEWERPLAN&PROFILE-SSLINEA L-2221A1 -
2] 57(JITARVSEWEIIPLANBPROFILE-SSLINEB��L-3431) -
28 SANITARVSEWERPLANBPROFILE-SSLINEC�L-fi051)
29-30 SANITARYSEWERPLANBPROFILE-SSLINED L-3633)
31-33 SANITARVSEWERPLAN&PROFILE-SSLINEE1�L-0160)
I 30-35 ISANITARVSEWERPLAN$PRORLE-SSLMEF�L-36311 -
I 3fi ICANITARVSEWERPLAN$PROFILE-SSLINEG/M-165R -
I 3]-38 ISANITARVSEWERPLANBPROFILE-SSLINEH�L-3639 -
I 39 I SANITARV SEWER PLAN 8 PROFILE -SS LWE I(L-6590
I q0 i STORM DRAIN PLAN 8 PROFILE -STORM LAT R
I 41 -4g i TYPICAL SECTIONS
� 50-52 I PAVINGALIGNMENTSHEETS -
53-fi5 PAVINGPLANBPROFILE-VAUGHNBOU�EVAR� �
66 INTERSECTION GRADING PLAN - VAUGHN BLV� /HAR�FMAN ST
6]-]3 VAUGHNeOULEVAR�-�RNEWAVPROFILES
]4 PAVING -}jARDEMAN STREET -
]5 PAVINGVLANBPROFILE-BISHOPSTREET -
]6 BJSHOPSTREET-DRNEWAVPROFILES -
]] NAVINGPLANBPROFILE-BRIGHTSTREET -
]8 BRJGHTSTREET-DRNEWAVPROFILES -
]9 PRVING PLAN 8 PROFILE � SVDNEV STREET -
90 SVDNEYSTREET-DRNEWAVPROFILES -
83 PAV�NGSVLANEB PPF(R%I IILE ABAVLOORIS REET -
�84 BAVL� OR SJRE� IP-f�IR50 STREEOFILES -
I 85 IPAV�NGFtAN-EM I2 -
I 9s iPAVMGPLAN-COMANCHESTREET "
I e] i PAVING PLAN - ERATH STREET "
( 88 I TRAFFIC CONTROC PLAN '
89 EROSION CONTROL PLAN '
90-94 WATERDETAILS -
95-9] SEWER�ETqILS -
98-99 STORMDRAINDETAILS -
100-108 PAVINGDETAILS -
109 -111 iRAFFIC OETAILS -
112-114 TRFNPH�RF�CRD�TPILS T G �ILS
„s , i t (� ��Z�,�dIKl,91"�Y"��I��
� /
�o pr
O raa
❑J
pvs
��
�
� �P � Rm Fou�v
Edye c( qsqH�ll Pwevum
—"—� CM1vn Clok Fem
�W'� wwW�rcer.�Poa�
��r. ��
�ee eled.rc eoo, e�eurrc eox
PPQ� Faver Pae
DE HM E/scWloeMonMle
� F,�o�,o���
QFun Flcer oqro uonmie
—r— rarewwreu�
� �areWrvre Pmearai
OTun �arecm-re uo�we
� ?rmn 9prcaew
�s��va. mn �e�or
�cu cos Meru
Or.v cos vohe
OGasTs OosTan.Sfmlw
�SiuX pq,m M�I� eIe Po
� � sio.m inier
Oco� sa�oryse.re�a�er�leorcur
Ou�m Sa arySe.re�Marnllirepeorwv�
�s 55MH 5a ory Se.v Ma�he
w� �� �wm
E.irc wm�- w���erc��.�
�+ff+ x S i h wma. uor� r�ne �.�
� wmei a. Release uo�ve
H� wmer Husn vam
OOF w�m wws; Yo �,en. P,,,+�r�v
OwxH woieer,y���rrwvaHe
� wmer vwn
o w�„ re�,� s,�a
�
/`�Ah19Y2��
OS-28-2025
CONSTRUC "ION N07ES
oMFqCG ftrs��H Cociioi iHC �aLLowiNc qi �EAsi qe nouFs PRiOR
�1 A I-800-8]B-8�11
MRiWOqiH WALER'REPI, -�iE�O OaERAii0N5 ( 1J) 39]-8296
wORiH ikPW ( (81>) 39]-5I�
oREsiRr (��uwE�M� 7e
EC iL ��J (el>j S9]-4�39
(91�) 2 5-6214
r 'e1 5) z153o,1663
att OMS WS cOMParvv�(WiLLUE LnES aNCES OE . (el�)oj48'99308
w'�R� ` n�& OM4 NI E Pi
-B00-OG iE5�5 (ell)
HORIZON7AL & VERTICAL CON7ROL
%onCR. �• tizoWq rv.Rai ao
O�5E1� CO C. wnLK kD�tu� SEo COrvL. unG �14i gEi �qSPK M i r
rv: 29�a30ao.16 u: 6941999.I9 9n26] 0 M r
ELEv:fi80.]�e� ELEv��0299� ELEv34Jp1]T� �
U
Citt PROJECT �'t0a323 rc-32)2 � Q
X-28191 MAPSCO NO. J8-i, �
)8-U. )8-X, J8-Y �
Z
�
U
ORTWOR7'H. CITV OF FpRT WORTH, TEXAS M
WATER DEPARTMENT Q
w
}
2022 BOND YEAR 3- CONTRACT 17 ❑
Z
O
INDEX OF SHEETS 00
N
N
��&ASSOCIATES,inc. N
- �a, ��ey���e�oos�uA�,ro �
TBPELS E[ngineering Firm H132 (�]
TBPELSSurveyingFirm101 2 3 6-00 N
1112N ZangBoulevaid,Sui[e200 �
oallas,ieras�5203 O
Te1.�210�942�1888• Fax�210�9G2�9881 �
�ESIGNEO: LIM SCALE: DAiE; SHffT LL
DRawrv: uu I NTS I 08/28/2025 I 2 U
REVISIONS
IASPHA�T PAyING REHAB[LITATION (POL)I � i I ��—�� i I o p ue.�min �o.i -
BY UN�T � I�'ATER DEPT.) � Q
EMERSON Si_ / Q oui a�um»ouevauFw.¢n}inrtrorouevavirv�oa.,� oow�m
�
c5Z � PROPOSED PAyING IAIPROVEI,IENTSI
mo SPS1 J BY UNIT 3 ITPW CIPI � _ 'i � o LEGE D
f
W�N / m N O PROPOSED PAy1NG IMPROyEMENiS
Bv UN�T 3 ITP� C[PI
BASE BIO: C6NCREiE PAyfNG
IdSPHdLT Pdy�NG REHdBILITdiION �POL) m d�TEaN<TE 9ID: dSaHn�i pdVEIAENT
BY UNIT I(�'ATER DEPT.) REED ST. REED Si. REED ST.
_ASPHALi PA;�NG REHABILIiAT�ON �POLI
er uN�r � ra�y c[a�
\ B<SE BID, NO dLTERN>1E BID
` REED Si.
1 CONCRETE PAyEMENT REPAIR I ASrHALT PAVING REHABILIiAT10N (POLI
IN ev uN�* � c�aTea oeaT.� � I � er uNITs a z �nrea ocP..i
3 � I
� CONCRETE PGyEMENT REPpIR
L� w Br UNITS t S 2 WAiER pEPT,�
1Z 287 WIMAN OR. � B NUFETE PAVE�AENT FEPAiR
IASPHALT PAy�NG REHABILITAiION IPOL) po w NIr 3 �ivp ��v�
BY UN�T I (�ATER DEPT.J
vq'L - �
� COMANCNE ST. rLs m in p o V
1 yF9 I
CS 9}C �
� �� � � �I
_ counracNE sr.
��y COMANCHE Si.
��. ��.� IPROPOSED PAVING IMPROVEIAENTSI y . � .. �
��; BY UNIT 3 ITP� CIPI
3� EASTLAND ST. EASTUNO ST. / A wc
EASTLANO 5�. F�
ICONCRETE PAyEMENT REPAIR�� �q� Q � � � i��� �' mo �
BY �NIi 3/iP�{' CIPI Cy �� �
� N q(�p W IASPHALT PAVINC REHABILIiAT10N IPOLII .. mo aoo cENL
J BY UNITS 1& 2(�'dTER DEPT.) �
C o / GRAYSON STJ GRAYSON Si. ���
- - OS-28-2025
RA'�N sL , PROPpSED PAyIryG IMPROVEMENTSI CONSTRUC "IONN07ES uas
GRAYSON ST. � GRAYSON ST.z GRAYSON Si. J BY UN�T 3(TP� CIPI � o�r o",'R"H� Rrs��,�, �oc�Ao� �"` `o��ow�Hc nr �ensr ae ho cnaa'
/ : o-eoo-9ze_eni
woarH wa.ca oEcr, - riENo occanr�orvs ai�) -azse
�a� / w roRrXwoarH .a�nw p
� C 3 w 8�1>) 39]-5I�
NN - �N cai ror+EsrRr (cRnw roM)G �ai>j ssz-S�is
e[VQ m 0 / a �Uoa �� E� iR� (�uwe urza) iaie z
� 1� � 5 63'I]
� a l � ?. � PROPOSED PAVING IMPROVEMENTS Ec Ic i81e) �io��iii3
ICONCRETE PAVEMENT REPA�R BY UN�T 3 ITP�' CIP) � u"' _ __
Bv UNITS 1& 2(�'ATER DEPT.1� n�woar✓.5 pomcarvr�(wiuiE �nEs (el��o�98'99308
MONiAGUE Si. MONTqGUE Si. MONiAGUE Si. N a�� piHE p5 & OMu Ni EaNCES OEm. ( QO -5�ap
— — S1, R FaCILI ES -B -pIG-iE55 (elt)
- 9�Gy ep-l�pP
Momracuc cr. e��o � HORIZON7AL & VERTICAL CON7ROL .
_ � 1�
3 i w r
I �. o I I j
z w 0�R `'S� 287 � Citt PROJECT �'t0a323 rc_32J2 ' Q
BAYLOR Si. BAYLOR ST. &4YLOR ST. � BAT�OR ST. P � q x-28191 MAPSCO NO. J8-i, �
N. GLEN GAR�EN DR. - —_ - — - _ -- �A� )8-U. )8-X, J8-Y Z
— �L� T �
� U
P
S �n
�I I I y�ti�y'ti� ORTWOR7'H. CITV OF FpRT WORTH, TEXAS M
9}�9 I
� WATER DEPARTMENT Q
II � �� }
HAROEMAN ST. HAROEMAN ST. i HARDEMAN S�.
o �"` 2022 BOND YEAR 3- CONTRACT 17 ❑
HARDEMnN ST. I I NARDEMAN Si.
— - Z
- _ __ -- �
` PAVING LAYOUT 00
N N
2 N
A � I I z - - �, � � � &oASSOgI,ATESI ,o�suua�,tz N
� �I �I e� ��ee�to ,
Q p CNiLDRE55 ST. > �HiL�RE55 ST. _J � TBPELSEngineeringFirmF-3232 (h
TBPELSSurveyingFirm101 2 3 6-00 N
W - 1112 N Zang Boulevaid,Sui[e 200 �
_ 3 CHIL�RE55 ST. — — J [nI�DRE55 ST. � I oallas,ieras�5203 O
_ .___ _ _ L____ _ ___ Te1.1210�942.1888. Fax�210�9G2.9881 �
I � --� �ESIGNEO: LIM SCALE: DAiE; SHEET LL
� r — —' DRawrv: �iu I I"=200' I 08/28/2025 I 7 U
REVISIONS
_
�
.
� p �tz������. �a�t
a�ueEa .00eEss oEsca�P.�oH .. MARTIN o r�eoa;9ln���$ PV�1r � -- -- -- Q o�,oa.,aa�ra...4�o��No��aP���-P�..�oa�A�.�N� oa�aa�
LUTHER KING JR. FREEWAY 655.81
�v� 0o EX. 15" STORM FL = 651.82
ucwN Rei,iove: e.. �ye.ea ue.ea �asaHa�T PavEMCNri '.�=. .-- � LEGEND
O 4Loe�QFd �Nsr4u:iii "W4r[qs[xV�c[ -���- PROP. B" Y/ATER MAIN � FL = 698.96 Pq
8" WATER LINE LOWERING
POSE� �'ATEF LINE
'� RECOF �EiEF SRV �
NNccr _ E: 2397082.05 � � PROPoSEo �'ATER VALVE
O aosa �pucHN �Ns.eu:�i� i- �yn.cx sEav�cE ._-_ � � aaocosEo �NnrEa uErEa
�oi sei � PROPOSED S" PVC 'ay.�G # aaoPoseo F�ee HroanNr
WAT ER MA I N 1 - - tiq �'� Q wa*ea seav�ee NuMeea
c350 LF BY OPEN CUi) � 5Tp 7y (�n R1 A�AIN 1 �T 4n
� LOT9 `� PCC CV•W'� p __- R.o.W. LINE
D "Arx g I N: 6941586.3� QGF�T � PROPERir �INE
c
�sv sw�r =�.
' �'� � E: 234i030.50 I r( F�
(� , � �� ti. '. �- - - - - EASEi1ENT
_ " . . - ' . _ _""... _. . P
".---- iEMPORdFY GSPHdLT REPAIR
r - -- _ --
VAUGHN BLVD. 3�'0° Q PERIAdNENT OSPHGLT REPdIR
Znse�oo Qo.00 � �-
m (ASPHALT PA�EMENT� (n PERIAdNENT CONCRETE FEVAIR
u� ----'_-r o- � �= ----o �� �, �
N ^
� A , Z
� �o� � � � ...., WATER NOTES:
f.--------� - - J i. ALL CLEANING �'vE5 i0 BE REMOVED AFiER iESi1NG
Y � __- \\ 5i PROP. 8" 55 -__ j T_ _
� � _ _ �'AiER VALVES.
� - 50 _�__� �� _ ' - U 2. SEE SHEEi 94 FOR WAiER LINE OWERINL INFORIAATION
_��_ � ANO ELEVATION �AiA AT WATER U�AIN CFOSSINGS.
� �'TR CURVE 4(CV-W4) � / � Q 3. LONLRETE BO% COLLARS i0 BE INSTALLEO ON A��
Q PI STA = 3i�2�.61 AUTION� . / � 'MA1EA VALVES UNDEF ASPHALi PAVEiIEN�.
\ N= 6941�0�.9� \ �AT R1� LINE E 1L-4160)
SEE SHEET 32
E = 2346902.59 � G 5 � /
� �= 19° 08' 09.39" RT \ � � uma iuc
DEC = 5' 28' 20.55" tar vri �� / '
i= I16.98' �yTR CURVE 5 tCV-�151 �,� -""�
L= 399.68' PI STA = 40�60.87 rr.a�nrx,srn � ��Q� �or i2r+ ='TE�re}9
aw v�., are.
. '
R = 1.047.00' ' / �". .s4
N 69914]6.09 / M 5
E 234]I46.51 / �.n�a�p"
Gor 3Ri o � 3° 53' 25. 92" RT � 4niA � / '
DEG 3° 43 39.96" / i�
m�$ ,6` ,�+5 T 160. 06' / / o ao
rr.ww�nrr ��e'% L 318.9]' R.wwrnrx�s�a /
R= I,537.00' Fwwn�H�cs mecee zo ��;��
\ / / OS-28-2025
W1R cuRVE 5 �CV-W5� U. � � � j1A q�,q9 qq p�p� ��� CONSTRUC'IONNOTES
Td 4I.5 1. F4 �f,d 1y I P1 STA = 40•60.87 �`� � � � kEMOGE �X. IE� Mc oNmaCroa s��� co rH[ ra��owwc nr �[nsr ue Ho�Rs aaioa
PROP. Td� OF PvMT = 6i�. A4 N- 6941476.09 4, // / / CONNECT PROP. B" �'ATER o c[nvnn ni H �oa?�oN: �_Ba0-g�e-0>>1
Ex. �S• sTORM FL = 649.36 E= z3al�a6.5� ,5�� P`t / BLOCK 2 / / INSTaLL: FoaiXwoa,H wa.Ea oecr, -�ie�o occannorvs av
PROP. 8" WATER MAIN 1 FL = 646.51 �= 3° 53' 25.92" RT �} �.`� �Nt� I- 8"x8" TEE roar woaw rknw ai� .Ssi-9�oo
b" WATER LINE LOWERING DEG - 3° 43' 39.96" ,1y �'�EtF'p�4.M car 3 / / 39 LF 8" PVC WQTER � `oa* woaiH roRFsrRr cRnw rox� ai� 3�
N: 6991399. 35 T = 160.06' R� 4. t F , I/ "o° �m / ��� N: 6941264.62 � pnCae E�5 e E�EC,R�c�""°"" "cu� B�; z9s bz,'a
E: 2347197.54 R' �� 539��0, �p' PSQNA F zL I rcwarn� ei�su�s � ��,�4 E: 239'/246.02 � nruos�EnEacr �e�is �io3aiiz3
STd 4.�O.Ofjuil�1 �w TA 4�I 7 A I � �� t0i4 ER -e -5z�-aio
lifS A
1- 8" GATE VALVE �. a I REIv10VE EX. 8" HORIZ. BEN� /�'��� � �w.�5 WS C�WnParvv (wRLiE LEE) (81 ) 648-9930
INSTdLL: � Faw�vwoma6ag �or s P ks & muuurvin s[avic[s o[m. �aiia �sz-s�oo e
N� 6941424.55 O� �- g^ ZZ, 5° HORIZ. BEND '�' nu orNca racaincs -a o-oic-ress
E: 23971 78. OB 9 �_ � r� wmn+x rrs��s
PT CV-w5 � �TA 93�04.01 MA1N 1
N: 69a i 3aa. 2� INSTaL�: R X HORIZONTAL & VERTICAL CONTROL
�� �� � 'I E: 2347231.30 I- 8" GATE VQLVE
NuNe[rt nooA[ss o[scx� r�oN � ` __ N� 6941 39�. 30 � �upK�Neqqe � sv _ ��nc��wux 1�
5 -- E: z3as9zz.3a PROPOSED 8" JPVCM aM,o„„oa„<o,� �„�E,N.ss.,,sz9, g,� r
REw�E: Ex. aA�EwuE.ER r _" �yATER MAIN 1 ';' hE 9<��o.oz E�E� ss.so E�;z,sf�o� �
O 3� n oa �Nsia��: �i� ��ni n scns�c[ l` � p � (350 LF BY OPEN CUT) / P c��xsaoi5� " " E�Ev. 652.aT �
��Si.� ��� PECOq �EiEF NV A L
NNE[i `� O P Cltt PROJECT �'104323 K-S2J2 �
aE1bVE: E ��' p2��o X-28191 MAPSCO N0. )8-i.
INSiALL:tx' y�Ai�AiMEiEERVICE � � Q �8-U. )8-X. )8-Y �
53 a�OBLVDUGrvN ��� aACONSECiEF SFV � � � �l� � � _ ' 43 p0 � - � O
PAV� V AELOCdiE i��' ��1� U
aE1Aov[: [x� Wnr[r+ M[r[a ➢ i ' � " _ __ � � t Z M
ucNN �Nsra��: ii � i�� �yar[A scasic[ �P ' �� � VA �v ORTWOR771. CITV OF FORT WORTH, TEXAS
5E ° ° ii� qnr[r+4[r[n nv �' 1 �t�� UVfj 149. �
eLV� r`nvCONsn`v�neiocn,e o 00 ��� ---� AUT1oN� -�4SPHA�r P-B� Np oo � � � WATER DEPARTMENT `Q
r+cuovF: Fx' qnrcn uc*En / �ATxRAL � o }
� aii,�e�c�N �Ns*<u:�i� '�v<*exsexnce ,/� es ' -__ � ti 202260NDYEAR3-CONTRACT17 ❑
e�vo. R<.ca uE.ca sxv
av�NSAvi ST� g y�j44�j 1S ]' RT. PROP. 10"_SS Q Z
��' /P. 8" 55 L_INE F IL-76331 � �
a[I.bv[: [x. �yAr[q MErEqLocai[ PROP. TCSP UF PVMT = �i50, �l OyERMEAD SEE SHEET , m
[Nsra��:ii� �� �ynr[a scnV�c[ LINE E(L-4160) pROP. 8" SS FL = 649.09 ELECTPIC o WATER PLAN
� � e�vo���N ��� qArEr+MErEnSny SEE SHEET 33 �_ N
aaoa. a�• waTEa ua�N i / \ 8" WATER MAIN 1
[ oNsp�r FL = 646. 10 PEf� ANAN ASPHALT �
5�n ai.�s.no unrn� No WareR uNE �oWee�ac 5ra a�•9�y Jn. �.(�� er. &ASbOCIATES.inc. c�
ii� aayi y n[�oe»[ ` INST4LL� N� 6941264.40 PAVEMENT REPAIR VROP. �UP UF PVM'I = 650.74 �*ineerineSsun�eyin�consullanrs �
PAID Bv UNIT 1 �
I- 8"x6" ANCHOR TEE E: 2347230.�9 �' EX. 29" STORM FL�= 646.30 TBFELSEngineeringFirmF-3232 M
1- 6" GATE VALVE GTd a�.@�Q 4) ]A �9 T_ � PROP. 8" �"IdTER M�IN 1 FL = 643.38 TBPELSSurveytngFirm1a1z36-oo N
5Td 41./��.fi0 1�dI yI 10 LF 6" PVC WATER RE1.IO�E 4$ALVAGE ti- rp qz p[. �} "�q� 5 T. 8" �4A1ER LINE LO ERING M
PROP. TOF' OF NVMT = 6�3.d6 1- STD. F[RE HYDRANT EX. 8" GATE VALVE / ��Z [{ }� [� B\� �� N: 6941264.52 1llZNZangBOWevard,5uite2oo V
CONNE X. C dTER frcl O
EX. 15" STORlrI FL - 649.45 N� 6941381.05 �orija W/ CONC. COLLAR ��'� N: 6991269.08 Lor E: 2347238.9] oallas,te.as�szo3
PROP. 8" V�ATER lAAIN 1 FL = 646.60 E: 234121I. I6 „����„eo o,o INSTdLL: �'J�� 2wcn�z� � Te1.�21a�942�18&8• Fax�21a�9a2�98&1
8" �'ATER LINE L0�'ER[NG nz�mriwsi E: 234�20�.35 nz�e�ry ?
1- 8" GATE VALVE Q..4 r.wmr,ixruz pE51GNE�: LIM SCALE: DAiE; SHffT d
N� 6941438.14 r�.wa,�n� rsiro N� 6941264.16 U
E: 2347167.22 BL�KX'Z.3 E: 234�213.60/ m BL�K6� DRawrv: uu I 1"=20' I 08/28/2025 I 17
675.
670
665.
660
655.
650
645,
BLOCK 23
LOT RiA
rr. � n IR rs��9
SiA 'iEn4'1.�6AMA1N I
CONNECT TO PROP. 12"x12" iEE
iNSERT POLLV PIG
BEGIN PROP. 12" WATER MAIN 7
N� 6941739.54
-: 2346823. 39
Z PROP. 8" 55 �
55 LINE E IL-4160)
SEE SHEET 31
ovERxEeo
ELECTRIC
//
LOi 3Rl /
/
rr. wwrn rx re��s / /
�
�
/
/
�
/ /
L � �
/`
/
�
/
/Jq2
�
� �vj
%�¢
J�� //
'`�eQ A
i
�/ BLOCK B iEST HOLES EXCAVATED BY HALFF ASSOCIATES
�r � FROM O7/24/2025 TO 07/30/2025.
ORANGE CAPS LABELLED "HALFF SUE" PLACED
AT TEST HOLE LOCdTI0N5.
' rr�w m:r�sro
�'
-PROP. 8" �IATER MAIN 1 �
sEE sHEET ia y��C����,
PR�A�ERDMAIN PVC / 4���54�P��`�
I100 LF BY OPEN CUT) /' _AQ.`'� Q�p
tl' � h
F
�euTioN�
-- ATUAAL ,.�6o$1ePOpNp��566q6ifi
ces P .
P54���>ps �< �Z'
�-.. _ � / L7�-� _ � TA . 1 3q. DIry, �
/ REMOVE Ek. 1�' HaRIZ. BEND
o SYDNEY 5T. �NSTa��:
� tASPHALT PAyEMENT� i-�2" 45° HORIZ. BEND
N: 6941819.82
m� ¢ �p1' E: 2346826.38
'`� . �C�NNECT�IO EiC.'127 C.I. WATER
INSTALL:
1- 12" GATE VALVE �
REMOVE POLLY PIG
END PROP. 12" �'ATER MAIN 7
N� 6941832.88
�. E: 2�346839.64�j
CdNTRACfOR TO CONAACiA ILLI f�SIG S CO PAN�
48 HOURS PRIOR TO CONSTRUCTION 'HORK NEAR
� THEIR FACILITIES cWILLIE LEE, 817-648-9920)
`T� (�•Il.fiS MA i
IN�TdL�: rj rn'q:ii.ds'Mo�H '� ' ' �
1- 12" G�TE VdLVE INSTALL:
�N: 6941750.09 ES* x0.E •� i I- 12"x6" ANCHOR TEE'
4 7 Ex. GRouND = 6b3.ir I- 6" GATE VALVE '
- � �pr g E. 23 682 . 50 o r �aE � 65i.0i INuMe[n aoon[ss o[scr+�a*�oN
6-PNi��ialAS G<5 10 LF 6" PVC �'dTER
I- STD. F1RE HYDRANT RE�vE: E
/ / �s3�s,are�'r. r (7� � p� 1 iN � E: ss'aseai.an N: 694I755.87 �Nsra��:�i� �in•WAr�u�sRav��
/ � rzwdrnrx�euz ��OV�Ek. �� HORIZ. BENO E: 234682�.40 ze sroN[v sT �ii qnrEa N[r[n sa
inr <Rra //// / BLOCK� 1NsiA��: � accoNNEc*
W I'x' 9 .j � / 1- 12" 22.5° HORIZ. BEN� ��� Pnv* sAv a[�oc
d,i�
N� 6991�46.86
. � . � / . . / E: 239682"/.55 . . . .
�, . �. �. � 100 LF 12" PVC A��'A C900 (DR-14) _ �. .
---- � � . �� . �:--100 LF EMBEDI�IENT., BdCKFILL, OND-- . -��- . �. �-- -��-
..__ • ,.�� • . ,. : �'� �.. TEMPORARY ASPHALT PAVEiAENT REPAIR �. '. ',. �. --. _ .....
, '� .... . . .... . . . :. . {..... .:.. '� ... . _� . �. PER SHEET I 12 ... _. I �'�, , , , , ' ..
. ; 12" �yATER MAIN 7 I `
..--- �,�-- �--- . . . { . . .._ . .__ .._ _. .... sra o•ii.es M4�H � _.. ...�...... . . . � .... � � ...�. . ,_ . . . >.. ._ __.
, , , INSTALL:: ... �. , '�,-- �-'
..__ � � � � 1 - 12" �GATE '+`L�`.' . STA 0•I7.43 A1 "l. . . . . � � �
.. ..� ..... :, ....� . STA 0•OP_.00 �{41Jy 7 �'. I A STA'�. I.00.00jI A1N 7
_ .__ . .-- . . .-- . ... NST LL. . . .. _ ....
. : ..-. ..SIA 56��.56'Md[N t �. '�.- 'I - 12 x6 -E... 1.oNNGIi io (x. 12' C I. �'ATER :'-' . '
_.__ . .--.. ..-- .. : ..._. ....CONNECT..fO : .. . .... ��,. . [NSTALL: ...... ... :-. . .. --._ ....
----- ';-- ;-- : ..... RROR. -I.�.x42 TE� . .... '.. ... 1 ---. l2 GATE �VALVE . ':- ..-. _ -...
'� '� '� � HFf.IN PR'P. 12" dTER A�AIN '! '� �FX GRUNjt FNfI'�PR(1P_ 1�" WdTER �dIN 'I '� '� '
.._.. �.. AT :PIPE CL .
.... . .... .... . '�.���-PROP. GROLV�.. � � .... ... ; ....
..... . .__. . . .__ . . :, ..._. ... . . Ai-�PipE CL ... ; .... . . -. - ��_ .....
. _.�' .... . . . ..... . . . .:...: . ...:... . . . . . .. �'. �'. '. '. '.EX. 12" .�',.. . �; . , ..�',. . . _.,_ . . �;._ . . ....
: .._... . ', ', ', ', ', C�:I. I'ATER . FX�_..I, .... ' ,_..:_._:._.
...... ... . .__ . . __ . . .'� . . .._ , ... . . . . .. ..... . '�� _. . ... ......
, �, -> , H, , I
I iN ■ � I
. 100 LF 1p P2¢ �dTER ON f )0.13Y. ' ; ' - '
..._.._ . _.'_ �.__'__ _:_ ' . _!.._ .:..... . .'�...! . _.:. _ __ �__�'.. _.! . :_.: _ I_ _ I. _I__I_ . I I_.:. _ ._ __..
...__..__ ,,__ '__ , _'.. _ ___ . / __..Sik 0 6E.6�.1. � �/ , "__. I ; - ._.._....
:. ,... . . ... . . . EX 6" � ✓ .
'. ',... ' '' .... �� '� WILLIAMS I,AS � ' �
�, , �, �, �, �, roP = ea9.o� �- �, ��, ��, �,
. . ' . .,� . ,� . _ . . . .
�, �, : �, �, . : �. o Q �. o ti �. M � o� >
,, � ,, ,., m m ,., m � ., , `�° > o , I �, ,,,
! � � � �
w
�
ao�z
, ', ', . . r r .'. �- W .'. � _ � ''. .
... . . . .. . . . . .. . ..._ Q a � r .....
.._... , , . . TY ' 3¢ . a arv0 . __. , ,
. . . . i- . . . N - � �¢ m .
' .__ . . ... , �'. . . �'. ry m'. ry ry ^ ''. . , .
,... . ... � LL
�'. . �'. �'. �'. - n �'. - - n - . Y z '^ '__. ' . . .
......... ,__ ,__ ', , . ;.. . .. J�.. ..... ...J.�... ....Jx-O O� . . ', ,_ :._ . :.. .........
. . . . �. . . . . �. . . . . �. . O.00 . � � � ����. '.� . . . . . .
REVISIONS
.o � �tsc�min. a w��
� p,.00„o,«.�oco�cco�aas�,c�P�����o�.���.-�-.or��c.,A��o�� o� rzarzs
z p
� p
LEGEND
POSE� �'ATEF LINE
A PFOPOSEO �'ATEF VALVE
� PPOPOSE� �'GTER AIETEF
� aaoPosEo F�RE HroaaNr
Oi WAiER SERVICE NIIMBEF
--- a.o.W. uNe
PROPERiv LINE
- - - - EASEi1EN�
iEMPORdFY GSPHdLT REPAIR
PERIAdNENT OSPHGLT FEPAIR
aEaIAeNENT CONCaE1E aEVA1a
WATER NOTES:
i. ALL CLEANING �IVES i0 BE REMOVED AFiER iESi1NG
�'AiER VALVES.
2. SEE SHEEi 94 FOR WAiER LINE OWERINL INFORIAATION
ANO ELEVATION �AiA AT WATER U�AIN CFOSSINGS.
3. LONLRETE BO% COLLARS i0 BE INSTALLEO ON A��
�AiEA VALVES UNDER ASPHALi PAVEiIEN�.
I ' rtE�re+
�z_� iaaas
ven�oaisoaieaio_ ao �Ah���
i-� 4 a OS-28-2025
CONSTRUC'ION NOTES
v�ninc nrsucH �oaroN ����owHc nr �[nsr ue Ho�Rs aaoa
1 Ba0 B]8 0�11
roa? woaiH wa.ca oEar rc�o oacanrorvs aii 3 z azas
675 fORi wORIH ikPw 81] 39] 81p0
Foa. woa,� �oRF�,R. ��RA N�ox� g�, 3s� s�i9
ONCIXtE �5 k ELEC1Rr` Eu E MGu�:c) BII� 21�3 621a
n1MO5�ErvERGv (81�I5 z�53a�65
670 � L�w.�S WS C�WnParvv (wLLE LEE) (81])�648 5930�
vs & muuurvn sEavcEs oEa. (�a 3sz �
nu orNca rac�res e o oc ress (ei�)
HORIZONTAL & VERTICAL CONTROL
�noakoN�ge rvrao� aorvr ps rvr Cw FE {
665 8 L N �6sa1]63E93A5a a CU
CItt�PROJECT ��ppjzj'EL� 66aso E�EK�j�a��ios �
X-28191 MAPSCO NO. J8-i,
660 �e-u. �e-x, �e-r F
Z
O
U
ORTWORTH. CITV OF FORT WORTH, TEXAS M
WATER DEPARTMENT �
655 ¢
}
2022 BOND YEAR 3- CONTRACT 17 Z
6so WATER PLAN & PROFILE m
12" WATER MAIN 7 N
�� &ASbOUATES, m� N
a9<<� y� �,s�ue,� �
645 TBPELSEg 'ngF F3232 M
TBPELS Survey ng F rm 101 2 3 6-00 M
1112 N Zang Bou evard,5uite 200 O
oallas, ieras �5203
Te1.�210�942 1888• Fax�210�9G2.9881 �
7
�ESIGNE� LIM SCALE DAiE; SHffT d
Daawrv: �u I v. �1"=44 I 08/28/2025 I 25 U
REVISIONS
� � �t..�i��� �<.�
p aoowo�Mu, ti«u�o,�a��rv.o��orv��.�P,wa,cN, oo„��.
i � �
� p
�
10' PAFKWA 5
TARG50 TO�GSOiL � 2.5' - 24' PARHWA�• -
33 91 19i� N g.
SLANDARO IA4PED TOPSDiL
` 90EWALK a 52R9tF�9ii0N � 6
,, =a3E����
` � ' aEa_r�(MAx)
6' ' I �
� � 6' '/}���
� I
� -aa' re.o.p
� i eono�ynv
I PAYEaEaiSawEli 6 I 01 PExZaENi 1e '0. - _
SECnq' CROVM� ON� C
2Ral I5� /�'�oA 4•
P /
_ �i�������/�
PftOPO5E0 B' CEML�IAE
s*neiuzEo suecaqoE
pErex Eas./sr3
s c.ioN z ii a3
PROPOSED TYPICAL SECTION - VAUGHN BLVD.
STA 10+42.58 TO STA 13+21.78
��
�
s�a�azRiiia oss I
Ala.
(6,OR MAK ,5s. MIN)
�---+�. �— : --�
cacca � e�cK —
Nnnv[�an � —I���—
noN�"
ai sa aa ocea� o ie^
W
..s' - z<• PaaKwnr I
I siocN� �� .nuaEo .o soi��
PER SECPON
PER SECPqy� R32 91 19
32 IS 30 E
F!. (M4x.)�
p Ja 6 �
couoac o �
�P,e�E
pAIIyE ACKiILL I
3E 14E00 �N
o�acaNco ouuurjs.RNrnaN � anavosEo s" uNc srnewzco
PER531 13 13-D <61� OF 616) P BGSEG�Ory S2� ff }35v
PROPOSED TYPICAL SECTION - VAUGHN BLVD.
(BASE BID) �
STA 13+21.75 TO END
' FROM STA 13+3274 - STA 14+75,36, WIDTH FROM CL TO RIGHT BACK OF CURB
TRANSITIONS FROM 21.3' TO 15.5'
So e.o.r.
-JI' ROADW,..+
�5. ' �
SiAApAftD 6' Cu2B 3Q aSPnALi I fi' ppyEElENr
Bv Zs' bi1ER P� �EHT � 6 LROy�ry� GUIV�RiCniipry SLANDARD 6' CURB
a 1 E 0 vER ON Bv ]s' GUi1ER
E 33 p53a p2q1zEC�TiON 02 at 15 iq�K PER 32 I6 3-�53a
�oA,
SRAB�IZCp SVBGRA EE
PER SELLi0NY32 1i 33 SLABiBZAiiON m 3CE� S/Sv�E
PSR SEO11Qy 3P 11 33
c� icw MsrauanoN) ANo
PROPOSED TYPICAL SECTION - VAUGHN BLVD.
(ALTERNATE 81D)
STA 13+21.75 TO END
' FROM STA 13+32,74 - STA 14+75.36, WIDTH FROM CL TO RIGHT BACK OF CURB
TRANSITIONS FROM 21.3' TO 15.5'
1f - iY rnanWnr
NOTES:
I. SIDE�'ALK SLOPE SHALL BE �/ "PER F00T (I,dAXI
UNLESS DIRECTE� OTHER�/15E BY iHE ENGINEER.
2. PARK�'AY MAY SLOPE AWAY FFOM ROAD IN AREAS
ro Mara Exrsr�Nc coNorrroNs.
p 3. P4yEMENT BASE CONSISiS OF )1" PULVERIZED
EXISTING PAVEMENT, MINUS 3" PULyERIZE�
P4VEMENT REl�OVdL yyITH CEMLIME STABILIZdTION
RECO�IP4C7ED IN PLACE.
4. SLOPE PARKW/+� �/e" PER FOOT (MAXI gETWEEN
SIDEWALK AND CURB & 4:1 fMAX) BE7{�EEN
SIDE�IALK AND RIGHT-OF-{�AY UNLESS OTHER�yISE
NOTE�.
5. 5" CEMENT TREATED BASE (CTBI OR �N PLACE
CEMLIME STABILIZATION SHALL BE CONSIDERED
SUBSIDI4RY 70 iHE CURB AND GUiiER BID lTE1,1.
6. CONTRACTOR TO CONSTRUCT I" LiP AT EACH
DRIVEWAY.
3.5' - iT PaRKWpr
iA4PED i0F501 j Td4vEo TOv
IrPER;19LON STANDARD 1 PERg5Egi0N�
! 3 9 � �RE}E=o L
c*ON I �
, �y aEx rr (Unx>
` GL Ri" ' �
` CCMPACIEO �
nccer.aeLL
— NarpE ea
�cnoH
3t 2a pp
I- SS - IT pARK�yAY
6.� IAIAPED LOPSOiI � SIANOARD
�{ PEa YCnON
I � 32 9f 19 � 3�WAtN
I A sECPON
R PER F_�. (4�PX) � 3 20
J �' PGL Ri '
C�1�/� —n«EP::e�E
— Z I— NAipVE 6ACKFlLL
ER35 14r�0�
I
� '.
/�ARINL��
OS-28-2025
CONSTRUC"ION N07ES
oNmqcroars��H �oc�?o� �"E `a��owwc qr �Ensr qe nouas cnroa
�1 A -800-8]B-8�11
MRiWOqiH WALER'REPI, -�iE�O OaERAii0N5 ( 1J) 39]-8296
wORiH ikPW ( (81>) 39]-5I�
oREsiRr (��uwE�M� 7e
EC iL ��J (el>j S9]-4�39
i91�) 2 5-6214
r 'e1 5) z153o,1663
aLL Oi�N � aCOMPsrvv�(WiLLUE LnES aNCES OE . (el�)oj48'99308
woa.F n nE e, ouu Hi c a.
-eoo-o c icss (eii�
HORIZON7AL & VERTICAL CON7ROL
n
H
U
Citt PROJECT �'t0a323 rc-32)2 � Q
%-28191 MAPSCO NO. J8-i, �
/ )8-U. )8-X, J8-Y �
% Z
�
� U
p ORTWOR7'H. CITV OF FpRT WORTH, TEXAS M
WATER DEPARTMENT Q
w
}
2022 BOND YEAR 3- CONTRACT 17 ❑
Z
TYPICAL SECTIONS m
VAUGHN BOULEVARD c�
N
��&ASSOCIATES,inc. N
�a, �,e,���e�o�s�uA„ro �
TBPELS E[ngineering Firm H132 (�]
TBPELSSurveyingFirm101 2 3 6-00 N
iuzu za�geowe�a�d,swrezoo v
oallas,ieras�5203 O
Te1.�210�942�1888• Fax�210�9G2�9881 �
�ESIGNED: LIM SCALE: DAiE; SHffT LL
DRawrv: uu I NT5 I 08/28/2025 I q1 U
REVISIONS
� 0 �t..�i��� �<.�
p oo.,, a«��osro„n.a�ws.wraa.o�or�G,R�oA�o� oo���.
�
, p
0
�
&5' PARKWA.
�
3249 co roasoi� �
v w SE 9noN
6 PEF_Fi_ (yIN.) 6 I—
� aERND2pl 63CUST5
6'
�ouP.�<<, I � . — : —
ApnEP�Aa � � —��z'F— e.as � I�• �'
3iR2 Eoo�oN��� �
OCBW
8.5 PARKWAV I
\p PEFPSE' TONSOIL��6,�
31 91 9
'<''ER`_r. (Mik)
�
PGL �l I �
CO�APACiE� �
N nve�aAcvri��
PE,aE00°N I
31
o' a.o�
�r aonoWnv
- [WroRccp I
PEF�RELE Ay[�IE31
SEciioN 3] 3 F
1R ivDP. I
(s ox Mnx; .n2 Min)
�
A rw.
(6,oR MnK a.5v. MiN)
� �.5' PARKWAv
iAMPE� i0P50IL
aERg; E gLiON
SiAN3ARD 6' CURB
aE -OS]S�I6 j �A" aER fi. I4�N.)
1 6 �_
(LdVGNDiNAL GONSiRUCiiON � � I I/ I Pq�p7ABE0
E 8" LiIAE SiA81 ZE� ����
OR SANEO �UTAIAv) JOiryi PR�GaAp[ Q a0 LBS./SY NA�GFR SEC1iPN
PER 32 3 13-D (611 qP 616) PEft SECiiqV 32 II 33 ;� pp �
PROPOSED TYPICAL SECTION - SYDNEY ST.
(BASE BID) �
50' R,1 '
�I O p�Ar . I- .10.5' PMN}4Ar
If ^
IAIAPED LOPSOiI
PD 6' CURB `3" ASaHALT I ' vayEyENi b�� PER Y�TON
3���pN� � 6 LROy�p� 02q4Erz'Z�Aiipry SLANDARD 6" CURB �^� 3� 91 9
BE 332 CuirEa
i6 �3-053a pER �SEC�TiON LiiON ACK p �6 -�53a �i PER Fi. (MiN.7
COAT � �—
_ 7�T
1
�� e*
collcnc�o
4CCEPiABLE
POSF� B' CfiluME NAiIyE BACKFlLL
9i�iA� S�BGaADE ' x iN P�ACf CE4u4E Z I— ER �S2Ir�00
PER�SECiION 32 1i 33 p�AOLBiZAiiON m 3I LBS/SY � 3
ER SECikry ,S2 I 33
W BERINISIALLA �� AND
PROPOSED TYPICAL SECTION - SYDNEY ST.
(ALTERNATE 81Dj 0
/
/
NOTES:
I. SIDE�'ALK SLOPE SHALL BE �/ "PER F00T (I,dAXI
UNLESS DIRECTE� OTHER�/15E BY iHE ENGINEER.
2. PARK�'AY MAY SLOPE AWAY FFOM ROAD IN AREAS
ro Mara Exrsr�Nc coNorrroNs.
3. P4yEMENT BASE CONSISiS OF )1" PULVERIZED
EXISTING PAVEMENT, MINUS 3" PULyERIZE�
P4VEMENT REl�OVdL yyITH CEMLIME STABILIZdTION
RECO�IP4C7ED IN PLACE.
4. SLOPE PARKW/+� �/e" PER FOOT (MAXI gETWEEN
SIDEWALK AND CURB & 4:1 fMAX) BE7{�EEN
SIDE�IALK AND RIGHT-OF-{�AY UNLESS OTHER�yISE
NorEo.
5. 5" CEMENT TREATED BASE (CTBI OR �N PLACE
CEMLIME STABILIZATION SHALL BE CONSIDERED
SUBSIDI4RY 70 iHE CURB AND GUiiER BID lTE1,1.
6. CONTRACTOR TO CONSTRUCT I" LiP AT EACH
DRIVEWAY.
'� PtE�rF+
���
OS-28-2025
CONSTRUC"ION N07ES
oNrancroars��H coc.io.."E `a��owwc ar �Ensr ae nouas cnroa
��' A -eoo-e�e-eni
MRiWOqiH WALER'REPI, -�iE�O OaERAii0N5 ( 1J) 39]-8296
wORiH ikPW ( (81>) 39]-5I�
oREsiRr (�Ruwe�rnre 7a g�
EC IL ��� i91>) 215-6214
uMERcv �818� �10]�1313
aLL Oi�NEa aCOMPsrvv�(WiLLUE LnES (8��>)�548'99308
A K.5 & OM4 NI ERNCES OEPi. ( QO 92_5]W
E -B -pIG-iE55 (elt)
HORIZON7AL & VERTICAL CON7ROL
n
�
U
Citt PROJECT �'t0a323 rc-32)2 � Q
%-28191 MAPSCO NO. J8-i, �
)8-U. )8-X, J8-Y �
Z
0
U
ORTWOR7'H. CITV OF FpRT WORTH, TEXAS M
WATER DEPARTMENT Q
w
}
2022 BOND YEAR 3- CONTRACT 17 ❑
Z
TYPICAL SECTIONS m
SYDNEY STREET c�
N
��&ASSOCIATES,inc. N
- �a, ��ey���e�oos�uA�,ro �
TBPELS E[ngineering Firm H132 (�]
TBPELSSurveyingFirm101 2 3 6-00 N
1112 N Zang Boulevaid,Sui[e 200 �
oallas,ieras�5203 O
Te1.�210�942�1888• Fax�210�9G2�9881 �
�ESIGNEO: LIM SCALE: DAiE; SHffT LL
DRawrv: uu I NTS I 08/28/2025 I qq U
REVISIONS
� 0 �t..�i��� �<.�
p oo.,, a«��osro„n.a�ws.wraa.o�or�G,R�oA�o� oo���.
�
, p
0
�
].5' PARKWA.
�
3249 co roasoi� �
v w SE 9noN
6 PEF_Fi_ (yIN.) 6 I—
� aERND2pl 63CUST5
6'
�ouP.�<<, I � . — : —
ApnEP�Aa � � —��z'F— e.as � I�• �'
3iR2 Eoo�oN��� �
OCBW
�.5 PAaKWnv I
\p PEVPSE' TONSOIL��6,�
31 91 9
6' ttR`_r. fMik)
�
PGL �l I �
CO�APACiE� �
Nnnve�aAcvri��
PE,aE00°N I
31
o' a.o�
�r aonoWnv
- [WroRccp I
PEF�RELE Ay[�IE31
SEciioN 3] 3 F
1R ivDP. I
�s ox Mnx; .n2 Min)
�
A rw.
(6,oR MnK a.5v. MiN)
II' PARKWAv
iAMPE� i0P50IL
PERg; E gLiON
SiAN3ARD 6' CURB
aE -OS]S�I6 j �A" aER fi. I4�N.)
1 6 �_
(LdVGiUDiNAL GONSiRUCiiON � � I I/ I q�p7ABE0
E 8" LiIAE SiA81 ZE� ����
OR SANEO �UTAIAvj JOiryi R�GaAp[ Q a0 LBS./SY NA�GFR SEC1iPN
aER 32 3 13-D (611 qP 616) PEft SECiiqV 32 II 33 ;� pp �
PROPOSED TYPICAL SECTION - RUFUS ST.
(BASEBID)� �
50' R,O.W.
�I o o�yAr .I_ .�I vAaKYIAr
If ^
IAIAPED LOPSOiI
PD 6' CURB 3" ASaHALT I ' vayEyENi b�� PER Y�TON
3���pN� � 6 LROy�p� aZq4Erz'Z�Aiipry SLANDARD 6" CURB �^� 3� 91 9
BE 332 CuirEa
i6 �3-053a pER �SEC�TiON LiiON ACK p �6 -�53a �i PER Fi. (MiN.7
COAi � �—
_ 7�T
1
�� e*
collcnc�o
4ttEPiABLE
POSF� B' CfiluME NAiIpE BACKFlLL
BiuAp S�BGaADE ' x iN P�ACf CE4u4E Z I— ER �S 2Ir�00
PER�SECiION 32 1i 33 p�AOLBiZAiiON m 3I LBS/SY � 3
ER SECikry ,S2 I 33
W BERINISIALLAn�) AND
PROPOSED TYPICAL SECTION - RUFUS ST.
(ALTERNATE 81Dj 0
/
/
NOTES:
I. SIDE�'ALK SLOPE SHALL BE �/ "PER F00T (I,dAXI
UNLESS DIRECTE� OTHER�/15E BY iHE ENGINEER.
2. PARK�'AY MAY SLOPE AWAY FFOM ROAD IN AREAS
ro Mara Exrsr�Nc coNorrroNs.
3. P4yEMENT BASE CONSISiS OF )1" PULVERIZED
EXISTING PAVEMENT, MINUS 3" PULyERIZE�
P4VEMENT REl�OVdL yyITH CEMLIME STABILIZdTION
RECO�IP4C7ED IN PLACE.
4. SLOPE PARKW/+� �/e" PER FOOT (MAXI gETWEEN
SIDEWALK AND CURB & 4:1 fMAX) BE7{�EEN
SIDE�IALK AND RIGHT-OF-{�AY UNLESS OTHER�yISE
NorEo.
5. 5" CEMENT TREATED BASE (CTBI OR �N PLACE
CEMLIME STABILIZATION SHALL BE CONSIDERED
SUBSIDI4RY 70 iHE CURB AND GUiiER BID lTE1,1.
6. CONTRACTOR TO CONSTRUCT I" LiP AT EACH
DRIVEWAY.
'� PtE�rF+
���
OS-28-2025
CONSTRUC"ION N07ES
oNrancroars��H coc.io.."E `a��owwc ar �Ensr ae nouas cnroa
��' A -eoo-e�e-eni
MRiWOqiH WALER'REPI, -�iE�O OaERAii0N5 ( 1J) 39]-8296
wORiH ikPW ( (81>) 39]-5I�
oREsiRr (��uwE�M� 7a g�
EC IL ��� i91>) 215-6214
uMERcv �818� �10]�1313
aLL Oi�NEa aCOMPsrvv�(WiLLUE LnES (8��>)�548'99308
A K.5 & OM4 NI ERNCES OEPi. ( QO 92_5]W
E -B -pIG-iE55 (elt)
HORIZON7AL & VERTICAL CON7ROL
n
�
U
Citt PROJECT �'t0a323 rc-32)2 � Q
%-28191 MAPSCO NO. J8-i, �
)8-U. )8-X, J8-Y �
Z
0
U
ORTWOR7'H. CITV OF FpRT WORTH, TEXAS M
WATER DEPARTMENT Q
w
}
2022 BOND YEAR 3- CONTRACT 17 ❑
Z
TYPICAL SECTIONS m
RUFUS STREET c�
N
��&ASSOCIATES,inc. N
- �a, ��ey���e�oos�uA�,ro �
TBPELS E[ngineering Firm H132 (�]
TBPELSSurveyingFirm101 2 3 6-00 N
1112 N Zang Boulevaid,Sui[e 200 �
oallas,ieras�5203 O
Te1.�210�942�1888• Fax�210�9G2�9881 �
�ESIGNE�: LIM SCALE: DAiE; SHEET LL
DRawrv: uu I NTS I 08/28/2025 I 45 U
REVISIONS
� 0 �t..�i��� �<.�
p oo.,, a«��os.oHn.a�ws.wraa.o�or�G,R�oA�o� oo���.
�
, p
0
�
B' - 11.5 PAR.WA' I
3249 co roasoi� �
v w SE 9noN
6 PEF_Fi_ (yIN.) 6 I—
� aERND2pl 63CUST5
6'
Nnnv[ A8 Ki I I��� �_
PER s[ BioN� I BAaS 6 i9" �
31 2a 00 H
OCBW
\ e - tt.5 PARPEFPSE'TONSOIL •I6.
p 3191 9 �-� r
6' ttR`_r. fMik)
�
PGL �l I �
CO�APACiE� �
N nve�aAcvri��
PE,aE00°N I
31
o' R.o�
�r aonoWnv
- [WroRccp I
PEF�RELE Ay[�IE31
SEciioN 3] 3 F
1R ivDP. I
(s ox Mnx; .n2 Min)
(LdVGNDiNAL CONSiRUCiiON
oa snNco ouuur� �oiN�
aER 32 3 13-D (611 qP 616)
vRoaosE 8" LiIAE SiABILiZE� I2"— ACCEPiA9�E
GaAp[ Q a0 LBS./SY Na��`�E BnCkFi��
PCF SCCiNN 32 II 33 FR SEC1iPN
31 20 pp
PROPOSED TYPICAL SECTION - BAYLOR ST,
(BASE BID) �
0'R,1 '
v o oryn. . I_ . zs - n PnR�wn.
If ^
r IAIAPED LOPSOiI
PD 6' CURB `3" ASaHALT I ' vayEyENi b�� PER Y�TON
3���pH� � 6 LROy�p� aZq4Ea15Aiipry SLANDARD 6" CURB �^ 31 91 9
BE 332 CuirEa
i6 �3-053a PERE�SEC�iiON L i0N iACK P I6 -�53a �i PER Fi. (MiN.7
COAi � �—
_ 7�T
1
�� e*
collcnc�o
4ttEPiABLE
POSFo B' CEiIuME NAiIyE BACKFlLL
9i�iZE� S�BGaADE . Z I— ER S2Ir�00
95./Sr 6 CrB Ox iN P�aCf CE4u4E .il
PER SECiiON 32 1i 33 p�AgiLiZAiiON m 3I LBS/SY —
ER SECikry ,S2 11 33
W BERINISIALLAn�) AND
PROPOSED TYPICAL SECTION - BAYLOR ST.
(ALTERNATE 81Dj 0
�
A rw.
(6,oR MnK a.5v. MiN)
�,5' - tf aqaKWnv
iAMPED i0P50IL
PERg; E gLiON /
SiAN3ARD 6' CURB /
aE -OS]S�I6 j �A" aER fi. I4�N.)
1 6 �_
���' � / ' ao� m �
—�-- � �.�,Eo
/
NOTES:
I. SIDE�'ALK SLOPE SHALL BE �/ "PER F00T (I,dAXI
UNLESS DIRECTE� OTHER�/15E BY iHE ENGINEER.
2. PARK�'AY MAY SLOPE AWAY FFOM ROAD IN AREAS
ro Mara Exrsr�Nc coNorrroNs.
3. P4yEMENT BASE CONSISiS OF )1" PULVERIZED
EXISTING PAVEMENT, MINUS 3" PULyERIZE�
P4VEMENT REl�OVdL yyITH CEMLIME STABILIZdTION
RECO�IP4C7ED IN PLACE.
4. SLOPE PARKW/+� �/e" PER FOOT (MAXI gETWEEN
SIDEWALK AND CURB & 4:1 fMAX) BE7{�EEN
SIDE�IALK AND RIGHT-OF-{�AY UNLESS OTHER�yISE
NorEo.
5. 5" CEMENT TREATED BASE (CTBI OR �N PLACE
CEMLIME STABILIZATION SHALL BE CONSIDERED
SUBSIDI4RY 70 iHE CURB AND GUiiER BID lTE1,1.
6. CONTRACTOR TO CONSTRUCT I" LiP AT EACH
DRIVEWAY.
'� PtE�rF+
���
OS-28-2025
CONSTRUC"ION N07ES
oNrancroars��H coc.io.."E `a��owwc ar �Ensr ae nouas cnroa
��' A -eoo-e�e-eni
MRiWOqiH WALER'REPI, -�iE�O OaERAii0N5 ( 1J) 39]-8296
wORiH ikPW ( (81>) 39]-5I�
oREsiRr (��uwE�M� 7e g�
EC IL ��� i91>) 215-6214
uMERcv �818� �10]�1313
aLL Oi�NEa aCOMPsrvv�(WiLLUE LnES (8��>)�548'99308
A K.5 & OM4 NI ERNCES OEPi. ( QO 92_5]W
E -B -pIG-iE55 (elt)
HORIZON7AL & VERTICAL CON7ROL
n
�
U
Citt PROJECT �'t0a323 rc-32)2 � Q
%-28191 MAPSCO NO. J8-i, �
)8-U. )8-X, J8-Y �
Z
0
U
ORTWOR7'H. CITV OF FpRT WORTH, TEXAS M
WATER DEPARTMENT Q
w
}
2022 BOND YEAR 3- CONTRACT 17 ❑
Z
TYPICAL SECTIONS m
BAYLOR STREET c�
N
&ASSOCIATES,inc. N
a a s��� ey ���e �oos�ue�,�
� � TBPELS E[ngineering Firm H132 (�]
TBPELSSurveyingFirm101 2 3 6-00 N
1112 N Zang Boulevaid,Sui[e 200 �
oallas,ieras�5203 O
Te1.�210�942�1888• Fax�210�9G2�9881 �
�ESIGNE�: LIM SCALE: DAiE; SHffT LL
DRawrv: uu I NTS I 08/28/2025 I 45 U
re � m �j �s��s
BLOCK 6 V / / \
LOT N ��
,.� sWo,e �c. ` � BLOCK 7
�� t0T 9
pW�SEXE655HEET 85 FOR / �y�� � �r::o�resw�o.
EMERSON STrtEEi ,� �.
IPAVING PLAN & PROFILEI ' O�j VAUGHN BOULEVARD��
/ PAVING PA[D UNDER IINIT I
'ROP. 8" PVL �/ATER ��� FROM STA 10�92.58 TO STA 13•21.]8
''\ o'��/� O ASPHALT PAV[NG ONLY
� ��`Q 4� � PROP. CONCRETE VALLEY GUTiER
PROP. P-I �
____ ADA RAMP
I
o 'FLOw
LL VAUGHN BL'
10•00
STd 10•92.SB -
BEGIN VAUGHN BLVD. PAVING
`LOW
LO( l6
BLOCK 7
� / cPn�o uNOEa uN�T ii
ADAPRAMP� rPROP. 8" PVC �4ATER p
L_ T -- - O
i j
� I N
N� � . ' .. . F�o�H a
5 28° 14' 24.13" E PC 11.99.05 ~
'��'_'�II99.05' _' '_, N
o I1•00 /j 12 w
REPLACE DOUBLE YELLOw J —� �
iHERMOPLASTiC `LOW J
STRIPING
�
U
_ i___ �
'__ __ __ __ - — �
�1uT10N� OyEHxEAD
eru+e� ELEtTRIC
WS
REVISIONS
.
o p �tz������. �a�t
, p ,.-,������.�,,. R,�.,�:���,,,�,�.�,.o��.���o.00.o.� �oa„�h��N. oo�z���o��
z p
, �
LEGE D
�y Y 3 � pROP. CONCREiE
PB�S�'BTO N� � �� 'i�' 4VE1AENi REP41R
6 REINFORCED CONCPETE PROP. ASPHALi
PAVEMENi 8" OF VAUGHNa RANSIiION/PAVEAIENT
PEF SELTION 32 13 13 p pp, CONCRETE
Q � � � VALLEY LfITiER
AL ER AiE BID qpP, CONCRETE
? PAVE ENT O pRIVE�'AY
PIILVERIZ4ilOry �IIiN
3" ASPHA�i i Pi � PEF PROP. CONCRETE
SECiION 32 i2 6 0 SI�E�yA�I
� P30P PdvlNi uNlis I 2 PROP. CONCREiE
PAVEA�ENi9Y - �AEDIAN
uLVERIZGTION IYIiH PROP, iREE/BUSH
' ASPHALT iYPE 0 PEF X EIAOVdL
SECiION }} 2 6 PROP. iREE/BUSN
OTHER�ISEPECIFIEO ppOiECiION
PAVING NOTES: � Ex. F.D.W. LINE
i, o�uENs�oNs nxc rAou a<cx or cu , uN�css orxExW�sE Nmco.
�' n�n�v[o�oAaA[vi ro axor[cr[o uN�[ss a.x[a�Y�s[ No.[o ro e[
l pE�VEa`FovAiR�ES��iHE coNSRAcioR�5xAi0RoaiA�N APxuN�E��a
a N1� �FqA vdao [ r aRlo r aRucini ox aEl^beoaEo�
�NNvia[[a[aM��*sirs ��yoaRxr x 9z si e opsn i Eo ' �sr.
1. A� S SH„pL BE v � CiE� u`ORES �q�PqCOOE IN�Vi11ED.
aooNisaiaai[a *HeN�z�Roii,��rr r i�oq ro Nc ANr
L DHIVENdv l0 Sq LL BE
5 5� dU0 INiERSE[i 5 �1� �ima iuc
' NLE55 OIxER�I E NOiEO. •
lnE CONand�i p 57 LL HESiOHE �
e-caNs.auciiae � .�oNs :' Pt���F+y
so ds Nor *a NCEEva yti s�
fL0'h' C>1iERN5. ExISi NG � : . �
iz—� �.
ca20 '� Qo �Ah���
�� oa zs-zozs
CONSTRUC'ION NOTES
oEc nv�ninc nrsucH oa?ioN�� ����owwc nr �[nsr ue Ho�Rs aaioa
n -BaO-B]8-0�11
roai woaiH wa.ca oecr, - ricm oacanr�orvs av 3sz-azas
fORi wORIH ikPw 81] 39]-81p0
fO�Pi WO�R1X f0�RF5TRY (�RnIG f0X) el] 39�-5]29
ONCIXt GS k ELEC1RiL� Eu iE MGu�:c) BI]) 21�5-62�1a
n1MO5�ErvERGv (81g) z�
L�w.�S WS C�WnParvv (wRLiE LEE) (8��])�648�9930�
KS & COM4UNIn SERVICES OEPi. (]) 39
nLL OiHER �ACILIilES 1-B00-OIG-iE55 (ell)
HORIZONTAL & VERTICAL CONTROL
� NCT3W ��NC, ME�i � NL21NLEi r
25D
ELEV. 656.aJ ELEV.665.12 ELEv.669.eB �
Citt PROJECT �'ipa323 K-32)2 �
X-28191 MAPSCO NO. J8-i,
)8-U. )8-X, )8-Y �
Z
�
U
ORTWORTH. CITV OF FORT WORTH, TEXAS M
WATER DEPARTMENT Q
w
}
2022 BOND YEAR 3- CONTRACT 17 ❑
Z
O
PAVING PLAN m
VAUGHN BOULEVARD N
&ASSOCIATES,inc. N
- �&s�-��y��,e�oos�ue�,�
TBPELS Engineering Firm H132 M
TBPELSSurveyingFirm101 2 3 6-00 N
M
1112 N Zang Boulevard,5uite 200 O
oallas, ieras �5203
Te1.1210�942.1888. Fax�210�9G2.9881 �
Z
�ESIGNE�: LIM I SCALE: I DAiE; I SHffT U
Daawrv: �iu 1"=20' 08/28/2025 53
VAUGHN BOULEVARD 9 �I
PdyING Pdl� UNDER UNIT I
FROM STA 10•42.58 TO STA 13'21.78 a(1 I
ASPHALT PAVING ONLY � x
STA� �12y�81.l32[. I �...;
MANHO�E�O BE `9 1
A�JUSTED BY OTHERS �� m�
LOi 9 � �'
STA 12�07. �0. ,\
I 5. 1 I I T. o�d� �
MANHOLE TO
BE A�JUSTE� IPROP��P-1
BY OTHERS� A�A RAMP
� IPAI� UNDER
UNIT 3I
N �
� ' /Y�
� \ r._ wLann r.r ��o
ydUGHN BOULEVdRD CURVE I ICV-II
PAVING PAID UNDER UNIT 3 PI STA = 12•49.89
FROM STA I3�2I.]8 TO END N= 6943784.05
—W�TER y�LVE BOX TO BE � ip E- 2344176.39 ���
.ADJUSTED TO CRA�E o= 3' S2' S7.26" LT
r �W/ CONC. LOLLAR ���avm�- �EG = 3° 49' 10.99" �
� STA 13•14.89. 15.50' LT ".ww�nrx�cus T = 50.84'
���MAiCr+ Ex. PVMr BLOCK 7 L= i0i.65'
a = i,soo.00'
PROP. P-1 PROP. STOP SIGN lRl-Il
� � M O D. A & PROP. "ALL V/AY" SiGN (R1-4I
d�4 RAMP REI�OVE EX. STOP PROP. P-I MOD. B
�\ s7cN oN �nMP PoST poa RaMa
13�45.00 5' SI�EWALK 14�3�'Z9
23' 49'
,\ _ __ _ _ __�'____+
Q FL0�4 F �� y �_ m
H
� PROP. 8" PVC WATER pT 13•00.69� �.
24"
����
?w 00 [y_� �'�"13 O ' '�' "THER OF
REPLACE DOLB�� � — SiOP
-� THERMOPLdST[C 29`' WHITE .....BAR
STRIPING REPLACE iHERMOP�TIC �
U �W THERMOPLASTIC � CROS ALK __....— ,.-�
F- STOP BGR ° STRIPING(T�P.1
Q \
� _`\ .\ / R20. �
STA 13�32.�4, �/
MnrcNZEx31avMr `\
TP 664.87
OyERNEOD
ELECTRIC ��a
I -FLOW : _. '
IVAUGHN HLVD.
'� — ' — ' — ' — ' — ' —
4•00 �¢ VAUGHNIBLVD.pROP. 8" PVC
WATER
FLOW
� I
�
� /o�
4
/
/ ,
r�,�2
�(
QQ
���~
e
� 02
/'4°�/
REED STREET - REVISIONS
FULL PANEL CONCRETE REPLACEMENT � �� qoomo�M , R�+..m.w�i.irVi . i.K......r.�PA�o.i�N. �p�
PAVINC PAID UNDER UNIT I , � . i a o���c o aow,m=
�T 5, �].02. jj�J ' LT. '� �
/' MIQOR MH dDJl15"f�,(ENT ' p
BLOCK l4 � LEGE D
�7� I3 i. S f_ LOi ]A
MANHOLE TO AD,lUSTE�tf�'����^,^Re�,=
BY OTHERS F��rn�rsv��s
�20 LF 24" RCP STORM �RA1N SPOTµREPAIR
aa�o uNOER uN�r a
�PROP. P-I A�A RAMP 16•38.09 �
rEEMOVE & REP�ACE 20 �
�20" INLET TOP �p
_____—�_ __ ^
� / A i `*' a
,r / FLO�' �
i N
�/ �—' ` —�-9d6-4A'}`�E _F "�"_ w
�S.00 J ie.00 _ ?
..� � � � J
F�oW � � », �
��� ��, - -- _ -- � �
U
H
45' � � I i 18' G
15115.Iq� I � 16�09.00 �
PROP. 8" PVC SS J OyERHE1D
REMOVE & REPLACE / ELEC7RIC
IS' INLET TOP
UT�pN� / REMOVE h REPLACE --
.TURAL PROTECT EX. PO ER POLE
GAS � 20' IN�ET 1oP
iFEE REMOVAL 6 FOLECLION LI51
BLOCK l srnr�oN orrscr oEsca�P.�aa aE�vciramccr o j
[0' iRiH M.tOi i2 & 3 13•55.za �5�0�' z' N<cxe[aav a[Abv[ u °`
\ rcww�nrx �mis �6 a0. ]I zQLj9� 30" xRCxBERPv REAIOVE Fr wamrrio'ro
a ��R��' o" 4[sa��r[ a[Nov[
RELOCATE E%. `9q j �
r�E�o S�cN FROM \ \y C`>� Ex. STOP
LAMP POST TO ,(�•�"J SIGN
NEW SIGN Posr %9 io REMAIN
LOT a6 REPLACE
,�r.�w�as�sic 2q" {�'HIiE THERMOPLdST]C \9G
�w����g STOP BAR �O � F,�j.
REPLACE DOUBLE YELLOW \��
BLOCK 7 THERMOPLASiIC STRIPING
ll .
67C. � '. yl. nm�mv Oa..... ',.
... � . .. '�'. um� -�S -�u EX. GROUND.
LT
,00:.r� I
� . � ��.nz
�� � E�• -0.�8' . . ._75X _��
��� � ��'�� � pROP. CONCREiE
Peas�'eTo 4VE1AENi REP41R
6 REINFORCED CONCPETE PROP. ASPHALi
PAVE MENr 8" FOF VAUGHN RANSITION/PAVE A IENT
PEF SEL�ION 12 I 13 p pp, CONCRETE
Q � �� VALLEY LfITiER
AL ER AiE BID qpP, CONCRETE
? PAVE ENT O pRIVE�'AY
PIILVERI24T10ry �IIiN
3 ASPHA�i i Pi � PER PROP. CONCRETE
SECiION 32 i2 6 0 SI�E�yA�I
� PROP. Pdylf/,G ev uNlis I PROP. CONCREiE
PAVEMENi & �AEDIAN
PULVERIZGTION IY[iH PROP. iREE/BUSH
ASPHALT iYPE 0 PEF X EAIOVdL
SECiION 33 2 6 �" PROP. i EE/BUSN
UNLE55 SPECIFIEO = PROTECiION
OTHER�ISE� - -
PAVING NOTES: Ex. F.D.W. LINE
i, n�� o�uENs�oNs nxc rAou a<cx or cuRe, uN�css orxExW�sE Nmco.
�� An�V[o�oAaA[vi<c[ ,E P"or[cr[o uN�[ss arx[a�Y�s[ Nor[o ro e[
n[IbV[Pcpovpi [Fs��rH[ coNSR4c oR�sxAioRoa?A�N 4PnuoE��a
,. o N�� radA E np c r ro �o r vaucini ox niuoeoaEo�
�NNviNEEPEN4135�r5 ��yOaRrvi x 92 Si 9FORsn I'Eo ' Isr.
d. A S SHA�� B P� � ui0FE5 �q�PqqCOOE IN�Ui11ED.
NWNiSALdRG R�irvdN�3�R0IdCCt�x i IM i0 NG ANx
5 5� dUO�IMERSE[0110 Sq p� BE ��ma iuc
' N�[ss o�x[n�y� [ Nor[o. Foza ,
luE CON1RdLRdR STO�� AESiOHE �����
f�0'NonzS �ga�'D�2EEEExISiNNG � PtE�re}
'h' C ERNS. �
i—� ia
ven�oaisoaie io_ ao �Ah���
i—� 4 a OS-28-2025
CONSTRUC'ION NOTES
Hc oNmanc ftrsuc coc•ao.."E ra��owHc nr �Ensr ue Ho�Rs aaoa
i0 Ex[nvni n N � A �. Ba0 B]8 Bg�11
FOFi WOF1H WAiER �EPI �E�O OPERAi0N5 81] 392 0
- 670 Foar woaw rknw ai�� 3ss e�oo
. . roa. woa�H roRFsrRr c�Rnc rox) gi� 3
' ' � '.•11.60 X ' � ..._ . ' ONCIXtE �5 k ELEC1Rr`( Eu E MGu�:c) BII� 29
(.11.00 x __ __ t B 0 s336s3�
T �� n1MO5�ErvERGv (81I5 z 5 a 31
� � � — � , . , O SaEC�rtuu B 0
� �RON�ER (
� .... ...o.. ;`� .. � ,� � .... .... 665 � �vu�s cns c�anaa& mMuurv�n�sEavcEs oEa. (ai�Qo3se�5szo�
o m _ �- 7 nu o.NCR rac�.cs � e o oc .css (ei�)
a
e : __� �.� _ __ � � _�_ : � 0 _�_ RXHORIZONTAL&VERTICALCONTROL
��'.;. ... r- .. ... � ... ... .. w MEo co N�cr r
^ F �. i• � r�. �gz3 H. N i r�. cz
. . . . . i . . . . . . . . . . . . � 660 " �zso
�. '. '. '. '. '. � '� '� ' '. '. '. '. � c�cv. sss a� c�cv. css iz c�cv ans.ea U
_.. mm.N ._ __ ._ .... aO;P � a ....
v..m .... i- - .... u� rv. .... r m Q. o ry r ..... Citt PROJECT �'t0a323 K-32J2 �
� � �'.� . �'. �'. � � � � � � �. :.. � � �.. ... ..... O O O �'. � � � X-28191 MAPSCO NO. J8-i.
� - - N )8-U. )8-X. )8-Y �
K�o .. . K�o �o ' �a �o '' Y�� �O b �o ' ' �o Z
W O
z U
100' yC E%. kD .. � �� J .... ORTWORTH. CITV OF FORT WORTH, TEXAS M
K 67 - AT R.�d.�. RT .... �� ... �
, E•-0.19' �—_ �-�'��'S0 X�- �--�-� = 67o WATER DEPARTMENT Q
�c�`1.50 S- _ � `— � W
. ..�_13.4C _ ..J =`T ._ ... ... .... __. Q .... }
�_ J� � anor. pc� ar g--- 2022 BOND YEAR 3- CONTRACT 17 Z
LE%. GRdl�p RT
� f. j� 6es PAVING PLAN & PROFILE m
�' �� ' L I_ ,__ 3_ VAUGHN BOULEVARD N
�� &ASbOUATES m� N
'° &.�- y� " �,t�ue,�
- � u a� .. '� ��. a 660 TBPELS E 6 in6 F F 3232 M
TBPELS Survey ng F rm 101 2 3 6-00 N
'�, , '�, '�, , '�, ' '�, , '�, , '�, 1112 N Zang Bou evard,5uite 200 O
O �n '. '. '. . '. '. O �o �. �. �. O ry �0 oallas,ieras�5203 �
m m _ �o ¢
'.n . m m. N O n N v m c� Te1.�210�942�1888• Fax�210�9G2�9881
�O ��.� . .. '� �O � � ... ..... . �O.n � ��. � � � .ra ......... V � � . �'..•~p.�.�p �.w.w..... �ESIGNE� LIM SCALE DAiE: SHffT d
1.pp 15• 0 16•00 Daawrv: �u I v. �1"=44 I 08/28/2025 I 54 U
� � � � � � 6 � PROP.; PGL L
665 __ '__. , . �... .. _. — __-�
�x E
__ . �_ •10.T5 X t.ii• ... �kT RGp,�,DLF
660 .__ .,__ . ... ...
..... . . .... . . . �',._ _ ' . .__.., '. � d '. � � � �'.
.. . _ . ._ . { . r,o- .o
._ . ._ . ._ . . . � ._.... a ......... . �
. .__. . . . . �� � . m .
670 � nm . .
.._ _- _- vl _ �om . ... ¢ .
- �� a
_._ ,_ . ;` .. �F _... .. . �.f3.
,.. . , ' ' JI �.
�� in^ � x
665 '. '. ' ' . '.
. . r : ...... . '�,
660 ��. ¢ ', .. ..
¢ N �0 v �0
'. a c� '. m m - ry .
...... ... ...... .. ...a.x..x ...� � ........ .. .... � vi v� �
. 6 : .ml� � �.
�roo w w �s•oo
680
675
670
680
67S
670
�
BLOCK l4 ��
ri. wmn i'�s�m LOT A r. wo� rx �sm� .
5' S1DE�'ALK
REMovE a M�N 4'
� REPLACE 20' SIDE�4ALN ��-'
-�INLET TOP � 17�i8.87� ,
66' � .
� _ _ _�� I
Q
H FLO
Vl -... o m
w- �------
Z - T 17•00 PROP. 8" PVC
WATER
J M I `LOW
/
VAUGHN BOULEVARD
P�VING PGI� UN�ER UNIT 3
FROM STA t3•2t.78 TO END
LOr Q GOT C
OVENHEAD
ELECiRIC F,.wo�nr„a,3 ..,,.
18�52.8�
124'
,..� "". I'-r' —_—
S 32• p�' 21.39•• F�_ __ I VAUGHN_ HLVD
g�94 18•00 � —
� VAUGHN BLVD.
�� /
n.�w �. ��s s� j . FOT�BN & qN
MIN 4'
/ � SIDEWALK
/5'
19 4� 44 SIDE�jALK
� _ 38, / 2q 9. � O
-' O
N
J4i S_ �
�
� -+-- W
-T---y zo.00 Z
IPROP. 8" D.I. 55 � � \ �'—v—
J
S � /\ � U
U"�u'u�" '__—__ __ __ ' _ —
- - :_ _: ,....: , ' / b — — _ —_
� 18, � i / e I H
Q � .� ;::e�. -- 9. / ___ � T�� - Q
� 16•85.00 � MIN. 4' iq /- 9,6 !�, 2p i9f � �
1 5' SIOEWALK � SI�EWALK 5' SIDEw4LK 2q S 0 �2 �
`MIN. 4' SIDEWALK 2 �9
raee aeuovA� a vaorca�oN usi 1UTION� mr s BLQCK l
ELECTRIt sin*ior� a�sci oEscR�vi�oN acuovcinaorccr �ACUSA� L0T °A A�Tu� QN cor q�
i"l.58.64 � 30" NdCNBERRv PHOiECi A "w°^^'"'s"' r,.wam,.,r�,s �AGAS'� wa�nrxrs��g
it�6i.i9 � 28" ndCxBEFRx PFOIECT
tW 3 ir �s.iv io N<crcecr+Ar acuovc RELOCATE �
.0 � EX. POST MAILBOX
y 2JR90' rc
�r.wmrn rx iNro ' �
/6�e4
a e�
.__ . ,.. ,... ; .... .. ; ,.. . .. ,. . ... . '. .... .... ........ �'. 70: A� � ....
... . .... . ._. . . ..... ... . . . ; _. .... . .. . . . .... . : .._ • m�o ._ .E -0..� _...
_ . J..
' ' ' ' ' ' � - � 6 U • 'j.-(iH/
.__ � � "__ . . , ..... � . . ._ . . .�' ... . . ._ . �.... .. — ' �F '.. . . �'. - ... .....
' 6U � >� �.j_3 51 _
r —1 _ O
_�-_. .�5.5� 'b ' _.�.
PRpP. PGL i _� i. 50 Y.� �• ' n �
.__ . . .._. � . .. .
O �-- ��o
� l•11.50 X --.— .�- . . . .. . ... , 6 u p ...
. .-- ...r_ �` --}- � .. . ._. . .- . . . . .. 100'
._ � ._�. �" � - � Lg .-. . . _. . ,. . . . .. . � . S�� -'�- u1 _..
, � -'""" . . ST kC�6/. .DLi , .... E • 0.25.•... � n
...__ , . '. '. Q . . Ex. GRO�M�T .. '. '. '. . �. �. . '. '. '. . . �� �. i.
.__ . ....w � u �o �o . � � .... �D �o �o ��. ��o .... �S�o �o ,. �� _... ...Y�o � ..... �p�o '�. � � � Vl -....
�' r rrr- 'n r � r'. r rr- ,1
. . . . . . � . . . � . . � . . . � � y
. J '. '. '. . . o ' O �. . � . . _. 1 �' YC _ _ �
... . . . . . . . .. . � K ...bS J
.__ .._.U. ... .... . .... . o-r .... .... .... . E • 0.20'. _ ....
N r
� � �N �,J^ �
.4 ' ' u In/10 /p ,.- H
.._ _ _�. ... ._ _.. 6 . . YF .. .._ � .._ _._ . �_- � _..
_..__ '__ _....... ... ..... �. . . .... ... ... .... ..... �.12:40.:,� __. _....
� _ _��-
� � Ex. G�D . . . �" . �
�eT R.O. RT ,-��, __—' .e An $ I I
..�--- - �_: �= t • • o
._..__ . _ . . .3 _. __��;ii.so ti; �— �. -,_�_� ._ _... ...__. ._._._ .. _ ._ .. .
�,v� . — .—y _ _ . �LpROP. VGL aT .. �. '4' • f l'� �.. ��. � . . a
. . . Ex. �ND RT .. . ,. . .E • O.IT.. . '�. . '�. �. '�.
�. ¢ ttS ry �. �. �. O 0+ w �. �. �. �. �. O m m . �'. �'. �'.
� �. �. �. �. �. N n �. '. �. '. '. �0 � '. '. c�
� '. v�'m u�i
r
�. . c� � ui io n
• . ,ry . . • � ry rirvv . . .
v
n.v v vi
_ ', �xr,� " s '"`-� ��� ��� ,� � .-w' ,�.�.� �� ' ����ww
�� �.�� ��m �,� °'°' •x_
w w �p ip �9 �p .ip
��•00 �8•00 �9•00 20•00
REVISIONS
.
o p �tz������. �a�t
� Aoomo�M., R��m..wLEGE � D�.�.rtoa��.��N. oa�„m=
PROP. P4 1!G Bv Il1Ii 3 � pROP. CONCREiE
9 5 e o 4VE1AENi REP41R
6" REINFORCED CONCPETE PROP. ASPHALi
PAVEMENT �8" FOF VAUGHNa RANSITION/PAVEAIENT
PEF SEL�ION 12 I 13 .. p Qp CONCRETE
Q �� VALLEY LfITiER
AL1ER AiE BID qpP, CONCRETE
" PAVE ENT O pRIVE�'AY
PIILVERI24T10ry �IIiN
3 ASPHA�i i Pi � PER PROP. CONCRETE
SECiION 32 i2 6 0 SI�E�yA�I
�3 iiNrr[ i PROP. CONCREiE
PROP PAVEMlN�v a 2 �,EDIAN
uLV5A1ZGT10N IYIiH PROP. iREE/BUSH
' A PHALT iYPE 0 PEF X EAIOVdL
SECiION 33 2 6 PROP. i EE/BUSN
UNLE55 SPECIFIEO = PROTECiION
OTHER�ISE�
PAVING NOTES: � Ex. F.D.W. LINE
i, n�� o�uENs�oNs nxc rAou a<cx or cuAe, uN�css orxExW�sE Nmco.
�� An�VEo�oAaAEvi ro axorEcrEo uNLEss arxER�Y�SE NorEo ro BE
n[IbV[Pcpovpid[F coNSR4c oR�sxAioRoa?A�N 4 puo[��a
,. o N�� racM E<aps�x��E �o r aaucini ox niuoeoaEo�
�NNviNEEPEN4135�r5 ��yOaRrvi x 92 Si 9FORsn I'Eo ' Isr.
a. n s zxa�� e a� o u oeEs °en"vqeooe Nouiiieo.
woo".s"F`.Ri a"A�`<a`z"'oi'<�ci�. r i'oa .'o Nc aN.
L DHIVENdv ad01� SNdLL BE
5� s� nNo INiERSE[i 05 P ou uma iuc
' NLE55 OIxER�I E NOiEO. •
luE CON1RdLRdR STO�� AESiOHE �����
1nE-5 �?a����NLEEExISiNNG � PtE�re}
PR y4
9s I
f�0'N C ERNS. � •:' �'-•�
�z_� iaaas
ven�oaisoaiealio__20 ao �Ah���
i—� 4 OS-28-2025
o a CONSTRUC'ION NOTES
Hc oNmanc ftrsuc coc�ao.."E ra��owHc nr �Ensr ue Ho�Rs aaoa
n Ba0 B]8 Bg�11
roa? woaiH wa.ca oEcr rc�o oacanrorvs aii 3sz a
680 fORi wORIH ikPw 81] 39] 81p0
roa. woa�H roRFsrRr c�Rnc rox) gi� 3s�
ONCIXt CAS k ELECIRYL� Eu E MGu�:c) BI]) 21�5 62
n1MO5�ErvERGv (81�I5 z�53a�65
675 � L�w.�S WS C�WnParvv (wLLE LEE) (81])�648 5930�
vs & muuurvn sEavcEs oEa. ��a 3sz �
nu orNca rac�res e o oc ress (ei�)
HORIZONTAL & VERTICAL CONTROL
r�* �gz H. N a rvrreo� ao N* sPH
670 c wn nc rvn� sE. . cv�nr r
E 23u35E N 69a�1g]�9'6�A
Cltt PROJECT �1p4323E�Ev_ 6B�I0 ei.KOj�Z �
X-28191 MAPSCO NO. J8-i,
)8-U. )8-X, )8-Y �
Z
�
U
ORTWORTH. CITV OF FORT WORTH, TEXAS M
WATER DEPARTMENT Q
680 W
}
2022 BOND YEAR 3- CONTRACT 17 Z
67s PAVING PLAN & PROFILE m
VAUGHN BOULEVARD N
N
�� &ASbOUATES, m� N
&.�- y� �,s�ue,� �
670 TBPELS E g 'ng F F 3232 M
TBPELS Survey ng F rm 101 2 3 6-00 M
1112 N Zang Bou evard,5uite 200 O
oallas, ieras �5203
Te1.�210�942 1888• Fax�210�9G2.9881 �
z
�ESIGNE� LIM SCALE DAiE; SHffT d
Daawrv: �u ���•=y4 08/28/2025 55 U
LOTS 9N &u9H «5 BE & 9E�
RELOCATE
rr.wdrnr.rsiro`EX. POST MAILBOX ri.w�nr.�c��s
O
�
C
N
N
Z
J
2
U
F- �
a
�
5, J
SIDEWALK
SI�EWALK
-PROP. M-2 ADA RAMP RELOCATE -
24" wH1TE EX. POST
�THERMOPLASTIC MAILBOX
CROSSWALN CONCRETE
STR[PINGITYP.1 STEPS
IDfS BO 8 90 LOTS 8F & 9F
v�.wd��.rx ice rc wdmrx i�iv
VAUGHN BOULEVARD
anv�Nc an�o uNOEa uNiT s
FROM STA 13•21.�8 TO END
SMDEWALK � SI�EWALK �� .�� MIN. 4' .
22.05.14 SIDE'�ALK �22.64.92
Il' ��
�
- — - - z� �2_
� `I � PR
I :p AD
p P R�
_ _ �--�r�� I
zo �, z i
� i
CURVE 2 (CV-2l ��
PI STA = 25�63.57 ��TS BGa sc �
N = 69426�1.44
E = 23498"/4.94 F�-w���x��
�- 30° 48' 19.36" LT
DEG = 4° 59' 46.24"
T = 315.94' �RELOCATE
L= 616.58' E%. POST MAILBO%
R - 1,19fi.]9' .
POST MAILBO% Z3�69.81
23�00.7� SALVAGE STONE �Z�
12, PAVERS TO -{—i-
O�4NER �'
'"PROTECT
T r Ex.��osi M47�eox �
�.�_ PC 22•47.69 I FLOW ' ..�5' SI�EwALK
za•oo �'�--{—_ I _� iVAUGHN BLVD.
ii—r�'—'—"
I �23•00
---- 1 F�yy� Q VGUGHN BLV�.
�
— �CO=CRETE STE=S
_J_ C�-? I__
24•00
� i �
PROTECT 13� g5 12' I��-� STd ����]. ]n. fi�45' Ri.
Mu a� i
\
o�¢axeeo
ELEC7RIC
__� �
-i
S
�s� s�oEVra�K r
Z
F o —�� r'
)P. 8" Py= ' �
�E�� _� ��c�_ � 25 -1
- � n
r � o q5
� �
� N
_ lP
0
vse � o� EX. POSi 22.28• 22.69, ]9 RELOCATE A A US MENT �� g� gtV
Gr � � / � MAILBOX I EX. POST V4� 30" GOVER � �� a�r�o�'
BLOCK l PF � �` J o � EX. STOP LEAD WALK MAILBOX !`.i O�ERXEOD
W�l� �' r,�•/1 SIGN TO �ONNECT UP i0 EXISTING VI ELECTRIC
L7 / REMAIN EX. PO ER POLE TO BE BRACED /
G�� 2 STEPS �p /�
' .'J�%�� PROP. CONCRETE VALLEY GUTTER � TREE FE�IOV<L B FOIECTION LISi
�J� (PAID UI�I�ER UIJIT 3- ALTERNAiE, ID ONLYI �UT��� STdiION OGLSET EE REAbVE/PROiECI LOi9R
�� ���@� �� � GYS�� r,..���r�,s� zi se.o� 3vpss oes�R�oae�� vxo.ecr � wwn�*�� 9
O�p PROP. 8" PVC �'ATER ��u� � 6 3i.9i' .
'e «e . nr E��" BLOCK 2
,� � �c" �� ��m Ne BLOCK 2
/ /� / I SEE SHEET 86 FOR n_ww�n+rreus 23 23.9a zZp zo o�K vaor[cr
coMANcnE SrREEi E��
. . PAViNG PLAN BLOCK Z . . . . . . . . . . . . . . . .
_ : ' 70 yC .; ;.. .,. . ' ,.._. � '.
.... K.dS ; . ........ .... P .... . .. .... .. ....
.__ ... ...E • -0.13' . ..... C 688.88 .... . .... . ..... . .....
_ t0 y�C _ . . .
' K 2 '
-_ o E o0.21' . IrAT�RCO.�NDLT . /� —� b .. . ET,p6qq,�� MD ���_��
Ex. GROIIND LT ,i � � A � "' �T
_ `'�� _N �^ _ I f . _ ��"�/ c j;� r; ex. cpouNo �r :�"—�� �
� ,m n �I-�" _— . �o` !'VIdT � �%� x
u 1 �
...0 . �'�. �/ ... ... . . Q. ... -j/... �' ... . . __. � ...
_.. � ... � j�' - PROP. PGL LT ... . . � r j ... ... . --. p _..
.. p _'- . .. a0 Y. . .. ... . . - _- �F �. � PNOP. pGL Li ... . ... if1
—N —�- t.)2. X " . . . . . . . _ - . . . . . . �.,
.12.00 % �. '. �. '. �.15.� ' �. �. .
a�mw nP� fP� Q:�, _ Q
��o m� o� NQ �m Q� � �
M _� Q.
.. ' „�� _
`� .� . _ $m� mmm , . : . . . . _ . �� _ � mm �
� . . � . � . . . . . � Nm�'.� Nm� Pmm , , '.��m
690
685,
� �'. �S �S. . . �S . . . . �S �'. . . , . �� �� '.. �'. �'. �'. � Z
.. � ..
J i 100' J(C . . . . J ...
.. = K • 61 ... . _ .... .i00' VC . ... � ... .. ... _
690 U E. 0.20' .. o �, � a. g� p�� U
~ � o -� EX. GR ' E• 0.14' g ... � AT R.O. . Q
... Q _... ..... o . w .... . . .. .. .. . ...
...� ._... ...a �... _ At N.O�RT �.)4.20 g ... .. � ... �EX..GROU�tD RT __. � ...
� � PNOP. PGL R -' � . .
a _' vu ¢� i��- �n ��,,- m //,
� -
eas. • ! � '� u '� � � , _.. /1.W ^"'�T._. � �� -.� `�'is '• J
._ �+
.
........ Oa.a ....... .� r O x .... �.1-.20= . �i .... E%. GROUHO RT � .. ...�u �"��i 5,30 X. �.. pROP. PGL RT . _.. .. .
am � �4.0 - � r ,
am� -�9,�s'-' , � �
680 . . . . �. . �. . . . a
z`� : ) 4. � �'.. .. .. '.. ''. ''. ,'. `��� �' �'. �'. �'. �'.
r o c t )2.40 X o . . . . . . . . . . .
N O �'. ��. ��. N m m ��. ��. D m �'. �'. ��. �'. �'. N � n ��. �'. c�
n io .�.m�0 ¢¢
. c� m n
n
. .m 0-- �'.d�m� ...Pdmm
ry rv'. v rry
r� ��r� m o rt �'. v v�n
. M1 i .
W�w 1� Pmm �O�m �'.b��6.w.w...
.....nw�.,u.a.ra . . .�G�a� ..:. �. .u.9� �. .... ...... �� '�. . �o�'.� �, . . �.� ........ u��'. '. .q�n ......... � . .
21 00 2� QO 21 00 2�•00 25 00
REVISIONS
o p ���� �o. �a�t
� p Aoomo�M., R��m�w��w.o��. �a:oo.ou.�PA��.��N. oa�om=
�
, �
LEGE D
��� � ��'� � pROP. CONCREiE
Peds�`'eTo 4VE1AENi REP41R
p' REINFORCED CONCPETE PROP. ASPHALi
AVEIAENi 8" FOF VAUGHNa RANSITION/PAVEAIENT
PEP SEL�ION 12 13 13 . p pp, CONCRETE
Q �� �VALLEY LfITiER
4iiER AiE BID ROP. CONCRETE
PAVE ENT O pRIVE�'AY
PULVERI24TIOry �IIiN
3" ASPHALi i Pi � PER PROP. CONCRETE
_ SECiION 32 i2 6 0 SI�E�yA�I
� PROP. Pdylf/,G ev uNlis I PROP. CONCREiE
" PAVEMENi & �AEDIAN
PULVERIZGTION IY[iH PROP. iREE/BUSH
' ASPHALT iYPE 0 PEF X EAIOVdL
SECiION 33 2 6 PROP. i EE/BUSN
UNLE55 SPECIFIEO = PROTECiION
OTHER�ISE�
PAVING NOTES: � Ex. F.D.W. LINE
i, n�� o�uENs�oNs nxc rRou a<cx or cur+e, uN�css orxExW�sE Nmco.
�' Abv[o�oAaA[vi<c[ .E '"or[cr[o uN�[ss a.x[a�Y�s[ No.[o ro e[
n[1bv[aPaovai [Fs.'�rH[ coNSRnc oR°sxnioROoaia�N qrpuo[ a
u„ @'A�a"a P .y R��EA� o RE�aoR`o
�NNviNEEPEN4135�rs iry'OaRrvi x 92�Si 9FORsn r1Eo ' Isr
1. A S SHA�� B P� � ui0RE5 �q�PqqCOOE IN�Ui11ED.
NWNiSALdRG a�irvdN�3�R0IdCCtlY i IM i0 NG ANY
L DHIVENdv 01� SNdLL BE
5� s� nNo INiERSE[i 05 R ou iuc
NLE55 OIxER�I E NOiEO. •
luE CON1RdLRdR STO�� AESiOHE
f�'NorzS �ga�'D�2EEEExISiNNG �.+
0'h' C ERNS.
�_� iaaas
ven�oaisoaie io_ ao �Ah���
i-� 4 a OS-28-2025
CONSTRUC'ION NOTES
rHc coNmacroars��� coc.io.."E `a��owHc nr �Ens. ue Ho�Rs aaoa
n Ba0 B]8 Bg�11
roai woaiH wa.ca oEar rE�o occanrorvs aii 3sz a
700 �ORi wORIN ikPw 81] 39] 81p0
roa. woa�H roRFsrRr c�Rnc rox) a" .�i9z siie
ONCIXtE �5 k ELECIRYL� Eu E MGu�:c) BI] 215 621a
n1MO5�ErvERGv (81I5 2�5�3a]66
695 � L�w.�S WS C�WnParvv (wLLE LEE) (81])�648 5930�
vs & muuurvn sEavcEs oEa. �ai�a �sz �
nu o.NCR rac�.cs e o oc .css (ei�)
HORIZONTAL & VERTICAL CONTROL
r�r �pc Hr da rvrRo� Po tir s H
690 % . N� WA H�69a16]9E60A . PVNI r
E EV ]Ol ]�� ~
Cltt PROJECT �y1p4323E�Ev_ 6B�I0 �.K j Z �
X-28191 MAPSCO NO. J8-i,
)8-U. )8-X, )8-Y �
Z
�
U
ORTWORTH. CITV OF FORT WORTH, TEXAS M
�oo WATER DEPARTMENT Q
W
}
2022 BOND YEAR 3- CONTRACT 17 Z
6es PAVING PLAN & PROFILE m
VAUGHN BOULEVARD N
N
�� &ASbOUATES, m� N
& . y� ,t�ue,� �
690 TBPELS E g ' g F F 3232 M
TBPELS S y g F 101 2 3 6-00 M
1112N ZangBouevard,5ute200 O
oallas, ieras �5203
Te1.�210�942 1888• Fax�210�9G2.9881 �
7
�ESIGNE� LIM SCALE DAiE; SHffT d
Daawrv: �u I v. �1"=44 I 08/28/2025 I 56 U
' tOT 9K
Ma� CONCRETE STEPS
F..w�.m,rx�sris pROiECT-
� EX. BRICK MAiLBOX
O
5' SI�EV/ALK
� 25.� 8 '
NI , T---�
Q
W
Z
J
BLOCK l4
rr. wM�nn r N�c�
1 26�22. 71
1 i3'
1'
CURVE 2 tCV-21
PI STA = 25•63.57
VAUGHN BOULEVQRD N = 6942671.44
PAVING PAID UNDER UNIT 3 E= 2349814.99
FROM STd t3•2t.'/8 TO END �= 30° 48' 19.36" LT
DEG = 9' S9' 96.29"
LOT 4 T = 315.94'
L = 616.58'
r, wmnir �s��s R= I. I 46. 79'
coNCREiE siEPs ovERxEeo
ELEtTRIC
PROTECT
EX. PoST MA.�Box
26•8].29 MIN. 4' 11�' +�-
�-_ — 1� �SI�E�VALK -- I �
27.�0.63
�-1
00 -��_
_ � -""------.�_ ! VAUGHN BLVD• cv-z
U �
� `�O 26•00 PROP. P 1�,OD C
Q _ PROP. 8" PVC ADA RAMP �
� '� ^� ATER �loW \
__=__ —=X �
�_
oveexeeo � \` � t/
ELECTHIC CIUTION� \ ior9 �
�°c�s � s�rE c�EaR�Nc w.„,�- /
LOT 9R \ �9 vm s �isns /y�
Frwdrnrri�ro `LOCKJ ���0
/
.OW -- _..- �
� � '- 11 '�
,; —
i / � 28"g�'6� �
� REMOVE 48 LF �
�, / � � CONCRETE
� � � ��,,�t�� ron� CURB
/ \ 5' SIDEWALK
`\ �� PROTECi cOr �
\, PROP. P-1 Ex. ATNJ69
\o A�A RAMP BRICK
MAILBOX
REVISIONS
.
o � �tsc�� io. oAit
� p aoo��o�,.�., R��.��«�,A�c.��,ro���...�oK�o.ou.�PA��h��N. ao�za�rzarzs
z p
+ �
LEGE D
��� � ��'�� � pROP. CONCREiE
Peds�`'eTo 4VE1AENi REP41R
p" REINFORCED CONCPETE PROP. ASPHALi
AVEIAENi 8" FOF VAUGHN RANSITION/PAVEAIENT
PEP SEL�ION 12 I 13 p pp, CONCRETE
Q � �� VALLEY LfITiER
4iiER AiE BID qpP, CONCRETE
vavE EN* �oa�vE�Har
PULVERI24TIOry �IIiN
3" ASPHALi i Pi � PER PROP. CONCRETE
_ SECiION 32 i2 6 0 SI�E�yA�I
� PROP. Pdylf/,G ev uNlis I PROP. CONCREiE
PAVEMENi & �AEDIAN
PULVERIZGTION IY[iH PROP. iREE/BUSH
' ASPHALT iYPE 0 PEF X EAIOVdL
SECiION 33 2 6 �" PROP. i EE/BUSN
UNLE55 SPECIFIEO .= PROTECiION
OTHER�ISE� - -
PAVING NOTES: Ex. F.D.W. LINE
i, o�uEHs�oNs nxc rAou a<cx or cuRe, uN�css orxExW�sE Nmco.
�� MOVEpdpqBqEpL 10 axOrECiEo UNLE55 OrxER�YISE NOrEU r0 BE
Ao�Ar �°,�E=E P�a�= �o� Pa o Pa�NE a
n[Ibv[Pi s. rH[ coNsr+AcspR sxn�oRoa?A�N n x. �y�
ANN�� �adA v r aucini o niWeoaEo
v [ PnuN�NCFRR i��[o �s�.
roNvia[[a[a4��*siroa��yoaRxr x 9z si e oRsp .p
d. A� S 55„AL BE a � CiE� ufOFES �q�PFCOOE IN�Ui11ED.
`oo":s" :a� � myio�< <i„ r i�o� .a N� nN.
p L D IVENdv OI��SNdLL BE
5 5� dU0 INiERSE[i1 N �1�
� ' N�[ss o�x[n�y�s[pNor[o. �ima socu iuc
\. / EX. STOP luE CON1Rdci0R 57d�LL HESiOHE �..���
BLOCK 2 �� \ o SIGN TO inE rir�ai DE
LOi iA dl5iau[��d�1 ilONS �.+q
, I EASTLAND STREET & NOLAN STREET �/, Qo�re6 � �. �c� REMAIN Fr.���x,ss 5o,�„c�s�e� zo ,
FULL PANEL CONCRETE REPL4CEMENT dJ�/ 0� / F�E�ads PROP. P-1 MOD. D'➢�n�i �o�u�m�r.� �LO�sv�ppriEnNS. NceE[xs*N�
PAVING PAID UN�ER UNIT 3 O���t� �/ / ��d Rdl.1P �n°9 � \ \
/ � p�. �� � � RELOCATE EX� 9 BLOCK 5 �-�o_ ao F'!cE�N�
�Y`�Q BLOCK'I STOP S1GN FyJ� ' �
� 5TA j"/.(!$ "/5. 19.jj� ' Ri. F' ..
/' F' �GP� PROTE� MGJQR MN LDJl15TMENT y� a ioais�ie i- 8 ����:1+�.�
IGliOPc
�G� EX. POST MAILBOx � \ \ i-� 4 , OS-28-2025
/ �y/ 30 COVER
. PI 2 •� CONSTRUC'IONNOTES
". ". "�� �� �� ioE z�nv�ninc n s�a ra��owHc nr �ensr ue Hooes aaoa
.__ ._ .... .._ ,.. ..... .... ..... .. . .. __. ... TC 710.35 � X '!?.70 2.... _.... r ucH �oaroN.
� c ��
. . . ....` ... . .. . !._. .
niki Ba0 B]8 Bg�11
roa. woaiH wa.ca oEar rE�o occanrorvs �aii 3sz a
'' GORi wORIN ikPw 8113 .S9] 81p0
71Q ...• I . '�. . � I �. 715 ror+* wo�RiH ro�RFSrRr (CRnG rox) gi�1 3s
� ' � roarwawra )
. .__. . .. -- I '. �'. �'. 740" C - 1 CIXt CAS k ELEC1Rr`(uEu E MGu�:c) BI]) 215 621a
I E%. GRO NO K -
.. . . � .. .. j �AT R.O.�. �T . ... E • -6.74' or os cncacr (aii) z�s aiss
.. . .--. . , .. '� . , . . � . . . .. EX. GROUND�T '�.-��_' ... --- � PROP. PGL LT '� srccruuu � es sz a3o
�aarvr[a i ao
705 ... .__ . ',. I ... .. .. ., � — _�' .. ... .... . . , __. ... . _ . . ��... ...... ._. ._.... 710 wLLw.�S WS <WnParvv (wLLE LEE) (81]) .198 9930
y �—: �ORi WOR1N PnRKS & COM4UNn SERVCES OEPi ,81800 OGSE55 (elt)
' .. � - � P01 T ��J � nu orNca rac�res
. .._. T . `_ �� �
O. I <�� PROP• PfA LT � . di R O. I{j � LT O HORIZONTAL & VERTICAL CONTROL
� �� O � � �� � � � �. � corv.reoi ao Nr Na courao� aoHr bs corvrreo� ao m* Ne
70C .-- ,-- �. �-. .... ... ... ..... .... -.. E%. GROUNO. LT ... � ... 705 Mnc rvn� sE. ascH. wur'x cu. sE. coNc vno unc rvn � sEr asaH cv�nr r
��� ry 69<1fi19 60 u 69415.i800 N 69a1S61 ]3 r
...__ . ' ' N `, 5 01. X' �'. . '. '. �'. '. '. '. '. '.. . �'. , '. . '. N c z3aaeoa Iz c. z3asoa�.ei c uns5os.et �
a Q m a� ? �:� c w> v N? Q�, M1 Q M a __ E�� �oz �, E�EN ,�ozs E��,. ,os,<
_tiQ U
0
..__ . . . ...� . ^� . : .^. Q Q ..... .v ry - ; v�.n .... ....- . - .... �` - ... ..... ... ^ r _.... tt PR CT At0a323 rc 32J2 ¢
. . ^ . �. Ci OJE �
r �� w�'. w m O o a ,. . O O O X-28191 )BPUCO)8 OX.�)8 �Y �
...-- . • �. � ��� ''. . .Ooo �'. Ooo �'. ^o�'.o �'. �'. Ooo ... Ooo,.. . .. Ooo N
r r nrr 'nri- Z
.-- ., w . . . P 2q•j�5 0 '. w O
... . ? . (� 7.'14f � n Z U
. . . � TC 710.T4� c OUX f.13.pp �
, J , .., ,. l.�' x J ... ORTWORTH. CITV OF FORT WORTH, TEXAS �
�ie = _ ��s � WATER DEPARTMENT Q
� �bo� yt i i � }
._ ,;_ _�. _a . .. . '.. ;�—� .. .. � T'R O�vNn CR 2'I.98.57 _._ It ' g4 _. a ...
�rEn:oy�0�i ��- �'��-� [L Ee r���' � n rc �oe.ez E� �'� � 202260NDYEAR3-CONTRACT17 Z
1 Ri
7os �' a•nT _ �� e_��4 T rEcrsou o ar ��� , �io PAVING PLAN & PROFILE m
_ 3 >� ! ! � � ��� ! M voi T _ _f� _— , 3 _ VAUGHN BOULEVARD N
� /,- m . _ --- �
� . i_ �oo ����� �PRQP. PGL Ri � ���'ASSOC.IATES Illt, N
. � . E%.'.GRIXlND RT� . . . . . . e &.i� �isul�aia �
70C� . � ��� �'. �'. �'. �'. �'. � '. . �'. '. �'. a 705 TBPELS E 6 �n6 F F 3232 M
'.15.00 t ,,. ,,. ,,. '. '. '. '. ,. . . TBPELSSurveYn&Frm101 2 3 6-00 M
� �, , �, �, �, , �, , �, �, �, , �, �, , �, 1112 N Zang Bou evard,5uite 200 O
. �, �, �, ', ', ', ', ', , , , ', ', ', ', oallas,ieras�5203
C �
�. pppp �� � � �. N�o ry O m v N'.vi m m m m m O� RRRp � Tel. �210�942�1888• Fax�210�9G2�9881 �
...... ... �'.. .......6 w x��� . �'. O o o ' . .... .. .......0 0 0 . O o�.o .... O r�.,o �'..... O o�. - . O o o ......... r r� ' ^ r r 6 w pE51GNE0 LIM SCAL' DAiE: SHffT U
. .
2� 00 �. . ' 26 00 27 pp . . . 28•00 � '..F...29 OOw.x.... Daawrv: �u I v. 1"=44 I 08/28/2025 I 57
rr.w�nr��ti��s �
��
-RELOCATE
Ex. POST 5' SIDEWALK �
MAILBOx
rEX. POV�ER POLE
I TO BE BRACE� �
I�
L �- �
�
D
�
S
r
z
e m
\ �
7
• ` �FLOVN� ' �+— P _—
-- 1� VAUGHN BL D. - J� o RELOCATE -
,� 1 _�-�'�" � � EX. POSi
LJ_� ZB,Op , � MAILBOx
"_�'�"�'� w __.
27.00 � �"��_ ,F�O� ' ______
iars roa �ss sc rrria My rnr�or ioe
O
�
N
a
W
Z
J
U -
� 00
�
IFEE REIAOVFL & PROLEC110ry LI51
S�AiION OFFSE� pESCRIPiION �EI.bVE/PFOiECi �
zv os s3 ��� 4o aeK Pao,cc�
29 10.a9 33 Onx PROIEC� 0
rMIN. 4' SIDEWALK 29��5: +
�
„ . 1 I T-1-
�
r.ors roe �css NW raia iors naa nnz
5E raitOr roa
.00ATEworn�r�r��3 �\ r�ewoV.in'ro,eHe
POST MAILBOX VQUGHN BOULEVAR�
IPAVING PAID UNDER UNIT 3
-PROTECi FROM STA 13•21.]8 TO EN�
EX. BRICK
�IAILBO% PROP. 8� PVC WATER
f0-I5.95 rS�SIDEWALN �
11" �
a �62�2a:'si'�6=
30•0�
FLO� � VAUGHN BLVD.
' �� " r _ �_--
\ j
� \`�' s s mEWa�K J .. EZL�aosi
�
29•42•,6 PROTECT �� MAIL80X
�
��
OyEFHEA�
ELECTRIC
31�46.08
I6' ,
-�-� , .,�:,., _,,.....
�-T__/. _ � _ _�_�_
VAU( HI� BLVD. �
31.00 '-' ' '0'-�'
� 32•00
\ �- - \. a _
60 ..,.. \ \ � yij. �
yo.e�' coNCREre �3�' V ��
STEPS � �.
\ PROTECT �
mrs naa uez
CONCRETE
STEPS p
,...... 32�b0.99 ,,. ..
. �6. . .:,,.,.. M
_ - _ _ - !�1
C[
a
�
'-"-"�'-'� w
_ 33 Z
FLOW �
S
U
� _
� r
5' SI�E�4ALK � � a
\ �
PROTECT �
REVISIONS
o p �������. �a�t
� p Aoomo�M., R��m�w���,roU.���o-co.o.rtoa��.��N. oa��,m=
�
, �
LEGE D
PROP. P4 1!G Bv Il1Ii 3 � pROP. CONCREiE
9 5 e o 4VE1AENi REP41R
6" REINFORCED CONCPETE PROP. ASPHALi
PAqEMENT 8" FOF VAUGHNa RANSITION/PAVEAIENT
PE SEL�ION 12 I 13 .. p Qp CONCPETE
Q �� VALLEY LfITiER
AL1ER AiE BID qpP, CONCRETE
II" PAVE ENT O pRIVE�'AY
PIILVERI24T10ry �IIiN
3 ASPHA�i i Pi � PEF PROP. CONCRETE
SECiION 32 i2 6 0 SI�E�yA�I
�3 iiNrr[ i PROP. CONCREiE
PROP PAVEMlN�v a 2 �,EDIAN
uLV5A1ZGT10N IYIiH PROP. iREE/BUSH
' A PHALT iYPE 0 PEF X EAIOVdL
SECiION 33 2 6 PROP. i EE/BUSN
OTHER�ISEPECIFIEO = PROTECiION
PAVING NOTES: � Ex. F.D.W. LINE
i, o�uENs�oNs nxc rAou a<cx or cuRe, uN�css orxExW�sE Nmco.
�' e'n�vEo°oABOnivi ro axorEcrEo uN�Ess a.xER�Y�sE rw*Fo ro eE
PE1,bVEP�AOVAidEF CONSRAL OR�SxALOR09iAIN 4PpuNOE�y�R
v[ N�� racM a<noscx vauN�Nc ox n[WVaiEor
�NNviNEEPEN4135�`5 r9pqRX x 92�5] 9FOR5 cENr r'Eo ;RBORIsr
IY c I s .
1. A� S A ` E 0 NpqW1�5E7 N�Ui11NG ANx
zv es.oz 19�je iz" a MAILBO%CK � E%. POST ,"` EX. BRICK p EqNArveN z trr ort sr[n
• ELAN HEWVE \ \COT 6A �ppNjSA�daG 5 CONip11 C 1
MAILBOX ��'�q MAILBOX ��,3�?y, �� L DHIVENdv 01� SNd BE
29�95.58 1eLj� B" Odx HEI.bVE �UT� � 0 5. dL
Y �X.sr.
� OVERHEAD �ATUR L SJ^ n'� eb�.� ." s� N INEOiiEn N o��
30�9L00 �sa06' zz- onx veorca mr i ELEC7RIC �or a GAS ' ; s�- ��02 RT. \^ �m sc �\ '� ��Ess �°se No.ea �ima ,iuc
�i�JOk �vf ADJUSTMENT `o��
3i.86.40 ���j� 24 POSi OdN PROIEG� '�'/ 30" COVER � �NE CONandLRdDE�TOLL HESiOHE ��oF�
� �5 �7a��CxdNLEEExISiNNG � PtE�re}
�eo vapnBna. sms ammeha. .wx m�o Ba. PR di
rc wvuv ry �tvz rc wmrt rx �citv Fr. wum.�r �zw 'i'�. 9A I
Ji�92.0i �� 3i� ?a" a05i Odx PROlEG1 BLO�K 5 �� 5B � ��0'h' C ERNS. %`�� �"'�
Li (Di 4 � NonznntelScele 1= 20 :`:..�.nanou.�.m......i
31.99.98 ���j� 22 POSi OdN PROIEC� � �_- 14005
3200.6J 23'jb 2< POSiOdx PROIECI Fr.wamrx�rr�s Fr.wormrxr6��9 �\ Venical5cale10= ao EN�
�z 3z.as �' is e�u vRo.ee. \ i-� 4 �� 02�
32 �6.i1 ]2 LIVE Odx PIiOiECi � / 0 J e'
'. ��. ��. ��. ��. ��. ��. ��. ��. ��. ��. ��. ��. ��. ��. I ��. � �. ��. ��. ��. ��. ��. ��. CONSTRUC'ION NOTES
�z.es.os zs.as <o uve onK aamee. . . . . . . . . . .
�r . ,... .Mc coNmac.oa
zaars ,�; �{ , , _ i .o Ex�a�a.�� a.s��� �o�.a�..�E �a��ow�� A. �EA�. 4a �o�Rs PRaR
�z.ss.os =, o.� Pao.E�. �o�.ro�
� 1 Ba0 B]8 0�11
715
71Q
lOs
7�t
�ic
705.
� � E•-6. 74• , � �� � �� 5�ozi woziw ia�nwR oEar rE�o occanrorvs {g��2 39z e�oo
. '�. ' R T . '�. ' EX. GR NU m . o �o � woaiH :oRis Rr (�Rnc Eox) }gi�� 3
'�. �. TC T70.99 �')2. 7p . . � AT R.O.�j. LT '. -, . �.. O a+CaeE s e ELEC Rr`( Eu M ur+c) �BI]} 29
-x ..� . -- � EX. GROUND LT .. �.. . • o om OS EMERGv (aiBS z�s aiss
.. .. , .... . . . �_. ' �-� J'-� _ _ ... _. F ,. , i �o i3i
on
� ......... ' . -. -- iv�` _�.-� _���- : . __ '. ... .........6 .. .� � ........ 5�R SC�Wnsa& (wLLE LEE) (g�])�648�9910�
.... .�� .... - 1` ---- � �. � 710 �ORi mMUUNn SEavCES OEai � 9 �00
� p nLL OiHER �aCLiES 1 B00 OG iE55 (elt)
. ..-. PRpP. PGL LT �� "
.O. � � �_� ' ' 0 -�- HORIZONTAL & VERTICAL CONTROL
.__ . .__. � � : _ . .._ . ... ... ._- . .. .._ .._ _... t'1d.70 %... ��\ � .. corv.reoi aoNr 1a cou.ao� aoHr bs corv.reo� sE�� � H cv�n
. � �. �� �. �. . � 705 MAc rvni sE. ascH. wur •x cu. ser comc vno unc rvn r r
ry 69<1fi19 60 69415.ie 00 N 69a1S61 ]3ASP
�.�. N '.�. �. �. '�.�.�. �.��.�.�. �. �.�. �. �. �.�. �.�. �.�. �.�. M ^' r
' � E z31A9o41] E: z3asoat.91 E z3n55o].9t �
...-- . . . . . . '. . . '. . . . . . . . . . . . . . . . ELEv: ]02 ]Y ELEN J10.15 ELEV: ]O6.]4 �
..__ . . , m . . .F.m r .... Q M � . . .: Q �'..� .... � N .N ... � s: . .... Q m.. ... .... ....
..__ . . . ...a . ^ : .m o m ..... .m -. ry .: m�.v+ .... Q..� .... u' o:. .... - ... ..... m n n v�i � a ..... tt PR CT At0a323 rc-32J2 �
CI OJE
. . �. Ooo '. '.O-o . O-- '. Oo'._ . . Oo- m� '.
...-- � O o O'. `� �' . � N X-28191 MAPSCO NO. J8-i.
. �. � �. . � �. ^� � �. . n r r �' �' �' i�r r ' � �- r . . O o r ^o . O o )8-U. )8-X. )8-Y F
. . w n r r . . . r r . , , . , . . . . . . r . . . . r o w Z
.... .__ . . . Z �'. . �'. r �'. �'. . �'. '. �'. �'. . �'. . - '. �'. . �'. Z �
. ... . ...... ... J - ' ' .. ��n rr . . .. . . . ... . J.. ...... ORTWORTH. CITV OF FORT WORTH, TEXAS �
= e•-zoo• = 715 ��� WATER DEPARTMENT Q
� w
� CREST �9•52.50 Ex. G�ND }
..__ .__ ._.a. ... 711.1 .... 7'13.� ii q.tl. . RT .. . ...:Q .... Q ....
� �`x �rEx. GwouNo eT '; o � � 2022 BOND YEAR 3- CONTRACT 17 Z
�� `��'�--r-_�r -=L�-.�-__ '�. ��. �. ' � ��. .__• O
,�_,« - no PAVING PLAN & PROFILE m
s a 3._ VAUGHN BOULEVARD N
......... . .��. . .�. . ... ... ... ...LPROP� PGL RT. . . R'ASSO AT S N
� ��__ C� F, IIIG
&. � y ' .ullaia
�. a . - . . �. ���. .� . ���. �' � 3.00 X � a � � rsae�s e e ��a F r szaz cn
��. o� ��. . . . � . . . . . : :.. . '�.. �'1�'r r� . - o0 705 rePEiss�r�ev�sFrmiaiz36-oo M
. �_ N . . . . . . . . . 1112 N Zan& Bou evard,5uite 200 O
�v
� v �r� o 0 0 0 oallas,ieras�5203
�. pp �� - m m O e v m N m �0 r m � p� o Rp c� Te1.�210�9421888• Fax�210�9G2�9881 �
...... ... �'.. ... ...0 >- _ .' , � _ _ ........ . .......� _ _ . -'o .... ...G _ o ........ O . - O o o ......... ��. �'..O.o. @. . N L CA E AiE� Hff U
. . .��. . .� .
. 6 w y� w r r �, �, w r r � r r- �, n r-�,i- , , r r �', , � �ESIG E� IM 5
�4•00 30•00 3� 00 r r 3Z 00 ^ r r � 33 ppw.w.... oaawrv: �u I v.L�i"=a4 I D08/28/2025 I 558T
iFEE REI,bVA� a ECiION �Isi
S1ditON OF�SEi pE5Cn1E��lON REMDVE/GROiECi
33,Qy �� 23.05' 6 xnCxBFnar aRO�ECi
J3•i5.05 � 6" xdCxBERRr HEI,bVE
]3�9i.n1 38 OAK PROIECi
33-93.6i � 7 20" NA<xBERHr PFOIEGi
35-BS 65 26 51 30'xPCxBEPRx PROiECi
}5 85.68 ��Rba 10 ELIA PROIECi
3s vs.se io cJA raoiccr
as 9z.<e �' �o- e�u PRo,ec.
]5�98.13 23R� 10" E�IA PROIECi
�
\
\
\
\
�Ois iiA iie a LOlS IQ: lK llD & l�E llF & l2F \
OyERHEAD� VAUGHN BOULEVARD \
ELECTR�� PAyING PA1D UNDER UNIT 3
FROM STA 13+21.18 TO END
SIDE�yALK MIN. 4'
SIDEWALK �
O
O
M
�
� 00
' T ' — '
J I
� \
�or i2a �
^m�.sg �
o�T
\��mV�
\ .
� 34�64.52
FLOW� I PROP. 8" PVC WATER �� I
�ez•.��'_S�e� E _ VAUGHN BLVD�_
34•00
0 — ` — — — — — —
FLO� � VAUGHN BLVD.
� �
S \
U
H\�__ _ __ __
a � \ 5' SIDEWALK
� � .,� �
LOT R6B LOT R6C
LOT 6A ri_wdrnrx �a�s Fr.wwrn rx �c�s
�
\ \
� BLOCK l4
�' \ � �or izc
mr rz4 �� V A`a�°"nr""'"
�� w �w
� �
\� �S�SIDENALK �� ��
� PROTECT � �
�� EX. POST \ \
MAILBOX � �
\\ � � �
O
35�09.33\ 35�94;32 3��0���) �
�� �.. . �� , !� M
a
FLOW H
s �al J ln
� �� ��I�_��� �� W
I
c '�'
� 35� —_�—_---36 Z
FLO� J
- _ _
U
__-. __ __ _ .-,..:F-
PROP. 8" PVC SS ��� a
�
�SITE CLEARING
Aurl�� /
_� ��, �o u� �'"�Y5 `
Fr.wwrnrr iaro / '
BLOCK 5 /� �'
` ��j�
/' ��01 ��,%N ..
/ P ep
� �R�P��
�' ' : 100' 9� .. . ...
_ _ . $ ._. oo _. _.. ._.. .._ .... _..
K
.. . .... . . � o ro . . . _
� $, ��: � �^��y E�• -O.i6' . . . . ..
, �',.__ . . ' '�. � .o '.. •�D'�. . '. p Z` '. ...
-� � , . . O n '.. N. nO .. .. .. V�i � � � �. .. OC , ....
6 U h
... . ... . . . . .. . . . ~ n y � n O . ` .
.__ .. � �. . pROP....PGL L�-� ... � .... '�^ .... _ ...
. . � �X ( )Q 7$ �•�.,� '', �r 1-J0.)5 X f,J2.00; � ' o�
710
70�
,00
7io
70�
700
REVISIONS
o p ���� �o. �a�t
� p Aoomo�.�., R��sm�w��w.o��. �a:oo.ou.�PA��.��ti. oa�om=
�
� �
LEGE D
��� � ��'�� � pROP. CONCREiE
Peds�`'eTo 4VE1AENi REP41R
6' REINFORCED CONCPETE PROP. ASPHALi
PAVEIAENi IB" FOF VAUGHN RANSITION/PAVEAIENT
vca sccrioN �z i is .. p ap. coNcacic
Q �� VALLEY LfITiER
4iiER AiE BID qpP, CONCRETE
PAVE ENT O pRIVE�'AY
PULVERI24TIOry �IIiN
3" ASPHALi i Pi � PER PROP. CONCRETE
_ SECiION 32 i2 6 0 SI�E�yA�I
� PROP. Pdylf/,G ev uNlis I PROP. CONCREiE
PAVEMENi & �AEDIAN
PULVERIZGTION IY[iH PROP. iREE/BUSH
3" ASPHALT iYPE 0 PEF X EAIOVdL
SECiION 33 2 6 �" PROP. i EE/BUSN
UNLE55 SPECIFIEO = PROTECiION
OTHER�ISE� - -
PAVING NOTES: Ex. F.D.W. LINE
i, n� o�uENs�oNs nac rRou a<cx or cur+e, uN�css orxExW�sE Nmco.
�� An�VEo�oAaAEvi ro axorEcrEo uNLEss arxER�Y�SE NorEo ro BE
FOVA7 C£ol PLANS NO! PP O PPUNE R
PE1,bVEPt S.�iHE CONSRALipq SxALOR09iAIN A P. �y�
v N1� rRdA E np c r vaucini ox REWeoaEo�
�NNviNEEPEN413 �rui��y0airvi x � iv q Eo Isr
1. roNiFAC10H5HA�� BCONRACi�C oxufORESi�F�PF10FEi0�CUi11NG�ANx
x rs �aas[a iHnN z" o�n. �
5 5� UO�IMERSE[010 SNdp� BE ��ma iuc
' N�E55 o�xEn�i EFNorEo. •
lnE CONand�i p 57 LL HESiOHE �
E-[CTISiaUCi�IX� � ilONS ��PtE�rF'+q
f�0'h' nlpiERNS.' 2 EEExISi NG �
�_� iaaas
ven�oaisoaie io_ ao �Ah���
i—� 4 a OS-28-2025
CONSTRUC'ION NOTES
Hc oNmanc ftrsuc coc•ao.."E ra��owHc nr �Ensr ue Ho�Rs aaoa
n Ba0 B]8 Bg�11
roai woaiH wa.ca oEar rE�o occanrorvs (((aii 3sz a
7I 0 roar woaw rknw �ai�� 39z 9�00
ro�Ar wo�RiH ro�RFSrRr (�RnG rox gi� 3
ONCIXt CAS k ELECIRYL� Eu E MGu�:c) BI] 2
n1MO5�ErvERGv (81I5 2�
L�w.�S WS C�WnParvv (wLLE LEE) (81])�648 5930�
705 nu o.Nca rac�ics& muuurvn sEavcEs oEm �ai�Qo�s� ress (ei�)
--- ' '-- ' ` '- - ` ' � '--� �--- - --- � - --� -L _ --- ' - �---- - -�- � ' -- - -�- HORIZONTAL & VERTICAL CONTROL
�.—.�.—�.-
� � � � � � � � � � O i00' C ' ��G@WND LT --'�i�-12�� � �'��•50 X � O � � cou*aoi roNr Ms coNraoi ca�+r e� co�+rao� vorrt pe
--- �-- �-- � -- + � � � ' � -- '�-�-� _ + -� unG NnL SEi aSPH NMix' CU� SET CONC CIIRBBENCNi.+aRK /889a 1�
M � ' �tT �f6`�"`l "" ,
_ _ — ,00 � s9<z36„3 N. ss<z, �„a
...__ , �. �. M �. E • 0.24' . . . . . T .. .. .. M '. � ..._.... c�[�vxiosia� [_ zx5soas� corvc, rv�[i �
= E�Ev 69� ae . �
.... . . .... . . .... . . . : ... Q� n u�i � .... ry M i- : N ry...Q .... . _ .... ... - � a .... tt PR A Oa323 [�[v.rc 32J2 �
.. � . ..... .. - �:� .... ✓' .� . m r .... � ""� ... . H .
..�- . ...... . . ...... . . . .. • . . a v v � n n�'.r� � � rv:. - � .... XI28190JEC MAPSCO NO. J8-i.
�
N T i
...-- . . . . � ' ' N o 0 0 '�. o 0 0 '�. . ^o�.o , . o 0 0 , , � , o 0 0 �. - o 0 0.. . $ o o N . '.. , ' -:-- - -.... �e-u. �e-x. �e-r Z
, . . . ��� � ��-i-� �i-i- r�� �
, ,, . . w . . . . . . . w . . �
__._ . , l:_. . ,._ , .. ''. Z I ''. .. .. ''. . . . 'I !__. Z. '�. . .-.._._ ._._._ U
.__ . . .__ . . .__ . . . : ..... J. g ........ .....o ... ... . . .... ._ ..... ...... .... ..... J ...... ORTWORTH. CITV OF FORT WORTH, TEXAS M
_ _ x o. N_m o r x ; no WATER DEPARTMENT Q
� o� � o iiiiiii� � w
>
�� a oo ` I � 2022 BOND YEAR 3- CONTRACT 17 Z
a rP�. P� pr _ �os PAVING PLAN & PROFILE m
!_ . . _ . ' ', !� �_--� so c. � i.00 x ! ex. errouNo nr n _ : _ . I . _'. �_!_ ,_ : _ VAUGHN BOULEVARD N
... ,._ . .c -_� � � �.. _c•��.00 x �•n.va % . .� ,. . - � &ASbOCIATES m� N
io0' YC �J� _�_ �--_� — . '. � e &. y� " -,t�ue,� �
. a . K • (1 . ,. �_- , —� � . . � .... 700 TBPELS E 6 � 6 F F 3232 M
� z ' E • D. i 9' '. . EX. '�GROqHD�� — _ _ — _ _ - -!� � ,— _ _ _ — ____ z . _.. rePeis s v s F imzae-oo M
1112N ZangBouevard,5ute200 O
. . o:�F � �. � Ai R.O.r�. RT �' ��_�___`A� �� . oanas.re.as�szo3 �
�. yyyp �. � °i � m . ��.Q m m g - � m a 4 rei.lzialzaz.issa. raxlzial9az.9sai
-- --- ;-- "--- . 6 '.x O r o ........ .. .......0 0 0 . O o �.o . .... . ....0 r � ........ � r � �. �. � � � � �p M1 w w . . � .-. .-.... �ESIGNEO LIM SCAL' DAiE: SHffT �
x
`�y �
73•00 )<•00 35• 3fi 00 Daawrv: �u I v. 1"=44 I 08/28/2025 I 59
� � �or 2ge � REVISIONS
\ \ �, ��\ �� sEE sNEEr a� Foa �
ERATH STREET � p
� �. vr.wdmr PAyING PLAN & PROFILE p qoornou..,R�+..m -xro . n..o....r.�PAvo.�u. ao-w�m=
� V A . � � �A ��,�� Paoa. a�� avc �yaree mr �a , . �
�- �4
p€,� ^\ \ \ � 9 CURVE 3 ICV-31 N Fr wcnnr.iers
tig&� � PROP. 8" PVC ss \ \a� LEGE D
� � � ��. PI STA - 38�74.96 _ �
� VAUGHN BOULEVAR� '"° "°� � F, N= 694206�.66 y� . q dvi,�y� �y � pROP. CONCREiE
BLOCK l4 �\ �� �\ E- 234605fi.2� -.��.f ... Pe�SEvaT I� v v`Tv 4vEyENi REP41R
PAVING P41� UNDER UNIT 3 \ �^y` p= 4• 04' 06.35" LT - O�ERXE�D p" qE[NFORCED CONCPETE pROP. ASPHALi
iorpi2L' FROM STA 13+21.78 TO END ".wmrnr.r �q RELOCATE EX. � DEG = 1° 09' 11.82" � ELECTRIC AyEIAENr e" ror+ VAUGHN RANSITION/PAVEAIENT
STOP SIGN PEF SELTION 32 I 13 p PROP. CONCRETE
iezzv�me PROTECT � l\ T = 190.20' ..
EX. POST MAILBOX PROP P I ADA RAMP ` L= 380.25' '� VA��Er GUTiER
0 � R= 5,355.00' 39�95.64 q�iER ArE BID � pp, CON[r+ETE
O rrwcnnrx�ws q66 5' SLDEWALK r-- �\ `\ 5' SI�EWALK ��� pu�VERiz4TNONIVI*w OPp
\
� 36�04.7i 36"�� x o ! PROP. P-1 39�39.23 oRIVEWAr
r
\ �. --_- -. _ _ _. _ _ + � , � % \ � ADA RAMP 11' D 3 ASPHA�i i Pi � PER ROP. CONCRETE
l9 I�}-. \` -- � trJ � __� '~`-- '-� � — SECiION 32 i2 6 OSI�E�yA�I
M_ _ _ _' -_ _ __- __ _ __J— __ .' � _ __
� n dy NG ev uNlis I PROP. CONCREiE
_ VEMf �' ��lAEDIAN
Q -.. .��5, .\� \ � �t� . � . I � Pj, pERIZ<TIOYPE�O�PEF X FEAIOVdLREE/BUSH
r = �
ln ' � 1 FLOW . � . . . r� nm � I . �
' -� f �, sEc �oN 3z z 6
UNLE55 SPECIFIEO ' ROP. i EE/BUSw
� � PC 36•84.7 VF�U(i$N BLVD. � � PROP. e" PVC WATERI ' � z o.�eay��se�
� PROTECiION
w � o . . � _.....:
�49�5'_E__ _� �� VAUGHN BLV�_ � CV-3 I I -� . -� �' fTl PAVING NOTES: Ex, n.D.W. LINE
Z 00 � 8�• 4�PROP. B" PVC SS 3�,p� -T' '�" },��Y � Ty�� I I o I � � i, p�� o�M[Ns�oNs nxc rAdp a<cx or cuRe, uN�css orH[xW�s[ Nor[o.
_ --L-_----_-_= ( 00
� � F�o�4� � /��� I J F�o�J_ I�� D �� o°dAaAEo� �o aE Pwo,E�.Eo �a�Ess o.xERr+�sE �w.Eo �o aE
38•
. PROP. P-I � . FLOW � �� ApV[ <c[
= ADA RAMP ' L
� �. ciry eaPaoya� o� v�aNs nor Pa o rnuNc oa
xEMovE *REEs.�rHE oNrRncsoR xn�oRoa?a�N n x. �y
r
c� .. . ,..... . o �� � .�,
I- . ' � - -r � . � • __' .--- _ .' _ — -- O v nu�� �aw Enno c�rr roa[sr[a aR�o r vaucini ox °niFbeoaE°i
Q :,,,,,; ....._!.�::: i � /'N -- -- ANN v i[ n'ZNc rt[ouln[s us[por �s i[o Aa �.
� :: �� /� f�-% \ PROP. P-I ADA RAM -- --� I 21' I z� -__ II' O �rvia[[a[a4��*siroar�yoaRxa[xas9iovx35rr .. .
` // �� d. A� S SHA�� BE a � CiE� u`ORES �q�pqCOOE 3N�Ui11ED.
�'/Y SIDEI�ALK 38�33.28 38•92.28 PROP. 8" VC 55 39 •59 appNisaiaai[a�iHnN�zNpp��ctrr r i�oREro NCANr
OyERXEdD F�o'� .� � � / RELOCATE E%. / �"EMove� s o*[cr[oN ��sr � 5' SIDEV4ALK 0 qg
ELECTRIC 1'IEL� SIGN � Si< F�SEr ' • � � � LL DHIVENdv ad01� SNd BE
��Hj �/ PROP. 8" PVC 55 ��oN o oEsca�vr�aN REGovvaaor[[* PROP. CONCRETE VALLEY GUTTER {AUTI N' 5 5',nNo IN*Er+sE[r1osEAnolEp �ima ,iuc
.t�pJF, �. IPAID UNDER UNIT 3- ALTERNATE N�ess o�xen�y No.
t. / �nr 2 sb.os.ss .0z' acniovc NAT � �r.w� �� luE CON1RdCi0R 5T0LL HESiOHE
¢�a� P � 2° SON s a E�u eio oN�r� p��' ,�E €'a7s`.a�9°«� .�oNs
�PSp GRP� 3s o6.06 � R7 9 E�M PFoiECi s I�p7 NCEEExisi Nc � e}
yp0 � rr�m� �o,�s,s ' �NS 4A 8A & 8B �LO'h' C� ERNS.
j SEE SHEE7 �2 FOR 6-i�.02 22 OnN aaO�EC� ^'*�' '�^ Non:nnc�Scee� zo � m�� i
I350B GRAYSON STREET I 3 p ��. t�3� rn rrwmn�.���z �_� .
'� DRIVEWAV PROFILE 36•2a. 5� 7 22' oArc PoiECi
15 SV ASPHAL7 n.wa.n�.e�s�s 13 I i �
iRAN5ITI0N �� �B GRAVSON STREET 3s n.z� iz' oAK aao*[c* venioa �ae o_ ao ��,�
�� �VING PAID UNDER UNIT 3 I 36 zx.s �z� one aao.cc* i-� 4 OS-28-2025
� `�.Wa,nrX��g � . . -. . . . - � o a' CONSTRUC'IONNOTES
�°°. rr _ d Ni K°, r� _ °�: ��:�� a.s��� �o�.ao�. �a��ow�� A. �EA=8 4asz�aa96PRaR
' '""' � E • -0. �6' � � x , ,� E • -0.29' - FoaiXwoaiH iknwR oear rcm oacanrorvs g���3szeaioo
700 � �a-� .._� �. � . 700 `oar woaiH roRFsrRr (�Rnc Eox) ai�3)) 3 �
... . ._ _ f.)�@O_ ,h l . W np� � Q� _ IOO' �C _� pHCae E�5 e ELEC Rrct "" " uR°� �sii) z1�s 5
... . . �. . �� �'- - � PROP. ul �.� �. Y1 �. E � �329' niMos�cncacr �aias z'S'ai
a � ss
... . . .--. . , . . � -i� PGL LT � � � ER ( e sz e3o
r •
695 .-- '-- � .�. ........ ..... o p ��-... .. . ..... ',o...... ......... ......... 695 �ia.s cns c�anaaa cWuuurv�nESEavcEs oEa. (aii)�3ae�5szo�
.-- . . ..-. . . .,. � �nao . . .. . `Ex. GR N Li• 't.� •80 X _�� a • ��� nu o.Nca raciics � � eao oc ,css (e )
� � � p � '�, N� � � � � � �Ex. GRO NO ' � _ �� x�__ _ `OR� woR X HORIZONTAL & VERTICAL CONTROL o
.m
._ . .--. . . .._ � ...
p . . ..�f _:�;_u . @'. . .. ET R.6.�j. -L� .. `_'. .< ..... a-: O cou*aoi roNr Ms coNraoi ca�+r e� co�+rao� vorrt pe
690 � Y >-� � 690 H"� ""� sc* nsax w x cur scr cor+c c eec c o eesac rv� r
__ . . , -. � . ti � : .m P � .... 0 0 0 : m:.o ... m .N .. ... � � P ... ... - �� a ... c�ttxPRs �a � Oa323 [�[v 55� ae rc 32J2 cory . [i �
.. � . � . a' .. ^ �,v' ... �o u' .. ^ a` �, ... ... ... r m .. H
- m m �
E l 9t 42118 ]e
. . . p . . '.� • . . � • . . .. . . . . : � . . .'. � M N M p� ' - '. XI 28190JEC MAPSCO NO. J8-i.
.... _ _ . U7 O o o .. . .' � � m �. N m m �. . N m �'. m �. �. �. N m m N m m '. ... �:. � P m m P m . � N )8-U. )8-X. )8-Y �
1
T i
t[��o �o K�0 �S�o �o J�' t9 ' ' �' � � �, � Z
. . w r r . . . � . . . . . . . . . . . . . . . � w O
..... .__ . . . . Z �'. '. �'. �'. �'. '. �'. '. �'. �'. '. �'. '. �'. '. �'. . .':-. .. Z C!
J � '. � R �JAn� y� J ORTWORTH. CITV OF FORT WORTH, TEXAS M
�oo _ = N^ e; d. �s• - = 700 � WATER DEPARTMENT Q
, H ,__ __ � ' �' & .(">2.45 EM. GROUH� �RO�P. FGL R ' • ' U W
..__ :__ . ':��� ... % .... �� . .. �^ .. .. .... o .... ... H .... }
._.a _ - .. : ._ �� � . .
- g � -- .�� _ _ _ a ^ - � � 2022 BOND YEAR 3 - CONTRACT 17 Z
�� �- t _ �1
e9s p L�fi'n o�Noai I� � ��-'- .�� � ^� 6es PAVING PLAN & PROFILE m
3 `.c��` __ _ __ ' c� c-�2.a __ �, �� VAUGHN BOULEVARD N
._.._.. . _. . � ^u . . � 3 9 z � � ! � � � &PA EbOCIA
, '�. � �� � � ¢ '. . s % t-� J _ _ ._ `+_ J.93 ..�... eggFTES. Illt, N
Ia
rm I �. � y � . II� ia �
690 ��. � . �. o.^ �. IJ u � .. . '�. . . '. , /.� � 690 a ' a F rm r-3z3z M
� rePEiss miaiz36-oo M
� �, �, �, �, �, �, �, �, �, , �, 1112N ZangBouevard,5ute200 O
. .. '. '. '.Ocn �. �. �. �. �. �. . �. �. �. �. oallas.ieras�5203 �
C
r �� O �'.Q Q N m� O� O m c� Te1.�210�942�1888• Fax�210�9G2�9881
¢tt
�. c�c, n �.vrn
. . . � � �. . . . . . ' "�.r; �o vi'' P m m 7
...... ... ��.. .......� w} x� � � � ��. �. b � � . ........ .. .......�C \� � ��. �O ��.� �, .. ��. . �.� ........ �O � � �. �. tj .q � ......... �O ia � . �'..b.�.� �.w.w..... �ESIGNE� LIM SCAL' DAiE: SHEfT LL
35 00 37•00 38•00 j$•00 qp pp Daawrv: �u I v. 1"=44 I 08/28/2025 I 60
CURVE 3 ICV-3)
P[ STA = 38�74.96
N - 69420fi7.66 �� �a
E = 2346056.2"/
o= 4° 04' 06.35" LT
oEc = i° on� ii.ez�� F,..w,�,,,�,9
T = 190.20'
L - 380.25'
R = 5,355.00'
OVERxEAD
ELECiRIC
rA[[ n[1Aova� a r�oN ��s
s*n*�oN arrs[r o[sca�ai�oN
a0.a5.ea 9.BB' 2 6i3'Bt0 �IVE OdK
40•9i.68 � p7 20' �IVE OAn
41 05.02 25.i5' 2d" OAR
4i.43.6i �bp76� 30" oAx
n2 66.85 2"lL9fi' 2a a05i Odx
F,. w �r�s„s
'ROP. 8" PVC �/ATER Z3
\ A�'
pE�ano[cmEc� � 39•95.64- -- r5' SIDE�4ALK`, �5 \ -
ll' I
O I
PnoiE[i Q
vxorEt* a FLOW '
cxo*EC* N PT 40•65.00 0 '
Pao.E�. w ��_—_—_ VA� �BLVD.
. m
Z �--_� _------ ---M:O�t —
anor[cr J ci nJ� I
\
\
\
\ �
VAUGHN BOULEVpRD
PAVING PAID UNDER UNIT 3
FROM STA 13�21.T8 TO END
M�
� \\
�$m
. 4�1\ \�.. 42•O5. 40
�p�.06�y ,. 14"
__ __ A �
FLO� �
_�_
— >Yfl
�Q VAUGHN BLV .F ��
= I
U .. . .... "—
H _ l.—
\ ... , ',—,__—
a
� � REMOVE & REPLACE -
\ s s�oE�Na�K io� �N�Er TOP
� PaorEcr
�iuR1L� PROP. 6" PVC 55 �__ �� EX. POST MAILBOX
rr. ac,n 4 �Ws
b .$ � \
ior ac \
�
Frwmnrx-rsus �\
�
\
\
�
PROP. P-1
ADA RAM7
l\
ST� QMINO� Mli ADJUSTMENT
r�an�r&rm0
BLOCK 6
PROP. 8" PVC 55 �
�BLOCK A
LOT 5
� rr wwrnrx �c�s
caTE `
POST MAILBO% rpROP. I"' PVC WAiER
5" SIDEwALK 42'98.35 p
�1 _b: O
f
' _ _.,..,..
__ �
a
. F�oW �
-- -- �n
�9_ O
�36.4�¢ •—"1 W
43 Z
'ROP. 12" I
'VC WATER FLOW_ J
\ 5' / _
U
� � H
\ �, _' ' _'.., 'j9',52 � �
q2`
\ aoaPaaMa
� \ � � OVERNEAD
� Ex. STOP SIGN ELECTRIC
� � r0 REMA�i
\,k� n� �\ � mecis
i'V/ \
��'�n�'� �BLOCK 22A
.\
� C',n �
SHACKELFORD SiREET � �
PERl�ANANT CONCREiE REPAIR ��( �
PAVING PAI� UNDER UNITS 1& 2`\ F`y \
-a
I . . . . I I ' . . . I I I I .I vC . . ' I I . . .. '�. �. '�.
..._ .. . �., ' !'�2.89z.._. ``__..� �. . . _.. 56 ..._ �. .._._._. _._ �. _._ _...
. � . �. . . . _ . . ....E �• -0.25. . .
. ... ... . . . .. _ . `I . . - . . . '. . _ .
- t_'� N .. ._..
', N o �'�2.BQ � '� _2.a z t-�4 Ez� GRO ND .._ :_.. .
_ _. . _ . . . ,, 'o�m, o ��_ ,eo x eT w,o.�. �T '
. ... : - �, . O . . . . � - _ . .-. _ ....
'�. �. . '�. '�. a .� �P ' ' o �. '�. '�. ��� pHOP. PGL Lf �.D �'� . . .:..
.__ . .__ . .-- . . . 6..�� . � . �J ...P 1 .... ... �' � �_ ..�1 ... 6N _ ...
� O
. ,_ . . . O K 0' 3 ' . , . ! , � _ _ �m _. �; Ex. GROUND LT r.�q b0 x � O .
--- . .-- . . . -- , . . ...- ' ' ¢ . . . . . -. _ ...
.__ . ..__. . . .-- . . . , p E •-0.29' �. . .a ... �,._ ... ... ... O . . --._ ...
.__ ;__ ;__ . ... � . ..... ... ... .... ... y � ... v .... .... ... ..
. . . . ��. . . - _
., '. . '. . '. '. O . '. '. '. . �'. . '. M '. . '. -
..__ .. . '. v ar v .
a NMN a
_ _,_
r �M� m�� �m �- . �
_ ,_. . _ . . _ _
am
. . . . . . ��;�; �Q
m � � ��m'.
...__ . � U) ''. . '� '. '� m w m �. �. m m o: m N _....
. .__ , , m 1Or
. . .__ , b � � m m � .
w _ `S`° ,� Y, �y,_ `° .� � ,� �o � �w
-- � • - �-- � z --_ � o z ....
p _ RO ND R
__ ' '__ ' '__ ' ,. � - J 13. z ' _ ;_ �. R:,O.�. RT. . . . . .
. . .__ . . __ . . . . �� '— _ � . N �O :. � J .
__ . ..... 54.. ... ... _ PROP. PGl RT .. . ti , � m . s� .... ............... . . _.. .....
.__ . .__. . . . . _ � . � . i . .
- , f_ _
_ a ���' _ _ a = �� „ , Q
_._ _ _ . .. �. . ..... . _. , __ LEx. GROUND RT r`�3.54 X n._ .. :J .... ..�_ .. � _..
, '�, '. v '�, , 4, p� ; ��'. ..� u ' .
'�
o /'
, , , . . . , _V__�
......... .__ . .__ . . . . :� ...... . . . . . ..-- �- . : . .... �-ti...t .�:._ _ ._.......
... . ... . . . .. . . . . . z'.z '. '. '. '. �. . . . ... . z Z ', . ....
. '. U � _ . . . . . . . U 7 7 �. . . . . _ . . _ .
_ ' 6. C�+1 �O 0+ O . (O . . . n ' ', n � _ ¢ ¢ .
. . .. '. ¢. tt r r �. .. . in'.�o . '. '. � n v m oJ'. '. N m � . �-.
'. ypu�.i:lpmm NOm rv'.m py .
. .__ ' ' .__ . . .... ��. ...0 �e'.-x m m mN ........ .. .... � r r � vi��.�n � ��.. n v ........ m . - h x . .
__ .__ ,__ "_ _ .. . . . � � . T m o r . . _ ._. ._....
'. . . '. �. . ���p �v � ...m � � �. . �.� . . �O � � V �9 i9 �. . �0 �9 � �O � � w w :.. '
•8(1 91.pp 42•00 43 �b �
685
68G
675
685
68C
675
REVISIONS
.o p .. �. �a t
� p Aoomo�..,R��sm - �.o-co.c.r�oa,�.�N. ao-�,m=
z p
, �
LEGE D
PROP. P4 1!G Bv Il1Ii 3 � PROP. CONCREiE
9 5 e o P4VE1AENi REP41R
p" REINFORCED CONCPETE PROP. ASPHALi
AVEIAENT 8" FOF VAUGHNa RANSITION/PAVEAIENT
PEP SEL�ION 12 I 13 .. p Qp CONCRETE
Q � �� VALLEY LfITiER
4iiER AiE BID qpP, CONCRETE
PAVE ENT O pRIVE�'AY
PULVERI24TIOry �IIiN
3" ASPHALi Pi � PER PROP. CONCRETE
_ SECiION 32 i2 6 0 SI�E�yA�I
�3 iiNrr[ i PROP. CONCREiE
PROP PAVEMlN�v a 2 �,EDIAN
uLV5A1ZGT10N IYIiH PROP. iREE/BUSH
' A PHALT iYPE 0 PEF X EAIOVdL
SECiION 33 2 6 �" PROP. i EE/BUSN
UNLE55 SPECIFIEO = PROTECiION
OTHER�ISE� - -
PAVING NOTES: Ex. F.D.W. LINE
i, n�� o�uENs�oNs nxc rAou a<cx or cuRe, uN�css orxExW�sE Nmco.
�' Abv[o�oAaA[vi ro axor[cr[o uN�[ss a.x[a�Y�s[ No.[o ro e[
n[IbV[Pcpovpid[F coNSRAc oq�sxAioRoa?A�N A puo[��a
,. P N�� racM E<nps�x��yE �o r aaucini ox niuoeoaEo�
�NNviNEEPEN4135�rs iry'OaRrvi x 92 Si 9FORsn I'Eo ' Isr.
d. A� S 55„pL BE a � CiE� u`ORES �q�PqCOOE IN�Ui11ED.
woo".s"F`.Rica ,�`<aCOa"'oi'<.c<<. r i'oa .o Nc aN.
L UNIVENdv D10 SNdLL BE
5 5� AUO INiERSE[i 5 F 01� �ima iuc
NLE55 OIxER�I E NOTEO.
luE CONiaA��OR 57d�LL HESiOHE
s.
PRE [�SiaUCI�IX� ELEVdilONS 'F?q�l�
50 d5 Ppi i0 Cx1NLE ExI5i1NG � I
fL0'h' C>1iERN5. 2
�z_� iaaas
ven�oaisoaieaio_ ao �Ah���
i—� 4 a OS-28-2025
CONSTRUC'ION NOTES
v�ninc nrsucH �oaroN `OL�owHc nr �Ensr ue Ho�Rs aaoa
1 Ba0 B]8 0�11
roa? woaiH wa.ca oEar rc�o oacanrorvs aii 3sz azas
685 fORi wORIH ikPw 81] 39] 81p0
roa. woa�H roRFsrRr c�Rnc rox) gi� 3s�
ONCIXt CAS k ELECIRYL� Eu E MGu�:c) BI]) 21�5 62
n1MO5�ErvERGv (81g) z�
680 � L�w.�S WS C�WnParvv (wLLE LEE) (81])�648 5930�
a vs & muuurvn sEavcEs oEa. ��a 3sz �
nu o.NCR rac�.cs e o oc .css (ei�)
HORIZONTAL & VERTICAL CONTROL
cou*aoi ro Nr ps coNraoi ca�+r e� co�+rao� vorrt pe
67S H� ��L SEi aSPH N x' CU� SET CONC CIIRBBENCNi.+aRK /889a C N� r
asiia �a N , r
c�cv. �os �a E�Ev ss� ae E�
Citt PROJECT �'ipa323 k-32)2 �
X-28191 MAPSCO NO. J8-i,
)8-U. )8-X, )8-Y Z
O
U
ORTWORTH. CITV OF FORT WORTH, TEXAS M
WATER DEPARTMENT Q
685 W
}
2022 BOND YEAR 3- CONTRACT 17 Z
6eo PAVING PLAN & PROFILE m
VAUGHN BOULEVARD N
N
�� &ASbOUATES, m� N
&.�- y� �,s�ue,� �
675 TBPELS E g ing F F 3232 M
TBPELS Survey ng F rm 101 2 3 6-00 M
1112 N Zang Bou evard,5uite 200 O
oallas, ieras �5203
Te1.12301942 1888. Fax123019G2.9881 �
Z
�ESIGNEO LIM SCALE DAiE; SHffT d
Daawrv: �u ���==yQ' 08/28/2025 61 U
\ k i BRIGHT STREET _ = Fr3�miR�ieir PAVINGDPLANSB�RPROFILE I`\ \ PROP. 12' \ �
`..� SEE SHEET 71 FOR pyC �4ATER �� �
� CURVE 4 (CV-41 EV N
" PAVING PLAN & PROFILE P� STA QQ'�Q•8� �tscw�io. �Ait
N 6941856.63 i p
PROP. CONCRETE E 2346553.34 � PROP. CONCRETE z �
PROP. 12" PVC WATER VALLEY GUTTER 0 I° 24' 42.34" RT BL�K B VALLEV GUTTER � �
Q� \ IPAID UNDER �EG = 0° 3� 22.01' cPAID UNDER poocNouM1�,Fc�'co,pV.��Nr �,��..�.rc�•�*cvpVCM1�cN* .�
`�� UNIT 3- T= II3.35. �r�ad NATTupp�� �.,[,\ UNIT 3' '
Gy a�TERNarE BID LEGE D
� ALTERNATE BI� L= 226.69' �,.�s G15 �� �
BL�CK A \� ya\ oN�n Q e= 5,zoo.00� F ,x.s�,� oN�r� — a y
VAUGHN BOULEVARD �' evi � ROP. CONCREiE
�� \� PROP. P-2 MOD. A � I PdVING Pd7� UNDER UNIT 3 I PROiECT EX. ��„[,\ \ 0 BL K C Peds�`'eTo� � �`i� � P4�EyENi REP41R
« 5 � ApA RAMp FROM STA 13•21.]9 TO EN� OyERxE1D POWER POLE 6�" qEINFORCED CONCPETE PROP ASPHALi
�v�a"'y,`,��„°� �� ELECTR�� ` � �T 9 AyEIAENr 8' roa VAUCNN RANSITION/PAVEAIENT
oi
�
�r.wwrrt�+'�z��s � ' PROP. P-I � ^ E""s�ua"' PEP SEL�ION 12 I 13
RELOCAiE EX. gi3,�o � ',� PROP. CONCRETE
42�98.35 STREET NAME SIGN 5' SIDE�4ALK 45�10.96 45�50.33 ADA RAI�P � ' �o rw��in�rirw�y � VA��Er GUTiER
16" \ � 19" >>� .,..,,_ �PVCP�V TER g PR � 4LiER AiE BID � pqpp, CONCRETE
� PROP. P 2 •�.... ��....�:\ �~ __— A --- � R I2'` ADA�PRAMP � PULVERI24TNON IVIiN O�RIVE�'AY
D ADA RAMP � R�3'\ -- -- - _ ' r-�/---{ I : SPHA�i i Pi � PER PROP. CONCRETE
_ _ _
-i """' � y � ,� - � ^ — SECiION 32 2 6 0 SI�E�yA�I
_ . . \ � ,� FLOW � � — - . FLO�Y � .. ,��� ' � --_ � , dy N� uN�is i a 2� �EDIANCONCREiE
FLO ' �� PC 46'��.79 - FLOµ' Q yEA1Z0f ION IY[iH �/ PROP. iREE/BUSH
r 0�� _ P 95.28.15 O O ¢ ~ " A ALT i PE 0 PEfl /\ EIAOVdL
PC 43 Ol.ro lo _'_' ' � 65° 35' 4 77��' '� CV�S �Q ln � P3
'-' CV'4 � W — F � � SECiION 33 2 6
F ' 45•00 I ��' 46•00 , �- = paoiECiloN Busw
Z _�_�_r_�. .� ___ ___ _ IFIEO
' -� EC
m , �an• o � o m 'VAUGHN BLVD. C I � c _ --- �-4�{gQ_' -- w o:�Ee�isE� -.....:
00 • '-� PAVING NOTES: Ex. F.D.W. LINE
I �� V UGHN BLVD.� � V �
n_ _ l- F�o, �� m � F�o, , _�_ ,_F�o� _� _,—, J �,�� o,�E�q,vN= °aE Fp o Oe�E o. ��Ra. ���E_= o��EwW,sEo aEEo.
,, Z i
�_ _"
T ��' � � - _— �' %qvEo'oABOiEi<cioaE N Ess a.xEa�v�sE No.Eo r
a r a�--�-� t� . aaoa.� e�� avc ss i y' � � �>P=Aovar o� ,xE aa nos Paa e o P �NE oa
1 5' � � � U � wEqbV c N A xAr� oRTA�N 4 n � ra[[
W _ _, - � - - `— - � \ ..... 1� ` - - - � v N�i raUA E aosc�iv o uN�Nc ox a[ Va� or
� A \ 9 56 46,34 43 46�60.39 '- Q pNr r E aA r�zNc aEouraEs usjpgr�Rsn cEnrir�Eo nweox�sr.
p RELOCATE ��.p3,t6'e ��Z' ... q4�5�� I 5' SIDEWALK � � roNviaiiaia4��*siroa.90 Rxaixns9iov 3c��r cooE s5-i,s,��.
EX. POST A �\ PROTECT �' A�
� L OyERHEAD Ex. BRICN MAILBOx 1. p� s zxa�� e[ a � cr[o u`o[Es oqNpq No�rAr[o.
� M A I L B O x� RxL�POSE R E L OL�T E RELOCATE trr r
EX. PqSi MAILBOX ELECTRIC �OooNisaia°ai a"AHn � upp�� c �CoaEro Nc aNr
coNcaErE Ma��eox � EX. POST MAILBOX � w E N z' .
STEPS ra[[ a[Alov« n aaor[c �oN ��sr -PROTECT Ex. SI�EWALK 5' SIDEWQLK �� onlvENer olo sNnu BE
5 5' AUO INiERSE[i1 5 R pl� �ima socu iuc
S1RilON OFFSET EE RE110VE/PF01Et1 BLOCK 22A CAUT IOI�: ' N�E55 O�xEn�yi E NOiE�. F z z •
BLOCK ZZA �ES[RIFiION NATURAL CURyE 5(CV-5) 1uE CONiaACiOR 5T0LL HESiOHE ��oF�
LpT 2 i3.4C.3B 28.a9' 28" CO51 Odx FFOiEfi [OT 3 Gd5 LOT RiA PI STA = 97•92. ]6 LOT F2A ��E-[�SiauCi�IX� ilONS �
LOT i �i .s.+� ExIS �
rr w�,n�x �d�s \ F, w�,n,� �s" ns �z �sR03" o vamEc. Fr. wdm r..��s r, w�,n N- 6941 700. 40 Fr. wm,n r, .�„� Hor�o�ca scae ��o �
o c da.rl.ts 6 CEDAF ROiEtr 3�sM���ro E 239689]. 49 �i0'h'SFnAp1iENN5. NCEE i NG
� 19' OB' 09.39" RT :
\ .��5�� xpcxe[nxr BLOCK 23 pEG - 5' 31' 11.3]" � S�o ao cE
T = I i9. 9�' i N
L = 346.68' '�
R = 1,038.00' venioai oae = ��j�
i-� 4 �� OS-28-2025
I loo' y[ ��. L I . I. . . I. �I '. '. I. . I. I. . . \ I I CONSTRUC'IONNOTES
K �� �� � �� ��� �� � �� �� .Hc coNmac*oa s�a�� corv.ac. .HE ra��owHc nr �Ens. ue Ho�Rs aaioa
.... �-\ E ��•� 0.16' ._. . _. _.. :,. . .. . .._ . __ ._ .._ .oxixcnvn.Hc n. ucH �oaroN:
�
..... ���4 g... . z.��� ND .... ... .... .... . .... - .... � ... �.... Foai woai� wa.ca oEar rc�o oacanrorvs �ai'� 3szaa
E { 296
675 f, �Ai R.O�.�. LT Fx. (' q ' . P_ � 670 F w }
� � � � � _ _ _ PROP. PGL L ' ',.. . . � ' �rs I H. .�. LT � � Q � ro � woaw roRis Rr (uRp�+[�X�cursc) (ai�5 39z s�oe
. o
Pr PqOP. PCL LT a a+Cae G5 e E�EC�nrc( E� M (Bi�a z9s 5
......... � ......... .. � . ' au . .. ... ... ..�— ' .. ` ....... . � . . ... ._.._... nu orHca rac�res �eiey zoc36E3o3
.....N VM --�_ --� ���_ _-�f�l'LDG U N P B 0 1
_ ,� cNcec.
670 • . � \�- ', ... —� �'�- . Nv (wLLE LEE) (8��])�648 9910�
� `PE�C`RUM
� ex. �aaauNo �T � -�,�j JO �--�� � 665 � ��woaiNSPna�sp& muuurvnsEavcEs oEa. (
� _ _ � o - t�.�� � ��' Lex. cnaNu �r _ ��-_a= _ aoo 9 ss �a�,�
"' . �� ' � - -
P '^ -on _ - --- '� `- ' --- - ' - --- - -�- -�- � �-� �-' HORIZONTAL & VERTICAL CONTROL
.. � -... v...'�ai� :� .•.. . : .- .. O con.r�o� roNr ia corvrwo� aaNr ds corv.Ro� rau� Nio
� -Q" � � ecucHr.wrtK Naes+ mnc rvn� sc* nsvx_ vw*'x' cur scr conc wux 1�
.. � ._.. ..�u . � � .... ._ ._ _ . _._ _ _. ..._ __ ... . + _ ___ 660
665 M � '� a rouno rv_ s ai3s3sa r
y rc . . . . � . . n eeaiseooz<oi+c. N
�
Q � 23a639 E�Ev 66a50 ELEV�652�]� Q
a ,- -_ m Q s Qti QM s Q �o M mm _ _s �MM a E«, seo35
..... r +`i ._._. .... .n r Q .^ - a' .... ^ n. ry ry .. ��... . '^ .... m m ... .... . ^ ... m � r ..... tt PR CT At0a323 K 32J2
E- 6
XI OJE �
O m 28191 MAPSCO NO J8 i,
N ', MI � - '. �0 a '. �0 � -� �0 �o N � �'. � � N )8 U. )8 X. )8-Y �
J�' �o �o �' �' �� �0 ' b �o �o '. �� . . . ��o � . y�' � ' ' �� �O Y.�' �a ' ' Z
w � . . . . . . . . . . . . , . . . . . � � w �
Z '. '. _ 1 �0' Y[ '. _, Q ''. '. Z �!
J�_'_/- ' I . K• yl '.1.e - e � J c.�
- � --�� - , -- �-�--- - ORTWORTH CITV OF FORT WORTH, TEXAS
�
e7s = � T_' o y ``� ��T RG0o4Npar o. ie• e. '� ` = e�o � WATER DEPARTMENT W
��� n
_ H � �4'? ,� ;-�-�`. -I PfiOP. PGL RT ... ... ....... �� .... . .. ... a � H .... }
... Q ... � � _, � �.i3 � � � .. Ez. GRqyND m . Q
..... � -... . .... m ... � � .. ... .... -� -`�� r �.. . ..... n 4T R.O. �1. NT n� . � -.... 2022 BOND YEAR 3 - CONTRACT 17 ❑
� 20 Y. � __� �" PR07. PGL RT �V . ....a O
� 4,
670 -� y. Ez. caallonr_''13.��x -- __ s� \----� ees PAVINGPLAN&PROFILE m
� g� o -� _� rol T —� �__ V~ ~ . VAUGHN BOULEVARD N
._... _. .... .;7: .._.__.. o �o �J'�3.I0 ..._._ .._ .. f-1 .4pX � __.- .. . � o
.. �I' XT_ 3 - _
, y F oo Ex. GROUND RT �'��.60 z ��& ASSOCIATES itl� N
,00. r� � e & �. > >,t��,e,� ,
665 � . ,, �. �. `�� . _ �. �. �. . . � K 25 �� ��. a 660 TBPELSE6 in6F F3232 M
F P TBPELS Survey ng F rm 101 2 3 6-00 N
o� , . . �, �r '. '. E • 0.10' '�. '. 1112NZangBouevard,Suite200 �
� � � ' . . �. '. . '. '. '. '. '. '. oallas.ieras�5203 �
. c� v� m �- '. . n N -� . O �'.M N � �L m c� Te1.1210�942.1888. Fax�210�9G2.9881 �
p . �m N ��o ��.rirtv ��ry ��'.o p
r
p m Nw0 a
.....@..K. ....... . . 1- r r ....... .. .......^, ... �'. m ........ � . " � � � ......... '. 6 ry '
�ti M .N _
6 wy �O � �.... . � � � �. yC �p �p . �p �p �p �. �p �.� . . �p ip � �p �q �'. . }� � � . '.. � � � w.w.... �ESIG EO LIM SCALE DAiE. SHffT d
4} p0 !<.00 95•00 46•00 <�.00 Daawrv: �u I v. �1"=44 I 08/28/2025 I 62 U
REVISIONS
-- � p �tz��� ��. �a�t
CURVE 5(CV-5) FLO�' �>o z pQ Aoo�ho�M., R�.um,w���,ro��. �a:..o....�_���.�rN. ao-w�,m=
�' PI STA - 47.92.76 •i� FLOw -�- -' -- -- -- - - � ' p
a= a9nnoo.no ------__MARTIN LUTHER KING JR. FREEWAY fo oo. `�ow LEGE D
E= 2396897.99 t+TSPHALT P VE�ryTj �"�'�"�"�' o'
0- 19• 08' 09.39" RT -�_�_ SEE SHEET 81 FOR - q ,�G �y
RUFUS STREET �VI � pY V`iV � pqyElAENiNREP4IR
- DEG = 5° 31' 11.37" FL01�'� PAVING PLAN & PROFILE �- P9�SEr9Y� �
T - ��4'97 P" REINFORCED CONCPETE PROP ASPHALi
L= 346.66' ,\ ���� i� � AyEIAENr 8 FOF VAUGHN RANSITION/PAVEAIENT
R= 1,038.00' PROP. CONCRETE PEa SEc�1oN l2 i t3
0`/ERNEAD yAUGHN BOULEVAR� RELOCATE EX. VALLEY GUTTER FLO_� AUTION� �,� p paov. CONCRETE
-_ _ __ ELECTRIC PAVING PAiD UNDER UNIT 3 STOP SIGN �o ,\G�'l� (PA1D uNDER --- �ATURAL � vA��[r LfITiER
� �"--�� FROM STA 13�21.78 TO END �% V' UNIT 3- Q CAS 4iiER AiE BID p CONCRETE
BLOCK C PROP. P-I A�A RAMP - � �'� � ALTERNATE BID Pu�VERiz4TNON IVI*w O oRIVE�ryAr
GOT 9 �PROP. 8" PVC WGTER REMOVE & REPLACE \'�' �/l -ONLVI . 3" ASPHA�i i Pi o PER OPROP. CONCRETE
5' SI�EWALK 5' INLEi TOP �� - SECiION 32 i2 6 SI�E�yA�I
^p � PROP. P-I ApA RAMP <y�� 0Y & CONCREiE
�""' � -��-.� \ 5' SI�EVyALK REMOVE 8� REPLACE � P " pyEMENi uN�is i ��,EDIAN
2
__�'" �� 15' INLET i0P
VE IZGTION IV[iH PROP. iREE/BUSH
� �-' _ FLOW . \ ,�p 3" A ALT iYPE 0 PEF X EIAOVdL
y"' �_-"" PCC 49•fi9.97 `-- �`P. ..� �� Q SUCiION 33 2 6 : pRoiECiloN BusN
� �� -- PROP. 8" PVC SS ___ _�_ VAU HN BLVD. L0� O OTHER�ISEPECIFIEO
_. F�O� [--5- � �"h� ��- '�-�_�� =y-6 � 0 PAVING NOTES: Ex. F.D.W. LINE
,.r- �_ , 49•00 � � _ 50•00 _-_-- � ��• y N i, n�� o�M[Ns�oNs nxc rAM1 a<cx or cuwe, uN�css orH[xW�s[ Nmco.
r � — � -48 0 _ � - - - � VAUGHN BLVD. _ T FLOw - - - - -� � � �~_ � � _ � � �' ipyEo�oAaAivi ci . '"orEcrEo uN�Ess a.xEa�Y�sE No.Eo ro eE
- -• m �
� —` . _ __ F
Z -- � ---�� - --- �--� � , ePPAo�Ar°EE ;�E=E P�a�= �o� Paa e o P �NE�a
m __ --,— _ �_ , ' aE��E � NrR,��oR s�A« oR�a�N , w.o. . E
__\ - F�o� __ sz vi o u„ �R a, E<Ap���.r`Fo&Es�ER PR�ow ,o �EA� 9w o` aoR °�
� � REMOVE & REPLACE -' �_ _ - � roN*rpEY e E "�z�y� RE°uiaEs usE gr s 6'
� ` '� --- ,�q� � \ 10' INLET TOP W cPcu4��*siroa.�yo°aRxaizas9iov�3c��v cooE s3 E AR '.
� �. \ T /�1- _' Zi 1. A� S sHA�� eE aPo�ECCIo ufoREs oF�PF NOUiIIEo.
y _ . � a M�N. a'
��� 0^�y \ y� \ SIDEWALK P MIN. 4' � � ' x i i�oRiO NGANx
\ STA�5(j ].%��% (� 4 AT. I S'� ''I� �ppNispAiaai a�AHn c N�oii
p - ��,. �p0• \ \ MINd� MH AU,l�i�v�ENT SIDEWALK . .i SI.' q�- 21, '� J x c Ni' .
� '�" PROTECT \..... �i 5Rl / / 'S1.-I'� .= 5. SLLdNO�IMERSE[�t�1ON5Pdp1�BE
P EX. POST � ��� CSUTION� / 9'B�� U ' N�esso�xen�y�seNo.eo.
� RELOCATE MAILBOx nrx�uis N4T pAL / � OVERHEAD � uma_`o`u ,iuc
EX. POST `PO�ER POLE TO BE CURyE 6 ICV-61 pY5 / � ELECTRIC Q inE CNaR�t� DE5*o�� AE5*onE oF
MAILBOX iprqpip RELOCATED BY OTHERS p� STA = 51�05.35 / /�,�* � i�?a��cx�eNciEi+is?NNc '
N= 6991982. �7 / f�p�y v>riEnNS. ' PtE�re}
5' SIDE�/ALK r. w�arx�suv E= 234�126.41 / / J�,���s� �r �� Ho���c�isceie �-zo
0 10° 32' O8. "/9" RT / fi a pPSv � �
DEC 3° 44' S9.OI" / / Fi,.v,�r,��.g i�
tOT 3Rl <o„ T 190. 68 / o ao
=�'°.p, �Fy\ L 280. 97' / / ..
\ rcwoenrx rzv� "e@a3�" � 1.528.00' / / I vanioa s�e i 8 ��)�
/ / i-� 4 /7 OS-28-2025
s,p
/
- ��.100' yC � �� roc coNmacroa s�CONST�RUC'I�ON NO�TESAs. ue Ho�Rs aaoa
..... _ ' _ � 'K • 9� . ... _.. _._ _.._ .. .._ .._ __ _._ c a�a .
(- .. _ �'E • 0. 14`... ...... E ..... n r� nikiX 8 0 Bz8 0�11
66C �3.00 x '`: .. . AY kGROyHUL7 va v� �� . ' 660 Faai woa o ERArorvs �� 3s2 e�oo
''. � ` ��. PhOP,�'vC� �i �, � ��. 1 � . . . . .. _.. �oa: woa;� oaEs:R: �,`,EaNE Mo� � e�;
� i G i0x) 35� 5
]29
. .. '. . (•I I.90 7: ''. —_ . . � . . �'. Ji '� �'. b �. . ..- .-. �-. �-.- ..... ONCIXt CAS �ELECIRL � BI] 39] 5�39
ixV ENEaGv k Q�]3 62 4
O . — ._ � r �I C U :-- nIM05 ErvERGv (81g5 z 53a�65
�' '-�- - :J � � srccrnuu � e s �o� i3
,... . ... �aarvrEa ie
• _I wLLw.15 WS <On�Parvv (wLLE LEE) ('81]) 648 9930
65y ..-- .. � ... � EX. GROUND LT ... .-- --- . .- ' 655 nu o.Nca rac�iics& muuurvn sEavcEs oEm (a�eao3sz sE
„�'° ~��'' ��- �-��_� ��� J- + oc ss(eii)
\_
_ � -- --� � $ - -- o � ' - --- - - -�- -- _ � HORIZONTAL & VERTICAL CONTROL
� ... _. .�, •� . ... :v°�i . .' ._ . . ... . .. . .. _. ._ . . --. O ...
_65G ....,� ... ... �"� . . S ... ... ... . .��. ... . ... � .�.... 650 conrr�o� roNr 9s corvrwo� aorvr ds corvrRo� raui Nio
e ucHr.wRK pea9 �_ 'x' c r scr c wux {
9aisaooz ��
Q � ' ' � 23a639 � N E�Ev 66a50 ELEv�652a]�
..... a m ry .... .. o n.�o �. m. ry u' .... n m. ry � R m .... P.. .m . � .... � ... .... O_�n c�a �` Q ..... ELtt PR 35 A Oa323 K 32J2 Q
E- 610
XI OJECT i �
� ry M --- '. T O O m m m '.. �, .. '. ry N 28191 MAPSCO NO. J8-i.
r'.r i9 r �
b�.� � . . � . � . . . . . N , . � M . .
�O ao w �O �o . . . . )8-U. )8-X. )8-Y �
J�' �o io ' t�['�� �o t�C�� �o if�� if�� �o '. i�' tN9 iS� �O i�' � ��'. Z
w W O
z _ ,�. r� _ � Z �
� �.__, _ _ . K • 00 ... , oa .. .. .... ... � .... ORTWORTH. CITV OF FORT WORTH, TEXAS �
. � � = bbo ��_ WATER DEPARTMENT W
66G S �'�2.6 x ��__� E..O.IZ' '�. Q
f-) �� a � H }
Q i.boz_ �.��:bo� � �� �-y�.eox i-�z. �(i'ao.�jyonT -; _ �,«; __ 2022BONDYEAR3-CONTRACT17 ❑
...� �nrvmi ... .a , ... ...... ... �.,��;�_2�' Sx ... ... PROP.-PGL R . ... av ..... .... ^� ....om � Z
� � ,' � .' � �,_ _
es� �� � �-m S c � —7_ T >-� �° ess PAVING PLAN & PROFILE m
� LL� _ ,� ; Qr� gm �' ex. c�rouNo ar —� � 1 _ >� VAUGHN BOULEVARD N
. ..
c ' - , N
� ....Y '"'u Q� �.. _. ��. -t.� .25 X-'��6�—%- � &ASbOCIATES m� N
� .J° � - �. . � e &.�- y� " �,t�ue,� �
65G � '.. �. '�. '�. � '�. �^ '�. . , . - IK 0' C ' '
'�� 650 TBPELS E g 'ng F F 3232 M
TBPELS Survey ng F rm 101 2 3 6-00 N
o e �, '. '. '. '�, '�. . '�. E• O• � 4 �' �' 1112 N Zang Bou evard, Suite 200 �
~ ¢ ¢ '. '. O o r . . . . . . . . .�. O �+ O �n m '. oallas, ieras �5203 �
r miOm
. c� ,n P � m �'.O T ry n r ry m io O� � c� Te1.�210�942�1888• Fax�210�9G2�9881 �
n vr p
. .ry o . f �. . . . �C � � .'�.m y� � M1
� .���. e P P •� � �ESIGNEO LIM SCAL' DAiE; SHffT U
.....�ww�0�9..�a ��G�9� ���. �.b�� . .... .. �. �0�.� . .... . .. .�.� ........ �0���. �. iS�� ......... V�� . �'..b.�.��.w.w..... ^
!8•00 49•00 SE 00 51•00 52 00 Daawrv: �u I v. 1"=44 I 08/28/2025 I 63
�
� O
/.�w�;��;P�
F�'�� /y�%�V Qp
.��'��� 4e�p
P p
O�
S/�(�� fi �jf�/jF�" RELOCdiE EX. -
FETU�O��•EX. �4, DROP II�fL[_ STOP SIGN
CONSTRUCT STD. 10' INLE PROP. P-I
TC - 652.90 dDd RdMP
MATCH EX. 15" RCP FL
PAID UNDER UNIT 4 .
��
�y
�f
2
650
645
655
650
645
/ F�� SEE SHEET 83 FOR
BdYLOR STREET
C� IPAVING PLAN & PROFILEI
CURVE 7 ICV-7) BLOCK 2
I! PI STA = 52�80.66
N = 6991340.14 tor 3
I . E = 239"1229.]t �dW n �.9
0- 29° 39' S6.62" RT "
oec = as• oa� ae.3r•
aj T = 35.22"
Iy . L = 68.86'
.G R = 133.00'
i O � PROP. P-1 ApA RAMP
`� I 53�50.
5' SIDEWALK 16'
1 � . �--� _ - qd�
Q� ' _____ _ _ . FLO�'/J ., _.
t 5' I n PT 53_�14� 30 I.}.
� ��3•oa ' I
,
q� -' �� - �� � �� ��
LS' Sf �EWQLK I � i• a[Novn� a [cr�oN ��sr
PROP. R-I Moo. d 54�67 15 �pEE
�
0
�
� a
�
I �
ml w
56 ?
J
_ _
U
: :�
REVISIONS
.
o � �tsc�min. oAit
i � <uu.�x�vis�uvau�iiuio«cwcunnex��u..,v-i�.�rauovuniii ao�w�rzarzs
z p
� LEGE D
��� � ��'� 3 � paOP. CONCREiE
Peds�`'eio `" nvcueNr ReaniR
p' REINFORCED CONCPETE PROP. ASPHALi
AVEIAENi 8" FOF VAUGHN RANSITION/PAVEAIENT
PEP SEL�ION 12 I 13 .. pROP. CONCRETE
Q �� �VALLEY LfITiER
4iiER AiE BID qpP, CONCRETE
PAVE ENT O pRIVE�'AY
PULVERI24TIOry �IIiN
3" ASPHALi i Pi � PER PROP. CONCRETE
_ SECiION 32 i2 6 0 SI�E�yA�I
� PROP. Pdylf/,G ev uNlis I PROP. CONCREiE
" PAVEMENi & �AEDIAN
PULVERIZGTION IY[iH PROP. iREE/BUSH
' ASPHALT iYPE 0 PEF X EAIOVdL
SECiION }} 2 6 �" PROP. i EE/BUSN
UNLE55 SPECIFIEO = PROTECiION
OTHER�ISE� - -
PAVING NOTES: Ex. F.D.W. LINE
i, n�� o�uENs�oNs nxc rAou a<cx or cuRe, uN�css orxExW�sE Nmco.
�� An�V[o�oAaA[vi ro axor[cr[o uN�[ss arx[a�Y�s[ Nor[o ro e[
wE�FovA7 aFo� P�ANs Nor pa o PPUNE a
�E'� �oNrR,��oR s�A«aoa°a�N , w.
�. o w�„ �� E aps.�r�E Pa�o ,o oR��EA� ow aE�aoR`o�
�NNviNEEPEN4135�rs iry'OaRR 92 Si 9FORsn I Eo Isr.
� � �\ � � Q � ""' �PROP. 8 IU � � A�A RAMP ' S�AiION OFFSEI pESCRiPiION REMOVE/PROTECI d. A S 55A�� BE a � XiE� u`ORES �q�pqCOOE 3N�Ui11ED.
' vvv _ po/ PVC 55� / ul��Ex. STOP SIGN TO �ooNisaiaai �ANnN�i�poiiCctrr r �CoREro NcaNr
CURVE 6 ICV-6) � �/REMOVE & REPLACE 52•65.e0 � r ia' taEaE IArx*�E aamEt* L
� � I REMAIN PROP. 10" p L DHIVENdv 011� SNdLL BE
5" INLET TOP PROP. CONCRETE 53�Oi.22 � CO' 6015 U'dFC REIAOVE �yISE
PI STA = 51•05.35 "$� � 5" SIDEWALK � o/ I DIP SS ore i 5 5' ANOINiERSE[iOryPdpl� �ima iuc
N= 6941482.77 s � PROTECT BRICK PROP. R-1 MOD. A . VALLEV GUTTER BL�K l � i N�[55 o�x[n Nor[o.
E= 234]126.91 � ADA RAMP " � I (PAI� 11NDER 54�90.98 24�j9 2B" dRBORVIidE GROiECT �uE `oNiaACiOR 57d�LL HESiOHE -_��oF��
SiRl1CTURE -r- inE Na� DE
0= 10° 32' 08.79" RT z UNIT 3- �
DEG = 3° 44' S9.01 " �T z a- oox �� -�s.auciid: r�oNs '
� BAYLOR $TREET ��i ALTERNATE BI� 55�55.94 ��'B3 aEAbVE �o ��p�y pppiEFNS. NLEEEx Si NG PtE�re}9
T = 140.88' O w � � ' ONLYt E�r�
nzoeqrc.s� 55�69.i1 23aj� 6'udtKBERRv FROiECi w'�i venicelg��e�" �o
PAVING PAID UNDER UNIT 1 > r�wmmrxrs�ro L
L 280.9�' PERMANENT ASPHALT aa norao�cas
R 1,528.00' PCyEMEN1 REPdIR � �a I 55•se. s�eRrT zo xperce[nwr axo*[[* �� - �-� -
; ________ e zo
. „ I ap
OVERxEdU � �y„ �I �----_____ �AUTION. ��,�
ELECTRIC or ise � a� °cYs°` pi 1C" xACxBENRx PHOiEfi 1=
. . . F,.wer r,�u�s BLOCK 23 ¢\ . . . . I . . . . . . ----- . . I . . i-� 4 a. OS-28-2025
. I . . . I . I I i I . . . . �. I I ��. ��. ��. . . . . I I I I . . . . I I I I . CONSTRUC'ION NOTES
... ._. � o.. ._. i . _ ._ .._ . .. __ Mc rvmanc n s�a�� corv.ac. .H ra��owHc nr �ensr ue Hooes aaoa
.__ ._ .... . � . . _ _. :.. o . ._ .._ , __.. io cz°ava. .ca oe�r�oc.`oNo oPcenrorvs z9s
.. � -I � b �. � .. . FOFi WOF1H WA (�81 ��39]800�1
... • � '. <I �. _ _ P �p �. � '�. �� OJ 655 fORi wORIH ikPw ((81]3) 39] 81p0
��. `'� . J ��. - �'.. . . ''. . . .. .... i�Ri WO�R1H iORFSTRv CRnG fOx)G Ee„) 35
_--:��1 - a. a,� a.R. E�Ea� E M '
. ,v o
- ; " „p �� PROP. PGL �r �; «���E � k ELECIRL �' a�,a �95 s
�".
._ . �('7i.90% '. � ', mu '. . '. I .._ ._. ,a Y e aza
, _ _ _ �~ . . . E%. G D . � A�MOS�ErvERGv (81I5 z�53a�
ti 6 � Q
�� d V V � SPEClRUM 66
. . .-- . � �, ,. . ` AT R.� LT a . .. , a sz a3o
�aarvrca s � e
�_ i i
�; d wLLw.15 WS <On�Parvv (wLLE LEE) '81]) 648 5930
.-.-- �-- ...... .... . ......... ��) 1.90 k t-:i v :.. .... ..... ..... �_10':65 % ....... . --. - .-..-.... 650 �oa. woa�w aaays & muuurvn sEavcEs oEm � s �oo
� � � � � � � nu o.NCR rac�.cs �81eao oc .css (ei�)
.__ . . .._. { .. � a�ir-v�.�•'�
.-- . .--. '_ ' - 100� yC - . .... .... ' . !- -� _..
, p 1, � K• Ub . Ex.. 4ROU�1 Li�. ' I� �� �"�T+� R_ 0 HORIZONTAL & VERTICAL CONTROL
, p .. .._ E • O.II6' _. . ;. . ,. , . . , .. p
;__ .. _. �. .. corvrreo� aor�* qio cor�rRo� aoH. d�� corv.ao� aa rvr X�o n
.--.-- . . . �, ..- ..... ��. . ��. .. . . . ...,. . . �'. . . .... .- ... � -.... 645 'x' cur ser corvc. wa�Kunc Na� sc. n�vH wu. Mnc xn� ser nsrH wur r
_ 69a1393 SB
�+ sa��oeois N ss��aa3i9 r
�. ��. �fl �. . �. �. ��. ��. �. . �. . �. �. �. . �. . �. �. ��. �. . �. . �. lfl E 23a�216 �0 E Ev3aJ3Ii1i E 23>J2a653 �
...-- . . . . . � � . . . . . �. . �. . . . . . � � . . . . ELEV.65}aT 6aes6 E�Ev sada�' �
..__ , ...a . P . Q �M 0+ .... P �'� .. � � . � .... O rt O . ... ... . P i0 05 ils�� iD a ....
. . � : . Q N . . . . �
m'
..__ . . ....� . o' .: .N �o v ..... ._ ry v� ' O o.o O o��..o m. .... � ... .... . a Q r ..... tt PR CT At0a323 rc-32J2
...__ � V7 ^' �'. . �-- . N �n'.�n . 6�'' . 6� 0� m m ''. N XI 28190JE MAPSCO NO. J8-i.
. . . .. �O � � . ut ut . vi .. . '. . . � � v'. v v v . '. b � v )8-U. )8-X. )8-Y �
' i��0 �0 b �o �o K�0'� �S� � '. i�N �a' �S� �O �' �a �0' Z
, . . w . . . . . . . . . . . . . . . . . . . . . . w �
Z � . � '.. � . ''. . . . . _ �' 100' VC _ f Z U
.__ . ......_.�. . . ....... . . . .°: ...� .... P ..... ... , o .... .a . K � 34 .�........ p`-O-�RT.W�.O�RT--H�. CITV OF FORT WORTH, TEXAS M
= N. gI � ' E- 0.36� = 655 ■ WATER DEPARTMENT Q
� ' da �� . � }
Q
1
_ g-�-_ �_ _�'� �, i6 x� "I _��T� R O��N�aT aN ' � 2022 60ND YEAR 3- CONTRACT 17 O
- _ _ - -' �A --- � -- � � �y u a 65o PAVING PLAN & PROFILE m
-. 3� ! i_ raor. vcc aT _ - �'--�� _'_�r---�,- 3 VAUGHN BOULEVARD N
�_
-_-__�
. p �` ..- .�.. ... . . ... EX. GROUND RT 100' yC �'-" t•12.00 7, �& ASSOC.IATES Ill� N
_ o
. .. ' K . T19 �4-)��2.00 % �. � e &. - y� � �,s�ua,a �
rr �
� . a �p . �--- � � �. ��� . . . . . � TBPELSEg erngF F3232 M
�. �. �. . . �. . �. E • -0.10' �. �. a 645
TBPELS Survey ng F rm 101 2 3 6-00 M
�. ��. �'. ''. ''. � ''. . ''. . ''. ''. ''. . ''. . ''. . ''. 1112 N Zan& Bou evard,5uite 200 O
. .. '. '. '. '. '. '. '. '. '. '. '. O m O - .. '. '. O o m oallas, ieras �5203 �
C
_
�. �� P m n m ry n �� O O M �. v-� O c� Te1.�210�942�1888• Fax�210�9G2�9881
. . N . '.. . f . . f f ' ..�.o � ' o . . .
r m
T mm �m �'r�r� .
...... ... .. .. . ........ . .... .... . .. ........ . ......... . '..�.�.� n.w.W..... �ESIGNE� LIM SCALE DAiE: SHffT d
....�wy� �0�9� � �.t�0�� ...V�� �� �0�.� �0�� �0���. �. �5�� V�� �
52 00 53•00 5<•00 55•00 56 00 DaawN: �u I v. �1"=44 I 08/28/2025 I 64 U
I I
I �
� �
I I
I I �a°�
� � £�4
� � a'4
r--r-�
� �
� ; �
I
� Si3�74.95
LOI 4
rrrowan��isis LOt 5
VQUGHN BOULEVARD
POVING PpID UN�ER UNIT 3 °'.wmmrx�zis
FROM STA 13�21. �B TO END I
115 i!�(� T I i
�
(qi 6 LOi I
ri.wmn�s�s��s PROTECT %. Fr,wmn�x�siro
POST l�Aill��%
�z�
55�08;86 5' SIOEW4LK SSI70.63
� � �
� NHON -8" I '! ^i l I i I
/ S�oiN �p�r we,FR� i F�oW
�� I. I I m � 6• I�f54. �/U. 98" F
�4.0o VAUU�HN HLV`��_ I � ss•oo i
� \FLO� } � V�l1GHN BLVD. FLO�
J.
�
O
�
— _ [Or 9
__ ___________ __ , , raaiiroeoo.��
______rI ______________ __._�..____"__
I PROP. REINFORCE� �----
CONCRETE �1EDIAN � /
V A U G H N B O U L E V A R D B L O C K Z p R O P. M- 2
IPAV[NG PAID UN�ER UNIT 3 I �TB MOD. B
FR0�1 SiA 13•21.78 TO END A D A R A M P /
t0i ] r.�rv��n�,s 5' SIDEWALH
EX.9vIEL� SIGN
v�.wv,n,.rcra _�OP. 8'� aVC WATER ro aEMAIN � � oy�
Q SIDEWALK
N
56�13.50
W �Z
J
= F�o I
U ��� nn I_`
C�NS7RUCT STD. �1�51NLET
iC - 647.7I
FL = 645.21
655.
NG
.__ "__ .... ... Ns
650 S �
_ O
645
655
650
645,
�
REPLACE �'
TOP �
_ 5� e �
/a e
� � � R 5'
F�OW v�'
. .. ....` ,. .00...-�.- � � . � _W
i VAUCHN BLVD Pc� �r F�o�4 F�o
� � � _
,..._ { ��V.' � �
/ f� �AUGHN BLV�.II FLOW � FLOW
I
. _ I I
_:.�...___ 56.96.26 J 5 •�79 J �
5' SI�EWALN �
aeoa. io" ola 55 PROP. "oo aEMovE a REPLACE
NOT ENTER" 5' INLET TOP
DOUBLE YELLOW SIGN (RS-1l
THERMOPL45T1C EX. STOP SIGN TO REMAIN
STRIPING (TYP.I BLOCK l PROP. R-1 MOD. A
— PROP. 18" taT s pDd RAMP /
SiORM LAT A RELOCATE 40 LF OF E
SEE SHEET 4o Fr.warnixrs�n CHA[N LINK FENCE 1
� � iHE Ex. R.O.�'. LI�
��. ��. . . . �' '.PROP. �M-z
,_. 80. y ... ; . A
K !b .._.._. ' ._ .
� E• 0.2Y .. o o � o'�.
` e ' �
o g � - �'-
� �� �_� � • m ^�
�p� ��. Q NN1� •�
rm � f
ul� . . PkOP. , �.1':1.20 �-6�
� PGL LT
F; FI I I REVISIONS
D2z t�or 3 raEc acnbva� a rnorEc �ar� ��sr � �
,Z�' I Si1ilON OfGSEi DESCHIPE110Ni AEIADVE/PHOiEti Q noornouw��vc+um�ai�wrou.in..o�..arr=nirnirr�r ao-w�ams
�� � Fr.wwrnrx�dw 56.09.69 �SQib� i0' PECdN PFOiECT � Q ...
O _I
,I �a �SL?3 _ R LEGE D
{� Q �.I � 56�42.28 30' PECAN PFJiECT
w J I
I3' Q� 5 6� 4 i. 2 6 �� 2 0' S V C A A b R E F E A I O V E dv� F; � hi� � p�ROP. CONCREiE
' _ Q OVERxEAD qvcuENr Rcan�R
'— ELECTRIC - Peds�eio
p" REINFORCED CONCPETE PROP ASPHALi
'—�� � . AVEIAENi 8" FOF VAUGHN RANSITION/PAVEAIENT
PEP SEL�ION 12 I 13 p PROP. CONCRETE
///{{{�--- WdTER VALVE BOX TO tpI p �z I',�, I Q �� VALLEr GUTiER
/! BE ADJUSTE� FIWwArx' ro � [y 4LiEppyEEENTD O PR�P' CONCRETE
/ i STA Si�95.40 '� � PULVERI24TION IV�iN �RIVE�'AY
. END VAUGHN BLV�. ,� '� 3" ASPHA�i i Pi � PER PROP. CONCRETE
i� � , � � d� _ sEcr�oN 3z iz s Osme�ya�K
� PAVING
/ � PROP. Pdy NG BY uNIiS I
1 .J � II PAVEMfNi & � �AEDIANC C
� - �� - SEE SHEET 66 FOR "' vu�vEA�zn1�oN IY[rx PROP. iREE/BUSN
� y / INTEft5ECT10N 3 ASPHALT iYPE 0 PEF X FEAIOVdL
GRADING PLAN SEC ION 33 2 6 ��;
UNLE55 SPECIFIEO PROP. i EE/BUSw
y OTHER�ISE� = PROTECiION
1 - PAVING NOTES: � Ex. F.D.W. LINE
�' o -�5.� I SEE SHEET �9 FOR I r o�M[Ns�oNs nxc rAM1 a<cx or cuae, uN�css orH[xW�s[ Nmco.
"�/ HARDE�v1AN SiREEi I B[�K 6
S. "I I PAViNG PLAN d L��oAaA[vi<c[o F P"or[cr[o uN�[ss arx[a�Y�s[ Nor[o ro
� cor r � %pvEo
,�e° 2a�• �4H[TE F'.ww,A,.' q I I i ePYaova� o xrH v�aas nor Pa e o r ENe oa E'
01 THERMOPLASTIC 3� wE�VF c E�3 Zs� EooR[si[RSaR�o�AioRoaTA�N 4 n.o.
- ,.,,,,o„ � n p un �'A'raq"a Enno c oR��EA� ow oE�ovPee�
I CROSSWALK NOd�nsr. pNr ' aAUHZNc REeu nEg u5�pgroqsn Arteoa �r
STRIPING(iYP. ) ��Nvia[�a[x4��s�roar�yoarxr[xas.iov 3c
� e'°° � E a , �rE
� � _ THERMOPLASTIC STOP ' �ppNiSaidaGEa�i��eCONRp�� Cl�x�fORESiEn�vA�CoREr N�Ui11NG�ANx
---�BAR (T=P. ) HnN z
L DHIVENdv 0110 Sq LL BE
I p��jl o - � - _ � �_ — 5 SL,�uN�E5iE0iiEn�yISE N iEo. �ima ,iuc
� � "— .�.�
o _ FLOW luE CON1Rdci0R 57d�LL HESiOHE
� �� �'v ��E-[�SiaUCI�IX� ;IONS '� _ oF
I o — `"� ��� �/ f�0�1 PlpiERNSC NLEEEx Si NG PtE�re}9
�� q �„ �asPU(�HN BLVD.__� �o,���s�a, zo
,� � ��5. �� 4VEMEN7) '�-�_�'�-� �� o ao ������
-_�ROP. R-I ADA RAMP is�alei"= �����
Ex. STOP SIGN --� i—� 4 OS-28-2025
To r.�MAIN . ��"�_ a.
� '. �. '. '. '. '. �. '. �. '. CONSTRUC'ION NOTES
I � !__._ . . . . , ....!.. �, ._ _. _.._ .Mc coNmac.oa s�a�� corv.ac. .Hc ro��owHc nr �ens. ue Hooes aaioa
CeuTioN: .o Ex�a�a.�� a. ��� �o�.ro�
r.. . I�ATURAL =-. . -.- ......... niki Ba B] 0�1
FOFi woF1H wAiER oEPI �E�o oPERArorvs `(81I3�39z�az
� ! � �� ��� �. '�, , , 655 ro i woaiH roRFsrRr (�Rnc rox) (gii3 39� s,�e
N Km�� . . . ..... ONCIXtE �5 k ELEC1Rr`� Eu E MGu�m) Ea,�� ,3 6�
N � � , - n1MO5�ErvERGv (81�I5 z�53a�65
6 U6 =' . . ... , __.. . . ,. � ' _ ' ' _. _ ._.._... L�w.15 WS C�On�Pa& CWM4U �nES �81])0348�5930�
�RO
�� � . 650 oR*o.N�R rac�.cs o ry EavcEs oEa. � eao oc .css (e )
s �) s �oo
L „
- - ' � "-- � ' � ' - HORIZONTAL & VERTICAL CONTROL
z'
_.__ . .__. . :. c-��:-Gl 1•ll.tu-i. .... .... . . .- . .. _ ... . . . . . . .. . . . . _._ ....
�. � � x � 80' , p �•�0.96 % , , corv.reai raNr N�� coHrreo� aorvr M�o n comea� Porvr Niz
- .-- �:-- . _. � . Ex. �'. GROUND LT f q .. ... _ . K � .. X _ ... , '�, . . , ,- � . _ -.... 645 u� nn� scr a�cH wur uac .w� scr nsaH vvur'x c�. scr covc n�ci r
. M sv+ioeo�s �+ sv<os3is rv_ssaoeassi
' . � '. . Af H.O. . LI '. E • -0.22' .. . . ' ; c va�z�i.zt c �ia�zasai c. isai2ss.n �
__ ' _ a � f� ,'. ..... .... . .... E�Ev, fia856' E�Ev 6ae a� ELEv- 6<8 a0' �
' • -w ��0 N v !- '�0�
.__ . . . ...� . v v .. .^ m m .... o �n. ry .m .... w u+ ':_ ' , , ; _ .... tt PR CT At0a323 rc-32J2 �
....__ � N m m '. . '. . � r '. ', : � � ', � ' _.... XI28190JE MAPSCO NO. J8-i.
�. '. . '. ; , , ; , ' )8-U. )8-X. )8-Y �
. , . . �o �o ' ' �' i�� �o �' b �o �o '. . K� . . . � � . . . . . . . . . . . . . . . . . . . , , . . , , . , , . . Z
b P
W �
. .__ . . . Z 100' C . �. �. �. '�. '�. ,. . .. �--. . , �,. . �,,- . ,-. _ ._.... O
..... . . . . J ' ' K • �9 ' _ . . �. �. . �. '�.. . :.. . . �. . . :_ . :._ _. . ...
..__._ . .... .. . E • 0.:36'
_ $J
~ � _
_..__ ' . ._.� � '..
� �
u �
a u e
. t•10.90 X ,
a �-�a.00'x
�. �. tt O O 0� �. �.
¢ m r
�. p c� c; vi . ry r
. . ...p . � m ��. �� r� m m
...... ... .. .. n.w.y.x� m � � '. '�. c v v
5600 ���
. _... . . 'o ,,. 8 :..
..... . ... � . `— �:
�
rEX. GaqlN) •�
�A7 R O.d. RT a..r
Y
�PpOP. �L RT
%
_..j..f. .,.�p�x l.10m.90%.t-h
_ `�= ' . — ' J
7 C �'
L¢x. �aouN� � �' ^
� -�� � �- � � - � -�---- � � ',� � � � '- � � =-- - �-- ---��- ORTWORTH. CITV OF FORT WORTH, TEXAS M
�� � ' 6ss � WATER DEPARTMENT W
iu� .� : ., ' , ' ,, � __ }
2022 BOND YEAR 3- CONTRACT 17 ❑
� F =� ,. . . , m
\ � eso PAVING PLAN & PROFILE
8 VAUGHN BOULEVARD N
N
`,}I— �� &ASbOUATES m� N
Rt - . . ',�b10.63 X , . , e &.�- y� � �,nua,a �
a
�. �. E •.'O.i3' . . ..� _-.. . . �. . . . .-. . _.. 645 rePEissg - �FF iaiz3600 N
. . . . . . .o , , u ev ns rm - M
�� �� '� '� '� � 1112 N Zang Bou evard,5uite 200 �
. . . . . . �0�'� �� � � . .... oallas.ieras�5203 �
` m c�:c� . Te1.1210�942.1888. Fax�210�9G2.9881 �
O uPi . �'.v �.- �.
. . '� ���.m m�:m � � W �'. � �'., �,_ :._ . '_. _ .-. .-.... pE51GNE0 LIM SCALE DAiE: SHffT d
�mm
........ .. .......m � � �. b �.� . .... �.� . . .
57•00 SB 00 Daawrv: �u I v. �1"=44 I 08/28/2025 I 65 U
I� �
OyERxEAD
ELECTRIC
�eur�op: I
ArurtA� �
WS ',
5' SIDEWALK �
�OUBLE YELLOw
THERMOPLASTIC �
STRIPING
BLOCK l �TrP.'
rr. ww�rx���s
SEE SHEET 6fi FOR SEE SHEET 65 FOR
INTERSECTION VAUGHN BOULEVARD
GRADING PLAN PAVING PLAN & PROFILE
EX. STOP SIG TO
RE AIN �
PROP. R-1 MOD. A ADA RAMP �
5' SIDE�'ALK �
RELOCATE 30 LF OF Ex. CHAIN LINK
FENCE TO THE EX. R,O.W. LINE
PROP. M_2 MO�. B ADA RAMP__
�� ' 1 �
I 5
C'.
C'.
� z' � \
r �, \ �\
I�
C'.
�\ � ��
4
I
���, � .
��.� ^
��� � r''�
SI�EWALK
BLOCK 2
. �r.waoin�e�zro
PROP. "DO NOT ENTER"
SIGN (R5-I)
EX. YIELD SIGN
�TO REMAIN
`
FLUW � � ,___ p _'_ ', , /
` - � /
�_ 4 __�_��..e..�_ p _
9•00 • 10�00
DOl1BLE YELLOW J FLO�', / FLO�'_
THERMOPLASTIC e'�I ' �
STRIPING
(TYP.I
_- -- -- �24" WHITE
inEaMOP�Asi[c
�AUT101�� RELOLATE EX. I CROSSWALK
ATURAL STOP SIGN / STRIPINGITYP.)
GAS 1 LL
PROP. R-1 ADA RAMP �3 I EX. STOP SIGN
lo io REMn�N
0 F 24" WHITE
THERMOPLASTIC
I,.�j � STOP BAR ITYP. )
�>
e�ocK 2 z a e�ocK e
LO) H I� r i [Or l
� Q
rc wwrn rx �cuz i?¢ rr_ ww�n rx �eis
PROP. M-2 I
MOD. B I P�I
ADA RAU�P �i
\ �— �
I I
I
�` I
I I
�e ��
�� �a
BLOCK 2 , ,a a
(Di 9 z a
a, wa�n r.. ,wro q v�,
OyERXEAD
ELECTRIC
`°r�� �� �� w� � �
0 e \ _�
e
% � _ _
i R5,
FL�ry� � FLOW� �
m HARDEMAN ST. ��i �nRoeMnN s4.
" -OOmI (ASPHALT PAVEMENT; j +�.nn
�j
F�uW
I
BLOCK l
[0 �iP
Jr,. wam... �s��s
_ FLOW--v " —
�,I I FLOW_ - �
FLOW_ '^
i�
� �V
— __ II __ __ _
DOIIBLE YEILLOW J �
THERMOPLASTIC
STRiPING (iIYP.)
[DT 2 ' t0T 3 LOT 4 [0� 5
REVISIONS
.o p o���P��. o ��
�a
� p „»„A���s�,�„�.,,�.N-�,���oo���.:.��..a��=�;.,.,..oA.000N� o� �o��
z p
+ �
LEGE D
y � pROP. CONCREiE
PB�S�'BTO � � �'�i�'; 4VE1AENi REP41R
p' PEINFORCED CONCPETE PROP. ASPHALi
AVE1AENi 8" FOF VAUGHN RANSITION/PAVEAIENT
PEP SELTION 32 13 13 .. p Qp CONCRETE
Q �� VALLEY LfITiER
4LiER A E BID qpP, CONCRETE
I PAVE ENT O pRIVE�'AY
PULVERIZATIOry �IIiN
3" ASPHALi i Pi � PEF PROP. CONCRETE
_ SECiION 32 i2 6 0 SI�E�yA�I
� PROP. Pdylf/,G ev uNlis I P�ROP. CONCREiE
PAVEMENi & �AEDIAN
uLVERIZGTION IY[iH PROP. iREE/BUSH
' ASPHALT iYPE 0 PEF X EAIOVdL
SECiION 33 2 6 ROP. i EE/BUSN
UNLE55 SPECIFIEO = PROTECiION
OTHER�ISE�
PAVING NOTES: � Ex. F.D.W. LINE
i, o�uENs�oNs nxc rAou a<cx or cuRe, uN�css orxExW�sE Nmco.
�' Abv[o�oAaA[vi ro axor[cr[o uN�[ss a.x[a�Y�s[ No.[o ro e[
aova�dao�x[s[ v�ANs Nor pa o rnuN[ a
x[IbV[Pi s. rH[ coNSRAcspa sxA�oRoa?A�N 4 x. �y�
N�� �RdA v� ry aucini o rziWeoaEo
�NNviNEEPEN413 �ru�iry'Oairvi x . � iv ���Eo Isr.
d. A S SHA�� B P� � ui0RE5 �q�PqqCOOE IN�Ui11ED.
NWNiSALdRG R�irvdN�3�R0IdCCt�x i ICR i0 NG ANx
5 5� dUO�IMERSE[010 Sq p� BE ��ma iuc
� H�ess o�.en�� e No:io. Fozu ,
luE CON1RdLRdR STO�� AESiOHE �����
f�0'NonzS �ga�'D�2EEEExISiNNG � PtE�re}
'h' C ERNS. �
i—�
o ao ��,�
aa 2s-zo25
CONSTRUC'ION NOTES
rHc coNmacroars��� coc�?o� �"E �a��owHc nr �Ensr ue Ho�Rs aaoa
n Ba0 B]8 Bg�11
roa? woaiH wa.ca oEcr rc�o oacanrorvs aii 3sz a
fORi wORIH ikPw 81] 39] 81p0
ro�Ar wo�RiH ro�RFSrRr (�RnG rox) e�� 'S9z s�it
ONCIXtE �5 k ELEC1Rr`( Eu E MGu�:c) BII� 21�3 621a
n1MO5�ErvERGv (81�I5 z�53a�653
L�w.15 WS C�On�Parvv (wRLiE LEE) (8��])�648�9930�
s& muuurvin s[avic[s o[m. (�a 3sz-s�oo
nu orNca racaincs -a o-oic-ress (ei�)
HORIZONTAL & VERTICAL CONTROL
M PIX1 w rvispo-PV a� voirvi CIZIn�EI r
. . 69>004�5 630v .
E�Ev34 BSfi� E�Ev. 6ae.a� ELEv�6a8.a0'� U
Citt PROJECT �'ipa323 K-32)2 �
X-28191 MAPSCO NO. J8-i,
)8-U. )8-X, )8-Y �
Z
�
U
ORTWORTH. CITV OF FORT WORTH, TEXAS M
WATER DEPARTMENT Q
w
}
2022 BOND YEAR 3- CONTRACT 17 ❑
Z
O
PAVING PLAN m
HARDEMAN STREET N
&ASSOCIATES,inc. N
- ca9����ey���e�oos�ue�,�
TBPELS Engineering Firm H132 M
TBPELSSurveyingFirm101 2 3 6-00 N
M
1112 N Zang Boulevard,5uite 200 O
oallas, ieras �5203
Te1.1210�942.1888. Fax�210�9G2.9881 �
Z
�ESIGNEO: LIM I SCALE: I DAiE; I SHffT U
DRAWN: LIM 1"=20' 08/28/2025 74
/ REVISIONS
BLOCK 22A � N N �� �' o p �������� �q�t
�o„ � �z� o aoo��o�Mu���..�.��..�Ro.a�.�a��.�o�oa��. oo�a��
. w BLOCK A - �
F,_wa�n,,,W9 � � F,.w�,,,,,,�.� .
D LOT 5 tl cOr 4 tOT 3 LOT 2 '�
� � a
`��'� °"� °°""' e"°� L EGE D
° OyERxEAD PROP. PAVING Bv IINIi 3 PROP. CONCREiE
ea[cHr srREEr AUT1oN� �
0
/ 4 /`� 4 IPAVING PdID UNDER UNIT 3 I �AT RAL ELECiRI[ � BASE BI� � P4�EyENi REP41R
� q PROP. P-2 A�A RAMP PROF, B" PVC 55 Gxs /� / P" REINFORCED CONCPETE PROP. ASPHALi
/�;� AVE1AENi 8" FOF VAUGHN�� RANSITION/PAVEAIENT
SEE SHEET 62 FOR / PROP. CONCREiE VALLEY GUTiER � iF
PEP SELTION 32 13 13 pp, CONCRETE
VAUGHN BOULEVARD (PAI� UN�ER UNIT 3- STA 12�25.00 � VA��Er GUTiER
PAVING PLAN & PROFILE � S' � � ALTERNATE Bi� ONLY) END BRIGHT $TREET � 0� n�rEa ArE BID pq p R 7
' `�/ / � PAVING /�/ � II" PAVE ENT O PR��E�,pONC E E
�'N / . � � PIILVERIA4T10N IV�i�H
LOi 2 / � :� �/� �EX. STOP SIGN TO REMAiN � ' = SECiION 32 i2Pi6 PER 0 SI�EjyAiONCRETE
w woevam���mzuc ; Z ..'�� �,.ii5 i' - --- -- -- -- r=��a`•t� i:y pqOP dvIry� rr[ i 2 PROP. CONCREiE
rr.wwn,rx�sirs ��/ . i� <o �y� /, i" PAVEMlN�v ��N a -��EDIAN
� � � ���� � FLOW FLOW FLO�/ �a /, � juLVERIZGTION IYIiH �/ PROP. iREE/BUSH
/ 3,�/ 4� �� p �Rj�jHT ST. I ♦ SEC�iIONA}} T2PE60 PEF i� Euova�
O � UNLE55 SPECIFIEO � PROP. i EE/BUSN
4. BRIGHT ST. / = pROTECiION
4 f—_�_�LQ_��4}�LL�I_ _��___ __ ____I__ __ __�J '� OTHERIVISE� -.....:
IQ�•00 � � � 11'00 12•00 P PAVING NOTES: Ex, a.D.W. LINE
j� / _ i3•00 �.n�� cc. axo,EcrE Re• eE
'� '
d �� o�ueus�oNs nwc FAou a<cx o. w un�css orxenW�s No. o.
� � n
e `�o F�o� 44' u•oAaAEo� �o aE o �a�Ess o.xEa�v,sE �w.Eo �o E
/ 's..:...�. � � /� /� C� o� z. MOVEo d o
\� iF � F� . eaPaovar a�xE aNs nor Paa e o r uNc oa
� � '•.•' _�..] \,� PROP. 8•• �'� REqoV[ c NrR4cioR sxA�� vauA�N 4 n.o.�y�
j ll' --- - II' :.....: �C � P[ M�� yRdAEE<aosc�ivEroR[sr[a aa�on r N�Nc on re[WVaiEor
/� �� �_ —�' � 1 PVC WATER/ (�S �? . aA r�PNyc'aEouraEs usE gr°�sn cEnrir�Eo nneox�sr.
�5� t 0.11. ]3 11.33.36 17 SY ASPHALT ,1���� coNvia[[a[x4��*siroarWoaRxa[zas9iov�3c��v coo[ s3
$1DEWALK TRANSITION /' r pJ
PROP. 8" PVC WATER Q S zxA�� e[ ci[o u`o[Es oqNpqW�c7 Nou?iiNc ANr
/ PROP. P-2 MOD. A ADA RAMP �J EX. STOP SIGN � Cv4 t ��orsaiaai a�irvnN�i�Rpii.�� �
TO REMAIN i "���Q�p A E
BLOCK ZZA PROP. 12" PVC wATER EX. STREET NAME �/V p% OLAuO�IMERSE[010 Sq p� BE
�o, j � � SICN To aEMa�N 'ti H�ess o,.ea�� e No:Eo. ��Ma ,���
� mr 5 ., w�,�,��s�ro 6 OCK B oescn _.,... F�z�z.........
� � /�i� I iFEE RE1.bVdL 6 FFOiECiION L�Si I E F01NNdRdGi DESTO�� AESiOHE �oF�
rr.wurn,x]f.:�9 j 4 ,rwv�nrs�cvz � di F *a�pEr "E-d�SiaUCRiiC+� EE'I6ii's �
�ors sn � �/�Q,4 �oH o c.l ,oa RE�.ave,oao.cc. I ° e`s na. na�e , a� `TE�rP�
iio�y vnr.cnr°�s.
o / OyERMEdD F� w�nn��' / o� �•u5.3s � � za" cos* anx rxorEcr I Ho„�„�is�ie �=zo -
� ELECTRIC F I ea s��l cx�Naecaav ano.Ec. I i—� _
✓ a� ao
/ o _
e �a �ae = rvaL�
v n� //IAh��
�, �
/ ya/ � / i—� a OS-28-2025
/�
'. '. '. { '. '. '. '. '. ' '. . .. '. . , '. '. '. CONSTRUC'ION NOTES
.__ ... � .._. . _ . . . _._ � ._ _... oxi nv�ninc nE oecrLoa`o�oXoacanrorrvsc nr �ensr ue Hooes aaoa
0
Q �- �� Ba0 B]8 Bg�11
.. 4 � ... .. F. i XO C
680 ... . . , j�y � ' ��. - m . •�iO '�. zl� 680 Foai woaiH iknw aii3 .�isi e�oo
.
^ � � •' x - fO�Ri w0�R1H i0�RF5TRv (C G i0x) el]3 3
w
'� v o� .� . �. �� � 1 -� rEX. G�HD . '7 ��`- � r zr w z�x r x r r�e Mcu�J
-- .. .--. . ..- . . � �� � ^ �D �O 1 T R O I% . U1O�0 � ONCIXt GS k ELEC1Rr�iuEu BI]) 2
__ . ,. � < 6 6 �. '.6 :¢U 6 �'— �- y
�u � PRQP RL Li ~�� �
¢�
�
'. J . . :u F n1MO5�ErvERG (81�I5 z 5 a�65
.. . . .... . . ... . . . . N . . _ �� _ . . � ... SPEClRUM t 10 �31
Y �RON�ER I B
' (.)1.0'.Xf���,5(�'�'. . ... (-i0.$a�,. , ........ -....� �----. . --. .-..-... wLLw.15W5<On�Parvv(wLLELEE) 81])6485930
675 i--_ ' — � 67 ouuurvnsEavcEsoEa.
- —� ' 1 �- nu o.NCR rac�.cs � eao oc .css (e )
. . .._. . ... . :, ��� '. .. y,C .. . —
5 �oa. woa�w aaays & c ai�) s �oo
� —__T�_�� ii
.__ t•)1.51 X '�. 1d0� 62 ' ..
- 1•)1. 10 X � K � I --- - ' - -�- HORIZONTAL & VERTICAL CONTROL
._ . ... ... . E.�• •0.20' _ EX.. 6ROUh LT, ... . -. - ... rv.ao ao
� � corvrao� vo Nr ge co rvr ps carvTRo� corvr M�cuas n
670 .__ ,.,__ '__ . ... .... .... ; ._ . __. ... 670
ecNCHw�ak N�9+ unc Hn� sc� nsax avu� x' cur sEr couc
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . em f0urv0 Ory LOHL N�E�N 69a1]63 93 N 69a11J1 e� r
. . . . . . . �. , . �. . . . . N. fi941940.02 E 2346J91 J] E. 2306505A5 �
...�� � '� � '. '. '. �. �. �. �. �. �. ��. �. �. �. �. �'. '. �. �. �. � . � ELEv36680.i630 ELEV� 66a 50' ELEv eJa IO' �
..__ , ' , .... O N O . P Or'.0+ .... . .... , ....
. . .-- . .- - . : .. � ; Q
' m m �. io�.v ...� _ _ _
- m m �
..__ . . __ . . .- - . . : .. v v . ..... .n � � . n n �'.io . .... .. .. � �' . .... .. ... _ .... XI ZgP90JEC � 04323 MAPSCO NO. J8-i.
r
. . ',.__. . . .__ , . . . . . N� � �� • • , .
...-- .•. . a- n . . . . r r '. . . n n r n . ..-. : -.... )8-U. )8-X. )8-Y �
. , . , . . . l0 i0 ' �D io io . . �io . . . �i9 N � � �' t9 ' ' � i0 io . , , . . Z
� �' �
.-- . .-- . . -- . . . : � .. .. .. .......oN � _ .... .... ... ....... .... ..... �I • ..... ORTWORTH. CITV OF FORT WORTH, TEXAS �
_. . � a�c 'e �'n . w' — ,o � �P g nn � WATER DEPARTMENT
� Q
680 � .�1 G� �a I=.� �� _� 9 S� 7r� .____ 680 }
.._ :_ __ _ o�._. .�w. � .. w W ._ _ �o - u�o�o- ` -
- �} � zo n� a a_o a a� PROP, PGL aT . p��� � _ 202260NDYEAR3-CONTRACT17 Z
� �
s7s . �� „ �.ii.�� x �-oi.zo x ���T'RCO. NpR7 uY 675 PA LE
...__..__ . ��.__. �'.3 �. . . t•ll.T6 x...���- ��_�: — �: T.. --.. .� . � 1:7 X ........ — . ' __. .. .
VING PLAN & PROFI m
,/ '`` � BRIGHT STREET N
o I • Xc -- �
_ - �-- -
, � , _.:.ia.00 x_. �� sy �--J �c — . . _�_. � � � &ASbOCIATES. m� N
� E•-0.33. EX. GROu�D RT � �I e &. y ,s�ua,a �
670 ��. a '�, '�. '�. '�. '�. '�. '�. '�. '�. '�. a 670 � �I TBPELS E 6 � 6 F F 3232 M
. , . . . . . . . . . � TBPELS S Y & F 101 2 3 6-00 M
. �. �. � ''. ''. �'. . ''. . ''. ''. . ''. . ''. . ' ''. . ''. 1112 N Zan& Bou evard, Su te 200 O
. . . . �. �. �. �. �. �. �. . . �. �. . '. �. �. �. oallas.ieras�5203
� ro� ��
p � ` � O N' N �� R c� Te1.�210�942.1888• Fax�210�9G2.9881 �
�. c� - m - v �'.iD p
. . ...O.x..x �:...� r ........ .. .... � e v . r.� . �- .,. v . . r K . .... ... ...... � .. . ... .. @. . N CA E � U
""�" MM w"w""�� �ESIGE� LIM 5 L DAiE, SHffT
...... ... .. ... 6 w w '. � � ...b � � � �O �.� �O � � V �9 �9 � . .r..
� � � �
IO.00 11.� Ij•� Ij•OO DRAWN: LM I V. '1"=44 I 08�28�2025 I 77
670
665
660
670
665
660
BLOCK 23
sr w�n R/A69
SEE SHEET 62 FOR
VAUGHN BOULEVARD
PAVING PLAN & PROFILE
(D TlR �H �
sN�o �1
� l PROP• CONCRET�VALLEY � i
L
��.� rR � �x �m. jRiw�s
�
� '� BLOCK 8
�o
/ . wr nr car na
�oi/ �, . F�: �.�";ps w�Q�.o,";s�,�
4� / a
� � SYDNEYeSTREEi
'� / �IPdyfNG PdI� UN�ER UNIT 3IFr3 ^ /��
( �\� � $ �/ v v
/ / v ,°// CAUTUIC
/�v�/e ` 4/ NAGA$
`� / PROP. I2" PVC WATER I
�/ PROP. P-1 4�A RAMP � /
E%. STOP SIGN 11�19.65y Q
. ro REMA[�J �5' �
�J o'" _ - vvv\ y l ���
� O � �� ���
Z / 4/ 1 0 O
� F`OW
� / \�.
./
7XEAD � /
.TRIC ��,
�' � / io�so.00
/ � PROP. P-I
/ j ADA RAMP
� � EX. STO
TO
' ,/ BLOCK C
�/ I � / _L�u9 � /
� 0d i 4
�_ o F..w,.m,.x,s�9/'�
�FLOV� � FLOW
SYDNEY �T. _�_
.Q°� 0 4' �i%
� '� i1•00
�SYDNEV T.
.. f .��. . ._ /
\,� � r/+j,Q'�
�
20 � ' /�4,��V
P SI NJ �� �/'4�
REMAIN / (`� �'�
PROP. 12" � �1�J��
PyC �'dTER � ep
�o� 4,4 ,
fF" , y�C�S.Q�a
5
/� o�
/ /'/
. /,/i
/
�� /� �
� , /, /
'POT 11•5�!.08
�
�
TA II. �1 � p ,
�MAJOR MH ADJUSTMENT
�y/ 30" COVER
STA 11�30.80
END SVDNEv STREET
F,.o��,x,�� � , , y � �
tm 4RIA / � /� PROP� PVC WATER /� (�,�
........ ... .. . / .. . .. . / �P . .. ,. .. ..
, . . .I . � � .��
._ ', ', � � . o � . _ _ _..
� -I m
, : 7� ^� ^�� � Ca_
._.. ._ '. '', :_ J . . !,_ _.:.. . . . . ...1 ��,? � � � _ � �a ',. _ � =� � . __.
� �
�o c� - n�
. . .__ . . . . __ _.. '.� M u Y� Y � � iJ � 4 N� �� �
.__ " .. . . . . .. . . . . . . . .. . :.. . . - . , . .� �_ / .. 'f ._. ._...
C 6i1
PROP � � �
. �PGL LT � .. ..'
� lJ tni 3s x �-�t�..as X / .
.. 1.�X _ _'�- T7
(.1(I.�SU X 50' yC I �t•11.77 X
.__ .. � - �. �AT RcO.�N�L� ... . K . 19 � I �1•11.95 X ._ . . -._ _..
E • -0.T7'
, , , , . , , LE%. GpOUND LT : . , , .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . :
......__ : " __.,'__ . . . __,'_ _ ' ' __.__.", : : ._:,.._ _..._..;.. , . . ,... �. '. ��'.� �'. ��. �'. b � � � . b ��:� �'. ��. ��. , ,, , , ' __. ._....
N
, , , , , , , , , , , , , , , , , , , , , , ; , , . . . . �.� . . . ��o N . �' �.� . . . � � . : _.._ .. : ,.__,,._ . .,_..:_. _.
.. . ._ . . . ... . . . . . . ... . :.. . . . . _. , _ .._ � . _....
� rc
__ _ . o .P .. , m z_ . . _. . _.
m . � �„
� �� _ � , -
. . . . . . �� . .
� � p ^ < ,�j'
� � o I
...'. ..',... ...' �' �' �' .. �' � . rET.RCo VPRT� rPf10PRT . 4 � , . ..
, , . ��. 1 A / , , :
. . . . . �.1�:1.� � A �-�0.50 X. '�� ' .'� :
- �
,.. , o ` —_ —
_
� T 1.11�.7A Y. � �
' . . . ' . Q '. <•)I.00 X''.. . '�. LEx. GROUND RT �' �'�. �' �' .
. __.,.__ . . . _' .. . . . . :...: . . .:... . . . z z '. . '. . '. '. . . '. . . V � Z ', . :_..:_. .
. ; . : : t1 > > �. '. '. '. '. '. '. '. '. '. '. . : :_._
, . __ ...... r O O . . . . . . . . r O O. . _...
. . ' . ' ' • u ¢ ., ., .,m ., ., .' O O m �. O N'.,m �. �. �. O O �. ¢ ¢ �. _" _"
' .__ . . ... , �'. . :... . . . . a . . . � . Q '. .
__ .c�u
p .. �'.n v v � rt �'. vi ui p
...... ... ',__ ,_ _ _ .' . . ...Y. . ..: ....� ... ''. iD i0 �'..... �O � �.. . .... . � � . ;..... @ x x :. . : . . ... ......
'. . '. . . '. . . . 6 w w �. ' O. �� . . �O � � . " • � . �9 �9 '. 6 w w . .
REVISIONS
.
o p ����v��. �a�t
� p Ao , s.oH-.�o�,�o��o�o�a�o�..�a��2Axa.�o�oo oa�om=
� '.
+ �
LEGE D
PROc. cAVING Bv uNti 3 � pROP. CONCREiE
BASE BI� 4VE1AENi REP41R
p" REINFORCED CONCPETE PROP. ASPHALi
AVE1AENi 8" FOF VAUGHN�� RANSITION/PAVEAIENT
PEP SELTION 32 13 13 pROP. CONCRETE
� VALLEY LfITiER
4iiER AiE BID qpP, CONCRETE
PAVE ENT O pRIVE�'AY
PULVERI24TION IV�TH
3" ASPHALi Pi � PER PROP. CONCRETE
_ SECiION 32 i2 6 0 SI�E�yA�I
�3 iiNrr[ i PROP. CONCREiE
PROP PAVEMlN�v a 2 �,EDIAN
uLV5A1ZGT10N IYIiH PROP. iREE/BUSH
' A PHALT iYPE 0 PEF X EAIOVdL
SECiION 33 2 6 �" PROP. i EE/BUSN
UNLE55 SPECIFIEO = PROTECiION
OTHER�ISE� - -
PAVING NOTES: Ex. F.D.W. LINE
i, n�� o�uENs�oNs nxc rAou a<cx or cuRe, uN�css orxExW�sE Nmco.
�� An�V[o�oAaA[vi<c[ ,E P"or[cr[o uN�[ss arx[a�Y�s[ Nor[o ro e[
qovar ao�x[s[ v�ANs Nor pa o rnuN[ a
nEti+ove'c coNrRncsoR sxn«aoa°a�N n x. �y
,. v xu�� radA E ao c i�yEro aa�o ro vaucini ox °aiil,p'oeoaEo�
�NNviNEEPEN4135�r �iry'OaRrvi x 92 Si 9FORsn I'Eo ' Isr.
d. A S SHA�� B P� � ui0RE5 OqNpRCryo E IN�Ui11ED.
NWNiSALdRG R�irvdN�3�R0IdCCt�x i FIOR i0 NG ANx
L DHIVENdv 010 Sq LL BE
5 5� dU0 INiERSE[i1 5 �I� �ima socu iuc
' N�[ss o�x[n�y� [ Nor[o. F z z •
luE CON1RdLRdR STO�� AESiOHE �����
f�0'NonzS �ga�'D�2EEEExISiNNG � PtE�re}
'h' C ERNS. �
�_� iaaas
ven�oaisoaie io_ ao �Ah���
i—� 4 a OS-28-2025
CONSTRUC'ION NOTES
Hc oNmanc ftrsuc coc•ao.."E ra��owHc nr �Ensr ue Ho�Rs aaoa
n Ba0 B]8 Bg�11
roai woaiH wa.ca oEcr rc�o oacanrorvs aii 3sz a
670 fORi wORIH ikPw 81] 39] 81p0
roa. woa�H roRFsrRr c�Rnc rox) gi� 3s�
ONCIXtE �5 k ELEC1Rr`( Eu E MGu�:c) BII� 21�3 62
n1MO5�ErvERGv (81�I5 z�53a�65
665 � L�w.15 WS C�On�Parvv (wLLE LEE) (81])�648 5930�
vs & muuurvn sEavcEs oEa. (�a 3sz �
nu o.NCR rac�.cs e o oc .css (ei�)
HORIZONTAL & VERTICAL CONTROL
r.wRKON�gs� rvr d? ui piowux {
660 a N
9aisaoozco rv_ s ai3s3sa �
e��"ao 5° E�Ev seaso Eiev39e'sz'ai° U
Citt PROJECT �'ipa323 K-32)2 �
X-28191 MAPSCO NO. J8-i,
)8-U. )8-X, )8-Y �
Z
�
U
ORTWORTH. CITV OF FORT WORTH, TEXAS M
b�o WATER DEPARTMENT Q
W
}
2022 BOND YEAR 3- CONTRACT 17 Z
6es PAVING PLAN & PROFILE m
SYDNEY STREET N
��&ASbOUATES,m� N
&.�- y� oos�ue,� �
660 TBPELS E g ing F F 3232 M
TBPELS Survey ng F rm 101 2 3 6-00 M
1112 N Zang Bou evard,5uite 200 O
oallas, ieras �5203
Te1.1210�942 1888. Fax�210�9G2.9881 �
Z
�ESIGNEO LIM SCALE DAiE; SHffT d
Daawrv: �u ���==yQ' 08/28/2025 79 U
660
655
65A
66A
655
65A
BLOCK 23
C�T i3R
nw��wx �E..�
rr. � rx��soz
PROP. 6" PVC SS
i �
�
�
� � �z� /
� � <or 3�rr �
� � F, w�b. � ��
a�l �I .��� 9 a,y. � c
/
�"I SEE SHEET 63 FOR /
� � VAUGHN BOULEVARD .1�
m� � IPAVING PLAN & PROFILE /��`'
/
n�s I II / // ,�J
I / /� ,,/ R/
' II % i�-'/ / // /, RUFUS ST.
y / y �! , ��-31�07,89" {y,
\ i i /
�
/ /
/ /' /
/ /
� /.
i �
. / �
/� �
.�� yaa
ti
, -yd' y
vd �'/
�� / O' y 0
/ O JF ,p " � RUFUS BLV�.m
/ � i `LOW
/ / �
/ � ,p -- -- R
o �
F� aaoa. F o
CONCRETE
VALLEY GUTTER
IPAID UNDER �
UNIT 3 -
�ALTERNATE BID �
oN�n i' .tl�,�,`�
PROP. 8" n�
PVC WATER .—PROP. P-I � ���,~p�
A�A R�P�y�'C~�Q�
�� /, �� ��
F , �P4' F/
� / /,
� �'/ i
/
/ � /
/ F
� .�T �a,�
� , a �eruae�
� GAS
. /ed' /� F��
, �� 0 `F.
�Y RUFUS STREET
IPAVING PAID UNDER 11NIT 3 I
PROP. P-1
ADA RAMP
RELOCATE /,
�EX. STOP /y�
SIGN � �
4
FLOW N ,
POT I1•O1; 0]
00 O�
_ �
5� .�jQ'� `STA 10�79.58
�4,�v�' Pa��ncFus sraEEr
.._ . . '� .... . . .... . . : . . 1... :..t.. . . ... . ; .'�,-. . . :..., __. � .. _ . . , . -._ _...
�.
p � � �ry
..._ .__ . . �',.__ . . . ',_ _ .__ �, . . .�'.._ _.. ;.. . . . . . ..��' . . . ��', _ ..__� ,. . ' . � ,. .....
.r
C v Tf
x
e . W . �- .
•�
_ .__ ,. ,. . � ~ ', �' �r �� ....
.. ... . . .... . . . .... . . . : . . '.._ ._;.. . . , . : . , . :, - . . . . _._ . . � , . .....
U
'� � �� K U �:J �U
•1 .5� `�
._.__ '__ '__ t. 1 79 ....... _ ........
_' ;.. . . /_ _ ��
__ .__ . ..__ . . . .__ , . . . i . . ..... . . . ... . - , . , i. , ., _ . .. � 11 I � .... . .x ,, . -.. _ _. ._....
, , , , , ' --' ' �' L `Ex. GRdUND LT�
(•I0.50
. PGL LT
__.__ ,.__. . . __ ._. .�-�. __.. . . - . . . _, . .-- . . _._. . '�.. ........AT R.C.W�Li .... .... . .-. . . . :._ ....
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . :
...__ ' " ,.__ . . . ,.___ ' :__..�', . . ..._` ..._... . . �, , ... , �. � � .... .... � � ... � , � . . _....
' ....: , . . :__ . N N �N � . N N . . _. _ . . �;._ ..._.
� . .__ . . . . __ . .', • • ..._� , ... . . . . . ..... _ .._ . .....
W
� t
^ FI.
__ : . . ._ �o 0 o n . .� . . _ . .
. . . ', '-- _� .. o 0o vi d . : ,
, � -" o �' ' � _
..__ :__ _ ... __ . . ... � � _ ....
. . r�- u a ^ - ml � � ; ,
� . . . . � N n PROP� � , . �� ..."
...'. ....�',... . .' .... � �' �' �' ' PGL p �' '� �'
.... ... ...
'. - . (•10. �.�-�
......... .__ __ . . .. . ___ . 3 . ... _... _ ._.......
, o . x
c�>I EX. GNO D
,.. ,_. ,, ,... .. ... � , EX G �, . '
dT p.O.M kt
. '�,.--. . . .-- , . . . i, . ..._ _:.. . � �. ... . . ROUND RT .�. .... � , .
......... . .... . . ... . . . . . . ...� ... , , , z . ..... �. m.9.q. .... ..... .. ww. . _ ._.._....
�
O � OO
¢ N ¢
� MM M �
. --. . , . . . ... , . � � '�lo '��I �o g .�. . .
. ;.. . . __ �n. �n.. y x..
�ww �e�:.�e .9 n
1Q pp �i 00
REVISIONS
o p ����v��. �a�t
.
� p Aoo,,,a�F��ooH000��o�o�A���r��..�aA�,�aw�.�o�oo��. oo�z�ao��
=o
„o
LEGE D
PROc. cAVING Bv uNti 3 � pROP. CONCREiE
BASE BI� 4VE1AENi REP41R
p" REINFORCED CONCPETE PROP. ASPHALi
AVE1AENi 8" FOF VAUGHN�� RANSITION/PAVEAIENT
PEP SELTION 32 13 13 p pp, CONCRETE
� VALLEY LfITiER
4iiER AiE BID qpP, CONCRETE
PAVE ENT O pRIVE�'AY
PULVERI24TION IV�TH
3" ASPHALi Pi � PER PROP. CONCRETE
_ SECiION 32 i2 6 0 SI�E�yA�I
� 3U iiNrr[ i P�ROP. CONCREiE
PROP PAVEMlN�v a 2 �,EDIAN
LVSAIZGTION IYIiH PROP. iREE/BUSH
' A PHALT iYPE 0 PEF X EAIOVdL
SECiION }} 2 6 �" ROP. i EE/BUSN
UNLE55 SPECIFIEO = PROTECiION
OTHER�ISE� - -
PAVING NOTES: Ex. F.D.W. LINE
i, o�uENs�oNs nxc rAou a<cx or cur+e, uN�css orxExW�sE Nmco.
�� An�V[o�oAaA[vi ro axor[cr[o uN�[ss arx[a�Y�s[ Nor[o ro e[
pE�VEaPaovar or coNSR4c oq�sxAioRoa?A�N 4 puo[ a
o u„ @'��" E aos�"r�E oa��EA� ow aE�aoR`o�
�NNviNEEPEN413 �rui��y0airvi x . � iv q � Eo Isr.
d. roNiFAC10H5HA�� BCONRACi�C oxufORESi�F�PF10FEi0�CUi11NG�ANx
x r i a a iHnN z .
� DHIVENdv 01� Sq LL BE
5� s� nNo INiEFSE[i 05 ou uma iuc
' NLE55 OIxER�I E NOTEO. •
luE CON1RdLRdR STO�� AESiOHE �����
1nE-5 �?a����NLEEExISiNNG � PtE�re}
vx yti
9s r
f�0'N C ERNS. _ 2 �
�z_� iaaas
ven�oaisoaieaio_ ao �Ah���
i—� 4 a OS-28-2025
CONSTRUC'ION NOTES
Hc oNmanc ftrsuc coc•ao.."E ra��owHc nr �Ensr ue Ho�Rs aaoa
n Ba0 B]8 Bg�11
FOFi WOF1H WAiER OEPI �ELO OPERAi0N5 81] 392 0
660 fORi wORIH ikPw 81] 39] 81p0
roa. woa�H roRFsrRr c�Rnc rox) gi� 3s�
ONCIXtE �5 k ELEC1Rr`( Eu E MGu�:c) BII� 21�3 62
n1MO5�ErvERGv (81g5 z�
655 � L�w.15 WS C�On�Parvv (wLLE LEE) (81])�648 5930�
a vs & muuurvn scavcEs o[m (�a 3sz �
nu o.NCR rac�.cs a o oc .css (ei�)
HORIZONTAL & VERTICAL CONTROL
650 aM�ouuwoK�pMea9Hc. N rvr ds u� piowux {
9aiseoozco rv_ s ai3s3sa �
e��"ao 5° E�Ev seaso EiEv39e'sz'ii° U
Citt PROJECT �'ipa323 k-32)2 �
X-28191 MAPSCO NO. J8-i,
)8-U. )8-X, )8-Y �
Z
�
U
ORTWORTH. CITV OF FORT WORTH, TEXAS M
WATER DEPARTMENT �
660 ¢
W
}
2022 BOND YEAR 3- CONTRACT 17 Z
6ss PAVING PLAN & PROFILE m
RUFUS STREET N
N
�� &ASbOUATES, m� N
- &.i� y' oisullaia �
650 TBPELS E g ing F F 3232 M
TBPELS Survey ng F rm 101 2 3 6-00 N
M
1112 N Zang Bou evard,5uite 200 O
oallas, ieras �5203
rei.lzialzaz issa. raxlzial9az.esai Z
�ESIGNE�: LIM SCALE: DAiE� SHffT d
DRAWN: LIM �. �� •=y4 08/28/2025 81 U
655
65A
645
655
65A
645
F, � n,�s��s
� ���. � �
��
\
��
, � � ��
\ �
\� Gi
\ \ �\ \�'%.
\'oj�
p\ \�d
'�� �� � �
SEE SHEET 64 FOR
VAUGHN BOVLEVAR�
PAVING PLAN & PROFILE
BLOCK 23
qtpT r3A
Fr_wdrn�x.c��i PROP. 8" PVC SS
\ �l
,\"
�,
\
\��
��
` \ �
` \�
�4SBAY�pREM Nr�
� \, \
�
�
�
� \ I 0 «0
�� 1�
II \ I
1\
o Iwl
I4 ���
�
� I
��
L
I
�� �
��
9Q\�2 `�
�o f9s� �Ga
� ��
PaoP. e
PVC WATER � ���.�ifj
m FZ\.k.
EH. STREET ♦
NAME SIGN i0
REMAIN
10�35.00 R 2p�
p +�+ RELI
T01
� �FLO� ......................_
¢ �BAYLOR ST. a
_' �� 4_ 3B' 14. 14" E a
9 ��OWT •
� �S i
�
�N
= Exo
iN � . � � � � � "I`
\ ^ STA 10•83.90
. � END BAVLOR STREET
PAVING
p (\
� � � l� h� . �.1-�'
r.. .,�� � � � �& � i �i �EX. STOP SIGN
BAYLOR SiREET '\ �\ TO REMAIN
I PAVING PA]D UN�ER 11NIT 3I
I ,\
BLOCK 2 �\ ,\
�m �
F,..w�n,+,� ��
\_ �, � � I
� �
i
\_�l \� I _ 1
o ¢
� i
... . � '� � �... ... �I o P ..... o� .... � . ... � � � '� � � '� � '� � � ' .....
.. .__ , . .'. � N � . ', ; , .....
.... ... . . ... . . . .... . . . .�' . . ..._ . :.. . . . . �'. _ . . .....
< �' d, V < � .... . . . . . . . . .
r N
�. t-11.20 X t�>0.60 X '� . ' .
....._.__ �,__ ;__ __:� '� ...�— ...�-� .-.. . . . . , - . . . ._.._...
:.._. ._.._... . �.. 1-11.4it XNr 4� ... � __. . -. ,- -. �
. . ,.._. . .... . .. . . ... . . . ... . . . . . PROi. PGL L�T , .
�
.__ . � . . _ . . : -_-EX. GRUNDLT . . _-. � . . . -._ _..
.__ . . - .. � _ �' I , ; , . ...
. . ,.__ . . ._ _ . : . . ..._ ;.. . . N�'.N vi vt � � '.. " ... . . . .. . . . . . :... :_.
�� �
��
� . .__ . . . . __ . .', • • . ._. , ... . . . , .. ... ..... .. _ - r ''. ; , ' .....
K
_
__ �' � Q� . .�m. � ���yt �' � _ .
. _ • � .. � m O z� _ . , '. . . . . _. .
� � .y I
+li. .� `� _y �` ,���
.Ez, cno Nu ���,,,���
_..__ _ �'.; . ~ ..... ��AT R.O.'�'. RT .� � . . _....
. ... , , . . , ��---��`6-- �-�i.3� � ' . , ,
._.._-- -- -- .� .._ __._ . � , .,. . . a�z.so�.x . _ .__....
... ,... . ..._.. . , o ... . ... .... . iPROP. PGL T
R 3
0
, ,.. ,_. , ,..... . . � ,.. E71. GRWND RT ,
. . ,u� . ..v v N .
¢¢
O n ut '
, ._. . ._. , . . .._ . . g . . •" ,
.._.. _. `_ ,:_ , '� . . 6..w.w _. . m'v+ . _ �I .,�.,� ...__. m �'� .._ .._. �.x.x . ',_ !_ . :. _ ._ __..
. . . . . . . . . '0.�� . . �O � �9 " � . 6 w w . . .
REVISIONS
o p ����v��. �a�t
� p aoowo�Mu�o,,.�oaa�o.000H_�.�o��o�o oa�a�
�o
, �
LEGE D
PROc. cAVING Bv uNti 3 � pROP. CONCREiE
BASE BI� 4VE1AENi REP41R
p" REINFORCED CONCPETE PROP. ASPHALi
AVE1AENi 8" FOF VAUGHN�� RANSITION/PAVEAIENT
PEP SELTION 32 13 13 pROP. CONCRETE
� VALLEY LfITiER
4iiER AiE BID qpP, CONCRETE
PAVE ENT O pRIVE�'AY
PULVERI24TION IV�TH
3" ASPHALi i Pi � PER PROP. CONCRETE
_ SECiION 32 i2 6 0 SI�E�yA�I
�3 iiNrr[ i P�ROP. CONCREiE
PROP PAVEMlN�v a 2 �,EDIAN
uLV5A1ZGT10N IYIiH PROP. iREE/BUSH
' A PHALT iYPE 0 PEF X EAIOVdL
SECiION }} 2 6 ROP. i EE/BUSN
UNLE55 SPECIFIEO = PROTECiION
OTHER�ISE� - -
PAVING NOTES: Ex. F.D.W. LINE
i, n�� o�uENs�oNs nx rAou a<cx or cuRe, uN�css orxExW�sE Nmco.
�' Abv[o�oAaA[vi<c[ . '"or[cr[o uN�[ss a.x[a�Y�s[ No.[o ro e[
nEqove°caova`. E` "rHE c°Lor"�sRnc,oa°`sxn�oaoa;a�N 4rp�oe��n
N�� racM a ry aucini o niuoeoaEo
�NNviNEEPEN413 � u�iry'Oairvi x . � iv ���Eo Isr.
d. A S 55A�� BE a � iE� u`ORES �q�PRqCOOE IN�Ui11ED.
NWNiSALdRGER�irvdN�3�p0IdCCt�x i IM i0 NG ANx
L DHIVENdv 010 Sq LL BE
5 5� dU0 INiERSE[i 5 �1� �ima iuc
' NLE55 OIxER�I E NOTEO. Foza ,
luE CON1RdLRdR STO�� AESiOHE �����
1nE-5 �?a����NLEEExISiNNG � PtE�re}
f�0'h' C ERNS. 2 �
�z_� iaaas
ven�oaisoaieaio_ ao �Ah���
i—� 4 OS-28-2025
CONSTRUC'ION NOTES
Hc oNmanc ftrsuc coc�aor rH[ ra��owHc nr �[nsr ue Ho�Rs aaoa
n Ba0 B]8 Bg�11
FOFi WOF1H WAiER OEPI �ELO OPERAi0N5 81] 392 0
655 fORi wORIH ikPw 81] 392 81p0
f�Ri w0�R1H i0�RE5TRv (�RnG fOx) el] 35�
ONCIXt GS k ELECIRYL� Eu E MGu�:c) BI]) 21�5 62
n1MO5�ErvERGv (81�I5 z�53a�65
650 � L�w.15 WS C�On�Parvv (wLLE LEE) (81])�648 5930�
vs & muuurvn sEavcEs oEa. (�a 3sz �
nu o.NCR rac�.cs e o oc .css (ei�)
HORIZONTAL & VERTICAL CONTROL
r�. cio H. piX rvrsrH wu
645 Hossaij9oseo . wa w r r
�a653 �
ELEV�653aT EEv 6a056 ELEv396ae4' �
Citt PROJECT �'ipa323 k 32)2 �
X 28191 MAPSCO NO. J8-i,
)8 U. )8-X, )8-Y �
Z
�
U
ORTWORTH. CITV OF FORT WORTH, TEXAS M
WATER DEPARTMENT �
655 ¢
}
2022 BOND YEAR 3- CONTRACT 17 Z
6so PAVING PLAN & PROFILE m
BAYLOR STREET N
N
�� &ASbOUATES, m� N
& . y' isulla ia �
645 TBPELS E g ' g F F 3232 M
TBPELS S y g F 101 2 3 6-00 M
1112N ZangBouevard,5ute200 O
oallas, ieras �5203
rei.lzialzaz issa. raxlzial9az.esai Z
�ESIGNE�: LIM SCALE: DAiE; SHffT d
Daawrv: �iu �. �� •=y4 08/28/2025 83 U
/ /
/
� o �
�� � �
i� J /
/ / /
BLOCK l �
L0I lRA /
io`s� 1
r� warn rx rzw _y p /
�����"// /�
�
�
� ' 1Q•00 __ —__
� � / BEGII
� p
� /
�
� ��
�' j �Y--
/ �
/ �•� �
� ���_� ��
� Q.� 4
/ �Q i
� ^V'h /
� ti v /'
/ /' aQr/
/
; /" ,� /�
tDT G
��q .Y. wanArx �6iro
ov¢ax¢ao
ELECTRIC
0
�
M_'i_"_" --a'
a FLO{j'
N
w-----�----
Z 14•00
FLO
2
� --s--------___
� 0Y
Fi..������s
/
1
o�
!
BLOCK l
F, w�rA �,�»�,�:sro �mrC,s��s �
OVERNEOD CdAANCHE 5 REET
ELECTRIC IPAyING PAID UNDER UN�TS I& 2I
ASPHALT PAy1NG ONLv
PROP 8'
���rsiz I to. fie�ro
PVC �ATER � PROTECT EX. O
BRICK MAILBOX �A
— __ ___—__—__�__�____�._"._'___'.._._„_� ___ Q
1 M
� �
FLO�' • FLO FLO� H
___._. ,.. O _ .� �
•-------� - 9MAN�-iZ-- ,�: '� �-�----------•---- --
I1.00 lASPHALT PAVEMENTI 12•00 �� v� 13•00 �'-�
�26.02 �i COMANCHE ST. Z
:OMANCHE STREET PAyING } FLO'�' FLO�' �--�
J
1
—__�__— _—__' _
-- -- ----------�--------- �
�
OVERHE�D Q
ELECTRIC �
j�s)) ��yy/�3' Ri. _ C�UTIONi OVEPXE��
MdJC� f,l4V 6DJUSTMENT OVERXEAD NATUR�� ELECTR��
ELECiRIC
�'/ CONCRETE COLLdR GA$ LOT 28 oi 3A � qg
{p� l fl.worrtrx ��5 i xv x i��.� .�.wvr� rx �aro
��is wwro s�r.� [qT 2A
BLOCK 2 .�. wa�n... rc��s
BLOCK l
ri. w�rx��6 9
PAVING PA DNUNDERTUN�TS 1& 2
ASPHdLT PAy1NG ONLY_
�u wr
� K s �,z��b..,y�,• 9� - � - — -
,s.00 — "
9�
-----�----
OVERxEeD
ELECTRIC
SC�UTION: ���s
l NAiUR�I �T5
L GA$
BLQCK 29
BLOCK l
Fl w�n �i6 9 rr. � �raro
� coNNecr To ex.
SIDEIyALK
PROP. 6"
P���ArER1 _
}
� � �I
``\ � \
+\
`� �`,, r
\ � t0i Bl/ b sn
�
PROP. 8,. `r. wo,rn.rx rsiro
`\ PyC �'ATER
,� SEE SHEET 56 FOR
IPAVING LAN & PROFDILE
� , _ �
---v �. �.�r
� �
--�-- ---�-----
I6•00 — _ — '� 17.00 PO i�.66.�0
,., ,,,,. � Q COb1ANCHE ST. ,. ,,.,. .
REVISIONS
No. p o oEsoaw.b. oa.E
� p AooEH ���.� ����..�8.,�.ewa.Eaioox�. oa.�aou
z p
,o
LEGE D
PROP. PAVING BY llNli 3 � Pqdp, COHCREiE
0 AYEAIENi FEPAIF
6' REI �ONCED CONCREiE PROP. ASPH1Li
PAVE4ENr B' Fqt yAucMN�� RANSIiION/PAVEI�ENT
PEF SELiION 12 3�3 p OP. CONCRETE
� VALLEr GuiTER
A;1EP AiE BI pqpp, CONCRETE
AyE EN1 O pRlyE�'Ar
lILyEFIZAiION liN
3" ASPHALi iYP p PER PROP CON�RETE
_ SECiION 32 Z ib � SI�E�A�4
� P�FOP. PA Y Ii5 1& 2 PROP. CONCRETE
PAVE ENT PE�IAN
yEa1Z TIOry IiH �/ ROP. TREE/BUSX
3u�A5PHALT iYP D PEF /� REI�OydL
SUCiION 32 2 6 """: pROP. TREE/BIlSN
NLE55 SPECIFIED ' ; PROiECTION
OirvEFWISE) �
PAVING NOTES� � Ex. R.O.�j. LINE
i, d�� pINEN510H5 dRE iRd/ 61Cx Oi CIIkB. III�LE55 OTxER'�j�SE NOIEU.
p eo ES f0 BE VROTFCfEU UNLF55 OixE11MI5E I�OiED f0 BE
�� WVE Ox xEPL10E�.
3. CI dPVROydL Oi ixESE YLd IS NOi dPpRpydL 0 PRU�€ OR
pE�p 1 FITv iPEES. IxF Cp� PACIOP SxALL OBIAIN A R.O. iRFE
ER4Y FW P1RD CIIv fMESIER PXIOR 10 PNIIN�N� ����p 0%
dNv Cliv TREE. RIWINL MEOU�RfS USf Oi IS1 CERTIi�ED ISf.
C idGi� Bii-392-Si2y OP Bi1-392-S�J9 OP
CI v1REEVER1��15�FOHf��prt xlEMdS.Wy liv CODE ]3-i,6,1�.
A, dL0Lry EES� Sxd BE PPOiECIEU WLE55 OIhE ISE IN�Itdi[D.
R06i5di 5„dL CaN1dCT Cliv FqiFSlER PR qt i0 CUli11�G dNx
enccn ixiN z' o�e.
5. 1LL IVE+1v R�DII SM�LL BE
5' 10 IN7EPSECiI d� R�DII I I N
5' ryLESS OixErt��SE IpTEO. es c.
ihE CONIP�CTOP Sx1LL RESiqiE
ixE FINdL GNdDE TO '"� 9sl
E COI�SiRUCi101� E EVdild�i
5p AS y0i 0 CrAyGE ExISiING - �
Oj� VdIIERI�i. "-:�
Horrzonhl5ak 1"= 30 i •.:....PnFo............i
�_� aao
�
o ao ���
a8_2a-2o25
CONSTRUCTION NOTES
THE CONMPCTOR $HNL COxiACi LHE FOLLOWING Fr �FAsi ae NouRs PFioF
0 ExGvnixG ni EatN LOCnlpH:
Ri I-BQO-B]B-BI11
fORT WORM WPTER OEM. - flELD OPERnfqNS (6�]j 39]-e196
fORT wORM ikPx (BI]) 391-8100
fORT wqtM fORE51Ht CRUG iOxJ 3-5]39
IORT wORM fORESTM uELwE uGUU) 61� 393-5�39
OxtOR � B EIECiMG (BI]�) ]Ij-631n
IWS ExERLv (BI]5 31b3�3'ej
SPECfRW i e
f�w5 Gn5 COWury (wLLE LEE) (81�J)�6a8�9920'
f�OR��M�GM}�h COuuVxM SEfinCES OE>i, (81)) 392 5)a0
- Dp-1E55 (811)
� � +' �� HORIZONTAL 8 VERTICAL CONTROL
w r+a� uc CONLROL PpM jl CONLROL PoINf N�3 CONLROL POINi X31
k' CVf Sfi COxC, uEttw 1' CVL Sfi COxc. wKK '�' <Vf SET CONC. ixLEf �
�MS]52AI 9�39]1.61 69�FJIM6
. COIVLRETE E- 33u169,)1 E; 13,�131.Sa E: I.N�)19A� r
_ ELEV: 68112' ELEV: BSBAT ELEV: 655.61'
TE BID
-�-- - ---------- � �
— �— -
•4 1 7 ' RT /
M6JOR��IN dDJUST�i�T RT �I 'N/JOONCREAEJCOLLART J a`'•
�/ CONCRETE [OLLAR I EX. STOP SIGN \ oo •\
TO REMAIN
C
�or 6 I � ,B OVERxEAD
I �,o ���e.e ELECTRIC ��?
F,. wa�M �x .�,� I BLOCK 2 �. ,�
�
I /
II /
I / .
Q
Citt PROJECT ,{IWJT3 K-J2]2 a.
x-38f91 M4PSC0 8�x, �)8 rr Z
0
U
FO�e CITY OF FORT WORTH, TEXAS M
WATER DEPARTMENT Q
w
}
2022 BOND YEAR 3- CONTRACT 17 Z
PAVING PLAN m
COMANCHE STREET N
N
O
��& ASSOCIA�fh,S, Inc:. N
- - e&sun�eyingco�eultents �
TBPELS Engineering F�m F3232 CJ
TBPELSSurveyingFirm101236-00 M
1112 N Zang Boulevartl,5urte 200 O
Dallas, Te�as ]5203
Te1.�214�942-1888• Fax�214�942-9881 �
Z
oRp�NEo: L'N I5�'LE-20' I�OB/28/2025 I 586 U
z
� 3 SEE SHEET 60 FOR
VdUGHN BOULEyARD
x"�'� ��`� ppy1NG PLAN 8 PROFILE -
Fr. wprn rx �ws j
/
i �
xev w��A Bd & 8B au
r�. � ��is
! , �
/ �i
� /
���
/�
�
/ � /
� � /
/ � /
�. \yT/ �
\ // v
l
i
� �'/ �;
� � ,- ,
�
� «�
� '�'
� / :/� rr.wonnr.r��ro r�r
� $H PROP. P- I
/*.�ADA RAMP
� �o�
Q� /✓ al t _ .
/ / �
���� �
� �N
AL
ON
PROP.
ADA I
ovERxESD
ELECTRIC
LOT 9
�V
ERATH STREET
PAy1NG PAID UNDER UNITS I& 2
ASPHALT PAVING ONLY
� EX. STOP S1GN
n_wwm�s�iz rr.w0� Z9Acus
ERdTH STREET
PAVING PAID UNDER UNITS I& 2
ASPHALT PAVING ONLY
I
�z�
n_ wan ��s��s
rPROP. 8 PyC 55
� �
" '__"_"_"_"_"_��'�_"�"__ M
�'.' _' �
� P
- — -ii
1
CONCRETE Q
UNDERER
IATE BIo OVERxE1D
ELECTRIC
�ar ia car ie wr ze
_-----------� ---FLO�' T_I I ------ FLO_ Q
—�--�----
ERATH�T. I I v~i
---iA��T v 4EiT---i2 ao-T- ----�---- � Qo ------- w
ERATH ST. Z
FLO I I F`0'h'
J
A'w =
/ U
1 F
� `PROP. 8" PVC �'ATER —"—'-'—"'—' -- Q
-I , PROTECT E%. �
�;: POST MAILBOx
CAUT IdJs
NOT�RAL
G�5
/ /
�z � /.
!AT 26 LOT 25 /,
N wwm Ix rbn9 Fr wwmlx i���y /,
—PROTECT E%. /�
—STA IS 01.57 POST MAILBOX /'
—PROP. 8" PVC 55 END ERi TH STREET /�
PAVING
PROTELT EX. / ' /'
POST I�AILBO% �
�
M _.._.�"_"_"'__'"'__ _'__' __..l��, /r
� .
♦
a I FLOW ._ _l—,-.�- ._FLO /./ j-:
� ------- -- -- --- ---I-- OT IS•99.25 '�-
Vl � ��''`� o �,
Tq�p� ��� (ASPHALT PAVE ENT1;� & ISF00 '—'—' �. .
w � ERATH ST �
J FLO I �p M , /� �'\���
`a m � � @ 1 i . � .
U � �� � PROP. 8' � �ATER
Q PROP. 8" PVC y�ATER � / �
� �'� i
PROTECT E%. OVERXEOD
POST MAILBOX ELECTRIC �Q� / �
�.
t, �>
CRUT I ON: �� �,pi qq CAUi �ON: v �'�� ��
NATURA� LO! 3A NATURAL y.�� �
WS GAS 4 /��
ar.wa�n.,xreus n•a�nr,rs��s /' �yJ'`�/ PSQpJ .
�� /
/ �P¢/
REVISIONS
�a o oEs�a�F.b. oa.E
, o AooE� �,�., �A��Er��nEAer�.Ea�a.Ea�oo��. oa�ao=,
=o
,o
LEGE D
PROP. PAVING BY llNli 3 � Pqdp, COHCREiE
0 AYEAIENi FEPAIF
6' REI �ONCED CONCREiE PROP. ASPH1Li
PAVE4ENr B' Fqt yAucMN�� RANSIiION/PAVEI�ENT
PEF SELiION 12 3�3 PqOP. CONCRETE
1 1EF AiE BI �PALLEr GuiTER
" vAyE ENi O pRIyE�ArNCRETE
PULyERIZAiION �yliN
3' ASPNA�i iYPE � PER PROP CON�RETE
_ SECiION 32 Z b � SI�E�A�4
� P�FOP. PA 1 Y lli5 1& 2 PROP. CONCRETE
PAVE ENT PE�IAN
u�yEa1Z TIOry IiH �/ ROP. TREE/BUSX
3" ASPHALT iYP D PEF /� REI�OydL
SUCiION 32 2 6 `"': pROP. TREE/BIlSN
NLE55 SPECIFIED ' ; PROiECTION
OirvEFWISE) �
PAVING NOTES� � Ex. R.O.�j. LINE
i, d�,�L� pwINEN510H5 dRE iRd/ 61Cx Oi CIIkB. III�LE55 OTxER'�j�SE NOIEU.
�� WVEtl � AEPi1cEp.BE VROTFCfEU UNLF55 OixEPj�ISE I�OiED f0 BE
3. c� <awrov« a ixESE YLd �s No* eapRpy<L o axuNE a+
pE�p 1 FITv iPEES. IxF Cp� PACIOP SxALL OBIAIN A R.O. iRFE
ER4Y NW P1RD CIIv fMESIER PRIOR 10 WNNINL ���'�R 0%
dNv Cliv TREE. RIWINL MEOU�RfS USf Oi IS1 CERTIi�ED ISf.
C idGi� Bii-392-Si2y OP Bi1-392-S�J9 OP
CI v1REEVER1��15�FOHf��prt xlEMdS.Wy liv CODE ]3-i,6,1�.
A, dL0Lry EES SxdLL BE PNOiECIEU WLE55 OIhE ISE IN�Itdi[D.
R06iRdi 0 5„dL CaN1dCT Cliv FqiFSlER PR qt i0 CUli11�G dNx
enccn ixiN z' o�e.
5. dL D lyE�ydv dDll SMdLL BE
5 11�p IN1`EPSECiI d� RdDll � H
SL IIryLESS OixErt��SE IpTEO. �ma soc n1es, c.
ihE CONIPdCTOP SxdLL RESiqiE �•���
ixE FINdL GNdDE TO p�E,�!, i qsl
E-COI�SiRUCi101� ELEVdild�i
5p AS y0i i0 CrAyGE ExISiING � �y
St
Oj� VdIIERI�i, oV
Horrzonhl5ak 1"=30 :•.:....PnF .............i
�_� aao
�
o ao ���
08-28-2025
CONSTRUCTION NOTES
THE CONMPCTOR $HNL COxiACi LHE FOLLOWING Fr �FAsi ae NouRs PFioF
0 ExGvnixG ni EatN LOCnlpH:
Ri I-BQO-B]B-BI11
fORT WORM WPTER OEM. - flELD OPERnfqNS (6�]j 39]-e196
fORT wORM ikPx (BI]) 391-8100
fORT wqtM fORE51Ht CRUG iOxJ 3-5]39
fORf wORM fORESTM uELwE uGUlm) 61� 393-5�39
OxtOR � B EIECiMG (BI]) 315-631n
IWS ExERLv (BI]5 31b3�368j
SPECfRW i e -
fRplflqt I-600-93i-Bi01
w5 Gn5 COWury (wRLE LEE) 81J 6a8-9920
f�OR��M�GM}�h COuuVxM SEfinCES OE>i, 81�392-5)a0
- Dp-1E55 (811)
HORIZONTAL 8 VERTICAL CONTROL
CONLROL PpM rl CONLROL PoINf N�3 CONLROL POINi X31
k' CVf Sfi COxC, uEttw 1' CVL Sfi COxc. wKK '�' <Vf SET CONC. ixLEf �
MS]52AI 9�39]I.81 69�FJIMB �
E: 33w169,)1 E; 13,�131.Sa E: I.N�)19A� r
ELEV: 683.12' ELEV: BSBAT ELEV: 655.61' �
Citt PROJECT ,{IWJT3 K-J2]2 Q
x-38f91 M4PSC0 N0. ]8-T, �
�a-u. �a-x. �a-r Z
O
U
FO�e CITY OF FORT WORTH, TEXAS M
WATER DEPARTMENT Q
W
}
2022 BOND YEAR 3- CONTRACT 17 Z
PAVING PLAN m
ERATH STREET N
N
O
��& ASSOCIA�fh,S, Inc:. N
- - &sun�eyingco�eultents �
TBPELS Engineering F�m F3232 CJ
TBPELSSurveyingFirm101236-00 M
1112 N Zang Boulevartl,5urte 200 O
Dallas, Te�as ]5203
Te1.�214�942-1888• Fax�214�942-9881 Z
ORnxmNEp ur� I�1L.20' I�OB/28/2025 I 587f U
. , . � � � � � , , � � � � � , � .. , , . , . ,�-vww..iy�
;� — q.l��� °`:;� -�.� ��.;�m� :'
��% �� � .. .,, L
a._i 1 �:i �- -� x „_r � �._� �;Yi .�...,m ..P -_., ...am
..�a(..� �-� L�. I 1 �.�<.E.oa�su�,��. W
�
r d.�.�.s. e
."'u.^.,'.�.'.L.'..�`.o-�'.i.��^ 'a'^`� � �'" �I .w..
�.�: ��:�. M� --� � �, _ - ''` � f �M
; � W P..�_.w : ;: � �� � _ �,��.� Li...,�1 ,n �
�,��i_,:�`:�.�. �����. �.��.,..rP.o,P.,e,.E..
� I..ox�rWoer ��rroFFORr,voRl�rExAs I R��sEoae�z�zs '
I CONCRETE RESIDENTIAL DRNEWAY
APPROACH-PAN-MOD 3��32Q-0529M
r �n�.rs� u�a,..�n.
I „ ��
{ �CI^ �
'.nt �_�Y �� '� - � I\ .
��� \ — ' \ � --'T .. �
� �.� �� �4- J �
� �
�,-,��o'::„ a::
.�..-....a,.�,: ,� .a_.'Z�"At.e.w.,.�,a
�' r � ia. v .,�.
, ,
i
� -.r I h.�, c --� � �-._,
� � ��u � � � �� a ._
��' p �.s ���_ �::�� —�t o
.. . „ .�.��.
„'�`�� �--� // ��.. - `�' »,,,,
— ���—'� � --���
�.. ` i' %i'h�..�g.e:.
;
:�—��`_ � � — �.�
. _,,, s�n�A,
^^�^^^r OR'IWO I �i.vorroar��omH,.e.e,s �:� ��.
CONCRETEyqLLEYGUTTER 321613-0530
�
norr� ir ccvs.-,.
nv n�s' X s/c c..�w s.ur o o-_ cv.c.o x a.� o V= �� xon wat re sua n<
I �RT�� I arvoFFORTwoarn,rew.s I` eviseo�.oa-�omzi �
STANDARD CURB AND GUTTER I 32 16 13-D534
�__-"� �i� .�
I �s `�
-��. o, awa � `�� a.��s
�� R o� �o,
,s�<,Foil� �,•.
� i��
oaw,� �.��� ¢ir.ry
(ron roir ���r ts - �n��i/�
sa+, I ,
sa u „'z j 1 ��i ('/ /1
/ i�°P".i�«,o..
'� �..� 6 aAe
I I� i,: �"W�.��
�
� Ro�P
I �'�'� I CIttOFFORTWORTH,TExqS I{ RE'JisEo.W�1}2o2t
TYPE R-1 RESIQENTIAL IN7ERSECTION I 32 13 20-D535
REVISIONS
o. �I oE I o oa.
� p AooExo���»� MooinEoo�NEwaroe.ai� e,��mz,
� p
_ �I �
4manssOqnles Nc.
�' ?(E�T F?911
M �:
�AltiXL`>�
08-28-2025
CONSTRUG "ION N07ES
NE %OrNipqNc R SW�� CO�CiACi LHE FOLLpYIING 4f LE Si �B HOUR$ PRqR
vp i pi EaCN q pN;
pORi 1-�p-BIB-B]11
F woR�„ wnrEa o[ar, - flELD OPERnfqxS 81>j 392-Bt96
�ORi wOR1H IkPW 81]) 393-BIOp
% R�N �ORES*Rr (CRUG iOXJ Bll) 392-5]M
�DrzESiRY (LtEµN[ y�y�pt) HI>j 393-S1X
OrvLOR LqS�k ELEC1RiC (BIJ) �15-8]In
i-B00-333�2133
Fiu.O NENERGv (81]) �Ib-�38B
se[[Sxu.0 i-855-)O)-)i28
FONi 1-Bpp-931-8101
vu.�5 CAS COMPum (W �� E LEE) (81l) 6�8-99p
fORt WORIw i1RN5 k CONNUNM SERVICES OE>i, (81>) 392-$)00
•lt OfwEF fML�M1ES -BOD-Dp-LE55 (811)
HORIZON7AL & VERTICAL CONTROL
H
U
C�tt PRWECT ,{IWJT3 K-J�]2 � Q
x-Z8f91 MqP$�0 N0. ]8-T, �
)8-U, )6-X, )8-Y �
Z
�
U
FORTWORTHe CITY OF FORT WORTH, TEXAS M
� WATER DEPARTMENT �
Q
w
�
2022 BOND YEAR 3- CONTRACT 17 0
Z
O
PAVING DETAILS 00
N
N
��& ASSOCIA'Ieh;S, Inc, N
- e&�u� �ingco�eW[an[s i
TBPELS Engineering Fi�m F-3232 (h
TBPELSSurveyingFirm101236-00 N
1112NZangBoulevaitl,5urte200 �
Dallas,Tevas]5203 O
Te1.�214�942-1888• Fax�214�942-9881
OE4GNE6 �IM S�p�E: pAiE; SHEEi �
DRnvm: �iu I NTS I OB/28/2025 I 103 U
SA�'CUl (TTP.) TRENCM REPNR LI.IITS
\ 5A[ , 2• T�GEA % V1RiE5�E� ���
'.. M G /�/�� �/��.�., �
xi5� �Np 5[ � FLESiBLE B NSE AiERAL �5i BASC
E (�r Nv� b`-,PERSECii0N�S1EPAR3 ..E (� � )
�� NE55 lESTN� �R UNMSTUREED SUBCRADE
YCTOl� 32 12 I6 PART 3.6
C[ 95x COI�PACiiON FIN<L BACKFILL
A� PT��E -2x i0 +5R 0� OPii�lul� - �5' UNDER >AyEI/ENT
BACrciILL MAIERIAL - ALL �EFTHS FOR
�N YCTOry�3Ep5 10 �aSiuRE CON*EN� NON-�AyED AREAS
�• u�N.,�
ViIl1Tv SA1�D PER � �
XCTION 33 US 10� �eT� � ��
,O,F�Op� UTILITv SAND PER
�YCTOy 33 OS 10
/
�' 4iN. � . '� � ; �_. '..'
TEMPORARY ASPHALT PAVEMENT REPAIR
FOR WATER SERVICES
32 01 16 - TEMPORARY ASPHALT PAyEMENT REPAIR
33 05 10 - D001: AGCEPTABLE BACKFILL
33 05 10 - D104: EMBEDMENT FOR �'ATER SERy10ES
SA�CUI (T P.) TRENCM REPNR LUITS
\ '.. u N �H4AC/ s� �4Ac���.
i� � /\.� �,,, %///i aE
xi `�5 FLE%I LE BASE IAAIERAL xi5 Nc
E<� Nv) 6" .: FOR iRENCH REPAIR . E`�i nryrj SE
�:..PER YCT6N 31 II 33
�� NE55 l�ESTNG GER UNMSTUREED SUBCRADE
YCTOy 3] 12 I6 PART S6
/
95X C01,1PACiiON FIN'L BACKFiLL
ACC�[PiABLE _� i0 +5x Of Oan�lu4 - �5' uNDER VAyEI/ENT
BACrcFILL MAiERIAL - ALL DEPiHS FOR
�N ��n�pN3Ep510 NWSiVRE CON*EN� N�_pAyED AREAS
2' 1dN, � -- \\
`iRENCM GEOTE%OLE
FABRIC
�
��a I CRUSNEO ROCK FER
SECTiON 33 OS 10
r u�ti. f
iz' AIiN. *�Ncx
,_.�/ALL CLEAHAN�E
(ttC.)
TEMPORARY ASPHALT PAVEMENT REPAIR
FOR SANITARY SEWER SERVICES
32 01 18 - TEMPORARV ASPHALT PAyEMENT REPAIR
33 05 10 - D001: ACCEPTABLE BACKFILL
33 O6 10 - D202: EMBEDMENT FOR SAN�TARY SEWER SERyICES
5p�} (Typ,) iRENCM REPAIR LI�IITS �
\ E�N / Tw�A� / ES E„�A� )1
A[� _ 2"� N/ //�(Va+ 1
��jf //i � �/
�F S�N�N�As[ + FPERRSELiiOry��EP�23 .EXiSrNAryv��
( 1 (
PRONDE OENSitt AN�
TwCKNESS TESnN� �ER UNDiSNRBED SUBCRA�E
SECTiOl� 32 12 16 PART 3.fi
95% C01,IPACiiON F�NA� BACKFILL
ACC[PTA9�E _2� i0 +5% Of OPii4uAl - �5' UNDER GAyEI/ENT
BACKFILL NAIERIAL - ALL OE>THS fOR
IN SECTONA33E05 10 MOiSiuRE CON�EN� NpN_ppyEp AREAS
6' AIM. AND -
,r un.
iNma� encicvu
raENCN cEolExnLE
�ABRiC
UTILITY SAND PER O p
SECTIOl� 33 05 10� �' P�a`
�r� yP \
`' �P �I `CRUSNED ROCK FER
E� � YCTON 33 OB 10
6^ IAiN. AND �� i �
12' 4Ax � ... .
BEDDMC -
�'Ai�RCaRE50N GROVND 6• 1�iN� T�NCN
�AIER _ �ALL 0.EARANCE
PRESENT ' ' (TYP.)
TEMPORARY ASPHALT PAVEMENT REPAIR
FOR WATER LINE IMPROVEMENTS
32 01 18 - TEiAPORARV ASPHALT PAyEMENT REPAIR
33 OS 10 - D001: A�CCEPTABLE BACKFILL
33 05 10 - D101: E�ABEDMENT FOR �'AIER LINES 12-INCH AND SI�ALLER
SA�CUi (TYP ) �ENCM REPAIR LIIAIT$
\ uw �z! j�i"�ro j/��"l .a�
4AC/ 4nc
E Si`N.YNr)5 6.FLEOR iRE�NCN �EPARAL � EMiSi`N�r)Y
� �:�:'.aER SECiiON 32 �I i3 . �
PROV�pE DENSitt ANF �
THiCKNE55 TESTNG vE UNDiSNRBED SUBCRApE
SEC110N 32 �2 16 PAFi 3.6
/
95]. C04PACilON F�N� BACKFILL
ACC[PiABLE _2R 10 +5x OF Ocn4u4 - 15' �N�ER PAyE1AENT
BACKfILL NAIERIAL - ALL DEPTHS FOR
IN SECTON 33E05 70 �OISTURE CON�ENi NON-PAVED AREAS
5�� /
'�-2%9i0x+5% OF OPNi4U�
40i5i11RE CONTENi
YLECT BACKfiLL
I�ATERiAL iH
ACCORDAN�E '�ITH
SECTiON 33 OS f0
FINAL BACKFILL
< 15' UNDER
>Avc4ENr
/ eMecnucNr� /
SELECT BACKFILL
33 O6 10 - D002: SELECT BACKFILL
5�� /
/ fINAL
// BACKFILL
C55 BACKfRL iNJ _ `/ARiES
ACCORDANCE H1M
YCTIdV 33 O6 10
/ EAIBE� /
CEMENT STABILIZED SAND (CSSI BACKFILL
33 06 10 - D003: CEMENT STABILIZED SAND (CSS) BACKFILL
5�� /
fINAL
BACKFILL
VARiES
s' AIiN, ANo
�" 4>x � _
iNmn� eacKnu
iRENCM GEO1ExTILE
iABRiC
� /
'�pp� � `CRUSHED ROLK GER «5� �N A«OROANCEJ
� sctnory sa os io MT� sccnoN o.s sa i.� ..
6ACKFILL IN ACCOROANCE
*M YCTON 33 OS ID
6" �IIN. AND �
11' IAAx.
BEDDiNG
�z' AIiN. n+ENcx
,_ . �ALL cIEMnNtt
(1w.)
TEMPORARY ASPHALT PAVEMENT REPAIR
FOR SANITARY SEWER IMPROVEMENTS
32 01 18 - TEMPORARV ASPHALT PAVEMENT REPAIR
33 OS 10 - D001: ACCEPTAgLE BACKFILL
33 05 10 - D201A: EMBEDMENT FOR SANITARY SEWER UP TO I6-INCH DIAI�ETER
/ eAlecoNeHrJ /
CONTR(ll I Fn 1(y�H MATERIAL
33 05 10 - D004: CONIROLLED LOW STRENGTH MATERIAL
(CL51A) BACKFILL
REVISIONS
a. � Escavr x oarE
u o p
i � nooervouxniwomoun�rvo�mrenccEnae�aurcnu oe.aerzou
z �
a �
CO RETE PA E��T REPAIR,typTES: iQ
�� NA?ERR1AN�IN CCORUANCE NIiXESECTI Ne71E05 IOF�UNLE55
OiHERy�ISE NOiE� ON TNE pLANS OR RE�UIREU Br SPEC.
2. fL0 A LE FILL IS REOUIIiE� i0 BICKFILL dLL TRENCHES
�N ��NiOVIN STPEEiS, ANO OPrIONAL IN OTHER AREAS.
BlCKFiLL 5 eu AEET SiAN�SRD SGECIFICATION 33 OS �0.
1. [OR RESIDENT�S4 SiREETS USE •C BdFS AT 8' O.C.E.�'.
dND 2" O.C.E.n, fOR 1RTERIdLS AND INDUSTRIAL
SiREETS.
4� NEN1��µF���p1DEGT�OFE9E `AOVREI,REESIDENTIILBSTREETS�OR T� A
FOR ARiERIAL OND INDUSTPIdL STFEEiS.
5. FOR PESIpEN11AL SiREETS USE sq x 8' PREF014ED
BlRS, OOryL dN� EGOxxED b 111N• b' INTO ExISTING
P1yEA�NT 1T 8' O.C. TYP.1 1N� 12" O.C. FOH
dRTERIdL dND INDUSTRIIL SiR�ETS.
ry�pt PAVE T REPAIR NPTES: iQ
�� ydTERR1ALCIN OCCORpANCE WIixESECTION 33E05 �0"I�1NLE55
OiHER�ry15E NOiED ON iHE pL1N5 OR RE�UIRED Bv SPEC.
2, dDD1ilON1L P1yE NT RESTORATIOH PER LATEST UTILIix
CdVSiRUCTION POLICY REOUIRE�IENiS.
3. fL A LE i1LL IS PEOu1FE0 TO BACai1LL ALL TPEN�NES
�N NT�YN STREEiS AN� OPTi01�1L IN OTHER 1RE15.
BACKF LL ER SECTION 33 OS 0.
4. ONLv SINGL LIFT OF 3'
FORERESIDE�IALESiREETS.
5, dLL CONSTRUCiI I,�UST BE Es Nc.
IN ACCORoANCE ITx CITr
OF FORi Y�ORTH TdND1RD : 9�
SPECIFICbilONS• I�
., . � '''
���� 4� �
C��
8-28-2025
CONSTRUCTION NOTES
THE CONMPCTOR $HNL COxiACi LHE FOLLOWING Fr �FAsi ae NouRs PFaF
0 ExGvnixG ni EatN LOCnlpH�
Ri I BQO 8]B Bg�11
`ORT WORM WPTER OEM flELD OPERnfqNS (6�]j 39] e
ORT wORM ikPx (BI]) 391 8100
fORT wqtM fORE51Ht CRUG iOxJ 3 5]39
fORf wORM fORESTM uELwE uGUlm) 61� 3 3 5�39
OxtOR Ga5 B EIECiMG (BI]�) ]9j 631n
EUERGv 3
IWS ExERLv (BIaS �)03�3�3
fRplflqt (i-60)0-931-BI01
fORT WORiHs>IRN$ h COuuVxilvESEfinCES OE>i, (81)) 92-5100
nLL OMER fKiLiiiES 1-BOD-Dp-LE55 (811)
HORIZONTAL 8 VERTICAL CONTROL
�
Q
Citt PROJECT ,{IWJT3 K-J2]2 a.
x-S8f91 M4PSC0 N0. ]8-T,
)e-U. )8-x. )8-Y �
Z
�
U
FO�e CITY OF FORT WORTH, TEXAS M
WATER DEPARTMENT Q
W
}
2022 BOND YEAR 3- CONTRACT 17 Z
�
TRENCH REPAIR DETAILS 00
N
O
��& ASSOCIA�fh,S, Inc:. N
- - e&sun�eyingco�eultents �
TBPELS Engineering F�m F3232 CJ
TBPELSSurveyingFirm101236-00 M
1112 N Zang Boulevartl,5urte 200 O
Dallas, Te�as ]5203
Te1.�214�942-1888• Fax�214�942-9881 �
Z
ORnxmNEp ur� I�ALNTS I�OB/28/2025 I 51 E2 U
cq� sm�J[no ,�piNr* M FULL DEPTH SA�'�CUT
$ILICO�NE3 O�i 3fAO5Ngi �ENC REPAR L1AT5 �7 �
P 1� y�.)� va
� �oo1KL (T P) J�N �YE No E pz I rsEE NorE ya
is N 1 E�i�1NG�
_-�.,n, fRE
P� � N p�AS RE N ORCE� ONCRE E Ex • A��N�
�� AyE�IEN� REPLACEMeN� ro r e s,�����co
� ANr •NEA ES 0 N1 OR C R9 ER � pNr
SEC ON 3� 13 13 �� �
� . . „ _
SEE NOiE M3J 12 12'
SiRENGTH AN� �NDiSilIR9E� SUBCRADE
iM�CKNE55 iESTIHG
SIIALL BE PERi0R1AED
PER SECTi01� 32 13 13
95S COMPA�1i0N ��N<L BACKFILL
ACC[PiA9LE _?x i0 +5R 0� OPiiAlu�) - �5' UNDER GAyE1,lENT
BACKfILL NAIERIAL - ALL GEFTHS fOR
�N ��n�p33E� io MOiSiURE CONiEN* NpN_pAyED AREAS
I
s^ NiN. nNo '
IY UAx. � �
Ninu eacKvn� \
`iREN� �OTE%TILE
fABRiC
UTLITT $ANO PER - p 0,.
SECiION 33 05 10 ��
�•� �P
� �M I CRUSNED ROCK FER
t� � SECTON 33 06 10
6' AIiN. AND I I.
13' 4Ax. �' �.. ..
acooiNc � '� �
No cRouNo cRouNo s' NiN. n+EN�
{�'AiER PRESEN� pRE5EN1 -`� ��� �LEARANCE
(TYP.)
PERMANENT CONCRETE PAVEMENT REPAIR
FOR WATER LINE IMPROVEMENTS
32 01 29 - D521: TRENCH REPAIR REINFORCED CONCRETE PAyEMENT
33 05 10 - D001: A�CCEPTABLE BACKFILL
33 05 10 - D101: EA�BEDI�ENT FOR �ATER LINES 12-INCH AND SMALLER
cq�s*R�1c*o�IyN oIy[ µp� uu occ*H saV�cu*
$ILip0�NE32 31r131Ap5M �ENC REPAR L1A 5 (iYP.)
('�� �oorff� (* v) l�M rsEc Nor[ Mz rscc No*c y+
l �
Cd�CREiE�. 1^%�"��"^"'�yC'+""�^�..�.�^',I • • �ExSiNG
vcNENi �� / / ,� �' anrc4iNE
SEE NOiE q3l �2 Y ��2- `
STRENGM AN� UNDiSTURBEO SUBCRApE
nn[KNE55 iESTMc
SHALL BE PERi0R1AED
PER SECTiOW 32 13 13
95S COMPACiiON F�N<� BACKFILL
ACCEPiABLE _� TO +5A Of OPTiAlu4 - �5' UNDER PAyE1AENT
BACKfILL MAIERIAL - ALL UEFTHS fOR
'N SEC110NA33E05 10 MOiSiURE CONIEN* NON-�AyED AREAS
6' 1AN� AN� � \ �
�z' 4nx.
iNinAL BACKnu . \ \
`iREN� �OTE%TILE
fABRiC
unutt sallo v[a �,
SECnON 33 �5 10�
ap�d I
CRUSNED ROCK FER
' SECTON 33 OS 10
c' AIiN. ANo
11' 4Ax. �-
a[ooiNc
+z" AdN. n+ENcx
,_ .'�'ALL CLEARANCE
(iYP.)
PERMANENT CONCRETE PAVEMENT REPAIR
FOR SANITARY SEWER IMPROVEMENTS
32 01 29 - D521: TRENCH REPAIR REINFORCED CONCRETE PAyE1�ENT
33 05 10 - D001: ACCEPTA� gLE BACKFILL
33 O6 10 - D201A: EMBEDMENT FOR SANITARv SEWER UP TO I6-INLH DIAMETEft
NLL OEPiH SA T iREN�M REPAIR L11AIT5 AS ALT TO BE
'N� ` ncEo N TJIo ur*s
� �.w,� 1 �
�isn� �EM �G 3 \a:iwE "D` Nu�{AC� I �5 MG
.. xMAt .3� / /� `B' OR 'U" X AC � rv4A[
�'h� CONCRE7E BASE �IAIERAL �. ( ��*ED
Sf A 8���� � OR RENCN REPAR �
�.aEa sEcnoN o3 3e �s
PRONDE OEN9tt AND ��� ��
THICKNESS lESTING PER NDiS1l1RBE� SIIBCRAOE
SECTiOy 32 12 16 PART 36
95% C01,IPACiiON F�NA� BACKFILL
ACC[PTABiE _2� i0 +5% Of OPii4uA1 - �5' UN�ER GAyEI/ENT
BACKFILL NAIERIAL - ALL OEGTHS fOR
IN SECTONA33E05 10 MOiSiuFE CON�EN� NpN_ppyEp AREAS
6' AIM. AND -
iY Mnz
iNma� encicvu
raENCN cEolExnLE
�ABRiC
UTILITY SAND PEF p Q,.
SECTIOl� 33 05 10 P�d
�r� yP \
� �P I `CRUSNED ROCK FER
t� � � YCTON 33 OB 10
6^ IAiN. AND I ��. i�
12' 4Ax ... ..
BEDDiN�
NO GROuNO GROuND 6• U�N� T�NCH
�'AiER PRESEN� pRESENi — �A�� �E�ANCE
(TYC.)
PERMANENT ASPHALT PAVEMENT REPAIR
FOR WATER LINE IMPROVEMENTS
32 01 17 - D520: TYPICAL SECTION TREN�H REPAIR Hi�IAC PAyEMENT
33 OS 10 - D001: A�CCEPTABLE BACKFILL
33 05 10 - D101: E�ABEDMENT FOR �'AIER LINES 12-INCH AND SI�ALLER
fULL UEPiH SA�LUT � 1RENCM REPAIR L1AT5 / p�p�DTIN O'NO UfTS
� �.w,�i 1
/I � N� 3���������lwE D N�AC��h I �-N� --�
( �.E"4 /3 . / _ E `B' OR 'D' N11AC 4nc
� s�n� I . CONCREiE BNASE (AAIERA� �. I�
� aN 4 e' � �: pERRsc n6N�03�3/R6 �
1
PROVIDE �ENSiv AN� ��� ��
THICKNE55 ESiNG PER UNOi5�l1RBED SIIBGRADE
SECT101� 32 11 16 PARi 3,fi
95%C0IAGACTION FiNAL BACKFILL
ACC[PiABLE _2x TO +5% 0� OP111AU11 - �5' UN�ER PAyEI/ENT
BACKFILL NA1ERiAL - ALL DEGMS fOR
IN SECTONA33E05n10 �aSTURE CON�EN1 NpN_ppyEp AREAS
6' ALN. ANo
�z• �+nx .I
�N�nAL BACKfILL - \
`RENCM cEolExnLE
ABRiC
0�'�`
J��p
/ CRUSNED ROCK FER
YCTON 33 OS 10
e" lAiN. ANo
72' IAAx. � —
BEDDiNC
5�� /
/ 2%9i0x+5% OF OPNi4U�
/ 40i5i11RE CONTENi
YLECT BACK�i���
ACCORDAN�E '/�iH
SECTiON 33 OS 10
FiNAL BACKFiL�
< 15' UNDER
vnvcyENr
/ EAIBE� /
SELECT BACKFILL
33 O6 10 - D002: SELECT BACKFILL
5�� /
/ FINAL
// BACKFILL
C55 BACKfRL iNJ - - �ARiES
ACCORDANCE H1M
YCTIdV 33 O6 10
/ EAIBE� /
CEMENT STABILIZED SAND (CSSI BACKFILL
33 06 10 - D003: CEMENT STABILIZED SAND (CSS) BACKFILL
5�� /
FINAL
BACNFILL
yARiES
CL51A�N A��OROANCE
�M»+ YcnoN o3 sa 13,
6ACKFILL IN ACCOROANCE �- �
*M YCTON 33 OS ID
z' 41M. m[N� �
_ �ALL CLEARAN�E /
(TTG.)
EAIBEDIAENI
PERMANENT ASPHALT PAVEMENT REPAIR CONTRf11 I F�1��H M4TERIAL
FOR SANITARY SEWER IMPROVEMENTS
32 01 17 - D520: TYPICAL SECTION TRENCH REPAIR HI,�AC PAyEMENT
33 05 10 - D001: ACCEPTABLE BACKFILL 33 05 10 - D004: CONIROLLED LOW STRENGTH MA7ERIAL
33 O6 10 - D201A: EMBEDMENT FOR SANITARY SEWER UP TO 16-INCH DIAMETER (CL51A) BACKFILL
REVISIONS
a. � Escav x oarE
Ni � aooErvourvaiaoonoun�rvo�rareaccEnae�ear.crcnu oe.�erzozs
z �
a Q
CO RETE PA E��T REPAIR,typTES: iQ
�� NA?ERR1AN�IN CCORUANCE NIiXESECTI Ne71E05 IOF�UNLE55
OiHERy�ISE NOiE� ON TNE pLANS OR RE�UIRED Br SPEC.
2. fL0 A LE FILL IS REOUIIiE� i0 BICKFILL ALL TRENCHES
�N ��NiOVIN STPEEiS, ANO OPrIONAL IN OTHER AREAS.
BlCKFiLL 5 eu AEET SiAN�SRD SGECIFICATI01� 33 OS �0.
1. [OR RESIDENT�S4 SiREETS USE •C BdFS AT 8' O.C.E.�'.
dND 2" O.C.E.n, fOR 1RTERIdLS AND INDUSTRIAL
SiREETS.
4� NEN1��µF���p1DEGT�OFE9E `AOVREI,REESIDENTIILBSTREETS�OR T� A
FOR ARiERIAL OND INDUSTPIdL STFEEiS.
5. FOR PESIpEN11AL SiREETS USE sq x 8' PREF014ED
BlRS, OOryL dN� EGOxxED b 111N• b' INTO ExISTING
dRTE�AL dND INDUSTRIdLYSiR�ETS� 12" O.C. FOH
ry�pt PAVE T REPAIR NPTES: iQ
�� ydTERR1AL�IN oCCORpANCE WIixESECTION 33E05 �0"I�1NLE55
OiHER�ry15E NOiED ON iHE pL1N5 OR RE�UIRED Bv SPEC.
2, dDD1ilON1L P1yEI NT RESTORATIOH PER LATEST UTILIix
CdVSiRUCTION FOLICY REOUIRE�IENiS.
3. fL A LE i1LL IS PEOu1FE0 TO BACai1LL ALL TPEN�NES
�N NT�YN STREEiS AN� OPTi01�1L IN OTHER 1RE15.
BACKF LL ER SECTION 33 OS 0.
4. ONLv SINGL LIFT OF 3'
TYPE D' X�[ REOUIRED
Fqi RESIDENT�e� SiREETS.
5, dLL CONSTRUCiI I,�UST BE �ma �ozi=les.lxc.
IN ACCORDANCE ITx CITr .����
OF Fqti YqRTH �dND1RD ' tip<E�i qs I
SPECIFICbiloNS. _
�.
��*�!��j ����EAN�
�Vb-Li3-2�2.5
CONSTRUCTION NOTES
THE CONMPCTOR $HNL COxiACi LHE FOLLOWING Fr �FAsr 49 NouRs PFaF
0 ExGvnixG ni EatN LOCnlpH�
Ri I B00 8]B Bgfil
`ORT WORM WPTER OEM flELD OPERnfqNS (61]j 39] e
ORT wORM ikPx (B�1]) i91 5100
fORT wqtM fORE51Ht CRUG iOxJ ]
fORf wORM fORESTM uELwE uGUlm) 61� 393 5�39
OxtOR Ga5 B EIECiMG (B1]o ] j 631n
EUERGv 3
IWS ExERLr 'B 05 3b3,j'�3
SPECfRW
rawn[a eoo sa� eioi
w5 Gn5 COWury (wLLE LEE) (Bll) 6a8-9920
f�OR��M�GM}�h COuuVxM SEfinCES OEGi. (81)) 392 5)a0
- Dp-1E55 (811)
HORIZONTAL 8 VERTICAL CONTROL
�
Q
Citt PROJECT ,{IWJT3 H-32)1 a.
x-S8f91 �PSCO N0. ]8-T,
)e-U. )8-x. )8-Y �
Z
�
U
FO�e CITY OF FORT WORTH, TEXAS M
WATER DEPARTMENT Q
W
}
2022 BOND YEAR 3- CONTRACT 17 Z
�
TRENCH REPAIR DETAILS 00
N
N
O
��c�', F�SSOCIF��I�i',S, InG. N
- - e&sun�eyingco�eultents �
TBPELS Engineering F�m F3232 CJ
TBPELSSurveyingFirm101236-00 M
1112 N.Zang Boulevartl,5uite 200 O
Dallas, Te�as ]5203
Te1.�214�942-1888• Fax�214�942-9881 �
Z
ORnxmNEw ur� I�ALNTS I�OB/28/2025 I 51 E3 U
FULL DEF1H SA�'CUT �ENCM REPAIR LIIAITS /�p�pCE��iN�OWO 11fT5
\ (TYP.) / \
5 3' �TYPE `�' N1� Cp I NG
) �I V
J MAL�, � �� .B` OR 'O�PHMAC J NAL
x �Ct��.*Eo .. [0`CRETE BASE IAAiERAL '� "'� �p�rED �
' A r 0� :�.PERSELii0I�03E3<�16�
PROy�OE OENSTY AND �� ��
THiCKNE55 iESTN� >ER
SEC110N 32 �2 16 PARi 16 NDiSTURBEO SUBCRADE
95S COMPA�1i0N ��N<L BACKFILL
ACC[PiA9LE _?x i0 +5R 0� OPiiAlu�) - �5' UNDER GAyE1,lENT
BACKfILL NAIERIAL - ALL GEFTHS fOR
�N ��n�p33E� io MOiSiURE CONiEN* NpN_pAyED AREAS
�' �1iN �
�, UTILItt SAND PER
,p��Y �.�, �SECiION 33 OS 10
F
�" �/iN
PERMANENT ASPHALT PAVEMENT REPAIR
FOR WATER SERVICES
32 01 17 - D520: TWICAL SECTION TREN�H REPAIR HMAC PAyEMENT
33 05 10 - D001: ACCEPTABLE BACKFILL
33 05 10 - D104: EMBEDMENT FOR �yATER SERyICES
SA�'CUT (i�.) 1WENCX REPAIR LIIAIT$
� � i �
' 4A[� / X/ �HI�AC^/ / � I NAcc
�y �� � �����, � %
5FNp i�F� %I E B SE A1[RAL �5
l�Nv)sE 6",-..FOR iRENCH EPAIR ( kN�)
.... �;:'PER YCTION 33 11 25 ...
PROyIDE �ENsiiv ANo �� �� �
THICKNE55 iESiiNG PER UNDiSTURBEO SUBCRApE
SEC110N 32 �2 1fi PARi 3,fi
95S COMPACiiON F�N<� BACKFILL
ACCEPiABLE _� TO +5A Of OPTiAlu4 - �5' UNDER GAyE1AENT
BACKfILL MAIERIAL - ALL UEFTHS fOR
'N SEC110NA33E05 10 MOiSiURE CONIEN* NON-�AyED AREAS
/✓ 1RENCN GEOiEx11LE
u5E BACcfiLL J �fABRiC
SaRING-PME �Ppay
�- CRUSXED ROGc PEf
�s[cnoN s3 ds io
c' AIiN. ANo I
11' 4Ax.
aeooiNc
+z" AdN. n+ENcx
,_ '�'ALL CLEARANCE
(iYP.)
TEMPORARY ASPHALT PAVEMENT REPAIR
FOR STORM DRAIN IMPROVEMENTS
32 01 18 - TEI�PORARY ASPHALT PAyE1,�ENT REPAIR
33 05 10 - D001: ACCEPTABLE BACKFILL
33 O6 10 - D402: EMBEDMENT FOR RCP STORM SE�ER ALL SIZES
NLL OEPiH SA'�'CUT iRENCM REPAIR LII�IITS / pSpCE�TIN�T'NO 11Fi5
\ (iTP)�I �
�isn..EMS N 3 /�TWE "D`+I�AC � S MG � J
MAC 3. `B' OR S� N AC � rv4AC �
�' Fo CONCREiE BASE �IAIERAL �. ( ��'�Fo
SrA B'�� ..PERRSECTION�03E3a1fi�
PRONDE OENSir AND ��� ��
THCKNESS lESTNG PER I NDiS1l1RBE� SIIBCRAOE
SECTiOy 32 12 16 PART 36
I
95% C01,IPACiiON F�NA� BACKFILL
ACC[PTABiE I_2� i0 +5% Of OPii4uA1 - �5' UNDER GAyEI/ENT
BACKFILL NAIERIAL - ALL OEGTHS fOR
IN SECTONA33E05 10 �OiSiuFE CON�EN� NpN_ppyEp AREAS
�' UiN. �
raENCN cEolExnLE
�ABRiC
Pe�
���p CRUSNED ROCK VER
/ SECTON 33 OB 10
�l-
r u�N. �
5�� /
/1z9rox+5z or oan4u4
/ 40i5i11RE CONTENi
YLECT BACK�i���
ACCORDAN�E '/�iH
SECTiON 33 OS 10
FiNAL BACKFiL�
< 15' UNDER
>Avc�lENr
/ EAIBE� /
SELECT BACKFILL
33 O6 10 - D002: SELECT BACKFILL
5�/ /
PERMANENT ASPHALT PAVEMENT REPAIR _ _
FOR SANITARY SEWER SERVICES _ ° _
32 01 17 - D520: TYPICAL SECTION T%�ENCH REPAIR HMAL PAVEMENT FiNAL
33 05 10 - D001: ACCEPTABLE BACKFILL BACKFiu
33 05 10 - D202: E�IBEDMENT FOR SANiTARY SE�ER SERyICES � � ypRiES
CSS BACKfILL M
ACCORDANCE H1M
YCTIdV 33 O6 10
/ EAIBE� /
CEMENT STABILIZED SAND (CSSI BACKFILL
33 06 10 - D003: CEMENT STABILIZED SAND (CSS) BACKFILL
5�� /
/ FINAL
BACNFILL
CL51A M A�COROANCE� VARIES
{�1TH YCTION 03 34 13,
6ACKFILL IN ACCOROANCE �- �
*m sccnoN 3s os io
/ eAlecoNeHrJ /
CONTRfII I F�1��H M4TERIAL
33 05 10 - D004: CONIROLLED LOW STRENGTH MA7ERIAL
(CL51A) BACKFILL
REVISIONS
a. � [scav x onr[
u o m
i � aooErvouxaiaoonoun�rvo�rareaccEnae�ear.crcnu oe:�erzozs
z �
a p
CO RETE PA E��T REPAIR,typTES: iQ
�� NA?ERR1AN�IN CCORPANCE NIiXESECTI Ne31E05 IOF�UNLE55
OiHERy�ISE NOiE� ON TNE pLANS OR RE�UIRED Br SPEC.
2. fL0 A LE FILL IS REOUIIiE� i0 BICKFILL ALL TRENCHES
�N ��NiOVIN STPEEiS, ANO OPrIONAL IN OTHER AREAS.
BlCKFiLL 5 eu AEET SiAN�SRD SGECIFICATI01� 33 OS �0.
1. [OR RESIDENT�S4 SiREETS USE •C BdFS AT 8' O.C.E.�'.
dND 2" O.C.E.n, fOR 1RTERIdLS AND INDUSTRIAL
SiREETS.
4� NEN1��µF���p1DEGT�OFE9E `AOVREI,REESIDENTIILBSTREETS�OR T� A
FOR ARiERIAL OND INDUSTPIdL STFEEiS.
5. FOR PESIpEN11AL SiREETS USE sq x 8' PREF014ED
BlRS, OOryL dN� EGOxxED b 111N• b' INTO ExISTING
dRTE�AL dND INDUSTRIdLYSiR�ETS� 12" O.C. FOH
ry�pt PAVE T REPAIR NPTES: iQ
�� ydTERR1ALCIN OCCORpANCE WIixESECTION 33E05 �0"I�1NLE55
OiHER�ry15E NOiED ON iHE pL1N5 OR RE�UIRED Bv SPEC.
2, dDD1ilON1L P1yEI NT RESTORATIOH PER LATEST UTILIix
CdVSiRUCTION FOLICY REOUIRE�IENiS.
3. fL A LE i1LL IS PEOu1FE0 TO BACai1LL ALL TPEN�NES
�N NT�YN STREEiS AN� OPTi01�1L IN OTHER 1RE15.
BACKF LL ER SECTION 33 OS 0.
4. ONLv SINGL LIFT OF 3'
FORERESIDE�IALESiREETS.
5, dLL CONSTRUCiI I,�UST BE �ma �ozi=les.lxc.
IN ACCORDANCE ITx CITr .����
OF Fqti YqRTH �dND1RD ' tip<E�i qs I
SPECIFICbiloNS. _
�.
�(lISOTC��
08-2&2025
CONSTRUCTION NOTES
THE CONMPCTOR $HNL COxiACi LHE FOLLOWING Fr �FAsr 4e NouRs PFioF
0 ExGvnixG ni EatN LOCnlpH:
nlRi I-B00-8]B-BI11
`ORT WORM WPTER OEM flELD OPERnfqNS 61] 39] e196
ORT wORM ikPx B�1] 391 5100
fORT wqtM fORE51Ht CRUG iOxJ ]
fORf wORM fORESTM uELwE uGUlm) 'B1]) ]95 63�<
OxtOR Ga5 B EIECiMG
EUERGv 3
IWS ExERLr 'B 05 3�33,j'�3
SPECfRW ] 3a
rawn[a -eoo-sai-aio�
w5 Gn5 COWury (wRLE LEE) (BIJ) 6a8-9920
f�OR��M�GM}�h COuuVxM SEfinCES OE>i, (81)) 392-5)a0
- Dp-1E55 (811)
HORIZONTAL 8 VERTICAL CONTROL
�
Q
Citt PROJECT ,{IWJT3 H-32)1 a.
x-S8f91 �PSCO N0. ]8-T,
)e-U. )8-x. )8-Y �
Z
�
U
FO�e CITY OF FORT WORTH, TEXAS M
WATER DEPARTMENT Q
W
}
2022 BOND YEAR 3- CONTRACT 17 0
Z
�
TRENCH REPAIR DETAILS 00
N
0
��& ASSOCIA�I�P;S, inc. N
- - e&sun�eyingco�eultents �
TBPELS Engineering F�m F3232 CJ
TBPELSSurveyingFirm101236-00 M
1112 N.Zang Boulevartl,5uite 200 O
Dallas, Te�as ]5203
Te1.�214�942-1888• Fax�214�942-9881 �
Z
OE4GNED: �IM I SCALE: I MiE; I SHEE1 �
oanwr+; ur� NTS OB/28/2025 114
o�
fi�
ho�
«S"
�g�
F�k
a8 p
�gh
�u`
P��
go�
»S,
��g�
aFgo
�worninq S�p� SeWe�cel
'n ODPasite Diretiion�
Sare os Beiow ;
RI-j
a2" X C2 ' X @"
To o�
ONCOMING
TRAFFIC
RI-2aP
48" x 36'
�See �+o*e 81
END
ROAD WORN
� I � G20-2
<8' % 24'
o«c
� o •-
� a��
T��-
�
} _
[nameiizinp aevices '��-"' � '
F .�Ja
S¢pO�Ot¢ wOfk sooce � � F'
frpn ifoveled Moy� •y�1')
+.s'i;':
.`'.,:;..� `u
I c
■ � o
� ;
�� �noaow ven�me wtm
I� TMA anG hiqh iniensiiy
rotofing, n osninp,
� � � osctiiotinq or strobe
I IignTs.tSee nores 5& 61
� m
I� � o 0
• • ' -
� � �m�
I � �dry ELD
/ � � RI-2
� 42" X a2 " X a2'
I i —� TO
ONCOMIN6 R� zaP
GB' X�6'
TRAFFIC �See te e�
I x
� �
i , �
X � CW3-2
48" % 98"
i ,
x ONE LANE
ROAD
AHEAD
CW20-40
48' % 98"
ROAD
TCP (1-2a) WORK
AHEAD �pz0-ID
ONE LANE TWO-WAY �Fiops�e
CONTROL WITH Y]ELD S[GNS Se� �o�� „
tLess +hon 2000 ADT - See note 7)
Cw20-aD
<8" % 48'
ONE LANE
Cw3-< ROA�
48• x ae• AHEAD
t5ee note 2�� gE
PREPARED
s TO STOP
cwzo-r �
48" % 48
CW16-2P XXX
t5ee note� 2�� FEET
Except in
emerpencies,
floqqer stations
snaii oe
ii�ninarea
O} niQht
��
�\�
/
, /h �
(3
/�//
/ / ,d
o /
tio o+.
I pWgo.c°
�
r°°�' �
• / a;�o
.f
ROAD
WORK
AHEAD
/ cw2o-io
/ ae" x 48'
cFloqs-
See note U
END
ROAD WORK
G20-2
98" X 24
r /� �•
■ �
� O
■ _
�.,,�� ,
■ �::�:'.
I ".' �.ti:
..•:,: n
Snatlw venicie � c �
wifh TMa and niqn ` '�� 3
'nrensi*y ro�otin9,
flasninp� I
osC�llpting
or st� oce i ipnts. �
(See o*es 5 & 61
� CW20-7
� 48" X 48
L m ���
Eccepr in
emerqe�cies,
flogger sYations
snoii ce
iiiuminotetl
of �iqh.
END
eoao woeK
G20-2
48" M 24
rp ��
� - XXx CW16-2P
I� x � 2a' z 1 S'
• � �ue FEET �See nofe 21�
.ao �o-
� • �- —
BE
" PREPARED
I i , TO $TOP CWJ-4
48' X 4B"
I x �See note 2l�
VIQ i ,
ONE LANE
ROAD
" RHEAD Cw20-40
� <8' x <8'
i ,
�
% ROAD
� y —' WORK
AHEAD Cw20-iD
<8 K <8•
IFlaps-
See rwte t�
TCP (1-2b)
ONE LANE TWO-WAY
CONTROL W1TH FLAGGERS
LEGEND
� TYPe 3 Barricaae ■■ Chmneiiztnq Devices
�--�yq 7ruck Mountea
Uy�e HEQvy WO�k V¢hiCl¢ � pitEnu010� (TMA)
Troiler AlOunteo Portoble Cnonqeable
F1o5hinq Arrow BoarA M Messape Siqn IPCM51
i Siqn a TroffiC Flow
Q Flog � Flaqqer
Desiro0ie S�qpes+e0 4aximim Minimm
vosrea farm,io laoer I.envrns cnmrotiq or 5;� 5uvasfea s.aoainq
SpeeC t'^0 Spp�; Lon9ituEino� 51qnr
if3E oevtcee "4 eurrer saoce ois.a,ce
* io� ii� �r a� a a, o o�s.mce -�..
o..,e�o,.��o„�, ,aoe, ,o�,.
30 = I 50 I 165 I I BO' 30' 60' 120' 90' 200'
35 �. ws 205� 225� 245' 35' 70' 160' 120' 250'
40 60 265' 295�I 320' 40' 80' 2<0' 155' 305'
<5 950 1495J 540' 45' 90' 320' 195' 360'
50 500lI 550 I 600' S0' 100' 400' 2A0' 425'
55 ��WS 550� 605� 660' S5' I10' S00' 295' a95'
60 600' 660' 720' 60' I20' 600' 350' S70'
65 650' 715' 780' 65' 130' 700' 410' 6<5'
]0 100' ]l0' 840' �0' 140' 800' 4"/5' ]30'
75 750' 825' 900' 75' 150' 900' S<0' 820'
3f Convenfional Rooas Only
{E3E roper ienptns nove bee� rounaea off,
L=LEnqih Of TOplrfFT) W=Nidih Of OffBEifiT1 S=POST20 Sp2201APH1
TYPICAL USAGE
MOBILE SHORT SNORT TEAM INTEAMEOISTE LONG TEAM
DURATION S�AifONARY TERM STATIONARY STATIONAfiT
� �
GENERAL NOTES
i. Fioqs o*tocneG fo siry+s .�+ere s�orn o�e REOUIRED.
2. pll }�OfTiG COnTr01 GtviL25 illu5f�0}Etl O�E HEOUIPEO. lzLeOt fnose aenorea �i}h TIY
}rionqle SmDOI m0y DC qnitte0 M12n Statetl elSeNll•re in ihe DIUns� Of fOf rWTine
moinfprq�te wOrk� vhen pDProveO by f�2 E�q1nelr.
3. Tne CN3-4 "BE PREPdFED TO SiOP' Sign moy De inBiolleG offer Yne CN20�4D 'ONE LnNE
ROIp aNEAp' sign, Dut prop2r sign s0a��q snall D2 mpintoinlE.
<. Siqn SpaCirp moy De increase0 or on ooaitionol CW20-ID "ROAD WOHK AHEAO' Siqn moy Oe
u3e0 if oOVMGe warninq ahpOG Of ihp flOqppr or FI-2 "YIELD' Siqn is less inon 1500 feei.
5. e ShoGrn+ venicie witn o TMA snouie De uua mytime it cm Oe oosittonea 30 to i00 feet
'n aOvanCe of i�e area of Crew exposure with0ut o0versely affeCiirp tne performonce ar
pu0lify Of ih! �Ork. If rp�ht�5 Q¢ M ionqer presrnf Uu� �OOG Or wprk fArWitipn5 �¢Wi�¢
tne troffic cMtrol to rHiqin in o�a�e, iype 3 Barrica0es or other cnonnelizinq Oevices
may De suDstituteG (Or tM1e Snoaw venicle ona TIAA.
6. AOOitiMol Snptlor VehiCles with f4p5 may De pOSitipne0 of( the pove0 5urfp�e, n¢vi io
1h05! S�WM in Or�pr i0 protGCf wi0p� wOrk SpOttS.
TCP fi-20)
7, lit-2 'Y�ElO' 81pn frOffi� co�fr0� �qy be u8e0 0� OrOjeC�s Mitn Wao0t�e5 thpt npve
OUeODUte Siplit GiSfOnLp. Gor pfojetls in urpon areos, rork SDOtes 3110u1� pt n0 IOnper
1�R� On¢ tqlf Ciiy DIOCk. In rurol QreaS On rp0�N0y5 wii� less 11W� 2000 ADi. wOrk
SpOteS SMUIG p¢ !W IOnqpr thon 900 feet.
8. H1-2 'YIELO' biqn rith RI-2aP "TO ONCOAIING TRAFFIC' D�oOue st+all De DloceO on a wDoort
ot a 7 fppt mfnfmm m0uniiip helqhr.
TCP ll-2b)
9. Flpqpprs S�pU�tl u62 Tw0-�ay rptl�os 0� ofher metM1ppS of CPmU�icof�o� fo control TrUffic.
�0. Ll�qfh 0{ wOrk SpOGe SMu�O D2 D052tl 0� fh2 Ob�lity Of flpq�g t0 CpmU�i�Ote.
II. If }he N/k SOote is IOLOflG nMr o hOri2M}ol Or verTiCal qYve� f�e bufie� OiBTMCCB
snoula oe increouu in wcer to mointain aaep.iate srapping siqi� tlistance to tne flogqer
MO a QuEu2 Of Sioppe0 v2lii�le3 �52E fOD�e aDOvtl.
12. L�Mnelizinq Gevites On t�e tenfer-IinE m0y De dnitte0 rTln o 0�1ot tor is IeaEinq
iroffit onE approveG Dy tl�e Engineer.
i3. �iaqqers sn«,ia �se za• sroaisow oaaaies ro co�.roi fravrta �iaqs snwia oe
ilmftea to emerpency situatlons.
�. iraH/c
overano�:
,TexasDepartmentoiTranspoRation Division
Standaid
TRAFFIC CONTROL PLAN
ONE-LANE TWO-WAY
TRAFFIC CONTROL
TCP(1-2)-18
, rw' Z�s��� E�.���� � ��., I ��„
pc r.00i o��ce� i985 •� ..
/�90 1-98pE�
i�91 i-li � oi can�r. I s.ecr w.
1 91 2-IB �
i �[ I
:�
':gm
myn
m9D
a8�
'g8
��H
b g
bso
°apF
'blEa
I
ROAD
WORK
[wz0-iD AHEAD
48" x 48"
(FIonS-
See ote t � c� �
\/
CWI-4R � �
48" X 48"
cwis-iv X X N�,`� � o EN�
t5ee no+e� z�♦ X�� � L ROADWORK
G2o-2
■ � 48" x 24"
� �
♦
_ �
- � ■
li �
CW1-6aT �� ■
36" x 36" � . ,
�' �'�a -
� • n
n
II ■ +�
�Y4 •
CWl -9R � � ?:':>
98" X 48" i'iti
4i.i.
XX �� i
CW13-1P MPH II Q
24" ^24' . �� ��
t5ee ote 2l� ii
II �
$hotlOw VEhiCIE wiih II �
TMA ontl high inten5ity
fOiOiinq, flOShing, 11 I
oscillo+ing or strobe �
lighis. t5ee no+es 6& 7) �� + '
BE • CW20-tD
PREPARED 4b" X 48"
(Floqs-
TO STOP See o+e i
CW3-9 CW20-7
a8" X 48"� 48" X 48'�
For eit�er TCP(1-3o1 or TCPfI-3b1
USE ONLY MMEN FLAGGERS //
CONTROL TRAFFIC j
�See Notes 2& 3� 0 �
CWI-9R
48' x 48" /
WORK
4HEAD +�
/�
�� �
• �
� m ��� a°' END
ro� ROAD W01
�' G20-2
48' % 24"
CW13-1P MpH �♦ / /\'
24" ^ 24" � ..�
[See ofe 2)�
•
p0 Qo ^�'
CW1-6aT
xY� :'i \ o n. 36" X 36..
II
� 'I ■ m �
CW1-4L II CW1-6aT
98" X 48" 36" x 36..
__ �. �l ♦ c5ee no+e 2r�
CW13-IP MPH x • � • J
2V•• ^�24•• II ♦ �'i N �
f5ee fe 2)� N��II M ■ �.FIa99er
V � �eeaea
� ■ � N�ISee note 3% CW1-4L
_ ■ � ■ � ■ 48" X a8�•
II
� o � /�
c ■ �'
CWI-6aT
36" ^ 36"
tSee ote 21�
END
czo-z ROAD WORK
48" % 24.
i X X CW13-IP
29" X 29'
N �See note 2��
ROAD
WORK
AHEAD
Cw20-ID
98' % 98"
TCP i 1-34) see note u
2-LANE ROADWAY WITH PAVED SHOULDERS
ONE LANE CLOSED
ADEQUATE FIELD OF VIEW
SnoCow venicie witn � \
TIAA Ontl high inien5ify •��
rotating. flo5hing, O f
oscillofing or sirobe � '"�g Q/
Iiqh+s.f5ee no+es 2 & 6��
Chonneitztng tlevtces ' i —
ploCetl aCro55 CIo5e0
ione (See nore 5� � i� I
� I
■ � �
^1 � ■ _
� V
�
i
�
CW1-9L I
48" % 48" � � 'njji
41=",-�.
XX � o
CW13-IP �
24" X 2<' MPH � �� y�
I
t5ee note 2)♦ � x
s
' 1 — $hotlOw Vehicle with
�� TMA on0 hiy� inten5ity
� rototing, floshing,
� osciiioting or stroDe
� � iighis.�See notes 6 & 7�
1
x ' II m �
� II
� CWI-6oT
' /. 36'• ^ 36"
c5ee o+e 2)�
CW1-6aT + � �� �
36" x 36' T A « �,i
�See ote 2l� ��� �� � Q �
� I ^✓
- � • '� I x CWI-4L
II � 46' % 48••
� y XX
MPH CW13-IP
� 24" % 24.
DN ISEe nOie 2)�
o I —_
� a��neer-
END �� � 3� ROAD
czo-z ROAD WORK WORK
ae" x 2n• AHEAD [W20-iD
48" x 48'•
TCP (1 -3b) aee note n
2—LANE ROADWAY WITH PAVED SHOULDERS
ONE LANE CLOSED
INADEQUATE FIELD OF VIEW
LEGEND
� TYDe 3 Borricotle ■■ Chonneiizinq Devices
�� Heovy Work Vehicle � Truck Mountetl
Afienuator ITMd)
�Troiler Mountetl Portable CnOngeaDle
Floshing Arrow BoorG M Message Sign IPCMS)
i Siqn a TraffiC Flow
QFioq Q� Fiogger
— — Minimum Su99es+e0 Maaimum Ninimm
DesiroDle SDaciip of Suqqesie0
SpeeO Formula Toper Lenpi�s Channelizin9 SP�9irq Lon9ii�0inal
3E3E Devices Buffer SDoce
* 10' 11' i2' On a 0� o Dis ance "B'
OffsetOffsetOffsei TaDer Torgent
30 z 150' 165' 180' 30' 60' 120' 90'
35 �- W= 205' 225' 245' 35' 70' 160' 120'
a0 60 265' 295' 320' 40' 80' 290' 155'
45 450' 495' S40' 45' 90' 320' 195'
50 500' S50' 600' S0' 100' 400' 240'
55 ��WS 550' 605' 660' S5' IIO' S00' 295'
60 600' 660' 720' 60' 120' 600' 350'
65 650' 715' 780' 65' 130' 700' 410'
70 700' 770' 840' 70' 140' 800' 475'
75 750' 625' 900' 75' 150' 900' S40'
iE ConvenliOnol RootlS Only
i(�if Taper lenqths hove been rOuntletl off.
L•Lenqth of Toper(FT1 WWitlth of OffSet(FTI S•Po5te0 SDeeO(MPH)
TYPICAL USAGE
AIOBILE SMORT SMORT TERM INTERAIEDIATE LONG TERAI
DURATION STATION<RY TEFA1 STGTION<RY STGTION<RY
✓ ✓
GENERAL NOTES
1. F1og5 offathe0 to 5ign5 where shOwn are REOUIRED.
2. AIl troffic con+rol devices illus+roted are RE�UIRED, exceof f�ose tlenote0
with thE tfiUnqlE SynD01 m0y DE pnitt20 WMn StOtEO EISEwhEfE in thE DIUnS,
or for rwline moinlerronce work, when oDDrovetl Dy t�e Engineer.
3. Flogg2r confrol Shou10 NOi be u5e0 unles5 roatlway COntlifi0n5 Or hEovy
troffiC volune require otltlitiorql mp�osis to Sofely con}rol iroffiC.
AtlOitional floqqers moy De po5itione0 in otivanCe of traffiC Weues to
aierr troffic ro reduce sceetl.
4. DO NOT Pe55, Pn55 WITH CnRE an0 ConSfYUClion regUlotOry 5peetl
ione Signs m0y De inSTolled lbwn5frean of }he ROAD WORI( AHEAD SiqnS.
5. Wh2n ih2 wOrk i0ne is motle uo oi severoi wOrk SpaCES. Lhameliiinp tlevic¢5
bhoultl be ploCetl IOterolly OCrobb the Clobetl IOne to re-emDhOSiZe clo5ure.
Laterally DloCetl chumeliZinq Oevices sMuia De repeateo every 500 to i000
feei in urDOn oreas O�b every 1/9 fo 1/2 mile in rurol oreas.
6. A ShOGOw Vehitle wifh o TMA Sh0u10 be usetl onyfimp it can be p05itionetl
30 to 100 feet in OtivmCe of the ore0 Of Crew ezpo5ure without
otiversely offeCtinq ihe DerfornqnCe or puolity of t�e work. If
wOrk¢r5 Orp np IOngpr DreSeni Dut r004 Or wOrk COn0iti0n5 rppuir¢ thp
iroffic cOntrol f0 remoin in plOce� Typp 3 BarriCatleS Or oTher chonneliiing
OeviceS m0y Oe SubSfitutetl for ihe Sh00ow VehiCle antl TMA.
7. AOOitionol S�oOow VehiCles wit� TMAS may De DoSitione0 off the povetl
SurfOL2, npzt t0 th052 ShOwn in OrtlBr i0 DrOtpGi witler WOrk SpOL¢5.
8. Wh2re iroffit i5 tlirecletl over o yellow tenterline� chom2liiing tl2vites
which seoorote iwo-woy iroffic shoultl Oe spacetl on tacers ot 20', or IS'
if po5ie0 5pee0 are 35 mph or 5lower� uW for tmqent SeCtionS� at 1/25
where S is the 5Dee0 in mph. Tllis ti9�ter tlevice spacinq is intentled for ihe
O�EO Of COnfliCtinq m0�kinq5 nOt thE entire w0�k ZOnE.
� = Traffic
Operatlons
,Texas De artment of Tians rtation Dlvislon
P P� Stantlartl
TRAFFIC CONTROL PLAN
TRAFFIC SHIFTS ON
TWO LANE ROADS
TCP(1-3)I-18
E� ICPI-3518Nd9n Eci( a: �oe low:l `cK:
QC ixDOi DecertDer 1985 I xi xwar
1-9< a-98 Pev1 w s
a-� z-�: i o, ��.. � =�EE. �o.
i-sr z�ie
��
S�
��gm
mn
m�D
a8�
'g8
�3
gso
n��
'aF
i�a
ROAD
WORK
Cw20-ID AHEA� �
48" X 48"
[Flogn-
See ote t�
� E
E �
o °
N O
w �
5110tlOw VEhiCl2 with
TMA ontl hiqh inten5iiy
rototinq, flo5hinq,
oscilloting or strobe
iiqnts.t5ee notes 4 4 Sr
END
RDAD WORK
G20-2
48" X 24.
� � � �
L
�I�
END
RDAD WORK
G20-2
98" X 29•'
o ,
� o
�
^�a
i
■�
■
L,w;:
. '��'�,-..
e
� �s
.�
��
•
•
♦
•
• �
•
♦ ��
� RIGHT
•�� CLOSED
x [W20-STR
a8" % 9H
i
i
r•rr•r
ROAD
WORK
AHEAD
CW20-ID
48" X 98•
tFlogs-
See note i�
TCP (1-Qa)
ONE LANE CLOSED
ROAD
WORK
cwzo-io AHEAD
48" % 48" _ _ �
IFIogS-
See no+e i� x
x'r �% V% Q Q END
ROAD WORK
LEFT T czo-z
LANE . aa• x za�.
cwzo-sT� CLOSED `
48" X 98" �
T I ' I �
�
I I I
,
•i
� ♦
��� m1
CWI-6aT � � i
16" X 36" i I
� ll c
♦ L� � o ��� CWI-9R
•♦ • �Q 48" x 48"
• ���o n /�A
� CW13-1P
• ' MPH 29" ^29•'
��::�� t5ee ore 2�♦
>� r
� (.:�?
w
ISee nofe 7) _ � •S•r:.hd_-,1 e �-�
• ca�� �
�� x
Snotlow Venic�e wffn � �
TMA ontl high intensity �
rOtating� flashing�
oscilloiinq or sirobe
Iiqht5.1522 nOtCS 4 4 51
• ,
•
: m
♦ '• I �
♦ •
• • J �
• • � � CW1-6aT
♦ • - 36" ^ 36"
� � � t5ee ote 2��
�•�
I �I - _
I ^ � �
IY CW1-4L
� 48' % <S"
i �
• � X X CW13-IP
� � � MPH 24" X 24'
� : �See note 2��
N � ��
�� � x
� RIGHT
i LANE
END " CLOSED
ROAD WORK i x' cwzo-sTa
98" % 98"
G20-2 � � � � i x
48" % 29' '
i —
TCP (1-4b) ROAD
WORK
AHEAD
TWO LANES CLOSED `WZ°-�°
48" X 48•'
(Floqs-
See note i�
LEGEND
� Type 3 Barricotle ■■ Chonnelizinq Devices
�}9 Truck Mountetl
LJL�d HEOvy WOrk VEhicIE � p}}enU01o� fTMA)
�Trpiler Mounietl e Portpble ChonqeoDle
Floshinq Arrow Board M Message Sign fPCMSI
i Siqn a Troffic Flow
Q Flog � Floqqer
u����nm s�9ves�ea ua�x�mm u���mm
DeSiroble SpOc�nq 9 Si Suqqesie0
Sp etl Formula Toper Len9�hs C�annelizinp 5� � v Longifutlinal
3E3E Devices .x. Buffer Spoce
� 10' 11' 12' On o On o 'B'
OffsetOffsetOffsei Taper Tonpent �isimce
30 Z 150' 165' 180' 30' 60' �20' 90'
35 �. W= 205' 225' 245' 35' 70' 160' 120'
40 60 265' 295' 320' 40' 80' 240' 155'
45 450' 495' S40' 45' 90' 320' 195'
50 500' S50' 600' S0' 100' 400' 240'
SS �_WS 550' 605' 660' S5' I10' S00' 295'
60 600' 660' 720' 60' 120' 600' 350'
65 650' 715' 780' 65' 730' 700' 470'
70 700' 770' 840' �0' 140' 800' 475'
75 750' 825' 900' 75' 150' 900' S40'
3f ConveMionol Roatls Only
� Taper length5 hove been rountletl off.
L•Length of Taper(FT) W•WiOth of OffSetlFT) 5•Postetl Speetl(MPHI
TYPICAL USAGE
MOBILE $HORT $HORT TER1.1 INTERMEDIATE LONG TERM
UURATION STATIONARY TERM STATIONARY STATIONARY
✓ i
GENERAL NOTES
i. Fioqs ottoche0 to siqns where snown are REUUIRED.
2. AIl iroffic tontrol Oevices illu5trote0 ore RE�UIRED, exteDt those Oenoted
w�fn .ne fr�mqie sy�rooi may De dniffeA when SfO1pA el5ewhere �� rne oims,
r for routine mointenmce work, wnen 000rovea oy ihe Engineer.
3. The CW20-ID "ROAD WORK AHEAD" Siqn m�y De repeateo if ihe
viSiDility Of thE wMk iOn2 i5 I¢55 thM 1500 fCEt.
9. A$hOGOw VehiGlp wifh O TMA ShOuIA be uSeA Onyfime it COn bE OOSitiOnetl
30 to 100 feet in odvmce Of the areo of cr ezposure without o0versely
off¢Ctinq the pErformOf�Ce or Qu0lity of thEework. If workers Ofe fW lonqpr
present Dut rootl Or work tOndiiions reWire the iroffit tontrol to rem0in in
pIOLe. TypE 3 BOYYitO0P5 OY OihpY channeliiing AEvices IMy be SUDStitUieA
for the $hadow VehiGl¢ Ontl TMA.
5. AGtli}i0n01 $hOGOw VehiClpS wifh TMAS m0y DE pO5ifi0nE0 Off i11E pOv¢0
surfoce� nezt to }ho5e sMwn in ortler to protect wiGer xrork spaceb.
TCP (1-401
6. If Y�iS iCP is u5etl for o leff lone tlosu'e . CW20-STL "LEFT LANE CLOSED'
signs bhall De u5etl m0 channeliZing tlevice5 sholl be placetl on ihe
Centerline xTPre nee020 to pr0i¢Ct the wOrk SpOCe frqn OpDosinq trOffiC with
thC O��Ow pOfMl O�a�ed in thC cIOSEtl IOf�E f1E0r tl�E ¢ntl Of thC IliE�ginq iOpE�.
TCP (1-4b1
7. Where trOffiC i5 OireCi¢0 Over o yellow CEnterline� ChamEliZinq OEviCes
whic� Separote two-woy troffit 5Mu10 De SDaced on toper5 at 20' or IS'
if 0o5fetl SpEe05 are 35 mph or 5lower� MG for fOnpEnf 5¢cfion5� of 1/25
vfiere 5 is the 50eed in mph. ThiS tighter tlevice spacing is intentletl
for the oreos of conf�icting morkings, not tne entire work zone.
�* Traffic
Operatlons
,Texas De artment of Tians tation Dlvislon
P Po� Stantlartl
TRAFFIC CONTROL PLAN
LANE CLOSURES ON MULTILANE
CONVENTIONAL ROADS
TCP(1-4)-18
e� coi-a-ia.ag� ea��. �oe o•.�
QC ixDOi ' DeceirLer 1985 xioxwnr
2 N a 9Bpe�i io
8�95 2-12 I o� couxr. I sxcc. xo.
I-9i 2-IB
�
Worning Sign Sepuence
n OppO5it2 Dif¢CtiOn
Same os Beiow
rF�
':gm
m9�i
a8�
'g8
`m"�
��u«r
a g
bso
c�v
'aF
i�a
YIELD c� I �
R1-2 v
42" x 42 " x 42' �
u1u�—
T�
ONCOMING I
TRAFFIC
R1-2oP I
98" x 36.
t5ee note 9l
END
ROAD WORK
G20-2
48" X 24•
Tempo�O�y
Yie10 Line
t5ee No+e 2)�
•
Devices at 20' "n
SOacing on f�e TaDer � '
� o �
s
,1;;�;�.
1��1�� �
I . . x�� ;
Snotlow venicie witn � �
TMA antl hiq� intensiiy
rototing, floshing,
oSCillOtinQ or StroDe I
liqn+s.(See no+es 6 & 7)
I _"
♦ YIELD
RI-2
Dev i ces ot 20' � �� a2" x a2 " x 42"
spocinq on the Taper -•
♦ N o TD
ONCOMING Rl-2oP
iemporory � TRAFFIC 4g' X 36"
YiE10 LinE �SEe nOie 9)
ISee Noie 2)� � 1���t i ��
I x �
� + �
W3-2
� 48" x 48'
END
ROAD WORK
G20-2
a8" X 24'
I i x�� DNE LANE
AOAD
AHEAD
�I ^ x CW20-9D
,/���„ 48" X 48•'
I _ �
I ROAD
WORK
AHEAD �WZo-iD
48" X 48'•
tFlogs-
See note i�
CW20-4
48" % 98"
ONE LANE
ROAD
CW3-4 %XX Ff
48" ^ 48'
4ee ote b♦ BE
PREPARED
TO STOP
•
.� �
CW20-7
48" X 48" �
+ �
XXX
FEET
CW16-2P �
za'• x ia'•♦ /
ExceO* ��
emerqencies,
flag9er staiions
snoii De
iiunino+etl
Ot niqht
/
Temporory
2<" Stop Line
(See Note 2��
WhO00w VEhiCIE
ih TIAA Ontl
Yiqn tensity
oio+ing,
flo5hing�
o5cillatinp or
Strobn lighis.
t5ee otes 6 4 7�-
��■
�� o
■ :,�� �
� .5:: �.;
�
■ ,. ._ �C �
I s �
� ;
■
�
� �
^
/
��
� �/
100' ADOrox.
Devices o+
20' SDacing
LEGEND
� TYOe 3 Barrfcotle ■■ Cnonneitzing Devfces
ROAD �� HEOv Work V2hiCIE � T�uck Mounietl
WORK Y Attenuotor �TMAi
AHEAD iroiier �.�ounteo Portooie Cnongeaoie
� Floshinq Arrow Board M Messo9e Siqn lPCM57
i Sign a Troffic Flow
CW20-ID
48" x n8" Q Fiag � Fia99er
tFlogs-
See ote i � �;,,;m,,,,,
/ DesiroDie Suqqestetl Wzimm M����
GosteO Formula Toper Len SOacirp of 5�9� S�gqesTetl StopP��9
pins Cnanneiizinp Larpi utlinai Signf
� � S�d iE3f Devicea S�:K;�9 Butfer Space Disfance
� 10' 11' 12' On a OM1 o 'B'
Of15¢10ff5efOffSli 1OOer Tage�} DiStOnCe
30 z, 150' 165' 180' 30' 60' 120' 90' 200'
35 L= WS ZOS' 225' 245' 35' 70' 160' 120' 250'
40 60 265' 295' 320' 40' 60' 240' 155' 305'
END 45 450' 495' S40' 45' 90' 320' 195' 360'
ROAD WORK 50 500' S50' 600' S0' 100' 400' 240' 425'
G20-2 55 �_WS 550' 605' 660' S5' n 0' S00' 295' 495'
48" X 24" 60 600' 660' 720' 60' 120' 600' 350' S70'
65 650' 715' 780' 65' 130' 700' 410' 645'
70 700' 770' 840' 70' 140' 800' 475' 730'
75 750' 825' 900' 75' 150' 900' S40' 820'
iE Conventional Roa05 Only
i6if Toper len9th5 have been rOuntletl Off.
L•Lengih Of TaDerIFTI W-Witlth of OffSet(FTI S•Pos+eO Spee01MPH1
TYPICAL USAGE
A1081LE SNORT SXORT TERM INTERUEDI<TE LONG TEFM
DURATION STATIONARY TEFN STATIONAFY STATIONARY
� � �
, ■ � �
� m � LW20-7
Devices at z 48�� X 48��
20' spacing � �� �
on 1he Taper . � � J(XX
..� FEET CW16-2P
excePt in N���� 2a" x i8"♦
mergenties.
fioqqer stotions � O •
snoii be BE
iinminotea �
o+ gnf i x� PREPARED
TO STOP CW3 a
TemPorary I x 48" ^48••
24' S1o0 Line / i , (See ote 21�
ISee Note 2) �J I x
^ I ^ . ONE LANE
v L�.1 �- —� ROAD
%XX FT �µZp_q
98" X 48•
END � I � Roao
ROAD WORK WORK
c20-2 AHEAD �µZo-iD
48" X 29' 48" X 48"
[Flogs-
See ote t�
GENERAL NOTES
t. Fioqs ottache0 to siqns vmere shown, ore RE�UIRED.
2. AIl troffic Control OeviCes illu5trote0 are REQUIRED� exCeDt t�o5e Oenote0 with the triUnqle SyinOol
may be pnitteA when 5latetl el5ewhere in }he plan5� or for routine mointenance work. when approveG
by tne Engfneer.
3. The CW3-9 'BE PREPARED TO STOP' Sign moy be in5lolletl ofter fhe CN20-9 'ONE LANE
ROAD %%% FT' Sign, Wt proper 5ign SD���9 5�011 De moinfaineG.
9. FIQQqErs ShOuld use tw0-way roUioS Of Other m2tMtl5 of CqnIXlniCation to COntrol trUffiC.
5. Lenqt� of work SDace SMultl De Da5e0 on the aDility of flogqers to CM�rnniCate.
6. A S�oOow VehiCle with o TNA 5nou10 Oe u5e0 anytime it Cm De p05itione0 30 to 100 feei
'n o0vance of ihe oreo of crew exposure witlqut otiversely offeCtinq ine performOnce or quality of
fhe work. If worker5 ar o longer pre5enl Duf roaA or work can0ifion5 require 1he troffic cantrol
fo rem�in in D�ate� Typee3nBorrico0es or olher channeliiing Aevices rtpy Oe SUGS1iYuieA for f�e Shotlow
Ve�itle anG TMA.
7. AOditionol S�oOow Vehitles wii� TA145 moy De pOsitioned off the povetl Su'foce, next to tMse Shown
in orOEr to DroteCt a witler work SpOCe.
TCP l2-2O)
8. T1�2 RI-2 'YIELD" Siqn fraffit cOnirol m0y De uSeA On OrojeCtS wifh oDDroothe5 thai hove aA2puafe Sigl�t
tlistance. FOr projetts in urDUn oreas, work Spoce ShOuld De no lorger than d�e hUlf tity Dlock.
In rurol orea5, roa0way5 witn less tnm 2000 ADT, work 5poce Shou10 De no lonqer inon 400 feet.
9. The RI-2aP 'YIELD TO ONCOAIING TRAFFIC" 5iqn Shall De D�aCeO on a SUDDort at o 7 foot minimiln
mountirp nei9nt.
TCP [2-2b)
IO.Champliiing Apvices on the t¢nter lin2 mpy De dniffeA wl�2n a pilof tar i5 leatling Troffit OnA
aoDrovetl Dy the Engineer.
t�.lf tne work spoce is �ocotetl ruar o Mrizonto� or vertico� curve, tne DufFer tlistonces snou�a ce
inCrea5e0 in ortler io maintuin StoDDinq Siqht OistanCe to the flaqqer ub o Queue of StoDDe7 vehiCleS.
�See taDie aDove�.
12.Fluggerb 5hou10 u5e 24' SiOP/SLOW Oa001e5 to canir0l 1rOffic. Flugb 5hou10 be limited to
emerqency situtations.
�* Traffic
Operatlons
,Texas De artment of Tians tation Dlvislon
P P�� Stantlartl
TRAFFIC CONTROL PLAN
ONE-LANE TWO-WAY
TRAFFIC CONTROL
TCP (2-2a) TCP (2-2b)
2-LANE ROADWAY WITHOUT PAVED SHOULDERS 2-LANE ROADWAY WITHOUT PAVED SHOULDERS TCP(2-2)-1$
ONE LANE TWO-WAY ONE LANE TWO-WAY ""' '°°���'a°9° i°' i"
Qc r,00r oe�roer isas �oa ��o�.a.
CONTROL WITH YIELD SIGNS CONTROL WITH FLAGGERS 0-95 s.os°`"='°"� I
- tLess than 2000 ADT - See Note 9) ,." z-,z i°' `a"`� I�""�"°
o u �-98 2-IB
ib[I
5°
+" �6 .
€°�
�«
� �'€
���g
ava
gg�
'��o
n$�
��°u
�30
��
&�m
_ �
F��
wSo
mF
Q��m
END
ROAD ROAD WORK 480-% zq.,
WORK
CW20-7D AHEAD
48" % 98" J1. I /�
lFla9s- - — V `ll
See note tl � �
DO PASS If applicaoie
NOT WITH
T I �- ;� CARE R4-2
R4-1 PA55 � zn•� x 30°
24' % 30.
_ T I x
CWI-4R � • --
48" % 98• x
LW13-1P MpH � �
24" % 24. �
_ CW1-6oT
36" X 36"
m � �
_ � �o
• 6-rr. o a _ _
i � � CW1-4R
Shotlow Venicle wlih ��-� 48�� X 48��
TAIA on0 nigh in+ensi+y ' �-
rototinq, Tlashinq, i ��h�
osctiiaring or stroDe ,�:., � � LWi3-iP
lighis. ISee no+es T 4 81 i� 1.� 24' % 24"
� 1�e": w
�\ � .' =.'�" p
� �
O �
\ � • �� O
\ '.:.' t
CW1-4L
� i
48" X 98" _,_T I T� �
� CW1-6aT
y�/ 36" x 36'•
Cw 3'P /� /� �' : ' ISee ote 21�
24' % 24" x � J�
i �� =
_ T • ��•• I � �
� . CN1-4L
i — 48" X 48'•
CN1-6aT
36" X 36'• I
�See Oi2 2)� y x MPH CW13-�P
J 24" X 24'
PASS i x DO
WITH NOT
za•Zx 30• CARE �� I Q o i PASS 24"IX 30
If apDliCable y
END a I a ROAD
czo-z ROAD WORK WORK
QB X 24 AHEAD
CW20-1D
TCP (2-3a1 "e, ;s48.
2-LANE ROADWAY WITH PAVED SHOULDER$ s��o.e,>
ONE LANE CLOSED
ADEQUATE FIELD OF VIEW
-T
ROAD
WORK x
cw2o-io AHEAD . T
AB" X 48"
(FIOqb-
See ote tl "
T
DO
END
ROAD WORK q8� X 29"
V I Q
PASS �r ono�icanie
WITH
CARE R4-z
29" % 30.
6" DouDie
YCllow
In Buffer
ISIOnO
NOT %
R4-1 PASS
24" X 30" - /�
CWI-4� �
48" X 48" CW1-6oT
Xy 36" X 36' o0
A
! �
CW13-1P ��" S
24" % 24" �,_ __
6" Sol itl . . A'NF
Wh I te •+y
EOpe i f r _ �'�j�:k.;
� .f.r'
6.� 4. 6.� :G's3; �'
TYGe II-A-A � �
Roi5e0 �� 6" UouDle a
Povement �eiiow �ine �� ;
AIO�kCrB o J�
40' C-C. �
_-r/
►� : o
, �� o 0
�"-2' �- �i �.._Z. a '�_
�
$hO00w VEhiLIE wiTl1 '
, A'��'+
TAIA ontl hfqn inre�sf+y �`"y
rotating. flo5nin0, � � �E:1�+;
oscillotinq or stroDe \ ° '
Iiqh15. (52@ nOT@5 7 6 8) �
\ ol•� N
. .y
� CW1-4R
48" X 48
X � CW13-1P
29" X 24
� LEGEND
� TyDe 3 Barrtcatle ■■ Chonnelizinq Devices
�Truck Abuntetl
Heovy Work Vehitle � p}}enuafOr <TMA)
�Troiler Ebuntetl ,,,, Ro7setl Povement
Floshinp Arrow Boartl Morkers Ty II-AA
i Siqn � Troffic Flow
QFIOq � Floqqer
Miniinm SiqqeafeG 4bziinm ulnimm
Ue81rODle Spoeln0 � Suqqe81e0
58ietl Formil0 iODlr Llnqinb Cnorrrtl121np $Iqn Lon I1uGin01
ceetl ** Devices 5���4 9urfer spoce
* 10' 11' 12' On o On a Diatonce ••B•
O4fseiOffset0ifeet Taper Tonqenf
30 � 150' 165' 180' 30' 60' 120' 90'
35 L= WS ZOS' 225' 245' 35' 70' 160' 120'
40 60 265' 295' 320' 40' 80' 240' 155'
45 450' 495' S40' 45' 90' 320' 195'
50 500' S50' 600' S0' 100' 400' 240'
55 �_WS 550' 605' 660' S5' I10' S00' 295'
60 600' 660' 720' 60' 120' 600' 350'
65 650' 715' 780' 65' 130' 700' 410'
70 700' 770' 840' 70' 140' B00' 475'
TS 750' 825' 900' 75' 150' 900' S40'
* Conventionai ROOtl3 Only
3EiETaper lenpths have been rountletl off.
L•Lenqth of ToperlFT) WWitlt� of OffsetlFT) 5•PosteO Spee01MPH)
I TYPICAL USAGE
� DURd�TION STdTIONdRY TENMES�TA�TIONdRY I 5 OTION R�Y
� MOBILE � I TCPt2-�IONLY
GENERAL NOTES
1. ilogs ofrocheA fo signs nhere shom, ore IiEUU1RED.
2. AIl iroFf�C COntrol OeviCe6 illu5trote0 ore REOUIFED. ezCeDr rnose aenoteo
Wlih ih¢ t�IOnql¢ SyIIID01 Ilqy OC dl11ti2G WhCn StOtEG C152HIC�¢ In thE pIOnS,
Tronsverse Lnonnelizing Or for rouitne motntenonte wrk, wnen oDDrovea oy tne Erqineer.
Dev�ces 600cetl at 500' to 3, Mhen work sDoce wfii Oe in D�oce iess 1Mn tnree tloys ezislinq povement
1000' in �DOn Of@O5. Or �p�klnqb IIIOy �HMIn in D��¢. ChOflfl¢IlZinq 0¢viC25 bh01I pE U6E0 t0 SPpO�OtC
I/4 to �/2 mile �� rural irofffc.
ureas betweem eCurrent q, Floqqer tOnirol S�ouIG N�T De uSeG unless rooGway tonGifions or Mavy lroffic
work spoces volume requlre aCtlitlonal empl�osls to sofely conirol irofflc. Flaqqer aMUIC
De positiore0 ot en0 of iroffic pueue.
\ 5. The R4-I '00 NOT PA55�' R4-2 ' PA55 WITH CARE" an0 fAnstruCtion
reqW o*ory sceea za�e s�qns moy De ins�oiie0 witnin CW20-iD 'ROAD WORK
� .r °' , s � AxEAD" s�g�s. arpi¢r soac��q o: siq�s snaii De molntolne0.
6. Conf�icifnq povement morkinq sM�� De remove0 for �onq term p-ojects.
�w 4L i. A SnoabY Venitle witn o iAU Snoula De u5M anyfime I1 Can Ee poSltioneG
48" % 48" �w�"4� 30 �O �00 �EEt in OOVMM2 0� rne areo o+ crew ezposure Mif11Wi OtlVEYSEIY
48" X 48" pffettirq the cerformGnce or ouai�ty of ihe work. If workers ore no iager
X� � �� Gresent Wt roo0 or rork CMOitions require the trGffiC tonirol to rem0in
n ploce, iyce 3 Borricotles or ofhEr cnonnplizing tlevices m0y Dt subsfitufetl.
CW13_�p � CW13-1P 8. Atltlltlon0� $fqtloW VehiCleB Wlth iMAB m0y Oe DOSitlonetl off ihe OOvetl SuffOCe�
24„ X Zq„ MPH MPH Zq• % Z4• next to tlqse sno�m In WOer to proteCt a wi0er �rork 6paCe.
- TCP t2-So)
po 9• Conflicfing pOvmienf mOrkings sholl De removeE for long-term projecfs.
� �� � For SM1orter Ourptipns where troffiC IS OireCteO over p yellpW �¢nterllne�
N�T LhQIfIC11ZIf10 QCvIL¢5 Wh1Lh StD��p}e iw0-w0y ffOfflC Sh0u10 DE SDOLCO Of1
PASS R4-1 facers ar 20' or t5' if postea sceeas ore 35 mpn or siorer, ona for tonpenr
CW1-6oT 24" X 30' sectfons, ot ii2t5) where S is tne speeo 1 moh, Tnis tiqnter cev�ce spocinq
36" x 36" ,, Z , is inteMlA for i1�2 orea of t1�2 confl iciing mprkings, not fh¢ Mfire wOrk zOn2.
ISee note 21�
D D x
PASS � - + L i ; ROAD
WITH °
� � WORK
R4-2
o AHEAD
24" X 30" � I /� i K CW20-ID
If appliCaDle � `'Lf� a <8" % 48"
i fFlaqs-
END see note t�
czo-z ROAD WORK
`e " 2°• TCP (2-3b)
2-LANE ROADWAY WITH PAVED SHOULDERS
ONE LANE CLOSED
INADE�UATE FIELD OF V1EW
�= Tra(/lc
Sa/ery
, Texas De rfinent o/ hans ortaflon DlNslon
Pa P Standard
TRAFFIC CONTROL PLAN
TRAFFIC SHIFTS ON
TWO-LANE ROApS
TCP(2-3)-23
�o�z�>> �,s.�9- �o� io.: i�K�
�c r,00r � ao�i >oz3 � �, _ ��� �oa � .��.�..
u-es a-seRz�ieVs
e-95 7-07 4-73 � oi. roux.v I sxee� xo.
I-9i i�li �
bJi
.�
':gm
myn
m9D
a8�
«gk
`md�
��u«r
a g
bso
c$v
'aF
i�'w
ROAD
WORK
CW20-tD AHEAD
48" X 48'
(Floqn-
See o*e i1
m�
pv�i
� i
N o
:
x
Wn000w venicie
ih TnA OnG
oqh tensity
toting. floshinq.
os�,��at,� o�
Sirobn lighl5.
�See otes 5 & 6�
; � � 4 /� � END
L `u, c ROAO WORK
� � czo-z
48" x 24
� �
♦ o
�
♦ a
� '
� y4
■ z
n. � vai
k�� x
;
■
■
� �
� �
�
�. i
♦
i i
RIGHT
LANE
" CLOSED
CW20-STR
48" % 48•
i ' XXX FT
CW16-3aP
x 30" X 12'
�See note 4�
END
ROAD WORK � � � ^ � D
G20-2 _ RDAD
ae•� x za�• g' `ti' � WORK
�^ ,tn AHEAD
CW20-1D
98" x 48'•
(Fiaqs-
See no+e Il
TCP (2-4a1
ONE LANE CLOSED
ROAD
WORK
AHEAD T
CW20-ID
48' x 48" x
IFIOnS-
See ote i� T
LEFT
LANE T
CLOSED
CW20-5TL "
48' % 48•
XXX � T
CW16-3aP
30" X 12.
ISee note 41
�
CW1-6aT
36" x 36"
$hatlOw VehiCIE wiih
TMA an0 hiqh inten5it
ro+oTing� flo5hing�
osciiiotinq or sirobe
iights.(See nofes 5 &
EN
Rono w
G20-2
48" X 2
TCP (2-4b) ROAD
WORK
AHEAD �p20-iD
48" X 48•'
TWO LANES CLOSED See�note ��
I I
END
ROAD WORK
t � G20-2
�j �j 48" X 24'
o v v � � o
� �
�
■
■
m _� � �
■ •
�1 � p
■ — �
• �a
ISee nOTe 8) ■ �� CW1-4R
x 48' % 48.
�� A A
� MPH CW13-IP
� , 24" x 24•'
■
■ ry
� O
■ C u
�f1, *■/� � � �
V �'tr' �
Y �■
6l ■ m" CWI-6oT
� 36" x 36"
• �
♦ �
• �
� �i� J,
4 i. �
■
� CW1-9L
� yy 48" X 98•
• J A A
� CW13-IP
♦ � MPH 24" X 29•'
�
�
♦
i RIGHT
x LANE
p D � i CLOSED cwzo-sra
ORK - V I V`tr' `u' a x aa•� x na�.
t � i XXX FT 3016%3a2
Q x �See
note 4)
LEGEND
� Type 3 Barricotle ■ •
� HEOvy WOfk VEhiCIE
A Troiler Mountetl
� Floshing Arrow Boartl
i Sign
Q Flog
��
�
�
1 �
Chonneiizing Devices
TruCk Mounletl
Attenuator ITMAI
Portable Chongeoble
Message Sfgn cPCMS)
Troffit Flow
Fioqger
Minimm Su99esie0 Maximum �inimm
DesiroDle SDacin9 of SiQn SuppeSteG
S�a Formulo Tacer Len9ihs C�annelizin9 Spocin9 Lon tutlirwl
* � oe��oes e�r°e� soo�e
* io• n• �z• a� a a, o o�s.o�ce .8..
OffsetOffxtOffsef Toper Tongen+
30 Z 150' 165' 180' 30' 60' �20' 90'
35 �- W= 205' 225' 245' 35' 70' 160' 120'
40 60 265' 295' 320' 40' 80' 240' 155'
45 950' 495' S40' 45' 90' 320' 195'
SO 500' S50' 600' S0' 100' 400' 240'
55 ��WS 550' 605' 660' S5' 110' S00' 295'
60 600' 660' 720' 60' 120' 600' 350'
65 650' 715' 780' 65' 130' 700' 410'
70 700' 770' 840' 70' 140' B00' 475'
75 750' 825' 900' 75' 150' 900' S40'
if Conven+ionol Roa05 Only
iEjETOp2� IEngthS havE pEEn �Oun0E0 Off.
L•Lenqth of ToperlFTl WWiOth of OffSet(FT) S•PoStetl SDeeO(MPH)
TYPICAL USAGE
kOBILE SHORT SHORT TERM INTERAIEDI<TE LONG TEMA
DURATION STATIONARY TERIA STATIONARY STATIONARY
✓ ./
GENERAL NOTES
I. Flaqs ottoCheO t0 SiqnS where SMwn, ure REDUIRE�.
2. AIl froffit tonfrol 42vite5 illusfrOf¢0 ore RE�UIRED, ezceD* *�Se deno}etl
wifh ih2 irionqle 5ymbol moy be dni11e0 when 5lofetl el5ewhere in fhe plons,
or fOr routine m0intenonCe work� whe� aPOroveO by the Erqineer.
3. i�e Oamstreqn taper i5 oDtipwl. When usetl, ii 51qu10 De 100 feet minimiln
iengtn per ione.
a. For srarf term ooui�cations, vnen oosf mounfetl stqns are not usetl, fne aisfance
IeqeM m0y be shown on ihe siqn foce rother 1Mn on o CW16-3oP SUDPlementol
plaWe.
5. A ShudDw Ve�itle wii� o TAl4 Slwultl De u5e0 anyiime it ton De po5itioned
30 fo 100 f¢ef in OGvonte of ihe areo of trew exp05ure wiihouf ativer5ely offeCting
}he performonCe or Qu0lity Of ihe work. If worker5 Ore rw longer pre5ent but roatl
or work COnOition5 reQuire t1�e traffiC Contr0l to remoin in D�aCe� Type 3
BOrritOtles or other thanneliZing tlevices m0y De Substitutetl for }he Shodow
VEhiCIE UW TMA.
6. Atltlitional S�otlow Ve�itles wit� iMAs m0y De po5itione0 in eoth tlosed
�ane, on rne snou�aer or oif tne povea surfoce, nexf fo trwse snown tn ortler
to protect a witler wrk 5pace.
TCP (2-40)
7. If fhi5 TCP i5 useG for o left lone tlo5ure� CW20-STL "LEFT LANE CLOSED'Signs
5holl be usetl ond channeliZing tlevices bhall De placeG an ihe centerline to
proieCt ihe work SpoCe frpn oDDosinq traffiC witn the orrow DOarO DIOCeO in ihe
ciosed iane near ine entl oi tne mergirp tocer.
TCP (2-4b1
8. For Shorter Ouration5 where iroffiC i5 OireCteO over a yellOw Centerline.
chann2liiilp tlevice5 whitll SeD�rOte two-way iroffic S�WIU De SpOted On tapCrs
af 20' or i5' if postetl sceeas are 35 mpn or siower, mG for ronqenf secfions, or
1/2l5) whe/e 5 i3 ihe SpeeO in mph. ThiS Tig�te� tleviceb SOaci�g i5 inte�tle0 fo�
}he Or¢0 Of GOnfliCting rtqrking5� n01 th2 enlir¢ wOrk iW1E.
�� Tiaffic
Operatlons
,Texas De artment of Tians rtation Dlvislon
P P� Stantlartl
TRAFFIC CONTROL PLAN
LANE CLOSURES ON MULTILANE
CONVENTIONAL ROADS
TCP(2-4)-18
� .c»-a-ia.aen ea��: �oe o•:�
QC ixDOi Decam�er i905 xioxwnr
8-95 3-03 pE
I-9i 2-17 I o� couxr. I sxcc. xo.
4�98 2�18 I
it�qJ
00 11 13
INVITATION TO BIDDERS
Page 1 of 3
SECTION 00 11 13
INVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of 2022 Bond Year 3 Contract 17, City Project No.
104323 ("Project") will be received by the City of Fort Worth via the Procurement Portal
https:Ufortworthtexas.bonfirehub.com/portaU?tab=openOpportunities, under the
respective Project unti12:00 P.M. CST, Thursday, July 31, 2025.
Bids will then be opened publicly and read aloud beginning at 2:00 PM CST at Fort Worth
City Hall, 100 Fort Worth Trail, Fort Worth, Texas, Mezzanine, Room CH_MZ10_12.
Your submissions must be uploaded, �nalized and submitted prior to the Project's posted due
date. The City strongly recommends allowing suffcient time to complete this process (ideally a
week prior to the deadline) to begin the uploading process and to finalize your submission.
Uploading large documents may take time, depending on the size of the file(s) and your Internet
connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or
Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled.
Electronic submission is subject to electronic interface latency, which can result in transmission
delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall
not be held liable if an interested bidder or proposer is unable to submit a complete bid/response
before the published deadline due to transmission delays or any other technical issues or
obstructions. The City strongly recommends allowing sufficient time to complete the submission
process (ideally a week before the deadline) to begin the uploading process and to finalize your
submission to give adequate time in the event an issue arises.
All submissions must be submitted electronically prior to the close date and time under the
respective Project via the Procurement Portal:
httns://fortworthtexas.bonfirehub. com/nortal/?tab=onenOnbortunities
Failure to submit all completed required information listed in the respective Solicitation will be
grounds for rejection of a bid as non-responsive. No late bids/proposals shall be accepted. Bids
delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be
accepted or considered.
If, upon being opened, a submission is unreadable to the degree that material conformance to the
requirements of the procurement specifications cannot be ascertained, such submission will be
rejected without liability to the City, unless such bidder provides clear and convincing evidence
(a) of the content of the submission as originally submitted and (b) that the unreadable condition
of the Electronic Bid was caused solely by error or malfunction of the Boniire Platform
(Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not
constitute and shall not be considered an error or malfunction of the Bonfire Platform
(Procurement Portal). Bidders are encouraged to fully review each page of every document within
their submission prior to submitting to ensure all documents are clear, legible, and complete.
SUPPORT
For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en-
us
CITY OF FORT WORTH 2O22 Bond Year 3— Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ciry Project No. 104323
Revised 2/08/24
00 11 13
INVITATION TO BIDDERS
Page 2 of 3
Contact the Boniire support team at Support@GoBonfirc.com or by calling 1-800-354-8010.
To get started with Bonfire, watch this �ve-minute training video:
Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobon�re.com)
GENERAL DESCRIPTION OF WORK
The major work will consist of the (approximate) following:
Unit 1: Water Improvements
7,000 LF - 8" PVC Water Pipe
600 LF — 12" PVC Water Pipe
6,500 SY — 11" Pavement Pulverization
6,500 SY — 3" Asphalt Pavement Type D
Unit 2: Sewer Improvements
3,000 LF — 8" Sewer Pipe
500 LF — 10" DIP Sewer Pipe
26 EA — 4' Manhole
Unit 3: Paving Improvements
17,500 SY — 6" Concrete Pavement
800 SY — 3" Asphalt Type D
18,000 SF — 6" Concrete Driveway
30,000 SF — 4" Concrete Sidewalk
Unit 3: Paving Improvements (Alternate A)
15,500 SY — 11" Pavement Pulverization
15,500 SY — 3" Asphalt Pavement Type D
Unit 4: Stormwater Improvements
2 EA —10' Curb Inlet
30 LF — 18" RCP, Class III
20 LF — 24" RCP, Class III
20 LF — 30" RCP, Class III
PREQUALIFICATION
Certain improvements included in this project must be performed by a contractor or designated
subcontractor who is pre-qualified by the City at the time of bid opening. The procedures for
qualification and pre-qualif cation are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS
TO BIDDERS.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained via the Procurement Portal
httns://fortworthtexas.bonfirehub.com/nortal/?tab—onenOpt�ortunities, under the respective
Project. Contract Documents may be downloaded, viewed, and printed by interested contractors
and/or suppliers.
EXPRESSION OF INTEREST
CITY OF FORT WORTH 2O22 Bond Year 3— Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ciry Project No. 104323
Revised 2/08/24
00 11 13
INVITATION TO BIDDERS
Page 3 of 3
To ensure potential bidders are kept up to date of any new information pertinent to this project, all
interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes"
under the Intent to Bid section. All Addenda will be posted in the Procurement Portal
httns://fortworthtexas.bonfirehub.com/nortal/?tab—onenOt�t�ortunities, under the respective
Proj ect.
PREBID CONFERENCE — Web Conference
A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO
BIDDERS at the following date, and time via a web conferencing application:
DATE: July 15, 2025
TIME: 1:00 PM
Invitations with links to the web conferencing application will be distributed directly to those who
have submitted an Expression of Interest.
If a prebid conference is held, the presentation and any questions and answers provided at the
prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not
being held, prospective bidders should direct all questions about the meaning and intent of the
Bidding Documents electronically through the Vendors discussions section under the respective
Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the
Instructions to Bidders.
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City reserves thc right to waive irregularities and to accept or reject any or all bids.
AWARD
City will award a contract to the Bidder presenting the lowest price, qualifications and
competencies considered.
ADVERTISEMENT DATES
July 2, 2025
July 9, 2025
END OF SECTION
CITY OF FORT WORTH 2O22 Bond Year 3— Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ciry Project No. 104323
Revised 2/08/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 1 of 9
SECTION 00 21 13
1NSTRUCTIONS TO BIDDERS
1. Defined Terms
1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section
00 72 00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural thereof.
1.21. Bidder: Any person, firm, partnership, company, association, or corporation acting
directly through a duly authorized representative, submitting a bid for performing
the work contemplated under the Contract Documents.
1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or
corporation acting directly through a duly authorized representative, submitting a
bid for performing the work contemplated under the Contract Documents whose
principal place of business is not in the State of Texas.
1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City
(on the basis of City's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Documents
2.1. Neither City nor Engineer shall assume any responsibility for errors or
misinterpretations resulting from the Bidders use of incomplete sets of Bidding
Documents.
2.2. City and Engineer in making electronic Bidding Documents available do so only for the
purpose of obtaining Bids for the Work and do not authorize or confer a license or grant
for any other use.
3. Prequalification of Bidders (Prime Contractors and Subcontractors)
3.1. Bidders or their designated subcontractors are required to be prequalified for the work
types requiring prequalification as per Sections 00 45 11 BIDDERS
PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms
seeking pre-qualification, must submit the documentation identified in Section 00 45 11
on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven ('�
calendar days prior to Bid opening for review and, if qualified, acceptance. The
subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate
work types. Subcontractors must follow the same timelines as Bidders for obtaining
prequalification review. Bidders or Subcontractors who are not prequalified at the time
bids are opened and reviewed may cause the bid to be rejected.
Prequalification requirement work types and documentation are available by accessing all
required files through the City's website at:
httt�s://www. fortworthtexas. �ov/departments/tpw/development/cfw-departments-tpw-
contractors under Division 00 - General Conditions and as follows:
CITY OF FORT WORTH 2O22 Bond Year 3— Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ciry Project No. 104323
Revised/Updated June 13, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 2 of 9
3.1.1. Paving — Requirements document located at:
https://app-us 3 . c-
buildcr.nct/public/publicLandin�.asnX?OS=4d00804b l 33b408a85a69323548dda25
3.1.2. Roadway and Pedestrian Lighting — Requirements document located at:
https://app-us3.o-
buildcr.nct/oublic/oublicLandin�.asox?OS=e43c4239775f4b2583552c029c6a] cd2
3.1.3. Water and Sanitary Sewer — Requirements document located at:
https://app-us3.e-
builder.net/nublic/bublicLandin�.aspx?OS-4fc66ff8c36c4c029d542d4e55114e8d
3.2. Each Bidder, unless currently prequali�ed, must submit to City at least seven (7)
calendar days prior to Bid opening, the documentation identified in Section 00 45 11,
BIDDERS PREQUALIFICATIONS.
3.21. Submission of and/or questions related to prequalification should be addressed to
the City contact as provided in Paragraph 6.1.
3.3. The City reserves the right to require any pre-qualified contractor who is the apparent
low bidder for a project to submit such additional information as the City, in its 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 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 additional information, if requested, may be grounds
for rejecting the apparent low bidder as non-responsive. Affected contractors will be
notified in writing of a recommendation to the City Council.
3.4. In addition to prequalification, additional requirements for qualification may be required
within various sections of the Contract Documents.
3.5. Omitted
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder:
4.1.1. Shall examine and carefully study the Contract Documents and other related data
identified in the Bidding Documents (including "technical data" referred to in
Paragraph 4.2. below). No information given by City or any representative of the
City other than that contained in the Contract Documents and officially
promulgated addenda thereto, shall be binding upon the City.
4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general,
local and site conditions that may affect cost, progress, performance or furnishing
of the Work.
CITY OF FORT WORTH 2O22 Bond Year 3— Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ciry Project No. 104323
Revised/Updated June 13, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 3 of 9
4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost,
progress, performance or furnishing of the Work.
4.1.4. Omitted
4.1.5. Shall study all: (i) reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions relating to existing
surface or subsurface structures at the Site (except Underground Facilities) that
have been identified in the Contract Documents as containing reliable "technical
data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any,
at the Site that have been identiiied in the Contract Documents as containing
reliable "technical data."
4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of
the information which the City will furnish. All additional information and data
which the City will supply after promulgation of the formal Contract Documents
shall be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original
Contract Documents. No information given by the City other than that contained in
the Contract Documents and officially promulgated addenda thereto, shall be
binding upon the City.
4.1.7. Should perform independent research, investigations, tests, borings, and such other
means as may be necessary to gain a complete knowledge of the conditions which
will be encountered during the construction of the project. For projects with
restricted access, upon request, City may provide each Bidder access to the site to
conduct such examinations, investigations, explorations, tests and studies as each
Bidder deems necessary for submission of a Bid. Bidder must fill all holes and
clean up and restore the site to its former conditions upon completion of such
explorations, investigations, tests and studies.
4.1.8. Shall determine the difficulties of the Wark and all attending circumstances
affecting the cost of doing the Wark, time required far its completion, and obtain all
information required to make a proposal. Bidders shall rely exclusively and solely
upon their own estimates, investigation, research, tests, explorations, and other data
which are necessary far full and complete information upon which the proposal is
to be based. It is understood that the submission of a proposal or bid is prima-facie
evidence that the Bidder has made the investigations, examinations and tests herein
required.
41.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contractor
shall not take advantage of any gross error or omission in the Contract Documents,
and the City shall be permitted to make such corrections or interpretations as may
be deemed necessary for fulfillment of the intent of the Contract Documents.
4.1.10. Indicate their intent to bid by selecting "yes" in the Procurement Portal
under the Intent to Bid section. You must indicate your intent to bid to be able
to submit a bid to the City.
CITY OF FORT WORTH 2O22 Bond Year 3— Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ciry Project No. 104323
Revised/Updated June 13, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 4 of 9
4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification
of:
4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
the site which have been utilized by City in preparation of the Contract Documents.
The logs of Soil Borings, if any, on the plans are for general information only.
Neither the City nor the Engineer guarantee that the data shown is representative of
conditions which actually exist.
4.2.2. those drawings of physical conditions in or relating to existing surface and
subsurface structures (except Underground Facilities) which are at or contiguous to
the site that have been utilized by City in preparation of the Contract Documents.
4.2.3. copies of such reports and drawings will be made available by City to any Bidder
on request. Those reports and drawings may not be part of the Contract
Documents, but the "technical data" contained therein upon which Bidder is entitled
to rely as provided in Paragraph 4.02. of the General Conditions has been identified
and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
responsible for any interpretation or conclusion drawn from any "technical data" or
any other data, interpretations, opinions or information.
4.2.4. Standard insurance requirements, coverages and limits.
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i)
that Bidder has complied with every requirement of this Paragraph 4, (ii) that without
exception the Bid is premised upon performing and furnishing the Work required by the
Contract Documents and applying the specific means, methods, techniques, sequences or
procedures of construction (if any) that may be shown or indicated or expressly required
by the Contract Documents, (iii) that Bidder has given City written notice of all
conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
written resolutions thereof by City are acceptable to Bidder, and when said conflicts,
etc., have not been resolved through the interpretations by City as described in
Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate
and convey understanding of all terms and conditions for performing and furnishing the
Work.
4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated
biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by
Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract
Documents.
5. Availability of Lands for Work, Etc.
CITY OF FORT WORTH 2O22 Bond Year 3— Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ciry Project No. 104323
Revised/Updated June 13, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 5 of 9
5.1. The lands upon which the Work is to be performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in performing the Work
are identified in the Contract Documents. All additional lands and access thereto
required for temporary construction facilities, construction equipment or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for
by Contractor. Easements for permanent structures or permanent changes in existing
facilities are to be obtained and paid for by City unless otherwise provided in the
Contract Documents.
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
of-way, easements, and/or permits are not obtained, the City reserves the right to cancel
the award of contract at any time before the Bidder begins any construction work on the
proj ect.
5.3. The Bidder shall be prepared to commence construction without all executed right-of-
way, easements, and/or permits, and shall submit a schedule to the City of how
construction will proceed in the other areas of the project that do not require permits
and/or easements.
6. Interpretations and Addenda
6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to
City electrically through the Vendor Discussions section under the respective Project via
the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2
p.m., the Monday 10 days prior to the Bid opening. Questions received after this day
may not be responded to. Interpretations or clarifications considered necessary by City
in response to such questions will be issued by Addenda. Only questions answered by
formal written Addenda will be binding. Oral and other interpretations or clarifications
will be without legal effect.
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
6.3. Addenda or clarifications shall be posted under the respective Proj ect via the
Procurement Portal
httbs://fortworthtexas.bonfirehub.com/aortal/?tab=oaenOaaortunities
6.4. A prebid conference may be held at the time and place indicated in the Advertisement
or INVITATION TO BIDDERS. Representatives of City will be present to discuss the
Project. Bidders are encouraged to attend and participate in the conference. City will
transmit to all prospective Bidders of record such Addenda as City considers necessary
in response to questions arising at the conference. Oral statements may not be relied
upon and will not be binding or legally effective.
7. Bid Security
CITY OF FORT WORTH 2O22 Bond Year 3— Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ciry Project No. 104323
Revised/Updated June 13, 2025
00 21 13
iNSTRUCTIONS TO BIDDERS
Page 6 of 9
71. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of
five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent
issued by a surety meeting the requirements of Paragraph 5.01 of the General
Conditions.
7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice
of Award have been satisfied. If the Successful Bidder fails to execute and return the
Contract Documents within 14 days after the Notice of Award conveying same, City
may consider Bidder to be in default, rescind the Notice of Award and act on the Bid
Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to
have defaulted.
8. Contract Times
The number of days within which, or the dates by which, Milestones are to be achieved in
accordance with the General Requirements and the Work is to be completed and ready for
Final Acceptance is set forth in the Agreement or incorporated therein by reference to the
attached Bid Form.
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
10. Substitute and "Or-Equal" Items
The Contract, if awarded, will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "or-equal" items.
Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or-
equal" item of material or equipment may be furnished or used by Contractor if acceptable to
City, application for such acceptance will not be considered by City until after the Effective
Date of the Agreement. The procedure for submission of any such application by Contractor
and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. of the General
Conditions and is supplemented in Section Ol 25 00 of the General Requirements.
11. Subcontractors, Suppliers and Others
11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City
has goals for the participation of minority business and/or women business
enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the
M/WBE Project Goals and additional requirements. Failure to comply shall render
the Bidder as non-responsive.
Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance
No. 24534-11-2020), codified at:
httns://codelibrarv.amle�al.com/codes/ftworth/latest/ftworth t�0-0-0-22593
11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person
or organization against whom Contractor or City has reasonable objection.
12. Bid Form
121. The Bid Form is included with the Bidding Documents.
CITY OF FORT WORTH 2O22 Bond Year 3— Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ciry Project No. 104323
Revised/Updated June 13, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 7 of 9
12.2. All blanks on the Bid Form must be completed and the Bid Form signed
electronically or signed in ink and scan. A Bid price shall be indicated for each Bid
item, alternative, and unit price item listed therein. In the case of optional
alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered.
Bidder shall state the prices for which the Bidder proposes to do the work
contemplated or furnish materials required.
12.3. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal shall be aff'ixed. The corporate address and state of
incorporation shall be shown below the signature.
12.4. Bids by partnerships shall be executed in the partnership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authority to sign. The official address of the partnership shall be shown below the
signature.
12.5. Bids by limited liability companies shall be executed in the name of the firm by a
member and accompanied by evidence of authority to sign. The state of formation of
the frm and the official address of the firm shall be shown.
12.6. Bids by individuals shall show the Bidder's name and official address.
12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated
on the Bid Form. The official address of the joint venture shall be shown.
12.8. All names shall be typed or printed in ink below the signature.
12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall be filled in on the Bid Form.
12.10. Postal and e-mail addresses and telephone number for communications regarding the
Bid shall be shown.
12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of
Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance
to State Law Non Resident Bidder.
13. Submission of Bids
Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form,
provided with the Bidding Documents, prior to the time indicated in the Advertisement or
INVITATION TO BIDDERS.
14. Withdrawal of Bids
141. Bids submitted electronically may be withdrawn prior to the time set for bid opening
via the Procurement Portal
https://fortworthtexas.bonfi rchub. com/portal/?tab=openOpportunities.
CITY OF FORT WORTH 2O22 Bond Year 3— Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ciry Project No. 104323
Revised/Updated June 13, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 8 of 9
15. Opening of Bids
Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and
major alternates (if any) will be made available to Bidders after the opening of Bids.
16. Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for a minimum of 90 days or the time period
specified for Notice of Award and execution and delivery of a complete Agreement by
Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid
security prior to that date.
17. Evaluation of Bids and Award of Contract
17.1. City reserves the right to reject any or all Bids, including without limitation the rights
to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids
and to reject the Bid of any Bidder if City believes that it would not be in the best
interest of the Project to make an award to that Bidder. City reserves the right to
waive informalities not involving price, contract time or changes in the Work and
award a contract to such Bidder. Discrepancies between the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of figures and the correct sum thereof will
be resolved in favor of the correct sum. Discrepancies between words and figures
will be resolved in favor of the words.
17.11. Any or all bids will be rejected if City has reason to believe that collusion exists
among the Bidders, Bidder is an interested party to any litigation against City,
City or Bidder may have a claim against the other or be engaged in litigation,
Bidder is in arrears on any existing contract or has defaulted on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the prompt completion of additional work if awarded.
17.2. In addition to Bidder's relevant prequalification requirements, City may consider the
qualifications and experience of Subcontractors, Suppliers, and other persons and
organizations proposed for those portions of the Work where the identity of such
Subcontractors, Suppliers, and other persons and organizations must be submitted as
provided in the Contract Documents or upon the request of the City. City also may
consider the operating costs, maintenance requirements, performance data and
guarantees of major items of materials and equipment proposed for incorporation in
the Work when such data is required to be submitted prior to the Notice of Award.
17.3. City may conduct such investigations as City deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications, and iinancial
ability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to City's satisfaction within the prescribed time.
17.4. Contractor shall perform with his own organization, work of a value not less than
35% of the value embraced on the Contract, unless otherwise approved by the City.
CITY OF FORT WORTH 2O22 Bond Year 3— Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ciry Project No. 104323
Revised/Updated June 13, 2025
00 21 13
iNSTRUCTIONS TO BIDDERS
Page 9 of 9
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by City indicates that the award will be in the
best interests of the City.
17.6. Pursuant to Texas Governmcnt Code Chapter 2252.001, the City will not award
contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than
the lowest bid submitted by a responsible Texas Bidder by the same amount that a
Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a
comparable contract in the state in which the nonresident's principal place of
business is located.
17.7. A contract is not awarded until formal City Council authorization. If the Contract is
to be awarded, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act of City or others will constitute
acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by
the City.
17.71. The contractor is required to fill out and sign the Certif'icate of Interested
Parties Form 1295 and the form must be submitted to the Project Manager
before the contract will be presented to the City Council. The form can be
obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf
17.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
18. Signing of Agreement
181. When City issues a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Project Manual. Within 14
days thereafter, Contractor shall sign and deliver the required number of counterparts
of the Project Manual to City with the required Bonds, Certificates of Insurance, and
all other required documentation.
18.2. City shall thereafter deliver one fully signed counterpart to Contractor.
END OF SECTION
CITY OF FORT WORTH 2O22 Bond Year 3— Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ciry Project No. 104323
Revised/Updated June 13, 2025
0� 3b 13
CONFLICT OF INTERES7 57R7�MENi
Page 1 of 1
s�cr�oN oa 3� � 3
CONFLICT OF iNTEREST STAI'�M�NT
Eaci� bidder, offeror ar respor�dent to a City of Fort Worth procurement is required to complete a
Confilict of Interest Questionnaire or certify that one is current and on file with the City 5ecretary's
Office pursuar�t to state law.
I� a member af the Fort Worti� City Council, any one or more of ihe City Manager or Assistant
City Ma�agers, or an agent of the City who exercise discretion in the planning, recommending,
selecting or contracting with a bidder, affieror or respondent is affiliated with your company, then
a Lacal Government Officer Conflicts Disciosure Statem�nt {CIS) may be requirecf.
You are u�ged to consult with counsel regarding th�: a�plicability of these forms and Local
Ga�ernmer�t Code Cf�apter 176 to your company.
The r�f�renc�d forrns may be ciownloaded fram t�e links provided below.
Form CIQ {Conflict of Int�r�st Questionnaire} (state.tx.us}
httpsllwww.ethics. staie.tx. usldatalformslconflict/C IS. ndf
II
1�
�✓
[�'
�__i
I �"
BIDDER:
CIQ FQrm ciOeS nOt apply
CfQ Form is on file with City Secretary
CIQ �orm is being provid�d ta the City Secretary
CIS Form does not apply
CIS Farm is on File with City 5ecretary
CIS Form is being pro�ided to the City Secretary
Stabi[e & Winn, Inc.
P.O. Box 79380
5aginaw, TX 76179
ElVD O�' S�CTION
CITY OF FQRT WORTH
STANDARD C4NSTRUCTION SPECIFICATION �QCUM�NTS
�evised February 2a, 2020
By; Jerry ndersan
Signature:
Ti . Vice President
2022 Bond Year 3- Contract 17
City Project Na. 104323
0o a� o0
sio FORM
Page 1 of 3
SECTION 00 41 00
BID FORM
TO: The Purchasing Manager
c/o: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 76102
FOR: 2022 Bond Year 3- Contract 17
City Project No.: 104323
Units/Sections: Unit 1: Water Improvements
Unit 2: Sewer Improvements
Unit 3: Paving Improvements
Unit 4: Stormwater Improvements
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form
included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contracf Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and
conditions of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
IfVSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
2,2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a public official in the bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the
bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive
levels, or (c) to deprive City of the benefits of free and open competition.
c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or
without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-
competitive levels.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 3- Contract 17
Revised 9/30J2021 City Project No. 104323
00 41 00
BID FORM
Page2of3
d. "coercive practice" means harming or threatening to harm, directly or indirectiy, persons or their
property to influence their participation in the bidding process or affect the execution of the
Contract.
3. Prequalification
The Bidder acknowledges that the following work types must be performed only by prequalified contractors and
subcontractors:
a. Water Distribution, UrbanlRenewal, 12-inches diameter and smaller
b. Sewer Collection System, Urban/Renewal, 12-inches and smaller
c. CCTV, 12-inches and smaller
d. Asphalt Paving Construction/Reconstruction (15,000 Square Yards and Greater)
e. Concrete Paving Construction/Reconstruction (15,000 Square Yards and Greater)
f. Sanitary Sewer Manhole/Structure Interior Lining - Warren Coating
g. Sanitary Sewer Manhols/Structure Interior Lining - Chesterton Coating
h.
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within 400 CD days after the date when the
the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.
4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure t� complete
the Work {and/or achievement of Milestones} within the times specified in the Agreement.
5. Attached to this Bid
The following documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 41 00
b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph
5.01 of the General Conditions.
c. Proposal Form, Section 00 42 43
d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
e. MWBE Forms (optional at time of bid)
f. Prequalification Statement, Section 00 45 12
g. Conflict of Interest Affidavit, Section 00 35 13
*If necessary, CIQ or CIS forms are to be provided directly to City Secretary
h. Any additional documents that may be required by Section 12 of the Instructions to Bidders
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 3- Contract 17
Revised 9/30/2021 City Project No. 104323
00 41 00
BID FORM
Page 3 of 3
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In
the space provided below, please enter the total bid amount for this project. Only this figure will be read
publicly by the City at the bid opening.
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is
subject to verification and/or modification by multiplying the unit bid prices for each pay item by the
respective estimated quantities shown in this proposal and then totaling all of the extended amounts.
6.3. Evaluation of Alternate Bid Items
Total 1 Base Bid
Total 2 Alternate A
7. Bid Submittal
This Bid is submitted on
Respectfully bmitt d,
�--__�-.
By: « —
(Signature)
Jerry Henderson
(Printed Name)
Title: Vice President
Company: Stabile & Winn, Inc.
Address: P.O. Box 79380
Saginaw, TX 76179
State of Incorporation: Texas
Email: jerry@stabilewinn.com
Phone: 817-847-2086
Sept. 4, 2025
END OF SECTION
$8,428,697.50
$8,460,336.00
by the entity named below.
Receipt is acknowledged of the
following Addenda:
�Addendum No. 1:
�Addendum No. 2:
�Addendum No. 3:
�Addendum No. 4:
�
Corporate Seal:
Initial
�� �
r� A I
ra f� �
M n. I
�
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2022 Bond Year 3- Contract 17
Revised 9/30/2021 City Project No. 104323
00 42 43
131D PROPOSAI,
Puge 1 of5
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
-- - - -.. ___.,...... _.....
� TMs form isprowded for reference only �
� Please enter bid prices in the Bonfire bidtable �
f.___ I
Bidder's Application
Project Item Information
Bidder's Proposa!
Hidlist Iteml Description I SpeciFcation Section No. � Unit of I Bid Unit Price Bid Value
No. Measure Quantity
Unit 1: Water Improvements � � � �
1 33I 1.0261 8" PVC Water Pipe 33 11 12 LF 7100 $94.00 $667,400.00
__...._.. _,__,.�...._ ...._ _... .._......... ................. . ...... .. ____... _......_.. __...._.__ ,. ...........
2 3311.0251 8" DIP Water Pipe 33 11 10 LF 70 $114.00 $7,980.00
_... . _.... __ . ...... . ,. _..,.__ _._,.. __ .......,, __.,_�.
.
3 3311,6161 6" PVC Water Pipe 34 11 12 LF 350 $85.00 $29,750,00
��. _-___..,. ._.�._..... _ _
_ . 4. ... 3311.0461 12" PVC Water P�Ee._ __ ...W... .... .. ,. �......_._. ___ .......... .. . ......... .__.._..._ 33 11 l.z_,.. _.. .. . _..,..Lr mm 580 _ . _ $127 00 _ $73,660 00
5 3311.0451 12' DIP Water Pipe 33 11 10 LF 80 $142.00 $11,360 00
..... . . , .,,.w..... . ,,,, . _...� .., ,. .. ...... . ........ . _.._.. . �.........
6 3312.0117 Comiection to Existing 4'-12" Water Maiv 33 12 25 EA 12 $6,300.00 $75,600.00
� 7 �3312.2001 1"WaterService,MeterReconnecfion 331210 � �A �� 85 $G15.00 $52,275.00
�..__.__ _ . _....._... _.__.._..._ .... ... ..... ............ . .. .. ...._........_...._ ..__...... __.__.._._.... _...
8 3312.2003 1' Water Service 33 12 10 mEA 106 $2,320.00 $245,920.00
._. ..,. ._....._ , ..._ . ...... . ............ .. ....,... _. .� ..........
9 3312.2004 1" Private Water Service 33 12 ]0 LF 460 $55.00 $25,300.00
_._4_._.�.. ..�..�__..._ �._._..�....._.._._.._.e._.�___..M.W �._ ...............� _
10 3312 2201 2' Water Service, Meter Reconnection 33 12 10 EA 2 $1 350 00 $2,700 QO
_._...._._._._.. . .. . . . .............. .,..__....� .. .. ..._. ....._..
_. _ ... .
11 3312.2203 2" Water Service 33 12 10 EA 2 $4,700.00 $9,400.00
... . .,.. . . ........... ........_..._ . .. _ ........ , . . ......... . , . .. .._ ... ... .. ........
12 3312.2204 2" Private Water Service 33 12 10 LF 70 $73.00 $5,110.00
. � ,W....w__. ...,,._,. .. ___. __ ..� � _......_._., _._..__ ._ .
13 33123002 G' Gate Valve 33 12 20 EA 11 $1,900.00 $20,900.00
_� . .. _. . .. . .... .._. .,_,,.,. ._ _ _ . .._._ . ........ ... . . ._ _ . . ._. ..__.... ... _._.. _......
_
14 33323003 8" Gate Valve 33 12 20 EA 30 $2,600.00 $78,000.00
. .... ..... ....... ..,..,.. ..._._.._ _ _, . , . ....... . _..
15 3312.3005 12" Ciate Valve 33 12 20 EA 5 $4 400,00 $22,000 00
_.__.. ____._.� __........ �..�....... _�.a. . . ....__,. _..� � .._...r .. _..m. ..
16 3312 0001 Fire Hydrant 33 12 40 EA 10 $5 700 00 $57,000.00
__ ._...._ __ _ . . ...................__ . _.._ �._.,.. .... . .... ,.. . ......... __ ... _., ._ _..,.... .,..... _ ..,... _..._ . ..._.. ._ .. _......... _. .
17 3311.0001 Ductile Iron Watec Fittings w/ Reshaint 33 11 11 TN 5 $15,000.00 $75,0�0.00
..... . _......... .._.........._... _ . .. .... ,. . ,. .. ...... .............. ...... .......... . ....... .,..........,.........
18 024L1301 Remove and Salvage 4" Water Valve 02 41 14 _ EA � 2 $155.00 $310.00
.�. _._ ... _. �. __ _ ....
19 0241 1302 Remove �nd Salvage 6" Water Valve 02 41 14 EA 4 $155.00 $620,00
_ _... .. .. .... .., . _. _ .. _. ...... „_....._._.__.. , ._�._ _.._.. .... .___....... � ... .._._ , _... ..
20 0241.1303 Remove and Salvage 8" Water Valve 02 41 14 EA 7 $155.00 $1,085.00
.. .. .. . . . _ ....._....... ....... . ,, , . _ .. _. . .. ... .....
� 21��024L1305 Remove and Salvage 12" Water Valve 02 41 14 EA 1 $155 00 $155 00
22 0241.1510 Salvage Fire Hydrant v� ry 02 41 14�� EA �� 4 �$325.00 $1,300.00
__.. .. . �_ .._ .. ...
_ 23 _ 0171 0101 Construction Stakin� 01 71 23 LS I $18 000 00 $18,000.00
. .. _. ,...... .,..., . .. ...., ... . ....., . ..
24 0171.0102 As-Built Survey (Redline Survey� _ O1 71 23 LS 1 $4,500.00 $4,500.00
25 � 0241.1001 Water Liue Grouting �� 02 41 14 �� � CY �� 50 �$215.00 �$10,750.00
.... _. . ._. �... . .. _ .... . ...
.
26 0241 11 ] S 4-12" Pressure Plug 02 41 14 EA 3 $1r500.00 $4,500.00
_.... . ........ . . . , ,. . . _ . . _. ---...... .......
27 0241.1218 4"-12" WaterAbandonmentPlug 0241 14 EA 4 $275.00 $1,100.00
�. .. _,,. ....__.. ._ _...... ..._
28 3304 0101 Temporary Water Serv�ces 33 04 30 LS 1 $208,000.00 $208,000.00
�._. ... ,,, _ .
...
29 3305 0003 8 Waterlme Lowermg 33 OS 12 EA 17 $14 000.00 $238,000.00
... .... . .. _ . .. ..._
30 3305 0163 Exploratory Excavation ofExistm� Ut�lrties � 33 OS 30 EA 7 $1 950 00 $13 650.00
...... ........ ..._ __ , _ ,_. .__ __.. . ... _ _. ._._ _ _ ___._.. __ �._._ _____.�_..._. ____. _. ._ _. ..._ _�.._._... _ __. ...
31 3305.0169 Trench Sa£ety 33 O5 10 LF 440 $0.05 $22 00
__..32-- _ 3305.Q202. Impoded EmUedmentBackfill, CSS . _. _ .... . . . . 33 05 10__. CY . . 150 . _, $146.00 _ _�Z _ ... . .... .....
_..._
..... . ... .. .. . _,....,.,,........ 1,900 00
..... _........... .. . ..........._ . .. _ _ __.
_..
33 3305A203 Imported EmbedmenUBackfill, CLSM 33 OS 10 CY 190 $160.00 $3Q,400.00
34� 3305 0204 Imported EmbedmentBackfill, Crushed Rock � 33 OS 10 CY 100 $77 00 $7,700,00
�� . �._.
.,_. ._..
_ 35 3305 0207 Imported Embedment/Backfill, Select Pill 33 OS 10 CY 1000 $42.00 $42,000 00
_. . . . ... W - -- - - -_ _. , _ _ .. .. .... - - - .....
36 3201 Ol l I 4' Wide As�l�alt Pvmt Repair�Res�denttal 32 01 17 LF 300 $115 00 $34,500.00
.,_ , __ �. .... .._
37 3201.0721 4'WideAspl�altPvmtRepa�r Arter�al 32O117 LF 80 �18500 $14,800.00
�.. . .._ . , ... ._ __ . . ._ ..._�. _..,_._,
38 3201 0201 Asphalt Pvmt Repair Beyoud Defined Width Residential 32 O1 17 SY 500 $50,00 $25,000 00
__ ._ . .,,,.. _,.. _ _ __..... ,. .....
39 3201 0202 Asphalt Pvmt Re�airyBeyond De�ned Widtli, Arterial 32 O1 17 SY 500 $66.00 $33,000.00
,... __ ., _ __..
� 0 Temporary Asphalt Pavivg Repaix (2 HMAC on 6' Flexbase) 32 O1 18 LF 9700 $28.00 $271,600.00
._ . 40 3201 040__... .. ... ._ _ ,.. . .. .._. .... ._ ,..... . .... _ ...... _ .. ..., . . ._..__ ...._ . _ ...._ _....._.._
41 3201.0614 Conc Pvmt Repair, Residential 32 O1 29 SY 300 $260.00 $78,000.00
.. .. . _ ... _ .,..,. . ,. .,_ ....... -- - ... ._ . ,........ . ._ ... , .
42 0241.0100 Remove Sidewalk 02 41 13 SF 450 $2.00 $900.00
m __ _ �,_.
43 0241.Q300 Remove ADA Ramp o2 41 13 �A 2 $150.00 $300 00
...._�_....._.......__ _..._... _._...,...._ ...... ._ _ __,,..._. , ........... . ......... . ._,,., .,,__ ...._, ....
44 0241.0401 Remove Concrete Drive 02 41 13 SF 220 $3.00 $660.00
.. p ............ ........ _....... . . . . ......... .. , __._ .....
. .....
45 0241.0402 Remove As halt Drive 02 41 13 SF 50 $3.00 � _$150 00
_ -___.� ..___._...� _.____........._..,...__.,_... _.__,..._. , ,._ .._....
46 0241.1000 Remove Conc Pvmt 02 41 15 SY 500 $12.00 $6,000.00
__... ._. .. . .... _ ... . ... ...... .........._ ._..... .._ _ . _...._..._._.. __._ _.._ .... .__.... _ .� _. ..._... .... ........ . .. ... __.....,,_.. .. ...._ ....... .....__.... _ ...�....
47 0241.1300 Remove Conc CurU&Gutter 02 41 15 LF 210 $5.00 $1,050,00
. .. . _ .. . . . .. ..,._ . ., ......... ...
48 0241 1400 Remove Canc Valle Gutter � 02 41 IS SY 50 $9.00 $450.00
�. ___._....._ w. _._.. _� _._._,__._...._�Y.._._ _.
49 0241.1700 Pavement Pulverization (11 ") � � W ��� ����W � �Ty �V 02 41 15 � SY 6310 $12.00 $75,720.00
-__ __ .. .._ .. ...__, ...._ _......_ _ _ ......._ . . .. ... .... ... .. .. ..... .. . ....... .. _ _ _......._ ......_..._ ._. _... __ . .� ._.._.
50 3I23.0101 Unclassified Excavation by Plau 31 23 16 CY 50 $50.00 $2,50�.00
_- - __ ..._......... . .... _._.... .... ..... _... ...... ........, , _..,....
51 3125.0101 SWPPP > 1 acre 31 25 00 LS I $1,500.00 $I,500.00
____ ._.... _ _._ W ___. _._ W W_____ .,�.__ _......___ _ . _._.....___.._ .�_.__ __ ._.._..,_ _ _.., _ .__,._....,�_.�. . _._
52 3211.0601 8" CemLime (32Ib/SY) 32 11 33 TN 110 $520 00 $57,200 00
.. _. _.. .. .. _ ...... ._ .
53 3212 0303 3 Asphalt Pvmt Ty�e D 32 12 16 SY 6310 $33 00 $208,230.00
.. .._ ., . ...... . . _ .. .. .... . ._ _ _ __ . ..... _ _ .
54 3213.0301 4" Conc Sidewalk 32 13 20 SF 500 $13.00 $6,500.00
.. _.._ _ _._._. _.__ �.._�� _.. __ __ ..�n_� ..� . ._ _. . _ ._,.�
55 3213 0401 6 Concrete Drrveway 32 13 20 SF � 220 � $15 00 $3,300.00
_.. �. _ - _,. _._.._ _ __... _.
�
56 3213 OSOG Barrier Free Ramp, Type P 1 32 13 20 __ EA 2 $2 S00 00 $5,600 00
CITY OF P02T W02171 2022 6ond Ycm� 3- Con4ncl 17
STANllARD CONS'f2UC7'tON SPL'CII+ICA'1'ION DOWMGNTS City Pmject Na. 104327
Reviscd 9/30/2021 Addendum 1
0o nz n�
BID PROPOSAL
Pngc 2 of 5
SEC710N 00 42 43
PROPOSALFORM
UNIT PRICE BID
- ---- ,,. - - -- ___
This form is provided for reference only.
Please enter bid prices in the Bonfire bidtable
�
�
Bidder's Application
Project Item Information
Bidder's Proposal
Bidlis[ I[em Description Specification Section No. Unit of B�d Unit Price 6id Value
No. Mensure Quantity
........... . ...... .......
57 32t6.0101 6" Conc Curb and Gutfer 32 16 13 LF 250 $60,00 $I5,000,00
_ � w._ _.__._._
58 3216.0301 7" Conc Valley Gutter Res�dentill 32 16 13 SY 50 $275.00 $13,750.00
.. ....,. ..... _.. .. . . .... . .. __. _..,. _.... _. . _ . . _, ._..
59 3217.0102 6" SLD Pvmt Marking HAS (Y) 32 17 23 LI' 360 _ _$230 $828 00
.. . . ... .. ..... .. ... ..... ... . ....... . ...-- -- - . ,
60 3217.0504 Preformed Thermoplastic Coutrast Markings - 24" Stop Bars 32 17 23 LF 50 $13.50 $675.00
___. _..,.._...,,_ ___�__ �.. _..__.___ ____....._...._�_,.,,,._._ _..._.�. �.,_ __„___ .............__.
61 3217.5601 Curb Address Painting � 32 17 25 EA 7 $100.00 $700.00
...._ ... .. _._ ,,,.....,
62 3291 0100 To�soil 32 91 19 CY 100 $30.00 $3,000.00
.,. . _. ,.... ,... ... ........... _ ......
63 3292 0100 Block Sod Placement 32 92 13 SY 500 $9.00 $4,500.00
__ _ .....,..Y,,__, ......... �,�._._._,�_�..,�...�..�...
64 3305.0107 Manliole Ad�ustment, Minor w/ Concrete collar 33 OS 14 EA 2 $850.00 $] 700.00
.._ .. __�. .... _.. ... _ ... _.... _.._ _....,
65 3305.0110 Ut�l�ty Markers 33 OS 26 LS 1 $550 00 $550.00
.. ...... ... . ... ._........ . _ .._.. __ . . .
66 3305.0111 Valve Box Ad,justment w/ Concrete collar 33 05 14 EA 14 $500 00 �� 000.00
67 3471.0001 Traffic Control 34 71 13 MO �� 5 $5,000.00 $25,000.00
. ..., . .,. � .,,. _
._.
68 9999 0001 Construction Allowance (Water) 99 99 00 LS I $100 000 00 $100,000 00
.... .. . . ...... . . .. _ .... . _.._ _ ..._ . . ...... . .. . .. .... . .. . ... .. _..
69 9999.0002 Miscellvieous Structure Adjustment (Irrigation) 99 99 00 LS 1 $10,000.00 $l0,OD0,00
. ..,.. .. _ , . .. _. ....... .. . . ....... ..� . ,..,,....._. . . . .._ . _..... .....
Tot11- Unit 1 Water Im �rovements $3,073,010.00
Unit 2: Su�ifary Sewer Improvements
1 3331.41IS 8" PVC Sewer Pipe 33 31 20 LF 2990 $ll4.00 $340,860,00
.... . . ,......... ...... p......... .......... .. _........ ....._.... . ........_.. ,......... . ......
..
_ 2 3331.4ll9 8" DIP Sewer Pi e 33 11 10 _ Lr � 120 �$175.00 $21,000.00
3� 3331.4205 10" DII' SewerPipe 33 11 10 LF� �420 � $190.00 $79,800.00
_. ,_ ..._ . _ ............... ......, , ..,_ ..._..... �_. _............._ _ . .. . . __._..__...._. _ _.. ,....... _.._..., _...._..
4 33313101 4" Sewer Service 33 31 50 EA 46 $2,600.00 $119,600.00
-- -- -. . ..,., . .,. ......... .. .... . ......... . _ .......... . _
S 3339.7001 4' Manhole 33 39 10, 33 39 20 EA 21 $7,600.00 $ I59,600.00
�. _..,....,,.� _.. _..___. w._,.,_....__,,..... .,..., �.... ..__..__....... ... _ _,._,,.
6 3339.I042 4' Drop Manhole 33 39 10 33 39 20 EA 3 $12,300.00 $36,900.00
.. __ ,. _ _... ___.._.._..._._ _._ . _._,. ,
7 3339 1003 4 Extra Depth Manhole 33 39 10 33 39 20 VF 17 $225 00 $3,825 00
. . _ _ ...... ........ . . ....... _ ..... ....... -- - . . ...,. , .......
8 3339.1004 4' ShallowManhole 33 39 10, 33 39 20 EA 2 $6,600.00 $13,200.00
___..�._. �_�..�._a.__...__._____... �.._.�____�._.. .,_ _..
__ 9__ 32o 1 0400 Temporazy Asphalt Pawng Re�air (2 HMAC on 6' Flexbase) 32 Ol _18 _, __ __ LF 3520 $36.00 $ I26,720.00
. ...,. . _�...___ ._._m. _.._� . � _....
_.. _ .
10 3291 0100 Topsoil 32 91 19 CY 40 $30.00 $1,200 00
. . .. __... .... ...... ......... . . _ _._ .....
11 3292.0100 Block Sod Pllcement 32 92 13 SY 330 $9.00 $2,970.00
_ _.. ._.____, _., �. ,__. .._ _,.__. _.,...._...___._„__. .___......__.,___ _�_.._.._. _,.._._,_...�......�. � ...____..
12 3301.0001 Pre-CCTV Inspection 33 O1 31 LF 630 $5.00 $3,150 00
_ . . ... _.. �._. ... ..... ..___r_ .
_ _..
13 3301.0002 Post-CCTV Inspechon 33 O1 31 LF 3520 $7.00 $24,640 00
.... , _,_._ .. . _..�. . ........ . , . „ ....
14 3301.0003 Fmnl CCTV Inspecqon � � 33 O1 31 LF + 3520 $7.00 $24 640.00
�.�..�. _ ... , � ..� _.. _.�.
15 330k Q004 Pmal MI-T-CCTV Ins�ect�ou 33 O1 31 EA 26 $250.00 $6,500.00
_ . . .._ ....._.. . . . _.._. ._ _ _ _. _... .._. ----... _ _ _._ � . .. _.__ _.. .. _... __ .. _.
.
16 330I.0101 Maultole Vacuum Testiug 33 01 30 EA 26 $150 00 $3,900.00
. .. _... ... �_...__ . ....... .., ....... .... ...._. _
17 3305.0109 Trench Safety 33 OS 10 LF 3150 $1.00 $3,150.00
18�� 3305.0112 Concrete Co11ar for Manhote �� 33 05 17 EA ��10 �� $850.00 $8,500.00
. . ....... _..._ .... . . . .. ..
19 3305 O] ]4 Mnnhole Ad�ustment, Ma�or w/Cover 33 OS 14 „ �A 8 $6 800.00 $54,400 00
_ ,..._ . ..
20 3339 0003 Liuer 4 Sewer MH (Chesterton or Warren Coatmg� 33 39 60 VF 50 $420.00 $21,000 00
�. .�_...,.--- - - . ..._ ._ .. ._._... __ . �__� __.. ._ _.__.. .�__ -
�,. _.
21 3305 0202 Imported Embedment/Backfill, CSS 33 OS 10 CY 70 $146 00 $10 220.00
__ _ _._ ... _.. ..
22 3305 0203 Imported Embedment/Backfill, CLSM 33 OS 10 CY 50 $160 00 $8,000 00
. . , . ,. ...... .. . _. . . . _.. ._ . . . . .... � . . . ... .. .. .._.
23 3305.0207 Impoded EmbedmenUBackfill, Select P'ill 33 OS 10 CY 350 $42.00 $1q,700.00
_ .�. ,_,..,,,,,� _..__._,_._. ___... .._.._.__..._.. _.,,___.._....... ..
24 0241.2201 Remove 4' SewerManhole 02 41 14 EA 13 $550.00 $7,150.00
............... _�. ..__..._..._..,.,,,.._ ,..,. __.,. ._...._._.,__. ...._.._.....,_..... _..,_...._.._....... ._,__.__.�..._......
25 0241.2102 6' Sewer AUandomnent Plug 02 41 14 EA 5 $275.00 $1,375.00
., ..... _ _. , _ ...
26 0241 2001 Slnitary Line Groutm� � 02 41 14 CY 50 $210 00 $10 500 00
� 27 0171.0101 � Construction Staking �� ����� �� �'� � '� ��� O1 71 23��� LS � � �I $8,000.00 $g,000.00
. _.__._._ ..._ . _.. .. _.. ___
28 0171.0102 As-Built Survey (Redlme Survey) 01 71 23 LS 1 $2 500 00 $2,500.00
__ ... _ .. _........ ., . ... . ._.,. . . . ..._...._ . ..... . . . . _ ..
29 3125.Ot01 SWPPP > 1 acre 31 25 00 LS 1 $500.00 $500.00
_�. ��....._ ._ ..... _.�...._._.._,_......._ .............._....,.,.,__......,,..._,___....._._..._..�.....__,.,.._,_......
30 3201.0111 4' Wide Asphalt Pvmt Repair Res�dential 32 O1 17 LI' 100 $1 I5.00 $ i 1,500.00
. . . _. ._..... .. � . .. .. _ _ . . _ . . _.__.. ._._. . _.. ,_ _.. _
.. __
31 3201.0121 4 Wtde As�l�alt Pvint Re�air, Arterial _ 32 O1 ]7 LF 50 $185.00 $9,250.00
. . . _._ . __...
32 201 As�halt Pvmt R�air Be�ond Defined Width, Residei�tial 32 Ol 17 SY 70 $50.00 $3,500.00
_ 3201 0 � � w �
33� 3201.0202 Asphalt Pvmt Repair Beyond De�ned Width, Arterial � 32 O1 17� SY � 40 �$66.00 � $2,640.00
_ . _.. _. _.. �............ ._ .. _�... . ...... _
34 3305 0103 Exploratory Excavation ofExisting Utilities 33 OS 30 EA 2 $1 950 00 $3,900.00
......... .. . . ...., ........
35 3305 0110 Util�ty Markers 33 OS 26 LS 1 $550.00 $550 00
� 36 � 334 L0309 36" RCP, Class III �� � 33 41 10 ��� � LF ��� 10 $405.00 � �$4,050.00
.. .. ........._ ...,. _....., .__. .�_ ._..._ . ..._,_..._..,.._._.... __ . .._ .. ..... _...... ..._. _......_ ._.__ ._..._._.._ _ . ....._ ._._.._ . .....__.
37 0241.0401 Remove Concrete Drive 02 41 13 SF 40 $3.00 $120.00
_ .....__.,.. .,,.... . ..._.... _ .. . . ......... . ............._ ... ........... .,,,.......... . _..........
38 0241.1300 Remave Conc Curb&Gutter 02 41 15 LF 30 $5.00 $150.00
_�..._..__...._,__,__..r__. __.�....�..__�.. �.__.____. ._�_.�___-__...._�._.._.__. _.._.._.__�._.._____..., _._,.�_.__._..�_-
39 0241.0100 Remove Sidewalk 02 41 13 SP 30 $2.00 $60.00
_ . . .. _ ._ _. ... _.. ... . . _ _.. _... __ _.. .. _._ .... .
40 0241 1700 Pavement Pulvenzatiou (11 ) 02 41 15 3Y 900 $12 00 $10,800.00
CITY OP P02T WOftT4I 2022 t3ond Yenr 3- CanUncl I7
STANDN2D CONSTRUC7'ION SPGCICICATION DOCUMCNI'S Ci1y Pro,jcct No. 104327
Revised 9/30/2021 AdJcndum I
00 42 47
lilD PROPOSAL
Pugo 3 of 5
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Bidlist Item
No.
. ......................... ___.._._..- -- _ _ _- --i
!' This form is provided for reference only., p i
� Pleaseenterbidpricesinthe6onfirebidtable. B�dder�$ M�p��Cal��n
�
Project Item Information Bidder's Proposxl
Unit of Bid
Description Specification Section No, M Onit Price Bid Value
41 3211.0601 8" CeinI,ime (321b/SY)
_�_____.
42 3212.0303 3" Asphalt Pvmt Type D
_... _. _.._. . --._.. ....... . .....
43 3213.0301 4" Conc Sidewalk
. . . . .. ........_,.. . . ., ......
44 3213.0401 6" Conerete Driveway
45 3216.0101 6" Couc Curb and Gutter
.... _ .,_ _ _.... .
46 3471.0001 Traffic Control
.. .... .... .. ...... ... . . , „ ..........,
47 9999.OQ03 Constructiov Allowance (Sewer)
� 48�� 9999,0004 Poo-Pit Maintenance Shaft
32 11 33
���� . 32 12 16
32 13 20
� 32 13 20
32 16 13
� . ... _.... ...__....
34 71 13
99 99 00
99 99 00
caswe Qu2ntLLy
..... ..... .. .. ... . ............
TN 30 $520.00 $]5,600.00
.._ _._. ,.,,_..,.....� . _...�._ _„_._ __ _._._._ __.�__..e.,..,______ �._
SY 900 $33.00 $29,700.00
_ _...__...... _ . ..._. . ...._.___ ..� ........
SF 30 $13.00 $390.00
..............................__........_.............._........................ _ .....
SP 40 $15.00 $G00.00
��LF ���30 � $60.00 $1,800.00
_ _.,. ,...__._....... _....__ ..._...... . ..,. ....m.._
MO 3 $5,000.00 $15,000.00
_.. ..... .. ........... . _ . ..... , ....
LS 1 $60,000.00 $60,000.00
_.._,,...� ,.,,_._.,_.. , . ... ..... ......... .... � �.....,..._._._..,....,_,.
�p 1 $6,000.00 $6,000.00
_ ....... ... . . ........ . ... __ ,...............
Total - Unit 2: Sanitary Sewer Improvements $1,294,110.00
Unit 3: Prving Improvements
IB 0241. ]] 00 Remove Asphalt Pvmt 02 41 I S SY 18200 $9.00 $I63,800.00
�.....___-__ ..._ �_...,_.... �....�_. __..._.,....,_ .. _ �.._.__._...__..._.._...,,__.,..,,_...._....._.._
. 2B____ 3123 0101 Unclass�fied �xcavation by Plai� 31 23 16 CY 3830 $55 00 $210,650.00
._ __ ._._ .._ ........_._. ....._..� .--- - -.. __. � _._. .. _.._.....
3B 3213.0101 6" Conc Pvmt 32 13 13 SY 3148 $92.50 $291,190.00
......... ...., ..............._..................__......................__ _...
4B 3213.01fl3 8"ConcPvmt 321313 SY 15563 $86.50 $1,346,199,50
.,,.___,.__._._�.�.,,, __�_. ___..__.... ..._...,.............__.___.�._______._.�._._. __. __.�_...._.,..__..
SB 3213.0203 8" Conc Pvmt H�S 32 13 13 SY 1000 $96.50 $96,500.00
_.__....__. ...� ............. . ... ... .. ____.._ .. _ _, _......._..._......_............ .._. _ _
6B 3211.0502 8"LimeTreahnent 32ll 29 SY 21235 $5,20 $11Q422.00
v.......... .,..... .., . „.........., _ .........._ ...... .,...._.,_.. ........ .
7B 3211.04Q0 Hydrated Lime (8° � 401b/SY 32 11 29 TN 523 $350.00 $183,050.00
.�,_..�.._...__ �..W._.._.._. __..__�_..__-_____�,_,_,_„ � ,__..��_w,.,.�.._,.,..,...__,...�.._____._........_.........._...___._� ................__
8B 3305.0111 Valve Box Adjustment 33 OS 14 EA 26 $350.00 $9,100.00
.... _. . ._. . ...._ _... .... ,.._ _ _,... .. .._ _ .. ...
9B 3305.0107 Manhole Ad�ustment, Mivor 33 OS 14 EA 17 $600.00 $IQ200.00
_,. ...... ....... . ...___..... ..... . _ . ....
10 0171.0101 Construction Stakiug O1 71 23 LS 1 $25,000.00 $25,000.00
_.�.w.�. �..,..,,... _._._.___._.._,�.. ___....._n...._.,_,_.._.......rv,.,, ____._ .�. ___�_ �_.
11 0241.0100 Remove Sidewalk 02 41 13 SF 3000 $1,50 $4,500.00
_.. ., . __.._ _„ _... _ . _ --_ _
_ 12 0241.0200 Remove Step 02 41 13 SF 50 $5 00 $250 00
---... . . .. ... ..... . _..... ..... ._ ..._..,... . .....---. .. . .....
13 0241.0300 Remove ADA Ramp 02 41 13 EA 6 $150 00 $900.00
� 14 � 0241.0401 Remove Concrete Drive 02 41 13 � SF� 9900 $2.50 $24,750.00
...._ __... . __ .. _.., _. . .
15 0241 Q402 Remove Aspl�alt Drive 02 41 13 SF 8600 $2.50 $21,500 00
__ .. .._. .. . . . ........... _ . ..... . ,.. .....
16 0241,0500 RemoveFence 024113 LF 70 �5.00 $350.00
________.�.,. �_..______...._.�.._,_.___.a�...,._�,...._...�_.__.�._... �.___. ,..__.__......___._-_-__
17 0241.0702 Relocate Mailbox - Traditional 02 41 13 EA 13 $200.00 $2,b00.00
_ . ._ ... ._ . �. _ . _. _. . -- -
18 0241 0705 Remove and Repiace Mailbox - Bi �ck 02 41 13 EA 2 $2,500.00 $5,000 00
. ..... . . . .._.,.. _..- - - --. . . .
19 0241 1000 Remove Couc Pwnt � 02 41 15 SY 300 $12.00 $3,600.00
............._,,.._..,.._.,,,_._..,_.,._.,...,.,.,.__ ....,.........._..._.._....,...._...... , _. __. ,___. ,.,__.�._.._......_._. _._,..,._..�_,.._. _,._.....__........__,..,__.____._.._.
20 0241.1300 Remove Cone Curb&Gutter 02 41 ]5 LF 2200 $5.00 $11,000.00
............. _ .__.._... __ . ....._. _...._....... _... _........_. .._... . .. ,.....__.. ..._.... ....... .. . .... __ _. .__._.._..
21 0241.1400 Remove Conc Valley Gutter 02 41 15 SY 100 $12 00 $1,200 00
.. .............. ...... .....�.. ... __ ....... .
22 3110.0111 Site Clearing 3] 10 00 SY 500 $10 00 $5,000.00
� 23 � 3110.0102 6"-12" Tree Removal � 31 10 00 ��EA �� 7 $285,00 $1,995.00
........ ....... . . ..... r.. _.._.._ _... ....._ ..._._..,... �... ..,._._. ...._._._ . �._....... ._.. . _....._......... _._ .......
24 3110.0103 12'-18" Tree Removal 31 10 00 EA 1 $875.00 $875.00
_ ..... . ,.... ... .... .. .. ....... . ... ._... ... .......... . , .........._ .. . . . _..... . .,... . _.....
25 3110.0104 18'-24" Tree Removal 31 10 00 EA 1 $1,800.00 $1,800.00
_....26, ,.., 3110 0105 . ,,.,.�. _ ,�...� � .�. _._, . . ._ �. _ V w _ _.�
_,..
24 and Larger Tree Removal 31 10 00 EA 3 $2 100.00 $6,300.00
_., ._. __._...__.. _......_. ..._ ... . . ....
_
27 3124 0101 Embankment by Plan _ 31 24 00 CY 356 $45 00 $15,750.00
.. . .. .
..
_ ...... ..., ...._...... .. �1,500.00 �7,500.00
28 3 L25.0101 SWPPP >_ 1 acre 31 25 00 LS I
�_...._ �..._� _�._.,.. �. _ _w..___,.� , , , _,._.. .. . _.
29 32 (1 Ol l2 6 Flexible Base Type A GR 1 32 11 23 SY 500 $40.00 $20 000 00
..._ . _, . __. ...... ............. ...__�......._..... ......,.�. _,.._..
.__. . .
30 3212.0401 HMAC Transition 32 12 16 TN 100 $350.00 $35,000.00
... __ .......,,,_._ _ . ....,,,,, . . . ........ .. ..., ......_,, .... ............
31 3213.0301 4" Couc Sidewallc 32 13 20 SF 26500 $12.00 $318,000.00
__. ._ ._ ,,,. .__ .. _.._ _____. _._. __. .......__ _ ._ _ _. __. � . . .. _...
32 3213 0311 4" Conc Sidewalk Adjacent to CurU 32 13 20 SF 10800 $14.00 $151,200.00
_ ... ......... . _._ ._.. _. .... _ ......_.._ _�... .. _
. _. ._... _. ... _
33 3213 0321 Conc Sidewalk Ad�acent to Ret Wall 32 13 20 9F 400 $20.00 $8,000 00
.. . .. ... .... . . ......... _ . . .. .. ., ..._ _ .....
34 3213.0322 Conc Curb at Back of Sidewalk 32 13 20 LF 250 $15.00 $3,750.00
______m�. __ _ee� __ _._.._w.__�_�._... _,_.__._..__,,.____.._ ___.��..�... _
35 3213 0401 6 Concrete Dnveway 32 13 20 SF 18500 $14 00 $259,000 00
.... ,..__._.. ..... .. ......... .
36 3213 0501 Barner Free Ramp Ty�e R-1 32 13 20 EA _ 1 $3 500 00 $3,500.00
.... . . . _ _ .
37 3213.0503 Barrier Free Ramp T��e M 10.O �. y m W nrv��_ ____ 32 13 20 _ EA Z� $3 000 00 $6,000.00
38 3213.0504 Barrier Free Ramp, Type M-2 32 13 20 EA 1 $3,000.00 $3,000 00
_._ _... .. .� .... ..._ .._... ....._ ___...._ .. . _ _ .
39 3213 0506 Barrier Free Ramp, Type P 1 32 13 20 EA I6 $2 800.00 $44,800 DO
.._ _.._ . _...
40 3213 0507 Barrier Free Ramp, Ty�e P 2� 32 13 20 EA l $3 000 00 $3 QOQ 00
___...V__�__ __.._..._�_. .._...___� V_.___._._ __._.._._ .___.._....___.. __.. W_ ..... .._ _ �.. .
41 3217 0102 6 SLD Pvint Markivg.HAS (Y) 32 17 23 LF 720 $2 30 $1,656.00
_..
, _... � . .._., . . _ ., _ _..._ . � . . .....__ _..__.... _.. _ _ , _...._.. . . __,_ . _ .-- _ ..� _..
42 3217 0502 Prefoimed Thermoplastic Coutrast Markiugs 24 Crosswalk 32 17 23 LF 560 $30.50 $17,080 00
.,.. ., ...... _. ..
_43 _ 3217 0504 Preformed Thennoplastic Contrast Markiugs - 24" Stop Bars �� 32 17 23 LF 140 $13.50 $1 890 00
_ _ . _,_ . � _.. .._ _.. ,._ _ ..._ _ _ _ _ _ _.
44 3217 5001 Curb Address Paiuting . 32 17 25 EA 85 $100 00 $8,500 00
_._. _ .._ ___.._.. _._... __._......... _ ......... ..,_._.__.__, ....... ... _,,.. .._ .......,.
. � . ....
45 3231.0121 4' Chain Link, Aluminum 32 3] 13 LF 70 $50.00 $3 500 00
CITY O� P027' WORTT�I
STANDARD WNS'F2UCTION SPGCI�[CA7lON DOCUM�NTS
Revised 9/30/2021
zozx aona Y��� 3-com�o�i t�
City Projcct No. 104321
Addendum I
00 47. 43
BIDPROPOSAL
Pn�c 4 of 5
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
• -- -- - - -
� This form is provided for reference only.
? Please epter 6id prices in the eonfire bidtable.
� . ,:. . : _
Project Item Infonnatiou
IIidtisf Item
No.
Description
46 3232.OS00 Conc Ret Wall Adjacent to Sidewallc
_ �_ �.�._..,.. . _._ �____n _..,.__..._
47 3291 0100 Topsoil
.......... ...�-- --....... ..........,.,._.�... _...._.. __..._._.
48 3292,010� Block Sod Placement
... ___ .__.. . _ _._ ..._....
49 3346.0008 4 Pi�e Underdraiu, Type 8
_ v ._ _ ...
SO 3349 5005 Remove a��d Replace Inlet Top, 5
_..�.
51 3349.5006 Remove and Re�lace Inlet To�, 10'
.. _..__. . .. . .
52 3349.5007 Remove and Replace Iulet Top, 15'
53 �,3349.5008 Remove And Replace Inlet Top 20'
54 3441.4003 Fuxnish/Install Alum Sign Gxouud Mount City SYd.
- --._ . . ..... . .......... ... , .......... .. , .... . ._ .. .......
55 3441.4109 Remove Sigu Panel
56 � 3441.4ll 0 Remove and Reivstall Sign Pauel and Post
__ .... ..... __ _. . ........ .. . __ . _._ .. . ...___.......... _.._....._
57 3471.0001 Trnffic Control
. .... _,. ........... . . ....... ....... . .._.......,._ ..._ .._ ... .. .,...._--_..
58 9999.0005 Barrier Free Ramp, Type P 1, Mod�fcation A
.._�_._�_w__ __._........._
59 9999 0006 Barr�er Free R�mp Type Pml, Mod�Scation B
60 4499.0007 Barner Free Ram� Type P 1 Mod�fication C
.... ... . ....__..
61 9999,0008 Barrier Free Ramp�Ty�e PM1, Modification D
G2 9999 0009 Barr�er I'ree Ramp, Type P 2m Modi�cation A
.. _ _ . . _ ....... ..
63 9999 OOiO Barrier Pree Ramp, Type R 1 Modificahon A
__...._ .. _.... _., . ..... .. ......._
64 9999.0011 Barrier Free Ramp, Type M-2, Mod�fication A
____._.� .............__......._....,.._,... _.._ ....� _ ... . _.,.................._
65 9999 OQ 12 Barrier Free Ramp, Type M 2, Modificatiou B
......_. _ .. . _,. , _ .... _ ._
66 9999.0013 Concrete Median
. . . .... ...... ... .......... . . .,, ,., _ ........... ...... ........ � . ............ . . . .. _....
67 9999.0014 Concrete Steps
...,,,._,.,._.w__ _,,...__..__�.. _____
68 9994.0015 Miscellaueous Utility Adjushnent (Irrigation)
__. . .___... .. .._ . ....._ ... . . . ...._ . .. ....._ ., .... .. .._ . _ .,__...,._....... ,..
69 9999.0016 Constructiou Allowance (Pavmg)
Bidder's Application
Bidder's Proposnl
-- --�--- -------- - - - ---- ---
Specification Sec[ion No. Unit of B�d Unit Price Bid Value
Measure Quantity
.... ............. . ..... ............. . . . ............ ............ ................... _.. , ............. .................. .. . ..... ,.....,.
32 32 13 SF 200 $50.00 $10,000.00
3291 19 �����Y� CY � ��1000 � $30.00��m� W $30,000.00
......... __._....._._.. ..., , _ .. . ._......
32 92 13 SY 5700 $9.00 $51,300.00
., ..... ...,,,,
...
� 33 46 00 _ LP � 100 $20.00 $2,000 00
_ �.. _.__
33 49 20 EA 4 $9,000.00 $36,000.00
m., _. ._ .
m� 33 49 20 EA 3 $10,000.00 $30,000.00
. , .... . ., ..... .
33 49 20 EA 2 $11,500.00 $23,000.00
� �. �..� _
33 49 20 EA 3 $12 900 00 $38,700.00
....__ ....____... �. .._._._ ._.__, . .__ ..... . ........
34 41 30 EA 4 $485.00 $1,940.00
. ........ _. .., .......... . ....._. ._..
34 41 30 EA 1 $260.00 $260.00
34 41 30 � EA �� 9 $395.00 $3,555.00
� ....._� ... .. ...... .......... . . __._ .. _ ..
34 71 13 MO � $5,000.00 $30,000.00
. ... . _ ... ........ . ... . ......... . . ...,
32 13 20 EA 1 $3,800,00 $3,800 00
_W.W �.. � ..._._.....,__rv__..... ... ,,,..__.__ ,,_,,.... __ .. .,..._,,.
32 13 20 EA 1 $3,500.00 $3,500 00
_.. ._ .. . ,
32 13 20 EA 1 $3 800,00 $3,800 00
. ,_ .. , . - - -._.. _ . ., .., . . ._., ._. - -
32 13 20 EA 1 $3,500.00 $3,SOOw00
w...... . ...�._ _
32 13 20 �A 1 $3 250.00 $3,250 00
__ . , .... . . __ . . _... _...
32 13 20 EA 7 $5 000.00 $35,000 00
........... ._.. . . . _ ..._.
32 13 20 EA 1 $2,500.00 $2,500.00
_,_.___. __ ..�._. . ,,_.
32 13 20 EA 2 $3 500.00 $7 000 00
. . ...._... __.,._ . _ __ .. ._ � .. . ._ _.._... ._---- - _ ._...._
99 99 00 SF 2340 $14.00 $32,760.00
..... . . ..... .,, ........ _
99 99 00 SF 50 $25.00 $1,250,00
99 99 00 �LS � 1 $75,000.00 $75,000.00
.. ,�.......,_..._ . .......... ... ..�.._._. _ ._.....__..__ _ . .. ..
99 99 00 LS 1 $120 000.00 $120,000 00
Total - Unit 3: Paving Improvements $3,990,972.50
CITY OI� FORT WORTFI 2022 IIond Ycnr 3- Conlrucl 17
STANDARD CONSTRUCTION SPCCI�[CATIONDOCUMGNTS City I'rojuct No. 104323
Revised 9/30/202� Addendnm 1
W 42 47
➢IDI'ROPOSAL
Pngc 5 of 5
SECTION 00 d2 43
PROPOSALFORM
UNIT PRICE BID
; - _..__._ ..._.,_._ _ ,
� This form is provided for reference only
' Please enter bid prices in the Bonfire bidtable.
!
Project Itero Informltion
Bidlist Item �
Na Description
iTnit 3a: Paving Improvements - Alternate Bid A(POL)
IA 0241.1700 Pavement Pulverizatiou (11 �
_.._... ... . .. ... .. ............ .... ,....._._._ _ .......... .
2A 3123.0101 Unclassified Excavation by Plau
_. .. ,_ _ _.. __ .._.. ._...
3A 3211.0601 8" CemLime (�u,321b/5Y)
� 4A � 3212.6303 3" Asphalt Pvmt Type D
_.. . .. _...___ __. ..... . .. � .. . ...._... . __.......... ___
SA 3201.0614 Conc Pvmt Repair, Resident�al
. .. ....._. . ... . ....... . . . . ...
6A 3216.0101 6" Conc Curb and Gutter
�. ..� . . _ ._ . ,�
7A 3216.6301 7" Couc Valley Gutter Resideutial
�. ... .,... � ...,.. _�...
8A 3305.0111 Valve Box Ad�ustment w/Concrete collar
--.., _, , ... ,.,.....,.,. .............. . ...,,. .......
9A 3305.OI07 Muihole Ad.justment, Mmor w/Concrete collar
� l0A Deduct Items 1B-9B
Bidder's Proposal
Specification Section Na � I Unit of Bid Uuit Price Bid Value
Measure Quantity
------ -- - - --- - - - -
02 41 15 SY 16300 $20.00 $326,000.00
. _ � _ ..� _ . . . . _,.
31 23 16 CY 1300 $75 00 $97,SQ0.00
_ . .
32 11 29 TN 300 $520 00 $156,000.00
_._.... �._., . . ....... ..... . . ..Y .. ... .._ . . _ ._
32 12 16 SY 16300 $45 00 $733 500.00
. .. _..
32 O1 29 SY 310 $260 00 $80,600 00
... . ....... . . m, _ _
321613 LF 9420 $85.00 $800,700.00
_,_. .
321613 SY 840 $275,00 $231,000.00
................_. ..._ . _
33 OS 14 EA 26 $500.00 $13,000 00
33 OS 14 EA m 17 $850.00 $14,450.00
~� ��W� �µ � _$2,421,111.50
..., ......_.._.......
Total - Unit 3a: Paving Improvements - Alternnte Bid A(POL) $31,638.50
Unit 4: Stnrmwater Improvements
1 0171.010] Construction Stalcing O1 7] 23 LS 1 $925.00 $925.00
....... .. . .. ... ............. . ..... . ..,.....,.... ... . . , . . _ - __ __._.... . , .__........ _..
2 0241.420I Remove 4' Dro� ]nlet 02 41 14 EA 1 $1,000.00 $1,OOQ.00
_..� __..... _,_... _,.._._ _ ___. _.._. __.___.,.___ ___ _ .._,.�. _._____.... ......_.
3 3201.0400 Tem}�orary As}�halt Pavmg Repair (2 HMAC on 6 Flexbase) 32 O 1 18 LF 70 $45.00 $3,150.00
_ _._, _..... .. _ . . . ._.. ..
4 3301 0012 Post CCTV Ivspectiou of Stoun Dram 33 O1 32 LP 70 $30.00 $2,100 00
_... ......... ... . .... . _._... _._ . ....... .., .... .. .. ._...
5 3305,0109 Trench Safet� 33 OS 10 LF 70 $1.00 $70.00
�6�� 3305.0204 Irnported EmbedmeudBackfill, Crushed Rock 33 OS 10 CY � 2� $77.00 $],540.00
... _ _... ... _.. ._... _ ..... ._.. .,. _ ........_ . ..._ M .,_., . . _.._._.� .� . _�.... ,.
_ ._._
..
7 3305.0207 Imported Embedment/Back�ll, Select Fil] 33 OS 10 CY 40 $42.00 $1,680.00
. .,,., .
8 3341.0103 18" RCP, Class III 33 41 10 LF 30 $308.00 $9,240.00
_...__.�____.....W_.. �.__._.._ ��___.w._ ___,_.W,_ ._.__.....,__.�..�.___._._._._,,r.___�_____�..._...._�.....
9 3341 0205 24 RCP, Class III 33 41 10 LP 20 $328 00 $b,560 00
....__ ..... ..... _ . ....._ ........__. ._, ._�_.__��..... . ...._. .... ....._ . ,
10 3341 0302 30 RCP, Class III 33 41 10 LF 20 $352 00 $7,040 00
_ . . ........ _ ... .......... _. . ._..- - -- . . ....... . _
11 3349.5001 10' CurU Inlet 33 49 20 EA 2 $ I 1,150.00 $22,300.00
_�._.._.__.._.,,.__..... w_w.w.._,,,..._,w._...__..��_. �._. _.._..__.___.,�,w_._..�_�..___.____._..��___w_____.._
12 3471.0001 Traffic Control 34 71 13 MO 1 $5,000.00 $S,D00.00
__. _ . .. _ .. __.. .__ _. .. _.. .. __ . _,,.,
_
13 9999.OQ17 Construcrion Allowance (Stormwater) 99 99 00 LS 1 $10 000.00 $1Q000 00
Total - Unit 4 Stormweter Improvements
Bid Summaiy
Unit ]: Water Xmprovements
Unit 2: Sewer Improvements
Unit 3: Paving Improvements Base Bicl
Unit 3a: Psving Improvements Alternate A(POL)
IJnit 4 Stormwater Improvements
*Total 1 Base Bid (Concrete) Unit 1, 2, 3, & 4
*Total 2 with Alternate A(POL) Unit 1, 2, 3, 3A & 4
crry or• roa�• woR•ni
S'fANDARD L'ONS7RUC'CION SPPCIFICA7'ION llOCUMEMI'S
Revised 9/30/2021
*Note: The City Reserves thc right to sclect either Total 1 or Total 2.
END OF 5ECTION
Bidder's Application
Total
Total
$70,6�5.00
__._.....
�
$3,073,010.00�
$1,294,110.00 �
$3,990,972.50 �
$31,638.50 �
$70,G05.00 �
$8,428,G97.SOI
$8,4G0,33G.00 I
2022 �ond Ycnr 3- ContrnG 17
City Projecl Nu. 104323
Addendum t
Bid Bond
5urety Department
KNOW ALL MEN SY THESE PRESENTS,
That we, Stabile & Winn, Ine., as Principal, hereinafter called the Principal, and tk�e Ameris�re Mutual
insurance Comuan>> Corporation created and existir�g under the laws of the State of Michigan, whose
principal office is in Farmin�toi� Hills. M1, as Surety, hereinafter called tlie �urety, are held and fnnly bou�zd
unto the Citv of Fort Worfh, Texas, as Obligee, hereinafter called tlie Obli�ee, ii1 t�le su�n oi Five Percent
(5%) of the amount �id Doilars {$ ------------), for the ��ayment of which suin, well and truly to be rnade, the
said Principal and the said Surety, biiid ourselves, oun c�irs, executors, administrators, successors and assigns,
joi��tly and severally, fir�nly by these presents.
Whereas, the Principal has subinitted a bid �'or.
2422 Sond Year 3— Cantract 17 - Citv Proi�ct No. 104323
NOW THEREFORE, if the Obligee sl�all accept the bid of tlle Princi�ai and the Prii�cipal shall enter into a
contract with the �Uligee in accordance with the ter�ns of sueh bid, and give such band or bonds as may be
specified in tl�e bidcling or contract docume�zts with good and sufficient surety for tI�e faithfui perforrnance of
such contract a�1d for tl�e prompt pay�nent of'labor and material furnished in the prosecution thereof, or in t��e
�v�nt of the failure af the Pri��cipal ta enter such cantract and give such bond oz- bonds, if the Principal sl�all
pay to the Obii�;ee tl�e difference not to exceed the penalty hereof between the amount specified in said bid
and such lar�er• amount for which the Obligee may in gooc� faith contract witl� anotller party to perforin the
work covered by said bid, then this obligation sl�all be null and void, otherwise to reinain in full force and
effect.
Signed and seaIe� this 4th day of September, 2025.
At�eat:
I�.
Wit�aess:
Stabile & Winn, Inc.
{Principa _
�, �
G%uj� By - ---- - - _ - - __ {S�:AL}
� ] � Henders n, Vice-Presidrnt �4 �
By� ��"" '� -�' 1�
Amy �rb, ' ness
Arr�erisure Mutu�l Insurance
Cam an
�
By
St ve Tu ke , Attor�iey-in-Fact �`E��`'
Rorn� S-32G6-4 Prulted in U.S.A. 1 Z-70
AMERISURE MUTl1AL [NSURANC� C�MPA�IY
AMERESURE INSURANCE COMPANY
AMERIS�ll2� PARTNERS INSURANCE COMPANY
POWER OFATTORNEY
A�MERfSURE
���su�ETY
K\'0�1' ALL R[E\ 132 "I iIESE PRGSEnT$: Thaf Amerisure Mulual Insur�uicc Con�pam, Amerisure [c�surance Company and nmerisure Partne�s Insurance
Com�am� are corporKiion. duIp org��izcd undc�� Lllc la�ti�s oi'the State nFP9icl�i2an (]�erciu calleelivcly the "Compa��ics'�), �uitl that the C(�mpanirS �iu hereb}�
niakc.. canstitute acid aF�p�ic�i
TRACY TUCK�R, STEVEN TUCKER, KEVIN J. DUNN, W. LAWRENCE BROWN
BENN�TT BROWN AND ROBERTA N. ERB
�f Tucker Agency, Ltd. _€ts true and la�vful Atton�ey{s)-sn �act. each in tl�eir sej�a��ate c�pncity if rnore than one is i�a:�zed above, to sign. execute,
seal and ackna«lecige, f'ur and on its behxlf arid ��s its act at�d deed. botzds orothers tvritings ohli�atory in tiie nasure afdUand ori behalfofeach oi said Cornp�u�ies,
as surety, n:i contracts or si�retyship �v� are or m�y be mr�uired or pcnnitted by lan, regulation, contract or other�i�ise. pro� ided il�at na bond or undertafiing ur
cuntract or suz'el}�ship i�xceutid under ihis aulharil}� shall exceed ttte amounl 01':
ONE HUNDRED MILLION ($100,aao,00D.00) DOLLARS
fhis Po�rer ol'Altornc� is granted and si�Yned br� facsimile under and b� th� authority of' �Eic ii�llo�+i�ig Resolutic>ns �dopted h� the Lioards of L7irectors nf
Arnerisure Mutual Insur�nce Company, ��merisure Insurance i-ompan}° and Amerisurr Paitners insurance Campany a# meetings dul�� called and i�eld on I'ebruar}�
17, 2022.
"R1�:SOL'4'1:I), thal an� tn-o oftiie President & ChieF E�ecutive Ofk�icer, the C'hieFl�ivancial OIIicer& Trcasurer, ah� Seninr Vicc Presidenl5urrty; tkic
Vice Presidrnt Suret� , or tiie Gener�il i:oui�sel & Corporatc Sccrctary €�e, and each or an� of ihciai hereby is authorized tn e�;ecuie, � Yon�er of Attc�rneg q��alsfi�ing
thc attrn�ne��-in-fad named i�� th� given Prna�er of nttarne� to ekecute o�� bel�all' �P tl�e Coan;��nc bonds, undertakings and a11 cnntracts uf sureiv, and that
Presidesit �2 Ch ie f Lxeciitire OI'iic�r. Cl�icf'Fina�3ci��l Of�ficer& 'CreTsurer ur C�eneral C�uunscl & Cnr��nratc 5ccrctary each ni an} oi�ihc�z� hcrcb�� is <iuthorizctl
tn attest to dic eaccution of nuy such Power of Ariorne5� �sid tn attach tiie-rein the scal of [ite Company;
Fi.'�iTl1GR RGSOL�'ED. tl�ai the sign�ture of sucli officers a�id ckie sca] oi tlte Company mxy �e affixed to a�iy such Power of Attari�ey or ta anycerti�cate
relating theretn electrottic�ily/digitally nr by facsimile. �u�d anr° such Pon�er of Attomey or acrtificate bcarino such electronic/ciigital or f'acsimite si�nat�ires or
etectronicldi�i[al or t�acsimile seal shall be hindine uhon thc C��mpan3- tirhen su afF�ixed �nd in tl�e future wiilf regard ta any bo�zd, uudertaki�ig m� contract
ofs2zrety to tia�hich if is aTtached;
1�11R'17iLR KGSOLI'GI?, thai any tivork ctiraicd nut by the aftomev-rn.fari nursnattl to [ktis r�snluticro sl�ali b� valitl �nd hindiat� upun thc Con�pa��}'.
,,���,L €N3��,; .,,,•\�S U RA yc ; Ei d L'� �'�t�� n ork���A `•;
r�`�'pF40!'q�,H�':- :^�-'p�'�4'Of+''1j.({�:= �.' :'�4,.•OR• 4�'.9�t.
:�.� Michael A, ]to, Senior Vice I residecu 5urcty : v.; c, m�..�:
- o rn•,c�, :R":� ��..n:
'w� S�AL :�_ ��' S�AL :�; � `�: SEAL ;�:
.�:
_ �'�. z000 . � s = ��� zssa .'v_ � ,�-- : e� �. 2aoo : o:
sd'��+ti, �c?.�'a, �=""�'�i� a.��: B�': �• ��.-
•,,,,�� c:r��GP..h,. %;`L��.ctnc�••�:� :�"�'�1'i�,HICF��.aD:
y'. .�,. r,,•• Aaron (ireeu, Vice Presideni Sure �
�, *.. � -. * i. � , �;� ,' *I�..*� ,:
IN 4V1'TNLSS V�'HEREUF, An�erisure Mutual Insnrance Co:f�pany, Amerisure [nsurance C'omga�n� �u�d Art:erisu��e Partners liuura��ce Compan},
have �aused their afiicial seals to be lierevnio affi�ed. and thesc preser�ts tn be si�ned l�y tl�eir authurized ufGcers [his 26th �ay oF April z� 23
Amerisure Mutual insurance Com��any
Amerisure Insurance Company
AmerisUre Yartners Insurance Compan,y
5tate nl Iilinois
CotFnty� of [Canc
On t�is �6th����. ��• Apfl� _2p23 ��fore me; ��Notaty Yublic persottally appeared Michael A. Ilo. of Amerisuir Mu[ua] [i�suranc� Ci�m�any. A�nerisure
lnsurance Compan}' a3id ;lmerisure t'ar[ners [nsuruice Ci�mpan} a��d t�aroo Green of Amerisure Iviutual lnsur�nce Comp�i��. A�nerisur� Insuran�� Campai��
ai�d Amcrisurc Paruurs [nsurancc Company, personall�� kito���n tn me, whn bcing by mc dulg s«�nrn, xcknotivl�tJge�i that ihe�� signrd the abnve Prnscrol�Attrn��ev
as ofiicers� ofi anc3 ackno�rled�ed said instrurnent to be ll�e volw�itary act anJ deed of their respecti��e companies.
o�iain�&� ��1 S 1 . �
M KENNY
raara�vPueuc,s�a�a�iwr�as M.Kes3ny.?�Iut1�y Public
MY COMM38�ON 6%P3RES 141IMl�P�6
i, Chrfstunl�c� M- S��aude, tllc duh clected C"hiei I inancia] Officer & Treasurer of Arnerisum h4utual fnsurance Conzpan}. /lmerisura latit�r�u�ce Co�up�az` and
A«�erisure Part��cr, 1nsw�Ance Compa�iy. do t�creU�' �erlitj' ��d attest tltat Itte at�ave an� li�iegoing is a Iruc a��d cnmet a�p}� ol'a Pnwer uf At�fur,i� < txe_ute� !.�
said CompNiies. ���hich ren�ains in iull force Fu�d effect.
1N W[TNLS,S WHEREC)F, I liat�c sel m� hu�d �d aitixed the seals ofthe Companies this 4tl} da� ol� September 20 25 ,
L/ " �. C� �"'�..�
Christo�her ��1. 5paude, Cliief Financisl Ofticer & Treasur�r T
OD 43 3�
VENCJOR CDM�'LIRNCE 70 STATE LqW
Page 1 of t
s�cTioN o0 4s 37
VENDOR COMPL[ANCE TO S�ATE LAW �EON RESIDENT BIDDER
Texas Go�emmeni Code Chapter 2252 was adopted for the award of contracts #o nonresident bidders. This
�aw provides that, in order to be awarded a contract as low bidder, nonresid�nt bidders (o�t-flf-state
contractors whase corporate offices or prirscipal place of business are outside the 5tate of Texas} bid projects
for cons�ruction, improvements, supplies or ser�ices in Texas at an amount lower than the lowest Texas
r�sident bidder by the sarr�e amount that a Texas resident bidder wnuld be required to uncferbid a nonr�sident
bidder in ord�r to ob#ain a comparable contract in the State which the nonresident's principal place of business
�S located.
The appropr€ate bEanks in 5ection A must be filled out by all nonresicler�t bidders in order for yaur bid to meet
specifications. The failur� of nonresident bidders to do so will automatically disqualify that bidder. Resident
bidders must check the box in 5ecfin� B,
A. Nonresident bidders in the State of , our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of , our principal place af business,
are not required to under}�id resident E�idders.
B. The principa! piace af business of our campany or our parent campany or majority owner is
in the State of Texas 0
BIDI]�Ft:
Stabile &Winn, Inc.
P.O. Box 79380
Saginaw, TX 76179
By: Jerry Hendersan
yy_
s�
�"-' ' '---_��
.r.t..:-._�_. �-:��
�� {Signature}
��
Title: Vice President
Date: 5ept. 4, 2025
F11�U OI� S1;C"1'10�
CITY OF FORT WORTH
STANDARU CONSTRUGT[QN SPECIFICATION QOCIJN{ENTS 2027 �oRd Year 3- Contract 17
ReviSed 9l3012021 City Pro�ect Np. 164323
004511-1
BIDDERS PREQUALIFICATIONS
Page 1 of3
1 SECTION 00 45 11
2 BIDDERS PREQUALIFICATIONS
4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or
5 have applied for prequalification by the City for the work types requiring prequalification
6 priar to submitting bids. To be considered far award of contract the Bidder must submit
7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with
8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed
9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with
10 the requirements below. The information must be submitted seven (7) days prior to the
11 date of the opening of bids. Subcontractors must follow the same timelines as contractors
12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at
13 the time bids are opened and reviewed may cause the bid to be rejected.
14
15
16 The prequalification process will establish a bid limit based on a technical evaluation and
17 financial analysis of the contractor. For example, a contractor wishing to submit bids on
18 projects to be opened on the 7th of April must file the information by the 31 st day of March
19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's
20 Prequalification Application, the following must accompany the submission.
21 a. A complete set of audited ar reviewed financial statements.
22 (1) Classified Balance Sheet
23 (2) Income Statement
24 (3) Statement of Cash Flows
25 (4) Statement of Retained Earnings
26 (5) Notes to the Financial Statements, if any
27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles
28 of Incorporation, Articles of Organization, Certificate of Formation, LLC
29 Regulations, and Certificate of Limited Partnership Agreement).
30 c. A completed Bidder Prequalification Application.
31 (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas
32 Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification
33 number visit the Texas Comptroller of Public Accounts online at the
34 following web address www.window.state.tx.us/taxnermit/ and fill out the
35 application to apply for your TeXas tax ID.
36 (2) The firm's e-mail address and fax number.
37
38
39
40
41
42
43
44
�
e.
(3) The firm's DiJNS number as issued by Dun & Bradstreet. This number
is used by the City for required reporting on Federal Aid projects. The DUNS
number may be obtained at www.dnb.com.
Resumes reflecting the construction experience of the principles of the firm for firms
submitting their initial prequalification. These resumes should include the size and
scope of the work performed.
Other information as requested by the City.
45 2. Prequalification Requirements
46 a. Financial Statements. Financial statement submission must be provided in
47 accordance with the following:
48 (1) The City requires that the original Financial Statement or a certified copy
49 be submitted for consideration.
CITY OF FORT WORTH 2O22 Bond Year 3— Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104323
Revised August 13, 2021
00 45 11- 2
BIDDERS PREQUALIFICATIONS
Page 2 of 3
1 (2) To be satisfactory, the financial statements must be audited or reviewed
2 by an independent, certified public accounting firm registered and in
3 good standing in any state. Current Texas statues also require that
4 accounting firms performing audits or reviews on business entities within
5 the State of Texas be properly licensed or registered with the Texas State
6 Board of Public Accountancy.
7 (3) The accounting firm should state in the audit report or review whether
8 the contractor is an individual, corporation, or limited liability company.
9 (4) Financial Statements must be presented in U.S. dollars at the current rate
10 of exchange of the Balance Sheet date.
11 (5) The City will not recognize any certified public accountant as
12 independent who is not, in fact, independent.
13 (6) The accountant's opinion on the iinancial statements of the contracting
14 company should state that the audit or review has been conducted in
15 accordance with auditing standards generally accepted in the United
16 States of America. This must be stated in the accounting firm's opinion.
17 It should: (1) eXpress an unqualified opinion, or (2) express a qualified
18 opinion on the statements taken as a whole.
19 (7) The City reserves the right to require a new statement at any time.
20 (8) The financial statement must be prepared as of the last day of any month,
21 not more than one year old and must be on file with the City 16 months
22 thereafter, in accordance with Paragraph 1.
23 (9) The City will determine a contractor's bidding capacity for the purposes
24 of awarding contracts. Bidding capacity is determined by multiplying the
25 positive net working capital (warking capital= current assets — current
26 liabilities) by a factar of 10. Only those statements reflecting a positive
27 net working capital position will be considered satisfactory for
28 prequalification purposes.
29 (10) In the case that a bidding date falls within the time a new financial
30 statement is being prepared, the previous statement shall be updated with
31 proper verification.
32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be
33 submitted along with audited or reviewed financial statements by firms wishing to be
34 eligible to bid on all classes of construction and maintcnance projects. Incomplete
35 Applications will be rejected.
36 (1) In those schedules where there is nothing to report, the notation of
37 "None" or "N/A" should be inserted.
38
39
40
41
42
43
44
45
(2) A minimum of five (5) references of related work must be provided.
(3) Submission of an equipment schedule which indicates equipment under
the control of the Contractor and which is related to the type of work for
which the Contactar is seeking prequalification. The schedule must
include the manufacturer, model and general common description of
each piece of equipment. Abbreviations or means of describing
equipment other than provided above will not be accepted.
46 3. Eligibility for Award of Contract
47 a. The City shall be the sole judge as to a contractor's prequalification.
48 b. The City may reject, suspend, or modify any prequalification for failure by the
49 contractor to demonstrate acceptable financial ability or performance.
50 c. The City will issue a letter as to the status of the prequalification approval.
CITY OF FORT WORTH 2O22 Bond Year 3— Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104323
Revised August 13, 2021
004511-3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to
2 perfarm the prequalified work types until the expiration date stated in the letter.
3
8 END OF SECTION
CITY OF FORT WORTH 2O22 Bond Year 3— Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104323
Revised August 13, 2021
00 45 12
PREQUALIFICATION STATEMENT
Page 1 of 1
SECTION DO a5 12
PREQl1ALIFICATION STAT�MENT
Each Bidder for a City procurement is required to complete t�e informatian below by identifying the prequali#ied
contractors andlor subcoRtractors whom they inter�d to utilize for the major wprk type(s) listed.
Major Work �fype
Water Dis#ributian,
UrbanlRenewal, 12-inches
diameter and srnaller
Sewer Collectian 5ystem,
Urban/Ren�wal, 12-inches and
smaller
CCTV, 12-inches and smaller
Hspna�t raving
CanstructionlReconstruction
(15,OQ0 Square Yards and
c;on�t��4e F'�a�mg
C o n siru cti o nlRe co n st ru cti o n
(15,OQ0 Square Yards and
�erl
Sanitary Sewer
Manholel5tructure �nterior
Lining - Warren Coating
Sanitary 5ewer
ManholelStructure Interior
Lining - Chesterton Coat[ng
0
ContractorlSubcanfractor Campany Name
Woody Gontractors
Woody Contractors
American Rehab & Ir�spections
Peac�tree Construction
f+�171���►��fTiwR.�
Madero Engineers, A�chitecks & Gonstructors
Madero Engineers, Architects & Constructors
PreqUalification
Expiration Date
4/30/2026
4/30/2026
1/3112026
913012Q26
913DI2026
413012 �26
4/30/2026
The undersigned hereby certifies that the contractors andlor s�bcantractors described in the ta�le abo�e are
currently prequalified for the work types listed.
BiDDER:
Stabile & Winn, I�c.
P.O. Box 79380
Saginaw, TX 76179
B : ,�erry Henderso�%
�
� �- -- - -- -�.�_ _
(Signature)
Titie: Vice President
Date: �1 � 4 � 2.�0 21!°��
�
END OF SECTfON
CITY OF FORT WORTN
S7ANDAR� CONSTRUCTION SPECIFlCATION DOCUft+lEN75 2022 Bond Year 3- Contraci 17
Revised 0913012D21 City Project No, 104323
004526-I
CONTRAC"�'OR C(}MPf,IANCf; Wl'I�H W(iRKf.ifZ'S COMPr1�SATION LAW
Pagc I oJ' I
2
3
4
5
6
7
8
9
10
1]
12
13
1�
15
]6
I7
[8
]9
20
2l
22
23
24
25
26
27
28
29
30
31
32
33
34
35
3G
37
3$
�9
40
SECTIUN 00 45 26
CON`I'RAC"f'OR COMPLIANCI� WI�FH WORK]�IZ'S COMPrNSATIQN I.,�W
P�n�sua�zi to'l,exas Labor Code Section �06.09G(a), as a���caaded, Contractor certifies �hat it
p�•ovidcs wor]<er's con�pc�lsatio�l insueance coverage Ior all of its c���ployees em�loyed on City
l'roject No. ID4323 Coz�ti-actor fui�ihcr certifies that, pursuani to `[�ex�s Labor Codc, Scctian
�06.09b(b), as ainca�ded, it will provicie to Cit�y its subcontractor's certificatcs of compliance wiih
woz�kei's cosn}�ensatioii coverage,
CONTRACTOR:
Stabil� & Wtnn, Inc.
Con�pany
P.O. Box 79380
Address
Saginaw, TX 76179
City/5tate/7ip
�'I IE S`I'�1'I'L• OF 'I,I?Xl�S
COUNTY OF "1'ARIZl1NT
13y: Jerry Henderson
(Pl ase Print)
.�. _��
Si�naturc: �
`Citle: Vice President
{Pleasc Print}
�
§
�3�FORIi Mk;, ihe undersigned autiioi•ity, oil this day persottall}� ���peared
Jerry Henderson , l<z�own to me ta be tlle pe3-soi� �vllose na�ne zs
subsca�ibed to ihe foregoii�g iilsirument, aild ackilowledged to me that E�elshe executed tl�e same as
il�c act aazd deed of Stabile & W{nn, Inc. for the puepascs a��d
considerat[o�� thez•ein ex�ressed and in the capacity thercin stated.
G1VI?N UNI]i:R MY HAND ANI) SL'AL OF OT'I'IC�; tl�is �fh dav of�
5eptember , �p 25.
�r��" "�° Y �
No�t'ary Public in and Far �e 5t � Tcxas
�Nn o�� sY,cTic�N
• DIANA DlAZ -
- r°iP��Pu�� NOTARY PU�UC -
* * STATE QF 7EXAS =
. �'�Ofi1�P� MY COhillvl. EXP. Ofi/19/28 ;
- NpiARY ID 134953344 :
CITY O[� FOR"I� 1�VOlt�f1-L
STANUARfJ C0�1S'C[�UCT10�I SPCCIFICA'I"ION DOCUM�NTS
Rcvfsed.lu�v 1,2011
?U22 f3ond Y�ar 3 —Contract 17
City Projec€ 1n.� i0�7323
005243-1
Agreement
Page 1 of 6
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on December 9, 2025, is made by and between the City of Fort
Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager,
("City"), and Stabile & Winn, Inc., authorized to do business in Texas, acting by and through its
duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as
Parties.
City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows:
Article 1. WORK
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein.
Article 2. PROJECT
The project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
2022 Bond Year 3 Contract 17
City Project No. 104323
Article 3. CONTRACT PRICE
City agrees to pay Contractor for performance of the Work in accordance with the Contract
Documents an amount, in current funds, of Eight Million, Four Hundred Twenty Eight Thousand,
Six Hundred Ninety Seven and 50/100 Dollars ($8,428,697.50). Contract price may be adjusted
by change orders duly authorized by the Parties.
Article 4. CONTRACT TIME
4.1 Final Acceptance.
The Work shall be complete for Final Acceptance within 400 calendar days after the date
when the Contract Time commences to run, as provided in Paragraph 2.02 of the General
Conditions, plus any extension thereof allowed in accordance with Article 12 of the General
Conditions.
4.2 Liquidated Damages
Contractor recognizes that time is of the essence for completion of Milestones, if any, and
to achieve Final Acceptance of the Wark and City and the public will suffer from loss of
use if the Work is not completed within the time(s) speci�ed in Paragraph 4.1 above. The
Contractor also recognizes the delays, expense and difficulties involved in proving in a
legal proceeding, the actual loss suffered by the City if the Work is not completed on time.
Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated
damages for delay (but not as a penalty), Contractor shall pay City six hundred fiftv and
00/100 Dollars ($650. 00) for each day that expires after the time specified in Paragraph 4.1
for Final Acceptance until the City issues the Final Letter of Acceptance.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH 2O22 Bond Year 3 Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104323
Revised June 13. 2025
005243-2
Agreement
Page 2 of 6
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
A.The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
1. This Agreement.
2. Attachments to this Agreement:
a. Bid Form
1) Proposal Form
2) Vendor Compliance to State Law Non-Resident Bidder
3) Prequalification Statement
4) State and Federal documents (project specific)
b. Current Prevailing Wage Rate Table
c. Insurance Certification Form (ACORD or equivalent)
d. Payment Bond
e. Performance Bond
£ Maintenance Bond
g. Power of Attorney for the Bonds
h. Worker's Compensation Affidavit
i. MBE and/or SBE Utilization Form
3. General Conditions.
4. Supplementary Conditions.
5. Specifications specifically made a part of the Contract Documents by attachment or,
if not attached, as incorporated by reference and described in the Table of Contents
of the Project's Contract Documents.
6. Drawings.
7. Addenda.
8. Documentation submitted by Contractor prior to Notice of Award.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
Article 6. INDEMNIFICATION
6.1 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 arising out of, or alleged to arise out of, the work and services to be performed
by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnification nrovision is sneci�callv intended to onerate
and be effective even if it is alle�ed or uroven that all or some of the dama�es bein�
sou�ht were caused, in whole or in part, bv anv act, omission or ne�l�ence of the citv.
This indemnity provision is intended to include, without limitation, indemnity for costs,
expenses and legal fees incurred by the city in defending against such claims and causes
of actions.
CITY OF FORT WORTH 2O22 Bond Year 3 Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104323
Revised June 13. 2025
005243-3
Agreement
Page 3 of 6
6Z Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification nrovision
is specificallv intended to onerate and be effective even if it is alle�ed or proven that all
or some of the damages bein� sou�ht were caused, in whole or in nart, bv anv act,
omission or ne�li�ence of the citv.
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are defined in Article 1 of the General Conditions will
have the meanings indicated in the General Conditions.
7.2 Assignment of Contract.
This Agreement, including all of the Contract Documents may not be assigned by the
Contractor without the advanced express written consent of the City.
7.3 Successors and Assigns.
City and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements and
obligations contained in the Contract Documents.
7.4 Severability/Non-Waiver of Claims.
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon City and Contractor.
The failure of City or Contractor to insist upon the performance of any term or provision of
this Agreement or to exercise any right granted herein shall not constitute a waiver of City's
or Contractor's respective right to insist upon appropriate performance or to assert any such
right on any future occasion.
7.5 Governing Law and Venue.
This Agreement, including all of the Contract Documents is performable in the State of
Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
Northern District of Texas, Fort Worth Division.
7.6 Authority to Sign.
Contractor shall attach evidence of authority to sign Agreement if signed by someone other
than the duly authorized signatory of the Contractor.
7.7 Non-appropriation of Funds.
In the event no funds or insufficient funds are appropriated by City in any fiscal period for
any payments due hereunder, City will notify Vendor of such occurrence and this Agreement
shall terminate on the last day of the fiscal period for which appropriations were received
without penalty or expense to City of any kind whatsoever, except as to the portions of the
payments herein agreed upon for which funds have been appropriated.
CITY OF FORT WORTH 2O22 Bond Year 3 Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104323
Revised June 13. 2025
005243-4
Agreement
Page 4 of 6
7.8 Prohibition On Contracts With Companies Boycotting Israel.
Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Contractor has 10 or more full time-employees and the
contract value is $100,000 or mare, the City is prohibited from entering into a contract with
a company for goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to
those terms in Section 808.001 of the Texas Govemment Code. By signing this contract,
Contractor certifies that Contractor's signature provides written verification to the
City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not
boycott Israel; and (2) will not boycott Israel during the term of the contract.
7.9 Prohibition on Boycotting Energy Companies.
Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government
Code, the City is prohibited from entering into a contract for goods or services that has a
value of $100,000 or more, which will be paid wholly or partly from public funds of the City,
with a company (with 10 or more full-time employees) unless the contract contains a written
verification from the company that it: (1) does not boycott energy companies; and (2) will
not boycott energy companies during the term of the contract. The terms "boycott energy
company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the
Texas Government Code. To the extent that Chapter 2276 of the Government Code is
applicable to this Agreement, by signing this Agreement, Contractor certifies that
Contractor's signature provides written verification to the City that Contractor: (1)
does not boycott energy companies; and (2) will not boycott energy companies during
the term of this Agreement.
7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries.
Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code, the City is prohibited from entering into a contract for goods or services
that has a value of $100,000 or more which will be paid wholly or partly from public funds
of the City, with a company (with 10 or more full-time employees) unless the contract
contains a written verification from the company that it: (1) does not ha�e a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association;
and (2) will not discriminate during the term of the contract against a firearm entity or firearm
trade association. The terms "discriminate," "firearm entity" and "firearm trade association"
have the meaning ascribed to those terms by Chapter 2274 of the Texas Government
Code. To the extent that Chapter 2274 of the Government Code is applicable to this
Agreement, by signing this Agreement, Contractor certifies that Contractor's signature
provides written verification to the City that Contractor: (1) does not have a practice,
policy, guidance, or directive that discriminates against a firearm entity or firearm
trade association; and (2) will not discriminate against a firearm entity or firearm trade
association during the term of this Agreement.
CITY OF FORT WORTH 2O22 Bond Year 3 Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104323
Revised June 13. 2025
005243-5
Agreement
Page 5 of 6
711 Immigration Nationality Act.
Contractor shall verify the identity and employment eligibility of its employees who perform
work under this Agreement, including completing the Employment Eligibility Verification
Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms
and supporting eligibility documentation for each employee who performs work under this
Agreement. Contractor shall adhere to all Federal and State laws as well as establish
appropriate procedures and controls so that no services will be performed by any Contractar
employee who is not legally eligible to perform such services. CONTRACTOR SHALL
INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,
LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY
CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS,
AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right
to immediately terminate this Agreement for violations of this provision by Contractor.
7.12 No Third-Party Beneficiaries.
This Agreement gives no rights or benefits to anyone other than the City and the Contractor
and there are no third-party beneficiaries.
7.13 No Cause of Action Against Engineer.
Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their
sureties, shall maintain no direct action against the Engineer, its officers, employees, and
subcontractors, for any claim arising out of, in connection with, or resulting from the engineering
services performed. Only the City will be the beneficiary of any undertaking by the Engineer.
The presence or duties of the Engineer's personnel at a construction site, whether as on-site
representatives or otherwise, do not make the Engineer or its personnel in any way
responsible for those duties that belong to the City and/or the City's construction contractors
or other entities, and do not relieve the construction contractors or any other entity of their
obligations, duties, and responsibilities, including, but not limited to, all construction
methods, means, techniques, sequences, and procedures necessary for coordinating and
completing all portions of the construction work in accordance with the Contract Documents
and any health or safety precautions required by such construction work. The Engineer and
its personnel have no authority to exercise any control over any construction contractor or
other entity or their employees in connection with their work or any health or safety
precautions.
CITY OF FORT WORTH 2O22 Bond Year 3 Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104323
Revised June 13. 2025
005243-6
Agreement
Page 6 of 6
IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective
as of the date subscribed by the City's designated Assistant City Manager ("Effective Date").
Contractor: Stabile & Winn, Inc.
By:
Signature
Jerry Henderson
(Printed Name)
Vice President
Title
P.O. Box 79380
Address
Saginaw, TX 76179
City/State/Zip
11/26/2025
Date
City of Fort Worth
By:
����I�'�— �
Jesica McEachern
Assistant City Manager
O1/14/2026
Date aaan
4Fopr °�a
�oF��� °� k� a
a>� odd
o°i`a o 89.�0
Attest: ,�o o=,
�� A �� P°d*°°� ��°`�
abp nEXp?o.G'4
Jannette Goodall, City Secretary
(Seal)
M&C: 25-1092
Date: 12/9/25
Contract Compliance Manager:
By signing, I acknowledge that I am the person
responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements.
n_�
Justina Samaan (�ec 9, 2025 08:23:11 CSTj
Justina Samaan
Professional Engineer
Approved as to Form and Legality:
���G
Douglas Black (Jan S, 202613�.07:13 CST)
Douglas W. Black
Sr. Assistant City Attorney
APPROVAL RECOMMENDED:
�Q.,�.�..�,.:.,.,�.
Lauren Pricur (Dec 29, 2025 lO:Ofl:O� C51 j
Lauren Prieur, Directar,
Transportation & Public Works
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH 2O22 Bond Year 3 Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 104323
Revised June 13, 2025
00 61 13 - 1
PERFORMANCE BOND
Page 1 of 2
1
2
3
4
5
6
SECTION 00 61 13
PERFORMANCE BOND
Bond No. 8056652
7
8
9
10
11
12
13
14
15
16
17
TH� STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT §
That we, Stabile & Winn, Inc., known as "Principal" herein and
Amerisure Mutual Insurance Compan� _ , a corporate surety(sureties, if more than
one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one
or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created
pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Eight Million, Four
Hundred Twenty Eight Thousand, Six Hundred Ninety Seven and 50/100 Dollars ($8,428,697.50),
lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment
of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators,
successors and assigns, jointly and severally, frmly by these presents.
WHER�AS, the Principal has entered into a certain written contract with the City awarded
18 the 9'h day of December, 2025, which Contract is hereby refer�•ed to and made a part hereof for all
19 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories
20 defined by law, in the prosecution of the Work, including any Change Orders, as provided for in
21 said Contract designated as 2022 Bond Year 3— Contract 17, City Project No. 104323
22 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
23 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully
24 perfo�7n the Work, including Change Orders, under the Contract, according to the plans,
25 specifications, and contract documents therein referred to, and as weil during any period of
26 extension of the Contract that may be granted on the part of the City, then this obligation shall be
27 and become null and void, otherwise to remain in full force and effect.
28
29
PROVIDED FURTHER, that if any legal action be fled on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
30 Worth Divisiott.
CITY OF FORT WORTH 2O22 Bond Year 3— Contract l7
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104323
Revised December 8, 2023
00G1 13-2
PERFORMANCE i�OND
Page 2 of 2
1 'This bond is made and executed in compliance with the ��rovisions of Chapter 2253 of the
2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
3 accoi•dance with the provisions of said statue.
4 IN WITN�SS WHEREOF, the Principal aiid the Sui•ety liave SIGNED and SEALED tliis
5 instrument by duly anthorized agents and officers on this the 9th day of December
6 . 20 25 .
7
8
9
10
11
12
13
14
15
IG
17
18
19
20
21
22
23
24
25
26
27
28
29
3a
31
32
33
34
35
36
37
38
39
40
41
42
43
44
ATTE " :
. �
(Pr icipal) Secretary
Wi�t ess as to Pru pal
PRINCIPAL: S bile & Winn, Inc.
BY: -
Signature
ler�y Henderson, Vice President
Name and Title
Address: _p0_ B4x79,380
Saginaw, "1'exas 76179
SURETY:
Amerisure Mutual Insurance Company
- ----
g --��
: _ ' _ -=•--� _ _ -
Si�n ture'` �
Tracy `1'ucker, Attorney-in-Fact
Name and Title
Add�•ess: 2821 W. 7th Street #500
_Fort Wor�h, T��s 761Q7
Wit ss as to n�ery Telephone Number: _ 817-336-8520
Ema;l Add►�ess: Trac}�@TuckerAgency.com
*Note: If signed by an officer of the Surety Company, there must be on file a certified exU�act
fi�om tlie by-laws showing tl�at this person lias autlioi•ity to sign such obligatio�i. If
Surety's physical addi•ess is different fi•om its cnaili�ig addi•ess, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
C1TY OF POR'I' WOR'fH 2O22 Bond Year 3— Coutract 17
STANDARD CONSTRUCf ION SPECIFICATION DOCUMGNTS City Projecl No. 104323
Revised December 8, 2023
00 61 14 - 1
PAYMENT BOND
Page 1 of 2
]
2
3
4
5
6
7
8
9
]0
11
12
13
14
15
16
THE STAT� OF TEXAS
COUNTY OF TARRANT
SECTION 00 61 14
PAYMENT BOND
.
I3ond No. 8056652
KNOW ALL BY TH�S� PRESENTS:
That we, Stabile & Winn, Inc., known as "Principal" herein, and
_ Amerisure Mutual Insurance Company __, a corporate surety
(sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether
one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation
created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of
Eight Million, Four Hundred Tweniy Eight Thousand, Six Handred Ninety Seven and 50/100
Dollars ($8,428,697.50), lawful money of the United States, to be paid in Fort Worth, Tarrant
County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents:
17 WH�REAS, Principal has entered into a certain written Contract with City, awarded the
18 9'�' day of December, 2025, which Conn•act is hereby referred to and made a part hereof for all
19 pur•poses as if fully set forth herein, to furnish all materials, eyuipment, labor and other accessories
20 as defined by law, in the prosecution of the Work as provided for in said Contract and designated
21 as 2022 Bond Year 3— Conh•act 17, City Project No. 104323.
22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
25 the Contract, then this obligation shall be and become i�ull and void; otherwise to remain in full
26 force and effect.
27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
29 accordance with the provisions of said statute.
30
CITY OF FORT WORTH 2O22 Bond Year 3— Coutract 17
STANDARD CONSTRUCTION SPECIFICATION AOCUMENTS City Project No. 104323
Revised December 8, 2023
00(�114-2
I'AYMENT BOND
1'age 2 of 2
l IN WITN�SS WHERF,OF, the Principa) and S�n•ety have each SIGNED and SEAL�D
2 this ins[rument by duly authorized agents and office�s on this the 9th day of
3 December , 20 25 ,
4
5
6
7
8
9
l0
ll
12
ATTEST�
�
/C-G2_'�(-P�c - -
(P mcipal) Secretaiy
N
' ness as to mcipa�
PRINCIPAL: Stabile & Winn, lnc.
SURETY:
Amerisure Mutual Insurance Company
-- —�—� _�-- _
ATTEST: BY:�-� �Z% ��� --
Siguature� -
(Surety) Secretary
Tracy Tucker, Attorney-in-Fact
Name and Title
Witness as to rety
Address: 2821 W. 7th Street #500
Fort Worth, Texas 76107
Telephone Number: 817-336-8520
Email Address: Tracy�TuckerAge�.com
Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws
showing that this person has authority to sign such obligation. If Surety's physica] address is
different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
�ND OF SECTION
CITY OF FORT WORTH 2O22 Bond Year 3— Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104323
Revised December 8, 2023
Jerry Henderson, Vice Yresident
Name and Title
Address: PO Box 79380
Sa�inaw, Texas 76179
00 61 19 - 1
MAINTENANCE BOND
Page I of 3
1
2
3
4
5
6
7
THE STATE OF TEXAS
COUNTY OF TARRANT
Bond No. 8056652
S�CTION 00 61 19
MAINTENANCE BOND
§
§ KNOW ALL BY THESE PRESENTS:
§
8 That we Stabile & Winn, Inc., known as "Principal" herein and
9 Ainerisure Mutual Insurance Companv , a corporate surety (sureties, if more than
10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one
11 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created
12 pursuant to the laws of the State of Texas, known as "City" herein, in the sum of Eight Million,
13 Four Hundred Twenty Eight Thousand, Six Hundred Ninety Seven and 50/100 Dollars
14 ($8,428,697.50), lawful money of the United States, to be paid in Fort Worth, Tarrant County,
15 Texas, foi• payment of which sum well and truly be made unto the City and its successors, we bind
16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly
17 by these presents.
18
19 WHEREAS, the Principal has entered into a certain written contract with the City awarded
20 the 9'h day of December, 2025, which Contract is hereby referred to and a made part hereof for all
21 purposes as if fully set forth herein, to furnish all materials, eyuipment labor and other accessories
22 as defined by law, in the prosecution of the Work, including any Work resulting from a duly
23 authorized Change Order (collectively herein, the "Work") as pi•ovided for in said contract and
24 designated as 2022 Bond Year 3— Contract 17, City Project No. 104323; and
25
26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
27 accordance with the plans, specifications and Contract Documents that the Work is and will remain
28 free from defects in materials or workmanship for and during the period of two (2) years after the
29 date of Final Acceptance of the Work by the City ("Maintenance Period"); and
30
31
32
33
WH�REAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
receiving notice from the City of the need therefor at a�ry time within the Maintenance Period.
CITY OF FORT WORTH 2O22 Bond Yeaz 3— Contract 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104323
Revised December 8, 2023
0061 19-2
MAINTENANCE BOND
Page 2 of 3
1
2
3
4
5
6
7
8
9
10
11
12
13
l4
15
16
17
18
19
NOW THEI2F,FOR�, the condition of this obligation is such that if Principal sl�all remedy
any defective Work, for which timely notice was provided by City, to a completion satisfactoiy to
the City, then this obligation shall become null acid void; othe��vvise to remain i►i full force and
effect.
PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstcuct any timely
noticed defective Work, it is agreed tl�at the City may cause any and aU such defective Work to be
repaired andlor reconstructed with all associated costs thereof being borne by the P�•incipal and the
Surety uuder this Maintenance bond; and
PROVIDED rURTHER, that if any legal action be filed on this Bond, venue sl�all lie in
Tarrant County, Texas or the United States District Court for tlie Northern District of Texas, Fort
Worth Division; and
PROVID�D FURTHER, that this obligation shall be continuous in nature and successive
recoveries may be had hereon for successive breaches.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUIvIENTS
Revised December 8, 2023
2022 Bond Year 3— Contract 17
City Project No. 104323
0061 19-3
MAIN"fENANCE, BOND
Page 3 of 3
1 IN WITNESS WH�REOF, the Principal and the Surety have each SIGNED and SEALED this
2 instrument by duly authorized agents and officers on this the 9th day of December
3 , 2� 25 •
4
5
6
7
8
9
]0
11
12
13
14
15
16
17
18
19
20
2]
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
ATTEST:
(P ' cipal Secretary
W� ness as to Pt� cipal
ATTEST:
(Surety) Secretary
v V
Witness as Surety
PRINCIPAL: Stabile & Winn, Lic.
BY•
ignature
erry Henderson, Vice President
Name and Title
Address: PO Box 79380
Saginaw, Texas 76179
SURETY:
Amerisure Mutual Insurance Company
— ��� � ��
B� _ — —
Sign�lure
Tracv Tucicer, Attorney-in- _Fai.t _
Name and Title
Address: 2821 W. 7th Street #500
_ Fort Worth, Texas 761Il7 _
Telephone Number: 817_336-852Q_
Email Address: _Ti•acyCa'TuckerAgen� .com
38 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract
39 from the by-laws showing that this person has authority to sign such obligation. If
4o Surety's physical address is different from its mailing address, both must be pi•ovided.
41 The date of the bond shall not be prior to the date the Contract is awarded.
[y.l
C[TX OF FORT WORTH 2O22 Bond Yeaz 3— ConUact 17
STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS City Project No. 104323
Revised December 8, 2023
AMGRISURG MUTUAL INSURANCG COMPANY
AM�RISURG INSURANCE COMPANY
AMGRISURG PARTNGRS INSURANCG COMPANY
POWER OFATTORNGY
ArMERISURE
��SVRETY
KN01V ALL 111CN 131' THCsSG PRGSGN'1'S: That Amerisure Mutual Insurance Company, Amerisure Insurance Company and Amerisure Pariners Insurance
Comp�ny are coq�orations didy organized under lhe I��vs of the State of Michigan (herein collectively the "Companics"), and that tl�e Comp�nies do hereby
makc, constitute and appoinL
TRACY TUCKER, STEVEN TUCKER, KEVIN J. DUNN, W. LAWRENCE BROWN
DOUGLASS A. REED, BENNETT BROWN AND ROBERTA H. ERB
or Tueker Agency, Ltd. , its true �nd I�wful Attorney(s)-in Fact, each in their separate capacity if more th�n one is named above, to sign, execute,
seal and ackno��-ledge, for and on its behal f and as its act and deed, bonds or others writings obligatory in the nature of a bond on bel�alf of each of said Companies,
as surety, on contracts or suretyship as are or may be required or pennitted by law, regulation, contract or othern�ise, provided that no bond or undertaking or
contract or suretyship executed under this authority sliall exceed the amouut of:
ONE HUNDRED MILLION ($100,000,000.00) DOLLARS
This Po�ver of Attorney is granted and signed by facsimile under and by the authority of the follo�ving Resolutions adopted by the Boards of Directors of
Amerisure Mutual Insurance Company, Amerisure Insurance Company and Amerisure ParUiers ]nsurance Company at mectings duly called and held on February
17, 2022.
"RGSOLYGD, that any t���o o1'the President & Chief Executive Officer, the Chief �in2ncial Officer & Treasurer, the Senior Vice Presidenl Surety, the
Vice President Surety, or the General Counsel & Coq�orate Secretap� be, and each or anp of them hereby is authorized to execute, a Po���er of Attorney qualifying
the attorney-in-fact named in the given Po�ver of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that
President & Ch ie f Executive Officer, Chief Financial Officer & Tre�surer or General Counsel & Corporate Secretary e�ch or any of them liereby is authorized
to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company;
I�UR7'HCR RGSOLVCD, lhat the signature of such officers and the seal of the Company map be affixed to any such Power of Attomey or to anycertificate
relating thereto electronicTlly/digitally or by facsimile, and any such Power of Attorney or certificate bearing such electronic/digital or facsimile signatures or
electronic/digital or facsimile seal shall be binding upon the Company wlien so affixed and in the future with regard to any bond, undertaking or contract
ofsurety to �vhich it is attached;
PURTHGR RCSOLVGD, that any �vork carried out by the attomev-i"n�-f/ar.t nnr�sJnant to this resolution shall be valid and binding upon the Company."
,•Jp,1.'jN$U �„\a$,U,RAN,, B}. -�� V" _" i ,�n,'���PpINS��Q_'•,
�°J�•�(+P�q'q�'yy:, ,'��,:pPP�RqT t�`�'-.; : Q: O �qT':ry=;
=�:� �;.,�,-_ :2-;� �.,�: Michael A. Ito, Senior Vice President Surety ; Q;o �•.�,;
=�: ��': SEAL `"'-
��� SEAL :�: €�: SEAL ::�; � =�� °
N'•. 2000 :o- :a'. lssa ,�a; :�: '�:
- � • •�; :.v.• a. B 'u`— :,�•., 2000 .�,
�;dd•�',�r�i�P`'.aa,. -.,.`y•'�',�Hi�P`•'•'•�•,. >'� 'd �'i P?''
., 6 T,, Aaron Green, Vice President Sure '-,.1� � CHIG aa,•�
•,,`Yy''•,�;,, ��� ,�*,,, � �b„*��� *��
IN W ITNGSS V1'HEREOF, Amerisure Mutual lnsurance Company, Amerisure Insurance Compan�� and Amerisure Partners Insurance Company
have caused their ofiicial scals to be hereunto �flixed, and these presents to be signed by their authorized officers this �th day of November 20 25
Amerisure Mutual Insurance Com�any
Amerisure Insurance Company
Amerisure Parh�ers Insurance Company
State of Michigan
County of Oakland
On this �th day of NOVember 2025 , before me, a Notary Public personally appeared Michael A. Ilq of Amerisurc Mutual Insurance Company, Amerisure
Insurance Company and Amerisure Partners Insurance Company and Aaron Green of Amerisure Mutual Insurance Company, Amerisure Insurance Compa��y
and Amerisure Parmers [nsurance Compan��, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power ofAttome}�
as o�cers of and ackno��-ledged said instrument to be the vol�mtary act and deed of their respective companies.
; •`5'i�rE o<'•-., KAY l. AIRTON � .p /���,���
�:'r�ornnr'. `. My Cpnmisslon Exp4Cb Q(�. p� • C.U/Uu► I
i•: •- !- Augus116, 2031
,•. °1°"� :: CounydLMnpston ��Q Kay Airton, Notary Public
�''•wicy�c�"•;� ActingintheCountyol�.�
l, Christonlier M. Sn�ude, the duly elected Chief Pinancial Ol'ficer & Treasurer of Amerisure Mutual lnsurance Company, Amerisure fnsuc;;nr,e Co�ii;;auy snd
Amerisure Partners ]nsurance Company, do hereby certify �nd �ttest lhat the above and foregoing is a true and correct copy of a Po�t�cr of At(ol�r.y ��xe,c�,it�d by
said Companies, ���hich remains in full force and ef%ct.
IN WITNESS W IiGREOF, I have scl my hand and affixed thc scals of thc Companies this 9th ��y o f December 20 25
�/ v �� / . �7�f��`''�
Christopher M. Spaude, Chief Fina�icial Officer & Treasure�
AWI'ERISURE
'�'SVRETY
Texas Important Notice
Ame�•isiu•e Mutual Ius�u•auce Company
Amerisu�•e Insurance Compauy
Amerisure Parh�e�s Insurance Company
P.O. Box 9098
Farmingto�i Hills, MI 48333-9098
AVISO IMPORTANT�
IMPORTANT NOTICE
Para obtener informacion o para presentar una queja:
To obtain information or make a complaint:
You may call Amerisure Surety's toll-ft•ee telephone
number for information oi• to make a complaint at:
I-800-257-1900
You may contact the Texas Deparhnent of Insu►�ance to
obtain information on companies, coverages, cights, or
complaints at:
Usted puede llamar al ninnero de telefono gratuito de
Amerisure Sin-ety's para obtener informacion o para
presentar una queja al:
1-800-257-1900
Usted puede comunicarse con el Departamento de Se-guros
de Texas para obtener informacion sobre com-patiias,
coberturas, dereclios, o quejas al:
1-800-252-3439
You may write the Texas Department of
Insurance:
P.O. Box 12030
Austin, TX 7871 I-2030
Fax:(512)490-1007
Web: www.tdi.texas.gov
E-mail: ConsumerPcotection@tdi.texas.gov
1-800-252-3439
Usted puede escribir al Depa►�tamento
de Segiu�os de Texas a:
P.O. Box 12030
Austin, TX 7871 I-2030
Fax:(512)490-1007
Sitio web: www.tdi.texas.gov
E-mail: ConsumerProtection�tdi.texas.gov
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your pi•emium or
about a claim, you should contact the company 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
pa��t or condition of the attached document.
DISPUTAS POR PRIMAS DE SEGUROS O
RECLAMACIONES:
Si tiene una disputa relacionada con su prima de seguro
o con w�a reclamacion, usted debe comunicarse con la
compania primero. Si la disputa no es resuelta, usted
puede comunicarse con el Departamento de Seguros de
Texas.
ADJUNTE ESTG AVISO A SU POLIZA: Este aviso es
solamente paca pcopositos informativos y no se con-vie��te en
parte o en condicion del documento adjunto.
Flores, Sophia
From: Tracy Tucker <tracy@tuckeragency.com>
Sent: Tuesday, December 9, 2025 4:58 PM
To: Flores, Sophia
Cc: roberta@tuckeragency.com; Fields, Nicholas S
Subject: Re: Verification of Bond# 8056652
�
This message is from an external organization.
This message came from outside your organization.
Report Suspicious
Sophia, thank you for verifying the bonds you receive! As a City of Fort Worth resident and tax payer, I
appreciate this process
Please accept this email as a verification regarding the validity of the Stabile & Winn bond #8056652.
Thanks
Tracy Tucker
� TuckerAgency
TUCKER AGENCY t:817.336.8520 � m:817.247.3090
BONDS & INSURANCE e: tracy@tuckeragency.com � w: https://tuckeragency.com
a: 2821 W. 7th St. #500, Fort Worth, TX 76107
Receipt of e-mail by any employee of Tud<er Agency, :e _ nt to bin revise coverage. This communication, together with any
attachments hereto or links contained herein, is for the sole use of the intended recipient(s) and may contain information that is confidential or legally protected. If
you are not the intended recipient, you are hereby notified that any review, disclosure, copying, dissemination, distribution, or use of this communication is STRICTLY
PROHIBITED. If you have received this communication in error, please notify the sender immediately by return e-mail message and delete the original and all copies of
.� . . � .� .. � . � . � � � . � . � � � .� . � . . � .� � ��h,.,r�+�r� nr„
On Tue, Dec 9, 2025 at 4:49 PM Flores, Sophia <Soqhia.Flores2Ca�fortworthtexas.�ov> wrote:
Hello,
The City of Fort Worth requires bond verification before a contract can be executed. We have received
the following bonds from Stabile & Winn, Inc.: Bond #8056652, in the amount of $8,428,697.50, issued
by Amerisure Mutual Insurance Company for City Project #104323, 2022 Bond Year 3— Contract 17.
Please confirm that the bonds and corresponding amounts are valid so we can proceed with awarding
the contract to Stabile & Winn, Inc. If this is not the right bond verification address, please provide for
Amerisure Mutual Insurance Company.
��
�E�xQ��}wiA�H
F
���1�1� ��.
�
�
�
�
5
6
�
8
9
1�
II
1�
1�
�4
l5
IG
S��'��03� f�0 �i �.�
P�F�F��1�AN�'� BC�i��]
'l��E S'i'�4T� �F T�?��4�
�
�
�
iC�1�� AL� Bl{ TH��� PRI�SENT�:
���JN'�`Y O�F'�'ARRANT
Tha� v��, S��b�l� & Vl�i�vy, [nc,, known a� °`Pi•i�cipal" herein
-- r�inel's�ure �utua� Ins�u-aflce Corr�p�it�+ , a cor�ar�te s�arety(�ure[i�s, if r�o
�n�) tlul� �ui��orice� l� �o �usin��s ir� th� �tate af'�`�xas, k�owii as "�ur�l`y°° k�er��� ��vF��t
�tir ms�rri), ar� l,��c� r�nrl �irml� iu��tnr� i�t�tn the C'ity n�" Fe�rt �3V�rth, s� rnunici��] enr�nr�tic�n
px�r�u�n! tn �h� 1�v�s of Te�xas, knowt� as ``�ity'' h�rci�, in the Re.�al s�m of, Ei�ht �illio:
Hur�d�'ed Tv�v�nt� Eig�t Tho�ss.�n�, ��x Hur�dr�d �lincty ��v�r� ar�d �0l1�� D��la�s ���,4��,�
l�wful m�}�t�}� oi�the �nited �t�tes, to be pai€� �n Port Worth, Tarrar�t �:v�iity, Tex�s forthe �-
oI' wh�ck� �u�,n �e�l �nd tr�Ip t� �e rr�ade, we bin€� o�vs�lves, ou�� hcir�, �x�cutors, �di�inis
st��:��s���� ��� ��sigz��, j�iritl�r and s�verall}�, firml�r h}r tltcsc prescsits.
17 '4�FI�:R�AS, t�e �ria��ipa� has et�te�-ed in�o a cer#;��n x�rit�sn �at�tract t�it�ti thc �ity a•
l� the 9"h da}� af �ecem�er, ��2��, �v�aic�� �c�nira�t i� h�reb}� referred to an� �nade � p��i hcr�oi
l� �vr�oscs as iffuli}� set �ortli hereir�, to furnis� �I� m;�te�ials, equi�men# I�bt�r an� o�het` a�c�
��i d��ned b}� law, i� tli� �ro��c�t�o� �f �h� �ork, includit�� �ny �h�r�g� i7rders, as }�ro�+i�e�
� 1 s�i� �:or�t��a�t �esi�na��d a� �0�� B�n�1 �f�ar 3���ntr��� 17, C�iy Prc�j��� �o. 1��4���
Thank you,
�
� �� � �� � �
Sophia Flores
Contract Compliance Specialist
Transportation & Public Works
Office 817-392-2026
100 Fort Worth Trail. Fort Worth. TX 76102
CONNECT WITH
U S.
�
�
�
�
FORT �ORTH�
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: stabi�e & winn, �nc.
Sub�eCt of the Agreement: Authorize execution of a contract with Stabile & Winn, Inc., in the amount
of $8,428,697.50, for combined street paving improvements, water improvements, and sanitary sewer main
replacements for the 2022 Bond Year 3- Contract 17 project (City Project No. 104323)
M&C Approved by the Council? * Yes 8 No ❑
If �so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑ No 8
If so, provide the original contract number and the amendment number.
Is the Contract "PermanenY'? *Yes 8 No ❑
If �unsure, see back page for pernianent contract listing.
Is this entire contract Confidential? *Yes ❑ No 8 If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: 12/09/2025 Expiration Date: 12/09/2030
If different from the approval date. If applicable.
Is a 1295 Form required? * Yes 8 No ❑
*If �so, please ensure it is attached to the approving M&C or attached to the contract.
Proj ect Number: If applicable. 104323
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes 8 No ❑
Contracts need to be routed for CSO processin� in the followin� order:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.
Permanent Contracts
Advanced Funding Agreements
Architect Service
Community Facilities
Completion Agreement
Construction Agreement
Credit Agreement/ Impact Fees
Crossing Agreement
Design Procurement
Development Agreement
Drainage Improvements
Economic Development
Engineering Services
Escrow Agreement
Interlocal Agreements
Lake Worth Sale
Maintenance Agreement/Storm Water
Parks/Improvement
Parks/Other Amenities
Parks/Play Equipment
Project Development
Property/Purchase (Property owned by the City)
Property/Sales (Property owned by the City)
Property/Transfers (Property owned by the City)
Public Art
Sanitary Sewer Main Replacements
Sanitary Sewer Rehabilitations
Settlements (Employees Only)
Streets/Maintenance
Streets/Redevelopment
Streets/Repairs
Streets/Traffic Signals
Structural Demolition (City owned properties)
Utility Relocation
Water Reclamation Facility
Water/Emergency Repair
Water/Interceptor
Water/Main Repairs
Water/Main Replacement
Water/Sanitary Sewer Rehabilitation
Water/Sewer Service
Water/Storage Tank
Fo�� �aRTH�
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: 104323_2022 Bond Year 3— Contract 17
M&C: 25-1092
Date: 12/OS/2025
To:
1.
2.
3
Name
Sophia Flores
Justina Samaan
Donnette Murphy
CPN: 104323 CSO:
Department
TPW - Review
TPW-Approver
Risk-Approver
Initials
�`
�
�s
DM
DM14
DOC#:
Date Out
12/17/2025
12/18/2025
12/18/2025
4. Patricia Wadsack TPW-Approver p(�� 12�26�2025
5. Lauren Prieur TPW - Signer x�� 12/29/2025
6. Lorita Lyles Legal-Approver �!-� 12/29/2025
7. Douglas Black Legal-Signer ,� 01�08�2026
8. Jesica McEachern ACM-Signer �� O1/14/2026
9. Katherine Cenicola CSCO-Approver `—� 01�14�2026
«
10. Jannette Goodall CSCO-Signer �� 01�14/2026
11. Allison Tidwell CSCO-Form Filler •!l�- 01�14�2026
12. TPW Contracts TPW
DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any
and all City Departments requesting City Manager's signature for approval MUST BE ROUTED
TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip,
David will review and take the next steps.
NEEDS TO BE NOTARIZED: ❑YES �No
RUSH: ❑YES �No SAME DAY: ❑YES ❑No
ROUTING TO CSO: �YES ❑No
Action Required:
❑ As Requested
❑ For Your Information
� Signature/Routing and or Recording
❑ Comment
❑ File
NEXT DAY: ❑YES ❑No
❑ Attach Signature, Initial and Notary Tabs
Return to: Please notify TPWContract(a�fortworthtexas.�ov. Thank you!