Loading...
HomeMy WebLinkAboutContract 34100----1 ~ ~ CITY SECRETARY. V 0.0.E . FILE SPECIFICATIONS ~!1Y :E ETAR'!2t}_/C{)_ ,...,O N r.-, CT NO . c 9 NTRACTO R'S BONDING CO. AND c1NsrRucnoN·s cof'Y i~ coNTACT oocuMENTs CLIENT OEPARTMENT FOR 2004 CAPITAL IMPROVEMENT PROJECT-CONTRACT NO. 14 1. CUTTER STREET 2 EASTLAND STREET 3 GRAYSON STREET 4 CHILDRESS STREET (FOARD STREET TO NOLAN STREET) (WICHITA STREET TO NOLAN STREET) (WICHITA STREET TO FOARD STREET) (WICHITA STREET TO ERATH STREET) STREET PROJECT NO. C200 541200 2084000027 83 WATER PROJECT NO. P264 541200 6081700027 83 SEWER PROJECT NO. P274 541200 7081700027 83 DOE No. 4580 IN THE CITY OF FORT WORTH , TEXAS MICHAEL J. MONCRIEF Mf\YOR Robert Goode, P .E. CHARLES R. BOSWELL CITY MANAGER Director of Transportation and Public Works S. Frank Crumb, P.E. Director, Water Department A. Douglas Rademaker , P.E. Director, Department of Engineering Prepared for: DEPARTMENT OF ENGINEERING Prepared by : Carter ==Burgess Carter & Burgess , Inc . 777 Main Street Fort Worth , Texas 76102 10-06-06P03: )9 RCVD Print M&C COUNCIL ACTION: Approved on 9/26/2006 -Ordinance No. 17215-09-2006 DATE: CODE: 9/26/2006 C REFERENCE NO.: C-21740 LOG NAME: PUBLIC TYPE : NON-CONSENT HEARING: 30CHILDRESS27 NO SUBJECT i I I Authorize Execution of Contract with Conatser Construction TX, LP, for Pavement Reconstruction and Water and Sanitary Sewer Replacement on Childress Street, Eastland Street, Grayson Street and Cutter Street (Project No. 00027) and Adopt Appropriation Ordinance RECOMMENDATION: It is recom lmended that the City Council : 1. Authori21e the transfer of $426 ,790.67 from the Water and Sewer Operating Fund to the Water Capital Project s FL nd in the amount of $367 ,161.67 and Sewer Capital Projects Fund in the amount of $59,629.00 ; 2 . Adopt tJe attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capita l Pr~jects Fund in the amount of $367 ,161 .67 and the Sewer Capital Projects Fund in the amount of I $59,629.00 , from available funds; and 3. AuthoriJ e the City Manager to execute a contract with Conatser Construction TX, LP , in the amount of $1 ,457 ,22~.00 for Pavement Reconstruction and Water and Sanitary Sewer Replacement on Childress Street (Wichita Street to Erath Street), Eastland Street (Wichita Street to Nolan Street), Grayson Street (Wichita Street t o F"rard Street) and Cutter Street (Foard Street to Nolan Street). DISCUSSION: On October 12 , 2004 (M&C C-20333), the City Council authorized the City Manager to execute an engineering agreement with Carter & Burgess , Inc., for the design of portions of Childress Street, Eastland Street, Grayson Street and Cutter Street (DOE 4580), which consists of pavement reconstruction . The 2004 ICapital Improvement Program (GIP) includes funds for pavement reconstruction on all streets mentioned above . Street improvements include pavement reconstruction , construction of standard concrete curb , d riv J way approaches and sidewalks as indicated on the plans . The Wate I Department has determined that severely deteriorated water and sanitary sewer lines should be replaced r ior to street reconstruction . The project was advertised for bid on June 8 and 15, 2006. On July 20 , 2006 , the following bids were received: J Bidders Conas er Construction TX,LP Stabile & Winn , Inc. McCler on Construction Co .,lnc. I Alternate "A" (Concrete) $1,457,223.00 $1,670,554 .14 $1 ,750 ,755.19 Alternate "B" (Asphalt) No Bid No Bid No Bid Jacks1 Construciton , Ltd . Time of Completion : 130 Working Days . Bids were I solicited on two alternates: $1,806,414 .60 No B id • A lternate "A" consists of a six-inch concrete pavement over six-inch lime stabilized subgrade with seve n-inch concrete curb. • Altelrnate "B" consists of a six-inch hot mix asphalt concrete (HMAC) pavement over eight-inch l im stabilized subgrade with seven-inch concrete curb and 18-inch gutter. Bid s received consisted of only Alternate "A" the reinforced concrete pavement. Staff recd mmends the construct ion of the streets with reinforced concrete pavement. Fun ~ing in the amount of $33,529.67 is included for associated water and sewer project m a zagement, construction survey , material testing and inspection (water $28 ,603.67 and sewer $4, .. 26.00 ). The contingency funds to cover change orders total $ 21 ,094.00 (water $16 121.00 and sewer $4 ,973.00 ). Fun ~ing in the amount of $101,308.00 is required for associated paving and drainage construction survey, project management, pre-construction, material testing, inspection and project close o ut. The contingency fund for possible change orders for paving and drainage improvements is $32,552.00. M/J BE -Conatser Construction TX, LP is in compliance with the City's M/WBE Ordinance by co ni mitting to nine percent M/WBE participation and documenting good faith effort on this co ni bined project. Conatser Construct ion TX , LP , identified several subcontracting o pp b rtunities . However, the M/WBE's contacted in the areas identified did not respond or did not sub it the lowest bids . The City 's M/WBE goal on this project is 28 percent. Thi, project is located in COUNCIL DISTRICT 8 Mapsco . 78X and Y, 928, C and F. FISCA L INFORMATION/CERTIFICATION: The F in an ce D irector certifies that upon approval of the above recommendations , and adoption of the attach ed appropriation ord inance , funds will be available in thecurrent capital budgets , as appropriated , of the Water C a r>,ital Projects Fund , the Sewer Capital Projects Fund and the Street Improvements Fund . TO Fund/Account/Centers FROM Fund/Account/Centers 1)PE45 538070 0609020 $367 ,161 .67 1)PE45 538070 0709020 $59 ,629.00 1&2~P264 472045 6081700027ZZ $367 ,161 .67 I 1&2 P274 472045 7081700027ZZ $59 ,629 .00 2 P264 531350 608170002720 $551 .24 3)P264 541200 608170002783 $322 ,4 37 .00 2 P264 531350 608170002732 $3 ,640.43 3)P274 541200 708170002783 $49 ,730 .00 2 P 64 531350 608170002733 $1,007 .00 3)C200 541200 208400002783 $1,085 ,056 .00 2)P264 531350 608170002752 $499.00 2 P264 531350 608170002760 $298 .00 2 P264 531350 608170002780 $38 .00 2 p ,54 541200 608170002783 $338 ,558 .00 2 P264 531350 608170002784 $3 ,224 .00 2P 64 531350 608170002785 $19 ,346 .00 I 2 P274 531350 708170002710 2 P274 531350 708170002720 2 P274 531350 708170002733 2 P274 531350 708170002752 2 P274 531350 708170002780 2)P274 531350 708170002782 2 P274 541200 708170002783 2)P274 531350 708170002784 2 P274 531350 708170002785 Z P 74 531350 708170002791 Submitte for City Manager's Office by: Originati lg Department Head: Additiona Information Contact: $32.00 $32.00 $941 .00 $374.00 $28.00 $19.00 $54 ,703 .00 $497.00 $2,984.00 $19 .00 -..,. Marc Ott (84 76) A. Douglas Rademaker (6157) Richard Argomaniz (8653) ATTACHMENTS 30Childress27 .doc t JUN:30-2006 FRI 09:22 AM CITY F. W. ENGINEERING FAX NO. 817 871 7854 CITY OF FORT WORTIJ DEPARTMENT OF ENGINEERING ENGINEERING SERVICES DIVISION ADDENDUM NO. 1 2004 CIP CONTRACT 14 Street Reconstruction, Water and Sewer Replacement for Cutter Street (Foard St. to Nolan St.) Childress Street (Wichita St. to Erath St.) Eastland Street (Wichita St. to Nolan St.) Grayson Street (Wichita St. to Foard St.) Project No. 00027 DOENo.4580 RELEASE DATE : June 29, 2006 BIDS RECEIVED : July 6, 2006 INFORMA1'ION TO BIDDERS: The Plans, Specifications and Contract Documents for the above mentioned project are revised and amended as follows: I 1. In the "NOTICE TO BIDDERS", revise the bid opening date to Thursday, July 20. 2006. 2. Following the Prevailing Wage Rates Table included in the Contract Documents, add the enclosed "Compliance with and Enforcement of Prevailing Wage Laws" paragraphs (a) through (i); a total of two (2) pages . 3. Add to the Contract Documents, the "Conflict of Interest Disclosure Requirement" and the "Conflict of Interest Questionnaire, Form CIQ"; a total of three (3) pages. A signed copy of this Addendum No . l should be included in the sealed bid envelope at the time of the bid submittal. Failure to acknowledge the receipt of this Addendum could cause the bidder to be considered NON~RESPONSIVE resulting in disqualification. Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. A. Douglas Rademaker, P.E. Director, Department of Engineering By: ,,..,,.=-,,,c-...,,.,__~'---------.---- -( 'Y ·eo .. o..tse...-, res;dPt"t- ornpany: C,onoJse r Cow;hud i,mTX,'-!Y. ~ ~ ....... .Jl/'7 Address: P.o. e:c1'/Syt..(g t;Ori._oenaJohnson, P .E. ~ . City: i::--t U,) M:t-h State :):: f_ CIP Program Manager Telephone: ....J1 .... £R~['"'"r__,')..__ ______ _ P. 02 • JUN-£0-2006 FRI 09:22 AM CITY F. W. ENGINEERING FAX NO. 817 871 7854 Compliance with and Enforcement of Prevailing Wage Laws (a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. (b) Penalty for Violation . A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents . This penalty shall be retained by the City to offset its administrative costs, pW'Suant to Texas Goverrunent Code 2258.023. (c) Complaints of Violations and City Detemrination of Good Cause. On receipt of infonnation, including a complaint by a worker, concerning an alleged violation of2258.023, Texas Govenunent Code, by a contractor or subcontractor, the City shall make an initial detennination, before the 31st day after the date the City receives the infonnation, as to whether good cause exists to believe that the violation oCCWTed. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's detennination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due wider the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. ( d) Arbitration Reguired if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. lfthe persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons . The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. (e) Records to be Maintaingl. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all P. 03 • JUN -@ 0-2006 FRI 09:22 AM CITY F. W. ENGINEERING FAX NO. 817 871 7854 (f) reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. (g) Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (h) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. (i) Subcontractor Compliance . The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above . P. 04 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ENGINEERING SERVICES DIVISION ADDENDUM NO. 2 2004 CIP CONTRACT 14 Street Reconstruction, Water and Sewer Replacement for Cutter Street (Foard St. to Nolan St.) Childress Street (Wichita St. to Erath St.) Eastland Street (Wichita St. to Nolan St.) Grayson Street (Wichita St. to Foard St.) Project No . 00027 DOE No . 4580 RELEASE DATE: July 14, 2006 BIDS RECEIVED: July 20, 2006 INFORMATION TO BIDDERS: The Plans, Specifications and Contract Documents for the above mentioned project are revised and amended as follows: 1. In the plan set on sheet 39 of 41 "Typical Street Construction Details," revise the "Longitudinal Construction Butt Joint" detail to use "No. 4 x 36" Dowel Bars @ 24" O.C." 2. With regard to staging at the intersection of Grayson Street at Foard Street (sheet 25 of 41), the Contract Documents (Part D -Special Conditions) specify that a Traffic Control Plan must be submitted to the City Traffic Engineer at the pre-construction conference. The Paving General Notes also specify that maintaining one-lane operation with adequate safeguards is acceptable. 3. Unit II (Paving & Drainage) -Bid Proposal in the Specification book is to be replaced in its entirety by the new Unit II -Bid Proposal that is attached. The following changes are included in the new Proposal: Fence & Gate Relocations : Pay items are provided for the removal and replacement of 4' chain link fence , 6' chain link fence, wood picket fence, and ornamental (wrought iron) fence. Existing fences and gates shall be removed (and set-back temporarily, if necessary) and new fences and gates constructed to a condition equal to or better than the existing as directed by the Owner's Resident Project Representative . This item shall include the removal and reconstruction of the existing fences and gates at the locations shown on the plans or where deemed necessary by the Owner's Resident Project Representative. The Contractor shall exercise caution in removing and salvaging the materials so they may be used in reconstructing the fences and gates, if possible . The re-constructed fences and gates shall be equal in every way, or superior, to those items removed. The contractor shall be responsible for keeping livestock within the fenced areas during construction operation and while removing and relocating the fence, and for any damage or injury sustained by persons, livestock or property on account of any act of omission, negligent or misconduct of his agents, employees, or subcontractors . The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to remove the fences and gates, construct temporary set-back fences (if necessary), and construct the new fences and gates at the locations directed by the Owner's Resident Project Representative , complete- in-place. 4. In the Plans , sheet 13 , delete Figure A, Typical Backfill Detail-Proposed Paved Street. The trench backfill for this project shall be installed in accordance with Figure A included in the Contract Documents and Specifications. A signed copy of this Addendum No. 2 should be included in the sealed bid envelope at the time of the bid submittal. Failure to acknowledge the receipt of this Addendum could cause the bidder to be considered NON-RESPONSIVE resulting in disqualification. Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. RECEIPT ACKNOWLEDGED: ~ r, Pr.e-s,·d-"n-t A. Douglas Rademaker, P.E. Director, Department of Engineering Coc,a-/s.f.-Conc,.1,uvl-ionJ:X,1-P By: ~ Cj,y~ Address : '"P. 0. Bo z< J'S Y L/ ~ ~ 0 {L--Dena Johnson, P .E. , \ \ CIP Program Manager City: For-±. UJD {th State: TX Telephone:lli/] j f53LJ -174'"::> TABLE OF CONTENTS UNljf I -WATER DEPARTMENT UN r II -TRANSPORTATION & PUBLIC WORKS DEPARTMENT SEC!:TION A UNITS I & II: WATER DEPARTMENT & TRANSPORTATION/ PUBLIC WORKS SE I TION B SHORT NOTICE TO BIDDERS NOTICE TO BIDDERS FORT WORTH M/WBE POLICY BID PROPOSAL VENDORS COMPLIANCE TO STATE LAW UNIT I: WATER DEPARTMENT SECTION C SPECIAL INSTRUCTIONS TO BIDDERS (WATER DEPARTMENT) PART C -GENERAL CONDITIONS PART C1 -SUPPLEMENTARY CONDITIONS TO PART C GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART DA-ADDITIONAL SPECIAL CONDITIONS PART E-MATERIAL SPECIFICATIONS UNIT II: TRANSPORTATION/ PUBLIC WORKS SE TION D SPECIAL INSTRUCTIONS TO BIDDERS (TPW) SPECIAL PROVISIONS FOR STREET AND STORM DRAIN GENERAL CONSTRUCTION NOTES {TPW) UNITS I & II: WATER DEPARTMENT & TRANSPORTATION/ PUBLIC WORKS CERTIFICATE OF INSURANCE PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND CONTRACT CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAWS AP ENDICES UNITS I & II: WATER DEPARMENT & TRANSPORTATION/ PUBLIC WORKS APPENDIX A-STANDARD FIGURES & DETAILS APPENDIX B -GEOTECHNICAL REPORT APPENDIX C -TEMPORARY RIGHT OF ENTRY SHORT NOTICE TO BIDDERS Sealed Proposals for the following: FOR: 2004 CAPITAL IMPROVEMENT PROGRAM· CONTRACT N0.14 D.OE. No. 4580 CUTTER STREET (FOARD ST. TO NOLAN ST.) EASTLAND STREET (WICHITA ST. TO NOLAN ST.) GRAYSON STREET (WICHITA ST. TO FOARD ST.) CHILDRESS STREET (WICHITA ST. TO ERATH ST.) For the Construction of: WATER IMPROVEMENTS PROJECT NO . P264 541200 6081700027 83 SEWER IMPROVEMENTS PROJECT NO. P274 541200 7081700027 83 STREET IMPROVEMENTS PROJECT NO. C200 541200 2084000027 83 Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1 :30 P.M ., Thursday, Jul~006, and then publicly opened and read aloud at 2 :00 p.m., in the Council Chambers. Plans, Specifications and Contract Documents for this project may be purchased at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. One set of plans and documents may be purchased for a non-refundable cost of Sixty Dollars ($60.00) per set. · These documents contain additional information for prospective bidders . The major work on the referenced project consists of the following: 4,272 486 14,254 12,300 LF 8-lnch Water Line and Appurtenances LF 8-lnch Sanitary Sewer, Manholes and Appurtenances SY 6-ln.ch Reinforced Concrete Pavement or SY 6-lnch HMAC Pavement A Pre-bid Conference has been scheduled for Wednesday June 28, 2006 at 1 :30 P.M. in the Transportation and Public Works Conference Room 270. For additional information, please contact Richard Argomaniz, P.E., City of Fort Worth Project Manager, at (817) 392-8653 or Sheri Holcombe Boyd, P.E., Project Manager for Carter & Burgess Inc. at (817) 735-6204. Advertising Dates: June 8. 2006 June 15. 2006 SHORT NOTICE.doc NOTICE TO BIDDERS Sealed proposals for the following: 2004 CAPITAL IMPROVEMENT PROGRAM CONTRACT 14 CUTTER STREET (FOARD ST. TO NOLAN ST.) EASTLAND STREET (WICHITA ST. TO NOLAN ST.) GRAYSON STREET (WICIDTA ST. TO FOARD ST.) CHil,DRESS STREET (WICHITA ST. TO ERATH ST.) DOENo.4580 For the Construction of: WATER IMPROVEMENTS PROJECT NO. P264 541200 6081700027 83 SEWER IMPROVEMENTS PROJECT NO. P274 541200 7081700027 83 STREET IMPROVEMENTS PROJECT NO. C200 541200 2084000027 83 ~ J""lv 201 200~ AJJ. I Addressed to Mr. Charles R. Boswell, City Manager of th~~i.i!~ort Worth, Texas will be received at the Purchasing Office until 1 :30 PM, Thursday, . and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the Office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. Sets of documents may be purchased for a non-refundable price of sixty dollars ($60.00). These documents contain additional information for prospective bidders. Bid security is required in accordance with the Special Instruction to Bidders. The major scope of work on the referenced project consists of the following: 4,272 LF 486 LF 14,254 SY 12,300 SY 8-Inch Water line and Appurtenances 8-Inch Sanitary Sewer, Manholes and Appurtenances 6-Inch Reinforced Concrete Pavement or 6-Inch HMAC pavement A Pre-bid conference has been scheduled for Wednesday June 28, 2006 at 1: 30 P .M . in the Transportation and Public Works Conference Room 270. Pre-qualification Requirements for Water Department Work: The water and/or sanitary sewer improvements must be performed by a contractor who is pre- qualified by the Water Department at the time of bid opening. A general contractor who is not pre- qualified by the Water Department, must employ the services of a sub-contractor who is pre- qualified. The procedure for pre-qualification is outlined in the "Special Instructions to Bidders (Water Department)". Bidders shall, if applicable, identify on the last page of the proposal section, the pre-qualified sub- contractor who shall install the water and/or sanitary sewer facilities. Failure to list a sub-contractor who is pre-qualified by the Water Department shall result in the rejection of the bid as non-responsive. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WANER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, will be within ninety (90) days after this documentation is received, but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all Addenda may be rejected as being non-responsive. Information regarding the status of Addenda may be obtained by contacting the Department of Engineering at 817-392-7910.· Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete book or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time-line stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation. In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. In addition, the bidder shall submit the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WANER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. The documentation must be received no later than 5:00 PM, five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. For additional information, contact Richard Argomaniz, P.E., City of Fort Worth Project Manager at (817) 392-8653, or Sheri Holcombe Boyd, P.E. Project Manager for Carter & Burgess, Inc. at (817) 735-6204. CHARLES R. BOSWELL CITY MANAGER Advertising Dates: June 8, 2006 June 15, 2006 MARTY HENDRIX CITY SECRETARY A. Douglas Rademaker, P .E. Director, Department of Engineering By~U--~ K"'O ~ Dena Johnson, P .E. 'V Program Manager -· FORT WORTH e · City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY POL CY STATEMENT It is .the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women 1;3usiness Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis .. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance.apply to this bid. M/WBE PROJECT GOALS The City's M/WBE goal on this project is Concrete Paving 28 % I Asphalt Paving 27 % (Base bid applies to ~arks and Community Services). of the total bid COMPLIANCE TO BID SPECIFICATIONS On City contracts .of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: . 1. Meet or exceed the above stated M/WBE goal, or 2 . Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Jfint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offerer sh.all deliver the MWBE documentation in person to the appropriate employee of the managing department and obtain a date/time receipt. Such receipt shall ·- . be evidence that the City received the documentation in the time allocated. A faxed copy will not be accepted . 1. Subcontractor Utilization Form, if goal is received by 5:00 p:m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid openinQ date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five . (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated goal: 3 .. Good Faith Effort and Subcontractor received by 5:00 ·p:m., five (5) City business days after the bid Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business ·days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5 .. Joint Venture Form, if utilize a joint venture receive.d by 5:00 p.m., five (5) City business days after the bid . to met _or exceed goal. opening date, exclusive of the bid opening date. FAit.URET0•COMP:LYWITH THE CITY'S M/WBE.·O.RDINANCE, WILL REStit.:flN''THE ;BIO BEINGCONSIDEREI!): · " :. ' · NoN-ResP0NstYe:ro,,:spec1F1cA:ribNs , ' · · · •· · · Any questions, please contact the M/WBE Office at (817) 392-6104. Rev. 11/11/05 FORT WORTH ~ City of Fort Worth Subcontractors/Suppliers Utilization Form ATTACHMENT 1A Page 1 of4 PRIME COMPANY NAME: Check applicable bloc.k to describe prime i OY1 -rx LP M/W/DBE NON-M/W/DBE BID DATE -, o (p City's M/WBE Project Goal: Prime's M/WBE Project Utilization: % PROJECT NUMBER Concrete Paving 28% A., halt Pavin 27o/ •. D O£ /Jo. Lf '5 &0 Identify all subcontractors/suppliers you will use on this project Fail ure .to :c:~:friipl¢tef th 1~'.:fqrrri.;. irf its: ~ntirety. with requested ~ocurhen ~atioa, .. and · reqeived. by . th~ ... Managing· ;oepadmenb;,r(or:b:efQ[EF~oo p;tn( fiye (5Y City busine$S days after bid:'6periing .-exch.Jsiye Of bid op~ni ng date,, . . will result iri th~ ~i,~ ~ei~ 0 ~~fp'~;F~#_re~ ~on~r~spopsive to bid speciti.cfatio ~4. . .. ·.:·: :·. . .... . -. . :-~-=: .;_\ ~r .. ;~~:;~_~;~-;~~r-}?:fit;:.?i~.-:~~;-:sr::;.:~~;/: .. ·:· ;_ . .-. . · · .. · . . _. = :·. -.:: ... ;:~:. -;:~:;./.t T)/-~-r r~\:-:_: . __ .. = • . • _ . . _ = ... : The ~nder~igh~d . Offer.ot·.·agrees to •enter into a formal agreement , witfl' the: M/Wel; .. fiiTTi(s) · 1isteq in this • :u,ilizc3tioi\ ~,qtj~g~i~i_:~,fJSW 9.r.\~1.iY~pn : :e~~.c.µti .on of a c<>~tra~t wi;tp_)p~ ;9iJy· <?f::::,o~)1octh. 1:he ii]~en.tio·nal • and/.qr, knG>Wl_fl 9 rn.1~.~~P,f~~~ntc!~9.'T Qf facts . ,s . grQunds for cons.1dep~fi,prJ pf .,9,l~qµc1hfi.cayqa and . will resu..lt 1n tl:le :. 'bid Qeing cons ti;1¢r~~ rt¢n,,r¢ijpor-:i~ivef to .bid sp9-~ifications . · .. · .·: '.' ·: ·; :. • r.: > :: . ·. . . · ·. . · ..... . . .. M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace. at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas , · Denton, Ellis, Kaufman and Rockwall counties . ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AW ARD. C ertification means those . finns, located or doing business at the. time of bid opening within the Marketplace, that have been detennined. to be bonafide minority or women businesses by the North Centrai Texas Regional Certification Agency (NCTRCA), or · the T exas Department of Transportation (TX DOT), highway division . D isadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (MIWBE). . If hauling services are utilized, .the prime w.ill .be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MIWBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit fox: the fees and commissions earned by the M/WBE as outlined in the lease reement. · · Rev. 5/30/03 FORT WO RTH ~ ATIACHMENT 1A Page 2 of4 P rimes are required to identify ALL subcontractors/supplie rs, regardless of status; i .e., Minority, Women and non-M/WBEs. · Please list M/WBE firms firs t, use additional sheets if necessary. SUBC NTRACTOR/SUPPLIER Company Name · Address Telephone/Fax ROB ERT GRANADOS TRUC KI NG T I e r M B E Certification (check one) N C w T B R E C A / 4608 Sandage Fo rt Worth , Texas 76 11 5 (8 17) 8J 5-2400 . _ I v i COWTOWN RE DI-M lX PO Box 162327 Fort Wo rt h, Texas 76161 V (8 17)759-1 9 19 f (817) 759-1716 I C E TEX SE E G , Inc. P O B 2077 Kell e r, xas 76116 I (817) 306-IO fax (81 06-890 I ' Magnu m, Ma nh o le Co mpan y 31 4 S. Kirb y S tr ee t Ga rla nd , Texas v(2 l 4) 687-22 93 fa x(972 ) 23 1-393 4 i NATIONAL WATERW ORKS PO Box 840700 Da ll as , Texas 75284 · I (8 0 0) 252-1557 R E Y N OLDS A SPHALT & CONSTR UCTION COM PANY PO Box 370 / Eu less, Texas 76039 (8 17) 267-313 1 I l- / i/ T X D 0 T N 0 ·n M w B E . Detail Subcontracting Work 1 rut-t,· I'\~+ f-lav-1 · c,~.J- Sc,t {plu..) <J;. 7 oO _...,,, I, 3W, Detail Supplies Purchased SavB 'MocK--+ G(av~I ~-14 1 Joo .6~ CoY1e,~e_ (led i (VI ,'. X . $'-It ftlXJ-w N/A~ / ./ v v -:P i p-0 , Va I voS ~ ;:::-,H\~~ Dollar Amount . o-0 jg:~00· . 1 Rev . 5/30/03 °FORTWORTH --..,..-- ATIACHMENT 1A Page 3 of4 . Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e ., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary . Certification "J - (check one) (. SUBCONTRACTOR/SUPPLIER : i' T N T Detail Detail Company Name I Address e M w C X •• Subcontracting Work · Supplies Purchased Dollar Amount Telephone/Fax r B B T D ,) R 0 :r E E C T •_:_,E . I A i·.- ·--' ' . .. : - 1,. , .. Rev . 5/30/03 FORT WORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers $ Total Dollar Amount of Non~M/WBE Subcontractors/Suppliers $ ATIACHMENT 1A Page4of4 / 35 Cj{)(), oD 118 C(): oo · TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 331 &:;{),cf) By affixing a signature to this fonn, the Qfferor further agrees to provide, directly to the City upon request, complete and . accurdte information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and a1;>plicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional .and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. A ny failure to comply with this ordinance and create a material breach 9f contract may result in a determination _ of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Printed S igna C.n:oav±s~( eoD~rhULJ\OY):rx, LP Co mpa ny Name , · Contact Name/Title (if different) ·phD0 ~ · in .-5~y -114 ?J ~CA-.{ .. s-, 7 -53'/ "'-/55&. Telephone and/or Fax (_ . . . To-R=>oi . !~~14g A ddress A ress · · . City/Sta te/Zip -i [ ;J.o lo (o Date 1 I Rev. 5/30/03 FORT WORTH ·-'-n ••.. City · of Fort Worth Prime Contractor Waiver Form ATIACHMENT18 Page 1 of 1 PRIME COMPANY NAME: Check applicable _block to descri_be prime PROJECT NAME: M/W/DBE NON-M/W/DBE BID DATE City's M/WBE Project Goal: PROJECT NUMBER · Concrete Paving zs•;. Asph~l! Paving 27%. If both answers to this fonn are YES, do not complete ATTACHMENT IC(Good Faith Effort Fonn). All questions on this form must be completed and a detailed explanation provided, if applicable .. If the answer to either question is NO, then you must complete ATTACHMENT IC. This .fonn is only applicable ifhD.th answers are yes. Will you_ perform this entire contract without subcontractors? If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal_ business practice and provide an· operational profile of your business . Will you perform this entire contract without suppliers? If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. YES NO YES NO ·r e bidder further agrees to provide, directly to the City upon request, complete and accurate ·information regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment tHerefore and any proposed changes to th_e original M/WBE(s) arrangements submitted with this bfd : The bidder also agrees .to allow an audit and/or examination of any books , records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract , by an authorized ·officer or employee of the City. Any intentional and/or knowing misrepresentation of facts-will be grounds for terminating the contract or . debarment from City work for a period-of Rot less than three (3) years and for initiating action under Federal, State or Local _laws concerning false statements. Any failure to comply with this · ordinance creates a material breach ·ot- contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) .year. Authorized Signature Printed Signature T itle Contact Name (if different) Company Name Phone Number FaxNumbci: Address Email Address City/State/Zip Date Rev . 5/30/03 FORT WORTH .'-o •• ,--City of Fort Worth Good Faith Effort Form ATTACHMENT 1C Page 1 of 3 Check applicable block to describe prime .M/W/DBE -·Con+r-ocf if e100ATE o. Lf 5SD If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder wiU have the burden of correctly and accurately preparing and submitting the documentation required by· the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. · · · , F~ •Iu re,_ :t~'(:#9.~P.l,~t.~ ::'.i~:i~::,tijf,~:;({~rr-~J~;\~#tir~ty _:. )Yit~, $~pp_o,rt.i.~9;·:;~'.9~:~tt\~:~t,ii.ci~,::·::,~<(.f 9.i%!y_~q :;,:~Y.l ~~~~'. 1.Man~g1ng ,pep~rtmi3n,t ~ri;· pr;:;,l:>~fqr~§:9',1) _p;i.n. fiye: (5) C,1fy bµ_sme~~; µ~yso.af'Jer IJ ~d· .,c;>peo1ng·;, ~x~l~~ive>·.o~ 'b.i.d Ql!lehi'og ~'ilt~i W,ill:r¢i~ilt)nilh.i(b).~,b~J~'g cpn ·skler~d non-respQns.i¥eio;::~ict :$p e,e,ific.atioos /. >::;": /"Y:· .... 1.) Please list each and every subcontracting and/or supplier opportunityl for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. {DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2nd tier. (Use additional sheets, if necessary) . List of Subcontracting Opportunities . List of Suppli~r Opportunities Rev. 05/30/03 ATTACHMENT 1 C Page 2 of3 2.) Obtain a current (not more than three (3) months old from the bid open date) list ofM/WBE subcontractors and/or suppliers from the City's M/WBE Office. --;,,.L. yes __ No Date of Listing O 5 1 ~ 0 G, . . 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previou~ly listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? · /yes · (If yes, attach M/WBE mail listing to include name of firm and address and a dated copy of letter ma/led.) No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas. previously listed, atleast · ten calendar days prior to bid opening by telephone, exclusive of the day the-bids are opened? ~ Yes (If yes, attach list to include~ of M/WBE firm, person contacted, phone number and date and time of contact.) No 1iil:::.:::;ri1r~i· · , .. j§irtit,m1,1iirti,?!lttt~ir1 :th"i t.cfs'.. f213} of the :_li~t :w{ttfir.:-~~!JC .. ,«i;~.f.. Ql;opr:i~rtu n ity, t)uf _not · Je.sf than, ten :to ~e-~~-COfl) p11~'n'.i;i~/w(t,hs· ~§r:i.Sa3d~nd4; : .. ·•· ... ··. ·"'·t;Uf\,,:a:}"t :Jht rN:·}t\ .• · )\Ws:1{\;t}::/:·· ... /i .. ,,... · .:.<:.~':i}'':·'.::\.ztf;if{'. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and · wecifications in order to assist the M/WBEs? · _./_.'Yes · . __ No 6.) Submit documenbttion if M/WBE qu~tes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. 1 'l'lease use additional sheets, if necessarv, and attach.) Company Name Telephon Contact Person· Scope of Work Reason for e Reiection I Jog-<'t-m:U D bf! J1Hvi/ I I I I .. r Rev. 05130/03 · ADDITIONAL INFORMATION: ATTACHMENT 1 C Page 3 of3 Please provide additional information you feel will furthe.r explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees· to provide, directly-to the City upon request~ complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. · The bidder also agrees to allow-an audit and/or examination of any books, records ·and files held by their co_mpany that will substantiate the actual wc,rk performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than _three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure · to · comply with this ordinance and creates a. material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. ' The ·. undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment lC will be contacted a d th 'reaso · ing them will be verified by the City's M/WBE Office. JQ.f r ~ ~Ol:'P\,-__\fre C Printedignature Title Contact Name and Title (if different) Cof'OA-s+>< U)Y\S1 v cJ-100'1X I Li · Company Name . · ra1i)5~-ny3 ~11J5'3Lf ,,45s1p ~hone Number · Fax Number Address ail A dress . · . . J (p 11ci ,/ ;).o } o (o Rev. 05/30/03 ~sert~J per jj)e'ljt<n-, ~ UNIT 1 -BID PROPOSAL TO: Mr. Charles Boswell City Manager Fort Worth, Texas JUNE 2006 City of Fort Worth, Texas FOR: 2004 CAPITAL IMPROVEMENTS PROJECTS CONTRACT #14, PROJECT 00027 DOE#4580 STREET PROJECT NO. C200 541200 2084000027 83 WATER PROJECT NO. P264 541200 6081700027 83 SEWER PROJECT NO. P274 541200 7081700027 83 Pursuant to the foregoing "NOTICE TO BIDDERS," the undersigned bidder, having thoroughly examined the contract documents, including plans, special contract documents, and the General Contract Documents and General Specifications for Water Department Projects , the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material necessary to fully complete the inspection and approval of the Director of the City Water Department of the City of Fort Worth, Texas . The Contractor must be pre-qualified in accordance with the Water Department of the City of Fort Worth requirements. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding on and awarding the Contract. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: (Furnish and install, including all appurtenant work, complete in place, the following items): 'PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID Unit 1-Water & Sewer Water Improvements 1. 4,272 L.F . 8" Water Pipe (includes removal and/or abandonment of existing water pipe), D-52 lbid'j Six Dollars & 3r.,.DD otJ ~Q Cents per Linear Feet. $ $ /53 79).. J Bid Proposal -1 1 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRIITEN IN WORDS PRICE BID Unit 1-Water & Sewer 2 . 29 L.F . 6" Water Pipe to Fire Hydrant (by Open Cut) Th; Ct.'f :[wo Dolla rs & 1....JO Cents per Linear Feet. $ 3).. C1D $ 1 J.8,oo 3 . 8 EA . 8" Gate Valve with Cast Iron Box and Lid Eijnt WuiJdc-ed (-",·£ h-{ Dolla rs & NQ Cents per Each . $ 'l'50, oO $ G goo,oo I 14. 2 EA 6 " Gate Valve with Cast Iron Box and Lid Sev-e n µ u I\} d !'.'W Eit+i Dollars & NO Cents per Each . $ 150.oO $ /,5oo,00 5. 1 TON Ductile Iron Fittings , D-52 -=th w =:rbo,,t.Sct::v,d Dollars & ND Cents pe r Ton . $ '3,ooo ,oo $3/JOO ·oo 6 . 1 LS . 2 " Temporary Service Line for Each Street, D- 52 ~>-D.,,\v-t, 'lhrn&'>G\""d.. Dollars & I N\J Cents per Lump Sum . $ I J., ooo.D 0 $U,,coo"0 7 . 2 EA Standard Fire Hydrant 5 i X:le£,,J Uu l'.ld f-ed Dollars & f\JU Cents per Each . $ / {pC(). uO I $ 3,J...oo .oo 8. 82 EA 1" Service Taps to Ma in , D-52 -rh~ µtMJdt-J.d Dollars & NO Cen ts per Each . $ 300 .DO $ .;).t.j, bO(). o o Bid Proposal -2 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID Unit 1-Water & Sewer 9 . 11 EA 1" Assessment Tap to Main , D-52 7b~, Hucl ci['fc\ F°,f f '-l t Dollars & ~Q Cents per Each . $ ?>5D ·oo $ 3,f50·00 10. 73 EA . Install Standard Single Water Meter Box, D- 52 0~ lduHdr'f.:d Dollars & $ 100. 0 o ov l\.l f) Cents per Each . $ 7, ?;00, l 9 EA Install Standard Bullhead Water Meter Box , r 1. D-52 Ql\h,2 blu,Jd Ned r u+ '-l J Dollars & bJO Cents per Each . $ 1 so.00 $ f, -3$0·0 D 12 . 30 L.F . Permanent Pavement Repair r:', t { '-/ ) Dollars & ND Cents per Linear Feet $ c;0 .ob $I, soo 00 113 . 2 L.F . Fire Hydrant Barrel Extension ON--L q Jl w ~ Nd Dollars & ND Cents per Linear Feet $!00·00 $ JL)Do o 14 . 2 EA Remove and Salvage Exist F ire Hydrant, D- 29 twv Ll.vtJd\\,QC:\ Dollars & ~Q Cents per Each. Ooo.0° $ L/00, ()O Bid Proposal -3 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM · QUANTITY PRICES WRITTEN IN WORDS PRICE BID Unit 1-Water & Sewer 15. 1,931 L.F . Install 1-inch Copper Service from Main to 5-ft behind Meter, D-52 ----I hi< by Dollars & ~D Cents per Linear Feet $ 30.00 $57, C,1').o0 16. 9 EA Install Multi ple Service Branches for 1-inch Copper Service (Bullhead), D-52 F~ ~ +1 Dollars & ND Cents per Each . $ 50.00 $ Lf 'YJ.DO r7. 4 ,823 L.F . 2-inch Hot Mix Temporary Pavement Repa ir (\}IN~ Dollars & NO Cents per Linear Feet $ 1.00 $1 ~ 'fO],oO 18. 30 C.Y. Crushed Limestone (Jt}L Dollars & ~lO Cents per Cubic Yard $ [.OD $ 30.00 19 . 10 C .Y. Class "B" Concrete (2500 psi) 1eJ Dollars & 1-J n Cents per Cubic Yard $ /0 .OD $ /QO. oo 20 . 10 C.Y. Class "E" Concrete (1500 psi) :re"1 Dollars & NO Cents per Cubic Yard $ /0. oo $ /00. OD TOTAL AMOUNT UNIT 1 (Water Improvements) $ 3~~) 1137 . oD Bid Proposal - 4 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID Unit 1-Water & Sewer Sanitary Sewer Improvements 1. 486 L.F . *8" Sewer Pipe (includes removal and/or abandonment of existing sewer pipe) -l:',~ 1-o "!,.i Dollars & N12 Cents per Linear Feet. $ 45 .DO $JI ~70.oD ' 2 . 486 L.F. Trench Safety System , D-26 1:o Dollars & NO Cents per Linear Feet. $ ~-oO $ J']J.OD 3 . 3 EA Standard 4 ' Diameter Manhole (up to 6 ' depth}, D-27 ,-; ±t~:e ,-J t:11 A Nt'i~~ ' Dollars & I'\\{) Cents per Each . $), 50o.oo $ 4,'SDO ·oo 4 . 1 EA Standard 4 ' Diameter Drop Manhole (up to 6 ' depth}, D-27 i111JO --r\,"""\f) U ~ (A y-B Dollars & NO Cents per Each . $~ Doo .00 I $ d., COO ·t>O 5 . 4 EA Concrete Collar for Manhole, per Figure 121, D-27 Th NU,_, )J I) N d '::()d Dollars & NU Cents per Each $3QQ.OD $1,.;).C)Ooo 6 . 4 EA Watertight Plastic Manho le Inserts , D-27 [;-f4i Dollars & NO Cents per Each . $ 50.00 $ d00 ·oo * Contractor must complete the follow ing "City Approved Products " form on page Bid Proposa l - 8 B id Proposal - 5 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID Unit 1-Water & Sewer 7 . 22 V.F . *Protective Manhole Coating 0 tJ tcH:uA}d V'Qd s~ Jf2 a+ ~1 f:/i){)_ I Dollars & 1\10 Cents per Vertical Feet. $ t7S 00 $ 3, rso.00 8. 486 L.F . Post Construction Television Inspection of Sanitary Sewer, D-38 IWo Dollars & ND • Cents per Linear Feet. $ ~.oo $ 9 7). oo (9. 4 EA Vacuum Testing of Sanitary Sewer Manholes , D-36 Fi t'ft Dollars & !\.JO Cents per Each . $ 50_00 $ Joo .oo 10 . 10 EA 4" Service Tap , D-28 Th f'U.., Y.u tv d N'd Dollars & b.1Q Cents per Each . $ 300.00 $ :3 ow oo . , 11 . 13 L.F . Permanent Pavement Repair l=-,· f 1-r I Dollars & ~~Q Cents per Linear Feet $ 5().0t> $(p50.0b 12 . 1 EA Remove Existing Sanitary Sewer Manhole , D- 29 lhf'QL W !A ,~cl ud Dollars & NO Cents per Each . $ 300,DO $ 3oo .00 * Contractor must complete the following "City Approved Products" form on page Bid Proposal - 8 Bid Proposal -6 P AY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID Unit 1-Water & Sewer 13 . 160 L.F. *4-inch Sanitary Sewer Service Line, D-28 1h,(bi Dollars & ~a Cents per Linear Feet $ '7.:>0.00 $1 g-0().oO ' 14. 10 EA Sanitary Sewer Service Cleanout, D-61 1/fJo lduNd1\Qd Dollars & I NO Cents per Each. $ ~oo .oo $ d,, CtD . cP I 344 L.F. 2-inch Hot Mix Temporary Pavement Repair rs. N 114-0...- Dollars & ~o Cents per Linear Feet $q_()O $ 3,o1~-40 16 . 20 C .Y . Crushed Limestone Ql',}Q .... Dollars & t:JO Cents per Cubic Yard $ ( _oo $ ;20 .0 O 17. 5 C.Y. Class "B" Concrete (2500 psi) !'€)t-l Dollars & N'O Cents per Cubic Yard $ 10.00 $ 7Y)JfJ 18. 5 C.Y. Class "E" Concrete (1500 psi) 1-e cJ Dollars & ~D Cents per Cubic Yard $ 10 .oo $ 50.oD * Contractor must complete the following "City Approved Products" form on page Bid Proposal - 8 TOTAL AMOUNT UNIT 1 (Sanitary Sewer Improvements) $ J.(q 7 30.0 0 ' Bid Proposal -7 CITY APPROVED PRODUCTS CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED FOR SANITARY SEWER: E1 -25 E1 -27 E1 -31 Spec. No. 4" through 15" 4" through 15" 4" through 30" Consult with "City of Fort Worth, Texas Standard Product List" to obtain the Generic/Trade ame and the Manufacturer for the pipes listed above. ~ Contractor shall select type of manhole protective coating to be used for bid item 7 on page Bid roposal -6 . The Contractor must mark the appropriate box to indicate the material used for this id. Standard Spec No. Standard Spec No. ~-14 Spray Wall -Rigid Polyurethane System DA-15 ----Raven 405 -Two Part Epoxy Resin System Failure to provide the information required above may result in rejection of bid as non-responsive. Only products or methods listed above will be allowed for use in this project. Any substitution shall result m rejection of bid as non-responsive . Bid Proposal -8 TO : Mr. Charles Boswell City Manager UNIT II -BID PROPOSAL City of Fort Worth , Texas FOR: 2004 CAPTIAL IMPROVEMENTS PROJECTS CONTRACT #14, PROJECT 00027 DOE #4580 STREET PROJECT NO. C200 541200 2084000027 83 WATER PROJECT NO . P264 541200 6081700027 83 SEWER PROJECT NO. P274 541200 7081700027 83 Fort Worth , Texas JUNE 2006 Pursuant to the foregoing "NOTICE TO BIDDERS ," the undersigned bidder, having thoroughly examined the contract documents, including plans , special contract documents , and the General Contract Documents and General Specifications for Water Department Projects , the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material necessary to fully complete the inspection and approval of the Director of the City Water Department of the City of Fort Worth, Texas . The Contractor must be pre-qualified in 1 ccordance with the Water Department of the City of Fort Worth requirements . otal quantities given in the bid proposal may not reflect actual quantities ; however, they are given for the purpose of bidding on and awarding the Contract. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish an approved Performance Bond , Payment Bond , Ma intenance Bond , and such other bonds , if any , as may be required by the Contract Documents for the performing and completing of the said work . Contractor proposes to do the work within the time stated and for the following sums: (Furnish and install , including all appurtenant work , complete in place , the following items): PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID Unit II Paving and Drainage t lternate A -6" Reinforced Concrete Pavement I 1 . 1 LS Utility Adjustments Ten Thousand Dollars & Cents per Lump Sum . $10 ,000 $10 ,000 Bid Proposal - 9 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID Unit II Paving and Drainage Al ternate A -6" Reinforced Concrete Pavement 2 . 8 EA Project Designation Signs Three Hundred Dollars & Cents per Each . $300 $2400 3. 800 LF Saw Cut Existing Pavement fou ,...- Dollars & I\I 0 Cents per Linear Foot $ 1,00 $ 3 ,:J.oO· ~ 4 . 2 EA Remove Existing Inlets ~;-.Jf Wu Nd "'-6 Dollars & 500.0° /)() ~Q Cents per Each . $ $ I ,coo , 5 . 500 LF 6 " Pipe Subdrain :1e1'1 Dollars & NO Cents per Linear Foot $ /o.Ob $ ':>, (JJ)· O 0 6 . 8223 CY Unclassified Street Excavation J1v£ I v.Q__ Dollars & r',±¥ Cents per Cubic Yard . $ !;)./, 0 $ I0,), 1 7g75l I 7 . 1003 CY Top Soil Eleven Dollars & No Cents per Cubic Yard . $11 .00 $11 ,033 .00 Bid Proposal -10 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID Unit II Paving and Drainage /JI. ternate A -6" Reinforced Concrete Pavement 8. 2486 LF Remove and Replace 4 ' Chain Link Fence t:ou r Dollars & ~IQ Cents per Linear Foot. $ '-f . oO $9, C/L/'f. Ol) 9 . 95 LF Remove and Replace 6' Chain Link Fence s ·,x Dollars & NV Cents per Linear Foot. $ C, .OD $ 570-OD - 10 . 41 LF Remove and Replace Wood Picket Fence .t=-: ~ + :e. \fl ,.J Dollars & p.lD Cents per Linear Foot. $ /5.00 $ fp/5 0-0 11 . 329 CY 6" Flex Base for Temporary Driveway 1t,00\w Dollars & NO Cents per Cubic Yard . $ 1 }.oo $ 3/f4 8. 00 - 12 . 20626 SF 4 " Reinforced Cone. Sidewalk ' -11,NL Dollars & /VU Cents per Square Foot. $ 3 .00 $ 6/iJg.cc 13. 18694 SF 6" Reinforced Cone . Driveway s·IA Dollars & ~}O ' Cents per Square Feet. $t,.DO 1 I I~ Jt,'f £? Bid Proposal -11 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID Unit II Paving and Drainage 1 1ternate A - 6 " Reinforced Concrete Pavement 14 . 10716 LF Silicone Joint Sealant ON-L Dollars & l=1.f+..J Cents per Linear Foot. $ ,_s o $ I /p, 071, (}{) -I 15. 4 EA Cast-in -Place Std . 1 O' Curb Inlets · --no o-=r:h ouc:£1 n tl Dolla rs & I NO Cents per Each . $~/WDb $ ~/XD.0° I 16. 267 LF 24" RCP S; fi1'J < Dollars & JJD Cents per Linear Foot. $ 00.60 $ I IP f»..Q o o I 117 35 LF 18" RCP HJ<-'=--'f }::-,\NL Dollars & ND Cents per Linear Foot $ Lj5ao $J,575DO . I 18. 1 EA Std . 4' Square Manhole s lwo1bo~s and Dollars & NO Cents per Each . $ ~ {j)OpD $:2,DtX>oD I 19. 3 EA Curb Inlet Adjustments (at Childress Street) 0 t.J.Q.., lho'-l sa nd - Dolla rs & ND Cents per Each . $}1orx:/1J ~ tf)D.oo 20. 298 CY Retaining Wall w/5 ' Concrete Sidewalk i--ir~. U11Nr\ N>..-! Dollars & NO Cents per Cubic Ya rd . $ goo.oo $ ~It/ ti)/)b Bid Proposal -12 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID U~it II Paving and Drainage Al f ernate A -6" Reinforced Concrete Pavement 21 . 120 TN HMAC for Roadway Transition N;*tj Dollars & 6.lD Cents per Ton . $ 10.00 $JD, ioo.00 ' 22 . 24 EA Wheelchair Ramps E5bt Hu~dNd r:::,·( 1y Dollars & NO Cents per Each. $ &5.000 $J01L./D0· oo 23. 406 LF Remove and Replace Ornamental (Wrought Iron) Fence < ~ Ir I vY1~ J -I Dollars & Aln Cents per Linear Foot. $~0.00 $ 8/)iJ.OO 24. 1 LS Traffic Control r: '( (L 1h O \}. ~(}. r'\o Dollars & ~o Cents per Lump Sum. $ 5;tXJD · /Jo $ ~[XJ)PO 125. 1 LS Erosion Control (SWPPP) 1h f\QL ,hw££1 ,"B- Dollars & NO Cents per Lump Sum. $ 3/Jt>DO $ 3,CC().00 26. 48 EA Adjust Water Valve Box Two Hundred Dollars & No Cents per Each. $200 $9600 Bid Proposal -13 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITIEN IN WORDS PRICE BID Unit II Paving and Drainage A!lternate A -6" Reinforced Concrete Pavement 27 . 12 EA Manhole Adjustment Three Hundred Fiftv Dollars & Cents per Each . $350 $4200 28 . 108 EA Adj ust Water Meter Box Thirt)'. Five Dollars & Cents per Each . $35 .00 $3780 29 . 300 LF Trench Safety (Storm Drain Const) ".=th ('..Q_Q Dollars & NO Cents per Linear Foot. $ 3_00 $ Cjoo .o o 1 30 . 300 CY Trench Excavation and Backfill (For Storm Drain) t-fu < Dollars & NO Cents per Cubic Yard . $ L{. oo $/ ,}_(;O.O'D I 31 . 2902 LF Remove Exist Curb and Gutter s,· &. Dollars & /V Q Cents per Linear Foot. $ t .DD $ 17//IJ .00 32 . 13969 SF Qmove Exist Driveway ' MJ~ Dollars & t l1 +~ Cents per Square Foot. $ /.$ D $ ;;)O, q.53. Sc 33 . 8913 SF Remove Exist Sidewalk and Leadwalk NO~ Dollars & 'i=l~+~ Cents per Square Foot. $ 0,50 $ L/, Lj 5/c.b. C Bid Proposal -14 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID Unit II Paving and Drainage Alternate A -6" Reinforced Concrete Pavement 34 . 352 LF ~ove Ex ist Cone Retain ing Wall 5n± Dollars & ~lD Cents per Linear Foot. $ gob $ 2 ~jfr;,O'lJ I 35 . 285 TN Lime for Stab Subgrade @ 40#/SY OuL • Dollars & F;(-J'1 Cents per Ton. $ 1 _so $ 'f.J.).5 D 36 . 14667 SY 6" Lime Sth bilized Subgrade lh~ Doll ars & t\Jn Cents per Square Yard. $ 3,00 $1-ft ~01 po 37 . 14386 SY 6" Concrete Pavement -n:, "1,r±..'=f-I w o Do ll ars & ~o Cents per Square Yard . $ 3:J.. 00 $ y w 3f;;;). (j. ' 38 . 7029 LF 7" Concrete Mono Curb o~ Dollars & I . C) b Oil NO Cents per Linear Foo t. $ $1 w.0. TOTAL AMOUNT (UNIT II -Paving & Drainage) $ I, 0851 ost.o. 0 tJ Alternate A -6" Reinforced Concrete Pavement TOTAL AM04NT l';J WORDS/UNIT II -Paving & Drainage) O»-L M)) \ 1 Qn , i~ YH:.,~ ~l~~wq..,and.1 f°l.-\-\ 'f c;-,-& Dollars & --J_:e '10 Cen ts Bid Proposal -15 OFFICIAL RECORD CITY SICIOOY Fl WORTH, TEX. Bid Summary Subtotals Unit I -Water Improvements $ _____ =3 =-~:...i...=di:..i,,_-4_._._3.L-+--7 .:.....· o_b_ Unit I -Sanitary Sewer Improvements $ ______ Lf-----'1+1 ___,7_3.>oc..:::.O_. o_o __ Unit II -Paving and Storm Drainage Improvements $ ___ ____./_J~0"--=-8'5-=-.,_, -=0=---=-5-=fo~, 0_ 0_ I oO Total Unit I and II Bid $ ___ __,_~1 -~-'--5_7.:....,-,--=J .,_J...;.:3~. __ (Alternate A -6" Reinforced Concrete Pavement) Bid Proposal -16 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID Unit II Paving and Drainage NO b_r·L) Acr 6 Alternate B -6" HMAC I 1. 1 LS Ut ility Ad j ustments Ten Thousand Dollars & Cents per Lump Sum . $10 ,000 $10 ,000 2 . 8 EA Project Designation Signs Three Hundred Dolla rs & Cents per Each . $300 $2400 I 3. 800 LF Saw Cut Existing Pavement Dollars & Cents per Linear Foot $ $ 4 . 2 EA Remove Existing Inlets Dollars & Cents per Each . $ $ 5. 500 LF 6" Pipe Subdrain Dolla rs & Cents per Linear Foot $ $ 6. 8903 CY Unclassified Street Excavation Dollars & Cents per Cubic Yard . $ $ Bid Proposal -17 -- PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID Unit II Paving and Drainage Alternate B -6" HMAC 7 . 1003 CY Top Soil Eleven Dollars & No Cents per Cubic Yard . $11 .00 $11 ,033 .00 l s. 2486 LF Remove and Replace 4 ' Chain Link Fence Dollars & Cents per Linear Foot. $ $ 9 . 95 LF Remove and Replace 6 ' Chain Link Fence Dollars & Cents per Linear Foot. $ $ 10 . 41 LF Remove and Replace Wood Picket Fence Dollars & Cents per Linear Foot. $ $ 111 . 329 CY 6 " Flex Base for Temporary Driveway Dollars & Cents per Cubic Yard . $ $ 12 . 20626 SF 4 " Reinforced Cone. Sidewalk Dollars & Cents per Square Foot. $ $ Bid Proposal -18 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITIEN IN WORDS PRICE BID Unit II Paving and Drainage Al rernate B -6" HMAC 13 . 18694 SF 6" Reinforced Cone. Driveway Dollars & Cents per Square Feet. $ $ 14 . 352 LF Remove Exist Cone Retaining Wall Dollars & Cents per Linear Foot. $ $ 15 . 4 EA Cast-in-Place Std . 1 O' Curb Inlets Dollars & Cents per Each . $ $ 16 . 267 LF 24 " RCP Dollars & Cents per Linear Foot. $ $ 17 . 35 LF 18 " RCP I Dollars & Cents per Linear Foot $ $ 18 . 1 EA Std . 4 ' Square Manhole Dollars & Cents per Each . $ $ 19 . 3 EA Curb Inlet Adjustments (at Childress Street) Dollars & I Cents per Each . $ $ Bid Proposal -19 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID Unit II Paving and Drainage Alternate B -6" HMAC 2 0 . 298 CY Retaining Wall w/5 ' Concrete Sidewalk Dollars & I Cents per Cubic Yard . $ $ 21 . 120 TN HMAC for Roadway Transition Dollars & Cents per Ton . $ $ 122 . 24 EA Wheelchair Ramps Dollars & Cents per Each . $ $ 23 . 406 LF Remove and Replace Ornamental (Wrought Iron) Fence Dollars & Cents per Linear Foot. $ $ 24. 1 LS Traffic Control Dollars & Cents per Lump Sum . $ $ 25 . 1 LS Erosion Control (SWPPP) Dollars & Cents per Lump Sum . $ $ Bid Proposal -20 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID Unit II Paving and Drainage Alternate B -6" HMAC 26 . 48 EA Adjust Water Valve Box Two Hundred Dollars & No Cents per Each . $200 $9600 27 . 12 EA Manhole Adjustment Three Hundred Fiftv Dollars & Cents per Each . $350 $4200 28 . 108 EA Adjust Water Meter Box Thirty Five Dollars & Cents per Each . $35 .00 $3780 29 . 300 LF Trench Safety (Storm Drain Const) Dollars & Cents per Linear Foot. $ $ 30 . 300 CY Trench Excavation and Backfill (For Storm Drain) Dollars & Cents per Cubic Yard . $ $ 31 . 2902 LF Remove Exist Curb and Gutter Dollars & Cents per Linear Foot. $ $ 32 . 13969 SF Remove Exist Driveway Dollars & Cents per Square Foot. $ $ Bid Proposal -21 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID Unit II Paving and Drainage Alternate B -6" HMAC 33. 8913 SF Remove Exist Sidewalk and Leadwalk Dollars & Cents per Square Foot. $ $ 34. 385 TN Lime for Stab Subgrade @ 53#/SY Dollars & Cents per Ton. $ $ 35 . 14932 SY 8" Lime Stabilized Subgrade Dollars & Cents per Square Yard. $ $ 36 . 12300 SY 6 " HMAC Dollars & I Cents per Square Yard . $ $ 37 . 7029 LF 7" Concrete Curb and 18" Gutter Dollars & Cents per Linear Foot. $ $ 38 . 1187 SF Reinforced Concrete Valley Gutter Dollars & Cents per Square Foot. $ $ TOT AL AMOUNT (UNIT II -Paving & Drainage) $ Alternate B -6" HMAC Bid Proposal -22 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID Unit II Paving and Drainage Alternate B -6" HMAC I Tf TAL AMOUNT IN WORDS (UNIT 11-Paving & Drainage) Dollars & Cents Bid Proposal -23 Bid Summary Subtotals Unit I -Water Improvements $ ______________ _ nit I -Sanitary Sewer Improvements $ ______________ _ U nit II -Paving and Storm Drainage Improvements $ ______________ _ Total Unit I and II Bid $ ---------------(AI tern ate B -6" HMAC) Bid Proposal -24 PART A -PROPOSAL (CONT'D) Within ten (10) days after acceptance of this Proposal , the unders igned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents , for the faithful performance of the Contract. The attached bid security in t e amount of 5% is to become the property of the City of Fort Worth , Texas , in the event the contract and bond or bonds are not executed and delivered within the time above set forth , as liquidated damages for the delay and addit ional work caused thereby . The undersigned bidder certifies that he has been furnished at least one set of the General Contract Documents and Gene ral Specifications for Water Department Projects dated January , 1978 , and that he has read and thoroughly understands all the requirements and conditions of those General Documents and specific Contract Documents and appurtenant plans . T he undersigned agrees to pay not less than the "Prevailing Wage Rates " as established by the City of Fort Worth , Texas . The undersigned assures that its employees and applicants for employment and those of any labor organization , subcontractors, or employment agency in either furnishing or referring Tmployee applicants to the undersigned are not discriminated aga inst as prohibited by the terms of City Ordinance No . 7 400 . The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within 130 working days after beginning construction as set forth i n the written work order to be furnished by the Owner. (Complete A or B below, as applicable) A. The principal place of business of our company is in the State of __ Nonresident bidder 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 statue is attached . .XB. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Bid Proposal -25 I (we) acknowledge receipt of the following addenda to the plans and specifications , all of the provisions and requirements of which have been taken into consideration on preparation of the foregoing bid : v Addendum No . 1 (Initials) ~ Addendum No. 2 {initials) ~ (Seal) Addendum No. 3 (Initials) __ _ Addendum No. 4 (Initials) __ _ Respectfully submitted , CorutsPC C0v1$'-tru d 10,,11Y1 LP Address : ~-0. &26 \'5Y,W& F--LW DIV] ,-r)\ 7(£/lq Telephone~ 7)53tf r(7t.f 3 Bid Proposal -26 VENDOR COMPLIANCE TO STA TE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident bidders (our-of-state contractors whose corporate office or principal place of business are outside of the slate of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications . The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. on-resident vendors in (give state), our principal place of business, are requ ired to be ___ percent lower than resident bidders by state law. A copy of the statute is attached. on-resident vendors in ____ (give state), our principal place of business, are not required to 1,mderbid resident b"dders. c,D Our principal place of business or corporate offices are in the State of Texas. BIDDER I . C om+s-e c Eon Sd: ru c .± 1 w 1-0, Lfl Compan~ · I ~0-6ai /'6 l./LI <K City State '1& I t ') Zip By: J e rn; . Co ri u+se r-- (Please Print) Signature: Title : --:P rPS i C'I e n-t-- (please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION VC-1 SECTION B UNIT I: WATER DEPARTMENT SPECIAL INSTRUCTIONS TO BIDDERS (WATER DEPARTMENT) PART C -GENERAL CONDITIONS PART C1 -SUPPLEMENTARY CONDITIONS TO PART C GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART DA-ADDITIONAL SPECIAL CONDITIONS PART E -MATERIAL SPECIFICATIONS SPECIAL INSTRUCTIONS TO BIDDERS -WATER DEPT. DEVELOPER AWARDED CONTRACTS 1) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder 's respo11$ibility to submit the following documentation: a current financial statement, an acceptable experience record1 an acceptable equipment schedule and any.other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Departm~nt shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit, as established by the Water Department shall be considered non-responsive and will be rejected as such. e) The City, in its sole discretion, may reject a contract due to the contractor's failure to demonstrate experience and/or expertise. f) Any proposal submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropiate3 to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BONDS: A performance bond, a payment bond, and a maintenance bond each for · one hundred (100%) percent of the contract price will be required, Reference C 3-3.7. 3. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the Developer and/or City reserves the right to adopt the most advantageous construction thereof to the Developer and/or City or to reject the Proposal. 4. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 5. PAYMENT: If the bid amount is $25,000.00 or less, the contract amount shall be paid within forty-five ( 45) calendar days after completion and acceptance by the Developer and the City. 6. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents employees,.program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminat e against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification; retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged . failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 7. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the · availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federai state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. Revised 5-2006 •. l L' Cl-1 Cl-1.1 Cl-1.2 Cl-1.3 Cl-1.4 Cl-1.5 Cl-1.6 Cl-1.7 Cl-1.8 Cl-L9 Cl-1.10 Cl-1.11 Cl-1.12 Cl-1.13 Cl-1.14 Cl-1.15 Cl-1.16 Cl-1.17 Cl-1.18 Cl-1.19 Cl-1.20 Cl-1.21 Cl-1.22 Cl-1.23 Cl-1.24 Cl-1.25 Cl-1.26 Cl-1.27 Cl-1.28 Cl-1.29 Cl-1.30 Cl-1.31 Cl-1.32 PART C-GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER 1, 1987 TABLE OF CONTENTS DEFINITIONS Definition of Terms Contract Documents Notice to Bidders Proposal Bidder General Conditions Special Conditions Specifications Bonds Contract Plans City City Council Mayor City Manager City Attorney Director of Public Works Director, City Water Department Engineer Contractor Sureties The Work or Project Working Day Calendar Days Legal Holidays Abbreviations Change Order Paved Streets and Alleys Unpaved Streets or Alleys City Street Roadway Gravel Street Cl-1 (1) Cl-1 (1) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) . Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (5) Cl-1 (5) Cl-1 (6) Cl-1 (6) Cl-1 (6) Cl-1 (6) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 C2-2.2 C2-2.3 C2-2.4 Proposal Form Interpretation of Quantities Examination of Contract Documents and Site of Project Submitting of Proposal (1) C2-2 (1) C2-2 (1) C2-2 (2) C2-2 (2) C2-2 .5 C2-2.6 C2-2.7 C2-2.8 C2-2.9 C2-2.10 C2-2.l 1 C2-2.12 C3-3 C3-3 .1 C3-3.2 C3-3.3 C3-3.4 C3-3.5 C3-3.6 C3-3.7 C3-3.8 C3-3.9 C-3-3.10 C3-3.l 1 C3-3 .12 C3-3.13 C3-3 .14 C3-3.15 C4-4 C4-4.l C4-4.2 C4-4.3 C4-4.4 C4-4.5 C4-4.6 C4-4.7 CS-5 C5-5.1 CS-5 .2 CS-5.3 CS-5.4 C5-5.5 CS-5.6 CS-5.7 Rejection of Proposals Bid Security . Delivery of Proposal Withdrawing Proposals Telegraphic Modifications of Proposals Public Opening of Proposal Irregular Proposals Disqualification of Bidders AW ARD AND EXECUTION OF DOCUMENTS: Consideration of Proposals Minority Business Enterprise/Women Business Enterprise Compliance Equal Employment Provisions Withdrawal of Proposals Award of Contract Return of Proposal Securities Bonds Execution of Contract Failure to Execute Contract Beginning Work Insurance Contractor's Obligations Weekly Payrolls Contractor's Contract Administration Venue SCOPE OF WORK Intent of Contract Documents Special Provisions Increased or Decreased Quantities Alteration of Contract Documents · Extra Work Schedule of Operation · Progress Schedules for Water and Sewer Plant Facilities · CONTROL OF WORK AND MATERIALS · Authority of Engineer Conformi.ty with Plans Coordination of Contract Documents Cooperation of Contractor Emergency and/or Rectification Work Field Office Construction Stakes (2) C2-2 (3) C2-2 (3) C2-2 (3) C2-4 (3) . C2-2 (3) C2-2 (4) C2-2 (4) C2-2 (4) C3-3 _(1) C3-3 (1) C3-3 (1) C3-3 (1) C3-3 (2) C3-3 (2) C3-3 (2) C3-3 (3) C3-3 (3) C3-3 (4) C3-3 (4) C3-3 (6) C3-3 (6) C3-3 (6) C3-3 (7) C4-4 (1) C4-4 (1) C4-4 (1) C4-4 (2) C4-4 (2) C4-4 (3) C4-4 (4) C5-5 (1) CS-5 (1) CS-5 (1) CS-5 (2) CS-5 (2) CS-5 (3) C5-5 (3) I . I C5-5.8 CS-5.9 C5-5.1 0 C5-5.ll C5-5.12 · C5-5.13 . C5-5.14 C5-5.15 C5-5.16 C5-5 .l 7 .C5-5 .18 C6-6 C6-6.l C6-6.2 C6-6.3 C6-6.4 C6-6.5 C6-6.6 C6-6.7 C6-6.8 C6-6.9 C6-6.10 C6.6.l 1 C6-6.12 C6-6.13 C6-6.14 C6-6.15 C6-6.16 C6-6.17 C6-6.18 · C6-6.19 C6-6.20 ·c6-6.21 C7-7 C7-7.l C7-7.2 C7-7.3 C7-7.4 C7-7.5 C7-7.6 C7-7.7 C7-7.8 Authority and Duties of City Inspector Inspection Removal of Defective and Unauthorized Work Substitute Materials or Equipment Samples and Tests of Materials Storage of Materials Existing Structures and Utilities Interruption of Service Mutual Responsibility of Contractors Clean-Up · Final Inspection LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Laws to be Observed Permits and Licenses Patented Devices, Materials, and Processes Sanitary Provisions Public Safety and Convenience Priviieges f Contractor in Streets, Alleys, and Right-of-Way · C5-5 (3) C5-5 (4) C5-5 (4) C5-5 (4) C5-5 (5) C5-5 (5) C5-5 (5) C5-5 (6) C5-5 (7) C5-5 (7) C5-5 (8) C6-6 (1) C6-6 (1) C6-6 (1) C6-6 (1) C6-6 (2) C6-6 (3) Railway Crossings C6-6 (3) Barricades, Warnings and Flagmen C6-6 (3) Use of Explosives, Drop Weight, Etc. C6-6 (4) Work Within Easements C6-6 (5) Independent Contractor C6-6 ( 6) Contractor's Responsibility for Damage Claims C6-6 (6) Contractor's Claim for Damages C6-6 (8) Adjustment or Relocation of Public Utilities, Etc. C6-6 (8) Temporary Sewer and Drain Connections C6-6 (8) Arrangement and Charges for Water Furnished by the City C6-6 (9) Use of a Section or Portion of the Work C6-6 (9) Contractor's Responsibility for the Work C6-6 (9) No Waiver of Legal Rights C6-6 (9) Personal Liability of Public Officials C6-6 (10) State Sales Tax C6-6 (10) PROSECUTION AND PROGRESS Subletting Assigp.ment of Contract Prosecution of The Work Limitation of Operations Character of Workmen and Equipment Work Schedule . Time of Commencement and Completion Extension of Time Completion (3) C7-7 (1) C7-7(1) C7-7 (1) C7-7 (2) C7-7 (2) C7-7(3) C7-7 (3) C7-7 (3) C7-7.9 C7-7.10 C7-7.11 C7-7.12 C7-7.13 C7-7.14 C7-7.15 C7-7.16 C7-7.17 Delays Time of Completion Suspension by Court Order Temporary Suspension Termination of Contract due to National Emergency Suspension or Abandonment of the Work and Annulment of the Contract: Fulfillment of Contract Termination for Convenience ofthe _Owner Safety Methods and Practices C8-8 MEASUREMENT AND PAYMENT C8-8.l C8-8.2 C8-8.3 C8-8.4 C8-8.5 C8-8.6 C8-8.7 C8-8.8 C8-8 .9 C8-8.10 C8-8.l 1 .C8-8.12 C8-8 .13 Measurement Of Quantities Unit Prices Lump Sum Scope of Payment Partial Estimates and Retainage Withholding Payment Final Acceptance Final Payment Adequacy of Design General Guaranty Subsidiary Work Miscellaneous Placement of Material Record Documents (4) C7-7 (4) C7-7(4) C7-7 (5) C7-7 (5) C7-7 (6) C7-7 (6) C7-7(8) C7-7 (8) C7-7 (11) CS-8 (1) C8-8 (1) C8-8 (1) C8-8 (1) C8-8 (2) C8-8 (3) C8-8 (3) C8-8 (3) C8-8 (4) C8-8 (4) C8-8 (4) C8-8 (4) C8-8 (4) - _, PART C -GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION Cl-1 DEFINITIONS Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained on the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General ·· Contract Documents govern all Water Department Projects and Include the following Items b. PART A -NOTICE TO BIDDERS PART B -PROPOSAL PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F-BONDS PART G -CONTRACT (Sample) (Sample) (CITY) (Developer) (Sample) (Sample) White White Canary Yellow Brown Green El-White E2-Golden Rod E2A-White Blue White White SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A -NOTICE TO BIDDERS (Advertisement) same as above PART B -PROPOSAL (Bid) PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E-SPECIFICATIONS . PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT PART H -PLANS (Usually bound separately) Cl-1 (1) Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. Cl-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. Cl-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. CI-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance wi th the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Whenever there may be a conflict between the General Conditions and the Special Conditions, the latter shall take precedence .. Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they p1=:_ovide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which set forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed an useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. Cl-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by the Contractor for prompt and faithful performance of the contract and include the following: a. Performance Bond (see paragraph C3-3.7) b. Payment Bond (see paragraph C3-3.7) c. Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2.6) Cl-1 (2) I I I I· Cl-1.10 CONTRACT: The Contract is a formal signed agreement between the owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. Cl-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the various .elements of the project, including such profiles, typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the . Owner. The plans are usually bound separately from the other parts of the Contract Documents, but they are part of the Contract Documents just as though they were bound therein. Cl-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manager, each of which . is required by charter to perform specific duties. Responsibility for final enforcement of the Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. C 1-1.13 CITY COUNCIL: The duly el~cted and qualified governing body of the City of · Fort Worth, Texas. Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tern of the City of Fort Worth, Texas. · Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City of Fort Worth, Texas, referred to in the charter as the City Engineer,· or his duly authorized representative. Cl-1.18 DIRECTOR. CITY WATER DEPARTMENT: The officially appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. Cl-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. C 1-1.20 CONTRACTOR: The person, person's, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of work, acting · Cl-1 (3) directly or through a duly authorized representative. A sub-contractor is a person, firm~ corporation, supplying labor and materials or only labor, for the work at the site of the pr()ject. Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requireme~ts as set forth in the Contract Documents and approved changes therein. Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. Cl-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in · which weather or other conditions not under the control of the Contractor permit the performance of the principal .unit -of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions as permitted in paragraph C7-7.6 C 1-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. Cl-1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: 1. 2. 3. 4. 5. 6. 7. 8. 9. New Year's day M.L. King, Jr. Birthday Memorial Day Independence Day Labor Day Thanksgiving Day Thanksgiving Friday Christmas Day . Such other days in lieu of holidays as the City Council may determine January 1 Third Monday in January Last Monday in May July4 First Monday in September Fourth Thursday in November Forth Friday in November December25 When one of the above named holidays or a special holiday is declared by the City .Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations. Employees working calendar day operations will consider the calendar as the holiday. Cl-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the Contract Documents, the intent and meaning shall be as follows: Cl-1 (4) I ' I I I I ' l I AASHTO -American Association of State MGD Million Gallons Highway Transportation Officials per Day ASCE American Society of Civil CFS Cubic Foot per Engineers Second IAW In Accordance With Min. Minimum ·ASTM American Society of Testing Mono. Monolithic Materials % Percentum AWWA American Water Worlcs R Radius Association I.D .. Inside Diameter ASA American Standards Association O .D. Outside Diameter HI Hydraulic Institute Elev. Elevation Asph. Asphalt F Fahrenheit Ave. Avenue C Centigrade Blvd. Boulevard In. Inch CI Cast Iron Ft. Foot CL Center Line St. Street . GI Galvanized Iron CY Cubic Yard Lin. Linear or Lineal Yd. Yard lb. Pound SY Square yard MH Manhole L.F. Linear Foot Max . Maximum D.I. Ductile Iron C 1-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as ·necessary furnished by the Contractor . . Cl-1.28 PAVED STREETS AND ALLEYS : A paved street or alley shall be defined as a street or alley having one · of the following types of wearing surfaces applied over the natural unirriproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3 . Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above. Cl-1 (5) Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those d_efined for "Paved Streets and Alleys." Cl-1.30 CITY STREET : A city street is defined as that area between the right-of-way lines as the street is dedicated. Cl-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') back of the curb lines or four ('4) feet back of the average edge of pavement where no curb exists. · C 1-1.32 GR.A. VEL STREET: A gravel street is an unimproved street to which has been added one or more applications of gravel or similar material other than the natural material found on the. street surface .before any improvement was made .. Cl-I (6) - SECTION C -GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 PROPOSAL FORM: The Owner will fumis~ bidders with Proposal form, which will contain an itemized list of the items of work to be done or ·materials to be furnished and upon which · bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, ·and shall · have been so prepared as to reflect the current financial status. This statement must be current and no more than one (1) year old. In the case that bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in t}?.e amount of ten (10) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received, and such experience must have been completed not more than five (5) years prior to the date on which Bids are to be received. The Director of the Water Department shaU be sole judge as to the acceptability of experience for qualification . to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may · be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of.work and materials to 'be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the · Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2 (1) C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the Owner 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. Bidders are required, prior to filing of proposal, to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, boring, and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the-time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed.· The logs o(Soil Borings, if any, on the plans are for general information only and may . not be correct. Neither the Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner.· All blank spaces applicable to the project contained in the form shall be correctly fille~ in and the Bidder shall state the prices, written in ink in both words and numerals, for which he proposes to do work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy between price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member of the firm, association, or partnership, or by person duly authorized. If a proposal is submitted by a company or corporation, the company or corporation name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power C2-2 (2) of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, erasures, or irregularities of any kind, or contain unbalanced value of any items. Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security'' of the character and the amount indicated in the ''Notice to Bidders" . and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the ''Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marker with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration must be made in writing, addressed to the City Manager, and filed with him prior to the time set for opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non- consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight ( 48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2 (3) C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders." All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2.ll IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if they show any omissions, alterations of form, additions, or conditions not called for, unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which can not be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reasons: a) Reasons for believing that collusion exists among bidders. b) Reasonable grounds for believing that any bidder is interested in more than one proposal-for work contemplated. c) The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d) The bidder being in arrears on any existing contract or having defaulted on a previous contract. e) The bidder having performed a prior contract in an unsatisfactory manner. f) . Lack of competency as revealed by financial statement, experience statement, equipment schedule, and such inquiries as the Owner may see fit to make . g) Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. · h) The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following : 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" -Special Instructions 2. . A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. 3. An equipment schedule -showing the equipment the bidder has available for use on the project. The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2 (4) PART C -GENERAL CONDITIONS C3-3 AW ARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AW ARD AND EXECUTION OF DOCUMENTS: C3-3.l CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by talcing the sum of the products of the unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the ward of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as may be considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, ~omplete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further -agrees, upon request by the Owner, to allow and audit and/or an examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six ( 6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinances prohibiting discrimination in employment practices. The Contractor shall post the required notice to that effect on the project site, and at his request,. will be provided , assistance by .the City . of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty.,five (45) days after the date on which the proposals were opened. C3-3 (1) C 3-3.5 AW ARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five (45} days after the date of opening proposals, and in no event will an award be made until after · investigations have been made as to the responsibility of the proposed awardee . The award of the contract, if award is made, will be to the lowest and best responsive bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have .been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the owner in the amounts herein required, the follo·wing bonds : a. PERFORMANCE BOND: A good and sufficient performance bond in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work or use of inferior materials . This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. b . MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation. or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty w~ch is set forth in paragraph C8-8.10. c. PAYMENTBOND: A good and sufficient payment bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article C3-3 (2) I I I· I ' 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344, Acts 56 th Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under . these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by . an approved surety company doing business in the City of Port Worth, Texas, and which is acceptable to the Owner. In order to be acceptable, the name of the surety shall be included on the current U .S . Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner, the Contract and such bonds as may be required in the Contract Documents. No Contract shall be binding upon the Owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3 -3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the owner as an abandonment of his proposal, and the owner may annual the Award . By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the owner by reason of said awardee's failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which the Owner will C3-3 (3) suffer by reason of such failure on the part of the Awardee and shall thereupon immediately by forfeited to the Owner. The filing of a proposal will be considered as acceptance of this provision by the Bidder. C-3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed "Work Order" or "Proceed Order'', it is agreed that the Sw;ety Company will, within ten (10) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3.ll INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub-contractor's certificate of insurance for approval. T~e prime Contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Worker's Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. b. C. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract; Comprehensive General Liability Insurance (Public Liability and· Property Damage Insuian:ce) in the amount not less than $500,000 covering each occurrence on account of bodily injury, inciuding death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as a separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liaµility and property damage, the following insurance: 1. Contingent Liability (covers General Contractor's Liability for acts of sub-contractors). C3-3 (4) . l . ~· .. , 2. Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation fil excavation are performed adjacent to same) . 4. Damage to underground utilities for $500,000. 5 . Builder's risk (where above-ground structures are involved). 6. · Contractual Liability (covers all indemnification requirements of Contract). d. AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of this Contract, Comprehensive Automobile Liability Insurance in an amount not less than $250,000 for injuries including' accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, · and automobile property damage insurance in an amount not less than $100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage · claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish · the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements made upon the Contractor shall apply to the sub,.contractors, should the Prime Contractor's insurance not cover the sub-contractor's work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING:. The insurance and bonding companies with whom the Contractor's insurance and C3-3 (5) '> performance, payment, maintenance and all such other bonds are written, shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth. Tarrant County, Texas. Each such agent shall be a duly qualified, one upon whom authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, and claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth- Dallas area. The ·name of the agent, or agents shall be set forth on all such . bonds and certificates of insurance . C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor . shall pay for all materials, labor and services when due. C3-3 .13 WEEKLY PAYROLLS : A certified copy of each payroll covering payment of wages to all persons engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) .days after the close o( each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons, partnership, company, firm, association:, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office wi thin the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters made responsible to act for the Contractor in. all matters pertaining to the work governed ·by the Contract whether it be administrative or other wise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditure, all claims against work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the · work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete . Should the Contractor's principal base of operations be other than in the Fort ·worth- Dallas metropolitan area, notification of the Contractor's assignment of local authority · shall be made in writing to the Engineer in advance of any work on the project, all C3-3 (6) - ..,.1 ~ ,:.·~ appropriately signed and sealed, as applicable, by the Contractor 's responsible offices with the understanding that this written assignment of authority to the local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be allowed for periods in which work stoppages are in effect for this reason. C3-3 .15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. .{.i. C3-3 (7) v .. ,,· i ,, .f,r SECTION C4-4 SCOPE OF WORK PART C -GENERAL CONDITIONS C4-4 SCOPE .OF WORK C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is-the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the ,Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project C4-4.2 · SPECIALPROVISIONS: Should any work or · conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be · anticipated, or should there be any additional proposed · work which is not covered by these Contract Documents, the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves ·the right to alter the quantities · of the work to be performed or to extend ·or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than twenty-five (25) percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity ·of any item or items · of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits not shall such changes be considered as waiving or invalidating any conditions or .. provisions of the Contract Documents. · Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4 (1) I "" I I I ! . C4-4A ALTERATION OF CONTRACT DOCUMENTS: By Change order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations · of the Contract Documents or of quantities or for other reasons for which no prices are · provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided however, that before any extra work is begun a "Change order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. b. C. Unit bid price previously approved. An agreed lump sum. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently into the project, and ( 4) actual cost of insurance, bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10 percent of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owner by him and used for extra work. The fee shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense not included ip. (1), (2), (3), and (4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting Parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. C4-4 (2) .. Should a difference arise as to what does or dose not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof as provided under method (Item C). Claims for extra work will not be paid unless . the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done. and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "Extra Work" whether or not initiated by a "Change Order" shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4.6 SCHEDULE OF OPERATION:. Before commencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner's approval thereof, a "Schedule of Operations," showing by a straight . line method the date of commencing and finishing each of the major· elements of the Contract. There shall be also shown the estimated monthly cost of work for which estimates are to be expected . There shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and percentage of completion plotted vertically. The progress charts shall be prepared on 8-1/2" x 11" sheets and at · least five black or blue line prints shall be furnished to the Owner. C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Within ten (10) days prior to submission of th~ first monthly progress payment, the Contractor .shall prepare and submit to the owner for approval six copies of the schedule in which the Contractor proposes to carry on activities (including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a. time schedule Critical Path Method (CPM) network diagram. As the work progresses, the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Engineer. As a minimUIIi, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. C4-4 (3) -... . I = - - Prior to the final drafting of the detailed construction schedule, the Contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements. The following guidelines shall be adhered to in preparingthe construction schedule: a. b. C. Milestone dates and final project completion dates shall be developed to conform to the time constraints, sequencing requi_rements and completion time . The construction progress shall be divided into activities with time durations of approximately fourteen days (14) days and construction values not to exceed $50,000. Fabrication, delivery and submittal activities are exceptions to this guideline. · Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. One critical path shall be· shown on the construction schedule. e . Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule . Float · time is not for the exclusive use or benefit of either the Contractor or the Owner. f . Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall as a minimum, be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen (14) days duration. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trades or subcontracts, the construction schedule shall indicate the following procurements, construction and preacceptance activities and events in their logical sequence for equipment and materials . 1. Preparation and transmittal of submittals 2. Submittal review periods. · C4-4 (4) I J 3. Shop fabrication and delivery. -4. Erection or installation. 5. Transmittal ·ofmanufacturer's operation and maintenance instructions. 6. Installed equipment and materials testing. 7 . Owner;s operator instruction (if applicable). 8_. Final inspection. 9. Operational testing. If, in the opinion · of the Owner , · work accomplished falls behind that scheduled, the Contractor shall take such action as necessary. to improve his progress'. In addition, the Owner may require the Contractor to submit a revised schedule demonstrating his program and proposed plan to make up lag in scheduled progress -and to insure completion of the work within the contract time. If the owner finds the proposed plan not acceptable, he may require the Contractor to increase the work force, the construction plant and equipment, the number of work shifts or overtime operations without additional cost to the Owner. -- -Failure of the Contractor to comply with these requirements shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with diligence as will insure its completion within the time specified. C4-4 (5) ·- - PART C -GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION CS-5 CONTROL OF WORK AND MATERIALS CS-5 .1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. The · Engineer shall decide all questions which arise as to the quality and acceptability of the materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the Contract, compensation, mutual rights between Contractor and Owner · under these - Contract Documents , supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's · means, methods, techniques, sequence or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor 's failure to perform the work in accordance with the contract documents. The Engineer shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and 9rders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the owner and Contractor, a written decision on the matter in controversy. CS-5 .2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines , grades, cross-sections, finish, and dimensions shown on the plans or any other requirements other wise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. CS-5.3 COORDINATION OF CONTRACT DOCUMENTS: · The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections . In case of discrepancies, figured dimension shall govern over scaled ·dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specification, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the C5-5 (1) Contract Documents, and the owner shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention · of the Engineer. In the event of a conflict in drawings, specifications, or other portions of the Contract Documents which. were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. · · CS-5 .4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of Contract Documents and shall have availabl1;: on the site of the project at all times, one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer; or .his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas, and shall be subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of the property contiguous to the project routing . The Contractor shall provide all facilities to enable the Engineer and his inspector to . examine and inspect the workmanship and materials entering into the work. CS-5 .5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar-day or a working-day basis. Should · the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or correction necessary. to conform with the requirements of the project ~pecifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the . CS-5 (2) ..,, - discrepant .condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not shoe just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs _for such remedial action, plus 25%, from any funds due the Contractor on the project. CS-5 .6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 x 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather proof, so that documents will not be damaged by the elements. CS-5.7 CONTRUCTION STAKES: The City, through its Engineer; will furnish the Contractor with all lines, grades, and measurements necessary to the proper prosecution and control of the work contracted under these Contract Documents, and lines , grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such ~ inspection may ·extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be ,t stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or th.e work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or ·equipment furnished or the manner of performing the work, the City Inspector will have the authority to reject materials or equipment, and/or to suspend work until the question at issue can be referred to and decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary tot he requirement s of the CS-5 (3) Contract Docwnents. The City Inspector will in no case act as superintendent or foreman or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The Contractor shall regard and obey the directions and · instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Docwnents of the Contract Docwnents, provided, however, should the Contractor object to any orders or instructions or the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in Controversy. CS-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall, at · any time before acceptance of the work, remove or uncover such portion of the . finished work as m.ay be directed. After .examination, the Contractor shall restore said portions of the work to the standard required by the Contract Docwnents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making .good of the parts removed shall be paid for as extra work, but should Work so exposed or examined prove to be unacceptable, the uncovering or removing and replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. CS-5 .10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK: All work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at this expense. Work done beyond the lines and grades given 01: as shown on the plans, except as herein specially provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Wark so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work. CS-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the-Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, he shall, ptjor to the preconstruction conference, make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the function called for by the general design, be similar and of equal substance to that specified and be suited to the same use and C5-5 (4) - - capable of performing the same function as that specified ; and identifying all variations of the proposed substitute from that specified and · indicating available maintenance service , No substitute shall be ordered or .installed without written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he · considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expense. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employees ~y either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. CS-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless other wise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materiais, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require .for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the _ same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new t~sts shall be made prior to the use of new materials. CS-5 .13 STORAGE OF MATERIALS: All materials which are to be used in the construction contract shall be st_ored so as to insure the preservation of quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. CS-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the plans relative to the existing utilities are based on the best information available. Omission from, the inclusion of utility locations on the Plans is not to be considered as nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for C5-5 (5)_ all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their . exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grade; of considerabl~ magnitude or reGJ.ui~e~ the ·building of special works, provision of which is not made in these Contract Documents, · in which case the provision in these ContractDocuments for Extra Work shall apply. It shall be the Contractor's responsibility to verify locations of the adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures, and service lines. Verification of existing utilities, structures, . and service lines shall include notification of all utility companies at least forty-eight ( 48) hours in advance of construction including exploratory excavation if necessary. All verification of utilities and their. adjustment shall be considered subsidiary work. C5-5.15. INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at . least 24 hours in advance, shall be required to: 1. Notify the Water Department's Distribution Division as to location, time, and schedule of service interruption. 2. Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their service, or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's door knob. The tag shall be durable in composition; and in large bold letters shall say: C5-5 (6) ...... ...,, - - - - .... ''NOTICE" Due to Utility hnprovement in your neighborhood, your (water) (sewer) service will be interrupted on ____ _ petween the hours of and ___ _ This inconvenience will be as short as possible. Thank You, Contractor Address Phone b. Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above, but immediate. CS-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall suffer loss or damage of the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub- contractor shall assert any claim against the owner on account of damage alleged to have been sustained, the owner will notify the Contractor, who shall indemnify and save harmless the owner against any such claim. CS-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in · keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four (24) hours after written notice is given the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures, and debris of every kind. He shall leave the site of all work _in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing conditic:m. No extra compensation will be made to the Contractor for any clean-up required on the project. C5-5 (7) C5-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final · clean-up performed, the Engineer will notify the proper officials of the Owner and request that a Final Inspection be made. Such inspection will be made within IO days after such , notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. C5-5 (8) -- - - - - - • .. - .. PART C -GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.l LAWS TO BE OBSERVED:The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea or misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save ham:iless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, · regulation, or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the ,. due and lawful prosecution of the work. I C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract price shall include all royalties or cost arising .. from patents, trademarks, and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims .for infringement by reason of the use of any such trade-mark or copyright irr connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion ofthe work, provided, however; that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. 'fhe necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and thei~ use shaH be stric~ly enforced by C6-6(1) ' I the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly corp.plied with. C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or · equipment stored about the work shall be placed and used, and the work shall at all times be so conducted, as to cause no great er obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe · and convenient ingress and egress · to the property contiguous tot he work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations , at . all driveway crossings. Such provisions may include bridging, placement or crushed stone or gravel or such other · means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may indude the diversion of driveway traffic, with specific approval by the Engineer, If diversion o( traffic is approved by the Engineer at any location, the Contractor may make arrangements satisfactory to the Engineer for the diversion of traffic , and shall, at his expense, provide all materials and perform all work necessary for the construction and maintenance . of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves , or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any ·neglect without notice, and in either case, the cost of such work or materials furnished by the Owner or by the City shall be deducted from the monies due or to become due to the Contractor. The Contractor, . after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer , shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are placed back in service. Where the Contractor is required to construct temporary bridges . or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. C6-6(2) -· ·- --- - The Contractor shall at all times conduct his operation and use of construction machinery so as not to damage or destroy trees and scrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all .claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement · showing all such claims adjusted. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS. ALLEYS. AND RlGHT-OF-W A Y: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored_ in such space, but no more than "is necessary to avoid delay in the construction operations. Excavated and waste material~ shall be piled or staked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad tracks, the work shall be carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6 .7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railroad, the City will secure the necessary easement for the work. Where the railroad tracks are to be crossed, the Contractor shall observe . all the regulations and · instructions of the railroad company as to the methods of performing the work and take all precautions for the safety of property and the public. Negotiations with the railway companies for the permits shall be done by and through the City. The Contractor shall give the City Notice not less than five days pnor to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6.8 BARRICADES.WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall at his own · expense furnish, erect, and maintain such barricades, fences, lights, and danger signals , shall provide such watchman, and shall take all such other precautionary · measures for the protection of persons or property and . of the work as are necessary. · Barricades and fences shall be painted in a color that will be visible at night. From suns~t to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and. maintained to keep pedestnans away from, and vehicles from being driven on or into, any work under C6-6(3) ... .. construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments . in sufficient numbers to protect the work and prevent accident or damage. · All installations and procedures shall be consistent with provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for. Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Veron 's Civil Statues, pertinent section being Section Nos. 27, 29, 30 and 31. The Contractor will not remove any regulatory sign, instructionat sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871-8075), . . to remove the sign. In case of regulatory signs, the Contractor must replace the permanent sign with ?-temporary sign meeting the requirements of the above referred manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re- installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor will be held responsible foe all damage to the work or the public due to · failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such · damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the CoJ?-tractor for the Work and materials involved in the constructiug, providing, and maintaining of barricades,. signs, fences, and lights or salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES. DROP WEIGHT. ETC.:· Should the Contractor elect to use explosives, drop · weight, etc., in the prosecution of the work, the utmost care shall be · exercised at all times so as not to endanger life or property. The Contractor shall ·notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four hours in advance of the use of any C6-6(4) - '-... - - ..,, - - activity which might damage or endanger their or his property along or adjacent to the work . Where the use of explosives is to be permitted on the project, as specified in the Special Conditions Documents, or the use of explosives is requested, the Contractor shall submit · notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives . · C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges, as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his expense. Such additional rights-of-way or work area shall be acquired -for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store · equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations . The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to , all tress, shrubbery, plants, lawns , fences, culverts , curbing, and all other types of structures or improvements, to all water, sewer, and gas lines , to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the work. The Contractor shall notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might · be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other , either as owners or occupants, whose land or interest in land might be affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, 'omission, neglect , or . misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. When and where any direct or indirect or injury is done to public or private property on acc~mnt of any act, omission, neglect , or misconduct in the execution of the work, or in consequence of non-execution thereof on the part of the Contractor, he shall restore or have restored as his cost and expense such property to a condition at least equal to that existing before such damage or injury was_ done, by repairing, rebuilding, or otherwise C6-6(5) replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross brace posts on either side of the permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the point of the proposed cut in addition to the cross braced· posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering · the construction area. The cost for fence removal, temporary closures and . replacement shall be· subsidiary to the various items "!Jid in the project proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property or to make good such damage or injury, the Owner may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due to or to become due to the Contractor under this contract. C6 .6.11 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that the Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the Owner. Contractor shall have exclusive control of and exclusive right to control the details of all work and services performed hereunder, and all persons performing the same, and shall be solely responsible for the acts and omissions of its officers, p.gents, servants, employees, contractor, subcontractors, licensees and invitees. The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers, agents, employees, contractors and subcontractors , and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to,· and does hereby indemnify, hold harmless and defend Owner, its officers, agents, servants, and employees from and against any and all claims or suits for property damage or loss and/or personal injury, including death, to any and all persons, of whatsoever kind or character; whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed . hereunder by th~ Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence on the part of officers, agents, employees,, contractors, subcontractors, licensees or invitees of the· C6-6(6) <--· - --· - ·- -- ·- '._ - - . ' Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers, agents, servants, and employees for property damage or loss, and/or personal injuries, including death, to any and all person of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence of officers, agents, employees, contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and .does hereby, indemnify and hold harmless Owner from and against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in apart, any and all alleged acts of omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees of the Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended to the Director of the Water Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the · Director that the claim has been settled and a release has been obtained from the claimant involved. · If the claims concerned remains unsettled as of the expiration of the above 30-dayperiod, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory tot he Director that: 1. 2. The claim has been settled and a release has been obtained from the claimant involved, or Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed . If condition (1) above is met at any time within the six month period, the Director shall r~commend that the final payment to the Contractor be made .. If condition (2) above is. met at any time within . the six month period, the Director may recommend that final . payment to the Contractor be made. At the expiration of the six month period, the C6-6(7) Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation foe any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25th day of the month suc~eeding that in which ant such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and the amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor's claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages. C6-6.14 ADTIJSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to the property that may be necessary by the performance of this Contract. C6-6 .15 TEMPORARY SEWER AND DRAIN CONNECTIONS : When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private' or-public drains and sewers. The Contractor shall also take care of all sewage and drainage which wiii'be received from these drains and sewers, and for .this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or divisions. The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary~ and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer:. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work .under construction will be adequately protected. C6-6(8) - -· - -- - - - - - - - C6-6 :16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY : When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing . City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-l .2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be made at the regular established rates .. When meters are not used, the charges, if· any, will be as prescribed by the City ordinance , or where no ordinances applies , payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. . . C 6-6; 17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written notice of the Engineer, and such usage . shall not be held to be in any way an acceptance of said work or .structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary repairs and removals of any section of the work so. put into use, due to defective materials or workmanship , equipment, or deficient operations on the part of · the Contractor, shall be performed by the Contractor at his expense . C6-6.18 CONTRACTOR 'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner. as provided for in these Contract Documents , the work shall be under the charge and care of the . Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause wha~soever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work . occasioned by any of the hereinabove causes. C6-6.19 NOW AIYER OF LEGAL RIGHTS : Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any prnvision of the Contract Documents : Any waiver of any breach 9r Contract shall not be held to be a waiver of any other or sub~equent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and . to adjust the sarn:e to meet the requirements of the Contract Documents . C6-6(9) C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrymg out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representative of the Owner, either personally or other wise as they are .agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, and organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent or lease all . materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable State Comptroller's rulings -pertaining to the 'rexas Limited Sales, ;Excise, and Use Tax Act. · · · · On a contract awarded by a developer for the construction of a. publicly-owner improvement in a street right-of-way or other easement which -has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the s_ame manner stated above. Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained from: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, T_X C6-6(10) - - -- - -- - "" PART C -GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7.1 SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workmen under his immediate superintendance, work of a value of not less than fifty ( 50%) percent of the value embraced on the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in . the capacity of employees or workmen of the Contractor and shall be subject tot he same requirements as to character · and competency. The Owner will not recognize any subcontractor on the work. The Contractor . shaH at all times,. when the work is in operation; be represented either in person or by a superintendent or other designated representatives. C7..:7 .2 ASSIGNMENT OF CONTRACT : The Contractor shall not assign, transfer, sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any states, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of sai4 contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operations, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period . The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. C7-7(1) The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any Deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 EXTENSION OF TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute a change in the contract time.· C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor when it is available. The Contractor may bring from outside the City of Fort Worth his key men and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted. The . Contractor shall employ only such superintendents, foremen ,· and workmen who are careful, competent, and fully qualified to perform the duties and tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or to be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglect or refuses to comply with or carry out the direction of the owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. AU workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work; all such equipment as is considered to be necessary for the prosecution of the work in an acceptable manner and at a satisfactory rate of progress . All equipment, tools, and machinery used for handling materials and executing any part ·of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work. Workmen or adjacent property will result from its use . C7-7(2) - - - ...... . ..,. - - i I. '-""" C7-7 .6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of the work completed as defined in Cl-1.23 "WORKING DAYS" or · the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents · shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later that the preceding Thursday. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential -to the timely completion of the project. The Engineer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in C 1-1.24 and the Contractor may work as he so desires . C7 -7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized . C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. In adjusting the contract time for completion of work, consideration will be given to unforeseen causes beyond the control of and without the fault or negligence of the Contractor, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, embargoes , or delays of sub-contractors due to such causes. C7-7(3) Off lcf Al l~COID Clri ~~ct~~IY .. i ! FT. woim, TIX • . ,._ ______ __, When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time -due to inability to obtain supplies and materials will be considered only when a review of · · the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater a_n:iounts or quantities than those set forth in the approved Contract Documents, then the contract time mat be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is cJaimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by the Engineer found correct, shall be approved and referred by the Engineer to the City-Council for final approval or disapproval; and the action thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for shall, however, be subject to the approval of the City Council: and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. . C?-7.10 TIME OF COMPLETION: The time of completion is an essential element of the Contract. Each bidder shall indicate in the appropriate place on the last page of the proposal, the number of working days or calendar days that he wiU require to fully complete this contract or the time of completion will be specified by the City in the proposal section of the Cori.tract Documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or increased time granted by the Owner, or as automatically increased by additional work or materials order_ed after the contract is signed, the sum per day · given in the following schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted froi:n the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. -..---- C?-7(4) - ' - - - - I -- AMOUNT OF CONTRACT AMOUNT OF LIQUIDATED DAMAGES PERDAY Less than $ 5,000 inclusive · $ 35.00 $ 5,001 to .$ 15,000 inclusive $ 45.00 $ 15,001 to $ 25,000 inclusive $ 63.00 $ 25,001 to $ 50,000 inclusive $ 105.00 $ 50,001 to · $ 100,000 inclusive $ 154.00 $ 100,001 to $ 500,000 inclusive $ 210.00 $ 500,001 to $1,000,000 inclusive $ 315.00 $ 1,000,001 to $2,000,000 inclusive $ 420.00 $2,000,000 and over $ 630.00 The parties hereto understand and agree that any harm to the City . caused by the Contractor's delay in completing the work hereunder in the tinie specified by the Contract Documents would be incapable or very difficult to calculate due to · lack of accurate information, and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due .the City for harm caused by any delay. C7-7.l 1 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the vent the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for _such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unsuitable conditions which in the · opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to th~ interest of the project. During temporary suspension of the work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews . If it should become necessary to suspend work for an indefinite period, the Contractor shall store all material.s in .such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage aboufthe work, and erect temporary structures where necessary. Should the Contractor not be able to coinplete a portion of the project due to causes . beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7.8 EXTENSION OF THETIME OF COMPLETION, and should it be C7-7(5) determined by mutual consent of the Contractor and the Enginee.r that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. - No reimbursement shall be allowed if the equipment is ·moved to another construction project for the City of Fort Worth . . The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations, C7-7.13 TERMINATION OF .CONTRACT DUE . TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the president of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts w_hich have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after investigations, the owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, than if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials, and equipment within thirty days, t_he Contractor my request the owner to terminate the contract and the owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include. But not be limited to the payment for all work executed but not anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THffWORK AND ANNULMENT OF THE CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared canceled by the Cicy Council for any good and sufficient cause. The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: . a. Failure of the Contractor to ·commence work operations within the time specified in the Work Order issued by the Owner. b. Substantial evidence that progress of the work operations by the Contractor is insufficient to complete the work within the specified time. C7-7(6) '-' .. _, ......,... ,...., ·- - - ..... - -- C. d . e . f . g. h. 1. J. k. Fai lure of the Contractor to proyide and maintain sufficient labor and equipment to properly execute the working operations . Substantial evidence that the Contractor has abandoned the work. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of ~y creditor or for any other purpose. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. If the Contractor commences legal action against the Owner. A Copy of the suspension order . or action of the City Council shall be served on the Contractor 's Sureties. When work is suspended for any cause or causes, or when the contract is canceled, the Contractor shall discontinue the work or such part thereof as the owner shall designate , whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with written consent of the owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects , and shall be paid by the Owner for all work performed by them in accordance with 'the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. ' C7-7(7) In case the Sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered the Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such work thereof as it rriay deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools, equipment, and all expenses incidental thereto . The expense so charged shall be deducted by the owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contract, then the Contractor and his Sureties shall pay the amount qf such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere · with the performance of the work by the Owner. C7-7 .15 FULFILLMENT OF CONTRACT :The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: The performance of the work under ·this contract · may be terminated · by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such temiination is in the best int~rest of the Owner. A. NOTICE OF TERMINATION: Any Termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent . to which performance of work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and establi shed when the letter is placed in the United States Postal Service Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any C7-7(8) '«« , __ ·,-,,,/ ' - - " ' - - 1 R claim, demand or suit shall be required of the Owner regarding such · discretionary action CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: 1. · Stop work under the contract on the date and to the extent specified in ·the notice of termination; 2. 3. 4. 5. place no further . orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; . terminate all orders and. subcontracts to . the extent that they relate to the performance of the work terminated by notice of termination; transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: a. b. the fabricated or unfabricated parts, work · in progress, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of the termination; and The completed, or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been · required to be furnished to the Owner. complete performance of such work as shall not have been terminated by the notice of termination; and 6. Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. At a time not later than 30 days ·after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of C7-7(9) which has been directed or authorized by Engineer, Not later than 15 days thereafter, the owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. C. TERMINATION CLAIM: Within 60 days after the notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. · Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively · deemed waived. D. AMOUNTS: Subject to the provisions of Item C7-7.l(C), the Contractor and the Owner may agree upon the whole or any part of the amount or amount s to be paid to the Contractor by reason of the total or partial termination of the work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price work not terminated. The contract shall . be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits> Nothing in C7-7.16(E) hereafter, prescribing the amount to be paid to the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGREE: ln the event of the failure of the Contractor and the Owner to agree as provided in C7-7. l 6(D) upon the whole amount to be paid to the Contractor by reason of the termination of the work pursuant to this section, the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to t_he Contractor the amounts determined . No aniount shall be due for lost or anticipated profits .. F. DEDUCTIONS: In arriving at the amount due the Contractor under this section there shall be deducted; 1. . all unliquidated .advance or other payments on account theretofore made to the Contractor, applicable to the .· terminated portion of this contract; C7-7(10) .. _ - ' - - - - G. H. r • , 2. any claim which the Owner may have against the Contractor in connection with this contract; and 3. . the agreed price for, or the proceeds of the sale of, any materials, supplies or other things kept by the Contractor or · sold,. pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. ADJUSTMENT: · If the termination hereunder be partial, prior to the settlement of the· terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or pric_es specified in the contract relating to the continued portion o( the contract' (the portion not terminated by notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; noting contained herein,·however,.shall limit the right of the owner ai:id the Contractor to agree upon the amount or amounts to be paid tot he Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price ·for such continued portion . NO LIMITATION OF RIGHTS: Noting contained in this section shall limit or alter the rights which the Owner may have for termination of this contract . under C7-7.14 hereof entitled "SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT" or any other· right which the Owner may have for default or breach of contract by Contractor. C7-7 .17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for · their enforcement. The Contractor shall comply with . federal, state, and local laws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work. C7-7(11) PART C -GENERAL CONDITIONS C8-8 · MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8.-8.l MEASUREMENT OF QUANTITIES: The detemiiilation of quantities of work performed by the Contractor and authorized by the Contract Docwnents acceptably completed under the ·terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, nwnbers, and weights of the materials and item installed. C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finishing costs, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other clauses, . delays, profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. · · C8 -8.3 LUMP SUM: When in the Proposal a "Lwnp Swn" is set forth, the said "Lump Suni" shall represent the total cost for the Contractor to furnish all labor, tools, materials., machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contractor · shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools , materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the · prosecution which may arise or be, encountered during the prosecution of the work at any time before its final acceptance by the Owner, ( except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, C8-8(1) - ... ' -- ' ..... -., - - and for completing the work in an acceptable manner according to the terms of the Contract Documents. · · The payment of any current or partial estimate prior to the final acceptance of the work by · the Owner shall in no way constitute an acknowledgment of .the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense ·any defects or imperfections in the construction or in. the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage .due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the one year guaranty period after the final acceptance . The Owner shaU be the sole judge of such defects, imperfections, or .damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.5 PARTIAL ESTIMATES AND ·RETAINAGE: Between the 1st and the 5th day of each month, the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents. Not later than the 1 oth day of the month, the Engineer shall verify such estimate, and if it is found to be acceptable and the value of the work performed since the last partial payment was made exceeds one hundred dollars ($100.00) inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000.00, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000.00 or greater, within twenty-five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The partial estimates may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the time of the estimate have not been installed (such payment will be allowed on a basis of 85% of the net invoice value thereof). The Contractor shall furnish the Engineer such information as he may request to aid him as a gui~e in the verification or the preparation of partial estimates. It is understood that.partial estimates from month to month will be approximate only, all · partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work ·· done or of its quantity of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the Contractor fails to perform the work strictly in accordance with the specifications or provisions of this Contract. C8-8(2) C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8. 7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been comp.leted and all requirements of the Contract Documents shall have been fulfilled on the_ part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment thereof as outlines in paragraph C8-8.8 below. · C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications tliereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimates upon which payment has ·been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after the final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory evide.J;).ce of compliance as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit as furnished by the City, certifying that; A. all persons, firms, associations, · corporations, or other organizations furnishing labor and/or materials have been paid in full, B. that the wage scale established by the City Council in the City of Fort Worth has been paid, and C. that there are no claims pending for personal mJury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of said City relating to or connected with the Contract. C8-8(3) -- - - 1 } -,, .-1 ----.. · The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore; agreed that the Owner shall be responsible for the adequacy of its own design features , sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereof approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied w ith_ the Contract Documents, approved modifications thereof, and all alterations thereof. C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Doctnnents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of the work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to the other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified and shall furnish a good arid sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of obse_rved defects with reasonable promptness. C8-8.11 SUBSIDIARY WORK: · Any and all work specifi cally governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for . m i scellaneous placement of material. These materials shall be used only when directed by . the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be. made for only that amount of material used, measured to the nearest one- tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the Project. C8-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy of all specifications, plans, addenda, modifications, shop drawings and samples at the C8-8(4) '· . ' r" , ,-,· ' ,. ,, ' . site, . in good order and annqtated to show all changes made during the construction process . These shall be delivered to the Engineer upon completion of the work. , .. ,. ",:"! ~ i I •f: f,. . "•' ', 'r ~ ·.,_- .. • ,t \. ' .. ~ ,.·-. ~, ~, \!. r s,:-1r/ ~. J"l'f.. I :,, ... l' . ' ,,. •, . ' '• ,•· ,l, ·1- /: '· , f. ·"' '· C8-8(5) ~-.::- ... '' ' •' , t «:<,"!I\ .. ~"~ '• ...:):' ... I \Jr. ,.,.._~ 1 '' ' ' ' .. ' ' ' '\ •• <. \.-.<, <'\ 1. ,._ ' . ·, .I ' ,. : !-. -.... , ...... \, z,, 't. .. ,1,; "\. . ' ..< ., .., "~~1 .. !'"· :··::··"' ~",_ .. ~, r. ,,.f. -~ .~· •. ~. .., . 1· I .. ,· A. . SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents ·as indicated below. Provisions which are not so amended ·or supplemented remain in full force and affect. B. C8-8.5 PARTIAL ~STIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: . Partial pay estimates shall be submitted by the Contractor or prepared by the City on the · 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the I 0th day and 25th day respectively.' Estimates will be paid within 25 days f~llowing the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates . may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed.· If such · materials are included within a pay estimate, payment shall be based upon 85% of the net voice. value thereof. The Contractor will furnish the Engineer such information as · may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of $400,000 or more at the time of execution, retainage shall. be five percent (5%). · Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt-by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments. from the Contractor until compliance with this paragraph is accomplished. . It is understood that the partial pay' estimates will be approximate only, and :all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake . in any previous estimate. · Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the · work done; shall not release . the Contractor of any of its responsibilities under the Contract Documents.:· The City reserves the right to withhold the payment of any partial · estimate if the Contractor .fails to perform the work in strict accordance with the specifications or other provisions of this contract. . . . C. Part C -General Conditions: Paragraph C3-3.ll of the General Conditions is deleted and replaced. with D-3 · of Part P -Special-Conditions. D. CJ-3.11 'INSURANCE: Page C3-3 (6): Delete subparagraph · "g. LOCAL AGENT FOR . . INSURANCE AND BONDING" . Revised 10i24/02 Pg. I E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS : Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site · for Contractor's · sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any · such iniurv. damage or death is caused, in whole or in part. by the negligence or . alleged negligence of Owner, its offlcers, servants. or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any -damage, foss or . destruction to prpperty of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the °,,egligence oralleged ne{!ligence of Owner, its officers, servants . or employees. In the event Owner receives a written claim for damages· against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. . . . . - ·The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor agains~ whom a claim for damages is outstanding as a result of work performed under a City Contract. F. INCREASED OR DECREASED QUANTITIES : Part C -General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1 ), revise paragraph. C4-A.3 INCREASE]) OR DECREASED QUANTITI;ES to ryad as follows: The Owner reserves the right t o alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and · the Contractor shall perform the work as altered, increased or decreased at the unit prices . as . established in the contract documents .. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. V ariati~ns in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall.quantities of sanitary sewer pipe in each pipe size but not to the various depth categories.· Revised 10/24/02 Pg.2 . - G. C3-3.l 1 INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL . INSURANCE REQUIREMENTS" . a. The City, its officers, employees and servants shall be endorsed as an additional insured · on Contractor's · insurance ·. policies excepting · employer's liability msurance coverage under "contractor's workers' compensation insurance policy . b. Certificates of insurance shall be 'delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 ·Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to . request required insurance documentation shall not constitute 1:1 waiver of the insurance requirements specified herein. . d. Each insurance policy shall be endorsed to provide the City a minimum -thirty days notice of cancellation, non-renewal, and/or material change in policy terms or. coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business i_n the State of Texas and have a current A.M. Best rating ofA: Vil or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance; City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any.alternative coverage. h._ Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of s:ubrogation providing rights of recovery in favor ofthe City. · · · i. _· City shall not be responsible for the direct . payment of insurance premium costs for contractor's insurance. j. Contractor's insuranc·e policies shall each be endorsed to provide that such insurance is primary.protection and any self-funded or commercial coverage maintained by City shall . . not be called upon to contribute to ioss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give . rise to~ liability claim or lawsuit orwhich could result in a property loss. Revised . 10/24/02 Pg. 3 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. · . H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is I. deleted in its entirety and replaced with the following : · The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced -under these Contract Documen!s, for all loss and damage arising _out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the· prosecution of the work at any time before its final acceptance by the Owner, ( except as provided jn paragraph C5-5 .14) for ail risks of whatever description connected with the prosecution of the work, for all · expenses incurred by or in consequen.ce of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents .. . . · The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the .acceptance of the work, materials, or equipment, nor in any-way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections ·in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or . attributed to such defects, which defects,· imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final · · acceptance . The Owner shall be the sole judge of such defects, imperfections, or damage, . and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.10 GENERAL GUARANTY: Delete C8-8.10, General Guaranty at page C8-8(4) is deleted lil its entirety and replaced with ·the following: . Neither the final c~rtificate of payment nor any provision in the Contract Documents~ nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship . The Contractor shall remedy any defects or damages in the work and pay for .any damage to other work or property resulting therefrom which shall appear within a period of two (Z) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract Revised 10/24/02 Pg.4 which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Any reference to any shorter period of time · of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance e>fthe project. . fu the Special Instructions to Bidders, TPW contracts place ·the foliowing in lieu of the existing paragraph 2. J. Part C-General Conditions, S_ection C2-2 INTERPRETATION AND PREPARATION · OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the ·. following: .. I . C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered~ The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project . . as designated in the "Notice to Bidders. 11 ' The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division,.P.O. Box 17027, Fort Worth, Texas 76102. . ' C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non~consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals: After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the . Owner, be returned unopened. · · · · · · C2-2:9 TELEGRAPHIC MODIFICATION OF PROPOSALS· Any bidder may modify his proposal by telegraphic' communication at any time prior to the time set for opening proposals, provided . such telegraphic communication is received by the Purchasing · Manager prior to the said proposal opening tiine, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bid4er . was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight ( 48) hours · after the proposal opening time, no further consideratio11 will be given to the proposal K. C3-3.7 BONDS {CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects)make the following revisions: Revised 10/24/02 Pg. 5 1. Page C3-3(3); the paragraph after paragraph C3-3 .7d Other Bonds should be revised to read: In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or requi red under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the . Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein·. 2. Pg. C3'-3(5) Paragraph C3-3.l 1 INSURANCE delete subparagraph "a.: COMPENSATION INSURANCE". ' ' 3. Pg. C3-3(6), Paragraph C3-3.l 1 INSURANCE delete subparagraph "g. LOCAL . AGENT FOR INSURANCE.AND BONDING". L. RIGHT TO AUDIT: Part C -General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the.following: C8-8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until .the expiration ofthree{3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers ·and records of the Contractor ipvolving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours t o all necessary Contractor facilities and shall be provided adequate ·and appropriate work space in order to conduct audits in compliance with the ·provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its su,bcontracts hereunder a provision to the effect that-the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment" under the subcontract, have access to and the right to examine · and photocopy any directly pertinent books, documents, papers and records of such · subcontractor, involving transactions to the subcontract, and further, that City shall · have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, iri order to conduct audits in compliance with the provisions of this article. City shall give subcontractor.reasonable. advance notice of intended audits. ( c} Contractor and subcontractor agree to photocopy such documents as may be requested by .the City. The City agrees to reimburse the Contractor for the cost of copies as follows: Revised 10/24/02 Pg. 6 1. 50 copies and under -10 cents per page . 2, More than 50 copies -85 cents for the first page plus · fifteen cents for each page thereafter M . SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possibie proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6. l O work within easements, page C6-6(4), part C -General Conditions of the Water Department General Coritract Document and General Specifications. . . Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. . . N . R~ference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS ..: 0. ANnWATCHMEN: 1. Wherever the word · Watchmen appears in this paragraph, it · shall be changed to the word flagmen. 2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other ·precautionary measures to take all reasonable necessary measures. · MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be -deleted in its entirety and replaced with the following: .. Upon request, Contractor agre6~ t<) provide ·to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a · • .. Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to,permit an audit and/or examination of any books, recotds or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating ·to false statements; further, any such misrepresentation (other than negligent . misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. Revised Pg. 7 . 10/24/02 · P. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: · (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with . Chapter 2258, Texas Government Code. Such prevailing wage rates are included m these contract documents ... (b) The contractor shall, for a period of three (3) years following the date of acceptance of . the work, maintain records that show (i) the name .and ·occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records sh.all be open at all reasonable hours for inspection by the City: The provisions. of Section C-1, L. Right to Audit (Rev. 9/30/02) pertain to this inspection. (c) The contractor shall include in its .subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs ( a) and (b) above. ( d) With each partial payment estimate or payroll period, whichever is less~ an affidavit · stating that the contractor has complied with the requirements ofChapter 2258, Texas Government Code. The contractor .shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Revised 10/24/02 · Pg. 8 PART D .-SPECIAL CONDITIONS GENERAL .. : ..............• '. .......... _ ........................................................................... , .................. 3 COORDINATION MEETING .......... ; ........... .-.................................................................. : .... 5 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ..................... 5 COORDINATION WITH FORT WORTH WATER DEPARTMENT ........ : ........................... 7 CROSSING OF EXISTING UTILITIES ....................................................... :: ............... ; ...... 7 · EXISTING UTILITIES AND IMPROVEMENTS ................................................ ; ................. 8 .CONSTRUCTION TRAFFIC OVER PIPELINES ....................................................... '. ........ 8 TRAFFIC. CONTROL . ." ................ -....................................... :: ............... : .............................. 9 DETOURS ..................................... :., ............... · ................................................................... 9 EXAMINATION OF SITE ....................... ; ..... -, .................................................................... 9 ZONING COMPLIANCE ...................................... · ...................................................... ;,.10 WATER FOR CONSTRUCTION .................................................................................. 10 . WASTE MATERIAL ..... ;; ................................................................. _.; .......... : ......... , ........ 10 PROJECT CLEANUP AND FINAL ACCEPTANCE ................................. : .................... 10 . CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK ................................. 10 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES •..... ;., ................... 11 BID QUANTITIES .......................... · ............................................................•.................... 11 CUTTING OF CONCRETE ................................................................... : ............ · .......... 11 PROJECT DESIGNATION SIGN ............................................... _ .................... , .... : ......... 11 · · CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ...................................... 12 MISCELLANEOUS PLACEMEN, OF MATERIAL. .............. : ................. : ...................... 12 CRUSHED LIMESTONE BACKFILL ................................................................. ; .......... 12 2:27 CONCRETE .......................... · ................. .-............................. · ..... : ........ : ......... ~.-. .-.... 1_2 TRENCH EXCAVATION. BACKFILL, AND COMPACTION ......................................... 13 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS ........ ~ ... 14 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ............ , ... 15 SANITARY SEWER MANHOLES ................................................................................ 16 SANITARY SEWER SERVICES ..................... ; ........................................................ : ... 18 REMOVAL. SALVAGE. AND ABANDONMENT OF EXISTING FACILITIES .............. :.20 DETECTABLE WARNING TAPES ... : ...........•...•........... : ....................................... : ....... 22 PIPE CLEANING ......... : ................................................................................ : ............... 22 DISPOSAL OF SPOIUFILL MATERIAL ....................................................................... 22 · MECHANICS AND MATERIALMEN'S LIEN .......................... : ..... : ................................ 23 SUBSTITUTIONS ......................................................................................................... 23 . PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER. ............ 23 VACUUM TESTING OF SANITARY SEWER MANHOLES .......................................... 26 . BYPASS PUMPING ............................ : ... ." ........... : ................. : ........................ :~ .... : ....... :.27 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .......... 27 SAMPLES AND QUALITY CONTROL TESTING ......................................................... 29 TEMPORARY EROSION. SEDIMENT. AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ......................................................... : ...... 30 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ............... : ........ 31 PROTECTION OF TREES, PLANTS AND SOIL. ......................................................... 31 SITE RESTORATION ....................... : ........................... ; ............................................... 32 CITY OF FORT WORTH STANDARD PRODUCT LIST .............................................. 32 TOPSOIL, SODDING. SEEDING & HYDROMULCHING ............ , ................................ 32 CONFINED SPACE ENTRY PROGRAM ..................................................................... 37 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION .....•..... : ................ 37 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ...................... 38 CONCRETE ENCASEMENT OF SEWER PIPE .......................................................... 38 CLAY DAM ............... ; ............................. : ... ,., ............. : .................................................... 38 EXPLORATORY EXCAVATION (D-HOLE) .................................................................. 38 11129/04 SC-1 PART D -.SPECIAL CONDITIONS D-52 . INSTALLATION OF WATER FACILITIES .................................................................... 39 52.1 · ·Polyvinyl Chloride (PVC) Water Pipe ....................................................................... , .... 39 52.2 -.Blocking ................................. _ ......................................................... · ...................... :.: ..... 39 . 52.3 Type of Casing Pipe ............. · ............................................................ · .......................... ,.39 52.4 Tie-lns ............... : ...... : ........................................................ ,: ......................................... 40 52.5 Connection of Existing Mains ................................. : ......... , ....... ~, .................................. 40 52.6 Valve Cut-Ins .......................................................... : .................................................... 40· 52.7 Water Services ............... : ................................................... : ........ : ................................ 41 . 52.8 2-lnch Temporary Service Line ...................................................... : ............................ .42 52.9 Purging and Sterilization of Water Lines .............................................. ; ........... : .......... .43 52.10 Work Near Pressure Plane Boundaries ............. , ................................. , ........................ 44 52.11 Water Sample Station ................ ; .................................................................................. 44 52.12 Ductile Iron and Gray Iron Fittings ........................................... ; ................................... .44 D-53 SPRINKLING FOR DUST CONTROL. ................... .-.... , ............................................... .45 D-54 DEWATERIN.G .................................................. · .............................................................. 45 D-55 · TRENCH EXCAVATION ON DEEP TRENCHES ......... : ........ ; ..... , ....... , .. ; .................... .45 : D-56 TREE PRUNING ........................................................................................................... 45 . D-57 'TREE REMOVAL ............ : .............................................................................................. 46 D-58 TEST HOLES ........................... ; ................................................................................... 46 D-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND . D-.60 D-61 D-62 · D-63 D-64 D-65 · D-66 D-67 D-68 · D-69 D-70 . D-71 D-72 D-73 11/29/04 NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ......................... ; ................. '. ..... : ................... , ..................... ~ ......... , .. 47 TRAFFIC BUTTONS .......................................... ;, ......................................................... 48 . SANITARY SEWER SERVICE CLEANOUTS ........................................ -........... ; ......... .48 TEMPORARY PAVEMENT REPAIR ........................................................................... .48 CONSTR.UCTION STAKES ........... : ............. : ..... : ......•................................................... 48 EASEMENTS AND PERMITS .: ..................................................................................... 49 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............................................... .49 WAGE RATES ..................................................................................... , ........................ 49 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE.: .................................... 51 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) .............................................................. , ................ : .................. .' .. : ........ 52 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING -WATER SYSTEMS .................................................................................... 53 ADDITIONAL SUBMITTALS FOR-CONTRACT AWARD ................................................. 54 EARLY WARNING SYSTEM FOR CONSTRUCTION ........ ; .......... : ................................. 54 AIR POLLUTION WATCH DAYS .................. : ........................................................ : .. ··.·····.55 FEE FORSTREETUSE PERMITS AND RE-INSPECTIONS ......... > .... : .......................... 55 SC-2 PART D -SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C1 - Supplementary Conditions to Pait C of the Contract. Anything contained in this Part D that is additive to any provision in Part C-General Conditions and part C1 -Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C -General Conditions and Part C1-Supplementary C.onditions of the Contract and this Part D, Part D shall control. FOR: 2004 CAPITAL IMPROVEMENT PROGRAM -CONTRACT NO. 14; PAVEMENT RECONSTRUCTION AND WATER & SANITARY SEWER MAIN REPLACEMENT CUTTER STREET EASTLAND STREET GRAYSON STREET CHILDRESS STREET · FORT WORTH, TEXAS DOE N0 .. 4580 (FOARD ST. TO NOLAN ST.) . (WICHITA ST. TO NOLAN ST.) (WICHITA ST. TO FOARD ST.} (WICHITA.ST. TO ERATH ST.) STREET PROJECT NO. C200 541200 2084000027 83 · WATER PROJECT NO. P264 541200 6081700027 83 . SEWER PROJECT NO. P274 541200 7081700027 83 D-i1 GENERAL . T e order or precedence in case of conflicts or discrepancies between various parts of the Cqntract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelineslisted below: 1. Plans 2. .Contract Documents 3. Special Conditions T ti e following Special Conditions shall be applicabie to this project under the provisions stated above . The Contractor shall be responsible for defects in this project due to faulty materials and · workmanship, or both, for a period of two (2) years from date of final acceptance of this project by . · the City of Fort Worth and will be required to replace at his expense any part or all ofthis.project which becomes defective due to these causes. · · · Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and .General Specifications,· with latest revisions, · are made a part of the General Contract Documents for this projeGt. The Plans, these SpecialContract Documents and the · rules, regulations, requirements, instructions, drawings or ·details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control , per formance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not sh b wn or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by alL Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- .qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general . _specifications shall govern performance of all such work. 11129/04 SC-3 PART D -SPECIAL CONDITIONS This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by t hese Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 2 .. STANDARD SPECIFICATIONS FOR PUBLIC WORKS · CONSTRUCTION -NORTH CENTRAL TEXAS Any conflict between these contract documents and the . above 2 publications · shall be resolved in favo_r of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation . and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas · 76102. The specifications applicable to each pay item are indicated by the call-out for th_e . pay item by the designer. If not shown , then applicable published specifications in either of these · documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth.document rather than Division 1 cf the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining · contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and . stated time set forth in the "Notice to Bidders". ltis the Bidder's sole . · responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered . The Bidders must have the proposal · actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word · "PROPOSAL", and the name or description of the project as designated in · the "Notice to Bidders''. The envelope shall be addressed to -the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth , Texas 76102. B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request fo(non-consideration of a proposal m!.,lst be made in writing, addressed to the City Manager, and filed with .him prior to the time .set for the opening of proposals . . After all proposals not requested for non- corisideration are opened and publicly read aloud , the proposals for which non-consideration requests have been properly filed may, at lhe option of the Owner, be returned unopened. G. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior fo the proposal opening time . If such confirmation is not received within forty-eight (48) hours after t he proposal opening time , no further consideration will be given to the proposal. · 11/29104 SC-4 / - PART D -SPECIAL COHDITIONS D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the p-roject oh· the desired schedule. The contractor shall be present at all meetings. D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A Definitions: 1. Certification·of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverag·e agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project -includes the time .from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing sen,ices on the project ("subcontractor'' in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the . contractor and regardless of whether that persori has employees. This -includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling; or delivering equipment or materials, or providing labor, transportation, or other services related to a proj.ect. "Services" does not include activities unrelated to · the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. · 8. The Contractor shall provide .coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing servic~s on the proje'ct, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being . awarded the contract. . . . . . . . D. Jf the coverage period shown on the contractor's current certificate of coverage ends during . ~the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate_ of coverage · with the governmental entity showing that coverage has been extended. · E. The Contractor shall obtain from each person providing services on a project, and provide the . governmental entity: · · 1. A certificate of coverage, prior to that person beginning work on . the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 11129/04 SC-5 PART D .. SPECIAL CONDITIONS 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extensiqn of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in .writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known,, of any change that m,;iterially affects the . provision of coverage of any person providing services on the project. · H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a · person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any c·overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all _of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor L prior to that person beginning work on the project, a certificate · of coverage showing that coverage is being provided for all employees of th~ person providing services .on the project, for the duration of the project; 3 .. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if .the coverage period shown on the current certificate of coverage ends during the duration of the project; . ' 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and b.) A new certificate of coverage showing · extension of coverage, pdor to the end of the _coverage period, if the coverage period shown on the current certificate of coverage ·. ends during the duration of the project. .. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) ·days after the person knew or should have known, of any change that materially · affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts , ·to perform as required by . paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services. 11129/04 SC-6 PART D·-SPECIAL -CONDITIONS 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is · representing to the governmental entity that all employees of the ·· contractor who will provide services on the project will be covered by worker's · compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- . insured, with the commission's Division of Self-Insurance Regulation .. Providing false or misleading information may _subject the contractor tci administrative, criminal, civil penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. · J. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type .and text in at least 19 point normal type, -and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance . This indudes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their . employer or status as an employee." . . . Call the Texas Worker;s Compensation Commission at (512)440-3789 to receive information on the legal requirement for coverage, to verify whether .your employer has provided the required coverage, or to report an employer's failure to provide coverage". D· 4 CO.ORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, · it will · be necessary to deactivate, for a period of time, existing lines. The Contractor shall be requited to coordinate · with the Water Department to determine the best times for deactivating and activating those lines. · D· 5 CROSSING OF EXISTING UTILITIES w r ere a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line -crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sew.er service line shall be made watertight or be constructed of ductile iron · pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be · a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. 11/29104 SC-7 PART D -.SPECIAL CONDITIONS Backfill, fittings, tie-ins and all other associated . appurtenances . required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. D-6 . · EXISTING UTILITIES AND IMPROVEMENTS . The plans show the locations of all known surface and subsurface structures. However, the . Owner assumes no responsibility for failure to-show any or all of these structures on the Plans, or · . to show them in their exact location. It is . mutually agreed thc;1t such failure shall not be considered sufficiE;mt basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. ' · The Contractor shall be responsible . for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions (as approved or authorized by the applicable utility company) for the support,. protection and/or temporary "relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both -above and below ground during construction. It is understood that the Contractor is not responsible for th.e · permanent r13.location of existing utilities in direct conflict with the proposed construction. ·The Contractor is liable· for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed .subsidiary work and the cost of same and shall ·be included in the cost bid per linear foot of pipe ·install.ed. NO ADDITIONAL COMPENSATION . WILL BE ALLOWED ... Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or . . . better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public · utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the ·project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lilies and conduits stiown on the plans are for information only and are not guaranteeq · by the City of th·e Engineer to be accurate as to extent, location, and depth; they are shown on . · the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found 6n the ground. · D-7 CONSTRUCTION TRAFFIC OVER PIPELINES · It is apparent that certain .construction vehicles could exceed the load bearing capacity of the pipe under shailow bury conditions. It will be the responsibility of the Contractor to protect both the _ new line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing_ or new pipe with a truck delivering new pipe to the site. · Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more 11129/04 SC-8 PART D -SPECIAL CONDITIONS frequent crossings of the pipes are allowed. · It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of.his construction operation. · D-8 TRAFFIC CONTROL The contractor will be required to obtain . a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required : The Contractor shall be responsible for providing traffic control during the construction of. this project consistent with the provisions set fo rt h in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon 's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31 . · A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City · Traffic Engineer at (817) 871-8770, at the pre-construction conference. Although work will not begin until the · · traffic control plan has been reviewed, the Contractor's time will begin in accordance with the time frame established · in · the Notice to the Contractor. · The Contractor will not remove any regulatory sign, instructional sign, street name sign or other · sign, which has been erected by the City. If it is determined that a sign must be removed to pe rmit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Divisiori, (Phone Number 871-7738) to remove the sign . In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign . m~eting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed co rrectly or if it does not meet the required specifications, the permanent sign · shall be left in · ·place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain .locations/streets during "peak · traffic periqds" as determination-by the City Traffic Engineer and in accordance with the applicable provision of the . "C ity of Fort Worth Traffic Control Handbook for Construction .and Maintenance Work Areas ." The cost of the traffic control is subsidiary work and the cost of same shall be included in the price bid for pipe complete in place as bid in the Proposal, and no other compensation will be allowed. · D-9 DETOURS T e contractor shall prosecute his work in such a manner .as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area . D-10 EXAMINATION OF SITE It shall be the responsibility of th·e prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect SC-9 .. PART D -.SPECIAL CONDITIONS construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and · public properties, procedures for protecting existing . . improvements and disposition of all materials to be removed . Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. · D-11 ZONING COMPLIANCE During the construction of this project, the . Contractor ' shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. D-12 WATER FOR CONSTRUCTION The Contractor at his ·own expense wiil furnish water for construction . . D-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All . material shall be disposed of in such a manner as to pr.e·sent a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. . D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor sh.all be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to . the appropriate bid items . Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is ne,cessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. . Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadw~y. right- of.,way, or easement is cleaned --up to t he satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its · representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in gen~ral preparing the site of the work in an orderly manner and appearance. The City of Fort Worth Department .of Engineering shall give final acceptance of the completed project work. D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a schedule outlining the anticipated time for each phase of construction with ·starting arid completion dates, including sufficient time being -allowed for cleanup. The Contractor shall not 11/29/04 SC-10 PART D -SPECIAL CONDITIONS commence with water and/or sanitary sewer installation until such time that the survey cut-sheets have been received from the City inspector. D-16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. · 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCORE) who will erect temporary mechanical barriers, de- energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCORE, and shall record action taken in each case .. 4. The Contractor is required to make arrangements with the ONCORE company for the temporary relocation or raising . of high . voltage lines at the Contractor's sole cost and expense. 5. No person shall work within six~feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D-17 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit .to which a bid item can be increased or decreased. C~ntractor shall not be entitled to renegotiation of unit prices regardless of the final mea~ured · quantities. Tb the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. . . . D-1s · CUTIING OF CONCRETE Wh~n existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item. D j 19 PROJECT DESIGNATION SIGN . Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the e~act locations and methods of mounting. · In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective · paint or coloring on the barricades. Barricade signs shall be in 11129/04 SC-11 . PART D -.SPECIAL CONDITIONS accordance with Figure 30, except that they shall be 1 '-0" by 2'-0" in size. The information box . shall have the following information: · For Questions on this Project Call: (817) 87 1-8306 M-F 7:30 am to 4:30 p.m. · . · or (817)871~8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are ,required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shaJI be completely replaced for the full existing width, between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand · cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504. · · · At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced fo match type and geometry · of the removed curb and gutter . shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502. Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair: D-21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for · miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending , on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in ·accordance with the General Contract · Documents regardless of the actual amount used for the project. D-22 , CRUSHED LIMESTONE BACKFILL .. Where specified-on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on . this · project. The material shall conform to Public Works Standard Spe:cifications for Street a.nd . Storm Drain Construction Division 2 Item 208.2 -Materials and . · Division ·2 Item. 208 ;3 -Materials . Sources. Trench · backfi1.1 · and compaction shall meet the .· requirements of E2-2 · Excavation and Backfill, Construction Specifications, General Contract Documents. Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material · used measured in accordance with E2-2.16 . Measurement of Backfill Materials, Construction Specifications, and General Contract Documents . D-23 2:27 CONCRETE Transportation arid Pubiic Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures 1 through 5 re f er to using 2:27 Concrete as base repair. Since this call- 11129104 , SC-12 ., PART O -SPECIAL CONDITIONS out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of ~ment per cubic yard of concrete. D-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or fu~ure R.O.W. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifica_tions except as specified herein. · 1. TRENCH EXCAVATION: · in accordance with Section E2:-2 Excavation and Backfill, if the stated maximum trench widths are exceeded , either through accident or otherwise, and if the .Engineer determines that the .design loadings of the pipe will be exceeded, the Contractor will be re q uired to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own .. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. ,TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be ba pkfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can fu rh ish the Engineer with satisfactory evidence that the P. I. of the excavated material is less than 8.1 Such evidence shall be a test report from an independent testing laboratory and must ·include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated ma.terial is obviously granular in nature, containing little or no plastic material , the Engineer may waive the test report requirement. See E1-2 '.3, Type "C" or "D " Backfill,· and E2-2 .11 Trench ·Backfill for additional requirements . When Type "C" back-fill material is not suitable, at the direction of the Engineer, Type "B" backfill material shall be used. In general, all backfill material for trenches in -existing paved streets shall be in accordance with Figure A. Sand material specified in Figure A shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay, soil , loam or vegetable matter and shall meet the following gradation : • Less than 10% passing the #200 sieve • P.I. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be re p lac~d wi~h the following: · · Sieve Size 1" 1/2" 3/8" #4 #8 %.Retained 0-10 40~75 · 55-90 90-100 · 95-100 All other provisions of this section shall remain the same. 11129/04 SC-13 . . r PART D -SPECIAL CONDITIONS 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2~2.9 Backfill.. Trenches which He outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M. 0698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which .lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechan ical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The top two (2) feet of sewer line trenches and the top eighteen (18) inches of water line may be rolled in with heavy equipment tires, proviped it is placed in lifts appropriate to the material being used. and the operation can be performed without damage to the installed pipe. The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all trench backfill: Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2) foot · vertical intervals beginning at a level two (2) feet at:>ove the top of tl:,e .in.stalled pipe and continuing to the top of the completed backfill at intervals along · the trench· not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench .backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be te~ted or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe. Type "B" backfill shall be paid for at a pre-bid unit price of $15.00 per cubic yard. D-25 · TRENCH PAVEMENT {PERMANENT) REPAIR {E2;.19) .FOR UTILITY CUTS · The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing · pavement repair equal to or superior in composition, thickness, ·etc., to existing pavement. as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 2000-1 through 2000-3. The results 9f the street cores that were conducted on the project streets, to determine HMAC depths on existing streets, are provided in these specifications and contract documents. All r~quired paving cuts shall be made with a concrete saw in a true . and straight line on both sides of the trench, a minimum of twelve .(12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, · compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation .and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the. trench pavement repair wiil not hold up if such strip of existing pavement is two (2) feet or less in width. Therefore, at the locations in the project where the trench wall is three (3)·feet or less from the lip . of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. 11-/29104 SC-14 r PART D -SPECIAL CONDITIONS The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving, in the opinion of the Owner, the repaving shall.be done at the earliest possible date. A permit must be obtained from the Department of Engineering Construction Se'rvices Section by the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility · cu ts in the street. The Department of Engineering will inspect the. paving repair after construction: This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Department of Engineering. · D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS} A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The I requirements of this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances . The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARQS :. The latest versio·n of the U.S. Department of Labor, Occup~tional Safety and Health Administration Standards, 29 CFR Part 1926·, · Sub-Part P -Excavations, are hereby made. a part of this specification and shall be the minimum governing requirements fortrench safety . . C. DEFINITIONS: 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. 2. BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels. 3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4. SHIELD SYSTEM -Shields used · in trenches are generally referred to as "trench boxes" or "trench shields"; Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. $hields can be permanent structures or can be designed to ·be ,portable arid move along as the work progresses. Shields can be either pre-manufactured or job-built in accordance with OSHA standards . 5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which · is designed to prevent cave-ins. · Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT -Trench depth is the' vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. SC-15 PART D -.SPECIAL CONDITIONS E. PAYMENT -Payment shall be full compensation for safety system design , labor, tools, materia ls, equipment and incidentals necessary for the installation and removal of trench safety systems. · D-27 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes ·shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Con.dition : For new sewer line installations, the Contractor shall temporarily plug all lines at every ope:n manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to . keep out debris as a result of additional construction . . 1. CONCRETE COLLARS : Concrete collars will be required on all manholes specified as per Figure 121. 2. WATERTIGHT MANHOLE INSERTS: · Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes. Inserts shall be constructed in accordance . with Fort Worth Water Department-Standard E100-4 and shall be fitted and installed according to the · manufacturer's recommendations.· Stainless Steel · manhole inserts shall be required for all pipe diameters 18" and greater. 3. LIFT HOLES : All lift holes s hall be plugged with a pre-cast concrete plug . The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on .the inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an· elevation not more than one ( 1) nor less than one-half ( 1 /2) inch . above the surrounding ground . Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded ·near the manhole ; Manholes in open fields, unimproved land , or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS : All lids · shall have pick slots in lieu of pick holes. Manhole frames and covers shall be McKinley, Type N, with indented top design, or equal, with pick slots. C9vers shall set flush with the rim of the frame and shall have no larger than 1/8-inch gap between the frame and cove r. · Bearing surfaces shall be machine finished . Locking . manhole lids and frames will be restricted to locations within the 100-year floodplain and areas · specifically designated on · the plans. Certain teed Ductile Iron Manhole Lids and Frames are acceptable for use where locking lids are specified. 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole depth is four (4) feet or less . All shallow cone manholes shall be built in 11129/04 SC-16 PART D -SPECIAL CONDITIONS accordance with -Figure 1_ 05. All shallow cone manholes shall have a cast iron lid and frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole . 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with _ two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnernec "46- 450 Heavy Tnemecol,'.' or equal to, a minimum or 14 mils dry film thickness . 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint se_alants as per Figure M. · · This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent- Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength-. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible · joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials . All surfaces to be in contact with the . joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench. After removal of the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over · manhol·e opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on-two (2) rows _(inside and outside) of Bitumastic joint seal_~r. . . . 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES : Excavate (rectangular .full depth saw cut if in pavement) adjacent to the manhole fo expose the entire manhole 11/29/04 _ frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench · _ nearly vertical. . ' Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings. Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced . Grade rings that are constructed of brick, block mat_erials other than pre-cast concrete rings , or where necessary and approved by the Engineer, shall be replaced with _ a pre-cast flattop section. Pre-cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed . In brick or bloc;k manholes, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound, SC-17 PART D -.SPECIAL CONDITIONS notify the Engineer prior to replacement of the. grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense . · Wire brush manhoie frame . and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface . If the inside diameter of the manhole is too large to·. safely support new adjustment rings or frames, a flat top section shall be installed. · Joint surfaces between the frames, adjustment rings , and cone section shall be free of dirt,· stones ; debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre-formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhoie. No steel shims , wood, stones, or any material not specifically accepted by the Engineer may be used to. obtain final surface elevation of the manhole frame. In paved areas or future p~ved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface . The top of the casting shall be 1/8 inch below the finished elevation . Allowances for the · compression of the joint material shall be made to assure a proper final grade elevation . 3. EXPOSED EXTERIOR SURFACES : All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal , to a minimum of 14 mils dry film thickness : 4 .. The exterior surface of all pre -cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant-from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mi l plastic to protect the sealant from damage during backfilling. C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift ho le sealing and exterior surface coating. Payment shall not .include pavement replacement, which if required, shall be paid separately. The . price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole , inducting, but not limited to, excavation , backfill, disposal of materials, joint sealing,· lift hole sealing and exterior surface .coating . . Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for · adjusting and /or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to, joint sealing, lift hole sealing, and exterior surface coating . Payment for concrete collars will be made per each . Payment for manhole inserts will be made per each . D-28 SANITARY SEWER SERVICES 11129/04 . SC-18 PART D -SPECIAL CONDITIONS -Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be re quired as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but orily as directed by the Engineer .. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis. The Contractor shall be responsible for coordinating the · scheduling of tapping crews with building owners and the Engineer in order _that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps wjll be re1uired . Severed service con-nections shall be maintained as specified in section C6-6.15. - D. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap. The fitt ings used for vertical adjustment shall consist of a maximum bend of 45 degrees . The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be _ replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the_ Engineer. Pr_ocedures . listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps . Payment for work such as backfill , saddles, tees , fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in -1 the price bid for Sanitary Sewer Taps . · . E. SEWER SERVICE _ REPLACEMENT : All building sewer -services encountered during construction shall be adjusted and/or replaced by the Contractor as directed_ by the Engineer as required for the connection of the sewer service line. If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line , all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on . the project plans . Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de-holing at the building clean-out) the elevations (shown on _the plans) at the build _ing clea_n-out and compare the data w_ith the elevation at the proposed connection p'oint on the sewer main, in order to ensure that' the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevptions shall also be verified at all bend locations on · the service re-route. All applicable sewer _mains, laterals and affected service lines that are installed without pre-consfruction de- holing _ at the _ affected residences (to verify design .elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted. All eievation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two· (2) percent minimum slope is not satisfied . If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied. Prior to b.ackfilling, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any sewer service for which no grade verification has been submitted . All · re- 11129/04 SC-19 PART D-.SPECIAL CONDITIONS routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer . service line shall be made .with appropriate adapter fittings . The fitting shall ·be a urethane or neoprene coupling A.S.T.M. C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean-out and plug the abandoned sewer service line. . The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Development _ Department for all serv.ice line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the · Plumbing Inspector shall be prov ided to the Engineer upon completion of the sanitary sewer re-route. Payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoneq sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of - way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps. D· 29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the· plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2-2 .7 Removing Pipe, of . the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition.· A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box _shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials. B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid. shall be removed . and · returned to the Water . Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The concrete' vault shall be demolished 1n place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing . surrounding surface and grade. · C. SALVAGE OF EXISTING FIRE HYDRANTS : Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the . Engineer. Surface restoration shall be compatible with existing surrounding surface and grade . 11129104 SC-20 - - - - PART D -SPECIAL CONDITIONS D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse .by the Contractor in accordance w ith Section E2-1 .5 Salvaging of Materials. The void area caused by ·the valve removal · .shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer.. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vault shall be .demolished in place to a point no less than · 18" below final grade. E. 'ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box . in place to a point not less than 18 inches below final grade. · Concrete shall then be used as backfill material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final . gr:ade. The void area caused shall then be backfilled and com.patted. in accordance with I . . . backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G. · ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the . structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to · point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean washed sand of clean , suitable excavated material approved by the Engineer. Surface restoration shall be compati ble with surrounding service surface . Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances requi red, shall be included in the appropriate bid item -Abandon Existing Sewer Manhole. H. REMOVAi.. OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected. The complete manhole, includ ing top or cone section, all full barrel diameter section, and base section shall be removed . The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 I Backfill. Backfill material may be with Type C Backfill or Type B Backfill , as approved by the · Engineer. Surface restoration shall be compatible with surrounding surface. I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be · required to cut, plug, and block existing water mains/services or sanitary ·sewer mains/services in order to abandpn these lines. Cutting and plugging existing mains and/or services shall be considered · as incidental and all costs incurred will be considered to be · included in the linear foot bid price of the pipe, unless separate trenching is required. J . REMOVAL OF EXISTING PIPE : Where· removal of the existing pipe is required, it shall be · the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, I fire hydrants and meter · boxes shall be delivered to Water Department Field Operation, Storage Yard. C. PAYMENT: Payment for all work and material involved in salvaging , abandoning and/or. removing existing facilities shall be included in the linear foot bid price of the pipe , except as 11129/04 SC-21 PART D -SPECIAL CONDITIONS follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. Payment will be made for salvag ing, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a separate trench). · L. ABANDONMENT OF . EXISTING SEWER LINES: Where plans call for abandonment of existing sewer mains after the · construction of a new sewer main, the · Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main. · Once this determination has been made, the existing main will be abandoned as indicated above in Item I. · D-30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pip~. The detectable tape . shc;1II be "Detect. Tape'.' manufactured by Allen Systems, Inc. or approved equal, . and shall consist of a minimum thickness 0·_35 mils solid aluminum foil encased iri a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 2Yz pounds/1 inch/100'. The tape shall be coior coded and imprinted with the message as follows: Type of Utility Color Code Water Safety Blue Sewer Safety Green Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). D-31 .PIPE .CLEANING . Joints· shall be wiped and then inspected for proper installation by the inspectors. Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any period of work ~to.ppage. . . . . o.: 32 DISPOSAL OF SPOIL/FILL MATERIAL Prior to the disposing · of · any spoil/fill material, the Contractor shall advise the Director of Engineering · Department, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator -to ·meet the requirements of the Flood Plain Ordinances of the · City of · Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites ·shall 11/29/04 . SC-22 - - - PART D ;_ SPECIAL CONDITIONS be evidenced by a letter signed by the Administrator stating that the site is not in a known fl~od pla in or by a Flood Plain Fill Permit authorizing fill within .the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering Department, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. D-33 MECHANIC~ AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. . D-34 SUBSTITUTIONS · The specifications for materials set out the minimum standard of quality, which the City believes · necessary to procure a satisfactory project. No su_bstitutions will be permitted until the Contractor has received written permission of the Engineer to make a .substitution for the material, which has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, ·it will be approvable, as the particular trade name was used for the PL!rpose of establishing a standard of qu~lity acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. · Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal; and the Engineer, as the representative of the City, shall be the sole judge of the .acceptability of substitutions. The provisions of this sub-section as related to"substitutions" shall be applicable to all sections of these specifications. · D-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER . A. GENERAL: Prior to the reconstruction, All-sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same locat1on), or rehabilitated (pipe enlargement, cured-in-place pipe, fold and form pipe, slip-line; etc.), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterais and their location. Work shall consist of furnishing all labor, material, ·and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper Lise ofcleaning equipment. · 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The .equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be • capable of producing a scouring action from 15 to 45 degrees in ·au size lines designated to be deaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, 11129104 and hydraulically driven hose reel. · · Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such · a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in SC-23 PART D -SPECIAL CONDITIONS diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is· used, special precautions to prevent flooding of the sewers and public or private property shall be taken . The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices w~enever possible. · 2: CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high-velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be · successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful . cleaning cannot be performed or equipment . fails to traverse the entire manhole section, it will be assumed that a major blockage exists , and the cleaning effort shall be abandoned. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the· water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from · the City Water Distribution System, ttie Contractor shall apply for and receive permission from the Water . Department. The Contractor shall ·be responsible for the water meter and related charges for the setup, including the water usage bill.. All expenses shall be considered incidental to cleaning. . . . . . 3 .. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material · resulting from the cleaning operation shall be removed at the downstream manhole . of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in · wet wells, or damage pumping equipment, shall not be permitted ; 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall · be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the -City. · · 5. UNDER NO CIRCUM$TANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. 6. TELEVISiON INSPECTION EQUIPMENT: The television camera used for the inspection shall · be one specifically designed and constfucted for such inspection. Lighting for the camera shall be suitable to . allow a· clear ·picture of the ~ntire periphery of the pipe. The · c~mera shall .be operative in 100% humidity conditio _ns. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. B. EXECUTION: 1. TELEVISION INSPECTION: The ·camera shail be moved · through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet P.er minute. Manual winches, power winches, TV cable, and powered 11129104 SC-24 PART D -SPECIAL CONDITIONS rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. When manually operated winches are used to pull the television camera through the line; telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to . ensure good communications . between members of the crew. The importance of accurate distance measurements is emphasized. All television in_spection videota~es shall hav~ a footage counter. Measurement for location of sewe~ service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. · The City makes no guarantee that all -of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all . circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition, . other points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a·copy of such records will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other' standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such . photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS:. The purpose of tape recordin_g shall be to supply a visual and audio record of problem areas of the lines that may · be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall . be furnished to the City for review . immediately upon completion of the television . inspection and may be retained-a maximum of ·30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not · be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections; the Contractor shall be required to re-televise and provide a good tape of the line at no additional. cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made . Also, no payment shall be made for portions of lines not televised or portions where manholes .cannot be negotiated '.""ith the television camera. 11/29104 THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary SC-25 PART D -SPECIAL CONDITIONS sewer are to be corrected. ·The Engineer will return tapes to the Contractor upo"n completion of review. All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. C. PAYMENT OF CLEANING -AND PRE-CONSTRUCTION TELEVISION IN$PECTION OF SANITARY SEWERS: The cost for Pre-Constr:uction Cleaning _and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of _ sand and debris from the sewers to a legal dump site. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video· image '.required for li ne analysis. The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made . The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a· camera . The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in --the bid price for TV Inspections. The cost of retrieving ttie TV Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection. . . The item _shall also include all costs of installing and maintaining any bypass _ pumping required to provide reliable , regular sewer serv ice to the area residents. All bypass pumping shall be incidental to the proj ect. D-36 VACUUM TESTING OF SANITARY SEWER MANHOLES D. GENERAL:_ This item shall govern the vacuum testing of all -newly constructed sanitary sewer manholes. · · B. EXECUTION-: 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing . 11129/04 . . . . . . . The sewer liries entering the manhole shall .be plugged and braced to prevent the plugs from being drawn info the ma nhoie . The plugs shall be installed in the lines beyond the drop-connections ; gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations.. A vacuum of ten inches of mercury (1 O"Hg) shall be drawn and the vacuum pump will be turned off With the valve closed , the level of vacuum shall be read after the . required test time . The required test time shall be determined from the Table I below in accordance with ASTM C1244-93: SC-26 PART D -SPECIAL CONDITIONS Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"Hg -9"Hg) (SEC) Depth of MH. 48-lnch Dia. 60-lnch Dia. (FT.) Manhole Manhole · Oto 16' 40 sec. 52 sec. 18' 45 sec, 59 sec. 20' 50 sec. 65 sec. 22' 55 sec. 72 sec. 24' 59 sec. 78 sec. 26' 64 sec. 85 sec. 28' 69 sec. 91 sec. 30' 74 sec. .98 sec. For Each 5 sec. 6 sec. Additional 2' 1.' ACCEPTANCE : The manhole shall be considered acceptable, if.the drop in the level of vacuum is less than one-inch of ·mercury . (1" Hg) after the · required test time . Any manhole, which fails _to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it With an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal . condition, all temporary plugs shaUbe removed, all braces, equipment, and debris shall be removed .. and_ disposed of in a manner satisfactory to tlie Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping , required to complete the test as specified herein . D-37 BYPASS PUMPING -The Contractor shall · bypass the sewage around the section or sections of sewer · to be rehabilitated and/or replaced. The bypass shall be made by plugging .existing upstream manhole and pumping the · sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways arid street crossings to permit safe vehicular travel without interrupting flow in the bypass system . Under no circumstances will the Contractor be permitted to discharge sewage into the trenches . Payment shall be incidental to rehabilitation or replacement of the sewer line. · D 38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER -. A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. 11129104 SC-27 PART O -.SPECIAL CONDITIONS · Work shall consist offurnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. · B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection · shall be one specifically designed and constructed for such inspection. Lighting for · the camera shall be operative in 100% humidity conditions . The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payme11t will be made for an unsatisfactory inspection. C : EXECUTION : 1. TELEVISION ·INSPECTION: The camera shall be moved through the line in either . direction at a. moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches , power winches, TV cable, and · powered rewinds or other devices tha t do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. · When manually operated win.ches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All . television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. ·Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked .by use of a walking meter, roll-a-tape, or . other suitable ,device, and the accuracy shall be satisfactory to the Engineer, . . The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all drcumstances, when it becomes _ lodged during inspection, shal.l be incidental to Television inspection .. Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following ttie lacing of the main with no. water flow . If sewer is active, flow must be restricted to · provide a clear image of sewer being · inspected . · 2. DOCUMENTATION: Television Inspection Logs: Printed 1·ocation records shall be . kept by the Contractor and · will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to._stationing as shown on the pla.ns : · A copy of these television logs will be supplied .to the · City. 11/29/04 SC-28 PART D -SPECIAL CONDITIONS · 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the . Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of . problem areas of th·e lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to · the Contractor upon completion of review by the Engineer. Tapes shall not be erased · . without the permission of the Engin·eer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of · the line · at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be ·made. Also, no payment shall be made for · portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY . SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per line_ar foot of sewer televised. The Contractor shall provide the Engineer with tapes of a · quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning {hydraulic jet or mechanical cleaner) to provide video image required for line analysis . The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item -Post-Construction Television Inspection. · The item shall also include all costs of installing and . maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents . All _bypass pumping shall be incidental to the project. . 0-39 · SAMPLES AND QUALITY CONTROL TESTING A. The Con.tractor shall furnish, at its own expense, certifications · by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic arid/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be . used along with the name of the pit from which the material was taken. The contractor · shall provide manufacturer's certifications for ·a11 manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design concrete mix shall be made by the contr,actor's laboratory at least nine days prior to the placing of concrete using the same aggregate; cement, and mortar which are to be used late_r rn the concrete. The Contractor shall provide a certified copy of tt,e test · results to the City. C. Quality control testing of in-place material on this project will be performed by the city at its own expense. Any retesting required as a result of faiiure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as 11129104 . SC-29 PART D -:SPECIAL CONDITIONS determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its -responsibility to furnish materials and equipment conforming to the requirements of t_he contract. · · · D. Not less than 24 hours notice shall be provided to the City by the Contractor .for operations requiring testing. The Contracto r shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested.· . . .· .. E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill materiaL D-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION : This item shall consist of temporary soil erosion sediment · and Water pollution control measures deemed necessary by the Engineer for the· duration of the . contract. These control measures shall at no time be used as a substitute for the permanent control · measures unless otherwise directed by the Engineer and they shall not include measures taken . by the CONTRACTOR to · control conditions . created by his construction · operations . The temporary measures shall indude dikes ,' dams, bernis, sediment basins, fiber mats, jute netting; temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS : The Engineer has the authority to define erodible earth and the · authority to limit the surface area of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation , borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams , other water courses, lakes , ponds or other areas of water impoundment. Such work may involve the construction of temporary berms , dikes, dams, sediment basins, slope drains and use of temporary mulches, mats , seeding , or other control devices .or methods directed by the Engineer as necessary to control so il erosion. Temporary pollution-control measures shall be used to prevent · or correct erosion that may develop during ccnstruction prior · to installation of permanent pollution control features, but are not associated with permanent control features on the project. The · Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the · finish grading, mulching, seeding;· and other such · permanent pollutiori-'coritrol measures · current in accordance with the accepted schedule . Should seasonal conditions make such · limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 2. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount.of sediment entering streams. 3. Frequent fordings of live streams will not be permitted; therefore , temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are · necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall riot be operated inJive streams. ' · 4. When work .areas or material sources are located in or adjacent to live streams ; such areas shall be separated from the stream by a dike or oth_er barrier to keep sediment from 11129/04 SC-30 PART D -SPECIAL CONDITIONS . entering a flowing stream ; Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. , 5. · All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during ·construction operations that are not a part of the finished work. 5; . The Contractor shall· take sufficient precautions to prevent pollution of streams, lakes and reservo irs with fuels, oils , bitumen, calcium chloride or other harmful materials . He shall conduct and schedule his operations so .as to avoid or m inimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D-41 INGRESS AND EGRESS/OBSTRUCTION-OF ACCESS TO DRIVES · The Contractor shall provide ingress and egress to the property being crossed by this construction and ·adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays. The Contractor shall conduct his . activities to minimize . obstruction . of access to drives and property during the progress of I . . colilstruction . Notification shall be made to an owner prior to his driveway being removed and/or reouilt. . D-42 PROTECTION OF TREES,. PLANTS AND SOIL All . property along and adjacent to the Contractors' operations including lawns, yards, ·shrubs, trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or better than existed prior to start of work. · Any trees or other landscape features· scarred or damaged by the Contractor's operations shall. be restored . or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1" diameter or ·1arger shall be thoroughly treated as soon as possible with a tree wound dressing. By ordinance, the ·.Q>ntra.ctor must obtain . a permit from the City Forester· before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys. This permit cari be obtained by calling the Forestry Office at 871-5738 . All tree work shall be in compliance with pruning standards for Class II Pruning as described by the Nationai Arborist Association. A copy of these standards can be p~ovided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined . by the International Society of Arboricuiture . Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City . To prevent the spread of the Oak Wilt fungus , all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment wi!I be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. 11129/04 SC-31 PART D -SPECIAL CONDITIONS D-43 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the · Engineer will be grade restoration to plus minus one-tenth (0.1) of a foot. . · D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in ·the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in · the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Spedfications for Topsoil, Sodding and Seeding. 1. TOPSOIL OESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkw9ys and medians to the lines and grades as established by the Engineer. · CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material . secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source, Topsoil material secured from street excavation· shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2.· SODDING . DESCRIPTION : Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs ~nd walks, on terraces, in median strips, on embankments . or cut slopes, or in such areas as designated on the Drawings · and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. · MA TE RIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the . dormant state · of · these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy, .virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. . . The sod shall be free from ·obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. 11129/04 SC-32 PART O .. SPECIAL CONDITIONS Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be .kept moist fror:n the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated. CONSTRUCTION METHODS: After the. designated .~reas have been completed to the lilies, grades, and cross~sections shown on the Drawings and as provided for in other items of the · contract, sodding of the type specified shall be performed in accordance with the · requirements hereinafter described . Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass. . . a. ·Spot Sodding Furrows parallel to the curb line or sidewalk lin·es, twelve (12) inches on centers or tq the dimensions shown on the Drawings, shall be opened on areas to be -sodded .... In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than . one-half ( 1 /2) . inch below the finished grade. Holes of equivalent depth and spacing may b_e used instead of furrows. · The soil shall be firm around each block and then the entire sodded ··area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five · (25) pounds per square inch compression. Hand tamping may be required on terraces. b. Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on th·e prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any . voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in· the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil , shall,. upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas -or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth. 3. SEEDINCi DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings arid in accordance with these Specifications. MATERIALS: 11/29/04 SC-33 PART D -SPECIAL CONDITIONS a. General. All seed used must carry a Texas Testing · Seed label showing purity and germination, name, type of seed,· and that the seed meets all requirements of the Texas . Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers . A sample of each variety of seed shall be furnished for analysis and testing when directed by the . Engineer. · · The specified . seed shall equal or exceed the following percentages of Purity germination : Common Name Purity Germination Common Bermuda Grass 95% 90% Annual.Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass . 95%' 90%. Buffalo Grass Varieties Top Gun 95% 90% Cody · 95% 90%· Table 120.2.(2)a. URBAN AREA WARM-SEASON SEED.ING RATE (lbs.); Pure Live Seed (PLS) Dates Feb 1 to May 1 Mixture for Clay or T ight Soils (Eastern Sections) Bermudagrass 40 Buffalogras~ 60 (Western Sections) Buffalograss 80 Bermudagrass 20 . Total: 100 Total : · 100 Table, 120.2.(2)b Mixture for . Sandy Soils (All Sections) Bermudagrass 60 Buffalograss 40 Total : 100 TEMP.ORARY COQL,.SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates Aug 15. to May 1 (All Sections) Tall Fescue Western Wheatgrass Annual Rye Total: 50 50 50 100 and CONSTRUCTION METHODS: After the designated areas have been completed to the lines, . grades ; and cross-sections shown on . the Drawings and . as provided for in other items of thi_s Contract, se~ding of the . type . specified shall · be performed in accordance -with the requirements hereinafter described . \ .. a. ·· Watering. Seeded areas shall be watered as directed by the -Engineer so as to prevent washing of the slopes or dislodgment of the seed. b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-seGtion previously provided and existing at the time planting operations were begun . 11129/04 . SC-34 - PART D -SPECIAL CONDITIONS · BROADCAST SEEDING: The seed or seed mixture · in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than · by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained; "Finishing" as specified in Section . D-45, Construction Methods, is not applicable since no seed bed preparation is required. DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specifi~d under "Finishing" in Section D-45, Construction Methods . The seed, or seed mixture, specified shall then be· 'planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the "Cultipack_erl' type. All rolling of the slope areas shall be on the contour. . . . ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shan be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduc~d to less than one (1) inch in diameter, or they shall be removed . The area shall then be ffnished to line and grade as specified under "Finishing" in Section D- 45, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened . · · After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified , shall then be planted at the rate required and the application shall be made uniformly. -If the sow ing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting , the seed shall be raked or harrowed into the soil to a depth of approximately one-:quarter (1/4) inch. The planted surface area and giving a smooth surface without ruts or · tracks > in · between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in d~pth. · The application of asphalt shall follow the_ last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings -and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner .so thata complete film is obtained and the finished surface shall be comparatively smooth. RE-SEEDING OF AREAS PLANTED WITH · COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch 11129/04 -SC-35 PART D .... SPECIAL CONDITIONS to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil. penetration. . · · · * Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the .seed in the slit which is then pressed close with a cult packer wheel. 4. H\'DROMULCH SEEDING: If hydro · mulch seeding is provided, seed mix shall have 95°io purity· of Bermuda grass and · have a germination rate of 90%. Contractor shall en~ure that the grass establ_ishes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer'' will consist of providing and distributing fertilizer .over such areas as are designated on _the Drawings and in accordance with these Specifications . · MA TE RIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer .Law. A pelleted or granulated fertilizer shall be used with an analysis of ·16-20-0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. · In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. · Total amount of nutrients furnished and applied per acre shall equal or exceed .that specified for each riutrient. CONSTRUCTION METHODS: When an item · for fertilizer is included in the · Drawings and . proposal, pelleted .or granulated fertilizer shall be applied uniformly <:>ver the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding"-and four hundred (400) pounds per acre for all types of "Seeding". · ME;ASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in .place on the project site . Measurement will be made only on topsoils secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot, complete in place .. Acceptable material for "Sodding" will be measured by the l~near foot, complete in place. Acceptable· materfal for "Fertilizer'' shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered a_nd measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid 11129/04 _SC-36 . PART D -SPECIAL CONDITIONS for each item of work. Its price shall be full compensation for excavating · (except as noted below), loading , hauling, placing and furnishing all labor, equipment, tools, supplies, ~md · · . incidentals necessary to complete work. All labor, equipment, tools and incidentals · necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid . items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for-at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The- contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials , labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. The work performed and material.s furnished and measured as .provided under "Measurement" shall be paid for at the unit price for "Seeding",· or "Sodding", of the type specified, as the case may be, which · price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and _ Seeding.. · D-46 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requi .rements for all its employees and subcontractors at all times during construction . All active sewer manholes, regardless . of depth , are defined by OSHA,· as "permit required confined spaces ". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. D 47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 7. Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. · . . . . . . . 8. The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit. to the contractor a Jist of items .needing to be completed or corrected . · · _9.. The contractor shall take immediate steps to rectify the listed deficiencies and notify the · owner in writing when all the items have been completed or corrected. 10. Payment for ·substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still . be required to address all other deficiencies ; which are discovered at the time of final inspection . 11 .-Final inspection shall be in conformance with general condition item . "C.5-5.18 Final Inspection" of PART C -GENERAL CONDITIONS. 11129/04 SC-37 PART D -SPECIAL CONDITIONS 0-48 ~CAVATION NEAR TREES {WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be · responsible for taking measures to minimize . damage to tree . limbs , tree trunks, and tree roots at each · work site. All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering. · 2. · Any and all trees located within the equipment ·operating area at each work site shall, at · the direction of the Engineer, be protected by erecting a "snow fence" along the drip line . or edge of the tree root system between tree and the construction area. · 3. Contractor shall inspect each work · site . in advance and arrange · to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified · at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing· shall be stored over the tree root system within .the drip Jine area of any tree.· 5. · Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6 . At designated locations shown on the drawings, the "short tunnel" method using Class 51 . DJ. pipe shall be utilized. · · 7. Except in areas where clearing is allowed, all trees · up to 8" in diameter damaged during construction shall be . removed and replaced with the same type and diameter tree at the contractor's expense .· · · . 8. Contractor shall employ a qualified landscaper for all the work required for free care to ensure utilization of the best agricultural practices arid procedures. . . 9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1 /2 t imes the outside pipe diameter .. Voids remaining after pipe . installation shall be pressure grouted. D-49 · CONCRETE ENCASEMENT OF SEWER PIPE · · Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pip~ diameter indicated . The Contract Unit Price . shall include all 'costs associated ·with installation and reinforcement of the concrete encasement. D-50 . CLAY DAM Clay dam construction shall be performed . in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications, at locations lndicated on the · Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete . P~yment for work such as forming , placing and finishing shall be subsidiary to the price bid. for pipe installation. 0-51 EXPLORATORY EXCAVATION (D-HOLE) 11129/04 SC~38 PART D -SPECIAL CONDITIONS The Contracto _r shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item 0-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (0-:-Hole), to locate and verify the location and elevation of the · existing underground utility where it may be in potential conflict w ith a proposed facility alignment. Th e exploratory excavation shall be conducted prior to construction -of the entire project only . at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the st~rt of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory .excavation (D-Hole) to obtain a safe . and proper driving surface tq ensure the safety of the general public and to meet the ap proval of the City inspector. The contractor shall be liable for any and all damages incurred . due to the exploratory excavation (D-Hole ). . · . · · Payment shall not be made · for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole ); at locations identified on the plans. · or as directeq by the Engineer, shall include full cqmpensation for all materials, e_xcavation , surface restoration, .field SU fv eys, and all incidentals necessary to complete the work , shall be the unit price bid. No pa y ment shall be made for exploratory excavation(s) conducted after constr.uction has begun. D-,52 INSTALLATION OF WATER FACILITIES . . · · . . . · 52.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the · material standard contained in the General Contract Documents. Payment for work such as backfill, bedding, blocking , detectable · tapes _and all other associated appurtenant required, shall be included in the linear foot price bid of the appropriate BID ITEM(S). ·, 52.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in aceordance with the General Contract Documents . All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve. 52.3 · Type 9f Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section sha_ll be AWWA C-200 Fabricqted Electrically vyelded Steel Water Pipe, and shall conform to the provisions of E1-15, E1:..5 and E1 -9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe . shall · be supplied as . follows : · · For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirer:nents of Sec. 2.2 and related sections in AWWA C-203. · Touch-up after field wefds shall provide coating equal to those specified above . C. Minimum thickness for casing pipe. used shall be 0.375 inch. · -11-/2-9/0-4-----------S-C---39---------'-----+-Ht~A~RHI -iOJ ~co~~ ClfY i§tt~~IY Ft WOffff, TEX. PART D -_SPECIAL CONDITIONS Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete pipes when installed in casing. · installation shall be as recommended by the Manufacturer. 2. SEWER: . Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in th_e unit price bid per foot. 52.4 Tie-Ins The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor .to verify the exact location · and elevation of the existing line tie-ins. And any differences in locations and elevation of existing 'line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction. The cost of making tie-ins to existing water or sanitary sewer mains shall be included in the Jil'")ear foot bid price of the pipe. · • 52.5 Connection of Existing Mains · The Contractor shall determine the exact location, elevation, configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. · Any differences in locations, elevation, configuration, and or angulation of existing lines · between the contract drawings and what may be encountered in the said work shall be consiqered as incidental to construction. Where it is required to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the · 11/29/04 · Engineer, ·and all efforts shall be made to keep this down time to a minimum. In case of shutting down an existing main, the Contractor shall notify the Manager, Construction Services, Phone 871-7813, at least 48-hours prior to the required shut down time. The Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION OF SERVICE, Page CS-5(5), PART . C -. GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND . GENERAL SPECIFICATIONS. The Contractor shall notify the customerboth personally and in writing as to the location, time, and schedule of the service interruption. . . . . The cost of removing any existing concrete blocking shall be included in the cost of connection. Unless bid separately all cost)ncurred shall be included in the linear foot price bid for the appropriate pipe size. · . . . . 52~6 Valve Cut-Iris . It may be necessary · to cut-in gate valves to isolate the water main from which the extension and/cir replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new . valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually advised · prior to the shut out and advised of the approximate length of time they may be wi.thol.it service. Payment for work such as backfill, bedding, fitting.s, blocking and all other associated appurtenants required, shall be included in the price of the appropriate bid items. SC-40 PART 0. -SPECIAL CONDITIONS . 52.7 Water Services . The relocation, replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified . by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water · tubing,· curb · stops with lock wings, meter boxes, and if required approved manufactured · service branches. All materials used shall be as specified in the Material Standards (E 1- 17 & E1-18) contained in the General Contract Documents. ·. All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. · · · All existing 3/4-inch water serv.ice lines which are to be replaced shall be . replaced with 1- inch Type. K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the ·mairi line to the meter box. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the·· Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section CS-5.15 INTERRUPTION OF SERVICE. All water service meters shall be removed, tagged, arid collected by the contractor for -. pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary . to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. · 1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required wh~n th.e existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shal.1 replace ·the existing · service line with· Type K copper . from the main to the meter, curb stop. with lock wings, and corporation stop. Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop with lock wings, service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included . in the Linear · Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. · Any . vertical adjustment of customer service line within the 5 foot area shall be swbsidiary to the· service installation. · Payment for all work and materials such as tap saddle (if required), corporation stops, and . fittings shall be included in the price bid for Service Taps to Main. 1. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper ·and at adequate depth . to avoid · breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor wfll be paid for 11129/04 SC-41 PART D ~ SPECIAL CONDITIONS · one (1} Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 2. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement - and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line . of the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line. · When relocation of service meter and r:neter box is required, payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be. included in the price · bid for the service meter relocation. All other costs will . be included in other appropriate bid· item(s}. · This item will also be used to pay for all · service meter and meter box relocations as· required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will be paid for as one service meter and meter box relocation. 4. NEW SERVICE: When new services are required the contractor shall install tap saddle (when required}, corporation stop, type K copper service line, curb stop with lock wings, and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E 1-1 BA -Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings shall be included in the price bid for .Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. 1 MULTIPLE SERVICE BRANCHES: ·When multiple service branches are required the contractor shall furnish approved factory manufattur~d branches. Payment for multiple service branches will include furnishing and installing the multiple service branch oniy and all other cost will be included in other appropriate bid item(s). 2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service · lines with taps servicing a single service meter encountered during construction shall be replaced with one service Une that is applicable for the size of the existing service meter and approved by the Engineer. · Payment shall be made at the unit bid price in the appropriate bid item(s). 52.8 2-lnch Temporary Service Line 11129104 SC-42 · · PART O ... SPECIAL CONDITIONS A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in ·order that the work be performed in an expeditious manner. Severed . water · service must be reconnected within 2 hours of . discontinuance of service .. A 2-inch tapping saddle and 2-inch _ corporation stop .or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service · 1ine shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH} prior to installation. · · The out-of-service meters shall be removed,· tagged and collected by the Contractor for . delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring . permanent service, the Contractor shall re-install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing· ground or · as otherwise direct~d by the Engineer. The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points. ·when the temporary service is required for more than one 1·ocation the 2-inch temporary service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next successive project location. Payment for work such . as fittings, 3/4-inch service lines, asphalt, barricades, all service connections, removal . of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item. B: In . order . to accurately measure the amount of water used during · construction, the 11129/04 . Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible. At the pre-construction conference the contractor will · advise the inspector of the number of meters .that will be needed along with the locations where they will be used. The inspector will deliver the hydrant meters to the locations. After installation, the contractor will take full responsibility for the meters until · such time as .the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility. of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs. Jhe issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. · · · 52.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized · in accordance with E2-24 of th~ General Contract Documents and Specifications SC-43 . PART D -SPECIAL CONDITIONS except as modified ,herein. The · City will provide all water for INITIAL cleaning and sterilization of water lines. All materials for construction of the project, including appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime {HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be 'measured after 24 hours and shall not be less than 10 parts per million of free chlorine . . Chlorinated water shall be disposed of in · the sanitary sewer system.: Should a sanitary 11129104 sewer not be available, chlorinated water shall be "de-chlorinated" prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe. 52.1 O Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced un.der this contract may cross or may be in close proximity to an existing pressure plane boundary. Care. shall be .taken to ensure au _ "pressure plane" valves installeci are .installed closed and . no. cross connections are made between pressure planes 52.11 Water Sample Station · GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will b~ furnished to the Contractor free of charge; however, -the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATION$: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. . . . Payment for all work and materials necessary for the installation tap saddle (if required),. corporation stops, and fittings shall be inclµded in the price bid for ServiceTaps to Main. Payment for all work and materials necessary for the installation .of the sampling . station, concrete support block; curb stop, fittings, and an incidental 5-feet of type K copper service line which . are required · to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. . . PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and -functional water sampling station shall be included in the price bid for Water Sample Stations. · 52:12 Ductile Iron and Gray Iron Fittings SC-44 PART D -SPECIAL CONDITIONS Reference Part E2 Construction Specifications, Section E2:..7 Installing· Cast Iron Pipe, fittings, and Specials, Sub section E2-7 .11 Cast Iron Fittings: E2-7.11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron fittings_ shall be furnished with cement mortar lining as stated in Section E1:-7, The price . bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene . wrapping, horizontal concrete blocking, vertical tie-down concrete blocking,. and concrete cradle necessary for construction as designed. All · ductile-iron · arid gray-iron . fittings, valves and specials shall . be wrapped with . polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie- down concrete blocking, and concrete cradle . Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed .. D_1 53 SPRINKLING FOR DUSTCONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall· apply. However, no direct payment will be made for this item and it shall be considered to this contract. D-54 . DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. · The Contractor shall · be responsible for damage of any nature resulting from the dewatering operations . T he DISCHARGE from . any · dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and . all costs incurred will be considered to be included in the project price . 0 55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction . Contractor shall not leave ~xcavated trench open overnight. Contractor shall fill. any trench the same day of e~cavation . No extra payment shall be allowed for this special condition. ' D-56 . TREE PRUNING A.. REFERENCES: National Arborist Association 's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 11129104 SC-45 PART D -SPECIAL CONDITIONS 3. Steel "T" = Bar stakes: 6 feet long .. 4. Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red color. 6. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. · D. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings. 8. Using the approved specified equipment, maRe a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone . · · 9 . Backfill and compact the trench immediately after trenching '. . 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the · Engineer. 11. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity . Cover with wood chips of mulch in order to equalize soil . temperature and minimize water loss due to evaporation . . 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1 :.inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection . E. MULCHING : Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. · F. Tree Pruning shall be considered subsidiary to the project contract price. 0-57 TREE REMOVAL Trees to be removed shall be removed . using applicable methods, including stump and root ball removal, loading, hauling and dumping. _Extra caution shall be taken to not disrupt existing utilities both overhead and buried , . The Contractor shall immediately repa ir or replace any damage to utilities and private property including, _but not limited to, water and sewer services , pavement, fences, walls, sprinkler system piping, etc ., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no ·additional payment will be allowed. 0-58 TEST HOLES . . . . . The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and · whether they make such determination by the . use of test holes or other means, shall be left to the discretion of suct"1 prospective bidders. 11129104 SC-46 PART D -SPECIAL CONDITIONS If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that nei~her the City nor the Engineer · guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or e_levation, as showri on t he boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibfiity for interpretation of these records and for making .and maintaining the required excavation and of doing other work affected by the geology of the site._ -The cost of all rock removal and other associated appurtenances, if required, shall be included iri the linear foot bid price of the pipe. · · D-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shail, on a block by block basis,. prepare and deliver a notice .or flyer of the . pending . construction to the front door of each residence or busines~ that will be impacted by construction. The notice shall be prepared as follows: - The notification notice or flyer shall be posted seven -(7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, DOE No., Scope of Project (i.e. type of construction activity), actual construction duration withih the block, the name of the contractor's foreman and his phone number, the name of the City's inspector .and his phone number and the . City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached. - The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for hi~ review prior to being distributed. The contractor will not be allowed to begin construction on ar,y block until the flyer is delivered to au residents of the block. In the event it becomes necessary to temporarily shut down water service to _ residents or businesses _during · construction; the · contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected re~ident. The notice shall be prepared as follows: -· The notification · or flyer shall be posted twenty-four (24 ). prior to the temporary interruption. The flyer . shall be prepared on the . contractor's letterhead and shall include the following information: -Name of the project, DOE number, the date of the · interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary. water service interruption notification is attached. A copy of the temporary -interruption notification shall be delivered to the inspector for his review . prior ,to being distributed. The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers -can be obtained from the Construction office at (817) 871-8306. - -11129/04 SC-47 PART D -.SPECIAL CONDITIONS All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. D-60 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the · contractor and shall be considered a subsidiary item. In the event that the contractor prefer~ for the Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, the contractor shall contact SSMD at (817) 871-8770 and shall reimburse S.SMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. · D-61 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer servic;;e line is installed or replaced, the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleahouts are to be installed out of high traffic areas such as driveways, streets, sidewalks , · etc. whenever possible. When it is not possible, the c::leanout stack ·and cap shall be cast 'iron. . Payment for all work and materials necessary for the installation of the two-way service cleanout which are · required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts. · D-62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix ·asphalt over a minimum of 6-inches of compacted flex base .. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item. The contractor shall · be responsible for maintaining th_e temporary pavement until the paving contractor has mobilized. The paving contractor shall assume maintenance responsibility upon . such mobilization . No additio_nal compensation shall be niade for maintaining the · temporary . pavement. D-63 CONSTRUCTION ST AKES .· The City, through its Surveyor or agent, will provide to the Contractor· construction stakes or other customary method of markings as rnay be found consistent with · professional practice, establishing ·line and grades for roadway arid utility construction, and centerlines and benchmarks for bridgeworki These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb -and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfe"r, etc., all stakes furnished unti l completion of the construction .phase of the project for which they were furnished. · If the City or its agent determine·s that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the 11129/04 SC-48 PART D .. SPECIAL CONDITIONS Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged · in accordance with the Contract Documents. · · D-64 EASEMENTS AND PERMITS The performance of this contract requires certain . temporary . construction,· right-of-entry agreements, and/or permits to perform work on private .property. The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or manholes. For locations where the City was unable to obtain the easement or right-of-entry, it . shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements, which the ·city has obtained, · arJ available to the Contractor for review by contacting the plans desk at the Department of Engineering, City of Fort Worth. Also, it shall be the responsibility of the Contractor to obtain written permission from property owners · to perform such work as c.leanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Pa ragraph C6-6'.10 ofthe General Contract Documents. The Contractor's attention is directed to the agreement terms along · with any special conditions that may have been imposed on these . agreements, by the property owners. · The easements and/or private property shall be cleaned up · after use and · restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad and/or. highway permits required for construction of this project. The Contractor shall be responsible for thoroughly reviewing, understanding and complying with ali provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during · construction in railroad/agency right-of-way. Fo railroad permits, any and all railroad insurance costs and any other incidental costs necessary to meet the conditions associated with permit(s) compliance, including paynieiltfor flagmen, shall be' subsidiary to the bid item price for boring under the railroad. No additional parment will be allowed for this item. D-§5 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction · conference has been held but · before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two WE:!eks following the pre-construction conference but in no case will construction be allowed .to begin until this meeting is held. · · · D-66 . WAGE RATES Compliance with c1nd Enforcement of Prevailing Wage Laws 11129104 SC-49 PART D -SPECIAL CONDITIONS Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage · rates in accordance with Chapter 2258. Such · prevailing wage rates are included in these contract documents. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand · made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day thatthe worker is paid less than the prevailing wage rates stipulated in · these contract . documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. Complaints of Violations and City Determination of Good Cause ... On receipt of information, including a complaint by a worker, concerning an alleged violation . of 2258.023, Texas Government Code, by a _contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to · whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor-or subcontractor and any affected worker of its initial determination. Upon the City's determination that.there is good cause. to · believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation . Arbitration Required if Violation Not Resolved : An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affect ed worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by -agreement . before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator · before the 11th day ~.fter the date that arbitration is required, a district court shall appoint an arbitrator on ·the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all partie.s and may be enforced in any court of competent jurisdiction.· · Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each work~r · employed by the contractor in the. construction of the work provided for in this contract; and (ii) · the actual per diem wages paid to each worker. The records shall be open at all reasonable . hours for inspection by the City; The provisions of the Auditsection of these contract documents. _ shall pertain to this inspection . · Pay Estimates. . . , With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of Wage Rates . 11129104 SC-50 PART D -SPECIAL CONDITIONS The contractor shall ·post the prevailing wage rates in a conspicuous place at the site of the · project at all times. · Subcontractor Compliance. The contractor shall include in its subcontracts andior shall otherwise require all of its su bcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section.) (Attached)· D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE . A., . it is the·.intent of the City of Fort Worth to comply with the requirements of the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR . Pa.rt 61.. Subpart . M. This . specification will establish procedures to be used by all Excavators in · the removal and disposal of asbestos cement pipe (ACP) in compliance with NESHAP .' Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. B. ACP is d.efined under NESHAP as a Category II, non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150 . A NESHAP notification must be filed with the Texas · Department of Health. The notification must be filed at least ten days prior to removal of . the material. If it remains in its non -friable state, as defined by the NESHAP, it can be · disposed as a conventional construction waste. The Environmental Prot~ction Agency · (EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures . · C. The Generator of the hazardous material is responsible for the identification and proper handling , transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. ' • • I D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable. The Excavator is responsible to employ those means,. methods, techniques and sequences to ensure this result. · · · . . E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Sta.ndard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. _(Copy of forms attached) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents. 11129!04 SC-51 PART D -_SPECIAL CONDITIONS D-68 .STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT: As defined by Texas Commission on Environni~ntalQuality (TCEQ) regulations, a · Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permltting/water . perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North CentralTexas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual): This manual .can be obtained through the Internet at www.dfwstormwater.com/rLinoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. . . · . . NOTICE OF INTENT (NOi): If the project will res~lt in a total land disturbanc~ equal to or greater than 5 ac;:res, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer.· It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain · storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. The NOi shall be mailed to : Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOi shall be sent to: . City of Fort Worth · Department of EnvironmentaJ Management 5000_ MLK Freeway . · Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualifY. as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It ser:ves as a notice that_ the site is no longer subject to the requirement of the permit. · · The NOT should be mailed to: 11/29/04 Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 . P.O. Box 13087 Austin, TX 78711-3087 SC-52 PART D -SPECIAL CONDITIONS STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion .control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY-DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SW PPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents .. The contractor shall. submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those .anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The coptrador must keep a copy of the mostcurrent SWPPP at the . . construction site .. Any alterations to the SWPPP proposed by the contractor must be prepared · and submitted by the contractor to the engineer for review and approval. A Notice of Termination I • (NOT} form shall be submitted within 30 days after final stabilization has been achieved on all . portions of the site that is the responsibility of the permittee, or, when. another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN .. ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at th~ address listed above. A SWPP.P, prepared as described above, shall be implemented at least · 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be insltalled and .maintained throughout t.he construction to assure effective and continuous water · poUution control. The controls may include, but not ·be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construGtion entrances, seeding, sodding; mulching, soil retention blankets, . or other structural or noh-stnJctural storm Water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown . on the proposal as full compensation for all items contained in the project SWPPP. · D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF . EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water lirie system with the City's representative. The Contractor may ob tain a hydrant water meter from the Water Department for use during the life of named project. In t he event the Contractor requires that a water valve on an existing live system be turned off· and on to accommodate the construction of the project, the Contractor must coordinate this 11129/04 SC-53 PART D -SPECIAL CONDITIONS activity through th.e appropriate City representative. The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas Pe.nal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full e.xtent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of tnese actions. · · · D-70 ADDITIONAL SU'BMITTALS FOR CONTRACT AWARD The City reserves the right to require ~my pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require, including but not' limited to manpower and equipment records, information about key · personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete:projects for the amount bid within the stipulated time frame·. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the 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. · D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION , Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction .projects will be closely monitored. On a bi-monthly ·basis the percentage of work completed will be compared to the percentage of time charged to the · contract. If the amount of vVOrk performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter wm be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated sch~dule showing how the projed will be completed within the ·contract time. · · 2. · The. Project Manager and the Directors of the Department of Engineering, Water Department; and Department of Transportation and Public Works will be made aware of the situation. If necessary; the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be require.d to be provided to interested individuals will distributed by the Engineering Department's Public Information Officer. ' 4. Upon receipt of the contractor's response, the appropriate City depart~ents and directors will be notified. The Engineering Department's Public Information Officer will, if necessary, then forward. updated notices to the interested individuals .. 11129104 S C-54 PART D -SPECIAL CONDITIONS 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. D-72 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines· relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m . -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION .. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall beadhe responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a_.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m~ if use of .motorized equipment is less than 1 hour, or if equipmerlt is new and ce rtified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. I . . ; If tt,e Contractor is unable to perform continuous work for a period of atJeast seven hours . between the hours of 7:00 a.m. -6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month . D-73 FEE FOR STREET USE PERIV!ITS AND RE-INSPECTIONS A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway co nstruction, such as driveways, sidewalks , etc., will be required. The fees are as follows: 1. The street permit fee is $50.00 per permit with payment due at the time of permit application. · 2. A re-inspection fee .of $25.00 will be assessed when work for which an inspection · . called for is incomplete. Payment is due prior to the City performing re-inspection , Payment by the contractor for all street use permits and re-inspections shall be considered · s1;.1 bsidiary to the contract cost arid no additional compensation shall be made. ·' 11129/04 SC-55 . : ·:: ~. ...-~ (To be printed on Contractor's Letterhead) Date:_: ___ _ DOE No: . PROJEC'l' NAME:: _ MAPSCO LOCATION: LIMITS OF CONST.: _ Estimated Duration of Construction on your Street : ":XX> days ·TmS IS TO INFORM YOU THAT UNDER .A CONTRACT WITH THE CITY .OF FORT WORTH., OUR COMPANY _WILL REHABILITATE · SEWER LINES ON OR AROUND YOUR PRO)?ERTY. . CONSTRUCTION WILL BEGIN APPROXIMATELY ,SEVEN DAYS FROM THE DATE OF THIS NOTICE . . "IF YOU HAVE. QUESJ:'IONS ABOUT ACCESS, SECURITY, SAFETY OR · ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHON~NO.>. AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL: . PA.RT D -SPECIAL CONDITIONS Classifications Hrly Rts Classifications Hrly Rts Air Tool Operator .. $10.06 Scraper Operator $11.42 Asphalt Raker $11.01 Servicer $12.32 Asphalt Shovel_er $8.80 Slip Form Machine Operator $12.33 Asphalt Distributor Operator $13.99 Spreader Box ·operator $10.92 Asphalt Paving Machine Operator $12.78 Tractor operator, Crawler Type $12.60 Batching Plant Weigher · $14.15 Tractor operator, PneumaUc $12.91 Broom or Sweeper Operator $9.88 Traveling Mixer Operator s12:03 Bulldozer operator $13.22 Truck Driver-Single Axle (Light) $10.91 Carpenter (Rough) $1_2.80 Truck Driver-Slngle Axle (Heavy) $11.47 Concrete Finisher-Paving $12.85 Truck Driver-Tandem Axle Semi-Trailer $11 .75 Concr¢te· Finisher -Structures $13.27 : Truck Driver-Lowboy/Float .. · $14.93 Concrete Paving Curbing_ Mach. Oper. $12.00 Truck Driver-Transit Mix $12.08 Concrete Paving Finishing Mach. Oper. $13.63 Wagon Drill, Boring Machine, Post Hole DriUer $14.00 Concrete Paving Joint Sealer Oper. $12.50 Welder $13.57 Concrete Paving Saw Oper. $13.56 Work Zone Barricade Servicer $10.0~ Concrete Paving Spreader Oper. $14.50 Concrete Rubber $10.61 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel $14.12 Electrician $18.12 Flagger $8.43 Form Builder-Structures $11.63 Form Setter-Paving & Curbs $11 .83 FoundaUon Drill Operator, Crawler Mounted $13.67 FoundaHon Drill Operator, Truck Mounted $18.30 Front End Loader $12.62 Laborer-Common $9.18 Laborer-UHlity $10.65 .. Mechanic $16.97 Milling Machine Operator, Fine Grade $11.83 Mixer Operator $11.58 Motor Grader Operator (Fine Grade) . $15.20 . Motor Grader Operator, Rough Oiler $14.50 Painter, S trucfures $13.17 Pavement Marking Machine Oper. $10.04 Pipe Layer $11.04 Roller, Steel Wheel Plant-Mix Pavements $11.28 Roller, Steel Wheel Other Flatwheel or Tamping $10 .92 Roller, Pneumatic, Self-Propelled Scraper $11 .07 Reinforcing Steel Setter (paving) $14.86 Reinforcfng Steel Setter (Structure) $18.29 11/29/04 SC-57 Date: ____ _ DOENO.XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE . INTERRUPTION · -DUE TO UTILITY IMPROVEMENTS ·IN , YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED. ON --------- BETWEEN THE HOURS OF _______ AND _____ _ IF YOU JIA VE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT _____________ _ · (CONTRACTORS S.UPERINTENDENT) ·. (TELErHONE NUMBER) OR MR._-________________ AT ___ __;,. _______ _ (Cl~ INSPECTOR) (TELEPHONE NUMBER) . THIS INCONVENIENCE WILL BE AS SHORTAS POSSIBLE . . ·· THANKYOU . . . ' _______________ _, ·coNTRACTOR PART D -SPECIAL CONDITIONS .Ir T.EXAS DEPAMMENT OF Hl:AL YH 'ii I . NOT!:: CJRCLE ITEMS.THAT ARE AMENPEO -DEMOLlTION / RENOVATION NOTIFICATION f',ORM · . T D H NOTIFICATJON# .. ----------ft !ii 1} Al)etementCgntractor: _______ ...,... _________ TtDH Uoense twmber.'--:::-:------ fRlJ I Address : ____ ~ ______ C.1ty: _,..,....,,.,,,....,,..,.--~---S,l~: ___ Zfl):_· __ _ · Qfflce;E\'l'lana Numl)er; . · Jol>.Slte.Phone Number: :,S1fe'&i'"''(V18a0r: . .... ......... =---------tilHLi¢G~Numi'.ier. ·------------ siteisilJ:Msar. TOHtfcense Number.------------ . T"'ined On-Site NESHAP lndtvidu.al:, ________ -,-____ Certi.fi<.alion Dale; ______ _ Demo1lt1ot1 ,Conlractor.,_ ___________ otnce Phone Num!MI~,._...._ __________ _ ,to:: n rn •i-! :1 Ill Adrb.s-s·~-------------City:._· ________ State:..,,_ __ .Zfp:. ___ _ 2) Project ca!ll$1,ll~t r;wOperat,or,, _______________ mH LlC'!nr.$ Number:. _____ - . ~1:1._~_M_tfress_· __ :-:_-:_-:_-:_-:_-:_-:_-a-tate-· -:._:-_-~~::=Zip-:========o-m-ce_P __ ho_n.,..e .... N=um=. -be_r_; ------------ -~ ~_-,::,_ 3) Filclllty<l\mer: _______________ __;_ _____ ~--------~-- ,a Ailenfion:.__,.. ______________________ ~-.......... -~------- ij : Me~!lng Add~·-------~-----'----::,,------=----=,.,.....--:,-;--~--:--=-------- ·.·> i . ,..L,Clly: ..... l &£ .... , _..., fa Sta1.11teb: .... ~P' ....... Oh~erPhone~1u1,m1 beri.,) "' th , • I tb !!!!· .,_,.~, .... o 1WOico-...... tthi1!nw .. fi .... .,on ow asanuo-,..,..;owneronRiliiilU ... 1)9.nd·.tftow n9;11.,..r6$$,.,.r . e :,liYolcawl e. ' I : . obt~rned fllom thct lnformauon 6\i'lt l$ pn>llidifd In 1hla section. .. . . . . . ' . . . . . . . :a · 4) Cesc'rfpUon or Facility Name:._· ----------------------------... , f'~ic:alAd~;--,-,.--.,......,...--------Cou~ Clty;. ______ .;zip;. ___ _ ·'I , · Faclltty Phone Numbe Facility CoAtact Pers<lo-; ____________ - ~ Oeseripliori of ~om Numbef;'-----~-----------------------~ PliOr U$e:. _____________ -"1=01ura~.-----------------I A~ of 6ullding/Faclllfy·...__ ___ srm: ____ --"Number or fki<ira·~· ____ Schoof (K ~ 12}: o YES o NO ii1 -'!3~ . 5) T~ of Work! Cl 'Diimolitlon o iRenovatlcn (Abatement} a Annual Cons,olidafa.ci -W<iik Will be durios: o Oay o Evening o Night o Phued PtOj(!ct · ~ .... _:,,. Oescripllon ,of work schedule::'------------~----------~------ 6) ts this a PUb(fc Building_? CJ Y~S O NO Federal Facllliy?' oves D NO !l'idi.isltiaJ Sit&? CJ YES ONO NESHAP.O.n.lyP11eillty? D YliS D NO Is Bultdlngi'l=acllity Occupr.ect? 0 YES ti NO 7) No!ifrc:athm Type CHECK ONLY ONE .. Cl Orlglnitl (10 Working Oay1;) O Ca,ie1;1~~an D Amendment o Emergency/Ordered Jr. th1s .Is an am43ndmen1. wtlieJl ,c1mef.li:mien,t number rs this?_ {enclose-copy cf ortglnal andlor la.tit amendment) if an emergency, vino did you talk With at TOH?. · Emergency#-..,· ~----- Cate_ and Hour of Em~nc_y {HH/MMIDDffY):. ___ __,_,___ D~tptlon oftt11;1 su~en, Uil~eded event and expl1S1a1kln at how the avent caused unsafa candi!ii;,IJe -or Woukl caAJse . equJpmentdami:IS]e{tcmpul!§s, :maciunary, etc,_ ________________ ----- 8) Oasetlplion of procedure, to be followed In the ev-ent 1hat tin~pecta<I aatiestos is found or pr~~1y nQfl·rneble Hl:>estos ma.terfalbecomes .etumbled, pul 11$ri2$d. ¢r t~~i.i to pQMfer; --------------- 9) W~t .en Aabestos ~rvey performed? a YES a NO Dais'. I I TOH Inspector Weens~ No: ____ _ Ariaiyticial Method: Cl PUit D TEM D AssumQd TOH LabOt$lofyU¢iel'lse No ; · (ForTAHPA (publfo building) ,proiec;:bi: ,.n t11S111Jmption must be<made by a TOH Licensed: inspector) . . 10) Oescrlp1ion of ptannoo diemoJilion or r,enovation Wl)tk, ~~ of matetiah and method(:s) to be used . ._· ----~- 11) Desctiptron of wotk prsclices end engfneerfllg am1rols fo be used io prewmt emlssiOns of asbes!Q$ .at ttie !iamoll!IQO/renovaticm: · ..,,,...-----~-~~---------------------------.. -------~--·-··"""'• 11/29/04 SC-59 PART D -SPECIAL CONDITIONS 12) Al.L applicable ilams in thG i'OIIOWing table l'nw,.t biit ,completed: IF NO ASBESTOS PRS~ENT -CHECK HEJ:tE u Approximate amouoc of · Check unit of measurement ; · AabestoS..Cantaining Building MateriaJ · A$beslo$ . ·. -·· .. . :· ,,J"Yj:i!,i' 1-----=;,==----i--. --------....ii RACM NOT removed Interior Cate . l .no~friab&e removed ExlatiotCale · ·. I :liQn.-fn:ab!eremo~ Cate® . I ncm•frlabfe NOT removed lnter.lorca 11 tion.-ftiabre ramaved .Eldet'iOr Cale n non-mabte·removed C.a RACM Off.Facility component · i:>Jpes · SUrface Arli:!1:1 Ln Fl 13) Waste Transporter Name: ____ __, ____________ TOH Lieense Number.----- Addr~_--------~-'Cify; ______ ...,..,._...,.State: _Zip:. ___ _ CQl'ltar;t PQrson; 'PhOi"le Numbtir: ...__...L.--"-------- · 14} ·waste Di.Sp0$al Site N:;ime=--------:-:----------,------........ -----.. Addtea -Ctt:,-State~ ___ Zip: · :;'.; ,:: : • : : ·,Te&epllorie: ( ) 1NRGC P,;!rnlit Nu~lJer, -~~- Jl\tih ,F~r :sCruclurally unsound faclllt les, attach a ·copy cil ctemolmcin order .and identii'yGGvemmental Official below: rC·< : Mama! -. ReglstraNon :No: _ . . : /· •· · Tille :. _____ .....,.,_.,. __ ..,...__,. ___ _ . Pote of ordei: (~MtDOJ'('r'~ l J Oate order ti;> bes in (M~O/YY) , . i . · }\. :16J S~he(4iled' Oates ·Of Asbesl~ Abateme/ll (MMJDOIYY) $tart: . ; 1 CQITiple,le; , 1 ::::\, ~· :: .. ; .: , .' :. . -' . }.":'t?)•·sc11.et!ti1ed Dates DemolillonlRenovation {MMiOD1YY) S•art:,. I . · J . Com.plet&: ___ ...... I_-'-/ ___ _ ,:," "-~ Nqt-e: lf'tha a.~ dsle:on thfs ncll!l~o~ -can ·not be mot, tho TDK ~ioniiL or ii.ocaf Program office Must be contscCSd by . . · Jl~OI)' prior to the !ilart dale. Fallure ·lr;> do ;si:, hs a vt<ilo'UQn Ian aecordanCG to T.AHPA, Sor:tfon .295.!1. . . . . . 1.h~y Qerlify ·!flat all lnfoimatton l nave proYlded Is cetrect. complete, and l~e to the best of my ltnowledg~-I ~climowJedge . J~~tl .11m responsllle tor .all atpec1$ of the notmca,1io11 fQrm, irli;;luding, bu1 riot limlllng, ccr.ilerit and submission dates. Tho ~irpl.ii'l'I ti•nal!y i5 s1 Q,ooo· per day per violation. {P:rlntedName) (Dais} · (S"JQn&l~ or Bt.1ilcling Qwner/ Operator : .·;or Delegated Coosultant/Con~r) - "Faxes at8 not accepterr ASBESTOS NOTl:FtCATION SECTJO~ i:OXtC $iU6STANCES CONTROL DIVISION TEXAS DEPARTMENT OF HEAL TH · . PO BOX 143538 . AUS:TIN, TX 787f4-!538 PH! 612-S34--6600, Hl00-572-5648 (Fax Number) FormAPB#5, cl~d 07129/02. Replaces TDH form datftd 07113/01_ Forassislilncs in completing form, c<J/11-IJ00.-572-5fi48 ----.. -·-"--· ·----,---~-·-·~~---h~·---~---·· .. ,--·--~--·--~-....... . : .. : ...... :··- 11129/04 SC-60 - . ./ DA-1 DA-2 · DA-3 ~ DA-5 . DA-6 ---DA-7 DA-8 DA-9 . DA-10 DA-11 DA-12 DA-13 DA-14 DA-15 DA-16 DA-17 . DA-18 DA-19 DA-20 DA·21 . DA-22 ·oA-23 DA-24 DA-25 DA-26 DA-27 DA-28 DA-29 DA.-30 · DA-31 OA--32 DA-33 DA-34 DA-35 DA-36 DA-37 · DA-38 DA-39 DA-40 DA-41 DA-42 -DA-43 DA-44 DA-45 DA-46 DA-47 11/02104 PART DA· ADDITIONAL SPECIAL CONDITIONS AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ............... Omitted · PIPELINE REHABILITATION CURED-IN-PLACE PIPE ..................................... Omitted PIPE ENLARGEMENT SYSTEM ........................................................................ Omitted FOLD AND FORM PIPE ..................................................................................... Omitted . SLIPLINING ............. , ..................................... : ............................... : .................... Omitted PIPE INSTALLED BY OTHER THAN OPEN CUT .............................................. Omitted TYPE OF CASING PIPE ..................................... : ........•. : ............... : .................... Omitted SERVICE LINE POINT REPAIR / CLEANOUT REPAIR. .................................... Omitted PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION .......... Omitted MANHOLE REHABILITATION ........................................................................... Omitted SURFACE PREPARATION FOR MANHOLE REHABILITATION ....................... Omitted INTERIOR MANHOLE COATING • MICROSIUCATE MORTAR SYSTEM ........ Omitted INTERIOR MANHOLE COATING • QUADEX SYSTEM ............................. ~ ..... .-. Omitted INTERIOR MANHOLE COATING • SPRAY WALL SYSTEM .............................. Omitted INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM ........... : ............... Omitted INTERIOR MANHOLE' COATING: PERMACAST SYSTEM WITH EPOXY LINER Omitted INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM •...... : ...................... Omitted RIGID FIBERGLASS MANHOLE .LINERS ........................................ : ................. Omitted PVC i..lNED CONCRETE WALL RECONSTRUCTION ............... ; ....................... Omitted · PRESSURE GROUTING ..................... ~ ......... : ................................................ , ... Omitted · VACUUM TESTING OF REHABILITATED MANHOLES.: ...................... .-.. ; ........ Omitted FIBERGLASS MANHOLES ................. : .............................................................. Omitted LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ....................... 5 REPLACEMENT OF CONCRETE CURB.AND GUTTER ................................... Omitted . REPLACEMENT OF 6" CONCRETE DRIVEWAYS ........................................... Omitted REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE .................................... Omitted GRADED CRUSHED STONES ........................................................................... Omitted WEDGE MILLING 2 .. TO O" DEPTH s.o· WIDE ....................................... ; .... :.: ... Omitted BUT"t JOINTS • MILLED .................................................................................... Omitted 2" H.M.A.C. SURFACE COURSE (TYPE 11 0 11 MIX).. ................. , ................................... 6 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER. ................................... Omitted · NEW 7" CONCRETE VALLEY GUTTER ............. , ... '..~ ........ .-.. : .... ,, ... ; .. : .......................... 7 NEW 41&.STANDARD WHEELCHAIR RAMP ............ ; .................................................... 7 8 .. PAVEMENT PULVERIZATION ......................................................... ~ ............ Omitteq REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUD ..... ~ ........... Omitted RAISED PAVEMENT MARKERS ....................................................................... Omitted POTENTIALLYPETROLEUM CONTAMINATED MATERIAL.HANDLING ........ Omitted LOADING. TRANSPORTATION. AND DISPOSAL OF CONTAMINATED SOIL Omitted ROCK RIPRAP -GROUT .. FILTER FABRIC ..................................................... Omitted . CONCRETE RIPRAP ........................................................ ~ .................................. Omitted CONCRETE CYLINDER PIPE AND FITTINGS .................................................. Omitted CONCRETE PIPE FITTINGS AND SPECIALS ....................................... : ........... Omitted UNCLASSIFIED STREET EXCAVATION ........................................................... Omitted 6" PERFORATED PIPE SUBDRAIN ............................................................................. 8 REPLACEMENT OF 4" CONCRETE SIDEWALKS ..................... ~ ... :~ ................. Omitted RECOMMENDED SEQUENCE OF CONSTRUCTION ................................................ 10 PAVEMENT REPAIR IN PARKING AREA ................... : ................................... : ... Omitted ASC-1 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-48 EASEMENTS AND PERMITS .............. · ...................................... : ........... · .................•..... 10 OA-49 . · HIGHWAY REQUIREMENTS ..................................................... 1 ............... ; •• ; ..... Omitted DA-50 CONCRETE ENCASEMENT ...................................................................................... · .. 10 DA-51 CONNECTION TO EXISTING STRUCTURES ...... : .................................... ~ ................. 11 DA-52 TURBO METERWITH VAULT AND BYPASS INSTALLATION ......................... Omitted DA-53 OPEN FIRE LINE INSTALLATIONS .................................. ~ ......................................... 11 DA..s4 WATER SAMPLE STATION .......................................................................... : .............. 11 DA-55. CURB ON CONCRETE PAVEMENT ......................... ~ ........................................ Omitted DA~6 SHOP DRAWINGS ................ : ............................. : ............................................ :. Omitted DA-57 COST .BREAKDOWN .................................................................... '. .................... Omitted DA-58 · STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY .......................... Omitted DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP .............. ; ............................................ Omitted . DA..SO ASPHALT DRIVEWAY REPAIR ......................................................................... Omitted DA..S1 ·TOP SOIL ..................................... .' .............................. : .......... ~ ................. : .......... Omitted DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ................... 12 DA;.a3 . BID QUANTITIES ....... : ...... ~ .................................................................................. Omitted DA..S4 WORK IN HIGHWAY RIGHT OF WAY .............................................. :-................ Omitted DA..SS CRUSHED LIMESTONE {FLEX-BASE) ...................................................................... 13 DA-66 OPTION TO RENEW· ....................................................... ; .................................. Omitted DA-67 NON-EXCLUSIVE CONTRACT .... ; ..................................................................... Omitted DA-68 CONCRETE VALLEY GUTTER ... : ............. -......................................................... Omitted DA..S9 TRAFFIC BUTTONS ......... ; ...... ; .......................................................................... Omitted DA-70 PAVEMENT STRIPING ................................ : ........................ : ............................. Omitted DA-71 H.M.A.C. TESTING PROCEDURES .................... : ....................................................... 13 · DA-72 SPECIFICATION REFERENCES ................................................................................. 14 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL DA-74 OA .. 75 DA-76 DA-77 DA-78 OA .. 79 DA-80 DA-81 DA-82 ·DA .. 83 DA-84 -DA-85 DA-86 ·oA-87 DA-88 OA .. 89 DA-90 DA..S1 DA..S2. DA--93· DA-94 11/02104 VALVE AND BOX ........................................................................................................ 14 RESILIENT-SEATED GATE VALVES ........................................... ; ......................... :~ .. 14 EMERGENCY SITUATION. JOB MOVE-IN .... .' ................................................... Omitted 1 Ya" & 2° COPPER SERVICES ............................ ; ............................................ Omitted SCOPE OF WORK (UTIL. CUTI ............................... : ......................................... Omitted CONTRACTOR'S RESPONSIBILTY (UTIL. CUTI ............................... '. ... ; ... , ...... Omitted CONTRACT TIME (UTIL CUT) ............ : ................................... ~ ................ ~ ...... :.Omitted REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUTI ........ ; ............... Omitted TIME ALLOWED FOR UTILITY CUTS (UTIL. CUTI .................................. ~ ........ Omitted LIQUIDATED DAMAGES (UTIL. fUD .~ ...... , ...................................................... Omitted PAVING REPAIR EDGES (UTIL. CUTI ....................................... ; ...................... Omitted TRENCH BACKFILL (UTIL. CUD .... · ................... ~ .............................................. Omitted ··CLEAN .. UP (UTI·L. C.UTI ..... :. ....... · .. : ...... · .................................... : .......................... Omitted PROPERTY ACCESS (UTIL. CITT) ......................................... : .. ~ .................. '. .•.. Omitted -SUBMISSION OF BIDS (UTIL. CUTI ............... '. ................................................ ,. Omitted STANDARD BASE REPAIR FOR UNIT I (UTIL. CUTI ..................................... ~. Omitted CONCRETE BASE REPAIR FOR UNIT II & UNIT HI (UTIL. CUTI ...................... Omitted 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUTI .................................................. ~ .. Omitted ADJUST WATER VALVE BOXES. MANHOLES. AND VAULTS (UTIL. CUTI ... Omitted MAINTENANCE BOND (UTIL. CUD .................................................................. -Omitted BRICK. PAVEMENT (UTIL'. CUT) ........................................................................ Omitted LIME STABILIZED SUBGRADE.fUTIL. CUD ............................................. ~ ...... Omitted ASC-2 - DA-95 DA-96 DA-97 · DA-98 . DA-99 PART DA -ADDITIONAL SPECIAL CONDITIO"'S CEMENT STABILIZED SUBGRADE {UTIL. CUT}.. ....... , .................................... Omitted · REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUTI .. ~ ............................ ; Omitted . .. QUICK.SET" CONCRETE (UTIL. CUTI ............................................................ Omitted UTILITY-ADJUSTMENT (UTIL. cyn ............... ; ................................................. Omitted STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUTI · Omitted DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUD .............................. Omitted DA-101 . CONCRETE CURB AND GUTTER (UTIL. cy:o ................................................ Omitted DA-102 PAYMENT {UTIL. CUTL ..................... ; .............. : ............................. ~ ............ ~ .... Omitted · DA-103 · DEHOLES {MISC. EXT.) .................................................................................... Omitted DA-104 CONSTRUCTION LIMITATIONS {MISC. EXT.) .. , .............................................. Omitted DA-105 PRESSURE CLEANING AND TESTING {MISC. EXT.L .................................... Omitted DA·106 . BID QUANTITIES {MISC. EXT.) ............................ ; ......................... _ ................... Omitted DA-107 LIFE OF CONTRACT {MISC. EXT.) ...................................................... , ............ Omitted DA-108 FLOWABLE FILL (MISC. EXT.) ..... ; .... _ .............. · ..................................................... · ..... ·16 · DA-109 . BRICK PAVEMENT REPAIR (Misc. REPL.L. ................................................... Omitted · DA·110 DETERMINATION AND INITIATION OF WORK {MISC. REPL.) ...... .-................ Omitted DA-111 WORKOROER COMPLETION TIME (MISC. REPL.L ...................................... Omitted DA-112 MOVE IN CHARGES {MISC. REPL.) ................................................................. Omitted oA-113 PROJECT SIGNS {MISC. REPL.) .................................................................. ; ... Omitted DA-114 LIQUIDATED DAMAGES {MISC. REPL.) .............. · ............................................ Omitted DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.} ....................................... Omitted DA-116 FIELD OFFICE ...................................... : ..................................................... _ ....... Omitted DA-117 TRAFFIC CONTROL PLAN .......................................... : .................................... Omitted DA•118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS ........ Omitted 11/02104 ASC-3 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS Not Used . DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE Not Used .. DA-3 PIPE ENLARGEMENT SYSTEM Not Used. DA-4 FOLD AND FORM PIPE Not Used. DA-5 SLIPLINING Not Used .. DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT Not Used. DA-7 TYPE OF CASING PIPE Not Used . DA-8 . S.ERVICE LINE POINT REPAIR /CLEANOUT REPAJR Not Used. DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION Not Used . DA-10 MANHOLE REHABILITATION Not Used. DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION . Not Used . DA-12 1.NTERIOR MANHOLE COATING -MICROSIUCATE MORTAR SYSTEM Not Used .· DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM. Not Used. DA-14 INTERIOR MANHOLE COATING -.SPRAY WALL SYSTEM Nat Used. DA-15 INTERIOR MANHOLE COATING-RAVEN LINING SYSTEM NotUsed. · 11102104 ASC-4 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-16 INTERIOR MANHOLE COATING: ·PERMACAST SYSTEM WITH EPOXY LINER Not Used. DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM Not Used. DA-18 RIGID FIBERGLASS MANHOLE LINERS Not Used . . DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION . Not Used. I DA-20 PRESSURE GROUTING Not Used. DA-21 VACUUM TESTING OF REHABILITATED MANHOLES Not Used. DA-22 FIBERGLASS MANHOLES Not Used. DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES Tne contractor. shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. hi any event a street shall be completely marked a minimum of . two (2) working days before resurfacing begins on any street. Marking the curbs with paint is . a recommended procedure. It shall be the contractors responsibility to notify the utility cornpanies that he has commenced . '4_Vgrk on the project. As the .resurfacing is completed (within same day) the contractor shall locate . the · covered manholes and valves and expose them for . later adjustment. Upon completion of a . street the contractor shall · notify the utilities of this .completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact . persons: · 11102/04 Company Telephone Number · Southwestern Bell Telephone 338-6275 Texas Utilities 336-9411 Lone Star City of Fort Worth, . Street Light and Signal Ext. 2121 336-8381 Ext. 6982 871-8100 ASC-5 Contact Person "Hot Line" Mr. Roy Kruger · · Mr. Jim Bennett Mr. Jim Bob Wakefield PART DA -ADDITIONAL SPECIAL CONDITIONS Of course, under the terms of this contract, the · contractor shall complete adjustment of the storm drain and · Water Department facilities , one traffic lane at a tirne within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Const ruction Engineer. · The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract .. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER Not Used .. DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS . Not Used. · DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND .BASE . Not Used. DA-27 GRADED CRUSHED STONES Not Used . DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE Nat Used. DA-29 BUTT JOINTS • MILLED Not Used . · · DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) All applicable provisions of Standard Specifications, Item Nos. 312 "Hot-Mix Asphaltic CQncrete", 300 "Asphalts, Oils and Emulsions", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt Concrete" shaU apply to the construction methods for this portion of the project. Standard Specification 312.5 ( 1) shall· be revised . as . follows: The prime coat; tack coat; or the asphaltic mixture shall not be placed unless the air temperature is· fifty (50} degrees Fahrenheit and . rising , the temperature being taken in the shade and away from · artificial heat. Asphaltic material shall also · not be · placed when the .wind . conditions are unsuitable in the opinion of the Engineer. · . . The contractor shall furnish batch design of the· proposed hot mix asphaltic concrete . for City approval 48 hours prior to placing the H .M .A.C. overlay. The City will pr~vide laboratory control as necessary. The unit pri ce bid per square yard of H.M.A.C. complete and in place, shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. DA-31' REPLACEMENT OF 7'' CONCRETE VALLEY GUTTER Not Used . 11102/04 ASC-6 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-32 NEW 7" CONCRETE VALLEY GUTIER This item shall include the construction of concrete valley gutters at various locations to be determined in field. · . Removal of existing, asphalt pavement, concrete base, curb and gutter. and necessary 'excavation to install the . concrete valley gutters all shall be subsidiary to this pay item. Furnishing and · placing of 2:27 concrete base and crushed limestone to a 'depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this: Pay Item. See standard specification Item No. 314", Concrete Pavement", Item 312 "Hot·Mix Asphaltic Concrete", Item No. 104, "Removing Old . Concrete'\ Item No .. 106, "Unclassified Street Excavation'' Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included.· Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no a ditional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per s9uare inch. Contractor shall work on one-half of Valley gutter at a time, and the other half shall b open to traffic. Work shall be complet~d on each half within seven (7} calendar days. . If the Contractor fails to complete the work on each half within seven (7) calendar days, a $100 · dollars liquidated damage will be assessed per each half of valley gutter per day. · The · unit price bid per square yard for Concrete Valley as shown an the proposal will be full cdmpensation for materials, labor, equipment, tools and incidentals necessary to complete the work. DA-33 NEW 4" STANDARD WHEELCHAIR RAMP T~e Contractor shall construct standard concrete wheelchair ramps as shown a~ the enclosed details, or as directed by the Engineer . . T ~e removal of existing substandard · wheelchair ramps and sidewalk as required for the installation of new wheelchair ramps shall be subsidiary to this pay item. · The removal and replacement of existing curb and gutter as required for the installation of new wheelchair ramps shall be included in Pay Item 5 (Removal and Replacement of Curb and Gutter). Pay limits for laydown curb and gutter are as shown in the Standard Pay Limit Detail (WR-1 }. The pay limit will extend from 9" outside the lip of gutter to 15" back from the face of curb. Any asphalt tie-in shall · be subsidiary to the curb and gutter pay item. Pay .limits for "Standard Wheelchair Ramp" will start 15" back from the face of curb and encompass the remainder of the ramp and sidewalk. All applicable provision of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways"shall apply except as herein modified. All concrete flared surface shall be colored with UTHOCHROME color hardener as manufactured by LM. Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be used in accordance with manufactures instructions. Concrete stain may be afplied after concrete is poured (Product sold by BAER}. PART DA· ADDITIONAL SPECIAL CONDITIONS "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved · by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay .item .. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution." The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to compete the work. DA-34 8" PAVl;MENT PULVERIZATION · Not Used. DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) Not Used. DA-36 RAISED PAVEMENT MARKERS Not Used. · DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING Not Used. DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL Not Used. DA-39 ROCK RIPRAP • GROUT • FILTER FABRIC Not Used. DA-40 CONCRETE RIP RAP Not Used. . . . . ·. ' DA-41 CONCRETE . CYLINDER PIPE AND FITTINGS -Not Used.· DA-42 CONCRETE PIPE FITTINGS AND SPECIALS Not Used. . .. . .. DA-43 UNCLASSIFIED STREET EXCAVATION . NotUsed. ' OA-44 611 PERFORATED PIPE SUBDRAIN This item shall consist of furnishing and installing 6" perforated subdrain and filter material all as shown on the enclosed .detciils, or as directed by the Engineer. All applicable provision of standard Specifications Item 500 "SUBDRAINS" shall apply except as herein modified. The pipe material shall be poly vinyl chloride (PVC) with the standard 11102104 ASC-8 PART DA -ADDITIONAL SPECIAL CONDITIONS dimensional ratio of 35 (SDR35) and meet .the ASTM D 1784. Filter shall have the capability of passing ground water without transporting the soil placed around the filter fabric. The fabric shall be constructed exclusively of synthetic thermoplastic · fibers and may be either woven or non- woven to form a mat of uniform quality. Fabric fiber may be either continuous or discontinuous and oriented in either a random or an aligned pattern thro1.Jghout the fabric. The fabric shall be mildew resistant, rot proof, shall be satisfactory for use in a wet soil . and aggregate environment, contain ultraviolet stabilizers and have nonravelling edges. The fabric shall meet the following requirements when sampled and tested in accordance with the · methods indicated. Test Original Physical Properties Fabric weight, on an ambient . Temperature air-dried tension free sample, .expressed in oz/sq.yd. Water flow rate by falling head method, 7.9 · inches (20 cm) to 3.9 inches (10 cm} on 2 inch ID · cylinder with 1 inch diameter orifice, with flow rate expressed in gaVsq. fVminute. Method SDHPT Test Method Tex-616-J "Testing of Construction Fibers" Tex-616-J Requirements 4.0 minimum for under drains and · Slope Stabilization, 6.0 minimum for Gab ions Revetment BO minimum Breaking load in either machine or ASTM Designation: 100 minimum cross-machine direction, expressed D 1682 grab · method G as in pounds. modified by Tex-616-J Equivalent · opening Standard sieve no.) size · (US CW-02215, US Army Corps of 70 to 100 Engineers. Civii Works Construction Guide Specification. UPlastic . Filter Fabric: November, 1977. "'Apparent elongation" at breaking AST, Designation: 100 maximum load in either machine or cross-. D 1682 grab method G as . m,chine direction,. expressed as modified by Tex-616-J pencent. · . The "Filter Fabric" shall be installed in accordance with the manufacturer's recommendations, as indicated or as directed by the Engineer. When lapping . is required, it shall be in accordance with · th~ manufacturer's recommendations. Backfilling around the Filter Fabric shall be done in such a way as not to damage the Filter Fabric material during the placement. 11/02/04 Asc.:g PART DA-ADDITIONAL SPECIAL CONDITIONS The unit price bid per L.F. shall be full compensation for all labor, materials, equipments, tools, and incidentals necessary to complete the work. DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS Not Used. DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION . In order to facilitate timely reconstruction of the affected roadway surfaces (subsequent to water/sewer instaUation) under the City's roadway maintenance program, it is recommended that the proposed water and/or sanitary sewer · improvements be conducted an the project streets based upon the fallowing sequence: t. Cutter Street 2. Eastland Street 3. Grayson Street 4. Childress· Street After the work sta·rt date has been established, the selected contractor shall. be required to submit the beginning and ending dates for all work (including pavement repair) on each . of the project strt3ets. Please be advised that the contractor has the option of submitting a different sequence of construction than stated above. The contractor shall not be allowed to begin wo.rk (but time charges will begin on the project) until the preferred sequence of construction and the start and end work dates for each street have been submitted to the City. DA-47 'PAVEMENT REPAIR IN PARKING AREA Not Used . . DA-48 EASEMENTS AND PERMITS Easements and permits. both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or permits, both temporary and permanent, that have not been obtained · by the time of publication shall be secured before construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The. Contractor's attention is directed to the easement description and permit requirements, as . contained herein,• along with any special conditions that . may have been imposed on these easements and permits. Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original · conditions or better. In the event additional work room . or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item . · · · DA-49 HIGHWAY REQUIREMENTS Not Used. DA-50 CONCRETE ENCASEMENT 11102/04 ASC-10 ·, PART DA -ADDITIONAL SPECIAL CONDITIONS Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform · to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. · Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. · · DA-51 CONNECTION TO EXISTING STRUCTURES · All connections between proposed arid existing facilities, shall consist of a watertight seal. Concrete used in tt:te connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a gasket, RAM-Nek or approved eqt.Jal shall be installed around penetrating pipe. · · · Payment for such work as connecting to existing facilities including 1;111 labor, tools, equipment, and material necessary to complete the work shall be included in the linear foot price of · the apr ropriate pipe BID ITEM. · DA.-52 .TURBO METER WITH. VAULT AND BYPASS INSTALLATION Not Used. o l -53 . OPEN FIRE LINE INSTALLATIONS All open fire line installations will be per attached Figure 32 unless otherwise djrected by the Engineer. · . · ihl appropriate size detector check meter, 3/4-inch meter and class 'B' meter box . will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up the items at the Field Operations Warehouse. Payment for all work, materials, and all necessary appurtenances frorn the City side flange coupling adapter to the -customer .side gate valve and · box; including incidental 5 linear feet of pipe, which are required to provide · a complete and functional open . fire line installation shall be ·. included in the price bid for each. · Payment for the City side gate valve or tap valve depending on which is required will be paid far · · un9er the appropriate bid item(s). · ·;!.:· • ·.·. DA-54 WATER SAMPLE STATION G J NERAL: .· . All water sampling station instaliations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate wc:;tter sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. ·. 11/02/04 ASC-11 PART DA -ADDITIONAL SPECIAL CONDITIONS PAYMENT FOR FIGURE ·34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to .Meter. . . Payment for all work and materials necessary for the installation tap saddle (if required)·, corporation stops, and fittings shall be included in ·the .price bid for Service Taps to Main. Payment for all work ~nd materials necessary far the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional· water sampling station shall be included in the price bid for the water main. · · PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. DA-55 CURB ON CONCRETE PAVEMENT Not Used. DA-56 SHOP DRAWINGS Not Used. DA-57 COST BREAKDOWN Not Used. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY Not Used. DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP Not Used .. · . DA-60 ASPHALT DRIVEWAY REPAIR . Not Used. DA-61 TOP. SOIL Not Used. _. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT . -. This item shall include raising or lowering c:1n existing meter box to the parkway grade specified No payment will be made for adjusting · existing boxes which are within 0.001 feet of specified parkway grade. The_ unit price bid shall be full and sufficient payment for all labor, equipment and materials used in the adjustment of the meter box. PA-63 BID QUANTITIES 11102/04 ASC-12 • I ' --~·-~-- - PART DA -ADDITIONAL SPECIAL CONDITIONS Not Used.· DA-64 WORK IN HIGHWAY RIGHT OF WAY Not Used. D -65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for use as a flexible base material shall conform to Specification Item No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Warth Transportation and Public Works Department. · DA-66 OPTION TO RENEW Not Used. D -67 NON-EXCLUSIVE CONTRACT · Not Used . D -68 CONCRETE VALLEY GUTTER · Nat Used . D -69 TRAFFIC BUTTONS Nat Used. · . Dl -10 PAVEMENT STRiPING Not Used. . D '-71 H.M.A.C. TESTING PROCEDURES The contractor is required ta submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This design shall not be more than two {2) years old. Upon submittal of the. design mix a Marshal (Proctor) will be calculated, if one has not been previously· calculated, for the use during density te~ting . For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type "D'' · Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the co~tractor is approved for placement of . the asphalt. 1he contractor shall contact the City Lab oratory, through the inspector; at least 24 hours .in advance of the asphalt placement to · schedule a technician to assist in the monitoring of the number of passes by a roller to establish a · rol \fng pattern that will provide the required densities. The required Density for Type "B" and for Tyjte ·o· asphalt will be 91 % of the calculated Marshal (proctor} .. A.Troxler Thin Layer Gauge will be used for all asphalt testing. . . . After a .rolling pattern is estc1blished, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type .. B" and no• asphalt. Densities on type · "B must be done before Type ·D· asphalt is applied. · C es to determine thickness of Type "B· asphalt must be taken before Type "D" asphalt . is applied. Upon completion of the application of Type "D" asphalt additional cores must be taken · to . determine the applied thickness. 11/02/04 ASC-13 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-72 SPECIFICATION REFERENCES · When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the late.st revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX The relocation and reconnection of sprinkler system control valve and box will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and . identified by the Engineer. A minimum of twenty-four (24) hours advance notice shall be given when service interruption will be required. When the relocation is required, separate payment will be allowed for the relocation . of sprinkler back-flow preventer or control valve and box. Payment for all work and material such as back-fill; fittings, five (5) feet of PVC Schedule 40 and all material labor, and equipment··used by and for the licensed plumber shall be included in the price bid for the relocation of sprinkler back-flow preventer or control valve and box. All other costs will be included in other appropriate bid item(s), DA-74 RESILIENT-SEATED GATE VALVES Any resili~nt-seated gate valves supplied for this contract shall conform to Material Standard E1-26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED. GATE VALVES, with the exception of size requirements in sections . E-26.1. All res'ment-seated gate valves shall be mechanical joints and be approved on the City of Fort Warth Standard Product List. · DA-75 EMERGENCY SITUATION, JOB MOVE-IN Not Used. · · · DA-76 1 %" & 2" COPPER SERVICES ; Not Used .. . DA-77 SCOPE OF WORK (UTIL CUT) Not Used. DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) · Not Used. · DA-79 . CONTRACT TIME (UTIL. CUT) Not Used . . DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) Not Used. DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) Not Used. · · 11/02104 ASC-14 - -1 PART DA -ADDITIONAL SPECIAL CONDITIONS I Dl -a2 LIQUIDATED DAMAGES (UTIL. CUT) Not Used. DA-83 PAVING REPAIR EDGES (UTIL. CUT) Ni t Used . · · . DA-84 TRENCH BACKFILL {UTIL. CUT) Nqt Used. Dl-~s CLEAN-UP {UTIL. CUT) . N9t Used. . DA -86 P~OPERTY ACCESS {UTIL. CUT) Not Used. · · Dl -87 SUB.MISSION OF BIDS {UTI.L. CUT) Nat Used. D1 -aa STANDARD BASE REPAIR FOR UNIT I {UTIL. CUT) Not Used. · -·. . I . . DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill {UTIL. CUT) · N t Used.- DA-90 2" TO 9" H.M.A.C. PAVEMENT {UTIL. CUT) NI Used. . . . · D -91 ADJUST WATER VALVE BOXE~, MANHOLES, AND VAULTS (UTIL; CUT) Not Used.· · DA-92 . MAINTENANCE BOND {UTIL. CUT) Not Used . DA-93 . BRICK PAVEMENT {UTIL. CUT) Not Used . . DA-94 UME STABILIZED SUBQRADE {UTIL. CUT) Not Used. · Dt ·95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) Not Used. · DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) .Not Used. · I . DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) Not Used. 11/02104 ASC -15 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-98 . UTILITY ADJUSTMENT (UTIL. CUT) Not Used. DA-99 STANDARD CONCRETE SIDEWALK AN,D WHEELCHAIR RAMPS (UTIL. CUT) Not Used. · DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) · Not Used. DA-101 . CONCRETE CURB AND GUTTER (UTIL. CUT) Not Used . . DA-102 PAYMENT (UTIL. CUT) Not Used. DA-103 DEHOLES (MISC. EXT.) Not Used. DA-104 . CONSTRUCTION LIMITATIONS (MISC. EXT.) Not Used.· · DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) Not Used. DA-106 BID QUANTITIES (MISC. EXT.) Not Used. DA-107 LIFE OF CONTRACT (MISC. EXT.) Not Used. · DA-108 FLOWABLE FILL (MISC. EXT.) 1. Description: The flowable fill material shall b~ delivered · to .the site, free flowing and self-leveling arid shall have a consistency enabling it to fill all voids without tamping, vibrating or compacting. The flowable fill material shall have an in place density of not less than 95 and not more than 115 lbs./cu. ft., with a maximum twenty:..eight (28) day compression strength of not less than 60 and not more than 85 PSI allowing the material to be removed with hand tools such as picks and shovel~. The height of free fan of the ftowable fill shall not exceed four (4) feet. 2. Material SpecificaUons: Flowable fill shall consist of: a. An appropriate amount of Portland Cement meeting · ASTM C-150 (with other additives as necessary). · · 11/02104 ASC-16 PART DA-ADDITIONAL SPECIAL CONDITIONS .. · b. Aggregates meeting ASTM C-33 c. Sand or fine aggregates as per City of Ft. Worth Standard · Specifications for Street and Storm Drain Construction Item 406 · d. Flyash, Class C or F, meeting ASTM C-618 . e. Admixtures . . 1. Mineral admixtures will be pozzolanic 2. Chemical admixtures shall be in liquid or powder form used in standard ready-mix concrete products unless specifically designed for flowable fill. Permissible types of admixtures are: · · a. High air generators, as · manufactured by .Grace Construction Products or approved equal, which are specifically designed for flowable fill to lower unit weights, reduce shrinkage and subsidence, and control compressive strength. b. Air entraining admixtures conforming to ASTM C-260. c. High range water reducers conforming to ASTM C-494 Type F or G. . d. · Accelerating admixtures conforming to ASTM C-494, Type C. 1. Non-chloride, non-corrosive accelerators used . where · metals are present in concrete or embedded members. 2 .. Calcium chloride D -109 BRICK PAVEMENT REPAIR (MISC. REPL.) No Used. D~-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) Not Used. DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) . Not Used. D~-112 MOVE IN CHARGES (MISC. REPL.) Not Used. D~-113 PROJECT SIGNS (MISC. REPL.) Not Used. DA-114 LIQUIDATED DAMAGES (Misc: .REPL.) Not Used . . D~l 11 s TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) Not Used. DA-116 .. FIELD OFFICE Not Used. D~-117 TRAFFIC CONTROL PLAN Not Used. DAr118 Not Used. COORDINATION ·oF WORK WITH CONTRACTOR FOR OTHER UNITS 11102104 ASC-17 SECTION E1 -MATERIAL AND CONSTRUCTION SPECIFICATION REVISIONS TABLE OF CONTENTS E1-2.4 Backfill I · 2-2.1 Trench Backfill E1-7 I r -12 1-25 Ductile-Iron and Gray-Iron Fittings Dry-Barrel Fire Hydrants Type PSM Polyvinyl Chloride (PVC) Plastic Sewer Pipe and Fittings E1-26 Standard Specification for Resilient-Seated Gate Valves · 1-27 Type PS-46 Polyvinyl Chloride (PVC} Plastic Sewer Pipe and Fittings s 1 ·1-29 Polyvinyl Chloride (PVC) Composite Sewer Piping 100-4 Watertight Manhole Inserts E1-2.4 & E2-2.1 (1) E1-2.4(1) E2-2.1 (1) · E1-7(1) thru (3) E1-12(1) thru (4) E1-25{1) thru (3) E1-26(1) thru (3) E1-27(1) thru (3) E1-29(1) thru (3) E100 SECTION E1 -MATERIAL SPECIFICATIONS Revisions as of April 20, 1981, follow: MATERIAL STANDARD E1-2 APRIL 1, 1978 E1-2.4 Backfill : (Correct minimum compaction requirement to 95% Proctor density and correct P.1. valves as follows:) c. Additional backfill requirements when approved for use in streets : 1 . Type B Backfill (c) Maximum plastic index (Pl) shall be ft 2. Type C Backfill (a). Material meeting requirements and having a Pl of ft or less shall be considered as suitable for compaction by jetting (b) Material meeting requirement and having a Pl of~ or more shall be considered for use only with mechanical compaction SECTION E1 -MATERIAL SPECIFICATIONS MATERIAL STANDARD E1-2 APRIL 1, 1978 E2-2.1 Trench Backfill : (Correct minimum compaction requirement whenever if appears in this section to 95% Proctor density except for paragraph a.1. where the "95% modified Proctor density" shall remain unchanged). E1-2.4&E2-2.1 (1) SECTION E1 -MATERIAL SPECIFICATIONS MATERIAL STANDARD E1-7 APRIL 1, 1978 (REVISED 1/20/88) IE1-7 DUCTILE-IRON AND GRAY-IRON FITTINGS . t -7 .1 GENERAL: This Material Standard covers the furnishing of ductile-iron compact fittings, 3 inches through 12 inches, and ductile-iron and gray-iron (cast-iron) fittings, 3 inches through I 48 inches for use in water projects. Unless specified otherwise, installation shall be governed 1y Construction Standard E2-7 of these General Contract Documents. !Except as specified herein, the fittings shall be fabricated in accordance with the following 1 pecifications: . a. b. C. d . e . f. ANSI/AWWA C 110/A21.10 "Ductile-Iron and Gray-Iron Fittings, 3 inch through 48 inch for Water and Other Liquids" ANSI/AWWA C 153/A21.53 "Ductile-Iron Compact Fittings, 3 inch through 12 inch for Water and Other Liquids" ANSI/AWWA C 111/A21.11 "Rubber-Gasket Joints for Ductile-Iron and Gray- Iron Pressure Pipe and Fittings" ANSI B16.1 "Cast Iron Pipe Flanges and Flanged Fittings" ANSI B16.42 "Ductile Iron Pipe Flanges and Flanged Fittings" ANSI/AWWA C 104/A21.4 "Cement-Mortar Lining for Ductile-Iron Pipe and Fittings for Water'' E1-7.2 DESIGN REQUIREMENTS: a. JOINTS: Fittings shall have flanged, mechanical, push-on joints or any combination of these. Joints must be manufactured in accordance with the above referenced standards. Unless specified otherwise on the plans or in the project specifications, fittings will be provided for installation as follows: NOMINAL SIZE (IN) 3-24 24-48 JOINT TYPE Push-On or Mechanical Mechanical b.. PRESSURE RATING: Unless specified otherwise, the rated working pressures for fittings are as follows: Ductile-Iron Compact Fittings (AWWA C153) NOMINAL SIZE (IN) JOINT TYPE PRESSURE RA TING {PSI) 3 -12 All Types 350 E1-7 (1) Ductile Iron Fittings (AWWA C110) NOMINAL SIZE {IN) JOINT TYPE PRESSURE RA TING (PSI) 3-24 Flanged 250 3-24 Mechanical 350 3-24 Push-On 350 30-48 All Types 150 Gray-Iron Fittings (AWWA C110) NOMINAL SIZE {IN) JOINT TYPE PRESSURE RA TING (PSI) 3 -12 All Types 250 12-48 All Types 150 c . DIMENSION AND THICKNESS: Fittings and joints shall conform to the thicknesses and dimensions shown in the various standards referenced under Section E1-7 .1 of this Specification . d . FLANGE: Unless specified otherwise, the bolt circle and the bolt holes shall e . f. g. h. i. j . . match those of ANSI 816.1 Class 125. All screwed-on flanges shall be ductile . iron. GLAND: Ductile-iron glands must be used with ductile-iron mechanical joint fittings. Gray-iron glands shall be used with gray-iron MJ fittings. BOLT AND NUT: Bolts and nuts for mechanical joints or flanged ends shall be of a high strength corrosion resistant low allow steel conform ing to the ASTM A 325, Type 3 (Cor-Ten or equivalent). ACCESSORIES: Un less otherwise specified, gaskets, glands, bolts and nuts shall be furnished with mechanical joints, and gaskets and lubricant shall be furnished with push-on joints ; all in sufficient quantity for assembly of each joint. OUTSIDE COATING : The outside coating shall be petroleum asphaltic coating approximately 1 mil thick. The coatings shall be applied to the outside of all fittings , unl~~s otherwise specified . INSIDE LININGS : All ductile-iron and gray-iron fittings are to be furnished with cement-mortar linings. A seal coat of asphaltic material must be given for curing moist cement-mortar li ning . MARKING: Fittings shall have distinctly cast on them the following information : "C-153" (AWWA C 153 ductile iron compact fittings only) Pressure ra~ing Nom inal diameter of openings Manufacturer's identification Country where cast "DI'' or "Ductile" (If made of ductile-iron) Number of degrees or fraction of the circle on all bends E1 -7 (2) Glands shall have cast or stamped on them the following information: Manufacturer's identification Nominal size "DI" or "Ductile" (If made of ductile-iron) 1£1-7.3 TESTS AND REPORTS: The Contractor will furnish manufacturer's certified test 'ieports stating that all fittings furnished meet the requirements of applicable Standards and . $pecifications. Test reports must be provided to the Engineer not later than two (2) weeks after donstruction begins for fittings furnished by a previously approved manufacturer. Test reports must be provided the Engineer before construction commences when fittings are being supplied by a manufacturer whose material has not previously been approved by the City. Test Reports J hall have the Engineer's approval before final payment will be made. E1-7 (3) SECTION E1 -MATERIAL SPECIFICATIONS MATERIAL STANDARD E1-12 APRIL 1, 1978 (REVISED 10/10/87) E1-12 DRY-BARREL FIRE HYDRANTS E1-12 .1 GENERAL: This standard cover 5 ;l.i" post-type, dry-barrel fire hydrants with compression shut-off for use in Fort Worth water distribution system. Except as specified here, the fire hydrants shall be fabricated .in accordance with ANS/AWWA C502 "Standard for Dry- Barrel Fire Hydrants" in its latest revision. E1-12.2 ADDITIONAL REQUIREMENTS: a. Shut Off: b. 1. The hydrants shall be of the compression type, with the main valve opening against the pressure and closing with the pressure. 2. The valve action shall provide positive shut-off at minimum closing torque. 3. Wedge action closing gates shall not be used. 4. All hydrants shall open by turning the operating-stem nut to the RIGHT (CLOCKWISE). A clearly visible CURVED ARROW and the word "OPEN" shall be cast in relief on the top of the hydrant to indicate the direction of opening. 5. The fire hydrant operating nut shall be square in shape. The square nut shall measure 1" at the base, and 7/8" at the top with all faces tapered · uniformly. The nut shall be so designed as to protect the working mechanism from the moisture and dirt. Nozzle Requirements : 1. The hydrant nozzle arrangement shall be Three-Way, consisting of two 2 %" hose nozzl es and one 4'; pumper nozzle. The two hose nozzles are 180 degrees apart with the pumper nozzle in. between and on the same horizontal plane. Centerline of outlet nozzle shall be a minimum of 18" above the ground/hydrant bury line. 2. Threads on hose and pumper nozzles shall meet the requirements of National Fire Protection Association, NFPA 1963; "Standard for Screw Threads and Gaskets for Fire Hose Couplings" as follows: E1-12 (1) Nominal Size of Coupling Waterway Number of Threads per Inch T hread Designation (NH=Fire Hose) 1 pproximate Outside Diameter of External Thread u ength of Nipple Uength of Pilot to Start of Second Thread c;>epth of Coupling [l)iameter of Gasket Seat in Coupling qength of Coupling Internal Thread rom Face of Coupling to Start of Second Thread HOSE NOZZLE 21/z" 71/z 2.5-7.5 NH 31/16" Y.'' 15/16" 3 3/16" 11/16" 3/16" PUMPER NOZZLE 4" 4 4-4 NH 5" 1" 1 %" 7/16" 1 3/16" 51/8" 7/8" 3/8" 3. Outlet nozzles shall be fastening into the nozzle section by threads or mechanical means and secured in place by a pin, a set screw or other acceptable method to prevent the nozzle from turning or backing out. Connecting the nozzle to hydrant by leading is not acceptable. 4. Nozzle cap harnessing shall be furnished but gaskets will not be required. c. Bury Length: The standard fire hydrant bury length from ground to bottom of the connecting pipe shall be 3'-6". The hydrant shall be of a design that will permit extensions without disturbing the bottom section of the hydrant. d. Hub Type: Inlet connection shall be mechanical joint unless otherwise specified, and shall be for -6" ductile iron pipe. The nominal diameter of the fire hydrant main valve opening is to be 5 1/.."'. e. Hydrant Body: The body of the hydrant between the elbow and the top cap must be made in two parts connected by a swivel flange, or breakable flange which will permit facing of the nozzles in any desired direction in increments of 45° or less. The complete hydrant shall be of such design that when the hydrant barrel is broken through traffic collision or otherwise, it may be replaced without disturbing the bottom section of the hydrant. Extension sections, where required, shall include barrel extension section, extension rod with connectors, provided for lengthening the complete unit. These units shall be available in increments of six (6) inches in length. f. Construction--Reguirements: The fire hydrant proposed to be furnished under this Material Standard shall incorporate the following features: 1. Hydrants shall be provided with an automatic and positively operating non- corrodible drain valve so as to drain the hydrant completely when the main valve is shut. A drain valve operating by springs i_n not acceptable and tapping of the drain opening to receive threaded pipe will not be_ allowed. 2. Exclusive of the main valve opening, the net area of the waterway of the barrel and foot piece of the smallest part shall not be less than 150 percent of the net opening of the main valve. 3. The operating threads of the hydrant shall be designed to avoid the working of any iron or steel parts against either iron or steel. The operating-stem nuts shall be made of grade A, B , C, D, or E bronze. Grades of bronze shall be as defined in Table 1 of AWWA C502. E1-12 (2) 4. Hydrants having a vertically operating valve for which the operating threads are located. in the hydrant top shall be equipped with a stuffing box located in such a mariner as to seal the operating threads from the water while hydrant i s in use. 5. Hydrants stem packing boxes, where needed, shall be provided with 0-ring grooves and sealed with 0-rings. 6. Hydrants closi ng with the pressure must have a bronze cap nut to seal the bottom end of stem threads against contact with the water. 7. Hydrants which must have the seat ring removed before the valve can be taken out shall have the seat ring screwed into a bronze bushing and not i nto iron threads. g. Hydrant Paint Requirements: After shop priming , the outside of the hydrant above the finished ground line shall be thoroughly cleaned and thereafter painted in the shop with two coats of aluminum paint. The aluminum paint shall conform to the Federal Specifications TT-P-320C, Type II Paste, Class 2, with a mixing varnish vehicle. E1-12.3 HYDRANT DRAWING: Proposals shall be accompanied by catalogue cuts, photographs, or drawings in duplicate showing complete detailed dimensions of the hydrant when requested by the Engineer. E1-12.4 REPORT OF TESTS : Manufacturers may be required to furnish the City two certified copies of physical tests of all metals used in the manufacture of the fire hydrants and hydrostatic tests made on each hydrant. Tests on bronze stems (ASTM 8-584) shall be performed on a coupon cut from the finished stem stock (not as outlined in ASTM 8-208) and shall in all cases meet the requirements for "Operating Stem and Mechanism" set forth in AWWA Specification C502 except as specified in paragraph E1 • 12.2 above. When required, a certificate of composition shall be furnished by the manufacturer. Sample stems may also be required for testing in an independent laboratory. E1-12.5 RECORD OF MANUFACTUR E: Fire hydrants will not be acceptable to the City unless they are produced by a manufacturer who has been regularly producing fire hydrants that have been in satisfactory operation in municipal water systems; and comparable to the Fort Worth, Texas · system~ and/or one who can demonstrate a design and operation in full compliance with this specification. Technical manufacturing drawings or test certification records for contract installation must be supplied by the Contractor on request not later than two weeks after beginning construction when previously approved hydrants are to be used or prior to installation for hydrants not previously approved by the City. Technical manufacturing drawings or test certification records must be supplied for all hydrants purchased by the City when requested by the Engineer. Technical drawings or certification records shall have the Engineer's approval before final payment will be made. E 1-12 (3) SECTION E1 -MATERIAL SPECIFICATIONS MATERIAL STANDARD E1-25 APRIL 1, 1978 (REVISED 9/8/87) E1-25 TYPE PSM POLYVINYL CHLORIDE (PVC) PLASTIC SEWER PIPE AND FITIINGS: E1-25.1 GENERAL: This Material Standard covers the furnishing of Type PSM PVC plastic pipe in nominal diameters 6 inches through 15 inches with integral bell and spigot joints for use in sanitary sewer projects. Unless specified otherwise, installation shall be governed by Construction Standard E2-9 of these General Contract Documents. Except as specified herein, the pipe shall be fabricated in accordance with the following Standard Specifications : a. ASTM D 3034 "Type PSM Poly (vinyl Chloride) (PVC) Sewer Pipe and Fittings" b. ASTM D 2241 "Poly (vinyl Chloride) (PVC) and Chlorinated Poly (vinyl _ Chloride) (CPVC) Plastic Pipe (SDR-PR)" c. ASTM D 1784 "Rigid Poly (vinyl Chloride) (PVC) Compounds, and Chlorinated Poly (vinyl Chloride) (CPVC) Compounds" d. ASTM D 3212 "Joints for Drains and Sewer Plastic Pipes Using Flexible Elastomeric Seals" e. ASTM F 477 "Elastomeric Seals (Gaskets) for Jointing Plastic Pipe" 1-25.2 DESIGN REQUIREMENTS: . a. MA TE RIALS: The pipe and fittings material shall be made of PVC plastic meeting the requirements of Section 4 of ASTM D 3034. b. CLASSIFICATION: The pipe and fittings shall be SOR 35 as classified by Standard Dimensional Ratio (SOR). c. DIMENSION: Pipe dimensions shall comply in all respects to ASTM D 3034. The minimum pipe wall thickness shall be as defined in Table 1 of ASTM D 3034 as follows: NOMINAL PIPE SIZE (IN) 6 8 10 12 15 AVG. OUTSIDE DIAMETER (IN) 6.275 8.400 10.500 12.500 15.300 MINIMUM WALL THICKNESS (IN) SDR-35 (IN) 0.180 0.240 · 0.300 0.360 0.437 d. JOINTS: Shall be gasket, bell and spigot, push-on type conforming to ASTM D . 3212. Since each pipe manufacturer has a different design for push-on joints, gaskets shall be a part of a complete pipe section and purchased as such. Lubricant shall be as recommended by the pipe manufacturer. e. STIFFNESS: The minimum pipe stiffness at 5 percent deflection when tested in accordance with ASTM D 2412, shall equal or exceed46 psi. E1-25(1) f. DEFLECTION: The maximum allowable deflection on in-place PVC sanitary sewer pipe shall not exceed 5 percent. After completion of the backfill the contractor shall test for deflection with go-no-go mandrel and all pipe which fails this requirement.shall be replaced by the contractor at no additional cost to the City. The mandrel shall be constructed of steel, stainless steel, or another · acceptable material, at least 12 inches long and be a configuration to check the maximum allowable deflection. It shall be constructed in a single welded unit and its outside dimension shall be sized to permit up to the 5 percent deflection . Mandrel shall be approved by the Engineer prior to use. g. MARKINGS: Each standard or random length of pipe shall be clearly marked at h. intervals of 5 feet or less, with the following information: Manufacturer's name or trademark and code Nominal pipe size PVC minimum cell classification (i.e . 12454-B or 12454-C or 13364-8) "Type PSM SDR-35 PVC Sewer Pipe" "Specification D 3034" Each fitting shall be clearly marked as follows : Manufacturer's name or trademark Nominal Size "PVC" "PSM" "Specification D 3034" TAPPING: Tapping of the line will not be allowed except by use of acceptable saddles approved by t he Engineer. All saddles shall be attached to the pipe with sta inless steel straps. E1-25 .3 MANHOLES: Where a manhole occurs on a PVC sewer line, it shall be constructed with 0-ring gaskets installed and em bedded in the concrete base to act as a water stop. Any other connectors used as water stops must be approved by the Engineer prior to use .. E 1-25.4 STORAGE : All PVC material stored by the contractor shall be protected from the sunlight. E1-25.5 MANUFACTURER REPRESENTATIVE: The pipe manufacturer shall provide the services of a qualified representative to advise and make recommendations in the installation of the pipe to insure the best possible procedures are followed. The Eng ineer may waive this requirement, if in his opinion the Contractor is qualified in the installation of PVC plastic pipe . The services of this representative wi.11 be furnished at no additional cost. E1-25 .6 TESTS AND REPORTS : The contractor shall provide test reports duly certified by the manufacturer's testing facility or an approved testing laboratory of full compliance with applicable spec ifications and standards for each type plastic pipe involved. This certification shall be presented to the Engineer at time of delivery of first load/p iece of pipe. Pipe may be rejected for failure to comply with any requirement of this specification . E1-25 (2) E1-26 RESILIENT-SEATED GATE VALVES: SECTION E1 -MATERIAL SPECIFICATIONS MATERIAL STANDARD E1-26 APRIL 1, 1978 (REVISED 3/6/89) E1-26.1 GENERAL: This Material Standard covers iron-body resilient-seated gate valves with nonrising stems (NRS), size 3 through 12 inches NPS (nominal pipe size) meeting all requirements of the latest ANSI/AWWA C509 Standard as modified by this ,specification, and may be used in lieu of double disc gate valves of similar size for installation in the Fort Worth water distribution system. El-26.2 DESIGN: Requirements in addition to ANSI/A WW A C509 Standard for resilient-seated gate valves : i. POSITION: All valves will be installed in vertical position only when utilized in normal pipeline installation. j. OPERATING METHOD: Valves for buried service are to be supplied with operating nuts. Operating nuts shall be made of gray iron or ductile iron. The operating nuts shall be 1-15/16 inch square at the top, 2 inch square at the base , and 1-3/4 inch high. An arrow showing the direction of opening with the word "OPEN", shall be cast on operating nut flang_ed base, as appropriate. Operating nuts shall be painted red. k. OPENING DIRECTION: In opening, the operating nut shall be turned to the RIGHT (CLOCKWISE). I. END CONNECTIONS: Valves shall have flanged, mechanical-joint, push-on ends, or any combination of these as specified on the plans or in the project specifications . The various types of valve ends shall conform to the applicable requirements of E 1-7 of these General Contract Documents and Specifications . m. WATERWAY SIZE : The waterway shall have a diameter not less than the full nominal diameter of the valve . An unobstructed waterway shall be provided with the valve in open position . n. STEM: All valves shall be of the non-rising stem type (NRS). o. STEM SEALS: The valve stem shall be sealed by 0-rings above and below the stem collar. It shall incorporate a minimum of two such seals. The 0-ring seal above the stem collar shall be replaceable with. the valve under pressure in full open position. p . VALVE SEATS : The gates for all valve sizes shall be of one piece, fully encapsulated with a permanently bonding synthetic material (SBR, Buna N, or Urethene Rubber) covering where exposed to line water in closed position. The bonding process shall meet the requirements of current ASTM 0429. Mechanically attaching the resilient seat to the gate with ASTM A-276, Type 304 stainless steel screws is acceptable. The valve construction shall contain means to properly position the gate assembly throughout the entire open/close traveL E1-26 (1) q. r. s. t. BONNET BOLTS AND NUTS: All bonnet bolts and nuts on gate valves shall be made of ASTM A-276, Type 304 stainless steel. Bolts shall have hexagonal heads conforming to ANSI 818.2.1 . Nuts shall be hexagonal nuts conforming to ANSI 818.2.2. BRONZE OR BRASS PARTS: Valve components of bronze or brass shall be made to ASTM recognized alloy specifications. COATING: All valve interior and exterior surfaces of ferrous parts shall be epoxy coated, minimum 3 to 5 mils, meeting the current AWWA C550 requirements. ACCESSORIES: All gate valves shall have the following accessories provided as part of the gate valve installation. a. A keyed solid extension stem of sufficient length to bring the operating nut up to within one foot ( 1 ') of the surface of the ground when the operating nut on the gate valve is three feet (3') or more beneath the surface of the ground. On City of Fort Worth stock order extension stems will not be required . i. Extension stems shall not be bolted or attached to the valve operating nut during shipment. ii. Extension stems shall be of cold roll steel with a cross-sectional area of one square inch, fitting loosely enough to allow deflection. b. Joint components such as gaskets, glands, lubricant, bolts and nuts, shall be furnished all in sufficient quantity for assembly of each joint. . c. For buried service gate valves, cast iron valve boxes and covers shall be provided. i. Each valve box shall be two .. piece, 5-1/4 shafts, screw type, consisting of a top section and a bottom section. Valve boxes shall equal to McKinley Iron Works Type VB5, Tyler Pipe 6850 Series, Clow Figure F-2454, or equal. ii. Valve box covers shall be so designed that they can be easily removed to provide access to valve operating nut. They must be designed to stay in position and resist damage under heavy traffic loads. Each cover shall be casted with the word "WATER" in raised on the upper surface. iii. Cast iron castings for valve boxes and covers shall conform to ASTM A-48, Class 40. E1-26.3 TESTING: All test requirements or testing procedure specified under current ANSI/AWWA C509, except for changes as detailed in this specification, shall be met by the valve manufacturer. The manufacturer shall furnish the City two (2) certified copies of tests on each valve and certification that the valve components are made in conformance with applicable ANSI, ASTM, A WW A or other standards. E1-26 (2) E1-26.4 VALVE DRAWINGS: Valve drawings in triplicate shall be furnished to City for approval. The manufacturer shall have the option of submitting drawings to the City for approval of each particular type of valve that he wishes to bid on and upon approval of these by the City, the manufacturer may then bid on any type of valve covered by these approved drawings by simply referring to the approved drawing number in their bid proposal. These drawings, if submitted with this understanding, will be . kept on file by the City until specification change or obsolescence or other reasons required submittal of new drawings. Drawings when submitted for City approval shall include detail prints as are necessary to show all sub-assembly requirements for valves proposed to be furnished. The drawings shall identify all component part material completely, that is material shall not only be identified by the control specification but by type, class , or other designations listed under the standards as well. If a manufacturer proposes a substitute material of his own formulation , acceptance thereof by the <City shall not be considered without a complete and detailed description of the material which t hall include chemical composition and physical requirements as part of the report. EE1-26.5 RECORD OF MANUFACTURE: Valves will not be acceptable to the City unless the liTlanufacturer has been engaged regularly and continuously in the production of gate valves V'hich have been in satisfactory use in municipal water systems comparable to the Fort Worth, l exas system, or the manufacturer can provide adequate design and production capability which meets all applicable standards and whose product is acceptable to the Fort Worth Water Department. E1-26.6 EXAMINATION OF VALVES: After delivery by the supplier on a direct purchase order, the City may disassemble one valve of each size of each pressure. After delivery by the <C ontractor on a construction contract, the Contractor shall, if requested, in the presence of a ~epresentative of the City, disassemble one valve of each size of each pressure. Should it be determined that a particular valve does not meet all these specifications , then all of the valves of that order shall be returned and all costs for disassembly and shipping shall be paid by the supplier or by the Contractor. I . E1-26 .7 INSTALLATION: Unless specified otherwise, installation shall be governed by <C onstruction Standard E2-10 of these General Contract Documents. E1-26 (3) SECTION E1 -MATERIAL SPECIFICATIONS MATERIAL STANDARD E1-27 APRIL 1, 1978 (ADDED 9/10/87) E1-27 TYPE PS-46 POLYVINYL CHLORIDE (PVC) PLASTIC SEWER PIPE AND FITTINGS: E1-27.1 GENERAL: This Material Standard covers the furnishing of the PS-46 PVC plastic pipe in nominal diameters 6 inches through 15 inches with integral bell and spigot joints for use in sanitary sewer projects. Unless specified otherwise, installation shall be governed by Construction Standard E2-9 of these General Contract Documents. Except as specified herein, the pipe and fittings shall be fabricated in accordance with the following Specifications: u. ASTM F 789: "Poly (vinyl chloride) (PVC) Plastic Gravity Flow Sewer Pipe and Fittings" v. ASTM D 1784: "Rigid Poly (vinyl chloride) (PVC) Compounds and Chlorinated Poly (vinyl Chloride) (CPVC) Compounds" w. ASTM D 3212: "Joints for Drains and Sewer Plastic Pipes Using Flexible Elastomeric Seals" x. ASTM F 477: "Ela~tomeric Seals (Gaskets) for Jointing Plastic Pipe" E1-27.2 DESIGN REQUIREMENTS : a. b . MATERIALS : The pipe and fittings material shall be made of PVC plastic meeting the requirements of Section 5 of ASTM F 789. · DIMENSIONS: Pipe dimensions shall comply in all respects to ASTM F 789. The minimum pipe wall thickness shall be as defined in Table 2 of ASTM F789, as follows: NOMINAL PIPE SIZE (IN) AVE. OUTSIDE DIAMETER (IN) 0.155 0.151 8.400 MINIMUM WALLS THICKNESS {IN) T-1 6 6.275 0 .160 8 10 10.500 12 15 NOTE: 0.267 0.259 12.500 15.300 0.213 0.254 0.318 0.389 0.208 0.309 0.379 T-1, made from material with 440 to 480 000 psi modulus. T-2, made from material with 480 to 520 000 psi modulus. T-3, made from material with 520 to 560 000 psi modulus. 0.203 0.302 0.369 c. JOINTS: Shall be gasket, bell and spigot, push-on type conforming to ASTM D 3212. Since each pipe manufacturer has a different design for push-on joints, E1-27(1) T-2 gaskets shall be a part of a complete pipe section and purchased as such. Lubricant shall be as recommended by the pipe manufacturer. d. STIFFNESS: Pipe stiffness values for the pipe shall equal or exceed 46 PSI at 5% deflection using test method ASTM D 2412. e. TAPPING: Tapping of the line will not be allowed except by use of acceptable saddles approved by the Engineer. All saddles shall be attached to the pipe with stainless steel straps. f. DEFLECTION: The maximum allowable deflection on in-place PVC sanitary sewer pipe shall not exceed 5 percent. After completion of the backfill the contractor shall test for deflections with a go-no-go mandrel and all pipe which fails this requirement shall be replaced by the contractor at no additional cost to the City. The mandrel shall be constructed of steel, stainless steel, or another acceptable material, at least 1_2 inches long and be a configuration to check the maximum allowable deflection. It shall be constructed in a single welded unit and . its outside dimension shall be sized to permit up to 5 percent deflection . Mandrel shall be approved by the Engineer prior to use . g . MARKINGS: Each standard of random length of pipe shall be clearly marked at intervals of 5 feet or less, with the following information. Manufacturer's name or trademark . Nominal pipe size PVC minimum cell classification (i.e. 12164-B or better) Modulus indicator (i.e . T-1, T-2, or T-3) "PS-46 PVC Gravity Sewer Pipe" "ASTM F 789" Manufacturer's code to include day, month, year, shift plant, and extruder of.manufacturer. Each fitting shall be clearly marked as follows: Manufacturer's name or trademark Nominal size "PVC". "ASTM F789" E1-27.3 MANHOLES: Where a manhole occurs on a PVC Sewer line, it shall be constructed with 0-ring gaskets installed and embedded in the concrete base to act as a water stop. Any other connectors used as water stops must be approved by the Engineer prior to use. I . E1-27.4 STORAGE: All PVC material stored by the contractor shall be protected from the 'unlight. E1-27.5 MANUFACTURER REPRESENTATIVE: The pipe manufacturer shall provide the services of a qualified representative to advise and make recommendations in the installation of the pipe to insure the best possible procedures are followed . The Engineer may waive this requirement, if in his opinion the Contractor is qualified in the installation of PVC plastic pipe. The services of this representative will be furnished at no additional cost. E1-27 (2) E1-27.6 TESTS AND REPORTS: The contractor shall provide test reports duly certified by the manufacturer's testing facility or an approved testing laboratory of full compliance with applicable specifications and standards for each type plastic pipe involved. This certification shall be presented to the Engineer at time of delivery of first load/piece of pipe. Pipe may be rejected for failure to comply with any requirement of this specification. E1 -27 (3) SECTION E1 -MATERIAL SPECIFICATIONS MATERIAL STANDARD E1-29 APRIL 1, 1978 (ADDED 11/20/87) E1-29 POLYVINYL CHLORIDE (PVC) COMPOSITE SEWER PIPING: E1-29 .1 GENERAL: This Material Standard covers the furnishing of PVC composite pipe, joints and fittings in nominal diameter 8 inches through 15 inches with bell and spigot joints for use in sanitary sewer projects. Unless specified otherwise , installation shall be governed by Construction Standard E2-9 of these General Contract Documents. I . 1±.xcept as specified herein, the pipe and fittings shall be fabricated in accordance with the following Specifications: y. ASTM D 2680: "Acrylonitriles -Butadiene -Styrene (ABS) and Poly (vinyl chloride) (PVC) Composite Sewer Piping" z. ASTM D 1784: "Rigid Poly (vinyl chloride) (PVC) Compounds and Chlorinated Poly (vinyl Chloride) (CPVC) Compounds" aa . ASTM D 3212: "Joints for Drains and Sewer Plastic Pipes Using Flexible Elastomeric Seals" bb. ASTM F 477 : "Elastomeric Seals (Gaskets) for Jointing Plastic Pipe" E:1-29 .2 DESIGN REQUIREMENTS : PVC composite pipe shall consist of two concentric thermoplastic tubes integrally braced across inner and outer tubes by a truss type structure. T he voids between tubes are filled with filler to provide additional compressive strength. a . b. C. PVC COMPOUNDS: The thermoplastic material shall be rigid PVC plastic with a minimum cell classification of 124548 or 12454C conforming to ASTM D 2784 and Section 5.2.2. of ASTM D 2680 . FILLER: The filler shall be Portland cement-perlite concrete or other inert filler material that meets the requirements of Section 5.3, ASTM D 2680. DIMENSIONS: Pipe dimensions shall comply in all respects to Table 2 of ASTM D 2680 , as follows : NOMINAL PIPE AVE. OUTSIDE AVE. INSIDE AVERAGE CONCENTRIC SIZE (IN) DIAMETER (IN) DIAMETER (IN) TUBE THICKNESS (IN) 8 9.41 7 .75 0.050 0.030 10 11.75 9.75 0.058 0.035 12 14.07 11.75 0.067 0.041 15 17.62 14.75 0.080 0.050 E1 -29 (1) .d . JOINTS: Shall be gasket, bell and spigot, push-on type conforming to ASTM D 3212. Since each pipe manufacturer has a different design for push-on joints, gaskets shall be a part of a complete pipe section -and purchased as such. Lubricant shall be as recommended by the pipe manufacturer. e. STIFFNESS : Pipe tested in accordance with the requirements of Section 10:3, ASTM D 2680 shall have a minimum pipe stiffness of 200 PSI at 5% deflection. f. TAPPING: Tapping of the line will not be allowed except by use of acceptable saddles approved by the Engineer. All saddles shall be attached to the pipe with stainless steel straps . g . DEFLECTION: The maximum allowable deflection on in-place PVC sanitary sewer pipe shall not exceed 5 percent. After completion of the backfill, the contractor shall test for deflections with a go-no-go mandrel and all pipe which fails this requirement shall be replaced by the contractor at no additional cost to the City. The mandrel shall be constructed of steel, stainless steel, or another acceptable material, at least 12 inches long and be a configuration to check the maximum allowable deflection. It shall be constructed in a single welded unit and its outside dimension shall be sized to permit up to 5 percent deflection. Mandrel shall be approved by the Engineer prior to use . h. MARKINGS: Each standard of random length of pipe shall be clearly marked at intervals of 5 feet or less, with the following information . Manufacturer's name, tradename and trademark Nominal pipe size "ASTM D 2680" "PVC Composite Pipe" Extrusion code, including date and locati on of manufacturer. Each fitting shall be clearly marked as follows: Manufacturer's name, tradename and trademark Nominal size "ASTM D 2680" "PVC" E1-29.3 MANHOLES: Where a manhole occurs on a PVC sewer line, it shall be constructed with 0-ring gaskets installed and embedded in the concrete base to act as a water stop. Any other connectors used as water stops must be approved by the Engineer prior to use. E1-29.4 STORAGE: All PVC material stored by the contractor shall be protected from the sunlight. E1-29.5 MANUFACTURER REPRESENTATIVE: The pipe manufacturer shall provide the services of a qualified representative to advise and make recommendations in the installation of the pipe to insure the best possible procedures are followed. The Engineer may waive this requirement, if in his opinion the Contractor is qualified in the installation of PV,C plastic pipe . The services of this representative will be furnished at no additional cost. E1-29 (2) E1-29.6 TESTS AND REPORTS: The contractor shall provide test reports duly certified by the manufacturer's testing facility or an approved testing laboratory of full compliance with applicable specifications and standards for each type plastic pipe involved. This certification shall be presented to the Engineer at time of delivery of first load/piece of pipe. Pipe may be rejected for failure to comply with any requirement of this specification. E1-29 (3) Revisions as of April 20, 1981, follow: SECTION E1 -MATERIAL SPECIFICATIONS MATERIAL STANDARD E1-2 JANUARY 1, 1978 E1-2.4 Backfill : (Correct minimum compaction requirement to 95% Proctor density and correct P.I. valves as follows:) c. Additional backfill requirements when approved for use in streets : 1. Type B Backfill (a) Maximum plastic index (Pl) shall be§. 2. Type C Backfill (a) Material meeting requirements and having a Pl of§. or less shall be considered as suitable for compaction by jetting (b) Material meeting requirement and having a Pl of~ or more shall be considered for use only with mechanical compaction SECTION E1 -MATERIAL SPECIFICATIONS MATERIAL STANDARD E1-2 JANUARY 1, 1978 E2-2.1 Trench Backfill: (Correct minimum compaction requirement whenever it appears in this section to 95% Proctor density except for paragraph a.1 . where the "95% modified Proctor density" shall remain unchanged). E1-2.4 & E2-2 .1 (1) E100-4 WATERTIGHT MANHOLE INSERTS SECTION E100-MATERIAL SPECIFICATIONS MATERIAL STANDARD E100-4 JANUARY 1, 1978 (ADDED 5/13/90) E100-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole inserts in the Fort Worth sanitary sewer collection system . ' . E100-4.2 MATERIAL AND DESIGN : a. The manhole insert shall be of corrosion-proof high density polyethylene that meets or exceeds the requirements of ASTM D1248 , Category 5, Type Ill. b . The minimum thickness of the manhole insert shall be 1/8 inch. c. The manhole insert shall have a gasket that provides positive seal in wet or dry cond itions . The gasket shall be made of closed cell neoprene rubber and meet the requirement of ASTM 01056, or equal. d . The manhole insert shall have a strap for removing the insert . The strap shall be made of minimum 1 inch wide woven polypropylene or nylon webbing, with the ends treated to prevent unraveling . Stainless steel hardware shall be used to securely attach strap to the insert. e. The manhole insert shall have one or more vent holes or valves to release gasses and allow water inflow at a rate no greater than 10 gallons per 24 hours . E100-4 .3 INSTALLATION a. The manhole frame shall be cleaned of all dirt and debris before plac ing the manhole insert on the rim. b. The manhole insert shall be fully seated around the manhole frame rim to retard water from seeping between the cover and the manhole frame rim. I SECTION C UNIT II: TRANSPORTATION/ PUBLIC WORKS SPECIAL INSTRUCTIONS TO BIDDERS (TPW) SPECIAL PROVISIONS FOR STREET AND STORM DRAIN GENERAL CONSTRUCTION NOTES (TPW) SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five (5%) per cent of the total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) days after the contract has been awarded · To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (I) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder ofa certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law . Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein, 2. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. In this connection, the successful bidder shall be required to furnish a performance . bond and a payment bond, both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Govenunent Code. In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any litigation against the City . Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of $100 ,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents . Said bond shall solely be for the protection of the City of Fort Worth. All contracts shall require a maintenance bond in the amount of one hundred percent (100%) of the original contract amount to guarantee the work for a period of two (2fyears after the date of acceptance of the project from defects in workmanship and/or material. 10/27/04 3 . LIQUIDATED DAMAGES: The Contractor's attention is called to Part I, Item 8, paragraph 8.6, of the "General Provisions" of the Standard Specifications for Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through _l3-a-29) prohibiting discrimination in employment practices. 6. WAGE RA TES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following : (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment ofnot less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates· in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of the special provision titled "Right to Audit" pertain to this inspection. ( c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) Wi th each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Section 8.9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted . 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering if requirt;d for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, ifrequired, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 8. INSURANCE: Within ten (10) days ofreceipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Worker's Compensation and Comprehensive General Liability (Bodily Injury-$500,000 each person, $1,000 ,000 each occurrence ($2,000,000 aggregate limit); Property Damage -$250,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. 9. ADDITIONAL INSURANCE REQUIREMENTS: a . The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. 10/27/04 2 b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy tenns or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best . rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance . j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. Contractor's liability shalt not be limited to the specified amounts of insurance required herein. m Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 6. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder 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. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. 10/27/04 3 This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 6. MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from th~ appropriate empioyee of the managing department to whom delivery was made . Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive . Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a minority business enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation facts ( other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time ofnot less that three (3) years. 11 . AW ARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities . No bid may be withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM, and/or the JOINT VENTURE FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, will be within ninety (90) days after this documentation is received, but in no case will the award be made until all the responsibility of the bidder to whom it is proposed to award the contract has been verified. 11 . PAYMENT: The Contractor will receive full payment (minus retainage) from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. 11 . ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained by contacting the plans desk of the Department of Engineering Construction Division at (817) 871-7910. Bids that so not acknowledge all applicable addenda may be rejected as non-responsive. 11. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. Defmitions: 10/27/04 4 10/27/04 Certain of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory worker's compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees . This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or toner services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. a. The contractor shallprovided coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the contractor providing services on the project, for the duration of the project. b. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. c. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. d. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: ( 1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverag<;: period shown on the current certificate of coverage ends during the duration of the project. a. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter b. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten ( 10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 5 c. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. A . The contractor shall contractually require each person with whom it contracts to provide services on a proj ect, to: ( 1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (1) retain all required certificates of coverage on file for the duration of the project and for one year thereafter . (2) notify the governmental entity in wiring by certified mail or personal delivery, within ten ( 10) days after the person knew or should have known, of any change that materially affects the prov ision of coverage of any person providing services on the project; and (3) contractually require each person with whom it contracts, to perform as required by paragraphs ( 1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services . a. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker 's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will b e filed with the appropriate insurance carrier or, in the case of a self insured, with the commission's D ivision of Self-Insurance Regulation. Providing false or misleading information may subjectthe contractor to administrative, criminal, c ivil penalties or other civil actions. 10/27/04 6 b . The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. A. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker" compensation insurance. This includes persons. providing, hauling or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 16. NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex, race, religion, color, or national origin and shall comply with the provisions of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through BA-29), prohibiting discrimination in employment practices . 16. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any of its officers , members, agents, or employees, will engage in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, or employees, or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless. against any and all claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 16. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not tmlawfully discriminate on the basis of disability in the provision of services to the general public, nor iri the availability, terms and/or conditions of employment for applicants for employment with, or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. 10/27/04 7 16. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period . a. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. a. The project shall be deemed complete and accepted by the City as .of the date the fmal punch list has been completed, as evidenced by a written statement signed by the contractor and the City. a. The warranty period shall begin as of the date that the final punch list has been completed. a. Bills Paid Affidavit and Consent of Surety shall be required prior to fmal payment becoming due and payable. a. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. · a. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 10/27/04 8 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPEOFWORK ................................................................................................................................... SP-4 2 . AW ARD OF CONTRACT ....................................................................................................................... SP-4 3. PRECONSTRUCTION CONFERENCE ....................................................... ; .......................................... SP-4 4. EXAMIN"ATION OF SITE ...................................................................................................................... SP-4 5. BID SUBMITTAL ............. :· ...................................................................................................................... SP-5 6. WATER FOR CONSTRUCTION ............ , ............................................................................................... SP-5 7 . SANITARY FACILITIES FOR WORKMERS ........................................................................................ SP-5 8. PAYMENT ...................... -......................................................................................................................... SP-5 9 . SUBSIDIARY WORK. .............................................................................................................................. SP-5 10. LEGAL RELATIONS AND RESPONSIBILITIES . TO THE PUBLIC ......................................................................................................... .-............................. SP-5 11. WAGE RA TES .................................................... , ......................................................................... , .......... SP-5 12. EXISTING UTILITIES ............................................................................................................................. SP-5 13. PARK.WAY CONSTRUCTION ................................... : ........................................................................... SP-5 14. MATERIAL STORAGE ........................................................................................................................... SP-5 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS ....................................... : ...................................................... ; ........................... SP-6 16. INCREASE OR DECREASE IN QUANTITIES ...................................................................................... SP-6 . 17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS .......................................................... SP-6 18. EQUAL EMPLOYMENT PROVISIONS ................................................................................................ SP-6 19. MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE) COMPLIANCE ......................................................................... ." .............................................. SP-7 20. FINAL CLEAN UP ....................................................... · ............................................................................ SP-8 21. CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATION LAW .......................................... i ............................................................................... SP-8 22 . SUBSTrrtJTIONS .................................................................................................................................... SP-11 23. MECHANICS AND MATERIALSMEN'S LIEN ................ ,: ................................................................... SP-11 . 24. WORK ORDER DELAY ......................................................................................................................... SP-11 25 . WORKING DAYS ................................................................................................................................... SP -11 26. RIGHT TO ABANDON ........................................................................................................................... SP-11 27. CONSTRUCTION SPECIFICATIONS .................................................................................................... SP-11 28. MAINTENANCE STATEMENT .......................................................................................... ~ •. ;· .............. SP-11 29. DELAYS · ................................................................................................................................... SP-11 30. DETOURS AND BARRICADES ............................................................................................................ SP-12 31. . DISPOSAL OF SPOIIJFILL MATERIAL ...................................................... : ............... : ....................... SP-12 32. QUALITY CONTROL TESTING ....................................................... _ .................................................... SP-12 33. PROPERTY ACCESS ............................................................................................................................... SP-13 34. SAFETYRESTRICTIONS-WORK.NEARHIGHVOLTAGE LINES ............................................... SP-13 35. WATERDEPARTMENTPRE-QUALIFICATIONS .............................................................. : .............. SP-13 36. RIGHT TO AUDIT ................... , .............................................................................................................. SP-13 37 . CONSTRUCTION STAKES ............................................................................... : ................................... SP-14 38 . LOCATIONOFNEWWALKSANDDRIVEWAYS .......................................................................... SP-14 39. EARLY WARNING SYSTEM FOR CONSTRUCTION ......................................................................... SP-14 40. AIRPOLLUTIONWATCHDAYS · ................................................................ '. ........................................ SP-15 SP-1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION ITEMS: 41. PAY ITEM -UNCLASSIFIED STREET EXCAVATION ...................................................................... SP-15 42. PAY ITEM -6" REINFORCED CONCRETE PA VEMENT ................................................................... SP-16 43. PAY ITEM -SILICONE JOINT SEALING ............................................................................................. SP-16 44. PAY ITEM -7" CONCRETE CURB ........................................................................................................ SP-20 45 . PAY ITEM -RETAINING WALL ........................................................................................................... SP-20 46. PAY ITEM -REPLACE EXIST. CURB AND GUTTER ........................................................................ SP-20 47. PAY ITEM-HMAC TRANSITION ......................................................................................................... SP-20 48. PAY ITEM -6" PIPE SUBDRAIN ........................................................................................................... SP-20 49 . PAY ITEM -TRENCH SAFETY ............................................................................................................. SP-20 50. PAY ITEM -8" THICK LIME STABILIZED SUBGRADE AND CEMENT FOR SUBGRADE STABILIZATION ................................................................................................................ SP-21 51 . PAY ITEM -6" HMAC PAVEMENT (TIIlCKNESS TOLERANCES AND HMAC TESTING PROCEDURES) .................................................................................................................. SP-21 52. PAY ITEM -CONCRETE FLAT WORK (CURB, CURB & GUTTER, SIDEWALKS, LEADW ALKS, WHEELCHAIR RAMPS AND DRIVEWAYS) ....................................... SP-22 53. PAY ITEM-REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS, STEPS, LEADW ALKS AND WHEELCHAIR. RAMPS .................................................................. SP-22 54. PAY ITEM -REMOVE EXISTING CURB AND GUTTER ................................................................... SP-22 55. PAY ITEM -REMOVE EXISTING CURB INLET ............................... _ .................................................. SP-22 56. PAY ITEM -6" REINFORCED CONCRETE DRIVEWAY ................................................................... SP-23 57. PAY ITEM -REMOVE AND CONSTRUCT CONCRETE STEPS ........................................................ SP-23 58 . PAYITEM-4' STANDARD CONCRETE SIDEWALK, LEADWALKAND WHEELCHAIR RAMP ....................................................................................................... SP-23 59. PAY ITEM -REMOVE AND REPLACE FENCE ................................................................................... SP-23 60. PAY ITEM -STANDARD 7" CURB AND 18" GUTTER ...................................................................... SP-24 61. PAY ITEM -REMOVE AND RECONSTRUCT MAILBOXES/MISCELLANEOUS ........................... SP-24 62. PAY ITEM-BORROW ........................................................................................................................... SP-24 63. PAY ITEM-CEMENT STABILIZATION .............................................................................................. SP-24 64. PAY ITEM-CEMENT ........................................................................................................................... SP-24 65. PAY ITEM-NEW 7" CONCRETE VALLEY GUTTER ........................................................................ SP-24 66. PAY ITEM -STORM DRAIN INLETS ................................................................................................... SP-25 67. PAY ITEM -TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN ._. ....................................................................................................... SP-25 68 . PAY ITEM -STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE) .................................................................... SP-25 69. _PRE BID ITEM -PROJECT DESIGNATION SIGN ............................................................................... SP-27 70. PRE BID ITEM -UTILITY ADJUSTMENT .......................................... .-.. , ............................................. SP-27 71 . PRE BID ITEM -TOP SOIL .................................................................................................................... SP-27 72 . -PRE BID ITEM-ADJUST WATER VALVE BOX ................................................................................ SP-28 73. PRE BID ITEM -MANHOLE ADJUSTMENT ....................................................................................... SP-28 74. PRE BID ITEM-ADJUST WA'rERMETERBOX ................................................................................ SP-28 75 . NON-PAY ITEM-CLEARING AND GRUBBING.: .............................................................................. SP-28 76. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL ................................................................... SP-28 77. NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOILS ................................................ SP-28 78. NON-PAY ITEM -CONCRETE COLORED SURF ACE ....................................................................... SP-29 ..... _ ~ ----···· 1'0.121104 SP-2 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 79. NON-PAY ITEM -·PROJECT CLEAN-UP ....................................................... ; ........... : .......................... SP-29 80. NON-PAY ITEM -PROJECT SCHEDULE ................................. : .......................................................... SP-29 81. NON-PAY ITEM -NOTIFICATION OF RESIDENTS .......................................................................... SP-29 82. NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION .............. SP-29 83. NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING ........................................ SP-30 84. NON-PAY ITEM -WASHED ROCK .................................................................................................... :. SP-30 85 . NON-PAY ITEM -SA WCUT OF EXISTING CONCRETE ................................................................... SP-30 86. NON-PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES .......................................................................................... SP-30 87. . NON-PAY ITEM -TIE-IN INTO STORM DRAIN STRUCTURE ........................................................ SP-31 88 . NON-PAY ITEM-SPRINKLERHEADADJUSTMENT ...................................................................... SP-31 89. NON-PAY ITEM-FEE FOR STREET USE PERMITS AND RE-INSPECTIONS .............................. SP-31 90. NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) .... SP-31 91. NON PAY ITEM -TRAFFIC CONTROL .............................................................................................. SP-32 SP-3 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: 2004 CAPITAL IMPROVEMENT PROJECT-CONTRACT NO . 14 PAVEMENT RECONSTRUCTION AND WATER AND SANITARY SEWER MAIN REPLACEMENT ON : CUTIER STREET (FOARD ST . TO NOLAN ST.} EASTLAND STREET (WICHITA ST. TO NOLAN ST.) GRAYSON STREET (WICHITA ST. TO FOARD ST.) CHILDRESS STREET (WICHITA ST. TO ERATH ST.) STREET PROJECT NO . C200 541200 2084000027 83 WATER PROJECT NO . P264 541200 6081700027 83 SEWER PROJECT NO. P274 541200 7081700027 83 D.O.E . NO . 4580 1 . SCOPE OF WORK : The work covered by these plans and specifications consist of the following : Reconstruction of Cutter St., Eastland St., Grayson St. and Childress St. with Alternate A : 6" Reinforced Concrete Pavement on 6" Lime Stabilized Subgrade or Alternate B: 6" HMAC on 8" Lime Stabilized Subgrade and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work . 2 . AWARD OF CONTRACT: Subm ission of Bids: Unit 1 and Unit II constitute a package. If the Contractor submits a bid on both Unit 1 and Unit II and has the lowest responsive proposal price, the Contractor will be the apparent successful bidder for th is project. The Contractor can bid either the HMAC alternate and/or the Concrete alternate. The additive alternate must be included in any bid. Bidders are hereby informed that the D irector of the Department of Engineering reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City. 3. PRECONSTRUCTION CONFERENCE: The successful Contractor, Engineer, and City-City shall meet at the call of the C ity for a preconstruction conference before any of its work begins on th is project. At this time, details of sequencing of the work, contact individuals for each party, request . for survey, and pay requests will be covered. Prior to the meeting , the Contractor shall prepare schedules showing the sequencing and progress of their work and its effect on others. A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction. As used herein , the term "Engineer'' shall mean the design eng ineer who prepared and sealed the plans, specifications and ·contract documents for this project. 4 . EXAMINATION OF SITE: It shall be the responsib ility of the prospective b idder to visit the project site and make such exam inations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper cons ideration should be given to these deta il s during preparation of the Proposal and all unusual conditions that may give rise to la ter contingencies should be brought to the attention of the City prior to the submission of the Proposal. During the construction of this project, it is required that all parkways be excavated and shaped including bar ditches at the same time the roadway is excavated . Excess excavation will be disposed of at locations approved by the Engineer . SP-4 During construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes . 5. BID SUBMITTAL: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids as appropriate and as determined by the Director of the Department of Engineering. 6. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor at his own expense. 7. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention ,is directed to this equipment. - 8. PAYMENT: 1he Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the Engineer per actual field measurement. 9. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects, such as conditions imposed by the Plans, the General Contract Documents or these special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item or work, the cost of which shall be included in the price bid in the Proposal for each bid item, including but not limited to surface restoration cleanup and relocation of mailboxes. All objectionable matter required to be removed from within the right-of-way and not particularly described under these specifications shall be covered by Item No. 102 "Clearing and Grubbing" and shall be subsidiary to the other items of the contract. 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". 11. WAGE RA TES: The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth, Texas, in accordance with statutory requirements, as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any subcontractor on the site of the project covered by these Contract Documents. In no event shall less than the following rates be paid . (Attached at the end of this section.) 12 . EXISTING UTILITIES: The locations and dimensions shown on the plans relative to existing utilities are based on the best information available . It shall be the Contractor's responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance . The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities and any losses to the utility City due to disruption of service resulting from the Contractor's operations shall be at the Contractor's expense . 13. PARKWAY CONSTRUCTION: During the construction of this project, it will be required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Director of the Department of Engineering . SP-5 14. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission from the property City. 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor' shall take adequate measures to protect all existing structures, improvements and utilities, which may be encountered. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Engineer to be accurate as to extent, location and depth, they are shown on the plans as the best information available at the time of design, from the Owners of the utilities involved and from evidences found on the ground . 16 . INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid. No additional compensation shall be paid to Contractor for errors in the quantities. Final payment will be based upon field measurements. The City reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of storm drain pipes in depth categories shall be· interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but not to the various -depth categories. 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to indemnify City's Engineer and Architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants .and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or a/lege.d negligence of City, its officers, servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors priorto final payment, final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settl_ed and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 18. EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code Sections 13-A-21 through 12- A-29) prohibiting discrimination in employments practices. SP-6 The Contractor shall post the required notice to that effect on the project site, .and at his request , will be provided by assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. 19 . MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE : In accordance w ith City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and women business enterprises in City contracts . The Ordinance is incorporated in these specifications by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within fine (5) city business days after bid opening. Failure to comply shall render the bid non-responsive. Upon request , Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. Contractor further agrees to permit an audit and/or examination of any books , records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE . The misrepresentation of acts (other than a negligent misrepresentation) and /or the commission fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropri ate federal, state, or local laws or ordinances relating to false statement. Further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City wo rk for a period of time not less than three years . The City will consider the Contractor's performance regard ing its M/WBE program in the evaluation of bids. Failure to comply with the City's M/WBE Ordinance , or to demonstrate "good faith effort'', shall result in a bid being rendered non-responsive to specifications. Contractor shall provide cop ies of subcontracts or co-signed letters of intent w ith approved M/WBE subcontractors prior to issuance of the Notice to Proceed . Contractor shall also provide monthly reports on utilization of the subcontractors to the City's M/WBE office. The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals .. The. Contractor may count toward its goal a portion of the total dollar amount of the contract w ith a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed . All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway D'ivision and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid .. The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable . Failu re to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non-responsive . Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work . Whenever a change order exceeds 10% of the original contract , the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order During the term of the contract the contract shall : 1. Make no unjustified changes or deletions in its M/WBE participation commitments subm itted w ith or subsequent to the bid, and, SP-7 2 . If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform with his forces, the Contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City, and, 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers . Justification for change may be granted for the following : a . Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance. b. Failure of Subcontractor to provide required general liability of other insurance. c . Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan . d. Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City; the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project. inclusive of M/WBEs. 20. FINAL CLEAN-UP: Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed. No more than seven days shall elapse after completion of construction before the roadway and ROW. is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative. Thi~ cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance . 21. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensati on Insurance Coverage a . DEFINITIONS: b. Certification of coverage ("Certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, OR TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the proj ect ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation , independent Contractors, subcontractors, leasing companies, motor carriers, City-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include , without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, wh ich meets the statutory requirements io12t104 ....... _.., __ .. , ... SP-8 of Texas Labor Code, Section 401.011 (44) or all employees of the Contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d . If the coverage period shown ori the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. · f. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. g. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. h. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage . i. The Contractor shall contractually requ ire each person with whom it contracts to provide services on a project, to : ( 1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain form each other person with whom it contracts, and provide to the Contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and SP-9 B. j . k. (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (d) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (e) contractually require each person with whom it contracts, to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative, criminal, civil penalties or other civil actions. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten day after receipt of notice of . breach from the governmental entity. The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage . This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Commiss ion rules . This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the Worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identify of their employer or status as an employee ." Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". SP-10 22. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitution~ will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material that has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed substitutes is procured by the Contractor. Where the term "or equal", or "approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications. 23. MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to_ execute a release of mechanics and materialmen's liens upon receipt of payment. 24. WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities, right-of-ways, easements and/or permits are cleared or obtained. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 25. WORKING DAYS: The Contractor agrees to complete the Contract within the allotted number of working days. 26. RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 27. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Engineering·, 1000 Throckmorton Street, 200 Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay [tern by the Engineer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 28. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project and will be required to replace at his expense any part or all of the project which becomes defective due to these causes . 29. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City SP-11 to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Director of the Department of Engineering and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 30 . DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic w ithin the project area . Contractor shall protect construction as required by Engineer by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans. Construction signing and barricades shall conform with "1980 Texas Manual on Uniform Traffic Control Devices, Vol. No. 1." 31. DISPOSAL OF SPOIUFILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator ("Administrator''), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood pla in . Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's expense . In the event that the Contractor disposes of spoil/fill materials at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 32. QUALITY CONTROL TESTING: (a) The Contractor shall furnish , at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of .the design concrete m ix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete us ing the same aggregate, cement and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City .. (c) Quality control testing of on site material on this project will be performed by the City at its own expense. Any retesting requ ired as a result of failure of the material to meet project SP-12 specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requ irements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the Contractor for operations requ iring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tes ted. (e) The Contractor shall provide a copy of the trip ticket for each load of fill material del ivered to the job site . The ticket shall specify the name of the pit supplying the fill material. 33. PROPERTY ACCESS : Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 34. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES : The following procedures will be followed regarding . the subject item on this contract: (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating . cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections . (c) When necessary to work within six feet of high voltage electric lines, notification shall be g iven the power company (TU Electric Service Company) which will erect temporary mechanical barriers , de-energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken in each case. (d) The Contractor is required to make arrangements w ith the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 35. WATER DEPARTMENT PRE-QUALIFICATIONS : Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance w ith procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. 36 . RIGHT TO AUDIT : (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract have access to and the right to examine and photocopy any directly ,..--.~·--;t Qf.~7/04 SP-13 pertinent books, documents, papers and records of the Contractor involving transactions · relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books , documents, papers and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and a·ppropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits . (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 37. CONSTRUCTION STAKES: The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method.s of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage, etc.), one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter and/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If, in the opinion of the Engineer, a sufficient number of stakes or markings provided by the City have been lost, destroyed, or dis turbed, that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place, then the Contractor shall replace such stakes or markings as requ ired . An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes, at the Contactor's expense. No claims for delay due to a lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. 38. LOCATION OF NEW WALKS AND DRIVEWAYS; The Contractor will make every effort to protect existing trees within the parkway, with the approval of the engineer the Contractor may re-locate proposed new driveways and walks around existing trees to minimize damage to trees. 39. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the Contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order). the following proactive measures will be taken : 1. :i bt!itl04 '.:'~ .... -.... \, .. A letter will be mailed to the Contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide SP-14 sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the Contractor receives such a letter, the Contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportation and Public Works will be made aware of the situation . If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed . by the Engineering Department's Public Information Officer. 4. Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified. The Engineering Department's Public lnfor,:nation Officer will, if necessary, then forward updated notices to the interested individuals. 5. If the Contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time . prior to the completion of the contract, the bonding company will be notified appropriately. 40 . AIR POLLUTION WATCH DAYS : The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a .m. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION. The Texas Commission on Environmental Quality {TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m . on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m . whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel {ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7 :00 a.m . -6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. CONSTRUCTION 41. PAY ITEM-UNCLASSIFIED STREET EXCAVATION: See Standard Specifications Item No. 106, "Unclassified Street Excavation" for specifications governing this item . Removal of existing penetration or asphalt pavement shall be included in this item. Operations necessary to windrow existing gravel base in order to lower or raise subgrade shall be considered as subsidiary to this item and no additional compensation shall be given as such. SP-15 During the construction of th is project , it is required that all parkways be excavated and shaped at the same time the roadway is excavated . Excess excavation will be disposed of at locations approved by the engineer. The intention of the City is to pay only the plan quantity without measurement. Should either contracting party be able to show an · error in the quantities exceeding 10 percent, then actual quantities will be paid for at the unit prices bid . The party requesting the payment of actual rather than plan quantit ies is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities . · 42. PAY ITEM -6" REINFORCED CONCRETE PAVEMENT : (a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement," shall apply. The Contractor shall use a six (6) sack concrete mix for all hand placement in the intersections. The unit price bid per square yard shall be full payment for all labor, material, equipment and incidentals necessary to complete the work. (b) Once an evaluation of the pavement is made to determine whether the crack is due to distress or minor shrinkage , the following policy w ill apply: · (1) When the crack is minor and due to shrinkage (cosmetic), then no further treatment will be needed . (2) If the crack is due to distress (structural}, the fa iled pavement must be removed and replaced a minimum of 5 feet. In no case should the remaining portion of the panel be less than 5 feet wide after repairing the fai led panel. · (3) Any crack within 12 inches of any joint must be removed and replaced a minimum of 5 feet to prevent future spalling of t he pavement. (c) All concrete pavement not p laced by hand shall be placed using a fully automated paving mach ine as approved by the Construction Engineer. Screeds will not be allowed except if approved by the Construction Engineer. 43. PAY ITEM -SILICONE JOIN T S EALING FOR CONCRETE PAVEMENT: 1. SCOPE CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revis ion 1, October 18, 1989) (Revision 2 , May 12, 1994) This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314 .2. (11) "Joint Sealing Materials " of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH , and Item 2.210 "Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS . 2. MATERIALS 2 .1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as mod ified by the test requirements of th is specification . Before the installatio n of the joint sealant , the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint t 0/2 7/04 SP-16 sealant meet these requirements . 2 .2 The manufacturer of the silicone joint sealant shall have a m inimum two-year demonstrated, documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems. Verifiable documentation shall be submitted to the Engineer. Acetic acid cure sealants shall not be accepted. The silicone sealant shall. be cold applied. 2 .3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation, Midland, Ml 48686-0994, or an approved equal. · Self-Leveling Silicone Joint Sealant Test Method Test Requirement AS SUPPLIED **** Non Volatile Content,% min. 96 to 99 MIL-S-8802 Extrusion Rate, grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1.206 to 1 .340 ··-Skin-Over Time, minutes max. 60 **** Cure Time, days 14 to 21 **** Full Adhesion, days 14 to 21 AS CURED -AFTER ASTM D 412, Die C Mod . Elongation ,% min . 1400 ASTM D 3583 Modulus @ 150% Elongation, psi max. 9 (Sect. 14 Mod .) ASTM C 719 Movement, 10 cycles @ +100/-50% No Failure ASTM D 3583 · Adhesion to Concrete , % Elongation min. 600 (Sect. 14 Mod.) ASTM D 3583 Adhesion to Asphalt,% Elongation min. 600 (Sect. 14 Mod .) 2.4 The joint filler sop shall _be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the -saw-cut j o int to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them . Reference is made to the "Construction Detail " sheet for the various joint details with their respective d imensions. 3. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail" sheet or as directed by the Engineer within 12 hours of the pavement placement. (Note that for the "dummy'' joints, the in itial 1/4 inch SP-17 width "green" saw-cut and the "reservoir" saw cut are identical and should be part of the same saw cutting operation . Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly . saw cut joints.) The pavement shall be allowed to cure for a minimum of seven (7) days. Then the saw cuts for the joint sealant reservoir shall be made, the joint cleaned, and the joint sealant installed. During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F (4C) and rising. · 4. EQUIPMENT 4.1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows: 4.2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. · 4.3 High Pressure Water Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 4.4 Air Compressors : The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 4.5 Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 4.6 Injection Tool: This mechanical device shall apply the sealant uniformly into the joint. · 4.7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 4 .8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination . They shall be compatible with the join depth and width requirements. 5. CONSTRUCTION METHODS 5.1 General : The joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations 5.2 Sawing Joints: The joints shall be saw-cut to the width and depth as shown on the "Construction Detail" sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5.3 Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent joint contamination . J0l,2?f()4 SP-18 When the Contractor elects to saw the joint by the dry method, flushing the joint with high pressure water may be deleted. The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev. 1, October 18, 1989) After complete drying, the joints shall be sandblasted. The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes. Upon the termination of the sandblasting, the joints shall be blown-out using compressed air. The blow tube shall fit into the joints . The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open, cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape: The bond breaker rod and·tae shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sealant shall be applied using the mechanical injection tool. The joint sealant -application shall not be permitted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition . Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the Engineer the acceptable method for sealant installation . The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. 6 . WARRANTY The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City. Also, the Contractor shall provide the Engineer a written warranty on all sealed joints . The Contractor shall agree to replace any failed joints at no_ cost to the City. Both warranties shall be for two years after final acceptance of the completed work by the Engineer. 7. BASIS OF PAYMENT Payment w ill be made at the Contract bid item un it price bid per linear foot (L.F.) as provided in "MEASUREMENT" for "SILICONE JOINT SEALING", which price of SP-19 shall be full compensation for furnishing all materials and for all preparation, delivery, and appl ication of those sealing materials and for all labor, equipment, tools and incidentals necessary to complete the silicone joint sealing in confo rmity with the plans and these specifications . 44. PAY ITEM -7" CONCRETE CURB : The Contractor may, at his option , construct either integral or superimposed curb. Standard Specification Item 502 shall apply except as follows: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab . The concrete for the curb shall be depos ited not more than thirty (30) minutes after the concrete in the slab . If the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill operation is complete . 45. PAY ITEM -RETAINING WALL: This item will consist of placing retaining walls in locations and at heights determined· by the engineer in the field . All applicable section of City of Fort Worth Standard Specification item 518 shall apply except as follows : Retain ing wall shall be constructed per C ity of Fort Worth Construction Standard Drawing No . S-M13 "Retaining Wall With Sidewalk" where applicable. All existing brick and/or stone retaining walls not significantly impacted by proposed grade changes will be protected . Replacement of retain ing walls not impacted by proposed grade changes w ill b.e at the expense of the Contractor. 46 . PAY ITEM -REPLACE EXIST. CURB AND GUTTER: This item is included for the purpose and removing and replacing existing curb and gutter in transition areas as determined by the Engineer in the field . The proposed curb and gutter will be of the same dimensions as the existing curb and gutter to be removed. Quanti ti es for th is pay item are approximate and are given only to establish a un it pr ice for the work The pr ice bid per linear foo t for "RE PLACE EXIST . CURB AND GUTTER" as shown in the Proposal w ill be full payment for materials including all labor, equipment, tools and incidentals necessary to . complete the work. 47. PAY ITEM -HMAC TRANSITION : This item will consist of the furnish ing and plac ing at varying thicknesses an HMAC surface in transition areas where ind icated on the plans , as specified in these specifi cations and at other locations as may be directed by the Engineer. Th is item sha ll be governed by all applicable provisions of Standard Specifications Item 312 . The price bid per ton HMAC Trans it ion as shown in the Proposa l w ill be full payment for materials includ ing all labor, equipment , tools and incidentals necessary to complete the work . 48 . PAY ITEM --6" PIPE SUBDRAIN: No specific location for this item is designated on the plans . Subdrain shall be installed only if field conditions indicate ground water at subgrade level after excavation and if deemed necessary by the Eng ineer . 49 . PAY ITEM -TRENCH SAFETY : Description: Th is item will consist of the basic requirements which the Contractor must comply w ith in order to provide for the safety and health of workers in a trench . The Contractor shall develop , design and imp lemen t the tre nch excavation safety protection sys tem . The Contractor shall bear the sole SP -20 responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman. · The trench excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration, U.S. Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification. The Contractor shall, in addition, comply with all other applicable Federal, State and local rules, regulations and ordinances . -Measurement and Payment: All methods used for trench excavation safety protection shall be measured by the linear foot of trench and paid at the unit price in the Proposal, which shall be total compensation for furnish ing design, materials, tools, labor, equipment and incidentals necessary, including removal of the system ~ · Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the existing ground to the bottom of the pipe. 50. PAY ITEM -8" THICK LIME STABILIZED SUBGRADE &CEMENT FOR SUBGRADE STABILIZATION: See Standard Specifications Item No. 210, "Lime Treatment (Material Manipulation)" and Specification Item No. 212, "Hydrated Lime and Lime Slurry" for specifications governing this item . Quantities for this pay item are approximate and are given only to establish a unit price for the work. The price bid per square yard for"8" THICK LIME STABILIZED SUBGRADE" as shown in the Proposal will be full payment for all labor, equipment, tools and incidentals necessary to complete the work. The price bid per ton for "LIME FOR SUBGRADE STABILIZATION" as shown in the Proposal will be full payment for materials necessary to complete the work . 51. PAY ITEM -6" H.M.A.C. PAVEMENT (Thickness Tolerances and HMAC Testing Procedures): The base course shall be a 3" deep Type "B" course placed in one lift. The surface course shall be a 3" deep Type "D" course placed in one lift. All provisions of Standard Specification No. 312.7 'Construction -Tolerance' shall apply except as mod ified herein : 1) After completion of each asphalt paving course, core tests will be made to determine compliance with the contract specifications . The hot-mix asphaltic concrete pavement will be core drilled by · .. the City-of Fort Worth . The thickness of the asphaltic surface will be determined by measurement cores taken at locations determined by the Engineer. The thickness of individual cores will be determi'ned by averaging at least three (3) measurements . If the core measurements indicate a deficiency, the . length of the area of such deficient thickness shall be determined by additional cores taken along the length of the pavement in each direction until cores are obtained which are at least of specified thickness. The width of such area shall not be less than % of the roadway width. 2) When the thickness of the base course (as determined from core samples) is more than 15% deficient of the plan thickness, the Contractor shall remove and replace the deficient area at his own expense. If the thickness is less than 15% deficient, the Contractor shall make up the difference in the base thickness with surface course material. 3) The , surface course must be the plan thickness. This does not include surface course material used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness . Deficient areas (as determined in item 1) found to be less than the plan thickness will be removed and replaced at the Contractor's expense . :1;0127/04 SP-21 5) No additional payment over the contract price will be made for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications. 6) HMAC Testing Procedure: The Contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This design shall not be more than two (2) years old . Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated, for the use during .density testing. For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type "D" Upon approval of an asphalt m ix des ign and the calculation of the Marshal (proctor) the Contractor is approved for placement of the asphalt. The Contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities . The required Density for Type "B" and for Type "b" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing . After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B" must be done before Type "D" asphalt is applied . Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied . Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. · 52 . PAY ITEM -CONCRETE FLAT WORK (CURB, CURB & GUTIER, SIDEWALKS, LEADWALKS, WHEELCHAIR RAMPS AND DRIVEWAYS): Concrete flatwork is defined as curb , curb and gutter, sidewalks, leadwalks, wheelchair ramps and driveways as shown in the plans . This provision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item . Required backfilling and finished grading adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed. No payment will be made for flatwork until the pay item has been completed, which includes backfilling and finished grading. 53 . PAY ITEM-REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS, STEPS, LEADWALKS AND WHEEL CHAIR RAMPS : This item includes removal of existing concrete sidewalks , driveways, steps, leadwalks and wheelchair ramps at location shown on the plans or as designed by the Engineer. See Item No. 104 "Removing Old Concrete", for Specifications governing this item. 54. PAY ITEM-REMOVE EXISTING CURB AND GUTTER: Where shown on the plans or where designated by the Engineer, existing curb and or gutter and existing laid down curb shall be removed and disposed of in a manner satisfactory to the Engineer. Measurement will be by the linear foot for curb and gutter, laydown curb removed, and for all labor, tools , and incidentals necessary to complete the job. 55 . PAY ITEM-REMOVE EXISTING CURB INLET: SP-22 This item shall include a ll labor, materials , and equipment necessary to remove and dispose of the existing inlet and removal and connection of the existing RCCP lead pipe inlet as shown on the Plans and as directed by the Eng ineer. 56 . PAY ITEM -6" THICK REINFORCED CONCRETE DRIVEWAY: See Standard Specification Item No. 504 , "Concrete Sidewalks and Driveways" for specifications govern ing this item as well as details S-S5 and S-S5A. · The price bid per square foot for "6" THICK REINFORCED CONCRETE DRIVEWAY'' as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 57 . PAY ITEM-REMOVE AND CONSTRUCT CONCRETE STEPS : See Standard Specification Item No . 516 , "Concrete Steps" for specifications governing this item as well as details SM-3. · The price b id per each for "REMOVE CONCRETE STEPS" and "CONSTRUCT CONCRETE STEPS" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the removal and construction of each set of concrete steps. 58 . PAY ITEM-4' STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAMP : All applicable provisions of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways" shall apply except as herein modified . The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the Engineer. The Contractor shall not remove any regulatory sign, instruction sign, street name and sign or other s ign which has been erected by the City. The Contractor shall contact Signs and Marking Division, TPW {Phone 871-7738). All concrete flared surfaces shall be colored with LITHOCHROME color hardener as manufactured by L.M . Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be used in accordance with manufacturers instructions . "Con tractor shall provide a colored sample concrete panel of one foot by one foot by three inches d imens ion, or other dimension approved by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution." 59 . PAY ITEM-REMOVE AND REPLACE FENCE: Th is item shall include the removal and reconstruction of the existing fence at the locations shown on the plans or where deemed necessary by the Engineer. The Contractor shall exercise caution in remov ing and salvaging the materials to they may be used in reconstructing the fence . Their constructed fence shall be equal in every way, or superior, to the fence removed . The Contractor shall be respons ible for keeping livestock within the fenced ·areas during construction operation and while removing and relocating the fence , and for any damage or injury sustained by persons, livestock or property on account of any act of omission, neglect or misconduct of his agents , employees, or J 0127:/04 SP-23 subcontractors . The unit p rice per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments, tools a n d incidentals necessary to complete the work. 60 . PAY ITEM-STANDARD 7" CURB AND 18" GUTIER: All provisions of Standard Specification No. 502 'Concrete _Curb and Gutter' shall apply except as mod ified herein : · Subsidiary to the un it price b id per lihear foot shall be the following : a. A minimum of 5" or greater as required depth of stabilized subgrade properly compacted under the proposed curb and gutter as shown in the constructi on details. b . If the Contractor fails to backfill e ither in from of the gutter or behind the curb with in seven (7) calendar days of po u ring the curb and gutter, the amount paid for the curb and gutter shall be reduced by 25% until the backfill operation is complete . Standard Specifications Item No. 502 , shall apply except as herein mod ified . Concrete shall have m in imum compressive strength of t h ree thousand (3,000} pounds per squ.are inch in twenty-eight (28) days . The quantity of mixing water shall not exceed seven (7) gallons per sack (94 lbs .) of Portland Cement. The slump of the concrete shall not exceed three (3) inches . A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. 61 . PAY ITEM -REMOVE AND RECONSTRUCT MAILBOXES/ MISCELLANEOUS: This item includes the remova l and reconstruction of existing mailboxes, brick walls, flowerbed trim and miscellaneous items within the right of way which may be damaged or removed during construction. When possible, the Contractor shall salvage existing materials for reuse in the replacement or repair of dc;imaged or removed items. Items which are to be repaired or reconstructed . should look architecturally the same in material and appearance and shou ld be recons t ructed or repaired in a better or new condition . All applicable provisions cif City of Fort Worth Construction Standards shall apply. 62 . PAY ITEM-BORROW : Where shown on the plans or where designated by the Engineer, existing curb and or gutter and existing laid down curb shall be removed and d isposed of in a manner satisfactory to the Engineer. Measurement will be by the linear foot for <,urb and gutter as shown on the proposal and will be full compensation for the removal a nd d isposition of the curb , curb and gutter, laydown curb removed, and for all labor, tools, and incidentals necessary to complete the job . 63 . PAY ITEM -CEMENT STABILZATION: All applicable provisions of Item 21 4; 'Portland Cement Treatment' shall apply. 64 . PAY ITEM-CEMENT: All applicable provisions of Item 21 4, 'Portland Cement Treatment' shall apply. 65. PAY ITEM-NEW 7" CONCRETE VALLEY GUTIER: This item shall include the construc t ion of concrete valley gutters at various locations to be determined in field. t 0/27,/04 SP-24 Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item . See standard specification Item No. 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2 :27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. 66. PAY ITEM-STORM DRAIN INLETS: An alternative method of construction for these items will be "Pre-Cast'' manholes and inlets. If the Contractor des ires to use this method, he must submit details for the construction to the Transportation and Public Works. Department fore review and approval if said details are acceptable. The Pre-Cast construction must be equal or superior to the strength requirements for this item as set out in Item 444, "Manholes and Inlets" and said construction shall be in compliance with all other requirements of Item 444 where applicable. 67. PAY ITEM-TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN: Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area. Payment will be made for the quantity of earth excavated/backfilled. The placing of fill shall be subs idiary to the trench excavation/backfill price. Excess material which is obtained from excavating the trench shall be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications. · All excavated material which is unacceptable as fill material shall become the property of the Contractor to be hauled off the site and disposed of properly. Unacceptable material shall be, but not limited to : rocks, concrete, asphalt, debris , etc . The cost for removal and disposal of unacceptable material shall be .subsidiary to the unit prices . 68. PAY ITEM -STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE): PERMIT: As defined by Texas Comm ission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Pe rmit is required for all construction activities that result .in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The Contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that , if properly utilized, can minimize the need for physical controls and possible reduce costs . The methods of control shall result in minimum sediment retention of not less than 70%. SP-25 NOTICE OF INTENT {NOi): If the project will result in a total land disturbance equal to or greater than 5 acres, the Contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the Contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the Contractor moving on site and shall include the required $100 application fee. The NOi shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOi shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the Contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site . Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee . A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities . The SWPPP shall be incorporated into in ttie contract documents. The Contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The Contractor must keep a copy of the most current SWPPP at the construction site . Any alterations to the SWPPP proposed by the Contractor must be prepared and submitted by the Contractor to the engineer for review and approval. A Notice of Termination {NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized .. SP-26 SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES : Submission of a NOi form is not required. However, a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above . A SWPPP , prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities . The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion , sed imentation and water pollution and will be included in the contract documents . The control measures shall be installed and ma intained throughout the construction to assure effecti ve and continuous water pollution control. The controls may include, but not be limited to, silt fences , straw bale d ikes , rock berms, diversion d ikes, interceptor swales , sediment traps and basins , pipe slope drain , inlet protection, stabilized construction entrances , seed ing , sodd ing , mulch ing , soil retention blankets, or other structural or non-structural storm water pollution controls . The method of control shall result in a minimum sed iment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the enginee r for approval. PAYMENT FOR SWPPP IMPLEMENTATION : Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL PROVISION 23 -40 SHALL BE APPLICABLE. 69. PRE BID ITEM -PROJECT DESIGNATION SIGN: The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsib ility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include pa inting and repairs as directed by the Engineer. It w ill be the respons ibili ty of the Contractor to have lhe individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of t he lettering shall be in accordance with the enclosed detail. The s ign shall be constructed of o/.." fir p lywood , grade A-C (exte ri or) or better. These signs shall be installed o n barricades or as d irected by the Eng ineer and in place at the project s ite upon commencement of constructi on .· The work , which includes the ·painting of the signs , installing and removing the signs, furnishing the mate ri als , supports and connections to the support and maintenance shall be to the satisfaction of the Eng ineer. The un it price b id per each w ill be full payment for materials includ ing all labor, equipment, tools and incidentals necessary to complete the work. 70 . PRE BID ITEM -UTILITY ADJUSTMENT: This item is included for the basic purpose of establishing a contract price wh ich w ill be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain . An arb itrary figure has been placed in the Proposal ; however, this does not guarantee any payment for utility adjustments , neither does it confine utility adj ustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Eng ineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence , where such lines would not have requ ired adjustment or repair otherwise , the li nes shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for util ity adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the util ity adjustments . 1()/27/04 SP-27 71 . PRE BID ITEM -TOP SOIL: The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted) over the parkway area and do not include deeper than design depth behind the curb . The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site. Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed . 72. PRE BID ITEM -ADJUST WATER VALVE BOX: Contractor will be responsible for adjusting water valve boxes to match new pavement grade. The water valves themselves will be adjusted by City of Fort Worth Water Department forces. The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 73 . PRE BID ITEM -MANHOLE ADJUSTMENT: This item shall include adjusting the tops of existing and/or proposed manholes to match proposed grade as shown on the plans or as directed by the Engineer. Standard Specification Item No. 450 shall apply except as follows: Included as part of th is pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections as per current City Water Department Special Conditions. 74. PRE BID ITEM -ADJUST WATER METER BOX: This item shall include raising or lowering an existing meter box to the parkway grade specified. No payment will be made for existing boxes, which are within 0.1' of specified parkway grade. The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 75. NON-PAY ITEM -.CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing." However, no direct payment will be made for this item and it shall be considered incidental to this contract. 76. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct paym.ent will be made for this item and it shall be considered incidental to this contract. 77. NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards , shrubs, trees, etc. shall be prese.rved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys. This permit can be obtained by calling the Forestry Office at 871- 5738 . All tree work shall be in comp liance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to .the Contractor by the City. 10/2.7/04 SP-28 To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. 78. NON-PAY ITEM-CONCRETE COLORED SURFACE: Concrete wheelchair ramp surfaces, excluding the side slopes · and curb , shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M . Scofield Company or equal, shall be used in accordance with manufacturers instructions. Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension , or other dimension approved by the Engineer, meeting the aforementioned specifications . The sample, upon approval of the Engineer, shall · be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item. No direct payment will be made for this item and it shall be considered incidental to this contract. The method of application shall be by screen, sifter, sieve, or other means in order to provide for a uniform color distribution. 79 . NON-PAY ITEM -PROJECT CLEAN-UP : The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean up shall be done on a daily basis . Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris I •• Storing excess material in appropriate and organized manner Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed)"of the appropriate bid item(s) will be reduced by 25%. . Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed . No more than seven days shall elapse after completion of construction before the roadway and right-of~way is cleaned up to the satisfaction of the Engineer. 80 . NON-PAY ITEM -PROJECT SCHEDULE: Contractor shall be responsible for producing a proj~ct schedule at the pre-construction conference. This schedule shall detail all phases of construction, including project clean up, and allow the Contractor to complete the work in the allotted time. Contractor will not move on to the jobsite nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in. Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with . producing and maintaining the project schedule shall be considered subsidiary to this contract. 81 . NON-PAY ITEM -NOTIFICATION OF RESIDENTS: In order to cut down on the number of complaints from residents due to the dust generated when saw- cutting joints in concrete pavement, the Contractor shall notify residents, in writing, at least 48 hours in advance of saw-cutting joints during the construction of paving projects. All· costs involved with providing such written notice shall be considered subsidiary to this contract. 82. NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project, the Contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction . The notice shall be prepared as follows: t0/27/04 SP-29 The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area . The flyer shall be prepared on the Contractor's letterhead and shall include the following informat ion: Name of Project, DOE No., Scope of Project (i.e. type of construction activity), actual construction duration w ithin the block, the name of the Contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached. The Contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition , a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed . The Contractor will not be .allowed to begin construction on any block until the flyer is delivered to all residents of the block. An electronic version of the sample flyer can be obtained from the construction office at 871-8306. All work involved w ith the pre-constructi on notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 83 . NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING: After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The Contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre- construction conference but in no case will construction be allowed to begin until this meeting is held. 84 . NON-PAY ITEM -WASHED ROCK: All washed rock used for embedment or backfill or as otherwise directed by the Engineer shall washed, crushed stone and shall meet the following gradation and abrasion: (Actual washing not required if gradation is met) Sieve S ize 1" 1/2" 3/8" #4 #8 % Reta ined 0-10 40-75 55-90 90-100 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S.T.M. Designation C-131. 85 . NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE:. When existing concrete orHM.A.C. is cut, such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses . All sawing shall be subsidiary to the unit cost of the respective item. 86 . NON PAY ITEM-LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES: The Contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of th is contract before the recycling process commences for a particular street. The Contractor shall attempt to inclu d e the construction engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a min imum to two (2) working days before recycling beg ins on any street. Marking the curbs with paint is a recommended procedure . It shall be the Contractor's responsibi lity to notify the utility companies that he has commenced work on the proj ect. As the recycling is completed (within the same day) the Contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the 1,0/27/04 SP-30 Contractor shall notify the utilities of this completion and indicate that start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company Southwestern Bell Telephone Texas Utilities Lone Star Telephone Number (817) 338-6275 (817) 336-9411 ext. 2121 (817) 336-8381 ext. 372 Contact Person "Hot Line" Mr. Roy Kruger Mr. Jim Bennett Of course, under the terms of this contract, the Contractor shall complete adjustment of the storm drain and Water Department facilities , one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the recycling operation by the Construction Engineer. The Contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. 87. NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE: The cost for making lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the respective lines . 88 . NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation of sprinkler heads encountered shall be paid for under utility adjustment in the proposal section . No other compensation will be provided. 89. NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS: A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks, etc., will be required . The fees are as follows : The street permit fee is $50.00 per permit with payment due at the time of permit application. A re-inspection fee of $25 .00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection . Payment by the Contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. 90 . NON PAY ITEM-TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE): A. DESCRIPTION: This item shall . consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no t ime be used as a substitute for the permanent control measure unless otherwise directed by the engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dames, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, bale~-hay retards, dikes, slope drains and other devices. B . CONSTRUCTION REQUIRMENTS : The Engineer has the authority to define erodible earth and the authority to limit the surface are of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water course, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains SP-31 and use of temporary mulches, mats, seeding or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule . Should seasonal conditions make such limitations unrealistic, temporary soil- erosion-control measures shall be performed as directed by the Engineer. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 2. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 3. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream . 4. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not part of the finished work. 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride or other harmful materials . He shall conduct and schedule his operations so as to avoid· or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. E. SUBMITTAL: Prior to the start of the applicable construction, the Contractor shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible-earth material to a minimum . He shall also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of waste materials. No work shall be started until the soil-erosion control schedules and methods of operations have been reviewed and approved by the Engineer . F. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. 91. NON PAY ITEM -TRAFFIC CONTROL: The Contractor will be required to obtain a ustreet Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual an Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. SP-32 A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer at (817) 392-8712, at the pre-construction conference . Although work will not begin until the traffic control plan has been reviewed, the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign , street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 871-7738) to remove the s ign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled , the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed an certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." 10/27/04 SP-33 (To be printed on .Contractor's Letterhead) Date: ____ _ DOE No: PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for: MAPSCO LOCATION: -- LIMITS OF CONST.: ------------- Estimated Duration of Construction on your Street : _ days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL< REPLACE WATER AND/OR SEWER LINES -RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HA VE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. SP-34 T.&P.W. GENERAL CONSTRUCTION NOTES 1. Contractor is responsible for maintaining water and sewer connections in working order at all times. In no case shall services be allowed to remain out of service overnight. 2. Contractor shall become familiar with the terms and conditions set fourth in temporary construction- easements. Ingress and egress is allowed on private property in order to access temporary construction easements. In the areas where no construction easements are available, contractor shall limit activities to within the existing utility easement. 3. Contractor shall verify the elevation, configuration and location of existing lines prior to construction. Such verification shall be considered subsidiary to the cost of the project and not additional compensation will be allowed. 4. The contractor shall remove from the project area all surplus material. This shall be incidental and not a separate pay item. Surplus materials from excavation including dirt, concrete, trash, etc., shall be properly disposed of at a site approved by the city inspector. 5. The contractor shall preserve and protect or remove and replace (with prior approval of affected property owner) any trees, shrubs, hedges, landscaping etc., in or near proposed construction area. This work shall be considered incidental and not a separate pay item. 6. All grass areas damaged by construction shall receive 4" of topsoil and solid sodding. Contractor shall remove and replace existing topsoil whenever possible. 7. The contractor shall remove all fences interfering with construction operation within roe and/or easements removed fences shall be replaced with new fence or undamaged original fencing with prior approval of property owner 8. The contractor shall make necessary provision for the support and protection of all utility poles, gas mains, telephone cables, sanitary sewer lines, electric cables, drainage pipes, utility services, and all other utilities, and the structures both above and below ground during construction. The contractor is liable for all damages done to such existing facilities as a result of the contractor's operations. 9. Contractor shall submit written request to the engineer for approval of all areas to be used for staging, mobilization, equipment and material storage and general project construction management. Request shall be submitted to the engineer within five (5) days of notice to proceed. 10. Contractor shall be responsiole for maintaining general safety at and adjacent of the project area, including the personal safety of the construction crew and general public and the safety of public and private property. I 11. All barricades, warning signs, light devices, etc., for the guidance and protection of traffic and pedestrians must conform the installation shown on the 1980 Texas Manual of Uniform Traffic Control Devices, as currently amended, by the Texas State Department of Highways and Public · Transportation. 12. The contractor is responsible for keeping streets and sidewalks adjacent to the project free of mud and debris from the construction 13. Two-way traffic must be maintained at all times. One lane of traffic around construction operations in progress with adequate safeguards will be acceptable, unless otherwise directed by the engineer. 14. Contract shall have utility companies locate and mark all underground facilities before beginning excavation. 15, The contractor shall clean up and restore the area of operations to a condition as good as or better than that which existed prior to the project. 16. The contractor is responsible for maintain.ing the existing storm drain system until the proposed system is in service in no case should the contractor leave the existing storm sewer out of service where by runoff would cause damage to adjacent homeowners. 17. Vertical deflections and pipe slopes for existing utilities shown on plans were obtained from record · drawings and have not been field verified. Some pipe slopes were adjusted to match surveyed manhole flowlines . Rime elevations and horizontal locations of existing manholes were determined from field survey's. · 18. No equipment or material shall be deposited on private property without written permission from t he property owners . If the contractor places excess material in the ware without written permission , he will be responsible for all damages resulting from such fill and he shall remove the material at his own cost, of the engineer so d irects . 19. The location of driveways , steps, and retaining wall, etc., and all water, sanitary sewer, storm sewer, telephone, gas, electric, and cable television utilities shown on these plans are approximate. Accurate locations shall be verified at the time of construction after consultation with the property owners and the respective utility companies. 20. The contractor shall construct all drainage streams from the downstream end to allow continued storm drain service, if the contractor chooses to construct the system otherwise, he shall present proposed construction staging at the pre-construction meeting 21. The contractor's personnel shall wear identifying clothing or hats at all times . 22. Construction activities shall be limited to the hours of 8 :00 a.m . to 6:00 p.m . unless approved or directed by the engineer. 23. The adjustment and/or relocation of sprinkler head encountered shall be paid for under miscellaneous utility adjustment pay item in the proposal for section of the specifications and contract documents. SECTION D UNITS I & II: WATER DEPARTMENT & TRANSPORTATION/ PUBLIC WORKS CERTIFICATE OF INSURANCE PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND CONTRACT CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAWS • ~ J0 ~-30-2006 FRI 09:23 AN CITY F. W. ENGINEERING FAX NO. 817 871 7854 CONFLICT OF INTEREST DISCLOSURE REQUIREMENT . .. Pursuant to Chapter 176 of the Local Government Code, any person or agent of a person who contracts or seeks to contract for the sale or purchase of property. goods, or services with a local governmental entity (i.e. The City of Fort Worth) must disclose in the Questionnaire Form CIQ (0 Questionnaire") the person's affiliation or business relationship that might cause a conflict ofintcrcst with the local governmental entity. By law, the Questionnaire must be filed with the Fort Worth City Secretary no later than seven days after the date the person begins oontract discussions or negotiations with the Gity, or submits an application or response to a request for proposals or bids, comsponden~ or another writing related to a potential agreement with the City. Updated Questiormaires must be filed in conformance with Chapter 176. A copy of the QUestionnaire Form CIQ is enclosed with the submittal documents. The fonn is also available at http://ww.w.ethb.gate.tg.llllfonm/CJO.udf. If you have any questions about compliance, please consult your own legal counsel. Compliance is the individual responsibility of each person or agent of a person who is subject to the filing requirement. An offe.nsc under Chapter 176 is a Class C misdemeanor. P. 05 ~ JO N-30-2006 FRI 09:23 AN CITY F. W. ENGINEERING FAX NO. 817 871 7854 P. 06 CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity T his questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. FORM CIQ OFFICE USE ONLY 1 Name of person doing business with local govemrnental entity. 2 ' Je(r'f Qt)no.-\£.-e r 0 Check thla box If you are flllng an update to a prevloualy filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an adivity desaibed in Section 176.000(a}, Local Government Code, is pending and not later than the 7th business day afte( the date the originally filed questionnaire becomes incomplete or inaccurate.) Deacribe each afflllation or buaineu relationship with an employee or contractor of the local governmental entity who makes recommendations to a local government officer of the local govemmental entity with reaped to expenditure of money. NoNL De9Cribe each afflllation or buaineas relationship with a peraon who is a local government officer and who appoints or employs a local government officer of the local governmental entity that Is the subJed of this questionnaire. ""'ended 01/U/2006 JDN;30-2006 FR I 09:23 AM CITY F. W. ENGINEERING FAX NO. 817 871 7854 CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity P. 07 FORM CIQ Page 2 5 Name or local government officer with whom filer has affilitation or buaineu 1Wlationahip. (Complete this NCtion only if the answer to A, B, or C Is YES.) This section , item 5 including subparts A, B, C & o, must be completed for each officer with whom the filer has affiliation or business relationship . Attach additional pages to this Form CIQ as necessary. A. Is r e local government officer named in U,is section receiving or likely to receive taxable income from the filer of the questionnaire? D Yes B. Is t he filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local gO'lemmental entity? Oves C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local govemment officer serves as an officer or director, or holds an ownership of 10 percent or more? D Yes D. Describe each affiliation or business relationship. JJ/A- 8 Describe any other affiliation or business relationahlp that might cauM a conflict CJf interest. ]'JON lL 7 4mended 011i:l/2DOG / ' • CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/00/YYYY) TM 08/31/2006 PRODUC ER (817)457-6700 FAX (817)457-7246 THIS CERTIFICATE IS ISSUED AS A MATIER OF INFORMATION THE SWE~NEY COMPANY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND , EXTEND OR 1121 E. Loop 820 South ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P O Box 8720 Fort Wo r th, TX 76124-0720 INSURERS AFFORDING COVERAGE NAIC# . INSURED cor atser Construction TX, LP INSURER A : Bituminous Casualty Corp I+ IX P.O.Box 15448 INSURERS: Bituminous Fire & Marine Ins Co A+ IX Fo r t Worth, TX 76119 INSURERC: INSURERD: INSURERE: COVERAr.~~ THE P OLlalES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED to THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OJHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO All THE TERMS , EXCLUSIONS AND CONDITIONS OF SUCH POLICIES . AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. i~M ~~·1 TYPE OF INSURANCE POLICY NUMBER P~.~y EFFECTIVE P!?~.~.!'!,Y.J.!QN LIMITS GENERAL LIABILITY CLP 3 231 OS3 08/01/2006 08/01/2007 EACH OCCURRENCE $ 1,000,000 -DAMAGE TO RENTED 100,000 X COMMERCIAL GENERAL LIABILITY nnr-•••ll""t"l"' /f:~-...... _ .......... , $ [I =i ClAIMS MADE 00 OCCUR MEO EXP (Any one pl!llion) $ S,000 : A X CONTRACTUAL, XCU PERSONAL a ADV INJURY $ 1 000,000 >--X INDEP CONTRACTORS GENERAi.AGGREGATE t-- ,. $ 2,000 000 GEN'L AGGREGATE LIMIT APPIJES PER: PRODUCTS -COMP/OP AGG $ 2,000.000 ' n POLICY m ~T n LOC ' ~TOMOBILE LIABILITY CAP 3 506 6S8 08/01/2006 08/01/2007 COMBINED SINGLE LIMIT X ANYAUTO (Ea accident} $ 1,000.000 -X ALL OWNED AUTOS BODILY INJURY -(Per person} $ X SCHEDULED AUTOS B -X HIRED AUTOS BODILY INJURY -(Pe r eccldenl) $ X NON-OWNED AUTOS - -PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ P1 AN'fAUTO OTHER THAN EAACC $ AUTO ONLY : AGG $ EXCESS/UMBRELLA LIABILITY CUP 2 578 762 08/01/2006 08/01/2007 EACH OCCURRENCE $ 5,000,000 mOCCUR D CLAIMS MADE UMBRELLA AGGREGATE $ 5,000,000 A $ ~ DEDUCTIBLE $ RETENTION $ 10,000 $ WORKERS COMPENSATION AND WC 3 231 OS2 08/01/2006 08/01/2007 X 1-:X~J; :Tii~;, I IOJ~- EMPLOYERS' LIABILITY 1,000,000 A Af('( PROPRIETOR/PARTNER/EXECUTIVE E.L EACH ACCIDENT $ OFFICER/MEMBE R EXCLUDED? E.L. DISEASE -EA EMPLOYEE $ 1,000,000 ~~c1if'~~V~0NS below E.L DISEASE -POLICY LIMIT $ 1,000,000 OTHER DESCR IP TION OF OPERATIONS I LOCATIONS/ VEHICLES/ EXCLUSIONS ADDEO BY ENDORSEMENT/ SPECIAL PROVISIONS WATER, S WER, PAVING AND DRAINAGE IMPROVEMENTS TO SERVE 2004 CAPITAL IMPROVEMENT PROJECT, :ONTRACT 14 IN THE CITY OF FT WORTH. CERT HOLDER NAMED ADLN INSURED EXCEPT ON WORKERS .:OMP ~ COMMERCIAL LIAB BEING PRIMARY & NON-CONTRIBUTORY WITH WAIVER OF SUBROGATION ALL POLICIES AS ·REQUIRED BY WRrrTEN CONTRACT. 30 DAY CANC NOTICE AMENDED TO 10 DAY FOR NON-PAY OF PREMIUM CITY OF FORT WORTH 1000 THROCKMORTON ST F RT WORTH, TX 76102 ACORD 2 1 (2001/08) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL~~ MAIL AUnlORIZBl REPRESENTATIVE IMPORTANT . If the certificate holder is an ADDITIONAL INSURED , the policy(ies) must be endorsed . A statemen t on t hi s certificate does not confer ri ghts to the certificate holder in lieu of such endorsement(s). Jf SUBROGATION IS WAIVED , subject to the terms and conditions of the policy, certain policies may requ ire an endorsement. A statement on this certificate does not confer rights to the ·certificate hol der in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s}, authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25. (2001/08) " CE RT IFICATE O F INSU RANCE TO: CITY OF FORT WORT H Date~ NAME OF PROJECT: I ROJECT NUMBER: S TO CERTIFY THAT : Pavement Recon struction and Water and Sanitaty Sewer Replacement on Childre ss Street, Ea stland Street, Grayson Street and Cutter Street (Project No. 00027) C200-208400002783/P264-608170002783/P274-708170002783 Co natser Con struction TX, LP is, at t he date of th is cert ifi cate, Ins ured by th is Co mp any w ith respect to th e bu s in ess ope rat io ns here in after descri bed, fo r t he ty pe of in su ra nce and ac co rd ance wi th prov isio n s of the stan dard po licies used by th is Company, an d fi h u rt er herei nafter descri bed . Exce pt ions to sta ndard po licy note d on reverse sid e hereof. TYPE OF INSU RANCE Po licy Effecti ve Ex pires Limits of Liab ility W,p rker's Compensation C 1mprehen sive General Bodil y Injury: Liaoi lity Ins urance (Pub lic Ea. Occur re nce: $ I Liabili ty) Pro perty Damage : Ea . Occ ur rence: $ I Bl asting Ea. Occ urre nce : $ Co ll apse of Bui ldi ng or struct ures adjacent to Ea. Occurrence : $ --- excavations Da mage to Undergro un d Util it ies Ea . Occu rrence : $ Bui~der's Risk Co1prehensive Bod ily Inj ury : Automob ile Lia bi lity Ea . Person: $ Ea . Occurren ce : $ Pro perty D amage: Ea. Occ urrence: $ Co )rac tu a l Lia bil ity Bodil y Inj ury : Ea. Occurre nce: $ Property Dam age : Ea. Occ urrence : $ Oth \;r Locations covered: Descripti on of operations covered: T he above po licies ei th er in t he body thereof or by appropriate endorsement provided t hat they may not be changed or canceled by the insurer in less than five (5) days after th e ins ured has received written notice of such change/or cancellation . Where app licable loca l laws or regulations req ui re more than five (5) days act ual notice of change o r cancellation to be ass ured, the above policies co ntai n such special requirements, either in the body thereof or by approp ri ate end orse ment th ereto attached . he C ity, its offi ce rs, employees an d servan ts shall be end orse d as an add itio na l insured on Co ntractor's in surance po li cies excepting em pl oye r 's lia bility ins urance coverage unde r Contractor 's worke rs ' co m pensatio n insurance po licy. A enc Ins ura nce Comp any : ___________ _ ~F=ort~W~ort~h~A~g=e=nt'--~~~~~~~~~~~~ By __________________ _ Add ress Ti tle ------------------------------------ ! j , CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW ursuant to V.T.C .A. Labor Code §406 .96 (2000 ), as amended , Contractor certifies that it p rov ides workers' compensation i nsurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No .4580 and City of Fort Worth Proj ect No . C200- 208400002783/P264-608170002783/P27 4-708170002783. I CONTRACTOR Title : v,·ce-P,~s/der.t Date : Seftt:mloer /,. 2.00C. STATE OF TEXAS COUNTY OF TARRANT § § § Before me , the undersigned authority , on t his day personally appeared Af~r K Pet. epa r , known to me to be the person whose name is subscribed to the foregoing instrGment , and acknowledged to me that he executed the same as the act and deed of Conatser Construction TX, LP for the purposes and consideration therein expressed and in the capacity therein stated . Given Under My Hand and Seal of Office this / ~ay of S'qdemhec , 20 I) G SYDNEY JONES Notary Public , State of Texas My Commission Expires May 09 , 2010 Bond No: S350792 PERFORMANCE BOND HE ST A TE OF TEXAS § F OUNTY OF TARRANT KNOW ALL BY THESE PRESENTS: § I JATIP.loyers :Mutual Casualty Canpany and That we (1) Conatser Construction TX, LP as Principal herein , and (2) Union Insurance C ~ . d corporation organized under the laws of the State of (3) Iowa , and who is authorized to issue sure rovi ence bonds in the State of Texas, Surety herein , are held and firmly bound unto the City of Fort Worth , a municipal corporation located in Tarrant and Denton Counties , Texas, Obligee herein , in the sum of: One Million Four Hundred Fifty-seven Thousand Two Hundred Twenty-three and no/I 00 ............................. ... ($1,457,223.00) Dollars for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns , jointly and severally, firmly by these presents . :-') 2.6 2006 WHEREAS, Principal has entered into a certain contract with the Obligee dated the __ of copy of which is attached hereto and made a part hereof, for the construction of: , 2006 a Pavement Reconstruction and Water and Sanitaty Sewer Replacement on Childress Street, Eastland Street, Grayson Street and Cutter Street (Project No. 00027) NOW THEREFORE, the condition of this obligation is such , if the said Principle shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold armless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and eimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default , then his obligation shall be void ; otherwise, to remain in full force and effect. PROVIDED , HOWEVER , that this bond is executed pursuant to Chapter 2253 of the Texas Government Code , as amended , and all liabilities on this bond shall be determined in accordance with the provision s of such statute , to the same extent as if it were copied at length herein. IN WITNESS WHEREOF , the duly authorized representatives of the Principal and the Surety have xecuted this instrument. S J 2 ( 2006 SIGNED and SEALED this __ of __ ,..._2 ___ 0 ___ 06 ....... ATTEST : (Principal) Secretary (SEAL) Witn s to Principal P o. Box 1. 'IJ' fo rttdort-t,,z;r7,11 9 Address ATTEST: (Surety) Secretary (SEAL) Fort Worth, PO Box 15448 Fort Worth, TX 76119 (Attorney-in-fact) (5) Glenna S. Davis P.O. Box 712 Des Moines, Iowa 5G3D3 (Address) NOTE: Date of Bond must not be prior to date of Contract Conatser (1) Correct Name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telephone number of surety must be stated . In addition , an original copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond No: S350792 PAYMENT BOND THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS : COUNTY OFT ARRANT § § § Employers Mutual Casualty Company and That we, (1) Conatser Construction TX, LP , as Principal herein , and (2) Union Insurance Canpany of Providence ~--' a corporation organized and existing under the laws of the State of(3) __ l_CM_a ____ , as surety, are he ld and firmly bound unto the City of Fort Worth , a municipal corporation located in Tarrant and Denton Counties, exas, Obligee herein , in the amount of One Million Four Hundred Fifty-seven Thousand Two Hundred fifw enty-three and no/100 ........................................ Dollars ($1.457,223.00) for the payment whereof, the said I Principal and Surety bind themselves and their heirs , executors, administrators, successors and assigns, jointly and severally , firmly by these presents: "' 2 6 2006 WHEREAS , the Principal has entered into a certain written contract with the Obligee dated the __ day of , 2006, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if opied at length , for the following project: I Pavement Reconstruction and Water and Sanitaty Sewer Replacement on Childress Street, Eastland Street, Grayson Street and Cutter Street (Project No. 00027) NOW, THEREFORE , THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253 , Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be oid; otherwise , to remain in full force and effect. PROVIDED , HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code , as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein . IN WITNESS WHEREOF, the dul y authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this __ day of, __ 2006 . LP ATTEST: (Principal) Secretary of Conatser Managerrent Group, Inc., GP (SE AL) Address: PO Box 15448 ~~~ Fort Worth, TX 76119 Employers futual Casualty Canpany and Union Insurance Canpany of Providence TTEST: r ecretary f SE AL) :~~~ Name: Glenna S. Davis Attorney in Fact Address : P. o. Box 712 Des Moines, Iooa 50303 ~~ Qarolyn Maples Telephone Number: (515)280-2689 OTE: ( 1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. THE STATE OF TEXAS COUNTY OF T ARRA NT M A IN TENAN CE BOND § § Bond No : S350 792 and S350793 Emp l oye r s Mutual Casualty That Conatser Construction TX, LP ("Contractor"), as principal , and Canpany and Union Insurance Canpany of Providence __ __._ a corporation organized under the laws of the State of Iowa , ("Surety "), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth , a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas , ("City ") in Tarrant County , Texas , the sum of One Million Four Hundred Fifty-seven Thousand Two Hundred Twenty- three and no/100 ............................................................................................................................ Dollars ($1,457,223.00 ), lawful money of the United States , for payment of wh ich sum well and truly be made unto said City and its successors , said Contractor and Surety do hereby bind themselves , their heirs , executors , administrators , ass igns and successors , jointly and severally . This obligation is conditioned , however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort -""'r"l! Worth , dated the __ of ___::,°2006 , a copy of which is hereto attached and made a part hereof, for t e performance of the following described public improvements : Pavement Reconstruction and Water and Sanitaty Sewer Replacement on Childress Street, Eastland Street, Grayson Street and Cutter Street (Project No. 00027) t e same being referred to here in and in said contract as the Work and being designated as project umber(s) C200-208400002783/P264-608170002783/P274-708170002783 and said contract , ir;,c luding all of the specifications , conditions , addenda , change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and , WHEREAS , in said Contract , Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City ; and WHEREAS , said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years ; and WHEREAS , said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period , if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary ; and, WHEREAS , said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided . I NOW THEREFORE , if said Contractor shall keep and perform its said agreement to l aintain , repair or reconstruct said Work in accordance with all the terms and conditions of said p ont ract , these presents shall be null and void , and have no force or effect. Otherwise , th is Bond shall be and remain in full force and effect , and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. I This obligation shall be a cont i nuing one and successive recoveries may be had hereon or successive breaches until the full amount hereof is exhausted . IN WITNESS WHEREOF , this instrument is executed in~ counterparts , each of which r all be deemed an original , this __ day of __ , A.O . 2006 . L.. l..V J ATTEST: l(S EAL) I Secretary ATTEST: (SE AL) Secretary Title : Vice President of Conatser Managerrent Group , Inc ., GP Employers Mutual Casualty Canpany and Un i on Insurance Canpany of Prov i dence Title : Attorney-in-Fact P.O. Box 7 12 De s Moines , Iooa 50303 Address .. .. < ..•. •.···· CERTIFICA!EOF..AUTHORITY INDIVIDUALATTORNEY-IN:FAOT KNQW .Ari .MEN~Y ·THE.SEP~ise~,:§, tftijJ~i, 1. Etnpt.9y ~Mutual Cas~tWCofupariy}~nt.o~aC9rp()r~iipn 2. EMCAS O Insurance Company, an Iowa Corporation .... ·s.··. Dak~ta •Fir~··j~~~ri~:e••&Q~P~hy:i~AA~·:;;.~··~orporation 6. EMC Property & Casualty Company, an Iowa Corporation 3. Union In uranc;~~mpany9!f!:rovideryp,,~nl.pY.1a CC>fpQff1ti9n < /··· 4. Illinois MCA$CO !tjsura!1¢.e CQ1i1Pl!'1Yi .a.p Iowa Cprpo~ation </ · •... 7. n~Jrlj!ton M~\~~pnsuranB! ;c:mip~ny, ~~ ~~~~ porp?f,tio~ ...• \> ~.··' its true and I wful attorney-in-fact , with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a 1~":~!~f liij~,~!tt~:,~1t1UJF~:O@l'Q~~\·······.·.········.······'f;··· +·:t ··,e·""'i\. :~.···C"f ·i ··';l!'~;.000 ,000.001 and to ~ipd ®Ch Qomp1:1ny;Jhe~by as fully a119 ~the sani~ ext~.nt as if sucl)instrult)ents wer~ sign.~d ~Y tpe duly autpor~eq pffic$rs 6(ea9h such C9mpany, and all of the acts ot · 4 a\t6rnefput~uai'ipo the c\Othqrity h~rebygivii:il a~~ hereb'frc\ti/led anclt.oi\firmed. . f · The autho · .·.· · · < ~pril 1, ;bof ~~;e~: ~ooner revok~~: i ·.· .. ·•··• .·· {t • / · · · ' · . AUTHORITY FOR POWER OF A TTORNEV •. •. ..•••. . . ' . •. • .. • ··~. . .. ,·. ··. This Power-f-Atton)ey ~ ma~ ~nd ~E;cDM~ P~r~uaAt)o ~hd by the ~~thority of the follo~g re~olutioJi of the ~oards ~f C)i~~or$ ti ~actt pfth~ Cpg,p~nies at a regularly sch du led meetlh.g of~ach i:~,:npaoydOly catted and held [h. f9~9:) . . .. ·.·.· . .· . ... . . .· ·.· . . . ..... · .··. . . . . .··. . .·· · ... · ·. · .. · .·· .. ·.. . ... RESOLVED· The P~sidtht ae1¢C~;f i;)cec~\ive Offi9ii. J~y Vice P(~sliient; the Treasurer anctthe S?cr~~rybf Eftipf6yers MutJ~1 C~s~~lty Qlm~~nyshall ha~~ p6Wer and authori to (1) appo!Q!@orrieys-r~~facl ~nq 9(ithmize\hem lo. execute on behalf of eacti Coq,pany and attadhJtJ~. seal qft~fcorr\pariY. ther:etq, bond~ and undertakings recognizartc;ef cqptracts of inq.efiin.ltY.~rid othetwriting$ oblig 9tory in the nature ther'eQf, and (2) to rerrfov.e ~nY s~c;~ ;attorn~tin:fa¢1 ata,riy tirtre ap~ revoke the power anp authority givenfo him or her. Att6rheys;in-fact shall have power arid · authority, subjectto \he terms and liinitati6ns · of the pOwef ~of~attomey rsstled to them , to execut~ afd deliy~r .on behalf 91 tt)e Compariy , and to altgCQ th.e seal of the Compar,y thereto, bqr.9s and unde~a~ings, recog11i~i;tnces, coritri3cts of indemnity and other writing~ ob~g~i6ry jn th~ Mtute tfi~~of, ind any ~u9hmsfrurnerit.executed by any ~ucn i,i;ttome·fffr:f?C,t stJa.JIOetLllfy a11q in a\i fespAAtS .Qindihg U'i}dnJtJe Company. ~i~~:~h:~~~h!::•~;4::t~.~~~r:~~1tJ:~;ti~l~1t~~~1t\t~~ru~: it s~:e:~~e~~~ 0~h~r.~~11 h~~!~%Yltt~~~lr'':~~:p:z;~~~~;~gr:;:it: certified cop~ of any pow¢.r-ofi l:l,ttorney of the Coroparfy., st}all be valid aqd binding upon the Company wit~ 1hesame force and ~ectas though ml:)nually aftixect · IN ff,~ :1:R£0F~ ~=~• ~~c,,sei ~'£~; toie L eacll bylll,;, ,iicera 8, sfiowlt. aro~~· o~,t ~ ~ffixed ffiis Seals . · ~ ,,,, ~·t~~;;:~,,. ....... ,,~-~~~·'.~'~'..''•,,,,/... ,,'~\~·~·~~·,,,, ..... Btuce G. ~~Hey, C ai.rm~n. . .·.. J~tl$1ey .... . ,,~., ,,, .... ,/-41c··•>· ,,' ~'f',,,,,,1,,;}h,,,,\ ,,' ~ ,•''"''•,, ~ ,,, /. > otCompames 2., 3, 4i 5 &6, res1dEml Ass1stanf$e~r~tary . (!! ~:'.~~:i.,11;~~~i$!1;:~f t)) Hl ~[q.~~2r.~~;'i ,.,~.~~; " ',,, IOWP.. ~,,' ~#,, • ,,,"" ',,, IOW" ,,\•' ''•1111•'''' '''•••"'' '1•111111 1' On this 14th day of . . Jun~ . . . . . . . AD . . . .2Q06 before me a Notary Public hJ and.for tl:ie S\c1te oflbwa. p~r.sonally.appea.r~I:3ryce G. Kelley and Jeffrey S . . Bit(lsley , who, being bf me duly sworn ;djd·~y tha.t tl1~y ~e. and*e tnown to me to be the : Chairman, President, Vice Chairman ari<! CEO. andk.it ~istant $eer~tary, respectively, of ·. each of The Cornpani~ at:ipve; that the seaJs affixed to ·thi$ instrur:n~ntare the seals of said corporation~; tharsaid iristrlitr1erit was ~tflnE!<f and s~aled oij ~alfofeach of the Companies by author.itv ottheir respe:Q!iv.e Hoarqs of O.irectom; and .. ll:iaf.the said Bruce G. Kelley and Jeffrey S. Bitdsley, as such 6ff!cers; acknowledge the exeei:rtioh of said instrument to be the . voluntary act c;1od. qeed of each.of the Co[l)paoies . .. .· .···· · ~~9mmiso.,:,,es ~~~"'·~~; a..;;;;;;~~~~;;.;;;.;.;;::;.~~4 ... t \. f /. ~otary~~bl~i,g~D~fortl:)~ S!~1e oft?~ ..... ..... . ....... . .. ·,.. .. . .. . . ..... ..... ... ...... ,. . . ......... ·•...: .......... ·••·Pl:·RTIFICATE .......... ... ... .... ........ . ........... ........... .·····. ..,.. ..... . . .. . ... :•,···· I, David L Hixenbaugh , Vicif Pr'esidenfof 1he Companies; d<ihereby certify that the foregoing resolutkirfbftne Boards of Directors tiyeach bf the ?~if ~ffl~)Jitl1:::: ici,,~::~~~,:: c6~~ 1h~: l ~~ ~·..---· ··_·-,···--_.._.,,,,.. ... ., ., , ·. IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Employers Mutual Casualty Company, Union Insurance of Providence, and /or EM CASCO Insurance Company for information or to make a complaint at: Employers Mutual Casualty Company Attn: Surety Claims P.O. Box 712 Des Moines, IA 50303 (515) 280-2689 (515) 280-2994 Fax You may contact the Texas Department of Insurance to obtain information on companies , coverages , rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin , TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-048 , Government Code , and Section 53.202, Property Code , effective September 1, 2001. CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS I KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT -. ~" ,...,..,,... "\ This agreement made and entered into this the __ day of __ A .D., 2006 , by and between the O:::ITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing 6nder and by virtue of a special charter adopted by the qualified voters within said City on the 11 th day of December, A.O . 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, Conatser Construction TX, LP, HEREINAFTER CALLED Contractor. WITNESS ETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith , the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows : Pavement Reconstruction and Water and Sanitaty Sewer Replacement on Childress Street, Eastland Street, Grayson Street and Cutter Street (Project No. 00027) 2 . That the work herein contemplated shall consist of furnishing as an independent contractor all abor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by e City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are nereto attached and made a part of this contract the same as if written herein . 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4 . The Contractor hereby a grees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 130 working days . f the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions , there shall be deducted from any monies due or which may thereafter become due him , the sum of $420 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5 . Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans , Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of J nd complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and s pecifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City 's engineer and architect, and their personnel at the project site for Contractor 's sole negligence. In addition , Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense , the Owner, its officers , servants and employees , from and against any and all claims or suits for property loss , property damage , personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents , employees, subcontractors , licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify a nd hold harmless the Owner from and against any and all injuries to Owner's officers, servants and mployees and any damage , loss or destruction to property of the Owner arising from the performance of ny of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, ~ervants or employees .. 1 the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred T the insurance carrier. The Director may, if he deems it appropriate , refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed r der a City Contract. 7 . The Contractor agrees , on the execution of this Contract, and before beginning work, to make , execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in futicle 5160 of the Revised Civil Statutes of Texas, as amended , in the form included in the Contract f ocuments, and such bonds shall be for I 00 percent of the total contract price, and said surety shall be a s urety company duly and legally authorized to do business in the State of Texas, and acceptable to the ICity Council of the City of Fort Worth. 8 . Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom , the price shown on the Proposal ubmitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of ·nvoice from the Contractor. The agreed upon total contract amount (includin g/excluding) alternates n/a , shall be One Million Four Hundred Fifty-seven Thousand Two Hundred Twenty-three and no/100 .................................................................................................................. Dollars, ($1,457,223.00). 9 . It is further agreed that the performance of this Contract, either in whole or in part, shall not be ~blet or assigned to anyone else by said Contractor without the written consent of the Director of the r--'epartment of Engineering. JO . The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is lassified , promulgated and set out by the City of Fort Worth , Texas, a copy of which is attached hereto nd made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the Jaws of he State of Texas with references to and governing all matters affecting this Contract, and the Contractor I grees to full y compl y with all the provisions of the same . fN WITNESS THEREOF , the City of Fort Worth has caused this instrument to be signed in ~ c ounterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the orporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its uly authorized officers in ~ counterparts with its corporate seal attached . Done in Fort Worth , Texas, this the __ day of __ ~A.D., 2006. RECOMMENDED: BY:~ DIRECTOR, DEPARTMENT OF ENGINEERING I PPROVED~? Conatser Construction TX, LP PO Box 15448 I Fort Worth, TX 76119 f oNTRACTOR M~rk Po.pp(;l.,1 V:a-Pr er,der1t- TITLE f O. Box ISC(l.f; For:1. IA Jo rt?,. TX 7<e1 11 , ADDRESS ovember 1960 Revised May 1986 Revised September 1992 CITY OF FORT WORTH CITY MANAGER Marc A. Ott, Assistant City Manager ATTEST: CITY SECRET ARY (SE AL) APPROVED AS TO FORM AND LEGALITY: A APPENDICES UNITS I & II: WATER DEPARTMENT & TRANSPORTATION/ PUBLIC WORKS APPENDIX A-STANDARD FIGURES & DETAILS APPENDIX B -GEOTECHNICAL REPORT APPENDIX C -TEMPORARY RIGHT OF ENTRY APPENDIX A STANDARD FIGURES & DETAILS ~--i--... ··~w,· . '::..,.· .. -.,, ·,~e;,f -1 _ PMS 167 (Copper) .. r:2-PMS 288 (Blu\., n---PMS 288 ~B\ue) . ' ' ' . ' • \ . \ I I --·---3 II '., 1 ..... . ' ' ' I ' • , __ 3' -1.511 / I • . ., I I . , 8' .. 0 11 ._, I . I ' 3" •i \ 4'-1.5 11 . . \ ! \ 5 1 I \ ' · · · · ' ·, · · · . · 3.75" ·M-_ -F.'0RTWOR1]! · .-: Yo _u,1\ Water ~ -~-···· -~-.. ==-·· _: ·c ... --... , '''Fu'ad-s tn·· · ·A·, · · ·t··· · · . c; ......__.--Ji...........:;..._.....;.... .... --.!"'!I .... J., ··e: .. ~ ... -~---·~ _ . · .... -. ··. ·. -, · ·, .-..... . . ·_;_ ::. ...... -· ·.C lO 11--r ·~...:. (5 1 --. ~-· . . 3175 11 ·-· o I . • I . - .N 09/18/96 ' . ' ' ' ' ' ' . \ __ White ' ' . ' ' ' ' ' ~-PMS 288 {.Blue) PROJECT. SIGN . Figure. 30 tq _ ' 0 = 4.5 11 Scale 1 1 .' == ·1' t,JINIMUM 6" INlilAL:-~--.--t BACKFILL COVER MINIMUM 6"--;.-t==. __ ........,. EMBEDMENT SAND MA TERI AL EMBEDMENT & INITIAL BACKFILL SEE SPEC. E1-2.3. G.C.D. WATER: SIZES UP TO AND INCLUDING 12" MINIMUM INlilAL BACKFILL COVt:R: ----.-.. 'TYPE •c• BACKFILL SEE SPEC. E1-2.4 G.C.D. WATER -6" SEWER -12• STORM DRAIN -12" ·~-CRUSHED STONE OR SAND · i MINIMUM s·--.,......_._...._ MATERIAL · INITIAL BACKFILL SEE SPEC. E1-2.-4{b) OR E1-2.3 G.C.D. EMBEDMENT :!:::::rT-r==r"l""l'!::=!:ri'T.:::::::rT"T:~ ,-.___ CRUSHED STONE SEE SPEC. E1-2.3 G.C.D. WATER: SIZES 16" AND LARGER SEWER: ALL SIZES STORM DRAIN: ALL SIZES -.:: ..:. Q'. C LI.. >- 2 <: 2 _J :....J u.. ~ u <:( m ~ 1-z w 2 0 w CD 2 w C) z ~ 0 I (J) (J) _J ~ w t-------------------"----------------10 SAND GRADAllON · •LESS THAN 10% PASSING #200 SIEVc: •P.I. = 10 OR LESS CRUSHED STONE GRAD A 110N SIE\£ SIZE 1· % RETAINED 0-10 40-75 . 55-90 90-100 95-100 MATERIAL SPECIFICATIONS THE EMBEDMENT AND BAO<FlLL DETAILS PROVIDED ON lHIS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF BOTH THE El-2.,4,(b) A.ND E1-2.3 OF THE G.C.D. AND STD. SPEC. ITEM -402 Of THE TPW STANDARD SPECIFlCA TIONS FOR SlREET & STORM DRAIN CONSlRUCTION. ALL OTHER PROVISIONS Of THESE ITEMS SHALL APPLY. _J _J <:( a::: w > 0 U) _J 0 ~ z 0 u _J WATER, SEWER -& STORM DRAIN ~ EMBEDMENT AND BACKFILL DETAILS w ---------------------10 CITY OF FORT WORTH-CONSTRUCTION STANDARD VJ ...... ---------...-----------;I Fi r.I !RF A DA TE: 2-19-02 I- 1-78 -..+4------© ___ ._ ----n-----,r-----• ,~, .. ,---------·· -----,:~ .. r , I ,. . I ~ ·:~ ,; ..... 'J,.1 N 1,.,., : .-·.J ··,1 . '. .,, _L ::J.·1 S:c :.. ..: ~··J . ,11·~ i,:,.•:· .. · ~ ·', --·'=' c:: ---;':=::~ ; -!-: .~-:~-;_ ____ ..,. __ :.J--:~ ---J. .... ,:,•:- ',{:-,1-.. ,-..·---,·~ I ' u'i.. - ------ - - - - - - --~~ I : -~-Q" .... _-_-:,. .... @ /.-.... ,, ,, \\ ,...__ __ _ ' . \1 11 I \ \ I I ,' ,// .:., ---,,, --... ~= ©- ®- ®- ©- H.l\TERIAL LIST 3/411 or 111 as applicable Standard Corporation Stop Standard Curb Stop & 90° Elbow. Heter Box and Me~er to be lnstal led by Other Service Line B 1 ue Vinyl ·Tape, 3 11 \.,,Ide, 6 11 above ground Area to be backfilled with ~and 3/4 11 8 f II WAT E R S E RV I CE D E TA I L Fl G U··RE····2 El-17 Material E2-I 7 Const ruc"tl on ----.. -·-· .... · ::-1:Ex;<ting . ., .. or Prapou~ Curb :oncrete..,..1 __ 81 ock i ng j Ma in·--''--. Existing Pavement r rench Anchoring Cou,- i nc for Connec:-· . i o~ off bf C•n- c re te P i ~ 12 11 · iamet :r and .ar3er * !ury De th: or Proposed Cur~~~~~~~--, or Other Surface.~~~~-. .1) 3 •-6 11 for Cast Iron Pipe \ 2 ) . 5 I -er I f Or A-C p i pe Ref • Fi gur b :~· .. .. . . Conc r ete · Block ins Fire Hyd r ant .__ __ Exercise c•re to· avoid Plugging Drain Hok 'wit h ConcretE:: Fire Hyc'ra,t t .~ be Set Plumb Parkv:ay E~tension Barrel •Rd ~~ Stem fur Extra Bury Depth lf Necessary Minimum 7 C.F. Gravel Proport i ona 11 y Around Base Blocki:i; STANDARD . Fl RE Hi'DRANT DETAIL r, FIGURE 5 E1-12 Ma i. E2-12 Const I I I I I NOTE:. Bearing Areas sh.own are based on 150 P.S.).G test pressure and 3000 P. S. F. soi I bear i n g v a 1 ue. 1500# Concrete ~-~~t~!~!..:.l,/4-: 4--~~~~ + ~~~~--!-+--~~~~~~~~ ~':'.:H -· -~ '-Pipe : Size 411 611 8" I 011 12 11 l 6 11 20 11 61 1 42 11 4611 . ·54 11 NOTES: t-i-78 - X Bend IJEJI 1500# Concrete HORIZONTAL BLOCKING TABLE ~',Dimension 11 x11 May Vary If Necessary To Provide Bearing Against Undisturbed Trench Wal I x-,·, Dim. Ft. l 1.5 I J i.l s 1. 2 11 ° ·-15 1 22• -30 1 45° 90° Tee & Plug Min. Max. IIA 11 II C II Area 1. .95 • .90 .05 .91 J. 05 1. 10 .05 1. 3 .05 J.41 2.00 .05 l.86 . l I. 79 3.20 . I 2. 14 4. 0 .2 2.8 .4 Minimum areas shown are in square feet. Volumes shown ·are in cubic yards. V~rtical dimensions of all block bearing areas shall be Tdentical to the horizontal dimension shown. HORIZONTAL BLOCKING DETAIL .75 FIGURE 9 E-1 -2 O Mater i a J E-2-20 Const ruct i on UO# Be 11 B 11 Bend NOTE: Trench width: 1. Pipe 24 11 i.d. and smaller= 2411 or o.d. + 12 11 whichever is greater. 2. Pipe larger than 24 11 = o.d. of Pipe + 1 s11 ~ 3. Cradle shall extend a min. of 6 1 ' beyond each side of pipe. RUBBER GASKET JOINT Bel 1.:.Bel l Bend 1500# Concrete Keep ·a mi • of 1 •-om clearance between cone. and joints or boltson .I.Pipe. or in excess of l 1 -0 11 as detailed. l-1-78 M. J. -M. J . • Cl) • C. c;:i __ - • a.. -~-ct -: ....___.,.+-+-,.._ ___ ..,,.._~ -1.:r .. , BELL AND SPIGOT JOINT MECHANICAL JOINT Main _....._ 4-----h--- Note: When cr~d l e is shown or specified for installatio~ CRADLE DETAIL on concreee pipe the ful 1 joint length of the pi pe or fitt ing shall be cradled. FIGURE 10 E 1-20 Materials E 2-20 Co nstr uct ion I l CI i!SS 11!11 (2500#) #lJ. Ste-el ~r Wrap pipe with 15# roofing felt Form 1s necessary -. C: .,... -. re .,.... 0 .... re C: .,.... E 0 z CJ C. .,.... c.. BENDS *Vol. Req'd. A 6 B C *Vo 1. Req'd. A 8 B C *Vol. Req'd . A 10 8 C *Vol. Req'd. A 12 8 C C.F. Ft. Ft. Ft. C.F. Ft. · Ft. Ft. C.F. Ft. Ft. Ft. C.F. Ft. Ft. Ft. B goo 45° 221/2° 39.99 21.64 11. 03 2.50 1.42 1.0 4.0 3.88 3.36 4.0 3.88 3.36 71.09 38.47 19. 61 2.83 1.67 1.5 5.0 4.8 3.66 5.0 4.8 3.66 111.07 60.11 30.65 3.25 · .1 .92 l. 75 5.9 5.6 4.25 5.9 5.6 4.25 .159. 94 86.56 44. 13 4.17 2.42 1.42 6.2 6.0 5.54 6.2 6.0 5.54 *Volume calculated on the basis of concrete Keep concrete clear of pipe joints and bolts 11 1 /4CI 5.54 0.75 2.75 2.75 9.85 1.0 3.2 3.2 15.40 1.5 3.25 3.25 22 .17 1.25 4.2 4.2 reacting thrust on the respective bends under an internal pressure of 150 psig at the rate of 150 lb. wt. per cu. ft. of concrete. I, VERTICAL EXAMPLE TIE-DOWN FIGURE A BLOCK I I . 1-1-78 DETAIL El-20 Me .teri al E2-20 Constructi~n existfng i. I I I : i 1-1-78 I as specifiet:i ® Q) .• 1 ' .. I I I • ·, <D t 6 1 1 1111in. dimension. 611 .. x. fer ,~y purposes when bid per cubic yard. 6 11 min. dimension. Max. for pay purposes shall be 6 11 on main 24 11 and smaller, 9 11 on mains 30 11 and larger, when bid per cubic yard. 411 min. dimension. 4 11 max. for pay purposes w~en bid per cubic yard. ® Class 11 E11 1500# concrete. Concrete encasement shall stop 1 1 either side of joint, and when encallng concrete prenura pipe, ful 1 lengths of pipe shall be encased, Joints ex.eluded. CONCRETE ENCASEMENT FIG ·URE 20 . DETAIL E l -7 Mater i a 1 E 2-7 Constructio n I 0.. >- I- 0 N STREET ! DIRT 4 .0' ! ., ........ ~ -., • I> --~ • t> 8-• 4 REBARS TYP. . . ,,, . • . , . USE 3000 • CLASS B --·-.. / · · · ,,.' · . · ''. . . CONCRETE ·'/, .... · •. _..,.1-.-,.._ . ,., .•. . "' ;· . . • . ,,,, ,,. . I . ...... . ~ . 0 CONC. COLLAR HEIGHT VARIES PVMT. PVMT. 2 =27 CASE 1 COLLAR SHALL EXTEND TO TOP OF 2 : 27 CONCRETE. C NO REBAR REQ. ) . CASE 2 COLLAR SHALL EXTEND 3" BELOW · BOTTOM OF LOWEST GRADE RING. C REBAR REQ. > ·1·· .. / .', .\. V/' ' : . . , . . . r , . . .. 1 .. .,.,. - -\ . \. I • . /·. ,,, '' \. "' . \ ( ./ I I \ \· \ • I.. I I \ \• . .. . • .· • ~ I . • . I I "' . I . •. l . , I I . , . I I · ,,. . I I . . • . \ ' . / I \ ' . . ~ / . . . . ' . .,, . . I .. ""--. . ......... I ....... t> ·1 . V • t> ----• • . ~ ... , ~ . . . . ."' ~ ... ~. . . ~ ! .. ~ ., . . '•....:.. --. .;,,,, _...... . .. SECTION . A FIGURE 121 0 s::t 1 13 .0" TYP. 0 HEIGHT VARIES TYP. CONCRETE MANHOLE ·OET AIL COLLAR NTS E1-20, 21 Material AN.A. CONSULT ANTS E2-20, 21 Consruct ion r -· ,S~rvlc-<Z ,;;; r,1 / V. ,.0 / ;o !Z t:!:~ CITY WATE°R DEPARTMENT FORT WORTH, TEXAS · TYPICAL VAIN BY-PASS lAYOtlT FIGURE/ E.i'/sl Me/<:r Vc:1ul/. Sec D~.!'.;;1// ror ~mp. Serv/c<!. Conna.c/1on . ~ . : : Conrrc,c/Qr sh.a// 6rl rceu1red l'o cover m el'cr vault w1i'h prol~c//y~ <;lldrd '~ .· ,, '" ,,,,, ~""' •· · Ao'a>,,0r dS rcquir~d. «ist Pr/H:Jt-c s~rv/cc. ~a Ho(.ISC or t3ld9 .. " . A('~l'~r .,-h.?,Y/ 6 ~ ('~movao' '6y rhe con rn;c'f or. . Cc;uu,~_cri'on ) /"'.rorn; ~y •,P<!;S5 to, prtJ"a I~ i,S".rrvlcc-sl1c,// .h~ h?:~o'4 hy Canlr.1cror. CITY WATEF DEPARTMENT FOOT WOF\TH, TEXAS TEMP. SCRVICE CONN£CT/ON DETAIL FIGURE c --/ I /sl'. :, ,,.,n9 · . . . (· Standctrd. riniJh~d ~ 16. "/S""' A=balin9 E~lt, ..jG-Mdl'. CITY WATER DEPARTMENT f'ORT WORTH, TEXAS INT£RS£CT/0N CROSSING DE TAIL FIGURE 3 Rt:v. 9 -IZ -90 i • ~ EXISTING CURB & GUTTER TRENCH REPAIR LU,41TS ... :':;·,.:·= EXISTING BASE (IF ANY) BACKFILL MATERIAL (SEE NOTE #3) TRENCH REPAIR W/PERMANENT HMAC PAVEMENT AND NON-REINFORCEO CONCRETE BASE TYPICAL SECTION NOTES : 1. PLACE A MIN. OF 2" HMAC SURFACE COURSE (TYPE "D" MIX) TO MATCH EXISTING HMAC PAVEMENT GRADE AS ·SHOWN. 2. PLACE A MIN . OF 8 " 2 : 27 CONCRETE AS SHOWN. 3 . FLOWABLE FILL IS REQUIRED TO BACKFILL ALL TRENCHES IN EXISTING CURB &: GUTTER DOWNTOWN STREETS, AND IS OPTIONAL IN OTHER AREAS . FOR STORM DRAIN INSTALLATION, BACKFILL SHALL MEET SPECIFIED ITEM 402 OF THE STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION, CITY OF FORT WORTH FOR WATER OR SANITARY SEWER INSTALLATION, ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. BACKFILL SHALL BE PER FIGURE A. CITY OF FORT WORTH, TEXAS PERMANENT ASPHALT PAVEMENT REPAIR WITH NON-REINFORCED CONCRETE BASE DA TE: Q9 /2005 2000-1A NOTES . EXISTING HMAC PAVEMENT N0.3 BARS ON 24" CENTERS BOTH WAYS WITH MIN. 2 BARS LONGITUDINAL IN DITCH TRENCH REPAIR LIMITS MIN. 2" HOT MIX ASPHALT SAW WT TYPICAL SECTION 1. REINFORCED CONCRETE PAVEMENT SHALL BE REPLACED TO ORIGINAL THICKNESS OR TO A MINIMUM THICKNESS OF 5" WHICHEVER IS GREATER . 2 . IF STEEL EXISTS IN CONCRETE PAVEMENT TO BE CUT, THE STEEL SHALL BE CUT AND SALVAGE AS POSSIBLE. A MINIMUM LAP SPLICE DISTANCE OF 12" SHALL BE PROVIDED . 3 . REINFORCED CONCRETE PAVEMENT 'NILL BE REPLACED OVER TRENCH, AS SHOWN. IN THE EVENT NON-REINFORCED CONCRETE PAVEMENT IS REMOVED . 4 . ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL DEPTH . MINIMUM PAVEMENT ON ALL ASPHALT STREETS SHALL BE 2" OF FINE GRADED SURFACE COURSE . 5 . BEDDING OF PIPE TO MATCH ADJACENT SECTIONS . 6 . 2: 27 CONCRETE MAY BE DELETED IF HALF THE SPECIFIED THICKNESS OF 2: 27 IS ADDED TO THE CLASS "A" CONCRETE. BACKFILL MATERIAL (SEE NOTE #7) EXISTING CURB & GUTT/ EXIST CONC. BASE 7. FLOWABLE FILL IS REQUIRED TO BACl<FILL ALL TRENCHES IN DOWNTOWN STREETS, ANO IS OPTIOl~AL IN OTHER AREAS . FOR STORM DRAIN INSTALLATION, BACKFILL SHALL MEET SPECIFIED ITEM 402 OF THE STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION, CITY OF FORT WORTH FOR WATER OR SANITARY SEWER INSTALLATION, BACKFILL SHALL BE PER FIGURE A. ALL CONSTRUCTION MUST BE IN ACCORDANCE 'MTH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. CITY OF FORT WORTH, TEXAS DA TE: 09 /2005 PERMANENT ASPHALT PAVEMENT REPAIR WITH REINFORCED CONCRETE BASE 2000-10 TRENCH REPAIR LIMITS EXISTING HMAC PAVEMENT EXISTING HMAC PAVEMENT EXISTING CURB & GUTTER NOTES: TRENCH REPAIR W/TEMPORARY HMAC PAVEMENT TYPICAL SECTION BACKFILL MATERIAL (SEE ~DTE #3} EXISTING CURB & GUTTER 1. PLACE A MIN . OF 2" HMAC SURFACE SOURSE (TYPE "D" MIX} TO MATCH EXISTING HMAC PAVEMENT GRADE AS SHOWN. 2 . PLACE COMPACTED FLEX BASE MATERIAL AS SHOWN. 3 . FLOWABLE FILL IS REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS, AND IS OPTIONAL IN OTHER AREAS . FOR STORM DRAIN INSTALLATION, BACKFILL SHALL MEET SPECIFIED ITEM 402 OF THE STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION, CITY OF FORT WORTH FOR WATER OR SANITARY SEWER INSTALLATION, . BACKFILL SHALL BE PER FIGURE A . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . CITY OF FORT WORTH, TEXAS DATE: 0.9/2005 TEMPORARY ASPHALT PAVEMENT REPAIR 2000-1C rES: :OVID[ ADEQUATE OVERLAP OF PLATE ON ~ALT TO ASSURE NO SLIPPAGE OF rE ftND NO COLLAPSING OF TRENCH l TRENCH LENGTH IS LESS THAN. 5 -FEET STEEL PLATES WILL BE IN PLACE LESS ti6 HOURS.STEEL PLATES MAY .BE . :ED DIRECTLY ON EXISTING .ASPHALT WITHOUT ING. PROVIDE T[l.(PORAAY ASPHALT ~SITIONS EXTENDING 3 -fEET BEYOND EDGE ,TEEL PLATES. COLD MIX ' ' ' ' ' ' \ I I I I I I I I I I I TRENCH ~~,..,......~~ STEEL PLATE /COLO MIX TYPE "A" MUST HAVE PRIOR APPROVAL OF CITY ~I Y,_,_P..._E _11 ,_,_A"__.P-=L.....,_A T~IN~G ST AND ARD DMMENOED ·s)'<..}j Q b uLA t-DAT~:· 2..J/ IS/ 0 \ · RGE A. BEHMANESH, ST ANT DIRECTOR, TPW FORT WORTH '1.1)·-----~ ~. CITY OF FORT WORTH. TE XAS TRANSPORTATION/PUBLIC WORKS ENGINEERING DIVISION TRENCH STEEL PLATE / . ~ MILL I" FOR STEEL PLATE . PACK JO INT WITH COLD MIX APPROVED BY : ~-------DATE:---- HUGO MALANGA DIRE CTOR , TPW FIG 2000 ·5 .. ,\.·, •.·' APPENDIX B GEOTECHNICAL REPORT ·:•.·- CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY .INDEX PROJECT: 2004 CIP (CHILDRESS STREET) DO E NO.: 4580 FUND CODE: 03 H0 1 E # 1 I W/4 LOCATION: 3441 CHILDRESS ST. 2 .25" HMAC 3 .7511 YELLOWISH BROWN SANDY CLAY 14 .00" REDDSIH YELLOW SANDY CLAY LAB NO: W/GRAVEL ATTERBURG LIMITS: LL: 35.6 PL: 20.3 PI: 45724 15.3 MUNSELL COLOR CHART: 6/6 REDDISH YELLOW CLAY UNIT WEIGHT: 134.0 #/CFT HOLE# 2 LAB NO: 45725 LOCATION: 3425 CHILDRESS ST. E/4 2 ]25" HMAC 5.75" BROWNISH YELLOW SANDY CLAY W/GRAVEL 12.00" DARK BROWN SANDY CLAY ATTERBURG LIMITS: LL: 37.5 PL: 24.3 PI: 13.2 MUNSELL COLOR CHART: 5/4 BROWN SANDY CLAY UNIT WEIGHT: 134.0 #/CFT HOLE .# 3 LAB NO: 45726 LOCATION: 3405 CHILDRESS ST. CL 1. SO" HMAC 6.50" BROWNISH YELLOW SANDY CLAY W/GRAVEL 12.00" GRAYISH BROWN CLAY AT~ERBURG LIMITS: LL: 40. 7 PL: 21. 4 PI: 19.3 SHRKG: SHRKG: SHRKG: MU ~SELL COLOR CHART: 6/4 LIGHT YELLOWIWH BROWN CLAY UNIT WEIGHT: 132.0 #/CFT HOLE# 4 LAB NO: 45727 LOCATION: 3338 CHILDRESS ST. W/4 3.25" HMAC 5.75" LIGHT BROWN SANDY CLAY ·W/GRAVEL 3.00" BROWN CLAY W/GRAVEL 8. 00" BROWNISH GRAY CLAY ATTERBURG LIMITS: LL: 49.3 PL: 29.2 PI: 20.1 SHRKG: MU NSELL COLOR CHART: 6/3 PALE BROWN CLAY UNIT WEIGHT: 1 40.0 #/CFT I 12.0% 13.0% - 13.0% 16.0% DOE* 4580 HOLE# 5 LAB .NO: 45728 LOCATION: 3309 CHILDRESS ST. E/4 4 .75" HMAC 4 .25" GRAVEL 3 . 00" BROWN SANDY CLAY W/GRAVEL 8 .00" ·BROWN SANDY CLAY ATTERBURG LIMITS: LL: 38.0 PL: 25.7 PI: 12.3 SHRKG: MUNSELL COLOR CHART: 6/3 PALE BROWN SANDY CLAY UN I T WEIGHT: 146.0 #/CFT HO ].E # 6 LAB NO: 45729 LOCATION: 3244 CHILDRESS ST. CL 2 .75" HMAC ' 7.25" PALE BROWN CLAY W/GRAVEL 10.00" DARK BROWNISH GRAY CLAY W/GRAVEL ATTERBURG LIMITS .: LL: 35.8 PL: 19.0 PI: 16.8 SHRKG: MUNSELL COLOR CHART: 5/3 BROWN CLAY UNIT .WEIGHT: 132.0 #/CFT HOLE .# 7 LAB NO: 45730 LOCATION: 3228 CHILDRESS · ST. W/4 1. SO" HMAC 5.50" GRAVEL 13.00" PALE BROWN SANEDY CLAY W/GRAVEL ATTERBURG LIMITS: LL: 31. 4 PL: 16.6 PI: 14.8 SHRKG: MU NSELL COLOR CHART: 7/3 VERY PALE BROWN SANDY CLAY UN ~T WEIGHT: 132. 0 #IC .FT HOLE# 8 LAB NO: 45731 LOGATION: 3204 CHILDRESS ST. E/4 2 ·ISO" HMAC 4 . 7 5 '~ CONCRETRE (COMPRESSIVE STRENGTH 1379 PSI) ' 3 .. 75'' BROWN SANDY CLAY W/GRAVEL 9. 00 ~' DARK GRAY CLAY ATTERBURG LIMITS: LL: 36.3 PL: 19.4 MUNSELL COLOR CHART: 5/3 BROWN CLAY UNIT WEIGHT: N/A #/CFT I . 9( ,,,.. . DATE TESTED: 11-16-04 . DATE REPORTED: 11-29-04 TESTED BY: HERNANDEZ PI: 16.9 SHRKG: ... ROUTING ABE CALDERON RICHARD ARGOMANIZ FILE 2 11. 0% 9.0% 8.0% .. 8.0% :- I . .. , CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY. INDEX PROJECT: 2004 CIP (EASTLAND STREET) DOE ~ 1 .0.: 4580 FUND CODE: 03 HO ~E # 1 LOCATION: 3342 EASTLAND ST. E/4 4.50" HMAC 6.50" BROWN. SANDY CLAY W/GRAVEL 9.00" DARK GRAY CLAY W/GRAVEL ATTERBURG LIMITS: .LL: 47.3 PL: LAB NO: 22.3 PI: MUNSELL COLOR CHART: 5/3 LIGHT OLIVE BROWN UN+T WEIGHT: 146.0 #/CFT HOLE# 2 LAB NO: LO <j::ATION: 3324 EASTLAND ST. W/4 2 25" HMAC 6 75" YELLOWISH BROWN SANDY CLAY W/GRAVEL 11 ,00" BROWN CLAY 45718 25.0 CLAY 45719 AT TERBURG LIMITS: LL: 45.3 PL: 20.2 PI:"25.1 MUNSELL COLOR CHART: 6/3 PALE BROWN CLAY UNIT WEIGHT: 134.0 #/CFT HOJ1.E # 3 LAB NO: 45720 LO qATION: 3308 EASTLAND ST. CL 1 50" HMAC 7 50 II BROWN SANDY CLAY W/GRAVEL c ·. 11. 00" BROWNISH RED SANDY CLAY AT~ERBURG LIMITS: LL: 39.2 PL: 20.4 ' PI: 18.8 MUNSELL COLOR CHART: 5/4 BROWN CLAY UN]T WEIGHT: 132.0 #/CFT HOLE# 4 LAB NO: 45721 LOCATION: 3237 EASTLAND ST. E/4 2 ·\25" HMAC . 9 .·7 5" YELLOWISH BROWN SANDY CLAY W/GRAVEL 8.00" BROWN SANDY CLAY ATTERBURG LIMITS: LL: 37.5 PL: 19.1 PI: 18.4 MUNSELL COLOR CHART: 5/4 YELLOWISH BROWN CLAY UNIT WEIGHT: 134.0 #/CFT SHRKG: SHRKG: SHRKG: SHRKG: 1 13.0% 10.0% 12.0% 10.0% Off ltl~l i~tOiD Clrf ~~e~~l!Y "· W~HH, nx .. DOE# 4580 HOLE# 5 LAB NO: 45722 LOCATION: 3216 EASTLAND ST. W/4 0.75" HMAC 6.25" BROWNISH YELLOW SANDY CLAY W/GRAVEL 13.00" DARK GRAY CLAY ATTERBURG LIMITS: LL: 51. 8 PL: 21.5 PI: 30.3 SHRKG: MUNSELL COLOR CHART: 6/4 LIGHT YELLOWISH BROWN CLAY UNIT WEIGHT: 128.0 #/CFT HOLE# 6 LAB NO: 45723 LOCATION: 3201 EASTLAND ST. CL 1. 50" HMAC 7.50" BROWN SANDY CLAY W/GRAVEL 11.00" BROWN CLAY ATTERBURG LIMITS: LL: 4 3.5 PL: 17.3 PI: 26.2 .SHRKG: MUNSELL COLOR CHART: 5/4 YELLOWISH BROWN CLAY UNIT WEIGHT: 132 :0 #/CFT· AP PPROVAL: .. ~RI DA TE ESTED: 11-18-04 DATE. ~EPORTED:· 11-29-04 TESTE p BY: HERNANDEZ ROUTING ABE CALDERON RICHARD ARGOMANIZ FILE 2 . 12.0% 13.0% CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: 2004 CIP (GRAYSON STREET) DO E ~ 0. : 4 5 8 0 FUND CODE: 03 HO LE# l LAB NO: 45714 LOCATION: 3247 GRAYSON ST. E/4 2.25" HMAC 6. 7 5" YELLOWISH BROWN SANDY CLAY W/GRAVEL . 11. 00" REDDISH YELLOW SANDY CLAY W/GRAVEL · AT I ERBURG LIMITS: LL: 45.5 PL: 24.6 PI: 20.9 SHRKG: 13.0% MUNSELL COLOR CHART: 5/4 BROWN CLAY · UN f T WEIGHT: 134.0 #/CFT HO LE# 2 LAB NO: 45715 LO ~ATION: 3229 GRAYSON ST. CL 2 75" HMAC 4 25" REDDISH YELLOW SANDY CLAY W/GRAVEL 4 50" GRAYISH BROWN ·CLAY W/GRAVEL 10 50" GRAYISH BROWN CLAY AT T ERBURG LIMITS: LL: 48.0 PL: 22.6 PI: 25.4 SHRKG: 13 .0% MU~SELL COLOR CHART: 6/4 LIGHT YELLOWISH BROWN CLAY UN~T WEIGHT: 136.0 #/CFT HO~E # 3 LAB NO: 45716 LOCATION: 3204 GRAYSON ST. W/4 1.17 5" HMAC 6 .j25" REDDISH YELLOW SANDY CLAY W/GRAVEL 1 2 .100" BRO.WN .SANDY CLAY W/GRAVEL AT ~ERBURG LIMITS: LL: 48.1 PL: 23.6 PI: 24.5 SHRKG: 14.0% MU NSELL COLOR CHART: 6/4 LIGHT YELLOWISH BROWN CLAY UNIT WEIGHT: 132.0 #/CFT APPPROVAL~ I ~ JERI DAT E TESTED: 11-18-04 DAT E REPORTED: 11-29-04 TES TED BY: HERNANDEZ ROUTING ABE CALDERON RICHARD ARGOMANIZ FILE CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJ ECT: 2004 CIP (CUTTER STREET) DOE 0.: 4580 FUND CODE: 03 HO LE# 1 LOCATION: N/4 OF CUTTER ST. 50' 1.00" HMAC 3 .00" CONCRETE (SAMPLE DAMAGED 10 .00" BROWN SAND W/GRAVEL 6 .00" BLACK CLAY W/GRAVEL ATTERBURG LIMITS: LL: 52.4 PL: LAB NO: 45712 WEST OF NOLAN NO PSI) 25.8 PI: 26. 6 SHRKG: .MU ~SELL COLOR CHART: 6/2 LIGHT BROWNISH GRAY CLAY UN I T WEIGHT: N/A #/CFT HO:ti.E # 2 LAB NO: 45713 LOqATION: S/4 OF CUTTER ST. 90' EAST OF FOARD l J OO" HMAC 4.00" CONCRETE ( SAMPLE DAMAGED NO PSI) 1 0.00" BROWN SAND W/GRAVEL 5.00" BROWN SANDY CLAY W/GRAVEL AT ~ERBURG ·LIMITS: LL: 51.7 PL: 31.7 PI: 20.0 SHRKG: MU ~SELL COLOR CHART: 7/2 LIGHT GRAY CLAY UN T WEIGHT: N/A #/CFT APPPRCDVAL: ,~RI / DAT E TESTED: 11-19-04 DATE REPORTED: 11-29-04 TES TED BY: HERNANDEZ ROUTING ABE CALDERON RICHARD ARGOMANIZ FILE 13.0% 10.0% I APPENDIX C TEMPORARY RIGHT OF ENTRY 2004 CIP CONTRACT 14 PARCEL# 3 DOE# 4580 3204 EASTLAND STREET LOT 1, BLOCK 3 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 3 , Lot 1, 3204 Eastland Street , Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement , Granter will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of ______ , 2006. GRANTOR: (Please Print) (Signature) 0 :· 4 . ·. : .~·. ;. : 4 'Q'. .. '1 .,;, ' .. ·. PROPOSED ---©--- RETAINING WALL .... a . ___ ..._LO ..... -e).-----r- >-U1 3:: U) O+ 0 -<! ~ • l/) ~ l/) >-z 3:: 00 u _J u LOT 1, BLOCK 3 3204 EASTLAND ST. JINSY GEESLIN ESTATE ATTN.: ANITA WOOD POA PO BOX 54363 HURST, TX 76054 M SONIC HOME ADDITION 2ND FILING • 0::: I TEMPORARY RIGHT OF ENTRY AT 3204 EASTLAND STREET Carter=Burgess Carter & urgess, lne. 777 Main StnNrt, Fort Worth, Texaa 76102 ... \020East_roe01.dgn 6/19/2006 5:06:17 PM I EASTLAND ST. 32( RUBEN MC 32( FT. RUBY P. CR OF L MASONI 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPI..ACEMENT ON CHILDRESS, EASTI.AND, GRAYSON, AND CUTTER STREETS PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 PARCEL# 2 DOE# 4580 3201 EASTLAND STREET LOT 19A, BLOCK 2 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 2 , Lot 19A, 3201 Eastland Street, Fort Worth, Tarrant County, Tex as , hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee , is successors and assigns , for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of _____ _, 2006. GRANTOR: (Please Print) (Signature) I I LOT 19A, BLOCK 2 3201 EASTLAND ST. AQUILLA MATHEWS 3201 EASTLAND ST. FT. WORTH, TX 76119 -<I: I- ....: V> V> >-z 3:: Oo u _J u -®- ". : ~·. j. :,d ~ ':J • 'f,, • : :. "q ·~; ::;, . . · 'Q '4 .. ': °: ;:4. -.~ .. '.b ': ,d •• '..,. ·.:. _.;_ '·~~~-':~:: ,, i'' .. PROPOSED RETAINING ----H-. -:.d -------------------------- EASTLAND ST. C~rnBurgess TEMPORARY RIGHT OF ENTRY AT 3201 EASTLAND STREET ~r ., n 8~= ~~ Worth, Texas 76102 ... \020East roe02 .dgn 6/19/2006 5:05:36 PM 1-. MASONIC HOME ADDITION 2ND FILING LOT 198, BLOCK 2 3205 EASTLAND ST. SAN JUANITA MARTINEZ 3205 EASTLAND ST. FT. WORTH, TX 76119 0::: 0 SB 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EAST1.AND, GRAYSON, AND CUTTER STREm PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 PARCEL# 3 DOE# 4580 3208 EASTLAND STREET LOT 2A & 2B, BLOCK 3 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 3, Lot 2A & 2B, 3208 Eastland Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of ______ ., 2006. GRANTOR: (Please Print) (Signature) 0 Carter=Burgess Carter a. Burgess, Inc. 777 Main Street, Fort Worth, Texas 76102 ~ <x: f- ~ V) V) >-Z;: Oa u ...J u PROPOSED RETAINING WALL -®- w . 3: • LO e-~- EASTLAND ST. SB LOTS A & 8 3208 EASTyAND ST. RUBEN MORALES ~ux GRISELDA 3208 EASTlAND ST.t j FT. WORTH, TX 7611 RUBY P. CROWDER' SUBD V SION OF LOT 2, ~LOCK 3 MASONIC HOME,ADDITION 2ND FIYING • 0:: TEMPORARY RIGHT OF ENTRY AT 3208 EASTLAND STREET 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTlAND, GRAYSON, AND CUTTER STREITT PROJECT NO. 014020 DOE N0.4580 ... \020East_roe03.dgn 6/19/2006 5 :04:58 PM 2004 CIP CONTRACT 14 PARCEL# 2 DOE# 4580 3205 EASTLAND STREET LOT 19B, BLOCK 2 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 2, Lot 19B, 3205 Eastland Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of _____ , 2006. GRANTOR: (Please Print) (Signature) I I LOT 19A, BLOCK 2 3201 EASTLAND ST. AQUILLA MATHEWS 320 1 EASTLAND ST. FT. WORTH, TX 76119 -®- : 4 . ·. : -~· 4 . : 4 ~ .. <:J . ~ . : :. -~ ~4 · . . :. 4 . : :-·-.:, ·.;.· _.· . : '": ::4_ --~ .. '1::o-•• 4 . .. . . . . -d . . Q ... . ·• .. _.., ... . a ... · . . . . : 4 EASTLAND ST. Carter==Burgess Carter & Burgess, Inc. 7 77 M ali Street,, Fort Worth, Texas 76102 TEMPORARY RIGHT OF ENTRY AT 3205 EASTLAND STREET ... \020East_roe04 .dgn 6/19/2006 5 :04:21 PM MASONIC HOME ADDITION 2ND FILING LOT 19B, BLOCK 2 3205 EASTLAND ST. SAN JUANITA MARTINEZ 3205 EASTLAND ST. FT. WORTH, TX 76119 O'l N >-U) 3: N a+ ~ <t f- f-l/l l/l z >-0 ;;: ua _J u 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTLAND, GRAYSON, AND CUTTER STREETS PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 PARCEL# 2 DOE# 4580 3209 EASTLAND STREET LOT 18A, BLOCK 2 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 2, Lot 18A, 3209 Eastland Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property'', for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ___ ~--' 2006. GRANTOR: (Please Print) (Signature) LOT 18A, BLOCK 2 3209 EASTLAND ST. MARIA RODRIGUEZ ETVIR HERVEY 3209 EASTLAND ST. FT. WORTH, TX 76119 co N >-• 3: l[) Cl,.._ + -<! f- ~ l/) l/) >- Z 3: Oo u _J u -®-- ·-~ .. · .. ·~: :· :,,· I I LOT 188, BLOCK 2 3215 EASTLAND ST. EUNICE STANLEY EST. 3215 EASTLAND ST. FT. WORTH, TX 76119 tROPOSED rETAINING I 7 WALL I • s: 0 L[) L EASTLAND ST. 0::: 8 ·Caarter=Burgess Carter a, Burgess, Inc. 777 Ma.in Street, Fort Worth, Texas 76102 TEMPORARY RIGHT OF ENTRY AT 3209 EASTLAND STREET ... \020East_roe05.dgn 6/19/2006 5 :03:27 PM 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON OilLDRESS, EASTLAND, GRAYSON, AND CUTTER STREETS PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 PARCEL# 3 DOE# 4580 3228 EASTLAND STREET W 50' LOT 4, BLOCK 3 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 3, W 50' Lot 4, 3228 Eastland Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above . Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ______ , 2006. GRANTOR: (Please Print) (Signature) I ~~! --------------------~--------mil' = EASTLAND ST. ~<{ I- I-(/) (/) >-z ~ Oo u _J u W 50' LOT 4, BLOCK 3 3228 EASTLAND ST. ALFRED ZUNIGA ETUX MARIA 3233 EASTLAND ST. FT. WORTH, TX 76119 J ,--v ..... ~j s \ ' ,'4. ... . .. 'I . :~ :,,:. <1.'/J I I I I LOT 5 & E 50' LOT 4, BLOCK 3 3232 EASTLAND ST. TRINIDAD & HORTON ARGUIJO 3232 EASTLAND ST. I FT. WORTH, TX 76119 I I I I I TEMPORARY RIGHT OF ENTRY AT 3228 EASTLAND STREET 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT Carter==Burgess Cartmr &; Burgess, Inc. 777 Main Street, Fort Worth, Texa9 76102 ... \020East_roe09.dgn 6/19/2006 5.01 .50 PM ON CHILDRESS, EASTLAND, GRAYSON,AND CUTTER STREETS PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 PARCEL# 2 DOE# 4580 3225 EASTLAND STREET W 1/2 LOT 16, BLOCK 2 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 2, W 1/2 Lot 16, 3225 Eastland Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ______ , 2006. GRANTOR: (Please Print) (Signature) I 0 W 1/2 LOT 16, BLOCK 2 3225 EASTLAND ST. . >-O') 3:: \.D 0 + I"') -<( I-t-l/) l/) z >- 0 3:: uo _J (.) JUAN R. RAMOS 6632 ARMANDO AVE. FT. WORTH, TX 76133 PROPOSED E 1/2 LOT 16, BLOCK 2 I 3229 EASTLAND ST. I SERGIO ALCALA ETAL 3229 EASTLAND ST. FT. WORTH, TX 76119 RETAINING WA .. L--@- ~ I EASTLAND I ST . /' -__;I ___ ------ ..Jj_ s }-' r' I TEMPORARY RIGHT OF ENTRY AT 3225 EASTLAND STREET Carter==Burgess Carter & Bu,.-, Inc. 777 MaJn Street. Fort Worth, Texas 76102 ... \020East roe1 O.dgn 6/19/2006 5.00.07 PM - . 3: .... 0 . - LO '-" . 0:: 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHIWRESS, EASTLAND, GRAYSON ,ANO CUTTER STREETS PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 PARCEL# 2 DOE# 4580 3229 EASTLAND STREET E 1/2 LOT 16, BLOCK 2 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 2, W 1/2 Lot 16, 3229 Eastland Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of _____ ~ 2006. GRANTOR: (Please Print) (Signature) I 0 W 1/2 LOT 16, BLOCK 2 3225 EASTLAND ST. JUAN R. RAMOS 6632 ARMANDO AVE. FT. WORTH, TX 76133 PROPOSED E 1/2 LOT 16, BLOCK 2 I 3229 EASTLAND ST. I SERGIO ALCALA ETAL 3229 EASTLAND ST. FT. WORTH, TX 76119 r- s;)" >-• 3:-aN + s;)" -<( f- f-l/) V> >- Z 3: Oa u _J u ' .... Q . ·.11 .. _-o :~:.: RETAINING WA L-@- r,;_.~: ~~:. ·-~--. .... · •.. dv .. ' .. · "l_,4 · 'q ·)_"'. ·. ·_q·;: 4'Q :. :. 4 . :-· .. _..,: -~-. · .. ,' q .i . : 4 ~ ~. ~-. -~ ·. ·.., : ~ ;:~. --~. . . ,' 'Cl_ .4 _____ .,..__.:...~..,.. .. _..;.....:..a.,_... __ ....,.,... _______ ...,.. ~.---;-, .. :.:,;..'..J,4--------i--+-- ~<~ .. ·-~:-~-:~-;~.-; ::;/:~. ~. --·----,\ ' ' 1----1---1--------~ ' ... · 1-----------t "v : .. 11 . ·..,-.·. .-:4 . 4 j -:,·., 4 · .. ·. ,·11,. ~. j ... _·q.'-···_·._:·'':""·d~.·.17 .' ~ :._ ::~---~~·. -~ ...I ·).., I f EASTLAND I ----;1--T--· - - I Carter=Burgess Carter & 8u'F9, Inc. 777 Main StJ'eet, Fort. Worth, Te:JCU 76102 TEMPORARY RIGHT OF ENTRY AT 3229 EASTLAND STREET ... \020East roe12.dgn 6/19/2006 4 .59 .13 PM ST. - . :s: ' . 0 --'--' -=---.....------m . er: I 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTLAND, GRAYSON, AND ClTITER STREETS PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 PARCEL# 2 DOE# 4580 3233 EASTLAND STREET LOT A, BLOCK 2 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 2, Lot A, 3233 Eastland Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Gran tor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of _____ ~ 2006. GRANTOR: (Please Print) (Signature) 0 BLISS SUBDIVISION OJ LOTS 13, BLOCK 2, MASONIC HOME !ADDITION, 14 & 15, 2ND FILING LOT A LOT B 3233 EASTLAND ST. 3237 EASTLAND ST. ALFREDO ZUNIGA ETUX MARIA L. JUAN DEDIOS DOMINGUEZ 3237 EASTLAND ST. 3233 EASTLAND ST. 1 FT. WORTH, TX 76119 I FT. WORTH, TX 76119 1. I - N r<) >-• 3:: ID 0 ,.._ + ' V <( • f- f-V> V> z >- 0 3:: uo __J u - PROPOSED I RETAINING1WALL ~ - _ i __ / __ N __ 8 9_0 _1 6 ~ 1 _3_8_._6_9 ~ _E __ ~ __ --->-1.y...,.:;;:,.,. I Aa,l.altOO I • s: rl) -. u -- • EASTLAND ST. 0:: I ,.:-~::-.. :, """·=:.··~_') ... ':·Q~r,. rL Carter=Burgess c:arter ~.r B~rgesa~ Inc. 777 Main Street,, Fort Worth, Tex.as 76102 TEMPORARY RIGHT OF ENTRY AT 3233 EASTLAND STREET ... \020East_roe14.dgn 6/19/2006 4:57:37 PM 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTLAND, GRAYSON, AND ClJTTER STREETS PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 PARCEL# 2 DOE# 4580 3237 EASTLAND STREET LOT B, BLOCK 2 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Granter", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 2, Lot B, 3237 Eastland Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property'', for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Granter will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of _____ ~ 2006. GRANTOR: (Please Print) (Signature) 0 I I 0 t', BLISS SUBDIVISION OJ LOTS 13, BLOCK 2, MASONIC HOME !ADDITION, 14 & 15, 2ND FILING LOT A LOT B 3233 EASTLAND ST. ALFREDO ZUNIGA ETUX MARIA L. 3233 EASTLAND ST. I FT. WORTH, TX 76119 I 3237 EASTLAND ST. JUAN DEDIOS DOMINGUEZ 3237 EASTLAND ST. FT. WORTH, TX 76119 >-LO 3:: N O+ LO ~ ~ <( -{14)--PROPOSED I RETAINING1WALL I- I-V) V) Z>- 0 3:: uo ....J u ~.' ··£Jn ,·,;. ~ .:?~~(> ~ r®i • ·. ~: :.~:-:': l" ~ Il r O UD ~ . .<.;f ~.,:...--~-1--Z-..i--c;,+..---:'~-IM.M.1---+f1--tr-i4-t= .. =·. :_6~-.C:: __ ,..:t".'l------......----- 1, •• " b ' Ils ··"!GATE I< , < ~4 :~ .. , -.J-------1 4 . ;. :,,U-----1--1---------11 .. ·._;.,,,:,,""·:1-------+---- ·. ' .. •.·-~. ·~·.-: -~·. ·, '·'1: .. :-'",/ @l ":.".' .. r>:·,: ... ..;-'_ . .A. . . " . ~ r - I . 3: ' . ri i;:::7 --. 0:: / N 8 9 ° 1 6 ' _3_8_._6_9 ~ _E __ Jlil"'" __ ---l...u..+-,c::.,.. ...:..._.._/-+---------&-p.i~oo-~~---EASTLANo ST. --- 7 I "'·. . ~ . ~: ~ . . ;JI """·: :--~ ~ ~-."': ~ ·. ;,=/"' -;.....~--+-,.J-+.---- • -. -I -. : . " ....... 1-4-----+:""'~l.l-' ..VJ.....µ ~-i;,.+-~----~ = ,;. -'"v ·,Ll------------r""4-:>./~,/~ ,, I I -'-------·;~~!.:\ "· r>:'~.: 4.1--+------'\lr----- ------------&+-........,..,;,,r---,-.-------Chai n U Im I - Carter=Burgess Carter &: Burgess, Inc. 777 Main Street:,. Fort Worth, Teau 76102 'O ~ Fence ~ : l!I" • -"" R t ~ ~~ g TEMPORARY RIGHT OF ENTRY AT 3237 EASTLAND STREET 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTlAND, GRAYSON, AND CUTTER ST :;~~-~~ 4ffl flt1Al ~~COi ~'1C1"'0•Wr11'A1 ... \020East_roe16.dgn 6/19/2006 4:56:40 PM FT, WORTH, TEX. 2004 CIP CONTRACT 14 PARCEL# 2 DOE# 4580 3303 EASTLAND STREET LOT E, BLOCK 2 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 2, Lot E, 3303 Eastland Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement , Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of _____ ~ 2006. GRANTOR: (Please Print) (Signature) i 0 LOT E 3303 EASTLAND ST. GREGORIO & MARIA T. OSORIO 2855 PECOS ST. FT. WORTH, TX 76119 co lP >-~ 3:: O'l 0 + U) ' ~ --<t I- I-Vl Vl >-z 3:: 0 0 u ...J u I Q]) LOT F 3305 EASTLAND ST. J. N. HESTER PO BOX 8622 FT. WORTH, TX 76124 I I ~ I ----1----1--',,~-· ----1-----"-l---''.-, ........ -- ---I--+--- -____ ....._ : ~ :-.. 4 ~--~. : ~ ) \ • I ~At\ --,.-,-,6",-,..,,.,.,..---+--t.'."'-·. ·. ;,' :, '<1 ·----~' . '<1 .,;. : I,.!------+-.------~-~ 'Q ·o,· . .. . ·.:,_ ·.~. '-\. p J 171 I Er\ I --..J------1---4'·~::/~'} :_ 1l-,--l--i>!l!,l--:::;--I • .. <1 \. (/) __ ~···· .... _ .... ·~--};_".._,. . _··.t.. :.~.·-.~·. -~ ''l·... ~"<.: "C,, : d . 1 -r--r-- . s: .... 0 D --r --- LD \_.I . EASTLAND ST. 0::: ll\ .... W:::> 60 I = ~::~; \ ~.-. :-~-~J,::::' -=-=-==.-==:::.===i=-=== ' . ....,. ..,.·(;,·. -~ .... .,. /Ill r-------.....----1:..,,14,-:,,.:..:~....;..,·\::_·~ '---+--+---___ .__ __ _ ~ - I ~ I I Ii I I I ca.-...r=Burgess Carter & Burgess, Inc. 717 Main lstree"t, Fort Worth, Texas 76102 ------------4 :~~:---~-.J.-· ~ ... : ";;4.i.;_ . t~~·-~ ... ~1\ :~.::: .. l ':":• ~. ::~-~~-:.,_· .. : .. ft-.:.'~.--~~-. TEMPORARY RIGHT OF ENTRY AT 3303 EASTLAND STREET ... \020East roe19 .dgn 6/19/2006 4 .55.57 PM 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTLAND, GRAYSON, AND CUTTER STREETS PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 PARCEL# 2 DOE# 4580 3305 EASTLAND STREET LOT F, BLOCK2 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 2 , Lot F, 3305 Eastland Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of ______ , 2006. GRANTOR: (Please Print) (Signature) I 0 I I I I LOT E LOT F I 3303 EASTLAND ST. 3305 EASTLAND ST. I I GREGORIO & MARIA T. OSORIO J. N. HESTER 2855 PECOS ST. I PO BOX 8622 FT. WORTH, TX 76119 I FT. WORTH, TX 76124 I I I I 0 (!) >-. I 3: co 0 - I + r--- ' ---<t I I-I I I-V) V) >-I z 3: 0 u 0 I ...J I u I -@-- ~ :":,·;,~--". -@-I I < v . ... I . : :.·q --.... -----,~~--1--·--.., .. ----------- ____ )""~-)-~""""'.;_,:-<-:r.Ei\-A_"i--/-r--.--·.%:_::.I t--.. ~.-. -+\.-=---·.· :,:-, • •. t------+--+--~----..----...... ,/ --9-... · ."":·.~ --t""r . s: .... . 0 - LO '--,I ----------r--------- ~-.._._ ./ l ,-..,l...l.:::, cso I VJ ~ ""' --r--I~ i I I I I I I I I ~~!..~.!"rgess 777 ~j s~~ Fort Worth, Te.xu 76102 . EASTLAND ST. 0::: 4 v -t> · .~.: 4 ., ... . . " »----+---+--------------------~--hi~.-~."~-~--~~---+--+------..._--...-; t:I:: 0 ~:: ~. ·_ -• ~ :··\ ":~/ .4 .• •,'O' •... . ,q 4 • ... ~-::~. --~:·.' TEMPORARY RIGHT OF ENTRY AT 3305 EASTLAND STREET 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTLAND, GRAYSON, AND CUTTER STREETS PROJECT NO. 014020 DOE N0.4580 ... \020Eas t roe20.dgn 6/19/2006 5.20.15 PM 2004 CIP CONTRACT 14 PARCEL# 4 DOE# 4580 3304 EASTLAND STREET LOT Bl, BLOCK4 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 4, Lot Bl, 3304 Eastland Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property'', for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of _____ ~ 2006. GRANTOR: (Please Print) (Signature) I I ·-·-r r- D ~ ' 0 D --u --r LO D EASTLAND ST. ~ ~ ~'l'l A.{ ". l> •. ;. • : 4 r; 1 · ., . · . · · lL----1---1-------;\t----flLL _________________ --j .. :~. o-·:~·~ ~--l----+-----.L..----r=---------------.-----ihdk :..,_.:'"7":...,...,5:~ _._ I I~ I I I I I I I I I I I I I I BLOCK 4 LOT A 1 , 3300 EASTLAND ST. I I ARTURO RODRIGUEZ 3300 EASTLAND ST. FT. WORTH , TX 76 1 19 . ""'.: 4 .. ~ -'·o-·· ~ .. :; t 4 4 I .. . <1 .;_. ·.,; ·. ·. ·.<fT . •·. I . ,c 4· .... . ;:~. ·.~:· .. --® 'St 0 >-l{) 3: N 0 + r- ' ~ ~ ~ <{ I- I-1/) 1/) >-z 3: 0 u 0 _J u LOT B 1 , BLOCK 4 3304 EASTLAND ST. WAYNE 0. BROW N I ETUX CAPRICIA A. I 3304 EASTLAND ST. FT. WORTH, TX 76119 MASONIC HOME ADDITION 2ND FILING TEMPORARY RIGHT OF ENTRY AT 3304 EASTLAND STREET 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SAN ITARY SEWER MAIN REPLACEMENT Carter=Burgess Carter & Burgess, Inc. 7 77 Mal Street, Fort Worth, Texas 76102 ... \020East_roe21.dgn 6/19/2006 5:22 :22 PM ON CHILDRESS, EASTLAND, GRAYSON , AND CUTTER STREETS PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 PARCEL# 2 DOE# 4580 3309 EASTLAND STREET LOT 12, BLOCK 2 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 2, Lot 12, 3309 Eastland Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2006. ---------- GRANTOR: (Please Print) (Signature) MASONIC HOMI:. AUUl I lON I 0 2ND FILING I LOT 1 2, BLOCK 2 3309 EASTLAND ST . I I CLAUDINE NICKERSON MILES 3309 EASTLAND ST . I FT. WORTH , TX 76119 I 4 I 0 I") I >-. I.D 3:: s;f" l!) I 0 r--. + >-N I r--3:: lJ) ' 0 --+ -' ro <( -f-- f-VJ -<( I VJ . I-z >-(/) 3:: I-I 0 0 (/) >-u z 3:: I _J 0 0 u u I _J -@-·u -&. I r;,, . •I> : . 4 . \ .· .. q ·.~.·~·~ I ·. ·'·"' .. ·. q 4 ...... ---/',,. :~· ' : . : .~. >~ // / 1. ---i/ ' . · __ q_=:, ·_,q_ .. ~. T .-~.~· .. ·.:~.·"\li 1 ~~ r '") > • I SJ), ~ ......... · .. ," .. ' ' :· ... q . ·~ .;'. · •· · "v · -tp _ 1 ~ I 5JAK ~- 'q -~-.... ·_ ·_..,. ~'--- .;·~·,·~ . ) ·:···.·-.r .q . > •I A ;:~. -.~:_.ci:· .. -..... ".', .\ .. · . I \ 7 ' ·, ~ D :§,: .... 0 D -0 --\-T LO D EASTLAND ST . 0::: ~"'~~~~<~/' ~<7 : ~· -~ _-... '7-.L. --( ~ _._r,;;:-. ,h \·t il+.'.<7 ·:' p e1 / -s~c . -~.: 4 .· . q: :.'·q -~·."'.. . ~-: ... _·._:_-~ :·1 · • .. : ~ ::;,_ -::i._'t-'1. I .· ·.:.. .. ·-1/t.! ~,1 -~ -./ .. q :'r;,, ~ ~ , • .I> •• 4 tr . -~ ,"'. ·. >1·: -~.: 4 .. .. <7 L 4 _ :Q : -~-. :, 9 ' :--~ .. : ' ;_;_ ··q .. . . .. b . • I> : • ;, I I ; :-'q ·4·· ~ /~-~:b .) : : 4 ' _., PROPOSED I 'q ·i : .-.. I . .·;, ___ q. -~ . W~LL : : 4 . ,;, ... .. RETAINING ... . : 4 ' •· . ,• .... -@ .. ~ :":::~~:. -@ I TEMPORARY RIGHT OF ENTRY 2004 CAPITAL IMPROVEMENT PROJECT AT 3309 EASTLAND STREET PAVEMENT RECONS1RUCT/O N & WAT ER & SANITARY SEWER MAIN REPLACEMENT Ca~r=Burgess ON CHILDRESS, EASTLAND, GRAYSON, AND CUTTER STREETS PROJECT NO. 014020 Carmr &: Burgess, loc. DOE N0.4SBO n7 1 Street, Fo,tWorth, T exas 76102 ... \02 0Ea t_roe22&25.dgn 6/19/2006 4:54:39 PM 2004 CIP CONTRACT 14 PARCEL# 4 DOE# 4580 3308 EASTLAND STREET LOT A2, BLOCK 4 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 4, Lot A2, 3308 Eastland Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ______ , 2006. GRANTOR: (Please Print) (Signature) I . s: ----------I _n . -----LO ""Cl ------ 0:: EASTLAND ST. 4 ST. IN A. ST. 6119 in TT TON I I I I I Carter==Burgess Cuter & Burgess,. Inc. -<( t- t-V) V) >- Z 3: Oo u _J u LOT A2, BLOCK 4 3308 EASTLAND ST . JAMES R. MOSLEY, JR ETUX EARLIE M. 3308 EASTLAND ST. FT. WORTH, TX 76119 LOT 82, BLOCK 4 3312 EASTLAND ST. I JUAN J. RIOS I ETUX MARIA I. 3312 EASTLAND ST. FT. WORTH, TX 76119 I WALL TEMPORARY RIGHT OF ENTRY AT 3308 EASTLAND STREET 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTLAND, GRAYSON, AND CUTTER STREETS 777 Main Street, Fort. Worth, Te:xu 76102 PROJECT NO. 014020 DOE N0.4560 ... \020East_roe23.dgn 6/19/2006 4 :52:50 PM 2004 CIP CONTRACT 14 PARCEL# 4 DOE# 4580 3312 EASTLAND STREET LOT B2, BLOCK 4 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 4, Lot B2, 3312 Eastland Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property'', for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ______ ., 2006. GRANTOR: (Please Print) (Signature) I I 0 I -@- .~. ·•. :· "· -&. ' I . ··"'. · .. ': d .. . . ·.v .... ·-I _..,__4 -;._. ·.· .· ---~ . _;J. . : ~-·.· .,:"'" \ II I l. { l . . L ·>-"_;.·\}~'ti 1 '~ r ~ ( • 15)), . ·. q_::. -~ .·4 · ~ • :.4 I /)tt~ 4'~ .... ~ 2,).,~ •l~AK '-~) ~'--) . ;_. . : \· ·(1 I • I A -. .... ". .. \ .. · . -' \ J " / I '-7 . I s: ' n . -------I I \J LO . EASTLAND ST. 0:: ~-.:or .'~~V -L -~ ~~1:<~~ ~<1 · { ~---Mil .· .. I ,h \ . t il+ :.<1 .• : PP ;. . s1Jc '·._·."4 .· . ~ ..... ·,v l'IJ.: .· .. · .. : .. :'' . .,J... q ': q 4 • .. : b; :: ~-·.""-1 / ._ .... ·>-:J~~-~ lr='I ' I .. ~: --- 1. . L.::;::::'.... , . . ~ q · : .. 4 • -~.: 4 ... .., L PROPOSED I :,,_ .'Q ... ~-.: . . . . '. ·., .. ~-.<1 ' . I ., .., . 4 I : :. ·q_ ~ 4 .... . l> ,, 4 :. 4 , ·. :, I ~::/)<:) 'f;J -~. : 4 :. ;,_ -.~ .. ·,, :: "· ·."': -~ . I .. . : 4 . .. ;. RETAINING WALL ·4 . -& ... . . .. : .. : : ""v : I -©-co I - I I >-<:t 3: 0 N + -co I --I -<( t- t-l/) I l/) >-I z 3: 0 I I u C) ..J u I LOT A2, BLOCK 4 LOT 82, BLOCK 4 I 4 3308 EASTLAND ST. 3312 EASTLAND ST. ST. I I I JAMES R. MOSLEY, JR JUAN J. RIOS IN ETUX EARLIE M. I ETUX MARIA I. A. 3308 EASTLAND ST. 3312 EASTLAND ST. I ST. FT. WORTH, TX 7611 9 FT. WORTH, TX 7611 9 I 611 9 I lf1TTTON TEMPORARY RIGHT OF ENTRY 2004 CAPITAL IMPROVEMENT PROJECT AT 3312 EASTLAND STREET PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT Carter=Burgess ON CHILDRESS, EASTLAND, GRAYSON, AND CUTTER STREETS Carter-& Bu,._, Inc. PROJECT NO. 014020 777 Main Street. Fort Worth, Texas 76102 DOE N0.4580 ... \020East roe24.d n 6/19/200 g 6 4.50.57 PM 2004 CIP CONTRACT 14 PARCEL# 4 DOE# 4580 3320 EASTLAND STREET LOT 3, BLOCK 4 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 4, Lot 3, 3320 Eastland Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ______ , 2006 . GRANTOR: (Please Print) (Signature) I I ---------------------.---------~.-.-, ........ _-.. -."'. ..... , -· ~s EASTLAND ST. .... () D -----------..--,-----------1.{)~~\...:J~--------- D er ~. .' V .4 . . a'",: '. 4 .. ~, • . . ; -...... , O'. '~ . .-.4 ... . . . ,,-·-~ v ~"-.· :·_· .. _:.,. ·._':l/ "' .. -.... _v _.,._ .. r I ~·-.. ,. ·-. ~ .. : . , . . -. . -. ., .-.,.· .. : ~ : . -·""·· ... ·.. p p . ··--,, • ., .. .,· .·., 4 • -/'-.. • . . . . • ·q •t>:. '(}_ .· '. . t>' . ; ~ : ,' ~ . I _ _,,...f,£___;_ v_..:: '--.:::,._ __ --\1,/---------1 ~ ~ :_. -~ ·, ·.,·~: -·,;/-_-.,··:~:J.L ---------J .·_-_., .. ,;._-·;11... ( l ·.·.";·~ .. ~ ·•~ ~ ~\_ PROPOSED I ~ >-~ ~N RETAINING 1WALL 1 I ~~ 07 ro m -<{ f- f-l/} l/} >-z ~ 80 _, u --- f- l/} z 0 u - <{ f- l/} >-~ 0 _, u I LOT 3, BLOCK 4 3320 EASTLAND ST. ROSA M. ALCALA & F. & M. ZARATE 3320 EASTLAND ST. LOT 3, BLOCK 4 3320 EASTLAND ST. ROSA M. ALCALA & F. & M. ZARATE 3320 EASTLAND ST. I FT. WORTH, TX 76119 I FT. WORTH, TX 76119 I I MASONIC HOME ADDITION Carter=Burgess Caner & Burpa:# Inc.. 777 MaJn Sb'eet,, Fort Worth, Texas 76102 TEMPORARY RIGHT OF ENTRY AT 3320 EASTLAND STREET ... \020East_roe26&27.dgn 6/19/2006 4:50:13 PM 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPlACEMENT ON CHILDRESS, EASTLAND, GRAYSON, AND CurrER STREETS PROJECT NO. 014020 DOE NO. 4580 2004 CIP CONTRACT 14 PARCEL# 4 DOE# 4580 3324 EASTLAND STREET W 75' N 150' LOT 4, BLOCK 4 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned , hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 4, W 75' N 150 ' Lot 4, 3324 Eastland Street , Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right .of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto , anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of ______ , 2006. GRANTOR: (Please Print) (Signature) 0 1-®- . ·.• . . . :-; ::;, .(1 .. I I ~!13~~ Carter & Bu,._, Inc. 777 Main Street, Fort: Worth, Texas 76102 -<l: ~ ....: l/) l/) >-Z;;:: Oo u _J u EASTLAND ST. ~------- . s: 0 o.------l() PROPOSED RETAINING WALL W 75' N 150' LOT 4, BLOCK 4 3324 EASTLAND ST. TONY SALAS ETUX LUPE 3324 EASTLAND ST. FT. WORTH, TX 76119 TEMPORARY RIGHT OF ENTRY AT 3324 EASTLAND STREET ,q- ::.::: u 0 . _J . ::r: 1--(' CD 1-- l/) 1--Vl C i--"' Cl 0::: z u Ool'-0::: z 3:: 1--<(<( 1--0::: > CL _J 1--0::: 0 f- 3:: l/) 0~ z<( LL U ::J w 0 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTI.AND, GRAYSON, AND CUTTER STREETS PROJECT NO. 014020 DOE N0.4580 ... \020East_roe29.dgn 6/19/2006 4:49 :36 PM 2004 CIP CONTRACT 14 PARCEL# 4 DOE# 4580 3334 EASTLAND STREET W 45' LOT S, BLOCK 4 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 4, W 45' Lot 5, 3334 Eastland Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the pmpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the pmpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ______ , 2006. GRANTOR: (Please Print) (Signature) • I I I A___.___I ----~------------ L . EASTLAND ST . .s: ' . -..0 - - -----I lD . 0::: ' ··--~:/,~--~ 1( .'(J · ... · <;l" ::.:::: u 0 . .....J . :CI-N CD I- l/) I-l/) 0 1-ho 0:: z ~ Oor--o::z 3:,- <I'. <l'. I-0:: X CL .....J I-a::01- 3: l/) 0~ z <l'. LL. ::,,::: h w U:c . 01-l/) LL. a:: a:: (/) <;l" O:co WN .....J r0 >-1-3: r0 1-o ,q-._, 0.....: I-Uol.J.. 0 - .....J I I Carter==Burgess Carter & Bu~,. Jnc. 77 7 Main SCJ-eet, Fort Worth,. Te,au 76102 ( ,-®- >-• 3:: - 0 ':; 0 :_N -<{ I- I-U) U) >-z 3:: 80 _J u W 45' LOT 5, BLOCK 4 3334 EASTLAND ST . ENRIQUE ALCALA ETUX SILVIA 3334 EASTLAND ST. FT. WORTH, TX 76119 I I I TEMPORARY RIGHT OF ENTRY AT 3334 EASTLAND STREET PROPOSED RETAINING WALL E 55' LOT 5, BLOCK 4 3338 EASTLAND ST. ROGELIO ALCALA ETUX ROSA M. 3338 EASTLAND ST. FT. WORTH, TX 76119 MASONIC HOME ADDITION 2ND FILING 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTLAND, GRAYSON, AND CUITER STREETS PROJECT NO. 014020 DOE N0.4580 ... \020East_roe30.dgn 6/19/2006 4 :48:55 PM 2004 CIP CONTRACT 14 PARCEL# 4 DOE# 4580 3338 EASTLAND STREET E 55' LOT 5, BLOCK 4 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 4, E 55' Lot 5, 3338 Eastland Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property'', for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee , at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of ______ , 2006 . GRANTOR: (Please Print) (Signature) I I A)_.__I ---~------------ r L . EASTLAND ST . s: ---------------g ~ I ----------------- • 0:: , .. ·~·.4,;;,. ·. , ' ·. ~ ....... :I/ .•. ,Q ••· q .Q · r>. I~ I I I I I I W 45' LOT 5, BLOCK 4 3334 EASTLAND ST. ENRIQUE ALCALA ETUX SILVIA 3334 EASTLAND ST. FT. WORTH, TX 76119 I I (j) co >-• 3: r,") o-+ :.. N -<( I i-i ._: V> V> >- Z 3: Oa u _J u TEMPORARY RIGHT OF ENTRY AT 3338 EASTLAND STREET Carter==llurgess Cartier & Bul'J!P!lSS, Inc. 777 Main Sinet, Fort Worth, T exu 76102 ( PROPOSED RETAINING WALL E 55' LOT 5, BLOCK 4 3338 EASTLAND ST. ROGELIO ALCALA ETUX ROSA M. 3338 EASTLAND ST. FT. WORTH, TX 76119 MASONIC HOME ADDITION 2ND FILING 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER WJN REPLACEMENT ON OilLDRESS, WTIAND, GRAYSON, AND CUTTER STREETS PROJECT NO. 014020 DOE N0.4580 ... \020East_roe31.dgn 6/19/2006 4:48:06 PM 2004 .CIP CONTRACT 14 PARCEL #1 DOE# 4580 3201 GRAYSON STREET LOT 12, BLOCK 3, MASONIC HOME #2 ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STA TE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 3, Lot 12, Masonic Home #2 Addition, 3201 Grayson Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and · drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated. herein, until such time as the . project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ______ , 2006 .. GRANTOR: (Please Print) (Signature) W '/2 LOT I 2, BLO CK 3 320 I GRA YSON ST. VERONICA VALDEZ 320 I GRAYSON ST. FT . 'AORTH , TX 761 I 9 EXIST. CONC. SIDEWALK OHE co I co ()) C\J EXIST. CONC. SID EWAL K L OT I, BLOCK 320~ GRAYSON ST. RAUL RODRIGUEZ ETUX OTI LA 320~ GRAYSON ST. FT. V..ORTh, . TX 7 6 I I 9 r-- ~ <S> ~ + 0 <t . f--en .....= >-3 en 0 z 0 ....J u u E '/2 LOT I 2. B LOCK 3 3205 GRAYSON ST . ' ' tv1RS. G~ORGE T . PATTERSON ESTA TE i 3836 GRADY ST . ~T . V..ORT H, TX 76 1 19 ' . ' I I +00 w PROPOSED RETAINING WA LL 0 ..... GRAYSON ST. 00 L.() 0 0 r11 . t:11 . TEMP ORARY RI GHT OF ENTRY AT 3201 GRAYS ON STREET 2004 CAPITAL IMPROVEMENI" PROJECT PAVEMENT RECONSTRUCI10N & WATER & SANITARY SEWER MAIN REPIACEMENT ~~EAS1UND,ORAYS0N,AND PROJECT NO . 014020 DO!! N0.4S80 2004 CIP CONTRACT 14 .PARCEL #3 DOE# 4580 3205 GRAYSON STREET LOT 12, BLOCK 3, MASONIC HOME #2 ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 3, Lot 12, Masonic Home #2 . Addition, 3205 Grayson Street, Fort Worth, Tarrant County, Texas, hereinafter referred . to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time · as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ______ , 2006. GRANTOR: (Please Print) (Signature) - -- E 1/2 L OT i 2, BLOCX 3 3205 GRA Y S ON S T . MRS. GEORGE T . PATTERSON E S T ATE 3836 G R ADY ST. F T . WO RT H , T X 7 6 I I 9 PROPOSED RETAINING WALL \ \ I l I l I I I I I I I I~ >-I + 3 i - 0 1 . '<( -11--(/) ~I ~ ~i O o I _J U I U .- -" I>· .. c,.. ,_ a oa L()o a LO T Ii , BLOCK 3 321 I GRA Y SON S T. MARGART I O C. MENDOZA 321 I GR A YSON ST. F T . WORT H , T X 7 6 I I 9 ---r-PROPOSED RETA INING WA LL 51 1 w 2+0 0 GRAYSON ST. : ·.t> .·. I> .• . ·. o-_: t,, ~. ·11----------t ·c,.· . - - - ------ - -~-=11'-"""-F-te===~---- --- ---------- ---x --x-------x--=-=---x--==--x:·· LOT I , B L OCK 9 3204 GRA Y SO N ST . RAU L RODR IG UEZ ETLJ X OT I L A 3204 GRA Y SO N ST. F T. WO R T H, T X 7 6 i I 9 ~: I LOT 2.~•B L OC i< 9 3 2 0 8 G_R Y SON ST . . . F LOY HA RR I S B LI ND A MOR~; S 3208 GRA Y S O !'i ST . F T . WO R T H, T X 7 6 I i 9 . !1 TEMPORARY RIGHT OF ENTRY AT 3205 GRAYSON STREET 2004 CAPITAL IMPROVEMENT PROJECT PAVEMEl'IT RECONSTRUGnON & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTIAND, GRAYSON, AND CUTIER STREETS PROJECT NO . 014020 DOE N0.4580 - 2004 CIP CONTRACT 14 PARCEL#S DOE# 4580 3211 GRAYSON STREET LOT 11, BLOCK 3, MASONIC HOME #2 ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW A.LL BY THESE PRESENTS . COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, here in after referred to as "Grantee" a temporary right of entry onto property described as Block 3, Lot 11 , Masonic Home #2 Addition, 3211 Grayson Street, Fort Worth, Tarrant County, Texas, .hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees , agents, representatives , or contractors to access th,e aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns , for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry . EXECUTED this the __ day of _____ _, 2006 . GRANTOR: (Please Print) (Signature) LOT I I , BLOC K 3 32 1 I GRAYSON ST. MARGART! 0 C. ME NDOZA 321 I GRAYSON ST . FT. WO RT H. T X 7 6 I I 9 0 511 w 00 L()o GRAYSON ST. C er::: J2 '"0 AK LO T 2 . BLOC:< 9 3208 GRA Y SON ST . F L O Y rl A R R i S 8 LI ~DA MOR R I S 3208 GRAYSO N ST . F T . WO RT J-1, T X 7 6 I ! 9 I W 1/2 LOT I 0, B L OC K 3 1 3217 GRAYSON ST . BbBB Y CHARLE S ABRAHAM i 3217 GRAYSON ST . F T . WO RT H , T X 7 6. I I 9 __..,..-! PROPOSED j RETA ININ G WALL \ \ \ .· . \ \ C> ~ ' t>' . i> _·-1> IO"HAC \ \ \ \ \ \ uJ\ ,s_\ 0\ \ I \ \ \ \ \ \ \ 3, BLOC K 9 AYSO N ST .· HAROL L. DAVI S 3218 GRAYSON ST. F T . WO RT H , T X 7 6 i ! 9 . [!] TEMPORARY RIGHT OF ENTRY AT 3211 GRAYSON STREET 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPU.CEMENT ON CHilDRESS, EAS'I1AND, GRAYSON, AND CUTTER STREETS PROJECT NO. 014020 DOE N0.4580 - - - - ·- 2004 .CIP CONTRACT 14 PARCEL #7 DOE# 4580 3217 GRAYSON STREET LOT 10, BLOCK 3, MASONIC HOME #2 ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS That the undersigned, hereinafter referred to as "Granter", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 3, Lot 10, Masonic Home #2 Addition, 3217 Grayson Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Gran tor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately pnor to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ______ ., 2006. GRANTOR: (Please Print) (Signature) -- co 0 W 1/2 !LOT I 0, BLOCK 3 32j l 7 GRAYSON ST. _J _J ~ ~ I<) ' :=1 ~BO 8 B Yi C HA R L E S A BR A HA M = Cll 32:1 7 GRAYSON ST. E 1/2 L OT I O, B L O C K 3 322 . GRAYSON ST. 0 0 Wz U) -. o z 0.. - i-: ~ F T . ! WORT H, T X 7 6 I I 9 ~o Li NOA ATK I NS 2904 GLASGOW DR. 0 ~ o::w 0.. 0:: 3 +00 0 ..J uu W 1/2 LOT 3, 8 LOCK 9 32 1 8 GRAYSON ST. HAROLD L. DAV I S 3218 GRAYSON ST. i F T . WORT H, T X 7 6 I I 9 : I ARLINGTON, T X 760 I 5 { VACANT LOT) ---,---PROPOSED RETAI NIN G WAL L . ' . i> [> ·.o,. . ' . [> . -. · ... ·c.·· ·c:,. ·.· .. O'~· .... "'"~·-· ~-r.,: ...... 1-----1 · OH E !'.;·-·; ·I> .-;_ I t.. •. ·. ·. ,,.·. · . ..,.. ~ .. · .. o-' I --~-·_' -:._,_~v:--~ -~-~:--~--- 5 11 w 0 i s ol C GRAYSON ST. Ln lo I o I 0:::: I E 1/2 L O T 3. BL O C K 9 3222 GRAYSON ST. JOE B. CRAFT 3222 GRAYSON ST . F T. WO RT H. T X 7 6 I I 9 TEMPORARY RIGHT OF ENTRY AT 3217 GRAYSON STREET C. " .. ~ ·_· i>. .1> I> 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCllON & WATER & SAN ITARY SEWER MAlN REPLACEMENT ON CHIIDRESS, CU1TER STREETS PROJECT NO. 014020 DOE N0 .4580 2004 .CIP CONTRACT 14 PARCEL #8 DOE# 4580 3221 GRAYSON STREET LOT 10, BLOCK 3, MASONIC HOME #2 ADDITION · CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY ST ATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 3, Lot 10, Masonic Home #2 Addition, 3221 Grayson Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights arid appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ______ , 2006. GRANTOR: (Please Print) (Signature) I W Y2 LOT I 0. BLOC K 3 : 32 1 7 GRAYSON ST. I BOBBY C HARLES ABRAHA~ 32 1 7 GRAYSON ST . 1 FT . WO RTH. TX 76 I I 9 i 7 t>. r>. ·,,;,,." 9' ·.; •. E Y2 LOT I 0, BLOC _K 3 3221 GRAYSON ST. LI NOA ATK ! N S 2904 GLASGOW DR . AR LI NG TON. TX 760 I 5 { VACANT LOT) _J _J ~ 0 -('.) Wz Cf) -oz Q_ - 0~ o::w Q_ 0:: . . · .. "!> · .• D:. ·.. . ": !> .. .. ~ ·.· c,. C> . r> .. ·' .· i> ' .·-~-·:··~· O'. ~' .--~- • ~-;; .. C· ; ~ \ • !> .~C: ~-~ ~:is 7 .;-~ -.'~ \-~~ .. . ._ .. C ·c-· . . . . . .. . ·, . 9 ·• .•.. .0. ·, • . ·c.· ·c,· 1-------4-------------------1 :C>. -·~-.. -.-~-----_°'· C>··..,. ·---- 3+00 W 1/2 LOT 3 . BLOCK 9 3218 GRAYSON ST. HAROLD L. DAV I S , 3218 GRAYSON ST . I F T . WO R T H , T X 7 6 I I 9 : ! [I . - :··~ ·_· ~ .. : ~ _·.r>: .·, .. r>. OHE ----------------------------. ;_~ .•. ·/~i .·::-. ·;~ .• --~~-=;,_. 511 w 0 ...... 00 LDo GRAYSON E 1/2 LOT 3 , BLOCK 9 3222 GRAYSON ST. JOE B . CRAFT 3222 GRAYSON ST . F T . WORT H . T X 7 6 I I 9 TEMPORARY RIGHT OF ENTRY AT 3221 GRAYSON STREET ST . 2004 CAPITAL IMPROVEMENI" PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENI' ON CHILDRESS, EASTIAND, GRAYSON, AND CUTI'ER S"IREETS PROJECT NO. m4020 DOE N0.4580 - 2004 CIP CONTRACT 14 PARCEL #9 DOE# 4580 3222 GRAYSON STREET LOT 3, BLOCK 9, MASONIC HOME #2 ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY ST ATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 9, Lot 3, Masonic Home #2 Addition, 3222 Grayson Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of ______ ., 2006. GRANTOR: (Please Print) (Signature) -,. - W 1f2 LOT I 0, BLOCK 3 ! 3217 GRAYSON ST. ' BOBBY CHARLES ABRAHA~ 3217 GRAYSON ST. , FT. WORTH. 761 I 9 : • . I>. 7 I> I>.· • ·'>·v . . . I> ~· .· .. !:,·· ··c.. E '/2 L OT ! 0. 8 L O C K 3 322 1 G RAYSON ST. ll NOA ATK : NS 2904 .G'_ASGOW DR . ARLI NG TON, TX 760 I 5 ( VACANT LOT) ----,--~-PROPOSED~~~~----- RE TAINING WALL .... "C>. -""'~·:· . ·o.-9 • C>.·_ > -~ ._:; .· i> ·.c,. ' t> '90,i~-~c.:· ... '°:.':~-- . ~-._· ~ . £>, .. ~---~ C> •.• V'~- _;_.'(t :.·"i;'~.;,.·~~-:..:_C> . . .'. . . . . -~ ·c t>.· -.... 0,. 9'. 6 : . O' •• ' ·. ·..;.·o-.' O' ••. ~ O' .·. ·,.·' 't>. . ... 1-------...j._-----------------1 .t>. -0'~·:-.0'~----·.6 : c,.·.·. --- 3+00 0 HE ... i, -~_1>.,·~ ------ ------------ -- -___ -----_ r>·. ~-' .... ~ 9 or :~-.. i· .. _~'<~-or>·. 9 -O' .- I I 0 ::s: -... I o l 0 LD l 0 I a er · 1>. 5 11 w GRAYSON ST. I>. .. D.·. ". ------··-·. -• -- . ·-•• -. -----.------• --•. -.. -·. • - ---··-·-----··----•. -•• --• -----.\ ---~. o,··· ·. er · to. e.-··· W 1/2 LOT 3, BLOCK 9 3218 GRAYSON ST . HAROLD L. DAVI S 32 18 GRAYSON ST. F T. WO R T H. T X 7 6 I I 9 flll L:iJ E 1/2 LOT 3, BLOCK 9 3222 GRAYSON ST. JOE B. CRAFT 3222 GRAYSON ST. F T . WORT H. T X 7 6 : I 9. TEMPORARY RIGHT OF ENTRY AT 3222 GRAYSON STREET . .,. . C, ~. t>_ ... 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENr RECONSTRUcnON & WATER .t. SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTIAND, GRAYSON, AND currnR STREET'S PROJECT NO . 014020 DOE N0.4580 - 2004 CIP CONTRACT 14 PARCEL# 11 DOE# 4580 3224 GRAYSON STREET LOT 4, BLOCK 9, MASONIC HOME #2 ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § COUNTY OFT ARRANT § KNOW ALL BY THESE PRESENTS That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 9, Lot 4, Masonic Home #2 Addition, 3224 Grayson Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately pnor to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ______ , 2006. GRANTOR: (Please Print) (Signature) <t: (j) r<) ....J :::.::: f--:;f--- u<fl <t: (f) <.O ~z r-- zZ r Yz LOT I 0, BLOCK 3 mo <t:o x C. (f) (f) f-- 3221 GRAYSON ST . >-:::i >-<Ji <t: _J <! • a:: o:::I LI NDA ATK I NS . f-l'.) :::i l'.) f-- 2904 GLASGOW DR. 0 0::: ARLINGTON . T X 760 1 5 ....J (j) <ti (j) 0 N NS: ~N zN -r<) <l: r<) • ·.c:1 O .c. C> : ~ _·,C> .. , .: ~ ·.t) --~-..,.:··.:;v-_: ti.~ ::,.-v _: c.. 9' ._· ~-. -C> •· --. C> •.. . 6 • ·. 'b ' ---w :) f--c . . "t>_·. -· _! ______ .... -~·-:·· .. -~·.".'·_"-' .!> ... • •. ·:·" ----•• -•• -• ------·--------------------------- C> ., l> _.t,, .. '. l> _·C> ~=============================~~~~~ ·-~-o-:· ;,,--.·ti,.~. :~. ~ ... _ti. O' c-,,... I>_ . ic,,' C>_ . c:-." I> . C, " I t> .:~ _·.C>. ~ .:C> ·.c, 1-------------------------------+-----l I ·-··:·~---·c..~--'O'·v .·_11... I .·· c-· t>.· ... ·· <>. '~ ~-~ ~--~_o.;:~-~ ..... ~--~ -- - ----- -- - ---------- - --- -----G)--- -- ---,----- . c,· e>. . t>. , 6 '' w 4+00 GRAYSON ST. l..u/ .:J:/ 0 ' I I I I I ·····-··-··-··-···-··-··-·--------··-··-· .. 1 I0P 0 F o rll b:lJ LOT 4, BLOC K 9 3224 GRA Y SO N ST . L . R . HAROS E TU X J U DI T H ETAL 32 2 4 GRA Y S ON ST . F T. WORT H. T X 7 6 I I 9 TEMPORARY RIGHT OF ENTRY AT 3224 GRAYSON STREET I I I I I I I I I ~ 0 :... t--= (fl z 0 u I I I I (\J I{') ,...: ,q- <i. I- (fl ~ ..J u a ..... a 2004 CAPITAL IMPROVEMENT PROJECT PAVEMl!NI" RECONSTRUCTION & WA'IER & SANITARY SEWER MAIN REPLACEMENT ON CHilDRESS, EAS'IL'.ND, GRAYSON, AND CUTIER STREETS PROJECT NO . 014020 DOE N0 .4580 2004 CIP CONTRACT 14 PARCEL# 12 DOE# 4580 3229 GRAYSON STREET LOT 9, BLOCK 3, MASONIC HOME #2 ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY ST ATE OF TEXAS § § KNOW ALL BY THESE PRESENTS . COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 3, Lot 9, Masonic Home #2 Addition, 3229 Grayson Street, Fort Worth, Tarrant ·county, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above . Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2006. ----------· b RANTOR: (Please Print) (Signature) ) ( g ill ~ .q- I E1/i--0Ti 9, BLOCK 3 3229 :GRAYSON ST. ~ ~JUAN 5 1LI LLI AN AVILA ~ ~ 3229 jGRAYSON ST. ~~.FT . WORTH, TX 76 I I 9 uu ,-,,--.,.,..~~ -. .,..j .• 1 . 4 . . . ' -v . . " <>.~·."~~ ~c/{",,:": .. 5 11 w GRAYSON LOT 4, BLOCK f3 \ 3224 GRAYSON sr L. R. HA ROS E TµX JUDITH ETAL · 3224 GRAYSO N 9T. F T. WORT H, T X 7 ~ I I 9 ST. . . . . LOT 8A, B L OCK 3 3235 GRAYSON ST. GERARDO H ARDOS ROJAS 3224 GRAYSON ST. F T . WO RT H, T X 7 6 I I 9 5+00 0 ' QI o Ln 'o .b,.' . ,,,: •. ·"" 't--------------11----------1 ~. C>_ LOT 5, B LOCK 9 3238 GRAYSON ST . LUCI ANO H. ROJAS ETUX JUD I TH C . 3224 GRAYSON ST. F T . WORT H, T X 7 6 I I 9 . l! TEMPORARY RIGHT OF ENTRY AT 3229 GRAYSON STREET 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPUCEMENT ~~ EAS'IlJ\ND, GRAYSON.AND PROJECT NO. 014020 DOE N0.4580 - 2004 .CIP CONTRACT 14 PARCEL# 13 DOE# 4580 3235 GRAYSON STREET LOT 8A, BLOCK 3, MASONIC HOME #2 ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 3, Lot 8A, Masonic Horne #2 Addition, 3235 Grayson Street , Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved . by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives , or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular; the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns , for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately pnor to accessing the Property under this Right of Entry. EXECUTED this the __ day of ______ , 2006 . GRANTOR: (Please Print) (Signature) I El/~OT 9, BLOCK: 3 3229 GRAYSON ~T . I JUAN 8 LI L L! AN .ti;v1 LA 3229 GRAYSON 1T. F T. WOR T H, T X 7 6 I I 9 t::.: .•. 0 ' . •', O t> .• -. ~ -~ ·--·~--~----0'~--~·t::.: c,: . . ·, . _. ~ ... t> .. ·, . : ~ . t> ·. t> . ' 5 11 ,..._ N ci <Xl ~ v a <I. :: t;; ~~ ~a 0 _J uu w LOT 8A, BL.OCr< 3 3235 GRAYSON ST. GERARDO HARDOS ROJAS 3224 GRAYSON ST . FT. WORTH. T X 76 I I 9 5 +00 0 s GRAYSON ST. ~10 I 0 LqT 4, BLOCK f) 322'1 GRAYSON S:T. I , I L. R. HA ROS E Tµx JUDI TH ETAL : 322'1 GRAYSO N SIT. F T. WORT H, T X 7 b ! i 9 I ll ' - LO T 5, B LOCK 9 3238 GRAYSON S T . LUCI ANO H. ROJAS ETU X JuDI TH C. 3224 GRAYSON ST. F T . WORT H. T X 7 6 I I 9 TEMPORARY RIGHT OF ENTRY AT 3235 GRAYSON STREET . 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENI'.R.ECONSTRUcnON & WATER & SAN ITARY SEWER MAIN REPlACEMENT ON ClilLDR.ESS, EASTIAND, GRAYSON, AND CUTI'ER STREETS PROJECT NO. 014020 DOE N0 .458 0 2004 .CIP CONTRACT 14 PARCEL# 15 DOE# 4580 3239 GRAYSON STREET LOT SB, BLOCK 3, MASONIC HOME #2 ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 3, Lot 8B, Masonic Home #2 Addition, 3239 Grayson Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees , agents, representatives, or contractors to access the aforementioned property . TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry . XECUTED this the day of , 2006. ---------- GRANTOR : (Please Print) (Signature) LOT 88 , BLOCK 3 3239 GRA Y SON ST . LI LLI AN AVILA GR A YSON ST . WORT H , T X 7 6 I I 9 'O I ll) I • I ~ ~.;, 0 <t =~ >-' ~ ·~ a 0 ..J u u S I so · LOT 7 , Bl..OCK 3 3247 GRAYSON S T. ROS A M. F O L E Y 2 0 I 3 FLEUR DE LI S CT. ARLINGTON, TX 760 I 2 ~: ~~-.b.' :.·. ~-~i .· ~ ~-~~· -~. '· l===:?Jfs:===i~===i~=::::t~tl-~:~~~·~>i~";f-:->. :.· v . ~ ,r----'--~--~~--~"""----'--;:__--l C: •• ·c,.· .. ·'. ~~:-~:· •v · ... _.6.:~ .... C·., . c, . ··n--=~--..,,.--------------4 ·-v~ · .. v~, <> 0 20"0AK 0/ ~/ 0/ I I I I I I I I I I I I I I GRAYSON ST. • • • ----·-····-·-·---·-----·--.------------------------------r,------------------1 ---.. LOT 5, B L OC K 9 ~OTS 6AR, 6BR , 6C, BLOCK 9 3238 GRA Y SON ST. 3900 FOA R D STR:.Er I LUC ! ANO H. ROJAS ETU X J U DI THC . 3224 GRA Y SON ST . MAR T I N C . I BARRA ETU X JUA N A I 3900 FOARD STR E ET ' F T . WORT H , T X 7 6 I I 9 F T . WORT H , TX 76 l i 9 [I ~OPEZGARC:A GROUP TEMPORARY RIGHT OF ENTRY . AT 3239 GRAYSON STREET . 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT' RECONSTRUCilON & WATER & SANITARY SEWER MAIN REPlACEMENI' ON CHILDRESS, EASTI.AND, GRAYSON, AND CU'ITER STREETS PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 DOE# 4580 3204 CHILDRESS STREET LOT XYl, BLOCK 25 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 25, Lot XYl, 3204 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of ______ , 2006. GRANTOR : (Please Print) (Signature) /~ @> --------.--------------·--------- f\' ~ '-I@ V \ ---I C><J CHILDRESS ST. a ~ ' ---------n a -- - ---- LO V I a I 0::: ~ u~ pp / I V . '4 ., '{J •• '-+r------------------1...1"':l :.';,·."v .' ·.cJ-------t -,,-------:·.{\. '~\)·:\-i 1-------------------t ~--+--. -,-;/~: -..·v-4 .". ·a · .• ·.~ -~--~---------............. :-· ·~--------· ..... • -----1 . : 4 . J. --I I I I I I I I I I I "'.". "':: ."' ."" 4 . -~-:~·{.<'_~·{:'. -~. -0- co N >-o 3:: w O+ 0 co- -<( f- f-(/) V> >-Z;;:: 80 ..J u LOT XY1, BLOCK 25 3204 CHILDRESS ST. TED M. WILLIAMS & ROBERT M. LAY 31 12 FOREST AVE. I-®- LOTZ, B 3206 CHIL TED M.-Vi & ROBERT 3112 FOR FT. WORTH, I I FT. WORTH, TX 76112 MORIARTYslsuBDIVISION I ~~!fp!.~.!urgess 777 Main Street, Fort Worth, Texu 76102 TEMPORARY RIGHT OF ENTRY AT 3204 CHILDRESS ST. ... \020Child roe01.dgn 6/20/2006 7.48.08 AM I 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONS1RUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTLAND, GRAYSON, AND CUTTER STREETS PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 DOE# 4580 3206 CHILDRESS STREET LOT Z, BLOCK 25 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 25, Lot Z, 3206 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Granter will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of _____ __, 2006. GRANTOR: (Please Print) (Signature) I e I ) \. -- I \ / I I -d. CHILDRESS ST. a 3: ' -0 a I --- L() -0 - r -- a ~ 0:::: - . . . '< :.'j ,<:l/r,/ ~ -"".: .·._. -~ I )/:< ~ ' = '-' p p """ '.:~ ::~/·:~ l .. . : : ~. .d: ~ . . ~-~<: ~ .. 4 I "';._._._· ' . . . ','d --,:,. . ~ I I I -®-I -Q)-I I CX) I"') >-• 3:: I'- 0N + ---I --<t I I . I-I I-(/) (/) >-z 3:: 0 u a ...J u I LOT Z, BLOCK 25 I w 1/2 LOT 2, BLOCK 25 I 3206 CHILDRESS ST. I 3208 CHILDRESS ST. TED M.· WILLIAMS DAGOBERTO DOMINGUEZ ETUX J. I & ROBERT M. LAY 6539 SADDLE HORSE LANE 311 2 FOREST AVE. FT. WORTH, TX 76119 FT. WORTH, TX 76112 I I MASONIC HOME ADDITION M9 RIARTYS,SUBDIVISION i I TEMPORARY RIGHT OF ENTRY 2004 CAPITAL IMPROVEMENT PROJECT AT 3206 CHILDRESS ST. PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT Carter=Burgess ON CHIWRESS, EASTLAND GRAYSON AND Cuter & Burpss, Inc. CUITER STREETS ' ' PROJECT NO. 014020 777 M ain Sb-eet., Fort Worth, Texas 76102 DOE N0.4580 ... \020Child roe02.dgn 6/20/2006 B:03 :49 AM - 2004 CIP CONTRACT 14 DOE# 4580 3301 CHILDRESS STREET LOT 12, BLOCK 19 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 19, Lot 12, 3301 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately pnor to accessing the Property under this Right of Entry. EXECUTED this the __ day of ______ , 2006. GRANTOR: (Please Print) (Signature) 0 LOT 12, BLOCK 19 3301 CHILDRESS ST. ANTONIO VASQUEZ ETUX MARIA G. 1318 LEE AVE. FT. WORTH, TX 76106 JO"OAK ~ >-,._ 3:: 0 O+ co - -<! I- I-l/) l/) >-z 3:: Oo (.) _J u "·. ·.::~: ~ ~ ~--~~ .· ·4 1·.4 .'L ·. ··. · '\ 7 ' V •-• I -- CHI LDRESS ST. 1---,-----------------T--'---- I 1----------------- I Carter=Burgess Carter & Bu,w-. Inc. 777 MaJ'I Street. Fort Worth, T-76102 TEMPORARY RIGHT OF ENTRY AT 3301 CHILDRESS ST. ... \020Child_roe13 .dgn 6/19/2006 4:09:11 PM I I I MASONIC HOME ADD LOT 1 1 , B 3309 CHILD BETTY M. 3309 CHILD FT. WORTH, -- ·c,· ~--. 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EAST1AND, GRAYSON, ANO CUTTER STREETS PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 DOE# 4580 3312 CHILDRESS STREET LOT 2, BLOCK 24 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 24, Lot 2, 3312 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of ______ , 2006. GRANTOR: (Please Print) (Signature) 0 -0---0- -- 1,----1,---'•.____, ,; . .· ~-.; . :_.,_i.+:=============t=========+-----i:========iiiia====,r....fl7 ·~ .. 4 . Ii 1 ):\' ... ·,:·\~\~, LJ = v./:~.·:.·.:i:~ CHILDRESS ST. ---,-~------ I 24 5 ST. BAPTIST CHURCH R ST. 7611 9 )N 2ND FIL ING O"> N >-.• ~ O"> olD + -co o- r') <( 1-- 1--l/) l/) >-z ~ Oo u ...J u LOT 2, BLOCK 24 3312 CHILDRESS ST. NEW BETH EDEN MISSIONARY BAPTIST CHURCH 3208 WILBARGER ST. FT. WORTH, TX 76119 TEMPORARY RIGHT OF ENTRY AT 3312 CHILDRESS ST. 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER ~N REPLACEMENT Carter==Burgess Carter & Butge111, Inc. 777 Mal Street, Fort Worth, Texas 76102 ... \020Child_roe14.dgn 6/19/2006 4.12.17 PM ON CHILDRESS, EASTLAND, GRAYSON, AND ClJTTER STREETS PROJECT NO. 014020 DOE N0.-4580 2004 CIP CONTRACT 14 DOE# 4580 3309 CHILDRESS STREET LOT 11, BLOCK 19 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 19, Lot 11, 3309 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of _____ ~ 2006. GRANTOR: (Please Print) (Signature) 0 MASONIC HOME ADDITION 2ND FILING LOT 11 , BLOCK 1 9 3309 CHILDRESS ST. BETTY M. MAULSBY 3309 CHILDRESS ST. FT. WORTH, TX 76119 ·-l LJ l!!M \ CHILDRESS ST. ---'-+--------- 11 Carter=Burgess Carter & Burges,, Inc. 777 Main Street., Fort Worth, Texas 76102 a s: .... a 0 -, \ '-../ --------~,------ LO a 0:::: --(8)1------ TEMPORARY RIGHT OF ENTRY AT 3309 CHILDRESS ST. 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTLAND, GRAYSON, AND CUTTER STREETS PROJECT NO. 014020 DOE N0.4580 ... \Civ\DGN\SHEETS\020Child2.dgn 6/20/2006 8:54:09 AM 2004 CIP CONTRACT 14 DOE# 4580 3317 & 3319 CHILDRESS STREET LOT lOA & lOB, BLOCK 19 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 19, Lot lOA & lOB, 3317 & 3319 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property'', for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of _____ ~ 2006. GRANTOR: (Please Print) (Signature) e J oT 10A, BLOCK 19 CHILDRESS ST. ~LENE HAGGARD EST. 1 ATTN: JAMES HAGGARD I 3 319 CHILDRESS ST. FT. WORTH, TX 76119 ~ ~ CX) 0~1 ~I PROPOSED ~ <( I- I-V) Vl >-z 3:: Oo u LOT 108, BLOCK 19 3319 CHILDRESS ST. JAMES DEWEY HAGGARD 3319 CHILDRESS ST. FT. WORTH, TX 76119 >-N 3:: ~ D + :...~ I ~ <( I t,;~ !ROPOSED 8~ ETAINING _J ALL u I RETAINING WALL I --& I di ,~ PROPOSED ~ RETAINING . ··d-v : ·" ' . '., :·. 20 WA L L7 ::. :.\ I .. " ... 4.,_----------"ft-::..:..-c1:·~~ ...... --'-... --+-&M ~ ................................ -.... -........ .,....,..-"-:-!~ ~· I I I :'~ \~·:: ... ,. ·.,,: 4 · '4 .<::, l-----+---t--------11 · . ., . · .!----------id .· i ,· : ~·~ 1-------+--H 'j .·:rp:·:: .. :~ ~ ;.·~:\~:.· ~, L----------t • N 89° 1 9 I 1 1 a 31 II E 3: .... c'I . -------I LO V 20+00 . CHILDRESS ST. ~ .. ·.-./ ' -I \ \ .<1 ·p · : .. ·,.".7 l!!!!l ......, pp p· .: .. ::;, ,<, 1-------1------------...!....!-------"1\ .. "il. · .• ,:-o.·: :·~·.·I--'<-\---,·~·~:.···-~._-.:~: -- 4 · q 4 .· · · 1-------4------------------"-"1·~---q:-•'O, \ •<o, ::~.--~~· ·-- h-------_.,__ ____ ----......,.::==ii==:::ii::==~=:=;F=4.....;.;;......;,--,-,...L....... ........... e--.J-M I I I Car1rer=Burgess Cattar & Burgess, Inc. 777 Mal Street;, Fort Worth, Texas 7 6102 TEMPORARY RIGHT OF ENTRY AT 3317 & 3319 CHILDRESS ST. ... \020Child_roe16&17.dgn 6/19/2006 3:58:34 PM I I I 1 9 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTLAND, GRAYSON, AND CUTTER STREETS PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 DOE# 4580 3321 CHILDRESS STREET LOT 9, BLOCK 19 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Granter", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 19, Lot 9, 3321 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property'', for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Granter will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of _____ , 2006. GRANTOR: (Please Print) (Signature) DCK 19 ss s . LOT 9, BLOCK 19 3321 CHILDRESS ST. BARBARA S. DANIELS 3321 CHILDRESS ST. FT. WORTH, TX 76119 3 HAGGARD SS ST. K 76119 -0 >-• 3:: 0 Cl r-- 3 FT 0 , N ___ ,_cH~LDRESS ST_. -- . 3: .... n . ----- -u I L1l . er ~~· •. .:J,..,. '.J<r. .·.•.· ·:·· ',/' ,.,_ .. :":1:;,~--~ / \ ,·.·.~·-" .. :_"::·· ~ p;p·.··,,.·11------i ;.__ .'I ·· .. ·.'-1 ,· \ "-o .·,'1!1 .... 1-i-==--------------t----11:,D, . .'~::;/-> ~~-:·~-·.·. . .. y .·.~. ·-. . :· ·q '',...,._. ._<I . ·.·:4 , 1-----i ~,··;~ ~ 8= .. : -®-I I l I Caner=Burgess C..rter & Burgasa:, Inc. 777 M.al Street,, Fort Worth, Texas 7610 2 TEMPORARY RIGHT OF ENTRY AT 3321 CHILDRESS ST. 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTLAND, GRAYSON, AND CUTTER STREETS PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 DOE# 4580 3324 CIDLDRESS STREET LOT 4, BLOCK 24 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 24, Lot 4, 3324 Childress I Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway constrnction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at- which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of _____ _, 2006. GRANTOR: (Please Print) (Signature) 0 I I CH I LDRESS ST. ..... ,.--., D .__ ___ -------------i-------------_ _..l.L.[)._L-1---o"'-- D 0:: .......... '' 4 . . . .. ..,.,.. ~ ........ q .... '(/ i . : , -~ ~ ·p,n ·· . : v , . "::·•.·." ~--'-----------------;L· ~,.-.., 4 -11----------1, · ·4 ~--.:"'. ::4_._~ -~-'°'.~<' .-.. ~~- . 'fl .. too .: 4 - 1---------C:J-_-----------t.~. ~--~ ·. · .. Jt~-=-=-=-j~·~~~~· ·.:..:· ~~· ::i"==~=-t-=-=-=-=j :-~--~~~-~: LOT 4, BLOCK 24 3324 CHILDRESS ST. JUAN VASQUEZ ETUX ELOISA 5324 CHILDRESS ST. FT. WORTH, TX 76119 I~ >-• ,;: V o-+ ~<t: I- I-V) V) >-z 3:: Oa u _J u -231-----+ WEST 50' LOT 5, BLOCK l I 3332 CHILDRESS ST. I I I ALTON C. CRYER ETUX CHERRY R. 3332 CHILDRESS ST. FT. WORTH, TX 76119 I TEMPORARY RIGHT OF ENTRY AT 3324 CHILDRESS ST. 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT Carter=Burgess Carter &i Burgess, tnc. 777 Mal St7eet, Fort Worth, Texas 76102 ON CHILDRESS, EASTLAND, GRAYSON, AND CUTTER STREETS PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 DOE# 4580 3333 CHILDRESS STREET LOT C, BLOCK 19 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 19, Lot C, 3333 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately pnor to accessing the Property under this Right of Entry. EXECUTED this the __ day of ______ ., 2006. GRANTOR: (Please Print) (Signature) 0 >-• 3:: 0 ol""> + :_N -<( I- ~ l/) l/) >-:z 3:: 80 ...J u LOT C, BLOCK 19 3333 CHILDRESS ST. JOE H. HARBOUR 3333 CHILDRESS ST. FT. WORTH, TX 76119 I -@- PROPOSED RETAINING WALL C ILDRESS ST. ~·~.: :··_. "(1 • ·: .. · 11----,,_' ..... . ~. . .. :v · :~< I LOT B, BLOCK 191 3339 CHILDRESS Si. CLAUDIA DONZELLA HENDERSON 3339 CHILDRESS ST. FT. WORTH, TX 76119 PROPOSED--___, RETAINING WALL . s: J 5"0AK TEMPORARY RIGHT OF ENTRY AT 3333 CHILDRESS ST. 2004 CAPITAL IMPROVEMENT PROJECT PAVEMEl'fT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPI.ACEMEl'fT ca;r=Burgess Cart:llr & urpu, Inc. 777 Ma s~ Fort. Worth, Te,cas 76102 ON CHILDRESS, EASTlAND, GRAYSON , AND CUTTER STREETS PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 DOE# 4580 3339 CIDLDRESS STREET LOT B, BLOCK 19 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a I temporary right of entry onto property described as Block 19, Lot B, 3339 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns , for the purposes set forth above . Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ______ , 2006 . GRANTOR: (Please Print) (Signature) ~ I LOT C, BLOCK 19 I 1- ( - ~ 3333 CHILDRESS ST. JOE H. HARBOUR 3333 CHILDRESS ST. I FT. WORTH, TX 76119 I ,d . :.1q: ·4 .. _~. '::.. :,~-. . :·.·" PROPOSED RETAINING WALL I LOT B, BLOCK 19 1 3339 CHILDRESS Si. CLAUDIA DONZELLA HENDERSON 3339 CHILDRESS ST. FT. WORTH, TX 76119 :_N -<( I- f-V) V) >- Z 3: Oo u ...J u I -@- I \ PROPOSED--+-1 ----. 1 RETAINING 1 WALL ' D 1-------'Cr.--l~DRESS ST~ -------_ ---_ ~ 1 -~~,--~ ~ ~ -- I I I Cal1er=Burgess Carbtr & 8urpa, Inc. 777 Main ' Str.et. Fort Worth, Texas 76102 TEMPORARY RIGHT OF ENTRY AT 3339 CHILDRESS ST. 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTLAND, GRAYSON, AND CUTTER STREETS PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 DOE# 4580 3343 CHILDRESS STREET LOT A, BLOCK 19 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 19, Lot A, 3343 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights. and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of ______ , 2006. GRANTOR: (Please Print) (Signature) I I DD I Tl Ot 2ND FILING CK 19 ESS ST .1 I HENDtRSON ESS ST. X 7 611 I I PROPOlED RETAI~ING, WAL L'._ . 0:: Carter=Burgess Carter & 1Burgesa1 Inc. 777 Main Street, Fort Worth, Te,cu 76102 0 U) >-• 3: 10 0 '¢ + N :_N ~ <( 1- .....: V> V> >-z 3: Oo u _J u LOT A, BLOCK 19 3343 CHILDRESS ST. MAURA PONCE 3343 CHILDRESS ST. FT. WORTH, TX 76119 PROPOSED RETAINING WALL TEMPORARY RIGHT OF ENTRY AT 3343 CHILDRESS ST. 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN RfPlACEMENT ON CHILDRESS, EASTI.AND, GRAYSON, AND ClJTTER STREETS PROJECT NO. 014020 DOE N0.4580 I 0 I \.. - '\ /' I ~ CHILDRESS ST . 0 :s: ' I ---a 0 --0 -I -,_ LO 0 0:: ........... 'e y . . 7 • . :::. .,q/,,/ -''-. : . ·._. f · ·:- : .'{f ,4 . : 4 I = .._, PP . :4 ·.~ .. = '"'<::;,_ -:-.1 4 .· .4 .. ' ·-.·· ,; . ..,._ .. ... ., .· -' .4:..; .. _ I . . . ··"" ~--... I -- I I -®-I -0-I I co l"1 >-r---3::: N 0 + ---I --<x: I I I-I I-l/') l/') >-z 0 3::: u 0 _J I u I LOT Z, BLOCK 25 I w 1/2 LOT 2, BLOCK 25 I .3206 CHILDRESS ST. I 3208 CHILDRESS ST. TED M. WILLIAMS DAGOBERTO DOMINGUEZ ETUX J. & ROBERT M. LAY 6539 SADDLE HORSE LANE 311 2 FOREST AVE. FT. WORTH, TX 76119 FT. WORTH, TX 76112 I I MASONIC HOME ADDITION MORIARTYS1SUBDIVISION I I I I TEMPORARY RIGHT OF ENTRY 2004 CAPITAL IMPROVEMENT PROJECT' AT 3206 CHILDRESS ST. PAVEMENT RECONSTRUCTION & WATER & Carter=Burgess SANITARY SEWER MAIN REPLACEME ~ ON CHILDRESS, EASTLAND GRAYSON D Cartier & Burpes~ Inc. CUTTER STREETS ' ' 777 Main Stn,et, Fo rt Worth, Texas 7 6102 PROJECT NO. 014020 I DOE N0.4580 ... \020Child roe02.dgn 6/20/2006 8:03 :49 AM 2004 CIP CONTRACT 14 DOE# 4580 3301 CHILDRESS STREET LOT 12, BLOCK 19 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 19, Lot 12, 3301 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of ______ , 2006. GRANTOR: (Please Print) (Signature) 0 LOT 12, BLOCK 19 3301 CHILDRESS ST. ANTONIO VASQUEZ ETUX MARIA G. 1318 LEE AVE. FT. WORTH, TX 76106 CHILDRESS ST. ,_ _____ ----------------T ~------------------- I") (1) >-,._ :s:: 0 0 + co -<I: I- I-V) V) >-z :s:: Oo u ...J u -- I TEMPORARY RIGHT OF ENTRY AT 3301 CHILDRESS ST. Carter=Burgess Carter & Burgess, lnc. 777 Main Saeet, Fort Worth, Texas 76102 ... \020Child_roe13.dgn 6/19/2006 4:09:11 PM MASONIC HOM£ ADD LOT 1 1 , B 3309 CH ·LD BETTY Iv. 3309 CHILD FT. WORTH, ;, f. ------J m \ -- I I I . .,.. t? ... ,~ 2004 CAPITAL IMPROVEMENT PROJEC PAVEMENT RECONSTRUCTION & WA"fER & SANITARY SEWER MAIN REPLACEMEN ON CHILDRESS, EASTlAND, GRAYSON, ~D CUTTER STREETS PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 DOE# 4580 3312 CHILDRESS STREET LOT 2, BLOCK 24 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 24, Lot 2, 3312 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2006. ---------- GRANTOR: (Please Print) (Signature) I ?"ntil( - CHILDRESS ST. 1-----~,--'-------- I 24 5 ST. I I BAPTIST CHURCH R ST. 7611 9 I )N 2ND FILING I ~~ ~ 1--------- ------lo~-- 0) N >-.• 3: 0) olD + ' co 0~ I")<( f- f-V> V> >- Z 3: Oo u ...J u LOT 2, BLOCK 24 3312 CHILDRESS ST. NEW BETH EDEN MISSIONARY BAPTIST CHURCH 3208 WILBARGER ST. FT. WORTH, TX 76119 I TEMPORARY RIGHT OF ENTRY AT 3312 CHILDRESS ST. 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT Carter==Burgess Cartier & Burgess, Inc. 777 Main Street., Fort Won:h, Texas 76102 ... \020Ch,ld_roe14.dgn 6/19/2006 4.12 .17 PM ON CHILDRESS, EASTLAND, GRAYSON, AND ClJTTER STREETS PROJECT NO. 014020 DOE N0.'4580 2004 CIP CONTRACT 14 DOE# 4580 3309 CHILDRESS STREET LOT 11, BLOCK 19 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 19, Lot 11, 3309 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of _____ _, 2006. GRANTOR: (Please Print) (Signature) 0 MASONIC HOME ADDITION 2ND FILING LOT 11, BLOCK 19 3309 CHILDRESS ST. BETTY M. MAULSBY 3309 CHILDRESS ST. FT. WORTH, TX 76119 I LJ I \ CHILDRESS ST. Carter=Burgess Carter & Burgess, Inc. 777 Main Street., Fort Worth, Texu 76102 D 3;: 0 -, \ LI) ...__,, . 0::: -----te--- TEMPORARY RIGHT OF ENTRY AT 3309 CHILDRESS ST. ... \Civ\DGN\SHEETS\020Child2.dgn 6/20/2006 8:54:09 AM I I. 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WAtER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTLAND, GRAYSON, AND CUITER STREETS PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 DOE# 4580 3317 & 3319 CIDLDRESS STREET LOT lOA & lOB, BLOCK 19 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 19, Lot lOA & lOB, 3317 & 3319 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of _____ _, 2006. GRANTOR: (Please Print) (Signature) 0 LOT 10B, BLOCK 19 3319 CHILDRESS ST. LOT 10A, BLOCK 19 CHILDRESS ST. JAMES DEWEY HAGGARD 3319 CHILDRESS ST. ALENE HAGGARD EST. 1 ATTN: JAMES HAGGARD I 3319 CHILDRESS ST. FT. WORTH, TX 76119 FT. WOR TH, TX 76119 ~ ~N PROPOSED I RETAINING WAL L ' >-• 3:: co 0~1 ~I -<! I- I-V) 1/) >-z 3:: Oo u di 0 + ~~ I -<! I tn: !ROPOSED I 615 ETAININ Q; u _J All 'c-:! PROPOSED ~)-RETA I N I NG . . d-v : ., . ·": \~:.~ WALL7 _·_.~:::_:·:~ •. \:_. % I I ~ ,; .-,,-. .,: .i : . ., d ..... . ·.: <1 ··~~ "-----t------1-.:-:.\~~~..J.·,-....-------~1 ~ .· ,q 4 ·. • .<., ·". ·."· : ": : : :.. ·.":' . 1-------4---H l------t-----------11 . . . 4. i -: 4v . -.··. : ~ 4. -v, ._:." lwil . 4° ' <., ' ' ' ' . 3: .... "' 0 - LO \J . ~ Caner=Burgess carter & Burgesa:, Inc. 777 Main S~ Fon: Worth, Texas 76102 -V ' = ./ • • ', \..:\. 1· f ·_·-~·. :_.'. '.~ .•. •-v._. . . L.....--------t N 89° 1 9' 11.31 11 E -----I -I 20+00 CHILDRESS ST. ~'L.-· .. ·-.. -. ··"'... . ·._ .. / TEMPORARY RIGHT OF ENTRY AT 3317 & 3319 CHILDRESS ST. I I I 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTLAND, GRAYSON,~D CUTTER STREETS PROJECT NO. 014020 DOE N0.4560 ... \020Child __ roe16& 17.dgn 6/19/2006 3:58:34 PM 2004 CIP CONTRACT 14 DOE# 4580 3321 CHILDRESS STREET LOT 9, BLOCK 19 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Granter", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 19, Lot 9, 3321 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of ______ , 2006. GRANTOR: (Please Print) (Signature) bCK 19 SS ST. HAGGARD SS ST. k 76119 CH I LDRESS ST. LOT 9, BLOCK 19 3321 CHILDRESS ST. BARBARA S. DANIELS 3321 CHILDRESS ST. FT. WORTH , TX 76119 -0 >-o 3: r-- 0 0 ' N -<{ f- • l/) f- l/) >-z 3: Oo u . s .... n _• 3 3 FT 1--------------------------Lf) I.....) ' -------. 0::: i--:-..~-,-.-;'-~ . -.. _.,_. ·-· ."/ . 7 "i t,·,: ... ::;,"-~ I\ \.·."."t>.·.:":::· rt!M p;p :,'·.,·,/,~~ L---·_q -:.;.:·~·.· ". q 1--.i...==--------------t----,'f;,c,_ .:~::d.·_'v .·.-o-.. \ -~ .. ·.<V ~ •• <I ...... .,, i--. ;,"."o _.... .... I :_~·_: _:~ ;,_d_.-_~_~··· r-;, ·-'lr -~ .. :. _.___.____. --1-------='-'-'~---------:~7~--~-I \--&) ~ I I I Carter=Burgess Carter & Burgas.-~ Inc. 777 "'1.a.ln Street., Fort Worth, Texas 76102 TEMPORARY RIGHT OF ENTRY AT 3321 CHILDRESS ST. 2004 CAPITAL IMPROVEMENT PRO)EC , PAVEMENT RECONSTRUCTION & WAf ER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTI.AND, GRAYSON,~D CUTTER STREETS PROJECT NO. 0!4020 DOE N0.4580 I 2004 CIP CONTRACT 14 DOE# 4580 3324 CIDLDRESS STREET LOT 4, BLOCK 24 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 24, Lot 4, 3324 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway constmction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at - which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of _____ _, 2006. GRANTOR: (Please Print) (Signature) I 0 rv-. 4 •.. . /i:~: ..,~:.'( .. :. ·:;/."q · : _.·~-"v .. · .. :.~ ~. • . __ :~' ... 4_._.< V • ' --c,,;~: .. :.'4 .1",j, 4• '' --._.(/ •',,'A "• I 5"0A~ l~_-·:.: ~.,_.:-~:-all!::_1 _5'•' _E_L~---1--~~-•--..11..1-1-5·-·o_AK ___ t--( ...... -Yl: : ;:i:.s;f<:14---------1' _' -'=-----1 \ •t_·.··.<-·~----~· .. -., ~ ( ) ) ., .. ., .. "'\ I l ~ L •<;7 .. .. ., .I.I. ) '--"-r \,_,_ ,i1 _-· . • . /:~ II,._ . --. ~-. '• -. . .. CH I LDRESS ST. ..... n a ...__ ___ -------------i--------------~LD-'"+-D"-- a n::: p;p :-. ., ·..;.· ., ": .... L--------------------lll>'.:9:::;,.1;.'1------... ""·~::~--~,d- •• f:J --~.:". " I ~-------:8=· -_-------_-_--l-~-~·.": . ~:..· .• -~·i::=====---W--~-1 1--,,-------......::::::~___.--___,. _ _.... _ ___,,_ ___ tt.· _-;8. ·-v:' ~.--1-. _#r--~-4-<----'----'----+-·----'----1 LOT 4, BLOCK 24 3324 CHILDRESS ST. JUAN VASQUEZ ETUX ELOISA 3324 CHILDRESS ST. FT. WORTH, TX 76119 ,' ._., >-• 3:: V D+ ~N ~ <( f- f-V) V) >-z 3:: Oo u ...J u 1-----12 31-----1 WEST 50' LOT 5, BLOCK~ I 3332 CHILDRESS ST. I I I I ALTON C. CRYER ETUX CHERRY R. 3332 CHILDRESS ST. FT. WORTH, TX 76119 I TEMPORARY RIGHT OF ENTRY AT 3324 CHILDRESS ST. 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPI.ACEM ENlj ON CHILDRESS, EASTlAND, GRAYSON, AN D CUTTER STREETS PROJECT NO. 014020 DOE N0.4580 Carter=Burgess Cattltr & Burp:u, Inc. 777 Main 5-Fort Worth, Texas 76102 2004 CIP CONTRACT 14 DOE# 4580 3333 CHILDRESS STREET LOT C, BLOCK 19 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 19, Lot C, 3333 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately pnor to accessing the Property under this Right of Entry. EXECUTED this the __ day of ______ ., 2006. GRANTOR: (Please Print) (Signature) LOT C, BLOCK 19 3333 CHILDRESS ST. JOE H. HARBOUR 3333 CHILDRESS ST. FT. WORTH, TX 76119 0 >-• ;;::O or0 + :_ N -<! I- ._: l/) l/) >-z ;;:: Oo u _J u . . 4 .. . ·./;:~: ~t :. :.'•~:. PROPOSED RETAINING WALL CHILDRESS ST. I LOT B, BLOCK 19 1 3339 CHILDRESS si. CLAUDIA DONZELLA HENDERSON 3339 CHILDRESS ST. FT. WORTH, TX 76119 PROPOSED--+----. RETAINING WALL TEMPORARY RIGHT OF ENTRY AT 3333 CHILDRESS ST. 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATE R & SANITARY SEWER MAIN REPlACEMENli Carter=Burgess Cartar & Burges,, Inc. 7 7 7 Main Street,. Fort. Worth, Texas 76102 ON CHILDRESS, EASllAND, GRAYSON , D CUTTER STREETS PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 DOE# 4580 3339 CHILDRESS STREET LOT B, BLOCK 19 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 19, Lot B, 3339 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of ______ , 2006. GRANTOR: (Please Print) (Signature) LOT C, BLOCK 19 3333 CHILDRESS ST. JOE H. HARBOUR 3333 CHILDRESS ST. FT. WORTH, TX 76119 PROPOSED RETAINING WA LL CHILDRESS ST. I LOT B, BLOCK 19 1 3339 CHILDRESS Si . CLAUDIA DONZELLA HENDERSON 3339 CHILDRESS ST. FT. WORTH, TX 76119 '<T '<T >-• :;:: lO 0 co + :_N ~<{ r- ~ (/) V) >-z :;:: Oo u ...J u PROPOSED--+--., RETAINING WALL TEMPORARY RIGHT OF ENTRY AT 3339 CHILDRESS ST. 2004 CAPITAL IMPROVEMENT PROJE PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT Carter=Burgess Cartar &: Burgess, Inc. n7 Main Street. Fort Worth, Tex.as 76102 ON CHILDRESS, EASTLAND, GRAYSON, AND CUITER STREETS PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 DOE# 4580 3343 CHILDRESS STREET LOT A, BLOCK 19 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Granter", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 19, Lot A, 3343 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Granter will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of ______ , 2006. GRANTOR: (Please Print) (Signature) I I DDITIOt 2ND FILING CK 19 ESS ST ·1 I I HENDtRSON ESS ST. X 7511 I I PROPOlED RETAI~ING 1 WALL 0:::: Carter=Burgess Carter &: Bu,aess, Inc. 777 Main Sheet, Fort Word,, Texas 76102 0 li) >-• 3: r<) o"'1" + N :_N -<t I- ...: Vl Vl >- Z 3: Oo u _J u LOT A, BLOCK 19 3343 CHILDRESS ST: MAURA PONCE 3343 CHILDRESS ST. FT. WORTH, TX 75119 PROPOSED RETAINING WALL TEMPORARY RIGHT OF ENTRY AT 3343 CHILDRESS ST. 0 ro >-• 3:0 0 ':? r<) :_ N -<t I- ...: Vl Vl >- Z 3: Oo u 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTIAND, GRAYSON, AND CUlTIR STREETS PROJECT NO. 014020 DOE N0.4560 2004 CIP CONTRACT 14 DOE# 4580 3401 CHILDRESS STREET W Yi LOT 12, BLOCK 20 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 20, W Y2 Lot 12, 3401 Childress Street, Fort Worth , Tarrant County, Texas , hereinafter referred to as the "Property'', for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto , anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of _____ ., 2006. GRANTOR: (Please Print) (Signature) I I I I I I I I I I I I I I I I I I I MASONIC HOME ADDITION 2ND FILING W 1/2 LOT 12, BLOCK 20 E 1/2 LOT 12, BLOCK 20 W 1/ 3401 CHILDRESS ST. 2 3405 CHILDRESS ST. 34 NANCY RANGEL 3405 CHILDRESS ST. FT. WORTH, TX 761 19 PROPOSED-----. RETAINING WALL I~ -10 c_;:i <:;)" :_ N -<{ f- ~ (/') (/') >-z 3: 18 0 I ...J u 9 RONALD REED 3418 CHILDRESS ST. FT. WORTH, TX 76119 MB PROPOSED-----. RETAINING WALL 931 FT CHILDRESS ST. n--------------l"I j . . 4 ''(,,. TEMPORARY RIGHT OF ENTRY AT 3401 CHILDRESS ST. 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTlAND, GRAYSON AND CUTTER STREETS ' PROJECT NO. 014020 Carter==Burgess Cart.r 1 Burges., Inc. ?77 Mi n 5-Fort Wor1h, Te:<u 76102 DOE N0.4580 ... \020Ch il d_roe29W.dgn 6/20/2006 8:10:42 AM 2004 CIP CONTRACT 14 DOE# 4580 3405 CHILDRESS STREET E Yi LOT 12, BLOCK 20 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 20, E Yi Lot 12, 3405 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of _____ ~ 2006. GRANTOR: (Please Print) (Signature) I I I I I I I I I I I I I I I I I I I MASONIC HOME ADDITION 2ND FILING W 1/2 LOT 12, BLOCK 20 E 1/2 LOT 12, BLOCK 20 3401 CHILDRESS ST. 2 3405 CHILDRESS ST. NANCY RANGEL 3405 CHILDRESS ST. FT. WORTH, TX 76 11 9 PROPOSED---. RETAINING WALL I>-• I,;: N 0 + ' "1" ~ N RONALD REED 3418 CHILDRESS ST. FT. WORTH, TX 76119 PROPOSED-~ RETA I NING WALL CHILDRESS ST. W 1/ 34 931 FT TEMPORARY RIGHT OF ENTRY AT 3405 CHILDRESS ST. 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPlACEMENT ON CHILDRESS, EASTlAND, GRAYSON AND CUTTER STREETS ' PROJECT NO. 014020 DOE N0.4580 Car r=Burgess Carter & Burgess, Inc. 7 7 7 M Sb'eet, Fort Worth, Tcxu 76102 ... \020Chi d_roe29E.dgn 6/20/2006 8:09:06 AM 2004 CIP CONTRACT 14 DOE# 4580 3406 CHILDRESS STREET E Yi LOT 1, BLOCK 23 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 23 , E Yi Lot 1, 3406 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees , agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ______ , 2006. GRANTOR: (Please Print) (Signature) I e I I ~ I . . . . -:.-~~>:~:Y .·. ·4.·."':~:t . ·.'4 .'. I ,/ . s: . I/ ~ U I . 0::: CHILDRESS ST . --------------------------- 25 I, 1-------1---------~' ·-.~ ... ~·-.·.···11--------------:-:·."'·,.,..,.~·-,_ --=l\'i!ij'--''- 1 ., . ' .... ·. .·: ,"4~-:~ .. -r;. --~--fl-----------li~:_~:/:~ ,~I_ 4 · : 4 . . ··1-------1 . 4 . ~. . '!4-I-------1 ------ W 1 /2 LOT 1 , BLOCK 23 3 400 CHILDRESS ST. JiRENDA THOMAS I 3 400 CHILDRESS ST. FT. WORTH, TX 76119 Carter==Burgess Carter & Burgem, Inc. 777 Ma;i Street, Fort Worth, Texas 7 6102 I I I I :-'q ·d ··. ·. l'(j 4 . ;. ::4_ .q . .; . " _ __..__._··-1~ .. .;: :~~~:. I~ 0) ,q- >-• 3:: co 0 c:;:i ,q- :--N -< f- f-(/) (/) >-z 3:: 8 0 E ....I u 1/2 LOT 1, BLOCK 23 3406 CHILDRESS ST. PAULINE R. GONZALEZ 2632 COUNTRYSIDE LANE FT. WORTH, TX 76133 I-®- I I I I MASON TEMPORARY RIGHT OF ENTRY AT 3406 CHILDRESS ST . 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTLAND, GRAYSON, AND ClJITER STREETS PROJECT NO. 014020 DOE N0.4580 ... \020Child_roe30 .dgn 6/20/2006 8.16 .03 AM 2004 CIP CONTRACT 14 DOE# 4580 3409 CHILDRESS STREET W Yz LOT 11, BLOCK 20 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 20, W Yi Lot 11, 3409 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of ______ , 2006. GRANTOR: (Please Print) (Signature) LING1 BLOCK 20 ESS ST. ~EEO ESS ST. X 76119 W 1/2 LOT 11, BLOCK 20 3409 CHILDRESS ST. JERRY THOMPSON 9312 CAPE ROYALE DR. FT. WORTH, TX 76179 r- 1.D >-• 3: I.O 0 t; ,q- :... N -<( t- i t-(/) I (/) >-z 3: 8 0 ...J u CHILDRESS ST. E 1/2 LOT 11, BLOCK 20 3411 CHILDRESS ST. I AMELIA D. MURILLO I & JOSE RUIZ 3411 CHILDRESS ST. FT. WORTH, TX 76119 . ~ .... I I (""'\ . ---------~,---------2-s:o_o _______ _ LI) . 0:: t--------~'.)(:.-\·I --=~"'-r''-'n4-,nL----++------+------__:_=-=i i~ ~.~:./.:~~.: ------____ ...j._ -------·-' ---------.---1 :~: .. ~f :. ~~~!:=,!"rgess 777 MaJ Street, Fort Worth, Texas 76102 TEMPORARY RIGHT OF ENTRY AT 3409 CHILDRESS ST. 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTLAND GRAYSON AND CVITTR STREETS ' ' PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 DOE# 4580 3408 CIDLDRESS STREET LOT 2, BLOCK 23 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 23, Lot 2, 3408 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of ______ ., 2006. GRANTOR: (Please Print) (Signature) I I CHILDRESS ST. . :s: ' ,-.., . ---------------,--------------~o- 25+00 m . 0::: ··. ·.·.~-:-. l!/l!l ~ nn t----------------11 .. ·"' 4 -.. 1-----='------------------------1 • : : ;,_ ·.": Q • ---------------1'1 ,;. : 4 - . ·i------------+----+------------1 ,4 .<, -~ -----------+-------------- ~ LOT 1, BLOCK 23 6 CHILDRESS ST. INE ~-GONZALEZ COUNTRYSIDE LANE WORT 1 H, TX 76133 I Carter==Burgess C.a~r & Burges,, Inc. 777 Main Street, Fort Worth, Texas 76102 I I I ... 4 . ; .. -4 .. _~ .. : '-®- LO N >-• 3:: - Cl ~ V :_ N -<( I- I-V) V) >-z 3:: 8 Cl ....J u LOT 2, BLOCK 23 3408 CHILDRESS ST. MARIA E. PEREZ 3408 CHILDRESS ST. FT. WORTH, TX 76119 MASONIC HOME ADDITION 2ND FILING TEMPORARY RIGHT OF ENTRY AT 3408 CHILDRESS ST. 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPIACEMENT ON CHILDRESS, EAST1AND, GRAYSON, AND CUTTI:R STREETS PROJECT NO. 014020 DOE N0.4560 ... \020Child roe32 .dgn 6/20/2006 8.18.23 AM 2004 CIP CONTRACT 14 DOE# 4580 3411 CHILDRESS STREET E Yi LOT 11, BLOCK 20 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 20, E Yi Lot 11, 3411 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. I TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ______ , 2006. GRANTOR: (Please Print) (Signature) LING' BLOCK 20 ESS ST . ~EEO ESS ST. X 7 61 19 W 1/2 LOT 11, BLOCK 20 3409 CHILDRESS ST. JERRY THOMPSON 9312 CAPE ROYALE DR. FT. WORTH, TX 76179 E 1/2LOT11, BLOCK 20 3411 CHILDRESS ST. I AMELIA D. MURILLO I & JOSE RUIZ 3411 CHILDRESS ST. ~FT. WORTH, TX 76119 >-LO I 3:: N I 0 + I.() :__ N -<l'. I- I-V) (/) >-I z :s: 8° I PROPOSED I d PROPOS ID RETAINING-@--RETAINING ~=::i:::;::~fk~~,;~:-~·~i·\f.L.-4-~W-AL-L---Jt'.'.·};° (WALL~· 1 > e 1 :~4~:/~.1""· --+-+---l:,,,-~-'-J.;:,,n.L.1."nlef,i1k~· :·\:~:. fV\-. 111 ~ • ) 'lv J1: /\i{ t ,_ ( ~.:.: : ·.i : • ,..,~• ~I 8 OAK ~· ~ CHILDRESS ST. .... 1-----...L.,------------r ------ 25+00 ,....., . LD u • ------- er: . . • riIAl'-' n- t--------11 ':. ·., ·~.~ .. 1------'""'=---+4,..,L----++-----+-------=-=i : : d , ·.": 0 ·1 />/J __________ ....,._ -----------------r-----1 '-@r I ~~~~,!"rgess 7 77 Main Street., Fort Worth, Tex.J: 7 6102 TEMPORARY RIGHT OF ENTRY AT 3411 CHILDRESS ST. 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & 5.6.NITARY SEWER MAIN REPIACEMENT ON CHILDRESS, EASTLAND GRAYSON AND CUTTER STREETS ' ' PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 DOE# 4580 3417 CHILDRESS STREET LOT 10, BLOCK 20 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Granter", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 20, Lot 10, 3417 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Granter will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents , representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of ______ , 2006. GRANTOR: (Please Print) (Signature) e I I LOT 1 1, BLOCK 20 CHIL DRESS ST. I I A D. MURILLO I ~ JOS B RUIZ CHIL DRESS ST. VOR TH , TX 76119 \ I PROPOSED I RETAINING WALL \ I 18 "0AK ~ r-r- >-r- 3:: 00 0 + I.{) :_ N ~ <! I- I-VJ VJ >-z 3:: 0 0 u ...J u LOT 10, BLOCK 20 3417 CHILDRESS ST. HILARIO LERMA ETUX ALBERTINA 3417 CHILDRESS ST. FT. WORTH, TX 76119 "'-I \ • 1 -::.-:~-.._;,:'~\1-----------------t i---:-.;:,,J..,....1s=· .. =o·A.,..,.K.,..------'<~---,'----__, ·. · ·. ~ ~ ',1-------ii'i_iiil-----Fi''t"".M+--(---------, ~ l /r~·: :\" ~-.. \ ."3 .. · .. · ._., --~"- CHILDRESS ST. .... 1------l..----------------, ------~ ~ I I --. 0::: - I ---,---------------"::--I"'-\__ Carter=Burgess Carter \f ~rg,,a, Inc. 777 Mal I Street, Fort Worth, Te><m 76102 I I TEMPORARY RIGHT OF ENTRY AT 3417 CHILDRESS ST. 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTlAND, GRAYSON, AND CUTTER STREETS PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 DOE# 4580 3418 CHILDRESS STREET LOT 3, BLOCK 23 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 23, Lot 3, 3418 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Gran tor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of ______ , 2006. GRANTOR: (Please Print) (Signature) . 3: 0::: LOT 3, BLOCK 23 3418 CHILDRESS ST . RONALD M. & CYNTHIA F. REED 3418 CHILDRESS ST. Ca'19r=Burgess Carter &: Burgau, Inc. 777 Mal Sb'eet,, Fort Won:h, Texas 76102 FT. WORTH, TX 76119 TEMPORARY RIGHT OF ENTRY AT 3418 CHILDRESS ST. ~ vi m I >-l!"l ~ ~ 0 + ~ N <I'. I-. l/) I- l/) >-z ~ 0 0 u -' u 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTIAND, GRAYSON, AND CUTTER STREETS PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 DOE# 4580 3425 CHILDRESS STREET LOT 9, BLOCK 20 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 20, Lot 9, 3425 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time. as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ______ , 2006. GRANTOR: (Please Print) (Signature) e ~I I ealr 11Burgess Cartar & 8urgeN, Inc. I"") N >-• ;= 0 0 ~ U) N <I'. I- I-l/) l/) >-z ;: 0 0 u _J u 7'77 Main Street., Fort Worth, Texu 76102 LOT 9, BLOCK 20 3425 CHILDRESS ST. DANIEL & ANA PASILLAS 3425 CHILDRESS ST. FT. WORTH, TX 76119 TEMPORARY RIGHT OF ENTRY AT 3425 CHILDRESS ST 0:: I 5"0AK 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTLAND, GRAYSON, AND CUTIER STREETS PROJECT NO. 014020 DOE N0.4580 2004 CIP CONTRACT 14 DOE# 4580 3437 CHILDRESS STREET LOT 8, BLOCK 20 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 20, Lot 8, 3437 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents , representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was m immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of _____ ~ 2006. GRANTOR: (Please Print) (Signature) 0 MAS ONIC HOME ADD I TION 2ND FILING LOT 8 , BLOCK 20 3437 CH IL DRESS ST . I I J. RANGEL ETUX MA GUADALUPE 34 3 7 CHILDRESS ST. FT. WORTH , TX 76119 s:r r---I >-0 I ;:: STAN 0 I..D + CX) ' CX) N ~ <l: F I- I-(/) (/) >-z I 0 ;:: PROPOSED u 0 I PROPOSED _J RETAINING I u RE TAINI NG --@-WALL WA LL ::.·.?<\: f 15"0 r • ;/ .· Q . .d . '<J '<J > I . '"'.:.d '{] tl' "" .. ~ 7 ' <:=/tO:,:t OAK §,J _\ l\'iM I ' I V CH IL DRESS ST. . :s: .... 0 . -1 --0 ---- l..() . 0:: ~ r---.. I 2"0AK ,,.----v"'\_ ,-.._ ' I ,,-~ ., ' 4 '' • .{/ > .. ' ) \ "\"" _;. -- -(", 4 .. \ -= ') -' .. ~-~--:< ~ ' .",q .-, ."''.'·:".\ l 1?"n~ ~ ~Y? 26;;-0AK,( r V J 12"0AK \ "v . • ''"'· .. 4. j \ ~--/ \ ,q '' ) --\.___/ ---\ I I I TEMPORARY RIGHT OF ENTRY 2004 CAPITAL IMPROVEMENT PROJECT AT 3437 CHILDRESS ST . PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT Carter==Burgess ON CHILDRESS, EASTLAND, GRAYSON , AND CUTTER STREETS Carter & Burgess, Inc. PROJECT NO. 01 4020 777 MaJn Stn.t,, f.o rt Worth, Texas 76102 DO E N0.4580 2004 CIP CONTRACT 14 DOE# 4580 3434 CHILDRESS STREET LOT 6, BLOCK 23 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 23, Lot 6, 3434 Childress Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property'', for the purpose of driveway construction in conjunction with paving and drainage improvements and water and sewer replacement. Upon execution of this agreement, Gran tor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO PIA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of ______ , 2006. GRANTOR: (Please Print) (Signature) I 0 3441 CHILDRESS ST. FT. WORTH, TX 76119 PROPOSED RETAINING WALL 15"0AK ~"\ ,...__ _______ ___i__-1._ _______ ::==+===============:::::~ CHILDRESS ST. ' ~---------------~-------~. I -LO ------- OCK 23 ~ESS gT. ALUPE RANGEL ~ESS ST. TY 7h 1Q Carter==Burgess Carter & Burgem, Inc. I I I I 777 Main Street, Fort Worth, Texas 76102 ' \ . 0::: "'(,'·,,. .. ;.: .. ''I( . ···.'" '/. "'\. ~· ... '\,.· .. ·/ >-• 3:0 00 + a, ' N ~ ~ <t ~ ~ V) l/) >-z 3: 0 0 u _J u LOT 6, BLOCK 23 3434 CHILDRESS ST. CORNELIO TAVERA ETUX MARIA 3434 CHILDRESS ST. FT. WORTH, TX 76119 TEMPORARY RIGHT OF ENTRY AT 3434 CHILDRESS ST. 2004 CAPITAL IMPROVEMENT PROJECT PAVEMENT RECONSTRUCTION & WATER & SANITARY SEWER MAIN REPLACEMENT ON CHILDRESS, EASTLAND, GRAYSON AND CUTTER STREETS ' PROJECT NO. 014020 DOE N0.4580 ... \020Child roe40 .dgn 6/20/2006 8:19:55 AM