Loading...
HomeMy WebLinkAboutContract 36574CITY SECRETARY Y. 0.0.E. FILE CONTRACTOR'S B0 Nl?)IN8rC0JoNs AND CONTRACT DOCUMENTS FOR CONSTRUCTION'S COPY CLIENT SJ:REF.r..llECQNSTRUCTION, WATER AND SANITARY SEWER REPLACEMENT uEPARJMfNJ 2004 CIP CONTRACT 37 SARGENT STREET -EAST LANCASTER AVENUE TO HAWLET STREET UPTON AVENUE -PANOLA AVENUE TO HAMPSHIRE BOULEVARD PROJECT NO. 00296 UNIT I-WATER PROJECT NO. P253 531200 608170029633 UNIT I-SEWER PROJECT NO. P258 531200 708170029633 UNIT II-STREET PROJECT NO. C200 531200 208400029633 D.O.E . NO. 5147 Water Department No. X-19429, TPW No. K-1970 IN THE CITY OF FORT WORTH, TX 2007 FORT WORTH MICHAEL J . MONCREIF MAYOR CHARLES R. BOSWELL CITY MANAGER MARCA. OTT ASSIST ANT CITY MAN AGER A. DOUGLAS RADEMAKER, P .E. DIRECTOR, DEPARTMENT OF ENGINEERING ROBERT D. GOODE, P .E. DIRECTOR, DEPARTMENT OF TRANSPORTATION & PUBLIC WORKS S. FRANK CRUMB, P.E . ~ /Jr DIRECTOR, WATER DEPARTMENT . U· . ___ ...: ~,,,, --~E. OF r~ ~ \ ;;(,,.~ ....... 5.:r. ,. ;' <":, •• •• * ··::Vd' ,. Pre pare d By : , * ,.· •, * f1, /*: ·. *' ii! ••••••••••••••••••••••• : ••• ••l ~ TIMOTHY ALAN LYONS I C H2M H ILL 1·····························1 f:1'c:C)f '] ; .. ··"B0 -~ ... x-~ 2e:~ ..... :g I ~ll'n\a, i-L t ·" ra~ .. ~~:, fD'ii'tf :t:Cf'~ ,~ 1 N L~ .:'-) \::l!U U ,:;~l;:;lfi. · .~,'\: ~-"'f:J 01-31-0 8 A 1 o, 0 2 I N n ?/,'.;)rn , mt 7fS, 0-. tJ.11 M&C R eque st R eview Page 1 of 3 City of Fort Worth Employee Intranet www.dwnet.org Home I Council Agenda I M&C I Employee Directory I ACToday I Employee Classlfleds IPR.SI IT Online I Departments I Site Map Print M&C COUNCIL ACTION: Approved on 12/11/2007 -Ord. No. 17911-12-2007 DATE: CODE: 12/11/2007 C REFERENCE NO.: **C-22573 TYPE: CONSENT LOG NAME: PUBLIC HEARING: 30SARGENT00296 NO SUBJECT: Authorize Execution of a Contract with Stabile & Winn, Inc., for Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Sargent Street and Upton Avenue (Project No . 00296), and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council : 1. Authorize the City Manager to execute a contract with Stabile & Winn , Inc., in the amount of $892,437 .30 for pavement reconstruction and water and sanitary sewer main replacement on Sargent Street (East Lancaster Avenue to Hawlet Street) and Upton Avenue (Panola Avenue to Hampsh ire Boulevard); 2 . Authorize the transfer of funds in the amount of $273 ,228 .16 from the Water and Sewer Operating Fund to the Water Capital Projects Fund in the amount of $254 ,209.16 and Sewer Capital Projects Fund in the amount of $19 ,019 .00 ; and 3 . Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $254 ,209 .16 and the Sewer Capital Projects Fund in the amount of $19 ,019.00 , from available funds . DISCUSSION: On March 7 , 2006 , (M&C C-21335) the City Council authorized the City Manager to execute an engineering agreement with CH2M Hill , Inc., for pavement reconstruction and water and sanitary sewer main replacement on portions of Sargent Street and Upton Avenue . The 2004 Capital Improvement Program (CIP) includes funds for pavement reconstruction replacements on all streets mentioned above . Street improvements include pavement reconstruction , construction of standard concrete curb and gutter, driveway approaches and sidewalks as indicated on the plans . The Water Department has determined that severely deteriorated water and sanitary sewer lines should be replaced prior to street reconstruction . The project was advertised on August 16 , 2007 , and August 23 , 2007 , in the Fort Worth Star-Telegram. On October 4 , 2007 , the following bids were received: Bidders Stabile & Winn , Inc. McClendon Construction Company , Inc. Conatser Construction , TX , LP Time of Completion: 120 -Working Days Amounts $892,437 .30 $975 ,391 .00 $1 ,093 ,991 .50 http ://www.cfwnet.org /co uncil p a cket /m e review.as p ?ID=8734&councildat e= 12 /1 1/2 007 12/12 /2 0 07 M&C R equest R eview Page 2 of 3 The new pavement will consist of 8-inch concrete over 6-inch lime stabilized subgrade with 7-inch concrete curb. Funding in the amount of $37,470 .16 is included for associated water and sewer construction survey , project management , pre-construction , material testing , inspection and project close out (water $25 ,315 .16 and sewer $12 ,155.00). The contingency funds to cover change orders total $11 ,524 .00 (water $10 ,900.00 and sewer $624 .00). Funding in the amount of $101 ,7 12 .10 is required for associated paving and drainage construction survey , project management , pre-construct ion, material testing , inspection and project close out. The contingency fund for poss i ble change orders for paving and drainage improvement is $25 ,000 .00 . M/WBE-Stabile & Winn , Inc ., is in compliance with the City 's M/WBE Ordinance by committing to 29 percent M/WBE part icipat ion on this combined project. The City 's goal on this project is 22 percent. This project is located in COUNCIL DISTRICT 8 , Mapsco 78H and M . FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval of the above recommendations .and adoption of the attached appropriation ordinance , funds will be available in the current capital budgets , as appropriated , of the Wate r Cap ital Projects Fund , the Sewer Capital Projects Fund and the Street Improvements Fund . TO Fund/Account/Centers 2&3 )P253 472045 6081700296ZZ $254 ,209.16 2&3 )P258 472045 7081700296ZZ lli,019 .00 3 P253 531350 608170029652 $,§,,415 .01 ~P253 531350 608170029680 $406 .13 3 P253 531350 608170029682 $270.75 3 P253 541200 6081 70029683 $228 ,894 .00 3)P253 531350 608 17 0029684 2 707 .50 2)P253 531350 608 17 0029685 1 16 ,245 .02 ~P253 531350 608 170029691 $270 .7 5 ~P258 53 1350 708170029652 2 600 .00 J)P258 53 1350 708170029680 $195.00 3 P258 53 1350 708 17 0029682 $130 .00 2,)P258 541200 708170029683 1§,864 .00 ~P258 53 1350 7081 70029684 $1,300 .00 2.)P258 531350 7081 70029685 $7,800.00 J)P258 531350 7081 70029691 $130 .00 Submitted for City Manager's Office by~ Originating Department Head: Additional Information Contact: ------ FROM Fund/Account/Centers 2.)PE45 538070 0609020 254 209 .16 2)PE45 5380 70 0709020 19 019.00 1)P253 541200 608170029683 $217 ,994.00 1 P258 541200 708170029683 $6 ,240 .00 1)C200 541200 208400029683 668 203 .30 Marc A. Ott (8476) A. Douglas Rademaker (6157) Gopal Sahu (7949) htto :/ /www.cfwnet.org/co unci l_packet/mc _review.asp?I D =8 734&councild ate= 12/ l l /200 7 12/12/2007 M&C Request Review ATTACHMENTS 30SARGENT00296 .doc http://www. cfwnet. org/ council ~packet/me review .asp ?ID=873 4&councildate= 12 /11 /2007 Page 3 of 3 12 /12/2007 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 1 To The Plans, Specifications & General Contract Documents 2004 CAPITAL IMPROVEMENTS PROJECTS PAVEMENT RECONSTRUCTION, WATER AND SANITARY SEWER MAIN REPLACEMENT, SARGENT STREET (EAST LANCASTER A VE. TO HAWLET ST.) AND UPTON AVENUE (PANOLA AVE. TO HAMPSHIRE BLVD.) WATER PROJECT NO. P253-531200-608170029633 SEWER PROJECT NO. P258-531200-708170029633 PAVEMENT PROJECT NO. C200-531200-208400029633 DOE PROJECT NO. 5147 Bid Date: September 27, 2007 Addendum No. 1: Issued Monday, September 17, 2007 This Addendum forms part of the Plans, Contract Documents & Specifications for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, in the proposal (Proposal Signature Page) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The plan and specification documents for PAVEMENT RECONSTRUCTION, WATER AND SANITARY SEWER MAIN REPLACEMENT, SARGENT STREET AND UPTON A VENUE, DOE PROJECT NO. 5147 are hereby revised by Addendum No. 1 as follows: 1. NOTICE TO BIDDERS: The following items in the Notice to Bidders have been revised, added or deleted: a. Revise the first sentence of the second paragraph to read "Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas, will be recei:ved at the Purchasing Office 1:30 p.m., September 27, 2007 and then publicly ORened and read aloud at 2:00 p.m. in the Council chambers." · .-1 <~ 2. COMPREHENSIVE NOTICE TO BIDDERS: The follq'wing'items in the Comprehensive Notice to Bidders have been revised, added, or deleted:· a. Revise the first sentence of the second paragraph to read" Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office 1:30 p.m., September 27, 2007 and then publicly opened and read aloud at 2:00 p.m. in the Council chambers." 3. BID PROPOSAL: The following items in the Bid Proposal have been revised, added or deleted: a. Delete section "Proposal " in its entirety and replace with new section "Proposal" appended hereto. 4. SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS: The following items in the Special Provisions for Street and Storm Drain Improvements have been revised, added or deleted: a. Delete section "Special Provisions for Street and Storm Drain Improvements" in i ts entirety and replace with new section "Special Provisions for Street and Storm Drain Improvements" appended hereto. 3. MINORITY AND WOMEN BUSINESS ENTERPRISE SPECIFICATIONS: The following items in the Minority and Women Business Enterprise Specifications have been revised, added or deleted: a. All Forms: Revise MWBE Project Goal to read "22%." Bidder shall make this change on all forms submitted. 4. CONTRACT DRAWINGS: The following items in the Contract Drawings have been revised, added or deleted. a. Sheet C-27, Typical Roadway Section. Delete the call out for "_" REINFORCED CONCRETE PAVEMENT" and replace with "8" REINFORCED CONCRETE PAVEMENT". A signed copy of this Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. r•~ ae~-~A ~ ~t~,\ ti l(IFV'C-- /~.~.~ ... f..:.~'•t 1*.· ~··.<P•t , .. t .. : ..... -~ ... *' I 11Mol'Ln.:··········· ~ * I l •nr .41 "... • ••••• ~ jii!". • • • • • • • ·-.o..,,vv l "n& ..... ~ l -u. • •••• •••• .rt...,,9i!'j I 1~ ~~-.. 962as······:·····il' ,,, •{/. • .tr 4 ft .C:.::f;l;NsE~ .• ··~1 ,, .-\)~ •• • • •• • ~"ft!>-,: \\\ ONAL ~ _.,::, '''''c,1n/07 RECEIPT ACKNOWLEDGEMENT: By: ___________ _ For: Dena Johnson, P.E. Manager, Department of Engineering Sep 26 2007 3:29PM ~ .,, _.. HP LASERJET FAX CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 2 To The Plans, Specifications & General Contract Documents 2004 CAPITAL IMPROVEMENTS PROJECI'S PAVEMENT RECONSTRUCTION, WATER AND SANITARY SEWER M . IN REPLACEMENT, SARGENT STREET (EAST LANCASTER AVE. TO HAWLET . T .) AND UPTON AVENUE (PANOLA AVE . TO HAlvlPSHIRE BLVD.) WATER PROJECT NO. P253-531200-608170029633 SEWER PROJECT NO . P258-531200-708170029633 PAVEMENT PROJECT NO. C200-531200-208400029633 DOE PROJECT NO. 5147 Bid Date: October 4, 2007 Addendum No. 2: Issued Wednesday, September 26, 2007 This Addendum forms part of the Plans, Contract Documents & Specifications fo ithe above referenced Project and modifies the original Specifications and Contract Docume : s. Bidder shall acknowledge receipt of this addendum in the space provided below, in the (Proposal Signature Page) and acknowledge receipt on the outer envelope of yo Failure to acknowledge receipt of this addendwn could subject the bidder to disqualification. The plan and specification documents for PAVEMENT RECONSTRUCTION, W SANITARY SEWER MAIN REPLACEMENT, SARGENT STREET AND UPTON DOE PROJECT NO. 5147 are hereby revised by Addendum No . 1 as follows: 1. NOTICE TO BIDDERS: The following items in the Notice to Bidders have b bn revised, added or deleted: · a. Revise the first sentence of the second paragraph to read" Addressed to . :. Olarles R. Boswell, City Manager of the City of Fort Worth, Texas, will be receive ~t the Purchasing Office 1:30 p.m., October 4, 2007 and then publicly opened and ~ead aloud at 2:00 p .m. in the Council chambers ." · 2. COMPREHENSIVE NOTICE TO BIDDERS: The following items in the Comprehensive Notice to Bidders have been revised, added, or deleted: . a . Revise the first sentence of the second paragraph to read II Addressed to M r Charles R. Boswell, City Manager of the City of Fort Worth, Texas, will be received j:l.t the Purchasing Office 1:30 p.rn., October 4, 2007 and then publicly opened and : ead aloud at 2:00 p .m . in the Council chambers ." ! I A signed copy of this Addendum should be included in the sealed bid envelope a ithe time of bid submittal. Failure to acknowledge the receipt of this Addendum could cau ; the subject bidder to be considered "NONRESPONS1VE," resulting in clisqualificatio 1 p.2 Sep 26 l 007 ~:29PM HP LASERJET FAX .----r--a . . . -~ .,. ~i;.o~ " ~. I.A9' .•... • ~,~ ., c:,~ •• • •• ""* .··· * ··.. .. '* ,• ... *, , .... :.... . * ,_ I TIMOTHY 'AiAN• .... · ••••• J i••••••••.... LYONsf l ~ \ 96289····;·····1 t, ~·l.19ENS'c-.~·····°6 ,/ ··-~"& ...... ,:_-.r~ \\\ 10NAL et'-;:r ~,,, ........ ~irr;/o7 RECEIPT ACKNOWLEDGEMENT: B}',~~~ -lo:;=;,;,.e &11..E-~ \J ,~tJ . \ tJ c... Address: e D, ~\) ,c =1-q ~8 0 • City: ~AG,,\"1AY State: IX' p.3 For: Dena ohnson P .E. . ' 4. SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS: The following items in the Special Provisions for Street and Storm Drain Improvements have been revised, added or deleted: a. Delete section "Special Provisions for Street and Storm Drain Improvements" in its entirety and replace with new section "Special Provisions for Street and Storm Drain Improvements" appended hereto. 3. MINORITY AND WOMEN BUSINESS ENTERPRISE SPECIFICATIONS: The following items in the Minority and Women Business Enterprise Specifications have been revised, added or deleted: a. All Forms: Revise MWBE Project Goal to read "22%." Bidder shall make this change on all forms submitted. 4. CONTRACT DRAWINGS: The following items in the Contract Drawings have been revised, added or deleted. a. Sheet C-27, Typical Roadway Section. Delete the call out for "_" REINFORCED CONCRETE PAVEMENT" and replace with "8" REINFORCED CONCRETE PAVEMENT". A signed copy of this Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. r·-d::,/tr ~t~~,,,, ,;'"'-~ ······· ~'· .,, ~.· ... , , *···· *···.cP •t 11 •• *.. .. * ~ ······· . j! nlM ••••••••••• ~ * \ I ,.,o1HY ALAN ·········I fj"{ ............... LYONsJ ~, q\(. 96289 ··.:-z··I •.:~ ·{<:1;Ns€.'y •• ··~s ,,~A ....... ~~-; ,,\: OJVAL ~ _.,:, '''''q/n/07 For: Dena Johnson, P.E. Manager, Department of Engineering RECEI_PT _ACKNOWLEDGEMENT: CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 1 To The Plans, Specifications & General Contract Documents 2004 CAPITAL IMPROVEMENTS PROJECTS PAVEMENT RECONSTRUCTION, WATER AND SANITARY SEWER MAIN REPLACEMENT, SARGENT STREET (EAST LANCASTER AVE. TO HAWLET ST.) AND UPTON AVENUE (PANOLA AVE. TO HAMPSHIRE BLVD.) WATER PROJECT NO. P253-531200-608170029633 SEWER PROJECT NO. P258-531200-708170029633 PAVEMENT PROJECT NO. C200-531200-208400029633 DOE PROJECT NO. 5147 Bid Date: September 27, 2007 Addendum No. 1: Issued Monday, September 17, 2007 This Addendum forms part of the Plans, Contract Documents & Specifications for the a bove referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, in the proposal (Proposal Signature Page) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The plan and specification documents for PAVEMENT RECONSTRUCTION, WATER AND SANITARY SEWER MAIN REPLACEMENT, SARGENT STREET AND UPTON A VE N UE, DOE PROJECT NO. 5147 are hereby revised by Addendum No. 1 as follows: 1. NOTICE TO BIDDERS: The following items in the Notice to Bidders have been revised, added or deleted: a. Revise the first sentence of the second paragraph to read "Addr~ssed to Mr. Cha rles R. Boswell, City Manager of the City of Fort Worth, Texas, will be recei.ved at the Purchasing Office 1:30 p.m., September 27, 2007 and then publicly opi ~n ed and read aloud at 2:00 p.m. in the Council chambers." 2. COMPREHENSIVE NOTICE TO BIDDERS: The foll~wing'items in the · Comprehensive Notice to Bidders have been revised, added, or deleted:' a. Revise the first sentence of the second paragraph to read "Addressed to Mr. Cha rles R. Boswell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office 1:30 p.m., September 27, 2007 and then publicly opened and read aloud at 2:00 p.m. in the Council chambers." 3. BID PROPOSAL: The following items in the Bid Proposal have been revised, added or deleted: a . Delete section "Proposal " in its entirety and replace with new secti~n ,rPr~posal" ~ appended hereto. , SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table qf Contents 1. SCOPE OF WORK ................................................................................................................................... SP-4 2. AWARD OF CONTRACT ....................................................................................................................... SP-4 3. PRECONSTRUCTION CONFERENCE .................................................................................................. SP-4 4 . EXAMINATION OF SITE ...................................................................................................................... SP-4 5. BID SUBMITTAL .................................................................................................................................... SP-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. WAGERATES ......................................................................................................................................... SP-5 12. EXISTING UTILITIES ............................................................................................................................. SP-5 13. PARKWAY CONSTRUCTION ............................................................................................................... SP-5 14 . MATERIALSTORAGE ........................................................................................................................... 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 .......................................................................................................................... SP-8 22 . SUBSTITUTIONS .................................................................................................................................... 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 SPOIUFILL MATERIAL . ." ............................................................................................ SP-12 32 . QUALITY CONTROL TESTING ........................................................................................................... SP-12 33. PROPERTY ACCESS .............................................................................................................................. SP-13 34. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ............................................... SP-13 35. WATER DEPARTMENT PRE-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. AIR POLLUTION WATCH DAYS ......................................................................................................... SP-15 09/18/07 SP-1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION ITEMS: 41. PAY ITEM-UNCLASSIFIED STREET EXCAVATION ...................................................................... SP-16 42. PAY ITEM -8" REINFORCED CONCRETE PAVEMENT ................................................................... SP-17 43. PAY ITEM -SILICONE JOINT SEALING (SUBSIDARY TO CONCRETE PAVEMENT) ................ SP-17 44. PAY ITEM -7" CONCRETE CURB ........................................................................................................ SP-21 45. PAY ITEM -HMAC TRANSITION ......................................................................................................... SP-21 46. PAY ITEM-TRENCH SAFETY ............................................................................................................. SP-21 47. PAY ITEM-6" LIME STABILIZED SUBGRADE ................................................................................. SP-21 48. PAY ITEM -SUBGRADE-LIME FOR STABILIZATION ................................................................... SP-22 49. PAY ITEM -REMOVE EXISTING CONCRETE, DRIVEWAYS .......................................................... SP-22 50. PAY ITEM -REMOVE EXISTING CONCRETE SIDEWALKS AND LEADW ALKS ........................ SP-22 51. PAY ITEM-REMOVE EXISTING CURB AND GUTTER ................................................................... SP-22 52. PAY ITEM-REMOVE EXISTING CURB INLET ................................................................................. SP-22 53. PAY ITEM-6" THICK REINFORCED CONCRETE DRIVEWAY ....................................................... SP-22 54. PAY ITEM-4' STANDARD CONCRETE SIDEWALK, LEADWALK, AND WHEELCHAIR RAMP ............................................................................................................................................. SP-22 55. PAY ITEM -PIPE 21" CL III ................................................................................................................... SP-23 56. PAY ITEM-STANDARD 7" CURB ....................................................................................................... SP-23 57. PAY ITEM -REMOVE AND RECONSTRUCT MAILBOXES/MISCELLANEOUS ........................... SP-23 58. PAY ITEM-NEW 7" VALLEY GUTTER ............................................................................................... SP-23 59. PAY ITEM-CURB INLET-INLINE ...................................................................................................... SP-24 60. PAY ITEM -TRENCH EXCAVATION AND BACKFILL FOR STORM DRAINS ............................. SP-24 61. PAYITEM-STORMWATERPOLLUTIONPREVENTION .............................................................. SP-24 62. PAY ITEM -TRAFFIC CONTROL ......................................................................................................... SP-26 63. PAY ITEM -GRASS, HYDROMULCH SEEDING ................................................................................ SP-27 64. PRE BID ITEM -PROJECT DESIGNATION SIGN .............................................................................. SP-27 65. PRE BID ITEM -UTILITY ADJUSTMENT .......................................................................................... SP-27 66. PRE BID ITEM -TOP SOIL ................................................................................................................... SP-27 67. PRE BID ITEM-ADJUST WATER VALVE BOX ............................................................................... SP-27 68. PRE BID ITEM -MANHOLE ADJUSTMENT ...................................................................................... SP-28 69 . PRE BID ITEM-ADJUSTWATERMETERBOX ................................................................................ SP-28 70 . NON-PAY ITEM-CLEARING AND GRUBBING ................................................................................ SP-28 71. NON-PAY ITEM -SPRINKLING FOR DUCT CONTROL ................................................................... SP-28 72 . NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOILS .......................................... SP-28 73 . NON-PAY ITEM-CONCRETE COLORED SURFACE ........................................................................ SP-28 74. NON-PAY ITEM -PROJECT CLEAN-UP ....................................................................... SP-29 75. NON-PAY ITEM-PROJECT SCHEDULE ......................................................................................... SP-29 76. NON-PAY ITEM -NOTIFICATION OF RESIDENTS .......................................................................... SP-29 77 . NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION .............. SP-29 78 . NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING ........................................ SP-30 79. NON-PAY ITEM-WASHED ROCK ...................................................................................................... SP-30 80. NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE ................................................................... SP-30 81 . NON-PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES .......................................................................................... SP-30 09/18/07 SP-2 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 82. NON-PAY ITEM -TIE-IN INTO STORM DRAIN STRUCTURE ........................................................ SP-31 83. NON-PAY ITEM -SPRINKLER HEAD ADJUSTMENT ...................................................................... SP-31 84. NON-PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS .............................. SP-31 85. NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) .... SP-31 09/18/07 SP-3 FOR: SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 2004 CAPITAL IMPROVEMENTS PROJECTS: D .O .E. NO. 5147 PAVEMENT RECONSTRUCTION , WATER AND SANITARY SEWER MAIN REPLACEMENT , SARGENT STREET (EAST LANCASTER AVE . TO HAWLET ST.) AND UPTON AVENUE (PANOLA AVE . TO HAMPSHIRE BLVD .) WATER PROJECT NO. P253-531200-608170029633 SEWER PROJECT NO. P258-531200-708170029633 PAVEMENT PROJECT NO. C200-531200-208400029633 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following: Reconstruction of Sargent Street (East Lancaster Ave. to Hawlet St.) and Upton Avenue (Panola Ave. to Hampshire Blvd .) 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: Submission of Bids: Unit I and Unit II constitute a package. If the Contractor submits a b id on both Unit I and Unit II and has the lowest responsive proposal price , the Contractor will be the apparent successful bidder for this project. Bidders are hereby informed that the Director of the Department of Engineerin g 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 C ity. 3. PRECONSTRUCTION CONFERENCE: The successful Contractor, Engineer, and City shall meet at the call of the City for a preconstruction conference before any of its work begins on this project. At this time, details of sequencing of the work, contact individuals for each party, request for survey, and pay requests will be covered . Prior to the meeting, the Contractor shall prepare schedules showing the sequencing and progress of their work and it s effect on others. A final composite schedule will be prepared during this conference to allow an orderly sequence of proj ect construction. As used herein, the term "Engineer" shall mean the design engineer who prepared and sealed the plans, specifications and contract documents for this project. 4. EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during preparation of the Proposal and all unusua l conditions that may give rise to later 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. 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 . 09/18/07 SP-4 5 . BID SUBMITIAL: 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: The Contractor shall receive full payment from the City for all the work based on un it prices bid on the proposal and specified in the plans and specifications and approved by the Eng ineer 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 li m ited 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 specificat ions shall be covered by Item No. 102 "Clearing and Grubb ing" 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 Responsibili ti es to the Publ ic" of the "Standard Specificat ions for Street and Storm Dra in Construction ". 11 . WAGE RATES: Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Preva iling 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 Counc il 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 Vio lation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258 .023 . Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination . Upon the City's determination that 09/18/07 SP-5 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 v iolation 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 determ ination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons . The City is not a party in the arbitration . The decision and award of the arbitrator is final and bind ing on all parties and may be enforced in any court of competent jurisd iction . Records to be Ma inta ined . 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 pa id to each worker. The records shall be open at all reasonable hours for inspection by t he City. The provisions of the Aud it section of t hese contract documents shall perta in to th is inspection. Pav Estimates . W ith each partial payment estimate or payroll period, whichever is less , the contractor shall subm it an affidavit stating that the contractor has complied w ith the requirements of Chapter 2258, Texas Government Code. Posting of Wage Rates. The contractor shall post the preva iling wage rates in a consp icuous place at the site of the proj ect at all times . Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of t his section .) 12 . EXISTING UTILITIES : The locations and dimensions shown on the plans relative to ex isting util ities are based on the best information ava ilable. 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 and/or City due to disruption of service resul ti ng from the Contractor's operations shall be at the Contractor's expense. 13. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission from the property Owner. 14. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities, which may be 09/18/07 SP-6 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. 15. 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 w ill 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. 16. 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 alleged negligence of City, its officers, servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier . The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 17. EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code Sections 13-A-21 through 12- A-29} prohibiting discrimination in employments practices . The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided by assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. 09/18/07 SP-7 18 . MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE: In accordance with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and women business enterprises in City contracts. The Ordinance is incorporated in these specifications by reference . A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted with in 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 m isrepresentation of acts (other than a negligent misrepresentation) and /or the commiss ion fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state , or local laws or ordinances relating to false statement. Further, any such misrepresentation (other than a negligent misrepresentation) and/or comm iss ion of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time not less than three years . The City will cons ider the Contractor's performance regarding its M/WBE program in the evaluation of bids. Failure to comply with the C ity's M/WBE Ordinance , or to demonstrate "good faith effort", shall result in a bid being rendered non-respons ive to specifications. Contractor shall prov ide copies of subcontracts or co-s igned letters of intent w ith approved M/WBE subcontractors prior to issuance of the Notice to Proceed . Contractor shall also provide monthl y reports on ut ilization of the subcontractors to the C ity's M/WBE office. The Contractor may count first and second tier subcontractors and/or suppliers toward meeting t he goals . The Contractor may count toward its goal a port ion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed . A ll M/WBE Contractors used in meeting the goa ls must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently doing bus iness in the marketplace at time of bid. The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable . Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non-responsive . Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work . Whenever a change order exceeds 10% of the original contract, the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order During the term of the contract the contract shall : 1 . 2. 09/18/07 Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid, and, 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 SP-8 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 Partic ipation 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. 19 . FINAL CLEAN-UP: Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed. No more than seven days shall elapse after completion of construction before the roadway and R.OW. is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the C ity or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance . 20. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW : A . Workers Compensat ion Insurance Coverage a. DEFINITIONS : b. Certification of coverage ("Certificate"). A copy of a certificate of insurance, a cert ificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81 , TWCC- 82, TWCC-83, OR TWCC-84 ), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent Contractors, subcontractors, leasing companies, motor carriers, City-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hau ling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors , office supply deliveries, and delivery of portable toilets. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. 09/18/07 SP-9 c . The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the Contractor's current certificate of coverage ends durin g the duration of the project, the Contractor must , pr ior 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 require each person with whom it contracts to provide services on a project , to: 09/18/07 (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-10 j . k. B. {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 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'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". 21 . SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted 09/18/07 SP-11 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 equ ipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed substitutes is procured by the Contractor. Where the term "or equal", or "approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose . However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal , and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions . The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications . 22 . MECHANICS AND MATERIALMEN'S LIEN : The Contractor shall be required to execute a release of mechanics and materialmen's liens upon receipt of payment. 23. 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 respons ib le for any delay in issuing the work order for th is Contract. 24 . WORKING DAYS: The Contractor agrees to complete the Contract with in the allotted number of working days . 25 . 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 beg ins any construction work authorized by the City. 26 . CONSTRUCTION SPECIFICATIONS : This contract and project are governed by t he 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, 2"d Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the Engineer. 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. 27. 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 . 28 . DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the 09/18/07 SP-12 / 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 Eng ineers 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. 29 . 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 veh icular and pedestrian traffic within the project area. Contractor shall protect construction as required by Eng ineer 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 Dev ices, Vol. No. 1." 30. DISPOSAL OF SPOIUFILL MATERIAL: Prior to the disposing of any spoil/fill material , the Contractor shall advise the Director of the Department of Eng ineering 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 determ ined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056). All disposal s ites must be approved by the Adm inistrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain perm it can be issued upon approval of necessary engineering stud ies. No fi ll permit is required if disposal sites are not in a flood plain . Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Adm inistrator 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 spoi l/fill materials at a s ite 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. 31 . QUALITY CONTROL TESTING : (a) The Contractor shall furn ish , 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 cert ifications for all manufactured items to be used in the project and will bear any expense related thereto. {b} Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete . The Contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of on site material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way 09/18/07 SP-13 relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing . The Contractor shall provide access and trench safety system (if required ) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested . (e) The Contractor shall provide a copy of the trip ticket for each load of fill material deli vered to the job site . The ticket shall specify the name of the pit supplying the fill material. 32 . PROPERTY ACCESS : Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer . 33 . 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 t hat 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 connect ions . (c) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Company) which will erect temporary mechan ical 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 with 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). 34 . WATER DEPARTMENT PRE-QUALIFICATIONS: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. 35 . RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal 09/18/07 SP-14 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 sect ion . 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 appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits . (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Adm inistrative Code in effect as of the time copying is performed. 36. CONSTRUCTION ST AKES: The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage, etc.), one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter and/or paving . It shall be the sole responsibility of the Contractor to preserve, maintain, transfer , etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If, in the opinion of the Engineer, a sufficient number of stakes or markings provided by the C ity have been lost, destroyed, or disturbed, that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place, then the Contractor shall replace such stakes or markings as required. An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes, at the Contactor's expense. No claims for delay due to a lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. 37 . 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 . 09/18/07 A letter will be mailed to the Contractor by certified mail, return receipt requested demanding that, within 1 O 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 SP-15 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 prov ided to interested individuals will distributed by the Engineering Department's Public Information Officer. 4 . Upon receipt of the Contractor's response, the appropriate C ity departments and directors will be notified. The Engineering Department's Public Information Officer will, if necessary, then forward updated not ices to the interested indiv iduals. 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 bond ing 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, with in 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 . CPMS # 00472 -UNCLASSIFIED STREET EXCAVATION : See Standard Specifications Item No. 106, "Unclassified Street Excavation " for specifications governing this item. Removal of existing concrete 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. During the construction of this 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. 09/18/07 SP-16 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 quantities is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities. 42. CPMS # 00453 -8" 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 will 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 failed 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 failed 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 the pavement. (c) All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the Construction Engineer. Screeds will not be allowed except if approved by the Construction Engineer. (d) Reinforced Portland Cement shall consist of Portland cement concrete having a minimum compressive strength of 3,500 psi at 28 days per page 3 of 3 of the Geotechnical Report. The mix shall be designed with 4 to 6 percent entrained air. 43. SILICONE JOINT SEALING FOR CONCRETE PAVEMENT (SUBSIDIARY TO CPMS # 00453): 1. SCOPE CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1, October 18, 1989) (Revision 2, May 12, 1994) This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2 . (11) "Joint Sealing Materials" of 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 TI-S-001543A for Class A sealant except as modified by the test requirements of this specification. Before the installation of the joint sealant, the Contractor shall furnish the 09/18/07 SP-17 Engineer certification by an independent testing laboratory that the silicone joint sealant meet these requirements. 2.2 The manufacturer of the silicone joint sealant shall have a minimum 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 Jo int Sealant The j oint 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 2 1 AS CURED -AFTER ASTM D 412, D ie 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 joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. Reference is made to the "Construction Detail" sheet for the various joint details with their respective dimensions . 3. TIME OF APPLICATION 09/18/07 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 SP-18 the pavement placement. (Note that for the "dummy'' joints, the initial 1/4 inch width "green" saw-cut and the "reservoir" saw cut are identical and should be part of the same saw cutting operation . Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven (7) days . Then the saw cuts for the joint sealant reservoir shall be made , the joint cleaned, and the joint sealant installed. During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F (4C) and rising. 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 beginn ing 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 sha ll 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 vo lume of sealant to the joint. 4 .6 Injection Tool: This mechanical device shall apply the sealant uniformly into the j oint. 4.7 Sandblaster: The design shall be for commercial use w ith 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 j oint sealant placement shall be performed in a cont inuous 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. 09/18/07 SP-19 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 09/18/07 SP-20 Payment for "SILICONE JOINT SEALING" will be subsidiary to bid price for CPMS # 00453 Reinforced Concrete Pavement, which price shall be full compensation for furnishing all materials and for all preparation, delivery, and application of those sealing materials and for all labor, equipment, tools and incidentals necessary to complete the silicone joint sealing in conformity with the plans and these specifications . 44. CPMS # 00426 -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 deposited not more than th irty (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, t he amount paid for the curb shall be reduced by 25% until the backfill operation is complete . 45. CPMS # 00471 -PAY ITEM -HMAC TRANSITION : This item will consist of the furnishing and placing at varying thicknesses an HMAC surface in transition areas where indicated on the plans, as specified in these specifications and at other locations as may be directed by the Engineer. Th is item shall be governed by all applicable provisions of Standard Specifications Item 312 . The price bid per ton HMAC Transition as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 46. CPMS # 00372 -TRENCH SAFETY: Description: This item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench. The Contractor shall develop, design and implement the trench excavation safety protection system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman . The trench excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration, U.S. Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification . The Contractor shall, in addition , comply with all other applicable 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 pa id at the unit price in the Proposal, which shall be total compensation for furnishing 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 . 47. CPMS # 00484 -6" THICK LIME STABILIZED SUBGRADE: 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 "6" 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. 09/18/07 SP-21 48. CPMS # 00496 -SUBGRADE -LIME FOR 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 ton for "LIME FOR SUBGRADE STABILIZATION " as shown in the Proposal will be full payment for materials necessary to complete the work . 49. CPMS # 00402-REMOVE EXISTING CONCRETE I DRIVEWAYS, This item includes removal of existing concrete driveways, at location shown on the plans or as designed by the Engineer. See Item No . 104 "Removing Old Concrete", for Specifications governing this item. 50 . CPMS # 00529 -REMOVE EXISTING CONCRETE SIDEWALK AND LEADWALKS This item includes removal of existing concrete sidewalks and leadwalks at location shown on the plans or as designed by the Engineer. See Item No. 104 "Removing Old Concrete", for Specifications govern ing this item 51. CPMS # 00424 -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 j ob . 52. CPMS # 00102 -PAY ITEM-REMOVE EXISTING CURB INLET: This item shall include all labor, materials , and equipment necessary to remove and dispose of the existing inlet and removal and connection of the ex isting RCCP lead pipe inlet as shown on the Plans and as directed by the Eng ineer. 53 . CPMS # 00404 -6" THICK REINFORCED CONCRETE DRIVEWAY: See Standard Specification Item No . 504 , "Concrete Sidewalks and Dr iveways" for specificat ions governing 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, equ ipment, tools and incidentals necessary to complete the work . 54 . CPMS # 00528-4' 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 sign which has been erected by the City. The Contractor shall contact Signs and Marking Division, TPW (Phone 871-7738). 09/18/07 SP-22 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 . "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." 55. CPMS #00081 -PIPE -21" CUii : This item will govern and control the furnishing and placing of reinforced concrete pipe and/or conduits or drainage lines, including pipe fittings, connecting drain lines to curb inlets, all joints, all connections to new or existing pipe or headwalls, manholes, etc. to the lines and grades shown on the plans. Standard Specifications No. 440 shall apply. 56 . CPMS # 00426-STANDARD 7" CURB: All provis ions of Standard Specification No. 502 'Concrete Curb and Gutter' shall apply except as modified herein: Subsidiary to the unit price bid per linear 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 construction details . b . If the Contractor fails to backfill either in from of the gutter or behind the curb within seven (7) calendar days of pouring 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 modified . Concrete shall have minimum compressive strength of three thousand (3,000) pounds per square 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 m inimum cement content of five (5) sacks of cement per cubic yard of concrete is required . 57. CPMS # 00407 -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 damaged or removed items. Items which are to be repaired or reconstructed should look architecturally the same in material and appearance and should be reconstructed or repaired in a better or new condition . All applicable provisions of City of Fort Worth Construction Standards shall apply. 58. CPMS # 00473-NEW 7" CONCRETE VALLEY GUITER: This item shall include the construction of concrete valley gutters at various locations to be determined in field. 09/18/07 SP-23 J Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to th is pay item . Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt trans itions as shown in the concrete valley gutter details shall be subs idiary to th is 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 w ill be by the square yard of concrete pavement and the curb and gutter section will be included. Cont ractor 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 des igned 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. 59. CPMS #00106-STORM DRAIN INLETS : An a lternat ive method of construction for these items will be "Pre-Cast'' manholes and inlets . If the Contractor desires to use this method , he must submit deta ils for the construct ion to the Transportation and Pub lic Works Department fore review and approval if said details are acceptable . The Pre-Cast construct ion 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 compl iance with all other requ irements of Item 444 where applicable . 60 . CPMS # 00101 -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 plac ing of fill shall be subsidiary to the trench excavation/backfill price . Excess material wh ich is obtained from excavat ing 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 li mited to : rocks , concrete , asphalt, debris, etc. The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices. 61. CPMS # 00100 -STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE): PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge El im ination 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/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 poss ible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. 09/18/07 SP-24 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 construct ion activities and that measures w ill 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 Env ironmental 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 Environmenta l Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qual ify as Large Construction Activity, the Contractor shall sign, prior to final payment, a TCEQ Notice of Term ination (NOT) form prepared by the eng ineer. It serves as a notice that the site is no longer subject to the requ irement 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 787 11-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an eros ion control and toxic waste management plan and a narrative defining site parameters and techn iques 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 w ith three copies of the SWPPP after award of contract, along w ith unbounded copies of all forms to be submitted to the Texas Comm iss ion on Environmenta l 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 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 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 . 09/18/07 SP-25 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 act ivities . 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 installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include , but not be limited to , silt fences , straw bale d ikes , rock berms , diversion dikes, interceptor swales, sediment traps and basins, pipe slope dra in , inlet protection, stabilized construction entrances , seed ing , sodding, mulching, soil retention blankets, or other structural or non-st ructural storm water pollution controls. The method of control shall result in a min imum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be subm itted 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. FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL PROVISION 23 -40 SHALL BE APPLICABLE . 62. CPMS # 00181 PAY ITEM -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 . T he Contractor shall be responsible for providing traffic control during the construction of th is project consistent with the provisions set fo rth 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 Regu lating 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) 392-8712, at the pre-construction conference . Although work will not begin until the traffic control plan has been rev iewed , the Contractor's time w ill begin in accordance with the time frame establ ished in the Notice to the Contractor. The Contractor will not remove any regulatory sign , instructional sign, street name sign or other s ign, which has been erected by the City. If it is determined that a sign must be removed to permit req u ired construction, the Contractor shall contact the Transportation and Public Works Department , Signs and Markings Division , (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 meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign . If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed . Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." 09/18/07 SP-26 63. CPMS # 00134 -GRASS, HYDROMULCH SEEDING: Provide and install permanent seeding as shown on the plans or as directed in conformance with TXDOT Standard Specification Item 164 . . 64. CPMS # 00504 PRE BID ITEM -PROJECT DESIGNATION SIGN: The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed deta il. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer . The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of W' fir plywood , grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction . The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the Engineer . The unit price bid per each will be full payment for materials including all labor, equipment , tools and incidentals necessary to complete the work. 65 . CPMS # 00414 PRE BID ITEM -UTILITY ADJUSTMENT: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsib ility to maintain . An arbitrary figure has been placed in the Proposal ; however, this does not guarantee any payment for utility adjustments , neither does it con fi ne utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibil ity 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 determ ined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the li nes shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adj ustments shall be the actual cost of the adjustments plus ten percent ( 10%) to cover the cost of bond and overhead incurred by t he Contractor in handling the utility adjustments . 66 . CPMS # 00147 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 suitab le 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 . 67 . CPMS # 00847 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 . 09/18/07 SP-27 68. CPMS # 00849 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 this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections as per current City Water Department Special Conditions . 69 . CPMS # 00848 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 ex isting boxes, which are within 0.1' of specified parkway grade . The unit price bid will be full payment for materials including all labor, equ ipment, tools and inc identals necessary to complete the work. 70. NON-PAY ITEM -CLEARING AND GRUBBING : All obj ectionable items w ithin 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. 71 . NON-PAY ITEM -SPRINKLING FOR DUST CONTROL: All applicable provis ions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment w ill be made for this item and it shall be considered incidental to this contract. 72. NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL : All property along and adj acent to the Contractor's operations including lawns, yards , shrubs , trees, etc. shall be preserved or restored after completion of the work to a condition equal or better t han existed prior to start of work. By ord inance, 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 includ ing 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 compliance with pruning standards for Class II Pruning as described by t he National Arborist Association . A copy of these standards can be provided by call ing 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 Arboricu lture . Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of t he Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial prun ing paint. This is the only instance when pruning pain t is recommended . 73 . 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 d imension 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. 09/18/07 SP-28 The method of application shall be by screen, sifter, sieve, or other means in order to provide for a uniform color distribution . 74. 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 • 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 pav ing 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 Eng ineer. 75 . NON-PAY ITEM -PROJECT SCHEDULE: Contractor shall be respons ible for producing a project 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 t ime. Contractor w ill 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 w ill 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. 76 . NON-PAY ITEM-NOTIFICATION OF RESIDENTS: In order to cut down on the number of complaints from res idents 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 proj ects . All costs involved with providing such written notice shall be considered subsid iary to this contract. 77. 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 w ill 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 within 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. 09/18/07 SP-29 All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 78 . 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. 79 . NON-PAY ITEM -WASHED ROCK: All washed rock used for embedment or backfill or as otherwise directed by the Engineer shall washed, crushed stone and shall meet the following gradation and abrasion : (Actual washing not required if gradation is met) Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 Los Angeles Abras ion Test: 50% Maximum wear per A.S.T .M. Designation C-131 . 80 . NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE : When existing concrete or H.M.A.C . is cut, such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses . All sawing shall be subsidiary to the unit cost of the respective item. 81 . NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES : The Contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the recycl ing process commences for a particular street. The Contractor shall attempt to include the construction eng ineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum to two (2) working days before recycling begins on any street. Marking the curbs with paint is a recommended proced ure . It shall be the Contractor's responsibility to notify the utility companies that he has commenced work on the project. 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 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. 09/18/07 SP-30 ,. 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 j ob and all costs to the Contractor shall be figured subsidiary to this contract. 82. 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. 83 . NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation of sprinkler heads encountered shall be paid for under utility adj ustment in the proposal section . No other compensation will be prov ided . 84. NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS: A fee for street use permits is in effect. In add ition, a separate fee for re-inspections for parkway construction , such as driveways, sidewalks , etc., will be requ ired. The fees are as follows: The street permit fee is $50 .00 per perm it with payment due at the time of permit appl ication . A re-inspection fee of $25 .00 will be assessed when work for wh ich an inspection called for is incomplete. Payment is due prior to the City performing re-inspection . Payment by the Contractor for all street use perm its and re-inspections shall be cons idered subs id iary to the contract cost and no additional compensation shall be made. 85 . NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE): A. DESCRIPTION : This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measure un less ot herwise d irected by the eng ineer and they shall not include measures taken by t he CONTRACTOR to control conditions created by his construction operations . The temporary measures shall include d ikes , dames, berms, sed iment bas ins, fiber mats, jute netting, temporary seed ing , straw mulch , asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes , slope drains and other devices . B. CONSTRUCT ION REQUIRMENTS: The Engineer has the authority to define erodible earth and the authority to lim it the surface are of erodible-earth material exposed by prepar ing 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 contam ination of adjacent streams , other water cou rse, lakes, ponds or other areas of water impoundment. Such work may involve the construction of t emporary berms, dikes, dams , sediment basins , slope drains and use of temporary mulches, mats , seeding or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulch ing, 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. 09/18/07 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. SP-31 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 fo r approval his schedules for accomplishment of soil-erosion-control wo r k and his plan to keep t he area of erodible-earth material to a minimum . He shall also submit for acceptance his proposed method of soil-eros ion control on construction and haul roads and material sources and his plan for disposal of waste materials . No work shall be started unti l the soil-erosion control schedules and methods of operations have been rev iewed and approved by the Eng ineer. F. MEASUREMENT AND PAYMENT: All work, materials and equ ipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be g iven for this work. 09/18/07 SP-32 (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. 09/18/07 SP-33 • • ..,, 1, 1 -PROJECT INFORMATION Contractor Street Address SAGi\NA.~. Tx. -=t-~ t ':\-°I City & State ' 9\~-B4-?r-2.02:>6 Telephone :S-~2-1Z. '( \..\e. Ni'.:)e.~S~ Contact Person CONTRACT DOCUMENTS FOR STREET RECONSTRUCTION, WATER AND SANITARY SEWER REPLACEMENT 2004 CIP CONTRACT 37 SARGENT STREET -EAST LANCASTER AVENUE TO HAWLET STREET UPTON AVENUE -PANO LA AVENUE TO HAMPSHIRE BOULEVARD PROJECT NO. 00296 UNIT I-WATER PROJECT NO. P253 531200 608170029633 UNIT I-SEWER PROJECT NO. P258 531200 708170029633 UNIT II-STREET PROJECT NO. C200 531200 208400029633 D.O.E . NO. 5147 Water Department No. X-19429, TPW No. K-1970 CITY OF FORT WORTH T ARRENT COUNTY, TEXAS CH2M HILL FORT WORTH, TEXAS AUGUST, 2007 LOCATION MAP NTS CITY OF FORT WORTH, TEXAS SARGENT STREET (EAST LANCASTER AVENUE TO HAWLET STREET) AND UPTON AVENUE (PANOLAAVENUE TO HAMPSHIRE BLVD.) DOE NO. 5147 WATER DEPT. NO . X-19429 , TPW NO . K-1970 ...____ ______________________ CH2MHILL 2 -FRONT END DOCUMENTS 1. PROJECT INFORMATION 1.1 . TITLE PAGE 1.2. LOCATION MAPS 2. FRONT END DOCUMENTS 2 .1. TABLE OF CONTENTS 2 .2. NOTICE TO BIDDERS TABLE OF CONTENTS 2.3. COMPREHENSIVE NOTICE TO BIDDERS 2.4 . SPECIAL INSTRUCTIONS TO BIDDERS (WATER) 2.5 . SPECIAL INSTRUCTIONS TO BIDDERS (TPW) 3. MWBE DOCUMENTATION 3.1. MWBE SPECIAL INSTRUCTIONS 3 .2. MWBE SUBCONTRCTORS/SUPPLIERS UTILIZATION FORM 3 .3. MWBE GOOD FAITH EFFORT 3.4 . MWBE PRIME CONTRACTOR WAIVER 3 .5. MWBE JOINT VENTURE 4. BID PACKAGE 4 .1. BID PROPOSAL COVER AND SIGNATURE SHEETS 4 .2 . BID PROPOSAL 4.3 . BID SCHEDULE 4.4 . VENDORS COMPLIANCE TO STATE LAW 5. GENERAL AND SPECIAL CONDITIONS 5 .1. PART C -GENERAL CONDITIONS 5.2. PART C1 -SUPPLEMENTARY CONDITIONS TO PART C GENERAL CONDITIONS 5 .3. PART D -SPECIAL CONDITIONS 5.4 . PART DA -ADDITIONAL SPECIAL CONDITIONS 5 .5. SPECIAL PROVISIONS FOR STREET AND STORM DRAIN 5 .6 . GENERAL CONSTRUCTION NOTES 6. CONTRACTS, BONDS AND INSURANCE 6 .1. CERTIFICATE OF INSURANCE 6 .2 . CONTRACTOR COMPLIANCE WITH WORKER 'S COMPENSATION LAWS 6 .3. CONFLICT OF INTEREST QUESTIONNAIRE 6.4 . PERFORMANCE BOND 6 .5. PAYMENT BOND 6 .6 . MAINTENANCE BOND 6 .7. CONTRACT 7. PERMITS (NONE REQUIRED) 8. EASEMENTS (NONE REQUIRED) 9. REPORTS 9.1 . GEOTECHNICAL REPORT 10.ADDENDA APPENDICES STANDARD FIGURES AND DETAILS TEMPORARY RIGHT OF ENTRY NOTICE TO BIDDERS Sealed proposals for the following : FOR: Street Reconstruction, Water & Sanitary Sewer Replacement 2001 CIP Contract 37 • Sargent Street -East Lancaster Avenue to Hawlet Streeet • Upton Avenue -Panola Avenue to Hampshire Boulevard Project No. 00296 Unit I -Water Project No. P253 531200 680170029633 Unit I -Sewer Project No. P258 531200 708170029633 Unit II -Street Project No. C200 531200 208400029633 File No. K-1970 , X-19429 D.O.E. No.: 5147 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., September 20, 2007 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans, General Contract Documents and Specifications for this project may be obtained in the office of the Department of Engineering, Municipal Office Building , 1000 Throckmorton Street, Fort Worth, Texas 76102, for a non -refundable fee of sixty dollars ($60.00) per set. These documents contain additional information for prospective bidders . A pre-bid meeting will be held on September 11, 2007, beginning at 2:00 p.m. in the TPW Conference Room 293. Bidders are encouraged to review the project plans and specification prior to the pre-bid conference and be prepared to actively participate in the conference. The major work will consist of the following: UNIT I: WATER AND SANITARY SEWER REPLACEMENTS Part A -Water Line Replacements 2,980 LF 6" and 8" Water Line Replacement Part B -Sanitary Sewer Replacements 120 LF 8" Sanitary Sewer Replacement UNIT II: STREET RECONSTRUCTION AND DRAINAGE IMPROVEMENTS 8,694 SY 100 LF 7 8" Concrete Pavement 21" Laterals Storm Drain Inlets For additional information, please contact Mr. Gopal Sahu, P.E., Project Manager, City of Fort Worth - Department of Engineering at 817-392-8653; and/or Mr. Tim Lyons, P.E., Project Manager, CH2M HILL, Inc. at 972-980-2170. Advertising Dates: August 16, 2007 August23,2007 A-NTB(1) COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following : For: City of Fort Worth, Texas Street Reconstruction , Wate r & Sanitary Sewer Replacement 2004 CIP Contract 37 Sargent Street -East Lancaster Avenue to Hawlet Street Upton Avenue -Panola Avenue to Hampshire Boulevard Project No . 00296 Water Project No . P253 531200 608170029633 , Sewer Project No. P258 531200 708170029633, and Street Project No. C200 531200 2084000 29633 File No. K-1970 , X-19429 D.O .E. No . 5147 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., September 20 , 2007 and then publicly opened and read aloud at 2:00 p.m. in the Council chambers. Plans , General Contract Documents and Specifications for this project may be obtained in the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102 fora non refundable fee of sixty dollars ($60.00) per set. These documents contain additional information fo r prospective bidders . All b idders will be requi red to comply with Provision 5159a of "Vernon 's Annotated Civil Statues" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance no. 7400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in their employment practices. A pre-bid meeting will be held on September 11, 2007 beginning at 2:00 p.m. in the TPW Conference Room 293. Bidders are encouraged to review the project plans and specifications prior to the pre-bid conference and be prepared to actively participate in the conference. Bid security is required in accordance with Paragraph 2 of the Special Instruct ions to Bidders . The major work will consist of the following: UNIT I: WATER AND SANITARY SEWER REPLACEMENTS Part A -Water Line Replacements 2 ,980 LF 8" PVC Water Pipe 5 EA 8" Gate Valves Part B -Sanitary Sewer Replacements 120 LF 8" Sanitary Sewer UNIT II: STREET RECONSTRUCTION AND DRAINAGE IMPROVEMENTS 3 ,000 CY 9,758 SY 8,694 SY 5,550 LF 7 EA 100 LF Unclassified Excavation 8" Aggregate Base 8" Concrete Pavement 7" Concrete Curb with Gutter Standard 1 O' Storm Drain lnletd 21" RCP Included in the above will be all other miscellaneous items of constr uction as outl ined i n the Plans , General Contract Documents and Spec ifications. The number of working days is as follows : 120 working days . COMPREHENSIVE NTB (1) COMPREHENSIVE NOTICE TO BIDDERS The City reserves the right to reject any and/or all bids and waive any/or all formalities. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened . The award of contract, if made will be within ninety (90) days after the opening of bids, but in no case will the awarded be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form(s). 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 of sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete specification 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. SUBMISSION OF BID AND AWARD OF CONTRACT This document is designed as a single construction contract. The proposal has been separated into two sections, Unit 1-Sanitary Sewer Line Replacements and Water Line Replacements, and Unit II-Street Reconstruction and Drainage Improvements. Award of contract, if made, shall be to the responsive bidder for BOTH sections. The prospective bidder must submit their bid for the TWO sections and complete the Bid Summary on Page B-8. The City reserves the right to award the contract to the responsible low bidder for Unit I , and Unit II. In accord with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City 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 WAIVER FORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no later than 5:00 p .m., five (5) City 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. The managing department for this project is the Department of Engineering. For additional information, please contact Mr. Gopal Sahu , P.E., Project Manager, City of Fort Worth -Department of Engineering at (817) 392-7949; and/or nm Lyons, P .E., Project Manager, CH2M HILL HILL, Inc. at (972) 980-2170. CHARLES R. BOSWELL CITY MANAGER MARlY HENDRIX CITY SECRETARY A . DOUGLASS RADEMAKER, P.E . DIRECTOR DEPARTMENT OF ENGINEERING COMPREHENSIVE NTB (2) Advertising Dates : August16,2007 August23 ,2007 COMPREHENSIVE NOTICE O BIDDERS ren /' Dep hnson, P.E., Manager ment of Engineering COMPREHENSIVE NTB (3) SPECIAL INSTRUCTIONS TO BIDDERS 1) PREQUALIFICATION 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 responsibility to submit the following documentation : a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar 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 Department 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 shall be considered non-responsive and will be rejected as such . e) The City , in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise . f) Any proposals 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 appropriate 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. BID SECURITY: A 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 %) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten ( I 0) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas . In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in it s sole discretion, will determine the adequacy of the proof required herein . 3 . 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 . 4. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following : 09/10/04 l (a) The contra ctor s hall 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 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 Right to Audit, under paragraph L of Section C 1: Supplementary Conditions To Part C - General Conditions, 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 of Chapter 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 . 5 . AMBIGUITY: In the 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. 6 . BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas . 7. NONRESIDENT BIDDERS: Pursuant to Article 601g , Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident 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 in 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. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. 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 City. 9 . AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contra ctor covenants that neither it nor any of its officers , members , agents employees , program particip ants 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 privile ge s of their employment, discriminate against persons becaus e of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement. 09/10/04 2 Contractor further covenants that neither it nor its officers, members, agents, emplo yees, 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. 10 . 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 AD A'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 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. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: 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. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR W AIYER 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 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 . 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 Jaws or ordinances relating to false statements. Further, any such misrepresentation of 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 than three (3) years . 12 . FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. b. Payment of the retainage will be included \vith the final payment after acceptance of the project as being complete. c . The project shall be deemed complete and a ccepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by th e contractor and the City. 09 /10/04 3 d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages , city shall make a progress payment in the amount that city deems due and payable. g . In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days . 09/10/04 4 SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) l. 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 th e bid submitted mu st accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract do cuments 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 ( 1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proofrequired 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 Government Code . In order for a surety to be acceptable to the City, the surety must (I) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100 ,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 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 (2) years 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 1, 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-2 l through 13-a-29) prohibiting discrimination in employment practices. 6. WAGE RATES: Section 8 .8 of the Standard Specifications for Street and Storm Drain Construction is de leted 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 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 C ity. 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) With 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 required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, 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 ma y 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 r equirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M . Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits , on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing 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. 1. 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 Joss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss . 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. 10 . 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 ultin1ate 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 invol ves 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. 11. 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 W AIYER 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 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. 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 of not less that three (3) years. 12 . 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 . 13 . 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. 14. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. 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 maybe rejected as non-responsive. 15 . CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A . Workers Compensation Insurance Coverage a. Definitions: 10/27 /04 4 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. b. The contractor shall provided coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d . If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e . The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (I) 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 ( I 0) 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. 10/2 7 /04 5 h . The contra ctor shall po st on each project site a notic e, in the text , form and manner prescribed by the Texas Worker's Compen sation Commission, infonning all person s 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 pers on with whom it contracts to provide services on a project, to : (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas labor Code , Section 401.011 ( 44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person 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 covera ge, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; ( 5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in wiring by certified mail or personal delivery, within ten (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. J . By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker 's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts , and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self insured , with the commission's Division of Self-Insurance Regulation. Providing fal se or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions . 10/2 7/04 6 k. The contractor's failure to comply with any of these provis ion s is a breach of contract by the contractor does not remedy the breach within ten da ys after rec eipt of notice of breach from the governmental entity. B. 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 13A-29), prohibiting discrimination in employment practices . 17 . 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 pl\ln 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 hannless 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. 18 . DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms 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 hannless 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 conc erning di sability discrimination in the performance of this Contract. 10/27/04 7 19 . PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a . The contractor will receive full payment (less retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d . The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable . f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages , city shall make a progress payment in the amount that city deems due and payable. g . In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 3-MWBE DOCUMENTATION fORTWORTH ATTACHMENT 1A Page 1 of 4 -~ City of Fort Worth 10 -0 9-07 POZ:10 I N Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME : Check applicable block to describe prime STABILE & WINN, INC PROJECT NAME: I M/W/DBE I * I NON-M/W/DBE 2004 CIP CONTRACT 37-STREET RECONSTRUCTION , WATER , & SANITARY SEWER BID DATE REPLACEMENT-SARGENT STREET AND UPTON AVENUE OCTOBER 4 , 2007 City 's M/WBE Project Goal: Prime 's M/WBE Project Utilization: PROJECT NUMBER 22% 29% DOE# 5147 Identify fill subcontractors/suppliers you will use on this project Failure to complete th is form , in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m . five (5) City business days after bid opening , exclusive of bid opening date , will result in the bid be ing considered non-responsive t6 bid specifications . The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule , conditioned upon execution of a contract with the City of Fort Worth . The intentional and/or knowing misrepresentation of facts is grounds for cons ideration of disqualification and w ill result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant , Parker , Johnson , Collin , Dallas , Denton , Ellis , Kaufman and Rockwall counties . Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is cons idered 1 st tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or doing business at the time of b id opening w ithin the Marketplace , that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterpr ise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized , the prime will be given cred it as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators , and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs , including owner-operators , but will only receive credit for the fees and commiss ions earned by the M/WBE as outlined in the lease agreement. Rev . 5/3 0/03 Fo RTWORTH ~ 1 0 -09-07 P02 :40 I N ATIACHMENT 1A Page 2 of 4 Primes are req uired to identify ALL subcontractors/suppliers , rega rdless of st atus ; i.e ., Minority , Women and non -M/WBEs . Please list M/WB E firms first , use addit ional sheet s if ne c essary. Certification N (c heck one ) 0 SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name i N C X M Subcontracting Work Supp lies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A M .E. BURNS CONST 1 X )( UTILITY WORK $ 252 ,657 .00 P.O. BOX 783 BURLESON , TX . 79097 817-447-0292 HJG Trucking 1 X )( HAULING $10,000 .00 701 Denair AGGREGATES Fort Worth , TX. 76111 817-834 -7181 Redi -Mix Cone . 1 X REDI-MIX $ 227 ,085.00 5517 Denton Highway CONCRETE Haltom City , TX 76148 817 -485-4850 Buyers Barricades 1 X BARRICADES $ 10 ,040.00 3705 E. 1st Street Fort Worth , TX 76111 817-535 -3939 US Lime 1 X LIME SLURRY $ 13 ,015.00 13800 Montfort Dr. Dallas , Texas 75240 817-296-8169 Southwest Const. Serv. 1 X JOINT SEAL $ 6 ,965 .00 11430 Newkirk Street Dallas , TX 75229 214-879 -9948 --- ii ;i(? /11; ,~t/' , r. ~ ,~· ii H:J J -I_ L .:i '-,\:') ,I • .:; ; 1f'.lF ~c.:·~111 ~ ,: N V ": s V JL -; 'i. u r H \\: r '1~ 1r; ~ ',,; ~· / ' ' ..... I,,~ 0 I Rev . 731J/03 ··FORT WORTH ~ 1 0 -09 -07 P02 :40 I N ATTACHMENT 1A Page 3 of 4 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 N (check one) 0 SUBCONTRACTO~SUPPLIER n T T Detail Detail Company Name i N C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A BARNSCO 1 )( REBAR $36,300.00 P.O . BOX 541087 DALLAS, TX . 75354 214-352-9091 Rev . 5/30/03 • FORT WORTH ~ 1 0 -09-07 P02 :41 IN Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 262,657.00 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 293,405.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 556,062.00 ATIACHMENT 1A Page 4 of 4 The Contractor will not make additions , deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance . The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the deta il explanation is not submitted , it will affect the final compliance determination. By affixing a signature to this form , the Offerer further agrees to provide , directly to the City upon request , complete and accurate information regarding actual work performed by all subcontractors , including M/W/DBE(s) arrangements submitted with the bid. The Offerer also agrees to allow an audit and/or examination of any books , records and files held by their company . The bidder agrees to allow the transmission of interviews with owners , principals , officers , employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract , by an authorized officer or employee of the City . Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal , State or Local laws concern ing false statements . Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offerer and barred from participating in City work for a period of t ime not less than one (1) year . VICE PRESID-E-N~I--~------------ Title STABILE & WINN INC . Company Name P .O . BOX 79380 Address SAGINAW, TEXAS 76179 City/State/Zip JERRY HENDERSON Printed Signature SAME Contact Name/Title (if different) 817-84 7-2086 817-847-2098 Telephone and/or Fax jerry.henderson@stabilewinn .com E-ma i l Address OCTOBER 9 , 2007 Date Re v. 5/3 0/03 TO: Mr. Charles R. Boswell City Manager Fort Worth, Texas PROPOSAL FOR : Street Reconstruction, Water and Sanitary Sewer Replacement 2004 CIP Contract 37 Unit I -Water Project No. P253 531200 608170029633 Unit I -Sewer Project No. P258 531200 708170029633 Unit II -Street Project No. C200 531200 208400029633 D.O.E . No. 5147 Pursuant to the foregoing "NOTICE TO BIDDERS", the unders igned has thoroughly examined the p lans, specifications, and contract documents and the site , understands the amount of work to be done and hereby proposes to do all the work, furnish all the labor, equipment and materials to fully complete all the work as provided in the plans, specifications, and contract documents and subject to t he inspection and approval of the Director, Department of Engineering of the City of Fort Worth . Upon acceptance of this proposal by t he City Counsel, the bidder is bound to execute a contract and furnish a Performance Bond, a Maintenance Bond, and a Payment Bond , approved by the City of Fort Worth, for performing and completing said construction work within the time specified for the following sum , to wit: UNIT I: WATER AND SANITARY SEWER REPLACMENTS P rt A W t L" R I t a -a er me epacemen s CPMS QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST UNIT PRICE TOTAL RECOR WRITTEN IN WORDS AMOUNT BID D NO. 00442 3662 LF Pavement-2 Inch HMAC on 6 Inch Flex Base- Temporary -Install E \G,. \.\-T $ 50 $ ()<) Dollars B-- and t:' E:I:): Cents per Linear Foot 3l, \ '2..-=\ 00443 5 1 LF Pavement-2 Inch Min HMAC on 2/27 Concrete Base (2000-1A) -Install $ 00 $ 00 f,r,'f --Dollars 5D 2 sso and N.o Cents per Linear Foot ( 00546 5 EA Fire Hydrant -Install TWE.'-'.,." T~"-e. """'~-.EA:> Dollars $ 1')0 $ (JO --and ~o Cents pe r Each z., 300 ll S-00 00547 5 EA Fire Hydrant -Remove T\.\.e.e.t:: µ_ V.N0~1!-Q 00 oO Dollars $300 -$1500-and N.Q Cents per Each I B-1 _________ __. ' ' CPMS QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST UNIT PRICE TOTAL RECOR WRITTEN IN WORDS AMOUNT BID D NO. 00548 5 VF Fire Hydrant-Barrel & Stem Extension -Install E,v~ Dollars $5~ $ 00 and ~Q Cents per Vertical Foot 2-5- 00550 72 EA Meter Box-Class A -Install °"'~ \\'"'""~~ \~ Dolla rs 00 $8,(o4t)~ and ~c Cents per Each $\20- 00567 2980 LF Pipe -Remove Wt 00 $ 00 Dollars $ ,-and ~o Cents per Linear Foot 2/i8'0 00568 0 .85 TN Pipe Fittings-< Than 16 Inch DI Pipe -Install fo'Cl.,-'t' E. \ ""'"t" ~"""()C,G. c::, Dollars $ Jf. (}fX)f}!;. $ I/. 80'!2.. and N..Q Cents per Ton ,o '/ 00617 2980 LF Pipe-Pressure-8-inch -Install Twe.~"Y'< 'c:.,~~..,.. Dollars 0::, 00 and ~'O Cents per Linear Foot $ 2~ -$2'3440-, 00695 5 EA Pipe-Tapping Sleeve & 8 Inch G .V.-10 Inch X 8 Inch -Install T~o ~u.~ocaeo T ... .J $ 00 $ <e. Dollars -l,Dso and ~C) Cents per Each 2\0 00745 5 EA Valve-6 Inch-Gate-wNalve Box -Install t.\<:\"4-T \.\.uM~ Dollars ()0 c!>O and '4.o Cents per Each $ e:£0-$4000- I 00749 5 EA Valve-8 Inch-Gate-wNalve Box -Install Ot.1~ ,~t>\.\.b~~t::) ()0 00 Dollars $\~00 $sooo-and N.o Cents per Each I ' 00751 5 EA Valve-Gate -Remove T~c.E. \,\\ANO~"E.D ()0 00 Dollars $ ?JCO--$ / 500-and ~o Cents per Each I 00758 1118 LF Water Service-1 Inch -Install !!!-()0 1-l,w.£,E..e µ Dollars $ l~ $212u.2 and ~o Cents per Linear Foot I B-2 ' CPMS QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST UNIT PRICE AM6~1tLB1D RECOR WRITTEN IN WORDS D NO. 00762 72 EA Water Service-1 Inch-Tap to Main -Install ,~--1:..~ )~...toca.c.c> Dollars $ ,00 $ QO and No Cents per Each 300-2.\,'oOO- 00769 2960 LF Water Service-2 Inch-Temporary -Install s,')(' ()C:) gO Dollars $ - $ 11-:\-~\) and hlQ Cents per Linear Foot "=, I TOTAL UNIT I -WATER IMPROVEMENTS 00 D.O.E. 5147 $ 2.\ :\-qq4 -(Transfer Total to Page B-8-Summary) . B-3 PROPOSAL UNIT I: WATER AND SANITARY SEWER REPLACMENTS Part B -Sanitary Sewer Replacements CPMS QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST RECORD WRITTEN IN WORDS NO. 00201 120 LF Inspection-Post Construction Cleaning & lV - Study T~~e....e:.. Dolla rs and ~Q Cents per Linear Foot 00202 120 LF lnspection-Preconstruction Cleaning & lV -Study $,y Dollars and ~~ Cents per Linear Foot 00332 120 LF Pipe-Sewer-8 Inch (All Depths) -Install \~\Q...-r-( ONe.. Dollars and ~Q Cents per Linear Foot 00372 120 LF T re nch Safety System 5 Foot Depth -Install T~o Dolla rs and ~Q Cents per Linear Foot 00442 120 LF Pavement-2 Inch HMAC on 6 Inch Flex Base- Temporary -Install ~~e. Dollars and Cents per Linear Foot 00567 120 LF Pipe -Remove ONE. Dollars and ~o . Cents per Linear Foot TOTAL UNIT 1-SANITARY SEWER IMPROVEMENTS D.O.E. 5147 (Transfer Total to Page 8-8-Summary) B-4 UNIT PRICE TOTAL AMOUNT BID $ 00 $ ~ ::)-2,\oO 00 00 -+zo-$ b $ 00 $ ~ $ 3\-3,:\-2.0 00 00 $ -$ 24-0-2_ ex:> $\ 080~ $ C\- I oo 00 $ )-$ l20 - oO $ b,2-'-tO- PROPOSAL UNI T II: STREET RECONSTRUCTION AND DRAINAGE IMPROVEMENTS 'Concrete Pavement) CPMS QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST UNIT PRICE TOTAL RECORD WRITTEN IN WORDS AMOUNT BID NO. 00081 300 LF P ipe -21 Inch -CL Il l -In stall <;\)','< t..lt;~T c,o 00 $ -Doll ars ~<2, $20400 and ~o Cents per Lin ea r Foot I 00100 1 LS Sto rm Water Po ll utio n Prevention Plan > Than 1 Ac SWPPP -Install 00 $ $ 00 ONt T""°u~A1"-lt> -l,ooo-Do lla rs \,OCO a nd ~\Q Cents per Lump Sum 00 102 9 EA Inl et -Remo ve \.\_ ~ N O(U5.t::) 00 ~ E.1.,g__\,l ~,..,\ -Do ll ars $ \\t>D $~,'100 an d N.~ Cents per Each 00 106 7 EA lnl et-lnli ne-10 Ft -In stall Tw1:-~-r< ~'" ~...,.Ott,.e.b f/0 00 Do llars $Z 1 bOO $tS zco-an d t,.l~ Ce nts per Eac h I 00 12 1 1 EA Mi sce llan eo us Ti me & Mat erials -In st all \\,\U:e. """"'~ 00 $ stso'!=.... Do ll ars $300-and ~o Cents per Ea ch · 00134 1,170 SY G rass -Hydromu lch Seed ing -Install t.\:5 ~~ So Do ll ars $ o -$52~ and f~cz::t'f hY~ Cents per Sq uare Yard 00 147 40 0 CY To pso il -Ins ta ll 00 Siirtee a Do ll ars $16.50 $lo,~ro-and EiflY Cents pe r CY 00181 1 LS T raffic Control -Install e.,~~~ T\-\0\..l~A~C co CX) Dollars \Q,,(X)O-1~000-and ~o Cents per Lump Sum 00402 5847 SF Driveway -Remove 5"D 50 01--\E -· Dollars $ I --$21-1-D and r, J:-r:1 Cents per Square Foot ( B-5 CPMS QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST UNIT PRICE TOTAL RECORD WRITTEN IN WORDS AMOUNT BID NO. 00404 6916 SF Driveway-6 Inch -Install 'ft Vi:. Dollars $ "':\S QO and ~'Al,.) f,:!le..Gents per Square Foot s-$3q,~- 00407 2 EA Brick Mailbox -Install 51:..'1'l~ "-~M~ 00 C)O Dollars -1,40'0-and bl,o Cents per Each +00 00414 1 LS Utility Adjustment -Repair qo Ieo tbousaod Dollars $10 ,000 $ ~OQ()-and ~Q Cents per Lump Sum 00424 5550 LF Curb & Gutter -Remove ~ Two oO -Dollars $ -$ \ \, \ oo and ,-.)._o Cents per Linear Foot 7- 00426 5550 LF Curb -7 Inch -Install 00 Tvvo -00 Dollars $ z $ I\\{)()-and hl_O Cents per Linear Foot I 00453 8694 SY Pavement-8 Inch -Install \~\~'T'( h'IE. $ -::\,0 $3\C),3~S! e.. Dollars 35-and ~~b.l]:~ Cents per Square Yard 00471 22 TON Pavement -Transition -Min 6 Inch HMAC -Install T'tJQ l-h....ao.2cao. f;rrY 00 DO Do ll ars $ZS0-$5,soo and ~Q Cents per Ton 00472 3000 CY Pavement-Unclassified Street Excavation - Remove 00 r=,~1E-l::~ $ $ ~-Dollars \S-45;caJ and ~o Cents per Cubic Yard 00473 70 SY Pavement-Valley Gutter -Install ,~,~ --:\0 iJ() ""'' "e. Dollars $1s--$2 Lf'l7~ and SE.\lE:::a...rt·~ Cents per LdReer Foot• ;/J\,i; ~~'1« '(A,C,,p I - 00484 9758 SY Subgrade-6 Inch-Lime Stabilized-28 lbs/sy -Install 00 00 T "'-'o -- $ {9 ''"' -Dollars $ z and h-\Q Cents per Square Yard ( B-6 CPMS QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST UNIT PRICE TOTAL RECORD WR ITT EN IN WO RDS AM O UNT BID NO . 00496 137 TON Subgrade-Lime for Stabilization -Install DNf. "~N.OG.&O \\~~~~ Dolla rs $ 00 $l+.~t0~ and ""1o Cents per Ton y~- ' 00504 2 EA S ign-Project Des ignation -Inst all ()0 Two buadred aad fi~ Do ll ars $250 .00 $ s-oo-and t::lo Cen ts per Each 00528 19,073 SF Walk - Install Fou2-5'0 I ~ Do ll ars $ L/--$85' B2~ and h~:I:t Cents per Square Foot I 00529 13 ,810 SF Walk -Remove OCI 0Me. $ \~ Do lla rs $ Q':\--s-~ and 1=~~.,..-v Ce nts pe r Squ are Foo t 2 , \ 00847 12 00848 5 00849 8 EA Valve Bo x-Adj ustment -Services Ibid:i-fill e Do ll ars and t::lQ Cents per Each EA Meter Box-Adjustment -Services Ibir:1:i-fi lle Dolla rs and t::lo Cents per Each EA Manho le-Adj ust ment -Services Ibree buadced aad Ei~ Dollars and t:JQ Cents per Each TOTAL UNIT II -PAVEMENT/DDRAINAGE IMPROVEMENTS D.O.E. 5147 (Transfer Total to Page B-8-Summary) 00 $35 .00 $ 1.J.Z.O - 00 $35.00 $ l+S CIC $350.00 $z.et:f)- Schedule of Wo rk Req uired for CP MS Reco rd No. 001 2 1-Miscellaneo us Time and Mate rial s -In stall : • Saw cut 291 L F of Exi sting Pavem e nt B-7 SUMMARY OF BIDS UNIT I -WATER IMPROVMENTS UNIT I -SANITARY SEWER IMPROVEMENTS UNIT II -PAVING AND DRAINAGE BASE BID TOTAL $ 2\3:, 994 ~ QO $ to, '24t> - 7,0 $ \o'.oe, 2.03 - l,o $ 8<:\'2.., Ll-3 ~ - Special Note: All contractors are advised that one contract will be awarded to the lowest Combined bid for Units I and II. B-8 PROPOSAL (Cont'd.) Within ten (10) days after notification by the City, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time set forth , as liquidated damages for the delay and additional work caused thereby . 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 employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance 7 400. The Bidder agrees to begin work within ten (10) calendar days after issue of the work order, and to complete the contract within 120 working days after beginning construction as set forth in the written work order to be furnished by the Owner. Receipt is acknowledged of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No . Addendum No. Addendum No . (SE AL) 1 (In iti als)~ 2 (Initials)~~:/---= N---'----~ 3 {Initials) _____ _ If Bidder is Corporation Respectfully submitted , \ ,' . ~TR~\LE. ~ \,J,N.~1 ~~- By c/'z:::P ~ .;a- Title: Yu~e. ?sz.J:..~\t>s.~, Address: P.C>. ~2' +C\'580 Telephone: B-9 ... VENDOR COMPLIANCE TO STATE 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 state 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 . Non-resident vendors in (give state), our principal place of business, are required to be ___ percent lower than resident bidders by state law. A copy of the statute is attached . Non-resident vendors in ____ (give state}, our principal place of business , are not required to underbid resident bidders . ~ Our principal place of business or corporate offices are in the State of Texas . BIDDER : Company 1 City State Zip By : JE..~tl-"( \-\e.1,U'.)E.2.~oN (Please Print) Signature ?At_~- ~. ,, --- Title : (please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION 5-GENERAL AND SPECIAL CONDITIONS - - .. ' . PART C GENERAL CONDITIONS 4 _( .. ',, - ,,.... ..... ,/ I Cl-1 Cl-1.l Cl-1.2 Cl-1.3 Cl-1. 4 Cl-1. 5 cl-l. 6 Cl-1. 7 Cl-1. 8 Cl-1. 9- Cl-l. 10 Cl-1.11 Cl-1.12 Cl-l.13 c:-1.14 Cl-l.15 Cl-1. l5 Cl-:'...17 Cl-1.18 c1-,;.. 19 C].-l .20 Cl-1.21 Cl.-1. 22 Cl-1. 23 Cl-l. 24 Cl-l.25 c:.-::..25 Cl-!.. 27 Cl-1. 23 ,~ 1 _ 1 ? a '-----·-~ C.:.-1. 30 Cl-L 31 c1-1.::2 C2-2 -- C2-2.l C'-? ? C2-2.3 C?.-2.4 C2-2.5 C2-2.6 PART C -GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, 1, 1987 · TABLE OF CONTENTS DEFINITIO NS Definition of Terms Contrac t Documents Notice to Bidders Proposal Bidder General Conditions Special Conditions Specifications Bernd Contract. Plans City City Council ~-layor Ci:y ,11anager City At:.or:-:1ey Dir~c::.or of Public Works Oi:::-~ctor, Cit y ~ater Depa :::-:.~e ~t E;1gineer Cont:::-actor Sureti-=s T~e Work or Project Working Day Calendar Day Legal ~oliday ).obrev ia tion s C~ange Order Paved St:::-eets and Mlleys Unpaved Streets and Alleys City St:::-eets Roadway Gra ·.rel St::-:et I N.TERPRET.:!!,TION AND PREP .l\.Ril. T ION OF PROPOSAL P:-oposal For;n Interpretation of Quantities Sxamination o f Contract Dccuments 30d Site Submitting of ?roposal Rejection of P!:"oposals aid Securi t y ( l) Cl-1 ( li Cl-1 ( l) Cl-1 ( 2) Cl-1 ( 2) Cl-1 ( 2} Cl-1 ( 2 J 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 ( -1 ) Cl-1 ( -l ) Cl-1 ( -1 ) Cl-1 ( "* ) Cl-1 ( 4) Cl-1 ( -t) Cl-1 ( -t ) Cl-1 ( -l ) C:!..-1 ( 4) Cl-1 .(5) Cl-1 ( 5) Cl-1 ( 5) Cl-1 ( 5 ) Cl-1 ( 5) Cl-1 ( 5) Cl-1 ( 5 l C2-2 ( l} C2-2 ( l} C2-2 ( 2) Ei..-2 ( 3 ) f""?::? .__ -{ 3 ) C2-2 ( 3 ) C2-2.7 C2-2.8 C2-2.9 c2-2.10 C2-2.ll C2-2.12 C3-3 CJ-3.1 CJ-J.J C3-3.4 CJ-J.5 C3-3.6 CJ-J.7 C3-3.B CJ-3.9 C3-3.10 C;-3. ll C3-3. U C]-3.13 C;-3. 1-\ C3-J.l5 c~-~.1 C..\-4.2 C..\-..\. 3 C..\-..\. -l C-1-..\. 3 C..\-..\. 5 C ~ -..\. 7 C:-5 CS-5.l CS-5.2 CS-S.3 CS-5 . ..\ CS-S.5 CS-5.6 CS-5. '.J C5-S.S CS-5.9 (5-5.10 (5-5.ll CS-5.12 CS-5.13 CS-5. U CS-S.15 CS-5.16 CS-5.17 CS-5.18 Delivery of Proposal Withdrawing Proposals Telegraphic Modification of public Opening of Proposal Irregular Proposals / Disqualification of Bidders Proposals AWARD AND EXECUTION OF DOCUMENTS consideration of Proposals Minority Business Ent~rpise women-Owned Business Enterprise compliance Equal E~ployment Provisions Withdrawal of Proposals Award of Contract Return of Proposal s~c~rities Bonds Ex~cution of contract ~allure to Exec~te Cont~act Beginning ,vork Insurance Contrac~~r's Obliga~ians ;.;~-=~ 2. ·, i? 3. ·1 r '.J 11 Contric~o~'3 Contrac: ~d~inis~rat!on V':!nue SCOPS Of ~ORK Int2nt of Contract ~cc~ment5 S~~cial ?~cvisions Increased o r Oecr2ased Quantiti~s Al:~ration of Contr3ct ~oc~ment3 S:ct::a Wor:e Sc~edule of Operations P::~gr~ss Scjeaules for Nater and Sewer Plant facilities C:)~TROL OF ;vORK A~D ~-P,TS~IALS ~uthoritv of ~nain~2:: Con:ormi~y ~i=~~Pla~s Coorjination of Con~rac~ Docum~n~s C~ooeration of Contrac~~r E~e~gency and/or Rec~i:ication ~er~ fi~ld Office Co"~s truction Stakes Authority and Duties of Ins9ec~or3 Ins9ection Removal of Defective and Unaut~ori:ed Work Substi:~~e Materials or Equipmen~ Sam~les and Test$ of ~aterials Storage of Materials Existing Str~cturas and Utilities Interruption of Service ~utual Responsibility of Contrac~ors Cleanup Final Inspection C2-2 C2-2 C:2-2 C2-2 C2-2 C2-2 ( 4) ( 4) ( 4) ( 4) ( 4) ( 5) C3-3 (1) C3-3 (1) C3-3 (1) C3-3 (2) C3-3 (2) C3-3 (2) C3-3 ( 2) C]-3 (4l C3-3 (4) C3-3 (4) C3-3 ( ..\) C3-3 (7) C3-3 (7) CJ-3 (7l C3-J (8) C4-4 Cl l C4-4 Cll C4-4 (1) C4-4 (2) C4-4 (2) C.\-4 (3) C4-4 (4) CS-S (1) CS-5 fll CS-5 (2) CS-5 (2) CS-5 ( 3 > CS-5 ( 3 > CS-5 (3) CS-5 ( 4 l CS-5 (5) CS-5 {5) CS-5 (5} CS-5 (6) CS..::.,5 ( 6) cs~ , 7 > CS-5 <7} cs-s (9) CS-5 CS) CS-5 (9> f" ,. , .... 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 Cfi-6.10 C6-6.ll C5-6.12 I C6-6. ll. C6-6.14 C6-6.l5 C6-6.16 C5-6 .17 C6-6.1B C6-6.19 C5-6.20 C6-6.2!. C7-, c,-,.1 C7-7.2 Ci-,. 3 C7-7.4 C7-7.5 C7-,.6 C7-7. 7 c,-7.3 c,-i.9 c,-,.10 C7-7.ll C7-7.l.2 C7-7.13 C7-7.1 -! c,-7 .1s C7-7.16 C7-7.17 CB-3 C8-8.l CB-8.2 - LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Laws to be Observed Permits and Licenses Patented Devices, Materials and Processes Sanitary Provisions Public Safety and Convenience Privil e ges of Con tractor in Streets, Alleys, and Right-of-Way Railway Crossings Barr i cades, Warnings and watchmen Use of Explosives, Drop We i ght, etc. Work Within Easements Independent Contractor Contractor's Responsibility for Damage Claims Contractor's Claim for oamaoes .:'.\.djust:nent of Relocation of-P•.2blic Utilities, etc. T~mporary Sewer Drain Connec=ions Ar:angement and Charges of Water Furnished bv Ci~v Use of a Section-of ?ortion of the Work Cancractar's Res9onsibility :or Work No WaiJer of Legal Rights ?ersonal Liability of Public Of fi cials ?~OSECJTION AND P~OGrtESS Sub l etting ~ssignment of Contract Prosec~tion of the work Li~itations of Operations Character of Work~an and Eq~i~ment t'iork Schedule Ti~e of Commencement and Com~:=ticn Extension of time of Ccmpleticn Dela•,s Ti~e-of Ccmpletion Sus?ension by Court Order Temporary Suspension Ter~in~~ion of Concract due ~o National Emergency SUS?ension of Abandonment of tje Work and Annulmen~ of Co ntr~ct Fulfillment of Contract Termination for Convenienc~ o: t~e Onwcr Safety Methods and Practices MEASUREMENT .:l:.;'10 Pi\·f,..1ENT ~e~surernent of Quantities Un i::. Pr-ices ( 3) C6-6 (1) C6-6 ( 1) C6-6 (1) C6-6 (2) C6-6 (2) C6-6 (31 C6-6 (4) C6-6 (4) C6-6 (SJ C6-6 (6) C6-6 ( 8 l C6-6 ( 8 l C6-6 (10) C6-6 (10) C6-6 (lOJ C6-6 ( ll) C6-6 (11) C6-6 rlJ,.l C6-6 ( 12 l C6-6 ( 12 l C6-6 (12) C7-7 {1) C7 -7 <ll C7-7 fl) C7-7 (21 C7-7 (21 C7-7 (3) C7-7 (4) C7-7 (4) C7-7 (4) c,-7 (SJ C7-7 /6) Ci-? (61 C7-7 (7} C7-7 (7 J C7-7 (9) C7-7 (lOJ C7-7 -f.!.J) C3-8 Cll CB-8 (l) CS-8 .3 CS-8.4 C8-8.S C8-8.6 CB-8.7 CB-8.8 / CB-8.9 C8-8.l0 CB-8.11 [8-8.12 CB-B.13 Lump Sum Scope of Payment Partial Estimates and Retainage Withholding Payment Final Acceptance Final Payment Adquacy of Design General Guaranty Subsidiary Work Miscellaneous Plac e ment of Material Record Documents ( 4) CB-8 CB-8 .CS-8 CB-8 ca -a CB-8 CB -8 C8-8 C8-8 ~n n \...O-o CB-8 ---- ( 1) ( l) ( 2) ( 3) ( 3) ( 3 l ( 4) ( 4) ( 5) ( 5) ( 5) fl j " l " r ,. ~ l i 1 i " ' t . 'i .#. i 1 . PART C -GENERAL CONDITIONS Cl-1 DEFINITIONS I SECTIO N Cl-1 DEF I NITI ONS Cl-1.l DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the inten t and meaning shall be understood and in t erpreted as follows: Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents, such as specifications, bends, a-dde~da, plans, etc., which govern the terms and performa n ce of the contract. These are contained in the General Contract Documents and the Special Contract Documents. a. GENERA L CON T RACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and incl ude the following itams: PART A. -NOTICE TO BIDDERS P .b,RT B -PROPOS AL PA RT C -GENERA i CONDITIONS (Sample) (S a mple) (CITY) ( De•;elope:r) PART D -SPEC I AL CONDITIONS PART E -SPEC I FICATIONS PERMITS/EASEMENTS PA.RT F -BONDS PART G -CONTRACT (Sample) (Sample) White White Canary Yellow Br own Green El-Whi t e E2-Golden Rod E2A-White Blue White White b. 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 PA..~T E -PROPOSAL (Bid) PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E -SPECIFIC~TIONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT PART H -PLANS (Usually bound separa t ely) Cl-1 (l) C 1-1. 3 NOTICE TO BI DOERS: All of the legal publications either actually published in public advertising mediums or furnish~p direct to interested parties 9ertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. Cl-1.4 PROPOSAL: The completed wr1ccen and signed orter or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, whicb 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 Ear performing the work contemplated under the Contract Documents, constitutes a bidder. Cl-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 b~ carried on i~ ac~ordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and p:omulgat:d ordinances. Wherever there may be a conflict between the General Conditions and Special Conditions, the latter shall take pr:cedence and shall govern. Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific requi~ements 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 provide the information which the Contractor and Owner should have in order to gain a thorough kno~ledge oE the projec!:. Cl-1.B SPECIFICATIONS: The Specifications is that section or pa.ct. of .J;jle Contract Documents which sets forth in detail the requirements· which must be met by all materials, construction, workmanship, equipment and services in order to render a comrleted and 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 wer2 embodied therein. ---Cl-1.9 BOND: The bond or bonds are the written guarantee or security furnished by the Contractor for the prompt and Cl-1 (2l 7 I ,_ .J faithful performance of the contract and include the followin~: a. Performance Bond (see paragraph C3-3.7J b. Payment Bond (see paragraph C3-3.7J ~ M2intenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2.6J Cl-1.10 CONTRACT: The Contract is the 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 ther~from made by the Owner's representative showing in detai 1 the location, dimension and position of the various elements of the pro je ct, 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 showina, chanses in the work hereinafter authorized by the Owner. Th;·~ plans are usually bound separately from other parts of the Contract Documents, but they are a part of the Contract Documents just as though they were bound therein. Cl-1.12 CITY: The City of . For~ Worth, Texas, a municipal corporation, authorized and c h artered under the Texas State Statutes, acting by and through its governing body or its City ~anger, each of which is required by charter to perform S?ecific duties. Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Chart.er vested in the City Manager. The terms City and Owner are synonymous. Cl-1.13 CITY COUNCIL: The duly ele8ted and qualified govern i ng body of the City· of Fort Worth, Texas. Cl-1.14 MAYOR: The officially elected Mayor, or in his absence,-t,he Mayor Pro tern of the City of Fort Worth, Texas. Cl-1.15 CITY MANAGER: The of fi cially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized represeniative. Cl-1.16 CITY ATTORNEY: The officially appointed City A~torney of the City of For t Worth , Texas , or h i s du 1 y a u t ~r i z e d representative. Cl-1 (3) Cl-1.17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the Cjty of Fort Worth, referred to in the Charter as the City Engineer, or his duly authorized re~resentative. Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed Director of t he Citv 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 __?ntrufated to them. Cl-1.20 CONTRACTOR: The person, persons, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized re;:iresentative. A sub-contractor is a person, firm, corporation, or others under contract with the principal contractor, su9plying labor and materials or only labor, for work at the site of the project. C 1-1. 21 SURETIES: The , Corpora ti:! bodies w~ ich are bound by s;.ich bonds ar-: r-:!qui::-ed with and for the Contractor. The sur~ties engaged ar= to be Eully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements a5 set forth in the Contract Documents and approved changes therein. Cl-1.22 T8E WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to th~ furnishing of all la::ior, mat,:;rials, tools, equi9ment, and incidentals ne~essary 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 the weather or other conditions not under the control of the Contracior permit the performance of the principal unit of work -for a -.period of not l'=SS than Seven (7) hours bet·11een 7:00 a.m. and 5:00 p.m., with exceptions as permitted in paragraph C7-7.6. Cl-1. 2 4 CALENDAR DAYS: A calendar day is any day of the ·,;eek or month, no days being excepted. Cl-1.25 LEGAL HOLIDAYS: Leaal holidays shall be ob~ved as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: Cl-1 (4) , ' r r t ' 1. 2. 3. 4. 5. 6. 7. 8. 9. New,1 Year 's Day M. 'L. King, Jr. Birthday Kemorial 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 July 4. First Monday in Se9tember Fourth Thursday in November Fourth Friday in November December 25 When one_of t~e above named holidays or a special holiday is declared by the City Council, falls on 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 calenda~. holiday as the holiday. Cl-1.26 ABBREVIATIONS: Wherever the abbre..-iations define.d ·,_ herein ai;,pear in Contract Documents, tho: intent and meaning shall be as follows: 11,.ASHTO -,).merican Association of MGD ASCE LAW AST~ AWW.:\ ASA HI A.sph. - A.ve. Blvd. CI CL GI Lin. 1 b. MH Max. State Highway Transportation Officials American Society of Civil Engineers In Accordance With ~~erican Society of · Testing Materials ~oerican Water Works Association ~.merican Standards Association Hydraulic Institute 1\s;::ihalt ~enlle · Boulevard Cast Ir on Center Line Galvanized Iron Linear or Lineal Pound Manhole Maximum Cl-1 (5) -Million Gallons Per Day CFS -Cubic Foot per S2cond Min. -Minimum Mono.-Monolithic i -Percentum R Radius I.D. -I~side Diameter O.D. -Outsioe Diameter Elev.-Elevation F -Fahrenheit C Centigrade 1:1. -Inch Ft. St. CY Yd. SY L.F. D. I. -Foot -Street -Cubic Yard -Yard -Square Y~ -Linear Foot -Ductile Iron Cl-1.27 CHANGE ORDER: A ~change Order" is a written su~plemental agreement between the Owner and the Contractor coverin<f some added or deducted item or feature which may be found necessary and which was not specifically inclu,ded in the scope of the project on which bids wera 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 ttChange 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 ee defined as a street or alley having one of the following types of wearing surfaces applied over the natural uni~proved surface: 1. 2. 3. 4. 5. Any type of asphaltic concrete with or without seoarate base material. A;y type of asphalt surface treatment, not including an oiled surface, with or without separate base material. Brick, with or without separate base material. Conc~ete, with or without separate base material. Any combi~ation of the above. cl-l.29 UNPAVED STREETS OR ALLEYS: An ungaved street, alley, roadway or other surrace is any area except those defined above for hPaved Streets and Alleys." Cl-l.30 CITY STR~ETS: 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' > feet back of the curb lines or four (4') feet back of the averag~ edge of pavement where no curb e :< 1. s t.s . Cl-1.32 GRAVEL STREET: A gravel street is any unpaved street to wh_1G-l. has been added one or mare applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. Cl-1 (6) I , ( I L ' I SECTION C -GENERAL CONDITIONS C2-2 I~TERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.l PROPOSAL FORM: The Owner will furnish 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 ~tate the basis for entering into a formal contract;-The Owner will furnish forms for the Bidder I s "Experience Recora,• "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Depart~ent one week orior to the hour for ooeninq 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 i~sued by an appropriate state licensing agency, and shall have been so oreoared as to reflect the c~rrent financial status. This ;tatement must be current and not mare 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 undated by proper verification. Liquid assets in the amount cf ten {10%) percent of the estimated project cost will be required. For an ~xoerience record to be considered to be acceotable for a given project, it must reflect the experience o{ the firin 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 on projects completed not more than five (5) years prior to the date on which are to be received . The Director of the Water department shall be sole judge as to the acceptability of -=xper ience-for gualif ication to bid on any Fort Worth Water Department proiect. 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 ~he i?roject on whicli he submits a bid. ....... --- C2-2.2 IN~ERPRETATION OF QUANTITIES; The quantities of work and materials to be furnished as may be listed in the proposal C2-2(1) forms or other parts of the Contract Documents will be considered as aooroximate only and -will be used for the 9urpose l 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. C2-2.3 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 w111 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 requir~d, prior to the filing of proposal, to read and become familiar with the Contract Documents, to vis~t the site of the project .and examine carefully all local conditions, to inform themsel'les 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 the construction of th: project. They must judge for themselves the difficulties of the work and all attending circumstances affecting t~e case of doing the work or the ti~e requi~ed for its completion, and obtain all information required to make an intelligent proposal. No information given by the owner or any representativ~ of the Owner other than that contained in the Contract Documents and officially promulgated addenda ther~to, 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 subrniss [on of a proposal is prima-facie evidence that the bidder has made the in~estigations, 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. -i1 The logs of Soil Borings, if any, showing on the plans'-ar~ for general information only and may _ not be correct. Neither the C2-2 (2l ' . { ' .J • ' . owner nor the Engineer guarantee that the data shown is represent~ive 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 filled in and the Bidder shall state the prices, written in ink in both words and numera l s, for which he proposes to do t he work contemplated or furnishe the materials required. All such prices shall be written legibly. In case of discrepancy between the price wr i tten 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 suqmitted by a firrn,.association, or partnership, the name and address of each member must be given, and the proposal must be signed by a member of the firm, associat i on, or partnership, or by a person duly authorized. If a proposal is submitted by a company or corporation, the company or corporate name and busine~s· address must be given, and the proposal s igned b y a n official or duly authorized agent. 'The corporate seal must be affixed. Po~er of Attorney authorizing agen t s or others to sign pcoposal must be properly certified and must be in writing and submitted with the proposal. C2-2.5 REJECTION OF PROPOS~LS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, incomplet= bids, erasures, or irregularities of any kind, or contain unbalance value of any items. Proposal tendered or delivered after th~ official time designated £or receipt of proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No .proposal will be considered unless it 1.s accompan.ied by a "Proposal Securitytt of the character an d in the amount indicated in the "Notice to Biddersw and the "Propo~al-" ~The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way o: a guaranty that if awarded 'the contract, the Bidder will within the required time execute a for ma l contract and furnish the required performance and other bonds. The bid security of the three lowes t bidders wi ll be retained until the contract is awarded o r other _disposition is made thereof. T h e bid security of all oth er bidders may be returned promptl"'r---af t er t he canvass of bids. C 2 -2(3 J C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Securit.,y, 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 marked with the word "PROPOS~L," 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 Cit~ 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 orooosals for which non-consideration requests have been ~ro;erlv filed mav, at the option of the Owner, be returned uno9ened. ~ 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 o~ening 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 ~i~~in forty-eight (48) hours after the proposal opening time, no furthe~ c~nsideration will be given to the proposal. C2-2.10 PUBLIC OPENING OF PROPOSAL: Prooosals which have been pt:-operly filed and for which no "Non-consideration Request" has bee~ received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and pl~e r ~dicated in the "Notice to Bidders. 11 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 .11 IRREGULAR PROPOSALS: Proposals shall be con~ered as being "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 C2-2 (4) Owner reserves the right to waive any and all irregularities and to mc}'ke the award of the contract to the .best interest of the city. Tendering a proposal after the closing hour is an irregularity which cannot 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 reason: 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 erigaged in litigation against the bidder. d. The bidder being in arrears on any existing contract or having defaulted on a previous contract. e. T~e bidder having performed a prior contract in an unsatisfactory manner. f. Lack of competency as revealed by the financial s::.aternent, exp:erience record, 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 cf the opening of proposals the following: 1. 2. -3. - Financial Statement showina the financial condition of the bidder as sp~ecified in Part "A" -Special Instructions. A current ex?erience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. An equipment schedule showing the equipment the bidder has availa~le for use on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer, is disqualified under the requirements s~ated herein, shall be set aside and not opened. -.. -- C2-2(5l l. l ' l' l , / PART C -GENERAL CONDITIONS C3-3 AWARD · AND EXECUTION OF DOCUMENTS . SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3.l CONSIDERATION OF PROPOSALS: After proposals have been 09ened 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 est~blished in _the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum i~~ms and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of th-:! bid. Until the award of t h e contract is made by the Owner, the right. will be reserved to reject any or all proposals and ~aive technicalities, to re-advertise for new proposals, or to oroceed with the work in any manner as maybe considered f er t~e best interest of the Owner. · C3-3-2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS E:-JTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding act:ial wor-k performed by a Minari ty Business En terpr is e ( MBE) and or a a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor -Con tractor further agrees f upon request by Owner, to allow and audit and/or an examination of any books, records, or files in the possession oE Contractor that will substant i ate the actual work performed by the MEE or WEE. Any material misrepresentation ·of any nature will be grounds for termination of the contract and for initiating any action unner appropriate federal, state or local law~ a Qd ordinances relating to false statements; further~ any such misrepresentation may be grounds for disaualification of Contractor at Owner's discretion for bidding on future Con tracts with the Owner for a period of time of not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall c o mply with Current City Ordinance prohibiting discrirnin==..~ion in employment pr a ctices. C3-3 (ll 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 h is of fi ce 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. C3-3.5 . AWARD OF CONTRACT: The owner reserves the right to withholdfinal action on the proposals for a reasonable time, not to exceed forty-five (451 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 an award is made, will be to the l o~est and best resoonsible bidder . 1 The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETUR~ OF PROPOSAL S2CURITIES: As soon as orooos=d price totals have been determined for comparison o f bids: the own2r ~ay, at its discretion, return the proposal security which accom9anled the proposals which, in its judgment, would r.ot be consid~red for the award. All other proposal securities, usually those of the three lowest bidders, will be r~tained by the Owner until the required contract has been ex~cuted and bond furnished or the Owner has otherwise ci3?osed of the bids, after which they will be returned by the Ci~y Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Docume~ts, the Contractor shall furnish to, and file with the Ow~er in the amounts herein required, the following bonds: -a. PERFORMANCE BOND: A good and sufficient performance bond in an amount 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 9f 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, ot improper execution of the work or the use of inferior materia~s. This performance CJ-3 (2 ) bond shall guarantee the payment for all labor, .~aterials, 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 accompli~hed and final p a yment 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 which is set -forth in paragraph C8-8.10. c. PAYMENT BOND: A good and sufficient payment bond, in an amount 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 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344 Acts 56th Leg:5lature, Regular Sessicn, 1959, effective April 27, 1 959; and/or the latest version thereof, supplying labor and materials in t~e prosecution of the work provided for in t~e contract bei~g constructed under thes~ specifications. Payment Bond shall remai~ in force unt i l all payments as above stipulated ar~ made. d. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. ~a sureties wil l be accepted by the Owuer which are at the tim~ in defanlt or delinquent on any bends 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 exe~uted by an approved surety company doing business in the City of _F--Q.l"t Worth, Texas, and which is acceptable to the owner. In o r der to be acceptable, the name of the surety shell be included on the current U.S. Treasury list of acceptable sureties, and th e amount of bond written by any one acceptable company shall not exceed the amount shown on the T:::easury list for that company. Each bond shall be prope-rly executed by both the Contractor and Surety Company. Should any surety on the contract be ·determin e d unsatisfactory at any time by the Owner, notice wi ll be g i ·Jen the Contractor to that effect and the Contractor shall i mmediately provide a C3-3 (3) new surety satisfactory to the Owner. No payment will be ma de 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 b e due o r paid until ap p roval of the bonds b y t h e Owne r . C3-3.8 EX ECUT I ON OF CONTR ACT: Within t en (1 0) day s after the Owner has by appropriate resolution, or otherwise, awarded t h e con tract, the Con tractor shall e x ecute 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 l~gal i ty b:( the City Attorney, and e:cecut.ed for the Owner by either the Mayor or City Manager. C3-3.9 FAILURE TO EXECUTE CONTRACT: T~e failure of the Awardee t o execute the required bond or bonds or to s i gn the raquired coniract within ten (101 days a!t.er the contract is awarded shall be considered by the Owner as an abandonment of his proposal, and the Owner may annu l t he Award. By reason of t~~ uncertainty of the market prices o: material and labor, and it bei~g impracticable and difficult to accurately d e termine the amount of damages occuring to the Owner by r=ason of said a~ardee'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 Owner will suffer by reason of such failure on the part of the Awardee and shall ther~u ?on i mmediately be forf~ited t.o the Owner. The fi l ing of a proposal will be con s id e red as an acceptance of this provision by the Bidder . C3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized in ~riting to do so by the Owner. Should the Contractor fail to commence wo r k at the s i te of the .. project within the time stipulated in the written ; authorization usually termed the »work Order" or ~Proceed Order-" ,~t r ;; agreed that the Surety Company will, w i th in ten (10) days after the commencement date set forth in such written authorization, commence the physical execution of the con t ract. C3-3 .1 1 INSURANCE: The Contractor shall no t commence-work under this contract until he has obtained all the i.Lli,Surance required under t he Contract Documents, and such insurat'lce has be~n approved by the Owner. The prime Contractor shall be r e spo n s"ble for delivering to the Owner the .sub-contractors' C3-3 (4 } . ' certificate of insurance for approval. The prime contractor shall indicate on the certificate of insurance includea in the document!f 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 s~b-contractors. a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Workers' Compensation Insurance on all of his employees to be enqaged in work on the project under th~s contract, and for all sub-contractors. In case a~y class of employees engaged in hazardous wo;k on the project under this contiact is not protected under the Workers 1 Compensation Statute, the Contractor shall provide adequate employer 1 s general liability insurance for the protection of such of his employees not so protected, b. COMPREHENSIVE GENERAL LIABILITY INSORANCE: The· Contractor shall procure and shall maintain during the life of this contract Contractor's Com~rehensive General Liability Insurance (Public · Liability and Property Damage Insurance) in an amount not less than $500,000 covering each occurrence on account of bodily injury, includino 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. C. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability (covers Contractor's Liability for sub-contractors). General acts of 2. Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation (if excavations are to _be performed ad1acent to same). ---4. Damage to underground utilities for $500~000. C3-3 (5) 5. Builder's risk (where above-qround structures are involved). 6. Contractual Liability (covers all indernniEication requirements oE Contract). d. AUTOMOBILE INSURANCE -BODILY INJOR~ AND PROPERTY DAM.AGE: The Contractor shall procure and maintain, during the life oE this Contract, Comprehensive Automobile Liability insurance in an amount not less than $250,000 for injuries including accidental death to any one ~erson 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 i~surance required under the above paragraphs shall provide adequate protection for the Contractor and his suo-contractors, respectively, against damage claims w~ich may arise from 09erations 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 s~ecial hazards which may be encountered in the performance of the Contract. f. g. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with satisfactory proof of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner. (Sample attached. l All insurance r~quirements made upon the Cont~actor shall apply to the sub-contractor, should the Prime Contr~ctor's insurance not cover the sub-contractor's work operations. LOCAL AGENT FOR INSORANCE ~.ND BONDING: _ The insurance and bonding companies with whom the Contractor's insurance and performance, P'i,.yment, 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 C3-J (6) f City of Fort Worth, Tarrant County, Texas. Each •1such agent shall be a duly qualified, one upon whom 'service of process may be had, and must have authority and power to act on behalf of the insurance and/or bonding company to negotiate and s ettle with t he City ~f Fort Worth, or any other claimant, any 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 compan~es, 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 of such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and service~_ when a1Je, C3-3.13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all person engaged in work on th·e project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable ~inimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the ~roject 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 Cont=actor, whether a p.:!rson, persons, partne.rship, company, firm, association, corporation or other who is a~proved to do business .with and entsrs into a contract with the City for construction of water and/or sanitary sewer facilities, will have or _sh.a-1.1 establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or h e may delegate his Project Superintendent) with fQll authority to .transact all business actions req u ired in the performance of the Contract . This local authority shalL be made responsible to act for the Contractor in all matters 9ert3ining to the work governed by the Contract whether:=..it be administrative or otherwise and as such shall be empowered, t hus delegated and dir2ct2d, to settle all material, labor or ot her e xpenditures, all claims against the wo rk or any other C3-3 { 7) I I matter associated such as maintaining adequate and appropriate insurance;tor security coverage for the project. Such local authority for 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 1 s principal base -of 09erations 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 appropriately signed and sealed, as applicable, by the Contractor's respo~sible officers with the understanding that this written assignment of authority to a local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these re~uirements is that all matters associated with the Contractor's administration, whethe~ it be oriented i~ furthering the work, or other, be govarn~d direct by local authority. This same requirement is imposed on insurance and sur~ty coverag~. Should the Contractor's local representative fall to Qerform to the satisfaction of Engi~eer, the EngLn~er, at his sole discretion, may demand that such local re?rasentative be replaced and the Engin~er may, at his sole discretion, stop all work until a ne~ local authority satisfactory to the Engineer is assign~d. No credit of wot~ing ti~e will be fat periods in which wor~ stoppages are i~ ~:f~ct for this reason. C3-J.1S VENUE: v~~ue of any action h~r~inunder shall be exclusively i~ Tarrant County, Texas. -.ii -- C3-3 (8} / SECTION C4-4 SCOPE OF WORK PART C -GENERAL CONDITIONS C4-4 SCOPE OF WORK C4-4.l 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 reouirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as orovided for in the Contract Documents, shall do all extra or ~pecial ;ark ~s 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 D0cuments 1 furnish all labor, tools, materials~ machinery, e~uipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated br covered by General or Special Conditions of these Contract Doc~ments be anticipated, or should there be any additional orooosed work which is not covered by these Contract Doc:u'ments, then "Special Provisions" covering all · such wor~ will be prepared by the Owner previous to the time of receiving bids or proposals for such work and furnished to the aidder in the form of Addenda. All such "Special Provisions" shall be considered to be a part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves th~ right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time wh~n 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 25 percent .QJ tbe contemplated quantity of such item or items. When stich ~hanges 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 t~e contract ~hall 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 consideratio~to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits nor shall such changes be considered as C4-4 (lj waiving or invalidating any conditions or provisions cf the Contract Documents. •I Variati~ns in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to the overall quantities or sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4.4 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 mast satisfactory manner, provided such changes do not materially alter the original Co~tract Documents or change the general nature --0f tne 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 a~e provided in th~ Contract Documents, shall be defined as "E:xtra Work" and shall be performed by the Contractor. in accordance with these Contract Documents or approved additions thereto; proviced, however, that before a~y extra work is begun a "Change Order" shall b~ 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. Unit bid price previously approved. b. An agreed lum9 sum. c. The actual reasonable cost of { l) labor, ( 2} rc~n tal 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 ~reject, 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% of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor Ear rental of equipment owned by him and used for the extra work. The fee shall be full and complete compensation to cover the cost of sup~rintendence, overhead, other profit, ~eneral and all other expense not included in (1.=;_, ( 2), (3), and (4) above. The Contractor shall keep accurate cost records on the form and in the method C4 -4 C2l . -' • ' l . l ' suggested by the Owner and shall give the Owner ;' access to all accounts, bi l ls, vouchers, and records relating to th~ Extra Wack. No "Change Order" shall become effecti v e until it has been app ro v e d and s ig ned by each o f t he Co n trac ti ng p ar ties. 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. Should a difference arise as to what does or does 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 an accurate account of the actual reasonable cost thereof as provided under method {Item C). Claims for extra work will not be paid u~less the Contracto~ s ha 11 f i 1 e h i s c 1 a i m w i th th e Own e r w i th i n f i v e { 5 ) d a'y s before the time for making the first estimate after s u ch work is done and unless the cla im is supported by satisfactory vouche r s and certified payrolls covering all labor and mate=ia l s expended upon the said Extra War~. The Contrac t or shall furnish the Owner such i nstallation records of all deviations from the original Contract Documents as may je necessary to enable the Owner to prepar~ for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for 'extra work' whether or not iniitiated by a 'change order' shall be a full, complete and final payment for all costs Contractor i ncurs as a result or re~ating to the change or extra work, whether said costs are k~own, unknown, foreseen or unforeseen at that time, including wi~hou~imitation, any casts for delay, extended overhead, ripple or 1 mpact cast, or any other effect on changed or unchanged work as a resu l t or the change or extra work. C4-4.6 SCHEDULE OF OPERATIONS: Before commencing any work under tiis contract, the Contractor shall submit to the -Owner and receive the Owner's approval thereof, a "Schsdule of Operat i ons," showing by a straight l i ne me t hod th~ate of commencing and f i nis h ing each o f the maj o r el e me nt s of th e cont r ac t . T her e s h al l b e a lso shown the est i ma t ed mo n thly cost of wor k f o r wh ich estimates are to be e xp ected. There C4-4 (3 ) shall be presented also a composite graph showing the anticipa.~ed progress of construction with the time being plotted ~orizontally and the percentage of completion plotted vertically. The pi:-ogress charts shall be prepared on 8-1/2" x lltt sheets and at least five black or blue line prints shall be furnished t o the Own er . C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT F~CILITIES: Within ten (10) days prior to submission of 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 the work, the date of which he will start the several major 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 CCPM) network diagram. As the work progresses, the contractor shall enter on the diagram the actual ~rogress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the scqedule to reflect any adjustments in contract time approved by the Engineer. Three cooies of t:ie undated schedule shall be delivered at such i~t~rvals as dir~cted by the owner. As a minimum, the construction schedule s~all incorporate all work elements and activities indicated i.1 the proposal and in the tech nica l s pecifications. Prior to the f i nal drafting of the detailed construction schedule, the Contractor shall review the draft schedule with the Ehgineer to ensure the Contractor 's understanding of the con~cact requirements. The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and final project completion dates shall be developed to conform to ~ime c ~nstraints, sequencing requirements and completion time. b. The construction process shall be divided into activities with time durations of approximately fourteen (14) days and construction values not to exceed $50,000. Fabrication, delivery acia submittal activities are exceptions to-4his guideline. -:.. C4 -4 (4) I .. f . ' . . c. 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. F loat 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. L Thirty days shall be used for submittal review -unless otherwise specified. The constr~ction schedule shall as a minimum be divided ·into seneral categories as indicated in the Proposal and Technical Specifications and each general category shall be. brok2n down in t o activities in enough detail to achieve _· activities o f approximately fourteen (14) days duration. For each general category, the construction schedule shall identifv all tra=~s er subcontracts whose work is represe~ted by activities that follow the guidelines of this Section. For each of t h e trades o r subcontracts, the construction schedule sha l l indicate the following procurements, construction and preacceptance activities and events Ln thei~ logic~l s e quence for equipment and materials. l. 2. 3. 4. -. 6. Preparation and transmittal of submittals. Submi ttal review periods. Sh<?2,_ fabrication and delive.::y. Er e ction or installation. T ransmittal of manufacturer's operatio n and maintenance instructions. I nst a lled equipment and materials testing . 7. Own er's o p erator i nstruction (if applicab l e). 8. Fin a l inspe ction . C4-4 (5) 9. Opei~tional testing. 10. Final inspection. If, in the opinion cf 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 Co~tractor 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. lf 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 the overtime oper~tions without additional cost to the Owner. Failure of the Contractor to comply with these requirements shall be considered grounds for determination by the Owner t~at the Contractor is failing to prosecute the work with such diligence as will insure its completion within the timo;? specified. C4-4 {6) i ,( I' PART C -GENERAL CONDITIONS CS-5 CONTROL OF WORK AND MATERIALS SECTION CS-5 CONTROL OF WORK AND MATERIALS ·CS-5.l AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. He shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, rate of progress of the work, overall ~equence 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, sequences or procedures of construction, or the safaty precaution and programs incident thereto, and he will not be resoonsible for Contractor'·s failure to perform the work in ~ccordance with the contract documents. He shall dete~mine 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 tha right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and ~ake effective such necessary decisions a~a orders as the Contractor fails to carry out promptly. In the event of any dispute bet~een 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 con tro'!e~y. - CS-5.2 CONFORMITY WITH PLANS: The finished project in all c~ses shall conform with lines, grades, cross-sections, :inish, and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents. Any deviation from the approved Contract Docume~ts requjred by the Engineer during construction will in all ca~s be determined by the Engineer and authorized by the Owner by Change Order. CS-5 (1) CS-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documer,,,ts are made up of several sections, which, talcen 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 se~ticns. In case of discrepancies, figured dime~sion shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specifications, and quantities shown an the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error oc omission in the Contract Documents, and the Owner shall be ~ermitted to make such corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or disc·repancy, he shall immediately call th is condition to the attention of the Engineer. In the event of a conflict in the drawings, specifications, or:-other portions of th~ Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quot~d the most expensive resolution of the conflict. CS-5.4 COOPERATION OF CONTRACTOR: The Contractor will be fur:nish~d with three sets of the Contrac::. Doc:iments and shall have available on the site of the project at all times one set of such Contract Documents. The Contract shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engi~eer, his inspector, and other Contractors in every possible way. T!1e Contractor shall at all times have competent -~eisonnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at t!1e 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 un~rst~nding the Contract Documents and shall receive and fulfill iri-structions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractoc shall designate in writing to the project superintendent, to act as the Contractor's aaent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas and s.hall be subject to call, as is the project Superintendent, a~ny time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the rroject site of a representative of the Contractor to CS-5 12) adequately provi d e fo~ the safety or convenience o f the travelingipublic or the owners of property across which the project extend s or the safety of property contiguous to the project rout i ng. The Contracto r shall provide all facilitie s t o enable t he Engineer and his inspector to exam i ne and inspect the workmanship and mate r ials enteri n g 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 on a working-day basis. Should the Contractor fail to respond to a request from the. Engine,=r to rectify any discrepancies, omissions,. or corrections necessary to conform with the requirements of the ~ project specifications or plans, the Engineer shall give the Contractor writ ten not ic,e that such work or changes are to be .. performed. The written notice shall direct attention to the discr~pant condition and request the Contractor to take =emedia l action t o correct the condition. In the event the Contractor does not t ak e positive steps to f ulfill this writ t en request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action wi th Ci ty forces or by contract. The City shall then 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 OFPICE: The Contractor shall provide, at no ex~ra compensation, an adequate field office for use of the Engi~eer, i f specifically called for. The f i eld office shall be not less than 10 by 14 f eet in floor area, substantially construct~dL well h eated, air conditioned, lighted, and weather-proof~ so that documents will not be damaged by the elements. CS-5. 7 CONSTRUCTIO N STAKES: The City, through its Engineer, will furnish the Contractor with all lines, grades, and meas u r e ments necessary to t h e proper prosecution and con-trol of the work contr acted for u n der these Con t ract Docurnen~, and lines, grades a n d measuremen ts will be established by me~ns of stakes or other cu5tomary method of mar ki ng as may be found cons is t e nt with good p rac t i ce _ CS -5 (3) These stakes or markings shall be set sufficiently in advance of consiruction operations to avoid delay. Such stakes or markings as may be established for the Contractor's use or guid an ce shall b e pr es e rved b y t h e Co n tr ac tor un ti l he is authorized by t h e Engin e er to re mo ve them. Whe ne ver, in the opinion 0£ the Engineer, any stakes or mar k ings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replac i ng such stakes or marks p lus 25% will be c h a rged against the Contractor, and the full amount will be deducted from payment due the Contractor. CS-5.8 AUTHORITY AND DUTIES OF CITY INSPECTORS: City InspecEbrs 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 statio~ed on the work to report to the Engine~r as to the progress of the work and the manner in which i~ is being performed, to report any ev i dence that the materials being furnished or the work being performed by the Contractor fails to fulfill t he 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 furn i shed or the manner of performing the work, the City Inspector will have authority to reject materials or equipment to suspend work until the question at issue can be referred to and be d~cided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, e n large, 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 to the requirements of the Contract Documents. He will in no case act as suoerintendent or foreman or perform any other duties for the Contrac t or, or inte~fei!": wi.th the management or operation of the work . He will not a ~cept 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 Documents, provided, however, shou l d the Contractor object to any orders or instructions of__J;he City Inspector, the Contractor may within six days make~ritten appeal to the Engineer for his decision on the matter in c o ntro v ersy. CS-5 {4) 1 ' ' - l . l - '. I• l • l - CS-5.9 INSPECTION: The Contractor shall furnish the Engineer with every1 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 may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. 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 oe work so exposed or examined prove to be unacceptable, the uncovering or removing and the replacing of a ll 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 DEFECTIVE AND UNAUTHORIZED WORK: All work, materials, or equipment which has been rejected shall ~~~ ==medied or removed and replaced in an acceptable manner sy the Contractor at his own .expense. Work done beyond the lines and grades given or as shown on the plans, except as herein ~;eci~ically provided, or any Extra Work done without written authority, will be considered ~s unauthorized and done at the =Xpe~se of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of t~e Contr~ctor to comply with any order of the Engineer made under ~he 9rovisions of this paragraph, the Engineer will have the autho~ity to cause defective work to be re~edied or removed and replaced and unauthorized work to be removed, and the cost ther~of may be deducted from any money due or to become due to the Contractor. Failure to require the removal of any cefective or unauthorized work shall not constitute acceptance cf such works. 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 m~terial or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, he shall, prior to the ·p~econstruction conference, make written ·application to ENGI~EER for approval of such substitute certifying in wri~ing that the proposed substitute will perform adequats-ly the functions called for by the general design, be similar~nd of equal substance to that specified and be su i ted to the same u se and capable of performing the same function as that SJecif i ed; and identifying all variations of the proposed CS -5 (5 ) substitute from that specified and indicating available maintenante service. No substitute shall be ordered or i nstalled without the written a pproval of Engineer who will be t he judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he co n siders pert i nent. No substitute =hall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's ex~ense. Contractor s h all i ndemnify and hold harmless Owner ·and Engineer and an y one directly or indirectl y employed by either of t hem 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 OR MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, t ~sts of materials or equipment are necessary, such tests will be made at the exoense of and oaid for direct to the testina ag=ncy by the Ow;er unless otherwise speci:ically provid~d: ~h~ failure of the Owner to make any tests of materials shall b~ in no way relieve the Contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Cont!act Documents. Tests and sampling of ~aterials, unless othe r wise specified, will be mad~ i n 2cc~rdance with the latest methods prescribed by the American Society Eor Testing Materials or specific C"equir-ements of the owner. The Contractor shall provide such facilities as the ~ngineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, us~ the mate~ials represented by the samples until ~ests have been mada and the mat~rials approved for use. The Contractor will furnish adequate samp l es without charge to the Cwner. In case of concrete, the aggregates, design minimum, and the mixi~g and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contactor shall be responsible for replacing any concre=e which does not ~e e t the reauirements of the Contract Documents. Tests shall be made -a,c least 9 days prior to the placing of concrete, us i ng sarnp1€s from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of th e new materials. CS-5.13 STORAGE OF MATERIALS: All materials which are to be -1 us e d i n the construction operation shall be stored so-..,3.s to ins u re t h e preservation of the quality and f i tness of the work. Wh e n dir e cted by the Engineer, they shall b~ placed on wooden platforms or other hard, clean durable surfaces and n o t on the CS-5 (6) t . l . l' ground, a~ shall be placed under cover when airected. 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 existing utilities are based on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered as the 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 all utilities, etc., is unknown to the Owner, and the Owner as~umes-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 grades of co~sid~ra~le mag~itude or requires the building of special works, ~revision for which is not made in the Contract Documents, in which case the provision in these Contract Docum~nt5 for Extra Work shall apply. It shall be , the Contractors responsibility to verify l ocations of 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 9rovid~ adequate clearances. The Contractor shall take all ne~essary precautions in ord~r 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 verificat1on of existing utilities and their adjustment shall be considered as subsidiary work. CS-5.1~ 1--tff'ERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosectuion of work where the interruption of ~ervice is necessary, the Contractor, at least 24 hours in advance, shall be required to: l.· Notify the Water ·oepartment's Distr~ution Di vision as to location, time, and schedule of service interruption. CS-5 (7) b. / 2. 3. Notify each customer personally through responsible personnel as to time and schedule of t he interruption of their service, or In the event that personal notification of a customer cannot be made, a prepared tag f orm shall be attached to the customer's entrance door knob. The tag shall be durable in composition, and in large bold type shall say: ITNOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be inter- rupted on between the hours of and This inconvenience will be as short as possible. Thank you, Contractor Address Phone Emercrencv: 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 acts or neglect on the part of the Contractor, any other Contractor or any sub-contractor shall suffer loss or damage on the work, t~e 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 any damage alleged to have been _s--ttw;tained, the Owner will notify the Contractor, who shall inde~nify and save harmless the Owner against any such claim . . CS-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials a~cu~ula:~d on the job site during the prosecution of the work under these Contract Documents shall be accomplished in ':< e a [) i n g w i t h a d a i l y r o u t i n e e s t a b 1 i s h e d t o ~Ji e t h e satisfaction of the Engineer. Twenty-fours fours after ~ritten notice i s given to t he Contractor that the clean-u p on th2 job sita is proceeding in a manner unsatisfacto r y to the E nsineer, i f the Contractor fails to cor r ect th e CS-5 (8) 1 ' . - l • l ' .-.I l . l • l ' unsatis~,13.ctory 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, pl u s 25% of such costs, shall be deducted from 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 m2terials, temporary structures, and debris of every kind. He shall reave 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 ~nd equipment in a bright, clean, polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. ' CS-5.18 FINAL INSPECTION: Whenever the work provided for i n and con~emplated under the Contract Documents has been satisfactorily completed and final clea~up performed, the Engineer will notify the proper officials of the Owner and request that the Final inspection be made. Such inspection will be made within 10 days after such notification. After such final inspection,_if the work and materials and equipment are found sati3factory, 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 charae will be made aaainst the Contr~ctor between said date of notification oE t~he Engineer and the date of final inspection of the work. cs-s (9) ,.. - \' PART C -GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C5-6 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 of misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless 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 PER~ITS AND LICENSES: The Contractor shall procure all permits and lice~ses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosc~~tion of the work. C6-6.3 PAT£~TED 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 t~e contract prices shall include all royalties or cost arising from patents, trade-marks, and copy rights 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 patented design, device, material or process, or any trade-mark-or"topy right in connection with the work agreed to be performed ~nder 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 of the 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 o f such s ui t s. C6-6 Cl) C6-6.4 t ~ANITARY 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 crea tion cf 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. The necessary sanitary conveniences for use of ·laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by the Contractor. All such Eacilfties -shall be ke~t in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations oE the State of Texas and the City shall be strictly complied with. C6-6.S PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be so placed and used, and the work shall at all times be so conducted, as to cause no gr2at~r obstruction or inconvenience to the public than is consider~d 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 conveni~nce of t~e public, including, but not limited to, safe and convenient ingress and egress to property contiguous to t~e 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 of 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 include the diversion of driveway traffic, with spe-::ific approval by the Engineer. If diversion of traffic is approved by the Engineer at any location, the Contractor shall make arrangements satisfactory to the Engineer at any location, the Contractoc shall make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his own expense, provide all materials and perform all work necessary f~r 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 materiaG=-such as pipe used in the 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, C6-6 (2) " ( ...... gas valve~, 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 t6 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 done or materials furnished by the Owner or by the City shall be deducted from 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 Departmen.t, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and, wh~n 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 again placed back in service. Where the Contractor is required to construct temporar~.- bridges or make other arrangement3 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. The Contractor shall at all times conduct his operation and the use of construction machinery so -as not to damage or destroy trees and shrubs 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 RIGHT-OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the pu.b.J.ic -streets and alleys, or other public places or other rights-nf-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 materials shall be ~ed or stacked in such a way as not to interfere with the u~e of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent propertv. If the street is occupied by railway tracks, the work shall be C6-6 (Jl carried on in such manner as not t o interfere with the • •! O!;)erat1on of trains, loading or un l oading of cars, etc. Other contractors of t he Owner may, for al l purposes required by the co n tract, enter upon the work and p remis e s used by the Contractor and shall be provided all reasonable facilities an d ass i stance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use s hall be pr o vided by h i m at his own cost and expense. C6-6.7 RA I LWAY CROSSINGS: When the work encroaches upon any right-of-way of any railway, the City will secure the necessary easement for the work. Where the railway tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railway company as to the methods of performing the work and take all precautions for safety of property and the public. Negotiations with the 4 railway companies for permits shall be done by and through the City. The Contractor shall give the City notice not less than five days prior to the time of his intentions to begin work on that port i on of the project which is r~lated to the railway properties. The Contractor will not be given extra or additional compensation for such railway crossings unless s9ecifically set forth i n the Contract Documents. C6-5.8 BA?.RICADES, WARNINGS AND WATCHME~: Wher e the work is carried on i n or adjacent to any street, alley, or public place, the Contrac t or shall at his own expense furnish, erect, and maintain such barricades, fences, lights and danger signals, shall provide such watchmen, 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 nig h t. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at . each barricade. A sufficient number oE barricades shall be erected and maintained to keep pedestrians away from, and vehicles f~om being driven on or into, any work under construction or being maintained. The Contractor shall furnis~ watchmen and keep them at their respective assignments in sufficient number~to p rotect the work and prevent accident or damage. ~11 instal l ations and orocedures shall be consistent with the provisions set forth i~ the "1980 Taxas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on High~ays", codified as Article 6701d Ver~'s civil Statutes, p e rtiient sections being Section Nos. 27, 29; 30 and 31. C6 -6 (4) - - ,.. ' - l. -- - l , l. l ; l ' The Cont~actor 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 permi .t required construction, the Contractor shall contact the Transportation and Public Works department, Signs and Markings Division (phone number 8780-8075), to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place unfil 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 permar.ent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor will be held r~soonsibl~ for all damage to the work or the public due to faiiure of barricades, signs,_ fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the w6rk 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 comgleted and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the work and materials involved in the constructing, providing, and maintaining of barricades, signs, fences, and lights or for salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other i~cidentals necessiry for the proper protection, safety, and convenience o( the public during the contract period, as this work is consfdered 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 ell times so as not to endanger life or property.....,. The Contractor shall notify the proper representative o""f any public service corporation, any company, indivi·dual, or utility, and the Owner, not less than twenty-four hours in C6-6 (5) advance of the use of any 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 Contract 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. ~11 claims arising out of the use of explosives shall be investigated and a written report made by the Contractor's insurers to -the Engineer within ten (10) days after receipt of written notice of the claim to the Contractor from either the City or the claimant. The City shall proceed to give notice to the Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received and such use shall not be resumed until the cause of the complaint has been addressed. Whenever explosives are stored or kept, they shall be stored in a sa:e and s2cure manner and all storage places shall be plainly marked "DANGEROUS EXPLOSIVES~ and shall be under the care of a competent watchman at all times. All vehicles in which explosives are being transported shall be plainly marked as mentioned above and shall, insofar as possible, not use heavy traffic routes. C6-6.10 WORK WITH!~ 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 own 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 properfV fa~ 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 c~ar all rights-of-way or easements of obstructions which must be remov~d 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 C6-6 (6) '. - l.. - every pre~?ution to prevent damage to all trees, 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 along adjacent to the work. The Contractor shall notify the proper representatives of owners or occupants of public or private lands or 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. Not.ices 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 affected by the work. The Contractor shall be responsible for all damage or injury to property of any character r~sultipg from any act, omission, neglect, or misconduct in the maaner or method or exacution 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 account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non-execution thereof on the part of the Contractor, he shall restore or have restored at his own 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 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 braced posts on either side.. of -oermanent easement before the fence is cut. Should additio;al fence cuts be necessary, the Contractor shall provide cross braced posts at 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 ~e site is vacated overnight, and/or at all times to prevent livestock from enter i ng the construction area. The cost for fence removal, tern~orary closures and replacement shall be subsidiary to the variou s items bid in the project C6 -6 (7 ) propos~l. 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 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, o r 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 or to become due to the Contractor under this Contract. C6-6.ll INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that 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 the exclusive right to control the details of all the work and services performed hereunder, and all persons performing same, and shall be solely res~onsible Ear the acts and omissions of its officers, agents, servants, e~ployees, contractors, 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 p~rtnership or joint enterprise between Owner and Contractor. C6-6.l2 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 an 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 Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whet~r ~r not caused, in whole or in part, by alleged negligence on the part of officers, agents, servants, employees, contractors, subcontractors, licensees and invitees of the Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility oE Owner, its officers agents, servants and employees for: property dam_age or loss, and/or personal injuries, including death, to any and all persons of whatsoever kind or character, whethe:::., real or asserted, arising out of or in connection with, directly or indir:ectly, the work and services to be performed hereunder by Contractor, its officers, agents employees, contractors, subcontractors, licensees and invitees, whether or not caused, C6-6 (8) ..... in whole or in part, by alleged negligence of officers, V agents, ~ervants, employees, contractors, subcontractors, licensees or invitees o f the Owner. Contractor likewise covenants and a g rees to, and does hereby, indemnif y and hold h armless 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 part, any and all alleged acts or omissions of officers, agents, servants, employees, contractors, subcontractors, licenses, 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 by 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 clai~ concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in an amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of the 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 Contraccor against whom such a claim for damages is outstanding for a p~riod of six months following the date of the acceptance of the work pe~formed unless the Contractor submits evidence in writing satisfactory to the Director that: 1. 2. T~e 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 goad faith efforts have failed. If condition (1) above is met at any time withi~ the sis.. month period, the Director shall recommend that the final payment to the Contractor be made. I f condition (2) above is met at any time within the six month period, the Dir e c t or may recommend that the final payment to t he Contractor be mad e _ At the C6-6 {9) expiration of the six month period the Dir~ctor may recommend that flnal payment be made if all other work ha_s 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.l3 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation for any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after c:he 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 succeeding that in which any such damage is claimed to have been sustained, the Contractor shall file with the Engi~eer an itemized statement of the details and amount of such alleged damage and, upon request, shall gi~e the Engineer access to all boo~s of account, receipts, vouchers, bills of lading, and other books or papers containing any evidence as t8 the amount of such ,alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor's c~airn foe compensation shall be waived, and he shall not be entitled to payment on account of such damages. C5-6.14 ADJUSTMENT 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 ta enter the geographical limits of the Contract for the purpose of making such changes or repairs to their 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 shal-1;-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 will 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 diversions. ....;. -- 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 C6-6 (10) { i . - - - - 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. C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in corinection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. City water furniEhed to the Contractor shall be delivered to the Contractor from a connection an an existing City main. All piping required beyond the point of delivery shall be installed by the Cant=actor at his own ex~ense. 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 HYOR~NTS AND 'VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be 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 ordinance applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water De?a.::-tment. C6-6.17 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 order of the ~ngineer, and such usage shall not be held to be in any way an acceptance of said «ark o~ .&J..ru~ture or any part thereof or as a waiver of. any of the provisiohs of these Contract Documents. All necessary repairs and removals of any section of the work so put i~to use, due to defective materials or workmanship, equipment, or to deficient operations on the part of the Contractor, shall be performed by the Contractor at his own expense. C 6-6. 18 CONTRACTOR'S RES PONS I BILI TY FOR THE WORK:-::... Ont i 1 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 pr~caution to prevent injury or damage to the work or any part C6-6 (11) thereof by action of the elements or from any cause whatso~Ver, 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 NO WAIVER 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 09erate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other-or subsequent 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 same to meet the requirements of the Contract Documents. C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carryina out the provisions of these Contract Documents or i~ e:<erc is ing any power ,of authority granted thereunder, there shall be no liability upon the authocized representatives of the Owner, either personally or otherwise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awa~ded by the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04 CR) of the Texas Limited Sales, excise, and Use Tax Act, the Contractor mav 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 certificat~ in lieu of the tax, saia exemption certificate to comply with State . Comptroller's Ruling .007. Any such exemption certificate issued by the Contractor . in lieu of the tax shall be subject to and shall comply with the provisions of State Comptroller's Ruling .011, and any other applicable State Comptroller rul1mr-,-p~rtaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for t~e construction of a publicly-owned improvement in a street right-of-way or othe~ easement which has been dedicated to the public and the Citv of Fort Worth, an organization which qualifies for _exemption pursuant to the provisions of Article 20.-04 CH) or.x.he Texas limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. C6-6 (12) - ,- -' - - Limited fale, Excise and Use Tax permits and information can be obtained from: Comptroller of Public Accounts Sale Tax Division Capitol Station Austin, TX C6-6. (13) ...... -- I - ,, I PART C -GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7.l SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workman under his immediate superintendance, work of a value of not less than fifty (50%) percent of the value embraced in 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 to the same requirements as to character and competency. The Owner will not recognize any sabcontractor on the work. The Con~ractor shall at all times, ·when the work is in operation, be represented either in person o~ by a SU?erintendent or other designated representatives. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, t~ansfer, sublet, convey, or otherwise dispose of the cont~act or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner e~pressed 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 state, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successf~ly _complete said contract, and in the event of any such revocation or annulmentr any monies due or to become due under or by virtue of said 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 beginn~ any construction operation, the Contractor shall submit to the Enginee= in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detai l and step by step the manner of C7-7 (1) prosecutfng the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall also 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 shal~ 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. The sequ~nce -requested of all construction operations shall be at all times as specified in the Special Contract Documents. ~ny deviation from scuh 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 r~lieve the Contractor from th2 f~ll r~sponsibility of the ccmplete performance of the Contract. The contract ti~e may b~ changed only as set forth in Section C7-7.8 "Extension of Time of Completion" of this ~greement, anc a ?rogress schedule shall not constitute a change in the contract time. C7-7.4 LIMIT~TIONS OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to cr=ate a mi~imum amount of inconvenience to the public. ~t any ti~e 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 the pro~er execution of the work, the Engineer may requi=e 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 trre Contractor is available. The Contractor may bring in 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 ar2 careful, competent, and fully qualified to perform the duties O.fs tasks assigned to them, and the Engineer may demand and secitte 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 be found to be incompetent, disrespectful, intemperate, dishonest, or C7-7 (2) l' -- - ' ' l ' - ,, ' otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglects or refuses to comply with or carry out the directions of the Owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and 09erate any equipment necessary to properly carry out the performance of the assigned duties. The Cont-i-actor shall furnish and maintain on the work all such 5quiprnent as is considered to be necessary for prosecution of the work in an acceptable manner and at a satisfactory rate of 9rogress. 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 wilr res~lt from its use. C7-7.6 WORK SCHEDULE: Elapsed working days shall be com9uted st:rting with the first day of work completed as defined in Cl-1.23 "WORKING DAY" 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. b. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later than the proceeding Thursday. Any work to be done on the project on such a sp~cific 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 all.Qwed to the Contractor for any work performed on such a spetific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in Cl-1.24 and the Contractor may work as he so 4esires. C7-7 (Jl 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 uo in accordance with the contract Documents and within th~ time established in such documents and such extens~n of _ time -as may be properly authorized by the owner. C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when th~ request for such extension is submitted in writing to the Engineer within seven days from and after the time all~ged cause of delay shall have occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval . In adjus~ing the contract time for com?letion of work, consid=ration will be given to unEorseeable causes ~eyond the control of and without the fault or negligence oE the Contractor, including but limited to acts of the public enemy, acts of the Owner, Eire, flood, tornadoes, epidemics, quarantine restrictions, strikes, freight embargoes, or delays of sub-contractors due to such causes. When the date of completion is based on a calendar day bid, a recuest Ear extension of time because of inclement weather wiil not be considered .. A request for ext:nsicn 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 per~inent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule. This shall in~lude efforts to obtain the supplies and materials from alternate sources---in case the f .irst source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time may be increased by Change Order. _,. · ...... C7-7.9 DELAYS: The Contractor shall receive no compensation far 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 C7-7 (4) .. - l. l. - - l , -' - ,- any, whi i h is to be furnished by the Ci t y. Whe n such extra compensation is c l a i med a written st a tement t he r eo f s h all be presented by the Contractor to the Engineer and if b y him found corr e ct shall b e approved and re f erred by him to t h e Council f or final a pproval or di s approval; 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 from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential eleme~t of the contract. Each bidder shall indicate in the appropriate p~ace on the last page of the Proposal t h e number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the Ci ty in the Proposal section of the contract documents. The number of days indicated shall be a realistic estimate of th~ 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 r~main uncompleted after the time specified in the Contract Documents, or the increased time granted by the owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following sch e iule, unless otherwise specified in other parts of the Con~ract_Documents, will be deducted from monies due the Contractor, n ot as a penalty, but as liquidated damages suffered by t h e Ow n er. · AMOUNT or CONTRACT Less th an $ 5,000. inclusive $ ~.0 0 $ 5,001 t o $ 15,000 inclusive $ 43.00 $ 15,001 to $ 25,000 inclusive $ 63.00 $ 25,001 to $ 50,000 inclusive $ 105.00 $ 50,001 t o $ 100,000 inclusive $ 154.00 $ 1 00,001 to $ 500 ,000 inc l u s i ve $ 210 .0 0 C 7-7 (5) ,/ $ 500 ,-001 to $1,000,001 to $2,000,001 and over $1,000,000 $2,000,000 inclusive $ inclusive$ $ 315.00 420.00 630.00 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 time specified by the Contract Documents would be incapable or very difficult of accurate estimation, 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.ll 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 carnoensation bv virtue of such court order. Neither will he b~ iiabl~ to the City in the event the work is susp~nded by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action foe which t~e Owner is not solely responsible. C7-7.l2 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part foe such 9eriod or periods oE time as he may deem necessary due to unsuitable weather conditions or any other unfavorable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of work covered by this contract, for any reason, the Owner ~ill 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 materials 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 p~rfo~med; he shall provide suitable drainage about the work~ and erect temporary structures where necessary. Should the ·contractor not be able to complete a portion of the proj2ct due to causes beycnd the control of and without th~ fault or negligence of the Contractor as set forth in Paragraph C7-7.8 EXTENSION OF THE TIME OF COMPLETIO~, and should it be determined by mutual consent of the Qs._ntractar and the Engineer that a solution to allow construc~ion to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed £or the cost of moving his equipment off the job and returning the necessary equipment ta the job when it is determined by the Engineer C7-7 .(6) 1 " l • '. l. l' l , ; that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no prof i t 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 otter lawful authority, it becomes imoossible for the Contractor to obtain all of the necessary iabor, materials, and equipment for the prosecution of ~he work with =easonable continuity for a period of two mont:1s, the Contractor shall within seven days notify the City in ~riting, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after inves~ig~tions, 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 Contract, then if the Owner cannot after reasonable effor~ assist the Contractor in procuring and making available the ne~essary labor, materials and equipment within thirty days, the Contractor may 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 mutuallv acceotable 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 no anticipated profits on work which has not been performed. C7-7.l4 -5USPENSI0N OR ABANDONMENT OF THE WORK AND ANNULMENT OF 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 cancelled by the City Council for any good .and sufficient cause. The following, by way of example, but not of limitation, may be considered grounds for suspens:f.on or cancellation: - a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. C7-7 (7) b / Substantial evidence that progress of the work operations by Contractor is insufficient to complete the work within the specified time. c. Failure of the Contractor to provide and maintain suEEicient labor and equipment to properly execute the working operations. d. Substantial evidence that the Contractor has abandoned the work. e. 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. g. Failure of the Contractor promptly to make good any deEect in ma ,t-=rials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. h. Substantial evidence of collusion for the purpose oE illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. i. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. j. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. 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 cQ.Iitract is cancelled, the Contractor shall discontinue the wor1c-or such part thereof as the Owner shall designate, whereupon the Sureties m3y, 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 the written C7-7 (8) - .-- - - - 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 end 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. In case the Sureties do not, within the hereinabove specified tim~, exercise their rijht and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered by the Contractor to discontinu~, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such part ther20E a3 it ~ay deem necessary, and the Contractor hereto agr2es that the Owner shall have the right to take possession of and use ~ny materials, planes, 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, ~q~ipment, 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 therato. The expense so charged shall be deducted by the Owner from such monies as may be due or may become due at any time thereafteL ta the Contractor t.rnd~r and by v1.rtue of the Contract or any part thereof. Th8 owner shall not be required to obtain the lowest bid for the work completing th~ contra~t, but tha expanse to be deducted shall be the actual cost of the owner of such war~. In case such expenses shall excead the amount which would have been payable under the Contract if the same had been completed by the Co..i;.tractor, then the Contractor and his Sureties shall 9ay t~e -amount · of 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 und~r the provisions of this section, tha Contractor shall continue the remainder of the work in conformity with ~he terms of the Contract Documents and in such a manner as to not i1ind~~ or interfere with performance of the work by the ~ner. C7-7.l5 FULFILLMENT OF CONTRACT: The Contract will be consid~red as having been fulfilled, save as provided in any oond or bonds or by law, when all the work a n d all sections or part $ o f th~ project covere d by the Contract Documents have C7-7 {9) been f~h ished and completed, the final inspection made by the Engineer, and th~ final acceptance and final payment made by the Owner. C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: A. B. NOTICE OF TERMINATION: 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 termination is in the best interest of the Owner. Any such termination shall be effected by mailing a notice of termination to the Contractor specifying the extent to which performance of work under the contract is t-:rminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusiv-:ly presumed and established when the l~tter is placed in the United 5tat2s Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as ther:ein stated; and no pr:oof in any 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: l. Stop work under the contract on t:1-e date and to the extent specified in the notice oE termination; 2. place no further orders or subcontracts for materials, services or facilities exceot as may be necessary for completion of-such portion of the work under the contract as is not terminated; 3. 4. terminate all orders and subcont~acts to the extent that they relate to the performance of work terminated by the notice of termination; -transfer title to the Owner and d~iver in the manner, at the times, and to the extent, if any, dir~cted by the Engineer: C7-7 (10) .. ... - C. - l, ; 5. 6. a. b. the fabricated or unfabricated parts, work in process, completed work, su?plies and oth er material produced a s a part of, or acquired in connection wi th the performance of, the work t erminated by the notice of termination; and th e 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 part of the work as shall not have been terminated by the notice of termination; and 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 t h e Cont r acto r and i~ wh ich t he Owner has o r may acquire the rest . ~ta tim e not later than 30 days after th e termination date specified i n the notice o f t e rmi n ation, th e Contrac t or may submit to the Engineer~ list, certified as to quantity and guality, of any or all items of termination inventory not previously disposed of, exclusive of it£ms th~ disposition of which has been directed or allthor i zed by the Engineer. ~ot later than 15 day.s theraafter, the Owner shall accept title to such items provided, t hat the list submitted shall be subject to verification by the Engineer upon removal of the items or, i f the items are stor~a, 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. TERMINATION CLAIM: Within 60 days after notice of t ermination, t he Contractor shall s u bmit -his t e rmination claim to the Engineer in the fQrm and with the certific ation prescribed by the En°?ineer. U nless o ne o r more ext~nsions i n writing ar e granted b y the Ow n er upon request of the Contract or , m ad e in wri t ing wi th i n s uch 60-d ay period or autho r ized extension thereof, any and all s u ch c l a ims s ha l l be c on c lus ively d e e med wa i v ed. C7 -7 (11) / D. AMOUNTS: subject to the provisions of Item C7-7.16(C), the Contractor and Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of work pursuant _hereto; provided, that such agre~d amount or amounts shall never exceed the total contract price as reduced by the amount of payments otherNise made and as further reduced by the contract price of work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amou~t ~hall be due for lost or anticipated profits. Nothing in C7-7.l6(El heceafter, prescribing the amount to be paid to the Contractor in the event of failure of the Contractor by reason of th~ t~cmination of work pursuant to this section, shall be de~~2d to limit, restrict or otherwise determine or affect th~ amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragra9h. E. FAILURE TO AGREE: In the e11ent of the failure of tne Contractor and th~ Owner to agree as provided i n C7-7.16 (Dl U?On the whole amount to be paid to the Contractor by reason oE the termination of woric 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 the Contractor the amounts determined. No amount shall be due for lost or antici9ated profits. F. G. DEDUCTIONS: In arriving at the amount due the contractor under this section, there shall be deducted {a) all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; (b) any claim which the Owner may have against the Contractor in connection with this contract; and (c) the agreed price for, or the proceeds of sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recoverad by or credited to the Ow.JJ.er. ---ADJUSTMENT: If the termination hereunder be partial, prior to th e settlement of th e terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an C7-7 (12) / equitable adjustment of the price or prices specified in the contract relating to the continued portion of the ~ontract (the portion not terminated by the notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; nothing contained herein, however, shall limit the right of the Owner and the Contractor to agree upon the amount or amounts to be paid to the 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. B. NO LIMITATION OF RIGHTS: Nothing contained in this section shall limit or alter th~ rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "Suspension of Abandonment of the work and Amendment of Contract" or any other right which Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible far initiating, maintaining, and sup~rvising all 3af2ty precaut i ons and programs in connection with the work at all ti~es and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, ordinances, ana regulations so as to protect person and pro9erty from injury, including death, or damage in connection with the woric.. C7-7 (131 '. / PART C -GENERAL CONDITIONS CB-8 MEASUREMENT AND PAYMENT SECTION CB-8 MEASUREMENT AND PAYMENT CS-8.1 MEASUREMENT OF QOANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents 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, soliff contents, numbers, and weights of the materials and i':.=ms installed. C8-8.2 UNIT PRICES: When in the Proposal a "Unit Priceh 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, finished, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other causes, delays, profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each ite~ of the work complete in place and in a satisfactory condition for operation. CB-8.3 LUMP SUM: When in the Proposal a "Lump Sum~ is set fcrth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish ·all labor, tools, materials, machiner~eq~ipment, appurtenances, and all subsidary work necessary fq~ 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 ~or furnishing all labor, tools, materials, and inci~ntals 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 of the work at any time C8-8 (1) before its final acceptance by the Owner, (except as provided in paragraph CS-5.14) for all risks of whatever description connected with the prosecution of the work, for all expense incurred by or i n consequence oE 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 Eor completein9 the work in an acceptable manner according to the terms of the Contract Documents. The payment oE any current or partial estimate prior to final acceptance of the work by the Owner shall in no way constitute an ack~owl5dgment of the acceptance of the work, materials, or equi?ment, nor in any way prejudice or affect the obligations oE .the Contractor to repair, correct, renew, or replace at his own and pro9er ex9ense any defects or imperfections in the construction or in the strength or quality of the mat@rial used or equi9ment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such d~fects, which d~:=cts, im9erfection, or damage shall ha~z been discovered on or beEore the final insoection and acceptance of work or during the one year guaranty period after final acceptance. T~e Owner shall b€ the sole judge of such defects, i~~~rt ~cti o ns, or damage, and the Contractor shall be liable to th~ Owner for failure to correct the same as provided her~in. CB-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and 5th day of each month the Contractor shall submit to the 2~gi~eer a stat~ment showing an estimate of the value of the work done during the previous month, or estimate p~riod under t~e Contract Documents. Not later than the 10th day of the month the ~ngineer shall verify such estimat~, and if i~ is found to be a cceptable and the value of work performed since the last partial payment was made exceeds one hundred dollars ($100.00) in amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400_,0Jl,.(), or 95% of such estimated sum will be paid to the contractor if the total contract amount is $400,000 or greater within tw~nty-fiva (25) days after the regular estimate period. The City will have the option of preparing estimates on forms Eurnished by the City. The partial estimate 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 the time of the estimate~ave 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 r~quest to aid CB-8 (2) '. -. him as a i'~uide in the verification or the preparation of partial estimates. It is understood that the partial estimate from month to month will be approximate only, and all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimat~1 and such estimate shall not, in any respect, be taken as an cdmission of the Owner of the amount of work done or of its quality of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his rasponsib.ilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the contractor fails to perform the war~ strictly in accordance with the specifications or provisions of this contract. C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the perfo~mance of the construction operations is not in accordance with the requirements of the Contract Documents. ca-a. 7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all reauirements of the Contract Documents shall have been fulfill~d on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for the final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time ~ake such final inspection, and if the work is satisfactory, in an a~ceptable condition, and has been comoleted in accordance with the terms of the Contract Doc~ments and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and cecommend final acceptance of the project and final payment therefor as outlined in CS-8.8 below. CB-8.8 FINAL -PAYMENT: Whenever all the improvements provided . for by the Contract Documents and all approved modifications thereof 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 nec~ssary measurements, computations, and checks can be made. -=:... All 9rior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. CB -8 (3) The amotnt of the final estimate, less previous payments and any sum that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the Qwner satisfactory evidence of payment as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has be~n paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid s~all 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 Contract Documents or any act or neglect of said City relating to or connected with the Contract. T~e 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 b~lieves it has em~loyed competent Engineers and designers to prepar2 _ 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, suffici~ncy of the Contract Documents, the safety of the structure, and the practicability of the op~rations 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 thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contxa.to~ to show that he has complied with the said requirement~ of the Contract Documents, approved modifications thereof, and all approved additions and alterations thereto. CB-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor ~artial or entire occupancy or use of the premise£ by the Owner shall constitute an acceptance of work not~ne in accordance with the Contract Documents or relieve ~he Contractor of liability in respect to any express warra n ties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and CB -8 (4) l. l . pay for ihy damage to other work resulting therefrom which shall appe a r within a period of one year from the date of final acceptance of the work unless a longer period is specified andshall fur n ish a good and 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 outline. The Owner will give n otice of observed defects with reasonable promptness. C8-8.ll SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or ·these Spe'cial Contract Documents, in which no specific it~m 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, roe~ excavation and cle3nup ar: general it2ms of work which fall in the category of subsidiary work_ CB -8.12 MISCELLANEOUS PLACEMENT OF MATERI.:.U.: Material may be allocated under various b i d items in the Proposal to establish unit prices for miscellaneous placement of material. Thes e mat~rials shall be used o~ly when directed by the Engineer, dep~nding on field conditions. Payment for miscellaneous placement of mat2rial will be made for only that amount of mat~rial used, measured to the nearest one-tenth unit. ?ayment for misc~llaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project_ CB-B.13 RECORD DOCUMENTS~ Contract-or shall keep on record a copy of all specifications, plans, addenda, modifications, shop drawings and samples at the site, in good ordec and annotated to show all changes made during the construction process . These shall be delivered to Engineer upon completion of the wock. C8-,8 ( 5) - - - - - - SECTION Cl: SUPPLEMENT ARY CONDITIONS TO PART C -GENERAL CONDITIONS A . General B . 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. C8-8.5 PARTIAL ESTIMATES 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 10th day and 25th day respectively. Estimates will be paid within 25 days following 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. l l of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions . D. C3-3. l l INSURANCE : Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised Pg. 1 · 10/24/02 E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS : Page C6-6 (8), is deleted in its entirety and replaced with the following: Contra,etor covenants and agrees to indemnify City's engineer and architect, and their perso~el at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. F. INCREASED OR DECREASED QUANTITIES: Part C -General Conditions , Section C4-4 SCOPE OF WORK, Page C 4-4 (1 ), revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows : 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 decrease~ 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 invalid ating 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 the overall quantities of sanitary sewer pipe in each pipe si ze but not to the various depth categories . Revised 10/24/02 P g. 2 - - - - - - - - - - G. C3-3 .1 l INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL INSURANCE REQUIREMENTS" a. Th6 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. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator i.n 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 terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits , or self-funded retention limits, on each policy must not exceed $10 ,000 .00 per occurrence unless otherwise approved by the City. g . Other than worker's compensation insurance, in lieu of traditional insurance , City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups . The City must approve in writing 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. Revised 10 /24/02 Pg. 3 I. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upcin 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 deleted in its entirety and replaced with the following: I. 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, 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 . CS-8 .10 GENERAL GUARANTY: Delete CS-8.10 , General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following: · · Neither the final certificate 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 don e 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 (2) 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 th e amount of 100 percent of the amount of the contract Revised 10/24/02 Pg.4 - - - J. K. 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 tha~ the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. Part C -General Conditions, Section 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: 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." 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 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 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 rev ised 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 required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein . 2. Pg:-C3-3(5) Paragraph C3-3 .11 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: CS-8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access iluring normal working hours to 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 a udits. (b) Contractor further agrees to include in all its subcontracts 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, in 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: R ev is ed 10/24/02 P g. 6 - - - - - M. I 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 SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6.10 work within easements, page C6-6(4), part C -General Conditions of the Water Department General Contract 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 . Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 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. 0 . 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 agrees to 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, records or files in its possession that will substantiate the actual work performed by an MBEand/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 10/24/02 Pg. 7 P. WAGE RATES: Section C3-3 .13 of the General Conditions is deleted and replaced with the following: (a) Thi 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 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 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 of Chapter 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 .............................................................................................. 4 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW .................... 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT .................................... 7 CROSSING OF EXISTING UTILITIES ............................................................................... 7 EXISTING UTILITIES AND IMPROVEMENTS .................................................................. 7 CONSTRUCTION TRAFFIC OVER PIPELINES ................................................................ 8 TRAFFIC CONTROL ......................................................................................................... 8 DETOURS ......................................................................................................................... 9 EXAMINATION OF SITE ............................................................................................... 9 ZONING COMPLIANCE ............................................................................................... 1 O 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 ............................ 10 BID QUANTITIES ........................................................................................................ 11 CUTTING OF CONCRETE .......................................................................................... 11 PROJECT DESIGNATION SIGN ............................................................ ." .................... 11 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ...................................... 12 MISCELLANEOUS PLACEMENT OF MATERIAL. ....................................................... 12 CRUSHED LIMESTONE BACKFILL ............................................................................ 12 2:27 CONCRETE ......................................................................................................... 12 TRENCH EXCAVATION, BACKFILL, AND COMPACTION ......................................... 12 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS ............ 14 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................ 15 SANITARY SEWER MANHOLES ................................................................................ 15 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 .................................................................................................. 31 CITY OF FORT WORTH STANDARD PRODUCT LIST .............................................. 31 TOPSOIL, SODDING, SEED ING & HYDROMULCHING ............................................. 32 CONFINED SPACE ENTRY PROGRAM ..................................................................... 37 SUBSTANTIAL COMPLETION INSPECTION /FINAL INSPECTION ............................ 37 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ...................... 37 CONCRETE ENCASEMENT OF SEWER PIPE .......................................................... 38 CLAY DAM ................................................................................................................... 38 EXPLORATORY EXCAVATION (D -HOLE) .................................................................. 38 11 129/04 SC-1 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 11129/04 PART D -SPECIAL CONDITIONS INSTALLATION OF WATER FACILITIES .................................................................... 39 Polwinyl Chloride (PVC) Water Pipe ........................................................................... 39 Blocking ....................................................................................................................... 39 Type of Casing Pipe ..................................................................................................... 39 Tie-lns ......................................................... : ....................... : ........................................ 40 Connection of Existing Mains ....................................................................................... 40 Valve Cut-Ins ............................................................................................................... 40 Water Services ............................................................................................................ 40 2-lnch Temporary Service Line .................................................................................... 42 Purging and Sterilization of Water Lines ...................................................................... 43 Work Near Pressure Plane Boundaries ...................................................................... .44 Water Sample Station .................................................................................................. 44 Ductile Iron and Gray Iron Fittings ................ , .............................................................. .44 SPRINKLING FOR DUST CONTROL. ........................................................................ .45 DEWATERING ............................................................................................................ 45 TREl"JCH EXCAVATION ON DEEP TRENCHES ........................................................ .45 TREE PRUNING .......................................................................................................... 45 TREE REMOVAL ................................................................................................. -........ 46 TEST HOLES ............................................................................................................... 46 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ........................................................................................................ 47 TRAFFIC BUTTONS .................................................................................................... 47 SANITARY SEWER SERVICE CLEANOUTS .............................................................. 48 TEMPORARY PAVEMENT REPAIR. .......................................................................... .48 CONSTRUCTION STAKES ......................................................................................... 48 EASEMENTS AND PERMITS ..................................................................................... .48 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) ............................................................................................................ 51 COO RD I NATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS .................................................................................... 53 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ................................................. 53 EARLY WARNING SYSTEM FOR CONSTRUCTION ..................................................... 54 AIR POLLUTION WATCH DAYS ..................................................................................... 54 FEE FOR STREET USE 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 Part 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 yart C1 -Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: Paving, Drainage, Water and Sewer Replacement 2004 CIP Contract #38 FORT WORTH, TEXAS DOE PROJECT NO. 5139 WATER DEPARTMENT PROJECTS NO. P253 541200 6081700 300 & P253 541200 7081700 300 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable 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 of this 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 project. The Plans, these Special Contract 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 , performance, 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 shown 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. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 11 129/04 SC -3 PART D -SPECIAL CONDITIONS 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 favor of these contract documents . •/ I 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 the 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 of 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 witho~t retaining contract docwnents 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". 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". 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 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. C. 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 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. D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule. The contractor shall be present at all meetings. D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: 11 129/04 SC-4 PART D -SPECIAL CONDITIONS 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 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. 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 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 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 . B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas Labor Code , Section 401 .011 (44) or all employees of the Contractor providing services on the project , for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended . E. The Contractor shall obtain from each person providing services on a project, and provide 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 extens ion 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 11 12910 4 SC-5 PART D -SPECIAL CONDITIONS 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 ~Y 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 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 cu rrent 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 cov e rage ends during the duration of the project. 5. Retain all required cert ificates 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, with in 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; an d 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 . 8. By signing this contract or providing or causing to be provided a certificate of cove rage, the contractor is representing to the governmental entity that all employees of the contractor who w ill provide services on the project will be covered by wo r ker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of class ification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative , criminal, civil penalties or other civil actions . 11 129/04 SC-6 PART D -SPECIAL CONDITIONS 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)lovernmental 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 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". D-4 COORDINATION 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 required to coordinate with the Water Department to determine the best times for deactivating and activating those lines . D-5 CROSSING OF EXISTING UTILITIES Where 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 sewer 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. 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 that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. 11 /2910 4 SC-7 PART D -SPECIAL CONDITIONS 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. Contracto r 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 the permanent relocation 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 installed . 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 lines and conduits shown on the plans are for information only and are not guaranteed by fhe City of 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 . 0-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow 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 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. 0-8 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 forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways " issued under the authority of the "State of Texas Uniform Act Regulating Traffic on 1 112910 4 SC-8 PART D -SPECIAL CONDITIONS Highways," codified as Article 6701 d 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) 871-87,70, 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 sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if 1l does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed . Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City 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 The contractor shall prosecute his work in such a manner as to crei3te 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 the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during 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. 11 /29104 SC-9 PART D -SPECIAL CONDITIONS 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 will furnish water for construction . 0-13 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 present 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 shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of -dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of 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 comp leted . No more than seven days shall elapse after completion of construction before the roadway, right- of-way, or easement 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 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 general 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 furn i sh a schedule outlining the anticipated time for each phase of construction with starting and completion dates, including sufficient time being allowed for cleanup. The Contractor shall not commence with water and/or sanitary sewer installation until such time that the survey cut-sheets have been received from the City inspector. 0-16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 11 129104 SC-10 PART D -SPECIAL CONDITIONS 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 EQUIPM.fNT 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). 0-17 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 . Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To 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. 0-18 CUTTING OF CONCRETE When 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. 0-19 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 exact 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 repl·acement 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 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 : . 11 /29104 (817) 871-8306 M-F 7:30 am to 4:30 p.m . or (817)871-8300 Nights and Weekends SC-11 PART D -SPECIAL CONDITIONS Any and all cost for the required materials , labor, and equipment necessary for the furnish i ng of Project Signs shall be considered as a subsidiary cost of the project and no addi tional compensation will be allowed . 0-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT •/ At locations in the project where mains are required to be placed under existing sidewalks a nd/or driveways, such sidewalks and/or driveways shall be completely replaced for the full ex isting 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 requ ired to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance w ith 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. 0-21 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 un it. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. 0-22 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 Specifications for Street and Storm Drain Construction Division 2 Item 208.2 -Materials and Division 2 Item 208 .3 -Materials Sources . Trench backfill and compaction shall mee t 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 Pro posal multiplied by the quantity of material used measured in accordance with E2-2 .16 Measurement of Backfill Materials , Construction Specifications , and General Contract Documents. 0-23 2:27 CONCRETE Transportation and Public Works Department typ ical sections for Pavement and Trench Repair for Utility Cuts Figures 1 through 5 refer to using 2 :27 Concrete as base repair. Since this call- out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. 0-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots , driveways , gravel surfaced roads , within easements , and within existing or future R.O .W . shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract 11 129104 SC-12 PART D -SPECIAL CONDITIONS Documents and Specifications 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 deternJines that the design loadings of the pipe will be exceeded , the Contractor will be required 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 backfilled 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 furnish the Engineer with satisfactory evidence t~at the P. I. of the excavated material is less than 8. 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 material 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 Secti"on E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with 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. 3. TRENCH COMPACTION : All trench backfill shall be placed in lifts per E2-2 .9 Backfill. Trenches which lie 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 mechanical 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 11 /29/04 SC -13 PART D -SPECIAL CONDITIONS sewer line trenches and the top eighteen (18) inches of water line may be rolled in with heavy equipment tires, provided 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 qym 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 above the top of the installed 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 tested 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 of 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 required 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 will 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. 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 Services Section by the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street. The Department of Engineering will inspect the paving repair after construction. This perm it requirement may be waived if work is being done under a Performance Bond and inspected by the Department of Engineering. 1112910 4 SC-14 PART D -SPECIAL CONDITIONS D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specificat ion covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins . The 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 Eng ineer licensed in Texas . The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS : The latest version of the U .S. Department of Labor, Occupational 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 for trench 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 , wher~ 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 leve ls. 3. SLOPING SYSTEM -Slop ing means excavating to form sides of a trench that are in clined away from the excavation . 4. SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes " or "trench sh ields ". Sh ield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure . Sh ields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre-ma nufactured or job-built in accordance with OSHA standards. 5. SHORING SY.STEM -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 rai ls (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. E. PAYMENT -Payment shall be f ull compensation for safety system design, labor, tools, materials , equipment and incidentals necessary fo r the installation and removal of trench safety systems . D-27 SANITARY SEWER MANHOLES A. GENERAL: The installation , replacement , and/or rehabilitation of san itary 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 ~e in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, 11 129/0 4 SC-15 PART D -SPECIAL CONDITIONS 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 Condition. For new sewer line installations, the Contractor shall temporarily plug all lines at every open 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 hastbeen 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 shall 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 l_ining 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. Covers shall set flush with the rim of the frame and shall have no larger than 1 /8-inch gap between the frame and cover. 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 accordance with Figure 105. 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" Tnemec "46- 450 Heavy Tnemecol ," or equal to, a minimum or 14 mils dry film thickness . 11 129/04 SC-16 PART D -SPECIAL CONDITIONS 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 sealants as per Figure M. ·I 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 manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (ins ide and outside) of Bitumastic joint sealer. 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES : Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. 11 /2910 4 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 materials 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 block 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, 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 manhole 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 . SC-17 PART D -SPEClAL CONDITIONS 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 manhole . No steel shims, wood, stones, or any material not specifica(iy accepted by the Engineer may be used to obtain final surface elevation of the manhole frame . In paved areas or future paved 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 mil plastic to protect the sealant from damage during backfilling . C. MEASUREMENT ANO 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 hole 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 , including , 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 . 0-28 SANITARY SEWER SERVICES Any reconnection , relocation, re-routes, replacement, or new sanitary sewer service shall be required 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 only as directed by the Eng ineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis . The Contractor shall be respons ible for coordinating the scheduli n g of tapping crews with building owners and the Engineer in order that the work be performed i n an e xpeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6 .15 . 1 1129104 SC-18 PART D -SPECIAL CONDITIONS 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 fittings used for vertical adjustment shall consist of a maximum bend of 45 d~grees . 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. Procedures 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 the price bid for Sanitary Sewer Taps . E. SEWER S1:RVICE 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 building clean-out and compare the data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations 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-construction 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 elevation 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 sat isfied . Prior to backfilling, 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- 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 AS.TM. 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 11 /2910 4 SC -19 PART D -SPECIAL CONDITIONS from the City of Fort Worth Development Department for all service 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 ~o the Engineer prior to beginning work on the sanitary sewer service re-route and proof of fihal acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer ·I re-route. ' Payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoned 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. 0-29 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 in 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 su itable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. 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 with 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 . 11 /29104 SC-20 PART D -SPECIAL CONDITIONS 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 . •I 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 grade . The void area caused 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 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 finat 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 compatible with surrounding service surface . Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the appropriate bid item -Abandon Existing Sewer Manhole. H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected. The complete manhole, including 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 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 abandon 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 re~ponsibility to properly dispose of all removed pipe. All removed valves, 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 facil ities shall be included in the linear foot bid price of the pipe, except as 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 salvaging, 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: Whe re 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 11129/04 SC-21 PART D -SPECIAL CONDITIONS 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. 0-30 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 pipe. The detectable tape shall 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 in 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 2~ pounds/1 inch/100'. The tape shall be color 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). 0-31 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 stoppage. 0-32 DISPOSAL OF SPOIUFILL 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 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 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. 11 129/04 SC-22 PART D -SPEClAL CONDITIONS D-33 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men 's liens upon receipt of payment. ,I / 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 substitutions 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 purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof 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 location), 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 laterals 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 m ight be inflicted by the improper use of cleaning 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 all size lines designated to be cleaned. 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 , 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 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 whenever 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, 11129104 SC-23 PART D -SPECIAL CONDITIONS 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 equ ipment fails to traverse the entire manhole,1 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, the 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 CIRCUMSTANCE 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 constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe . 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 qua li ty 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 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 gre ater than 30 feet per minute . Manual winches, power winches, TV cable, and powered 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. 11 12 9/04 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 th e two manholes of the section being inspected to ensure good communications between members of the crew . SC -24 PART D -SPECIAL CONDITIONS The importance of accurate distance measurements is emphasized. All television inspection videotapes 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. Accuracy1 of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suftable 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 recording 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 complet ion 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 with the television camera . THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO .CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of rev iew of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon 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 INSPECTION OF SANITARY SEWERS: The cost for Pre-Construction Cleaning and Television Inspection of 11 12 9/04 SC-25 PART D -SPECIAL CONDITIONS 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 line 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 the 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 service to the area residents. All bypass pumping shall be incidental to the project. 0-36 VACUUM TESTING OF SANITARY SEWER MANHOLES D. GENERAL: This item shall govern the vacuum test ing of all newly constructed sanitary sewer manholes . B. EXECUTION: 1. TEST PROCEDURE : Manholes shall be vacuum tested pr ior to any interior grouting w ith all connections in place . Lift holes shall be plugged, and all drop-connections an d gas sealing connections shall be installed prior to testing . 11 /29104 The sewer lines entering the manhole shall be plugged and braced to prevent the p lugs from being drawn into the manhole . 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 (10 "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 T a ble I below in accordance with ASTM C1244-93 : Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (1 O"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. SC-26 PART D -SPECIAL CONDITIONS 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 manho!?, whi~h 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 cond ition , all temporary plugs shall be removed , all braces , equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment fo r vacu u m testing of san itary sewer manholes shall be paid at the contract price per each vacuum test. Th is price shall include all material, labor, equipment, and all inc identals , including all bypass pumping , required to complete the test as specified herein . 0-37 BYPASS PUMPING The Contractor shall bypass th e 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 and street crossings to perm it 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 . 0-38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction , ALL sections of sanitary sewer lines shal ~ have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed circuit television . Satisfactory precautions shall be taken to pro tect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. B. TELEVISION INSPECTION EQU IPMENT : 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 cond itions . The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the 11129104 SC-27 PART D -SPECIAL CONDITIONS satisfaction of the Eng ineer; and if unsatisfactory, equipment shall be removed and no payment 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 documen tation 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 that 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 winches are used to pull the television camera through th e line, telephones or other suitable means of communications shall be set up between the two manhotes of-the section being inspected to ensure good communications between members of the crew . The importance of accurate distance measurements is emphasized. All tele v ision 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 sewe rs 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 Telev ision camera , under all circumstances , when it becomes lodged during inspection , shall be incidental to Television inspection . Sanitary sewer mains must be laced with enough water to fill all low pints. The te levision inspection must be done immediately following the 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 location records shall be kept by the Contractor and will clearly show the locat ion 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 plans . A copy of these television logs 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 Contra ctor's operations . 4 . VIDEOTAPE RECORDINGS: The purpose of tape recording 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 ma ximum of 30 calendar days. Equipment sh a ll be 11 /29104 SC -28 PART D -SPECIAL CONDITIONS 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 Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the s~wer 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 linear foot of sewer televised . The Contractor shall provide the Engineer with tapes of a quality thafthe 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 Contractor shall furnish , at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete . The Contractor shall provide a certified copy of the test results to the City. C . Quality control testing of in-place material on this project will be performed by the city at its own expense . Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing . The Contractor shall provide access and trench safety system (if required) for the site to be tested , and any work effort involved is deemed to be included in the unit price for the item being tested . 11 /2910 4 SC-29 PART D -SPECIAL CONDITIONS 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) r 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 include dikes, dams , berms, 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 dra ins 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 keep ing the fin ish grading , mu lching , seeding , and other such permanent pollution-control measures current in accordance with the accepted schedule . Shou ld seasonal conditions make such limitations unrealistic, tempo rary soil-erosion-control measures shall be performed as directed by the Eng ineer. 2. Waste or disposal areas and construction roads shall be located and constructed in a manner that will min imize 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 not be operated in live 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 other barrier to Keep sediment from entering a flowing stream. Care sha ll be taken during the construction and removal of such barriers to minimize the muddying of a stream. 5 . All waterways shall be clea red as soon as practicable of false work , pil ing, debris or other obstructions placed during construction operations that are not a part of the finished work. 6. The Contractor shall take sufficient precautions to prevent pollution of streams , lakes and reservoirs with fuels , oils , bitumen , 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 w ith movement of migratory fish . 11 129104 SC-30 PART D -SPECIAL CONDITIONS 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 . •! 0-41 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 construction . Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. 0-42 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 ope rations 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 prun i ng without the property owners ' consen t). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dress ing. By ordinance, the Contractor must obtain a permit from the City For~ster 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 can be obtained by calling the Forestry Office at 871-5738 . All tree work shall be in compliance w ith pruning standa rds for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by call ing the above number. Any damage to public trees due to negligence by the Contractor shall be ass~ssed 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 the Contractor by the City. To prevent the spread of the Oak .W ilt fungus , all wounds on Live Oak and Red Oak trees sha ll . be immediately sealed using a commercial prun ing paint. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. 0-43 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and cond ition 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 1 112910 4 SC-31 PART D -SPECIAL CONDITIONS the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements . 0-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING •/ ' This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding. 1. TOPSOIL DESCRIPTION : This item will consist of furnishing and placing a minimum of six (6) inches of topsoil , free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer. CONSTRU_CTION METHODS : Topsoil will be secured from borrow sources as required to supplement material secured from street excavation. All excavated materials from st reets 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 and 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. MATERIALS: 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 min imum 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. 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 from 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 areas have been completed to the lines, 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 1 1129104 SC-32 PART D -SPECIAL CONDITIONS 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 lines, twelve (12) inches on centers or to 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 be 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 the 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. SEEDING 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 and in accordance with these Specifications. MATERIALS: 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. 11 /29104 SC-33 PART D -SPECIAL CONDITIONS The specified seed shall equal or exceed the following percentages of Purity and 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 SEEDING RATE (lbs.); Pure Live Seed (PLS) Dates Feb 1 to May 1 Mixture for Clay or Tight Soils (Eastern Sections) Bermudagrass 40 Buffalograss 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 TEMPORARY COOL-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 CONSTRUCTION METHODS: After the designated areas have been completed to the li nes, grades, and cross-sections shown on the Drawings and as provided for in other items of this Contract, seeding 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-section previously provided and existing at the time planting operations were begun. 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 0-45, Construction Methods, is not applicable since no seed bed preparation is required . 11 129/04 SC-34 -· PART D -SPECIAL CONDITIONS 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 specified under "Finishing" in Section 0-45, Construction Methods . i 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 "Cultipacker" 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, shall be loosened to the 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 stiall then be finished to line and grade as specified under "Finishing" in Section 0- 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 sowing 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 depth. 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 that a 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 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. HYDROMULCH SEEDING : 11 129104 SC-35 PART D -SPECIAL CONDITIONS If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90 %. Contractor shall ensure that the grass establishes . 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 . MATERIALS: All fert ilizer 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 nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated Jertilizer shall be applied uniformly over 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". MEASUREMENT: 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 linear foot, complete in place . Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and 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 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, and 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 "Sodd ing " bid items and will not be pa id for directly. 11 /29104 SC-36 PART D -SPECIAL CONDITIONS "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, equipl))ent, tools and incidentals necessary to complete the work , all in accordance with the Drawings and these Specifications. The work performed and materials 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 . 0-46 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 requirements 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. Tpe cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. 0-47 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 p·roject 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 list 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. Fina l inspection shall be in conformance with general condition item "CS-5 .18 Final Inspection " of PART C -GENERAL CONDITIONS . 0-48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be responsible for taking measures to min imize 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. 1 1/29104 SC-37 PART D -SPECIAL CONDITIONS 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 line 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 D.I. 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 tree care to ensure utilization of the best agricultural practices and procedures. 9 . Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1 /2 times the outside pipe diameter. Voids remaining afte r pipe installation shall be pressure grouted. 0-49 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 pipe diameter indicated . The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. 0-50 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 indicated 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. Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe install_ation. 0-51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of .ill! existing utilities prior to construction , in accordance with item 0-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The 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 11 129/04 SC-38 PART D -SPECIAL CONDITIONS start 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 $hall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval 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 directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun. D-52 INSTA[LATION OF WATER FACILITIES 11 /2910 4 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 accordance 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 of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded 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 requirements of Sec. 2.2 and related sections in AWWA C-203 . Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch . 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 E 1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. SC-39 11 129/04 PART D -SPECIAL CONDITIONS 3. PAYMENT: Payment for all materials , labor, equipment, excavation, concrete grout, backfill , and incidental work shall be included in the un it price bid per foot. 52.4 Tie-Ins The Co 6tractor 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 t ie-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 linear 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 considered 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 wi t h the 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 C5-5(5), PART C -GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS . The Contractor shall notify the customer both personally and in writing as to the location, time, and schedule of the service inte rruption. The cost of removing any existing concrete block ing shall be included in the cost of connection. Unless . bid separately all cost incurred shall be included in the linea r foot price bid for the appropriate pipe size . 52.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or 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 without service . Payment for work such as backfill, bedding, fittings , blocking and all other assoc iated appurtenants required, shall be included in the pri ce of the appropriate bid items. 52.7 Water Services The relocation, replacement, or reconnection of water services will be requi red as s hown 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 bo xes , and if required approved manufactured SC-40 PART D -SPECIAL CONDITIONS service branches. All materials used shall be as specified in the Material Standards (E1- 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 gra~e . All existing 3/4-inch water service 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 main 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, and 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 serv ice meter shall be performed by a licensed plumber. 1. WATER · SERVICE REPLACEMENTS: Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction . The contractor shall replace the ex isting 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 subsidiary 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 will be paid for 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 11129104 SC-41 PART D -SPECIAL CONDITIONS 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 meter 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 b)d 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 w ill 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 1-18A -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) f~et 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 manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any mu ltiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line 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 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 . 11 /2 9/04 SC-42 ) PART D -SPECIAL CONDITIONS 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 line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (H"M--1) 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 directed 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 fhe length of temporary service allowed , number of service taps and number of feed points . When the temporary service is required for more than one location 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 , asphal t, barricades, all service connections , removal of temporary services and all other associ ated appurtenants required, shall be included in the appropriate bid item . B. In order to accurately measure the amount of water used d uring const ruction , the Contractor will install a fire hydrant meter for all temporary service lines . Water used during co nst ruction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible . At the pre-construction confe rence the contractor will advise the inspector of the number of meters that will be needed along with the loca tions 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 repa irs . The 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. 1 112910 4 52.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water tines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications 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 Contracto r. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlo rine 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 ch lorine. Chlorinated water shall be disposed of in the sanitary sewer system . Should a sanitary sewer not be available , chlorinated water shall be "de -chlorinated " prior to d isposal. The SC-43 PART 'D -SPECIAL CONDITIONS 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 e:9sts incurred will be considered to be included in the linear foot bid price of the pipe . ' 52.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross o r may be in close proximity to an existing pressure plane boundary. Care shall be taken to ensure all "pressure plane" valves installed 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 be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operat ions Warehouse. 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 w ill 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 requi red), corporation stops, and fittings shall be included in the price bid for Service Taps to Ma in. Payment for all wo rk and materials necessary for the installation of the sampling sta t ion, 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 stat ion shall be included in the price b id 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. 11129/04 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 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 p rice bid per ton of fitt ings 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 . SC -44 PART D -SPECIAL CONDITIONS All ductile-iron and gray-i ron fittings , val ves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E 1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie - down cqncrete blocking, and concrete cradle. Payment for the polyethylene wrapping , horizont'al 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 . 0-53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control " shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. 0-54 DEWA-TERING 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 . The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers . Oewatering shall be cons idered as' incidental to a construction and all costs incurred will be considered to be included in the proj ect price . D-55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any wate r flow in g into open trench during construction. Contractor shall not leave excavated trench open overnight. Co n tractor shall fill any trench the same day of excavation. No extra payment shall be allowed for this special condition . D-56 TREE PRUNING A. REFERENCES : Na tional 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 1 1129/0 4 3. Steel 'T ' = Bar stakes , 6 feet long . 4 . Smooth Horse-W ire : 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 manufactL:Jred combination soil separator fabric on wire mesh backing as sho w n on the Drawings . SC-45 PART D -SPECIAL CONDITIONS D. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings . 8. Using the approved specified equipment, make 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. D-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 repair 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 such prospective bidders. 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 neither 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 elevation, as shown on the 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 responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the s ite . 11129/04 SC-46 PART D -SPECIAL CONDITIONS The cost of all rock removal and other associated appurtenances , if required , shall be included in the linear foot bid price of the pipe . D-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFIC,,ATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction . The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area . The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, DOE No., Scope of Project (i.e. type of construction act ivity), actual construction duration within 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 fl~er is delivered to all residents of the block . In the event it becomes necessary to temp9rarily 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 resident. 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 . . 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 prefers 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 SSMD for all costs 11 129/04 SC-47 PART D -SPECIAL CONDITIONS incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. 0-61 SANITARY SEWER SERVICE CLEANOUTS Whenever a sar;iitary sewer service line is installed or replaced, the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways, streets, sidewalks, etc. whenever possible . When it is not possible, the cleanout 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. 0-62 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 the temporary pavement until the paving contractor has mobilized . The paving contractor shall assume maintenance responsibility upon such mobilization. No additional compensation shall be made for maintaining the temporary pavement. 0-63 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades 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.), and ones.et 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, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished . If the City or its agent determines 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 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 clair:ns 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. 0-64 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. 11 129104 SC-48 PART D -SPECIAL CONDITIONS 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 ~tiall be subsidiary to the contract. The agreements, which the City has obtained, are available t6 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 cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the 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 arid/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 all 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. For railroad permits, any and all railroad insurance costs and any other incidental costs necessary to meet the conditions associated with permit(s) compliance, including payment for flagmen , shall be subsidiary to the bid item price for boring under the railroad. No additional payment will be allowed for this item. D-65 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 . D-66 WAGE RATES Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 . Such prevailing wage rates are included in these contract documents . Penalty for Violat ion . 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 1 1129/04 SC-49 PART D -SPECIAL CONDITIONS the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258 .023 . Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City re~eives 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 affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration . The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii ) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection . Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code . Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at t~e site of the project at all times . Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section.) (Attached) 11 /29104 SC-50 PART D -SPECIAL CONDITIONS 0-67 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 Part 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 defined 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 requirerrients .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 Protection 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. 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 Standard 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. 0-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS 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 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/permitting/water perm/wwperm/construct.html. Soil stabil ization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management 1112 9104 SC-51 PART D -SPECIAL CONDITIONS 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 Manageme n t 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 sedi~nt retention of not less than 70 %. 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 Inte n t (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 Manageme nt 5000 MLK Freeway Fort Worth , TX 76119 NOTICE OF TERMINATION (NOT): For all si tes that quali fy as Large Construction Activity, t he - contractor shall s ign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared - by the enginee r. It serves as a notice that the site is no longe r subject to the requirement of t he 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 frorri 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 subm itted to the TCEQ including · payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Eng ineer 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 11 /29104 SC-52 - - - PART D -SPECIAL CONDITIONS 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.)he Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SW PPP 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. 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 lis1ed 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, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution 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 construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural 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. 0-69 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 line system with the City 's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the 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 activity through the 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 Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will b~ prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. 0-70 ADDITIONAL SUBMITT ALS FOR CONTRACT AWARD The City reserves the right to require any 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 11 129104 SC-53 PART D -SPECIAL CONDITIONS. successfully complete projects for the amount bid within the stipulated time frame . Based upon the City 's assessment of the submitted information , a recommendation regard ing 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 wr!}ing 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 th~mount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example : 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received. it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time . In the event the contracto r receives such a letter, the contractor shall provide to the City an upqated schedule showing how the project will be completed · within the contract time . 2 . The Project Manager and the Directors of tqe Department of Engineering , Water Department. and Department of T ransportation and Publ ic 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 d istributed by the Engineering Department's Public Information Officer . 4. Upon receipt of the contractor's response , the appropriate C ity departments and directors will be notified . The Engineering Department's Public Information 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. D-72 AIR POLLUTION WATCH DAYS The Contractor shall be requ ired to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically , the OZONE SEASON , with in the Metroplex area , runs from May 1, through OCTOBER 31. with 6:00 a .m . -10:00 a.m. be ing critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION .. 11/29/04 SC-54 - PART D -SPECIAL CONDITIONS The Texas Commission on Environmental Quality (TCEQ), in coo rd ination with the National Weather Service , will issue the A ir 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 noJ 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), d iesel 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 . D-73 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 : 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 $25.00 will be assessed when work for which an inspection called fo r is incomplete .. Payment is due prior to the City performing re-inspection . Payment by the contractor for all street use perm its and re-inspections shall be cons idered subsidiary to the contract cost and no additional compensation shall be made . 11 /29104 SC -55 11 /29104 ,/ I PART D -SPECIAL CONDITIONS SC-56 - - ,( I Date: ____ _ DOE NO. XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON ---------BETWEENTHEHOURSOF _______ AND _____ _ IFYOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT -----------(CONT RAC TORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. ____________ AT __________ _ (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR ------------ PART D -SPECIAL CONDITIONS ~, TEXAS DEPARTMENT OF HEALTH m T · NOTE: CIRCLE ITEMS THAT ARE AMENDED T D H DEMOLITION I RENOVATION NOTtflCATION FORM g <) Abatement Contractor. NOTIFICAT~~~#Lic~s~ Number: i Address: -· --------C-i_ty_: ---------State: -~==.Z-[-p: __________ -_-_ C Office ?.,hone Number: ~~--------Job Site PhQne Number :. _____________ _ e Site Supe~r: TOH licer.$e Nvmber: --------------U SlteSupel'\lis()r: TOH Ucense Number.. _____________ _ 5 Trained On-Site NESHAP lndividuat: _____ ~~-------Certi1iaition Pate: _______ _ e n 1. 'i cl T ~ H p A ·o N . E: s H A p 0 T q li -0 l V E- 0 l !l ti .0 1 1/29104 n 7 b y E 5 Demolition Contractor.. _____________ Otflce Phoo& Number~,___ _________ _ Addres5: City: SCa1e; ___ _,Zip: ___ _ 2) Project Cons1.Jltant or Operator: ________________ TDH Uainse Nurnbet: _____ _ Meiling Address: ___________ -=------::-=----::::----:--c--:--:---.--------- Clty. State:. ____ Zip~· ____ Office Phone Number;...__.._ _____ _ 3) FacllltyOwner. __ ~---------------------------~-Allention : ____________________________________ _ Mailing Addr~;-----------~---------------------- Clty: State: Zip: Owner Phone Number ... ( .... ).___--- "Not•: Tho invoice for the notification fae wlll be sent to ttie .ow11er i;,f tt'!~ buUd!11t1 and the bill1!19 ad<ll'C$$ ·for the, Invoice wlll be obtained from tho l!lform:itfon th:it Is provided In thi& section. ·· 4) Oescrlptlon or F.acillty Name=·----------~-------------------Physi.c.11 Address; ____________ Courity: City: _______ Zip; ___ _ Facility Phone Numbe Facility Contact Person: _____________ _ [)(!sctiplion of Area/Ro9171 Number: ___________________________ _ Prior Use : _______________ Fulure Use=------------~----- Age of Buildil),g/Facllity · Sr28 : Number or floora ; _____ School (K-12): o YES Cf NO 5} Typg of Work: O Dernolit!on J 'Renovation. {At>atemclit) O Annual Consolidated Work will be during ; 0 Day D Even ing O Night G Phased Project Descrlp lion of work sctJedUle : _______________ ~~------------- 6) Is this a Pubfic Building? a YES NESHAP-On!y Facility? D YES D NO Federal F~clllty? D YES ;: NO Industrial Site? 0 YES O NO D NO Is Building/Facility Occupied? o YES O NO 7) No1mcation Type CHECK ONLY ONE o Origin al (10 Worklng Oays) Cl' Cancellation o Amendment D Emergency/Ordered U 1his is .an amendment. which ame{ld.ment number rs this?_ (Enclose copy of original andJor last amendment) ff an emergency, Vlho did you talk with at l'DH? Emergency#: _____ _ Date and Hour ot Emergency (HHIMMIDD/YY}:. _______ _ Descrtp t1on of the sudden, un~cted event end explanat10n of how the event caused unsafe conditions or.Would caJse equ ipment damage {computers. machinery, etc_. _________ · --------------- 8) Description of pro~Ufe$ to be followed In 1he eveot that unexpected asbesto:s is found or previQuslynon-friable asbestos material becomes ctumbied. pulvariz.ed. or reduced to powder; _______________ _ 9) Was an Asbestos survey pefformed? D YES D NO Date: / TOH Inspector Ucense. No : _____ _ Ani;!tytical Method ; D PLM D TEM D Assumed TOH Laboratory license No:------ . (For TAHPA (public building) projec;.1l;: ..in HS!.lmPtion must be made by a TDH LicMsed lnsp~tor) 10) Description of planned C!emo!1ti0n or renovation work, type of me~rial, end method(s) to be used.,_· -------- 11) Dasaipliori of work pr.i~ices a n d engineering controls lo be used to prevoot emissions of asbestos at the dama li tion/renove1ion : __ _._ _____ ~----------------------- .. ·-------· ---• -· .··--··---·-·--.-•·----~-'"'"u•~·--·--·~-----· ~,-........... -·-.. _ ... -,f .,. .,,_..,. SC-58 PART D -SPECIAL CONDITIONS 12} ALL applicable it01l"ls in the rolloviing table must be completed: IF NO ASBESTOS PRESEN.T CHECK HERE.~ Approxlm11te •mount of Check. unit of measurement .Asbestos-Containing Building M,\lteri11I 1----.,..;..;As.;;.b.,.es"'--'to_s ___ -+--......--,--,---.----.----1 Type Pipes Surf.ace Area RACM lo be removed RACM NOT removed' . Interior Cate I non-friabie removed Extatior C~ o I non-friabf.& removed Ca I non-friable NOT removed Interior Cal u non-friabfe .removed Exterior Cate. II non-friable removed II non-friable NOT remov&d RACM Ofi'-Facmty Component 13) Waste Transporter Name: ------=-----------TOH Lioense Number.------Address~ _·, ._. __________ Cio/ _________ Sta.te: __ ._ Zip: ___ _ Contact Person: PhOne Number: ~~--------- 14) Waste Disposal Site Name=------------------------------Address: ______________ City: _________ Staie: ___ Zip: ___ _ Te!ephone: TNRCC Permit Number:-------- 15) . For slructurally unsound fadlllles, attach a copy of demolition order and identify Govemme11ial Official below. Nan'le ; Registration No:-------------- Tille'-' --:---,---,--,-,--~,-,,--.--~--,----- Date of order (MM/00/YY) / / Date order to begin {MMIDD/YY) I I 16) Sc::ned.uled Oates of Asbestos Abatement (MM/DDIYY) Start ___ 1 __ 1 __ Complete; --'----'-- ,17) Scheduled Dates Demolition/Renovation (MM/00/YY) Start:. / / Complete:_-"/-~/~--- .,. Note: If lhe st.an date on !his notification can not bo met, the TDH Regil!IRI or Local Program office Must be contac:lad by phone prior to the start data. Fallure to do so l$ • vtolatlon In acc~nce to TAHPA. Svetlon 295.61. I hereby certify ltlet all Information I have provided Is correct, complete. and true to the best of my knowledge, I sclm~ge that I am responsll>le for all agpects of the notifica1ion tomi, !11Cluding, but 1'0t fimiting, content and submission dates. The maximum penalty i.$ s10.ooo per day per violation. (S"tg~twe of Building ONner/ Operator · or Delegated Consult.ant/Contractot) MAIL TO: (Printed Name) (Date) ASBESTOS N011FICATION SECTION TOXtC SUBSTANCES CONTROL DIVISION TEXAS DEPARTMENT OF HEALrH PO BOX 1A3538 . AUSTIN. TX 78714-3538 PH: 512-834-6600, 1-800-572-5548 (Telephone) {Fax Number) ·Fa><cs arc not accopttt<J• Form APB#~. d;;,ted 07/2MJ2. Replaces TOH form dated 07113/01. For assistance in completing lo.rm, call t-800-572-5541) 11 129104 SC-59 Air Tool Operator $10.06 Scraper Operator Asphalt Rak.er $11.01 Servicer Asphalt Shoveler $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, Pneumatic $12.91 Broom or Sweeper Operator $9.88 Traveling Mixer Operator $12.03 Bulldozer operator $13.22 Truck Driver-Single Axle (Light) $10.91 Carpenter (Rough) $12.80 Truck Driver-Single Axle (Heavy) $11.47 Concrete Finisher-Paving $12.85 Truck Driver-Tandem Axle Semi-Trailer $11.75 Concrete Fmisher -structures $1327 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 Driller $14.00 Concrete Paving Joint Sealer Oper. $12.50 Welder $13.57 Concrete Paving Saw Oper. $13.56 Worll: Zone Barricade Servicer $10.09 Concrete Paving Spreader Oper. $14.50 Concrete Rubber $10.61 Crane, Clamshell, Backhoe, Derrick. Dragline, Shovel $14.12 Electrician $18.12 Flagger $8.43 Foon Builder-Structures $11.63 Fonn Setter-Paving & Curbs $11.83 Foundation Drill Operator, Crawler Mounted · $13.67 Foundation DriH Operator, Truck Mounted $16.30 Front End Loader $12.62 Laborer-Common $9.18 Laborer-Uti lity $10.65 Mechanic $16.97 Milring Machine Operator, Fine Grade $11 .83 Mixer Operator $11 .58 Motor Grader Operator (FA1e Grade) $15.20 Motor Grader Operator, Rough Oiler $14.50 Painter, Structures $13.17 Pavement Marking Machine Oper. $10.04 Pipe layer $11.04 Roller, Steel Wheel Plant-Mix Pavements $11.28 l Roller, Steel Wheel Other Flatwheel or Tamping $10.92 Roller, Pneumatic, Self-Propelled Scraper $11.07 Reinforcing Steel Setter (Paving) $14.86 I L Reinforcing Steel Setter (Structure) $1629 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), inc}uding the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. (c) Complaints of Violations and City Determination of Good Cause. On receipt of informatio~ including a com.plaint by a worker, concerning an alleged violation of 2258.023, Texas Govermnent Code, by a contractor or subcontractor, the City shall make an initial determinatio~ before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages . due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph ( c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th clay after the date that arbitration is required, a district comt shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. (e) Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all i - reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. (f) Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through {g) above. DA-1 DA-2 DA-3 DA-4 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 DA-23 DA-24 DA-25 DA-26 DA-27 DA-28 DA-29 DA-30 DA-31 DA-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 DA-48 11 /02/04 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 FOLD1 AND FORM PIPE .................................................................................. OMITTED SLIPllNING ..................................................................................................... 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 -MICROSILICA TE MORTAR SYSTEM ...... OMITTED INTERIOR MANHOLE COATING -QUAD EX 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 LINED CONCRETE WALL RECONSTRUCTION .................................... OMITTED PRESSURE GROUTING ................................................................................. OMITTED VACUUM TESTING OF REHABILITATED MANHOLES .................................. OMITTED FIBERGLASS MANHOLES .............................................................................. OMITTED LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES .......... OMITTED REPLACEMENT OF CONCRETE CURB AND GUTTER ................................ OMITTED REPLACEMENT OF 6" CONCRETE DRIVEWAYS ......................................... OMITTED REPLACEMENT OF H .M.A.C . PAVEMENT AND BASE ................................................ 5 GRADED CRUSHED STONES ..................................................................................... 5 WEDGE MILLING 2" TO 0" bEPTH 5.0' WIDE .............................................. :OMITTED BUTT JOINTS-MILLED .................................................................................. OMITTED 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) ........................................................ 6 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ................................. OMITTED NEW 7'° CONCRETE VALLEY GUTTER ......................................................... OMITTED NEW 4 " STANDARD WHEELCHAIR RAMP .................................................... OMITTED 8" PAVEMENT PULVERIZATION .................................................................... OMITTED REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) ............................ 6 RAISED PAVEMENT MARKERS ..................................................................... OMITTED POTENTIALLY PETROLEUM CONTAMINATED MA TE RIAL 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 ................................................................ OMITTED REPLACEMENT OF 4" CONCRETE SIDEWALKS ......................................... OMITTED RECOMMENDED SEQUENCE OF CONSTRUCTION .................................................. 9 PAVEMENT REPAIR IN PARKING AREA .......................................... ._ ........... OMITTED EASEMENTS AND PERMITS ........................................................................................ 9 ASC-1 DA-49 DA-50 DA-51 DA-52 DA-53 DA-54 DA-55 DA-56 DA-57 DA-58 DA-59 DA-6.0 DA-61 DA-62 DA-63 DA-64 DA-65 DA-66 DA-67 DA-68 DA-69 DA-70 DA-71 DA-72 DA-73 DA-74 DA-75 DA-76 DA-77 DA-78 DA-79 DA-80 DA-81 DA-82 DA-83 DA-84 DA-85 DA-86 DA-87 DA-88 DA-89 DA-90 DA-91 DA-92 DA-93 DA-94 DA-95 DA-96 DA-97 11 /0 210 4 PART DA -ADDITIONAL SPECIAL CONDITIONS HIGHWAY REQUIREMENTS ...................... _. .................................................. OMITTED CONCRETE ENCASEMENT ......................................................................................... 9 CONNECTION TO EXISTING STRUCTURES ............................................................ 10 TURBO METER WITH VAULT AND BYPASS INSTALLATION ...................... OMITTED OPEN FIRE LINE INSTALLATIONS ................................................................ OMITTED WATER SAMPLE STATION ........................................................................................ 10 CURB ON CONCRETE PAVEMENT ........................................................................... 10 SHOP DRAWINGS .......................................................................................... OMITTED COST BREAKDOWN ...................................................................................... OMITTED STANDARD STREET SPECIFICATIONS H .M .A.C. OVERLAY ....................... OMITTED H.M.A.C. MORE THAN 9 INCHES DEEP ........................................................ OMITTED ASPHALT DRIVEWAY REPAIR ...................................................................... OMITTED TOP SOIL ........................................................................................................ OMITTED WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ................... 11 BID"i)UANTITIES ......................................................................................................... 11 WORK IN HIGHWAY RIGHT OF WAY ............................................................ OMITTED CRUSHED LIMESTONE (FLEX-BASE} ........................................................... OMITTED OPTION TO RENEW ......................................................................................... OMITTED NON-EXCLUSIVE CONTRACT ....................................................................... OMITTED CONCRETE VALLEY GUTTER. ...................................................................... OMITTED TRAFFIC BUTTONS ........................................................................................ OMITTED PAVEMENT STRIPING ................................................................................... OMITTED H .M.A.C. TESTING PROCEDURES ............................................................................ 12 SPECIFICATION REFERENCES ................................................................................. 13 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTRO L VALVE AND BOX ........................................................................................................ 13 RESILIENT-SEATED. GATE VALVES .......................................................................... 13 EMERGENCY SITUATION. JOB MOVE-IN ..................................................... OM ITTED 1 ~.n & 2 • COPPER SERVICES ................................................................................... 13 SCOPE OF WORK (UTIL. CUT}.. .................................................................... OMITTED CONTRACTOR'S RESPONSIBILTY (UTIL. CUT} ........................................... OMITTED CONTRACT TIME (UTIL. CUT} ....................................................................... OMITTED REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) ...................... OMITTED TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT).. ...................................... OMITTED LIQUIDATED DAMAGES (UTIL CUT) ............................................................ OMITTED PAVING REPAIR EDGES (UTIL. CUT) ........................................................... OMITTED TRENCH BACKFILL (UTIL. CUT) .................................................................... OMITTED CLEAN -UP (UTIL CUT) .................................................................................. OMITTED PROPERTY ACCESS (UTIL CUT) ................................................................. OMITTED SUBMISSION OF BIDS (UTIL. CUT}. .............................................................. OMITTED STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) ...................... _ .............. OMITTED CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT} .................. OMITTED 2D TO g • H .M.A.C. PAVEMENT (UTIL. CUT). .................................................. OMITTED ADJUST WATER VAL VE BOXES. MANHOLES, AND VAULTS (UTIL. CUT}. OMITTED MAINTENANCE BOND (UTIL. CUT) ............................................................... OMITTED BRICK PAVEMENT (UTIL. CUT) ..................................................................... OMITTED LIME STABILIZED SUBGRADE (UTIL. CUT) .................................................. OMITTED CEMENT STABILIZED SUBGRADE (UTIL. CUT) ........................................... OMITTED REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) ............................. OMITTED "QUICK-SEr' CONCRETE (UTIL. CUT) ......................................................... OMITTED ASC-2 .... DA-98 DA-99 DA-100 DA-101 DA-102 DA-103 DA-104 DA-105 DA-106 DA-107 DA-108 DA-109 DA-110 DA-111 DA-112 DA-113 DA-114 DA-115 DA-116 DA-117 DA-118 11 /02104 PART DA -ADDITIONAL SPECIAL CONDITIONS UTILITY ADJUSTMENT (UTIL. CUT) ................................................. , ............ OMITTED STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) OMITTED LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) ........................ OMITTED CONCRETE CURB AND GUTTER (UTIL. CUT) ......................................... OMITTED PAYMENT (UTIL. CUT) ............................................................................... OMITTED DEHOLES (MISC. EXT.) .............................................................................. OMITTED CONSTRUCTION LIMITATIONS (MISC. EXT.} ........................................... OMITTED PRESSURE CLEANING AND TESTING (MISC. EXT.) ............................... OMITTED BID QUANTITIES (MISC . EXT.) .............................................................................. 15 LIFE OF CONTRACT (MISC. EXT.) ............................................................ OMITTED FLOWABLE FILL (MISC. EXT.) ................................................................... OMITTED BRICK PAVEMENT REPAIR (MISC. REPL.) ............................................... OMITTED DETERMINATION AND INITIATION OF WORK (MISC. REPL.) ................. OMITTED WORK ORDER COMPLETION TIME (MISC. REPL.) .................................. OMITTED MOVE IN CHARGES (MISC. REPL.) ........................................................... OMITTED PROJECT SIGNS (MISC. REPL.L .......................................................................... 15 LIQUIDATED DAMAGES (MISC. REPL.} .................................................... OMITTED TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) ............................................. 16 FIELD OFFICE .............................................................................................. OM.ITTED TRAFFIC CONTROL PLAN ..................................................................................... 16 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS ............. 16 ASC-3 - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS -OMITTED DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE -OMITTED r DA-3 PIPE ENLARGEMENT SYSTEM -OMITTED DA-4 FOLD AND FORM PIPE -OMITTED DA-5 SLIPLINING -OMITTED DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT-OMITTED DA-7 TYPE OF CASING PIPE-OMITTED DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR-OMITTED DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION -OMITTED DA-10 MANHOLE REHABILITATION -OMITTED DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION -OMITTED DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM -OMITTED DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM -OMITTED DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM -OMITTED DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM -OMITTED DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER - OMITTED DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM -OMITTED DA-18 RIGID FIBERGLASS MANHOLE LINERS -OMITTED DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION -OMITTED DA-20 PRESSURE GROUTING -OMITTED DA-21 VACUUM TESTING OF REHABILITATED MANHOLES -OMITTED DA-22 FIBERGLASS MANHOLES -OMITTED 11 102/04 ASC-4 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES -OMITIED DA-24 REPLA~EMENT OF CONCRETE CURB AND GUTTER -OMITIED ' DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS -OMITTED DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure. The Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion. The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base -material shall be removed, if required, to a depth sufficient to obtain stable sub-base. The total depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal for which the Engineer will select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site. After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with "Type D" surface mix. This item will always be used even if no base improvements are required\ The proposed H.M.A.C. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness will not exceed 6". Before the patch layers are applied, any loose material, mud and/or water shall be removed . A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils, and Emulsions", 304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-27 GRADED CRUSHED STONES This item shall be used to repair the failed base material in areas exceed 8" deep as directed by the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No. 208 "Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE -OMITTED DA-29 BUTT JOINTS -MILLED -OMITTED 11 10 2/04 ASC-5 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) All applicable provisions of Standard Specifications, Item Nos. 312 "Hot-Mix Asphaltic Concrete", 300 "Asphalts/Oils and Emulsions", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt Concrete" shall 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 provide laboratory control as necessary. The unit price 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 -OMITTED DA-32 NEW 7" CONCRETE VALLEY GUTTER -OMITTED DA-33 NEW 4" STANDARD WHEELCHAIR RAMP -OMITTED DA-34 8" PAVEMENT PULVERIZATION -OMITTED DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) The following specifications are far the furnishing and placing of re inf arced concrete pavement or base as shown on detail and as directed by the Engineer. A GENERAL: Reinforced concrete pavement or base shall conform to Specification Item No. 314 herein except for finishing and curing . B. FINISHING: The reinforced concrete shall be brought to a unif arm surf ace by working with a wooden float. The surface shall be flush with the adjacent pavement and shall have a finish similar to the surrounding pavement. The surface shall be even and shall provide a smooth ride. C. CURING: The reinforced concrete pavement surfaces shall be sprayed uniformly with a membrane curing compound conforming to the requirements of ASTM C-309, Type 2, white-pigmented compound, which shall not produce permanent discoloration of the concrete . Concrete shall be allowed to cure for seven days or test cylinders reach 3000 psi before removal of barricades. 11 /02104 ASC-6 PART DA -ADDITIONAL SPECIAL CONDITIONS D. EXECUTION: Included in this item will be the removal of the existing reinforced concrete pavement. The existing pa./ement shall be sawed so as to maintain an even, straight pavement cut The existing reinforcing steel at sawed line and construction joints shall be lapped 18 inches with the new reinforced concrete pavement. The existing steel shall be thoroughly cleaned before lapping. The following work method will be performed on each utility cut 1. Place safety signs, barricades and/or other warning devices where necessary and as required. 2. Replace pavement to nearest joint 3. Mark out the damaged area with keel, chalk line or paint being sure to include all areas requiring repair. 4. Saw cut along marked lines a minimum of two (2} inches deep. 5. Remove existing concrete. 6. Form joints and place reinforcing steel and Dowel Bars (as required} according to standard specifications. 7. Place and finish concrete. 8. Clean up job site, removing all debris. 9. Maintain traffic control devices to protect the area until the concrete has cured seven days or concrete reaches 3000 psi compressive strength . E. PAYMENT: Payment shall be made at the unit price per linear foot as shown on the proposal and shall be full compensation for furnishing all labor. materials , equipment tools and incidentals necessary to complete the work. DA-36 RAISED PAVEMENT MARKERS -OMITTED DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING -OMITTED DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL· OMITTED DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC -OMITTED DA-40 CONCRETE RIPRAP -OMITTED 11 /02104 ASC-7 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-41 CONCRETE CYLINDER PIPE AND FITTINGS· OMITTED DA-42 CONCRETE PIPE FITTINGS AND SPECIALS • OMITTED !' DA-43 UNCLASSIFIED STREET EXCAVATION • OMITTED DA-44 6" PERFORATED PIPE SUBDRAIN • OMITTED DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS • OMITTED 11102/04 ASC -8 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION In order to facilitate timely reconstruction of the affected roadway surfaces (subsequent to water/sewer in~tallation) under the City's roadway maintenance program, it is recommended that the proposed water and/or sanitary sewer improvements be conducted on the project streets based upon the following sequence: 1. Harwood Street 2. Garter Avenue 3. Wilkinson Avenue 4. Bomar Avenue After the work start 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 streets. 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 work (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 -OMITTED 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 req·uinng 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 deaned 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 -OMITTED DA-50 CONCRETE ENCASEMENT 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 wor~ 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. 11 102104 ASC-9 - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-51 CONNECTION TO EXISTING STRUCTURES All connection~ between proposed and existing facilities, shall consist of a watertight seal. Concrete used'in the 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 equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilit ies including all labor, tools, equipment, and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION -OMITTED DA-53 OPEITTIRE LINE INSTALLATIONS -OMITTED DA-54 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 be 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 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 far Service Taps 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 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 Standard Specification Item 502 shall apply except as herein mod ified . 11/02104 ASC-10 PART DA -ADDITIONAL SPECIAL CONDITIONS INTEGRAL CURB: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab . ,, SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of three thousand (3,000) pounds per square inch at twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) U.S . 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. PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this Project under the appropriate bid item and shall be in compliance with Public Works Department standard requirement Item 502. DA-56 SHOp-QRAWINGS -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-60 ASPHALT DRIVEWAY REPAIR-OMITTED DA-61 TOP SOIL • OMITTED DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT This item shall include raising or lowering an 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. DA-63 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 . Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To 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. In particular, the Contractor shall be aware that it is the City 's intention that the quantities in Unit I be used on an ''emergency" basis only. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of $200,000 (see Options to Renew) shall be awarded with final payment based on actual measured 11 102/04 ASC-11 PART DA -ADDITIONAL SPECIAL CONDITIONS quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation between the estimated quantities shown and actual quantities performed . It is understooq and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200 ,000 (see Options to Renew) including all change orders. · DA-64 WORK IN HIGHWAY RIGHT OF WAY-OMITIED DA-65 CRUSHED LIMESTONE (FLEX-BASE) -OMITIED DA-66 OPTION TO RENEW -OMITIED DA-67 NON-EXCLUSIVE CONTRACT -OMITIED DA-68 CONCRETE VALLEY GUTIER -OMITIED DA-69 TRAFFIC BUTIONS -OMITTED DA-70 PAVEMENT STRIPING -OMITTED DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type "Bu and "D" asphalt that will be used for each project This should be submitted at the Pre -Construction Conference. This design shall not be mo re than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated , if one has not been previously calculated , fo r the use during density testing . For type "BP asphalt a maximum of 20% rap may be used. No Rap may be used in type '"D~ Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the City laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a railing pattern that will provide the required densities. The requ ired Density for Type "B" and for Type "D· asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing . 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 appl ication of Type "D u asphalt additional cores must be taken to determine the applied th ickness . 11 /02104 ASC-12 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-72 SPECIFICATION REFERENCES When referen~ is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it' shall be understood that the latest 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 oftwenty-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 far 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 GATEVALVES Any resilient-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 resilient-seated gate valves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List. DA-75 EMERGENCY SITUATION, JOB MOVE-IN -OMITTED DA-76 1 %" & 2" COPPER SERVICES The following is an addendum to E1-17, Copper Water Service Lines and Copper Alloy Couplings : All fittings used for 1 Y2" and 2" water services lines shall be compression fittings of the type produced with an internal "gripper ring" as manufactured by the Ford Meter Bax Co., Inc., Mueller i.;;. Company, or approved equal. Approved equal products shall submit shop drawings and manufacturer's catalog information for approval. Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically designed for this purpose in order to provide a clean, square cut. The use of hacksaws or any other type of cutter will not be allowed . Prior to installing the compression fittings, the copper tubing will be made round by the use of a "rounding tube" specifically made for that purpose. Payment for all work and materials associated with 1 Y2 " and 2" copper services shall be included in the price of the appropriate bid item. 1 1/02104 ASC-13 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-77 SCOPE OF WORK (UTIL. CUT) -OMITTED DA-78 CONT~CTOR'S RESPONSIBIL TY (UTIL. CUT) -OMITTED ' DA-79 CONTRACT TIME (UTIL. CUT) -OMITTED DA-80 REQUIRED CREW PERSONNEL .& EQUIPMENT (UTIL. cun -OMITTED DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) -OMITTED DA-82 LIQUIDATED DAMAGES (UTIL. CUT) -OMITTED DA-83 PAVING REPAIR EDGES (UTIL. CUT) -OMITTED -. DA-84 TRENCH BACKFILL (UTIL. CUT) -OMITTED DA-85 CLEAN-UP (UTIL. CUT) -OMITTED DA-86 PROPERTY ACCESS (UTIL. CUT) -OMITTED DA-87 SUBMISSION OF BIDS (UTIL. CUT) -OMITTED DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) -OMITTED DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT Ill (UTIL. CUT) -OMITTED DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. cun -OMITTED DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) -OMITTED DA-92 MAINTENANCE BOND (UTIL. CUT) -OMITTED DA-93 BRICK PAVEMENT (UTIL. CUT) -OMITTED DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) -OMITTED DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) -OMITTED DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) -OMITTED DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) -OMITTED DA-98 UTILITY ADJUSTMENT (UTIL. CUT) -OMITTED DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) - OMITTED 11102104 ASC -14 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) -OMITTED DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) -OMITTED •I DA-102 PAYMENT (UTIL. CUT) -OMITTED DA-103 DEHOLES (MISC. EXT.) -OMITTED DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) -OMITTED DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) -OMITTED DA-106 BID QUANTITIES (MISC. EXT.) -. 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. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To 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. DA-107 LIFE OF CONTRACT (MISC. EXT.) -OMITTED DA-108 FLOWABLE FILL (MISC. EXT.) -OMITTED DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) -OMITTED DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.)-OMITTED DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) -OMITTED DA-112 MOVE IN CHARGES (MISC. REPL.) -OMITTED DA-113 PROJECT SIGNS (MISC. REPL.) Project Signs are required at all locations which will be under construction for more than thirty (30) calendar days as indicated in Part B Proposal. Project Signs shall be in accordance with Figure 30 (dated 9-18-96) of the General Contract Documents. The signs may be mounted on skids or on posts . The exact locations and methods of mounting shall be approved by the engineer. Any and all costs 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 . DA-114 LIQUIDATED DAMAGES (MISC. REPL.) -OMITTED 11 102104 ASC-15 - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) Because of th~ unique nature of this contract, the number of trench safety system designs required is no( known at the time bids are received . While the contractor is still bound by the latest version of the U.S. Department of Labor, Occupational Safety and Health Adm inistration Standards, 29 CFR Part 1926, Subpart P-Excavations as detailed in D-26 Trench Safety System, it is the City 's intention that all costs incurred by the Contractor in acquiring trench safety designs be included in the unit price bid for Job Move in. DA-116 FIELD OFFICE -OMITTED DA-117 TRAFFIC CONTROL PLAN -OMITTED DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS The contractor shall coordinate his work with the work of other contractors on remaining units of this project. The contract documents indicate the starting and stopping points for each of the units of the project. The plans indicate "connecting to an existing pipeline " constructed by others and ending the line with the installation of a plug. If the start of the project cannot be connected to the previous unit, the contractor will begin his line with a plugged section of pipe. If the pipeline is constructed far the connecting unit the contractor shall connect his line with the adjoining unit in lieu of installation of a plug. Contractor will be paid for "connection" to existing line or installation of blind flanges based on the un it price bid for the water or sewer main . 11102104 ASC -16 SECTION E1 -MATERIAL SPECIFICATIONS JANUARY 1, 1978 TABLE OF CONTENTS E1 Material Specifications SECTION E -SPECIFICATIONS JANUARY 1, 1978 All materials, construction methods and procedures used in this project shall conform to Sections E 1, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications, together with any additional mate rial specification(s), construction(s) or later revision(s). (See revisions listed on this sheet). Sections E1, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. INDEX E1 MATERIALS SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20, 1981, follow : E1-2.4 Backfill : (Correct minimum compaction requirement to 95 % Proctor density and correct P.1. values as follows:) c. Additional backfill requirements when approved for use in stre ets : (1) Type B Backfill (c) Ma ximum plastic index (Pl) shall be§_. (2 ) Typ e 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 requirements and having a Pl of~ or more shall be considered for use only with mechanical compaction . E1-2 .11 Trench Backfill : (Correct minimum compaction requirement wherever it appears in this section to 95% Proctor density e xcept for paragraph a .1. where the "95 % modified Proctor density" shall remain unchanged). (a) Material meeting requirements and having a Pl of§_ or less shall be considered as suitable for compaction by jetting. (b ) Material meeting requirements and having a Pl of~ or more shall be considered for use only with mechan ical compaction . E1 -2.11 Trench Backfill : (Corre ct m inimum compaction requirement wherever it appears in this section to 95% Proctor density e xcept for paragraph a .1. where the "95 % mod ified Proctor density" shall remain unchanged). A. GENERAL CITY OF FORT WORTH , TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT TECHNICAL SPECIFICATION FOR MANHOLE JOINT SEALING This specification covers a cold-applied performed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections . It governs all manholes, vaults, etc., constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed 0-ring gasket, and shall require a bitumastic joint sealant in all joints as per Figure M attached . B. MATERIALS This sealant shall be preformed and trowelable bitumastic as manufactured by Kent-Seal, Ram-Nek, E-Z Stick or equal. The joint sealer shall be supplied in either extruded rope-form of suitable cross-sectional area or flat tape form 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 performed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years . C . 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. A primer shall be appl ied to all surfaces prior to installing the joint sealant in accordance with the recommendations by the manufacturer. The protective paper wrapper shall remain on the joint sealant until immediately prior to placement of the pipe in the trench. After removal of the protective paper wrapper, the joint sealant shall be kept clean. Install frames and cover over manhole open ing with the bottom of the rings resting on bitumasticjoint sealer. Manhole frames and covers shall be McKinley, Type N, with indented top design , or equal, with pick slots . 1. Frames, unless otherwise shown on the drawings, shall rest on two (2) rows (inside and outside) of bitumastic joint sealer. 2 . Grade adjustment rings shall also rest on two (2) rows of bitumastic joint sealant. D . SEALING AND/OR ADJUSTING EXISTING MANHOLES Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. MJS-1 1. Remove manhole frame from the manhole structure and observe the condition of the frame . The existing frame shall be used wherever possible. Any existing frame shall be used wherever possible . Any frame that is not suitable for use as determined by the Engineer shall be replaced . Separate and observe the condition of the grade adjustment rings. If the grade rings are loose, deteriorated, broken, or show structural defects, replace them in accordance with these specifications . Replace adjustments that are constructed of brick, block, or materials other than precast concrete w ith precast concrete rings, or where necessary, and approved by the Engineer, a precast flattop section . Precast concrete rings, or a precast concrete flattop section will be the only adjustments allowed . 2. In brick or block manholes where it is difficult to determine where grade adjustments and walls meet, 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, notify the Engineer prior to replacement of the grade adjustments or manhole frame . Existing brickwork, which is structurally satisfactory, if damaged by the Contractor, shall be replaced at the Contractor's expense . 3. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed with an application of a quick setting hydraulic cement to provide a smooth working surface . 4 . If the inside diameter of the manhole is too large to safely support new adjustment rings or frame , a flattop section shall be installed . 5 . Joint surfaces between the frame , adjustment rings and cone section shall be free of d irt , stones and voids to ensure a watertight seal. Please a flexible gasket joint material in two concentric rings along the inside and outside edge of each joint, or use trowelable material in lieu of preformed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole . Not steel sh i ms , wood, stones , or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame . 6 . In paved areas or future paved areas , castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of 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 compress ion of the joint material shall be made to assure a proper final grade elevat ion . 7 . Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than (1) inch or less than one half (1/2) inch above the surrounding ground. Backfill shall provide a un iform slope from the stop 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 regraded near the manhole . 8 . Manholes in open fie lds, unimproved land, or drainage courses shall be at an ele va tion shown on the drawings or min imum of 6 inches above grade . E. MEASUREMENT AND PAYMENT The price bid for new manhole installations shall include the cost of joint sealing and payment will be made from the appropriate Bid ltem(s). For existing manhole adjustment and /or sealing , the cost of sealing shall be included in the appropriate bid item and payment will be made for these items . MJS-2 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents I . SCOPE OF WORK ................................................................................................................................... SP-4 2 . AW ARD OF CONTRAC T ....................................................................................................................... SP-4 3. PRECONSTRUCTION CONFERENC E .................................................................................................. SP-4 4 . EXAMINATION OF SITE ...................................................................................................................... SP-4 5 . BID SUBMITTAL .................................................................................................................................... SP-5 6 . WATER FOR CONSTRUCTION ........................................................................................................... SP-5 7 . SANITARY FACrLITIES 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 RATES ......................................................................................................................................... SP-5 12 . EXISTING UTrLITIES ............................................................................................................................. SP-5 13. PARKWAY CONSTRUCTION ............................................................................................................... SP-5 14 . MATERIAL STORAGE ........................................................................................................................... SP-5 15 . PROTECTION OF EXISTING UTrLITIES AND Ilvfl>ROVEtvrENTS .......................................................................................................................... SP-6 16 . INCREASE OR DECREASE IN QUANTITIES ...................................................................................... SP-6 17. CONTRACTORS RESPONSIBrLITY FOR DAMAGE CL AIMS ...................................................... SP-6 18. EQUAL EMPLOYMENT PROVISION S ............................................................................................... S P-6 19 . MINORITY AND WOMENS BUSINESS E NTERPRISE (M/WBE) COMPLIANCE ................................................................................................................. , ..... SP-7 20 . FINAL CLE AN UP ................................................................................................................................... SP-8 2 1. CONTRACTOR 'S COMPL!Ail\J'CE WITH WORKER 'S COMPENSATION LAW ......................................................................................................................... SP -8 22 . SUBSTITUTIONS .................................................................................................................................... SP-I I 23 . fv1ECHANICS AND MATERIALSMEN'S LIEN .................................................................................... SP-I I 24 . WORK ORDER DELAY ........................................................................................................................ SP-I I 25. WORKING DAYS ................................................................................................................................... SP-I I 26 . RIGHT TO ABANDON ........................................................................................................................... SP-l l 27 . CONSTRUCTION SPECIFICATIONS .................................................................................................. SP-I I 28. MAINTENANCE STATEMENT ............................................................................................................ SP-I I 29. DELAYS ................................................................................................................................... SP-11 30 . DETOURS AND BARRICADES ............................................................................................................ SP-12 31 . DISPOSAL OF SPOIL/FILL MA TERI.AL .............................................................................................. SP-12 32 . QUALITY CONTROL TESTING .......................................................................................................... SP-12 33. PROPERTY ACCESS .............................................................................................................................. SP-13 34. SAFETY RESTRlCTIONS -WORK NEAR HIGH VOLT AGE LINE S ............................................... SP -13 35 . WATER DEPARTMENT PRE-QUALIFICATIONS ............................................................................ SP -13 36 . RIGHT TO AUDIT .................................................................................................................................. SP -13 37 . CONSTRUCTION STAKES ................................................................................................................... SP-14 38 . LOCATION OF NEW WALKS AND DRfVEWAYS .......................................................................... SP -14 39. EARLY WARNING SYSTEM F OR C O N STRUCTIO N ......................................................................... SP-14 4 0 . AIR POLLUTION WATCH DAYS ......................................................................................................... SP-15 05/27/05 SP-1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 79. NON-PAY IT EM -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 NOTIF1CA TION 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 A.t"ID WATER VALVES .......................................................................................... SP-30 87. NON -PAY ITEM -TIE-IN INTO STORM DRAIN STRUCTURE ........................................................ SP -3 1 88 . NON-PAY ITEM -SPRINKLER HEAD ADJUSTMENT ...................................................................... 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 DISTURB E D AREAS LESS THAN I ACRE) .... S P-31 91 . NONPAYITEM-TRAFFICCONTROL .............................................................................................. S P-32 05/27/05 SP-3 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 con ve niences for the use of workers at the project site. Specific attention is directed to this equipment. 8. PAYMENT: The Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the Engineer per actual field measurement. 9. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects , such as conditions imposed by the Plans , the General Contract Documents or these special Contract Documents, in which no specific item for bid has been provided for in the Proposal , shall be considered as a subsidiary item 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 "C learing and Grubbing" and shall be subsidiary to the oth er items of the contract. 10 . LEGAL RELATIONS AND RESP ONSIB ILITIES TO THE PUBLIC : Th e Contractor's particular attention is directed to the require me nts of Item 7, "Legal Relations and Responsib ili tie s to the Public" of the "Standard Specificat ions for Street and Storm Drain Construction". 11. WAGE RATES : Compliance with and Enforcem ent of Prevailing Wage Laws Duty to pay Prevailing Wage Rat es. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall , upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents . This penalty shall be retained by the City to offset it s administrative costs, pursuant to Texas Government Code 2258 .023 . Complaints of Violations and City Determi nation 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 recei ves the information , as to whether good cause exists to believe that the violation occu rred. 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 05 /2 7/05 SP-5 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utiliti es , 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 ac curate 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 Propo sal are approximate . It is the Contractor's sole responsibility to verify all the minor pay item quantiti es 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 un it 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 waiv ing or invalidating any cond it ion s or provisions of the Contract Documents. Variations in quantities of storm drain pipe s in depth categories shall be interpreted herein as applying to the ove ra ll quantitie s of st orm drain pipe in each pipe size but not to the various dep th categories . 17 . CONTRACTOR 'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agree s to indemnify City's Engineer and Architect , an d their personnel at the project site for Contractor's sole negligence. In add ition, Contractor covenants and agrees to indemnify, hold harmless and defend , at its own expense , the City , its offic ers, servants and employees , from and against any and all claims or suits for property los s , property d amag e, personal inj ury, including death , arising ou t of, or alleged to arise out of , the work and services to be performed hereun der by Contractor, its officers , agents , employe es, subcon tr actors , 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, servan ts and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract , whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment , final payment shall not be made until Contractor either (a) submits to City sat isfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's liability insurance carrier that the cla im has been refer red to the insurance carrie r. The Director may, if de emed appropriate , refuse to accept bids on other C ity of Fort Worth public work from a Cont ract or against whom a claim for damages is outstanding as a result of work perfo rme d under a City Contract. 18 . EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance Number 7278 as amended by City Ord inance Number 7400 (Fort Worth City Code Sections 13 -A-21 th rough 12- A-29) prohibiting dis crimination in employments practices. The Contractor shall post the required notice to that effect on the project site, and at his request , will be provided by assistance by the City of Fort Worth's Equal Employment Officer who will refer 05 /27 /05 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 A.OW. is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative . Th is 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 Compensation Insurance Coverage a . DEFINITIONS : b . Certification of coverage ("Certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81 , TWCC- 82, TWCC-83 , OR TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginn ing of the work on the project until the Contractor's /person's work on the project has been completed and accepted by the governmental entity . Persons providing services on the project ("subcontractor" in §406 .096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees . This includes, without limitation , independent Contractors , subcontractors , leasing companies , motor carriers , City-operators, employees of any such entity , or employees of any entity which furnishes persons to provide services on the project. "Services " include , without limitation, providing , hauling , or delivering equipment or materials, or providing labor , transportation, or other services related to a project. "Services " does not include acti vities unrelated to the project, such as food /beverage vendors , office supply del iveries , and deli very of portable toilets. The Contractor shall provide coverage , based on proper reporting of classification codes and payroll amounts and fil ing of any coverage agreements , which meets the statutory requirements 05 /27/05 SP-9 j. k. B. (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 fi le for the duration of the project and for one year thereafter. (d) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (e) contractually require each person with whom it contracts, to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with appropriate insurance carrier or, in the case of a self- insured, with the commission 's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative , criminal , civil penalties or other civil actions. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor. does not remedy the breach within ten day after receipt of notice of breach from the governmental entity . The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type , and shall be in both English and Spanish and any other language common to the Worker population . The text for the notices shall be the following text , without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE 05/27/05 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 equ ipment 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-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 C ity Council ; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 30 . DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction as required by Engineer by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs ," Item 524 and /or as shown on the plans . Construction signing and barricades shall conform with "1980 Texas Manual on Uniform Traffic Control Devices, Vol. No. 1." 31. DISPOSAL OF SPOIL/FILL 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 (Ord inance No. 10056). All disposal sites must be approved by the Admin istrator 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 f ill permit is required if disposa l sites are not in a flood plain . Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit autho rizing 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 mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate , cement and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of on site material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project 05 /27 /05 SP-13 pertinent books, documents , papers and records of the Contractor involving transactions relating to this contract. Contracto r 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 fu rt her agrees to include in all its subcontracts he re under a provision to the effect that the subcontractor agrees that the C ity shall , under the expiration of three (3) years after final payment under the subcontract, have access to and the right to exam ine 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 in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits . (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 37 . CONSTRUCTION STAKES ; The City, through its Surveyor or agent , will provide to the Contractor construction stakes or other customary methods of markings as may be found con s istent 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 , s anitary sewer , drainage , etc.), one set of excavation/or stabilization stakes , and on e set of stakes for curb and gutter and /or paving. It shall be the sole respons ibility of the Contractor to preserve , maintain , transfer, etc ., all stakes furnished until completion of the const ruction phase of the project fo r w hich they were furnished. If, in the opinion of the Enginee r , a sufficient number of st ake s o r m arkings provided by the City have been lost , de stroyed , or disturbed , th at the prope r 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 w ill 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 th is contract. In orde r 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 p rojects will be closely mon itored . 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 Cont ractor is less than the percentage of time allowed by 20 % or more (example : 10% of the wo rk completed in 30% of the stated contract time as may be amended by change order), the follow in g p roactive measures w il l be taken : 1 . 05 /27/05 A letter will be mailed to the Cont ractor by certified mail , return receipt requested demanding that , within 1 O days from the date that the letter is received, it provide SP-15 During the construction of this 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 1 O percent , then actual quantities will be paid for at the unit prices bid . The party requesting the payment of actual rather than plan quantities is responsib le for bearing any survey and /or measurement costs necessary to verify the actual quantities . 42 . PAY ITEM -7.5 " 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 follow ing policy will 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 failed pavement must be removed and replac ed a minimum of 5 feet. In no case should the remaining portion of the panel be less than 5 feet wide after repairing the failed 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 the pavement. (c) All concrete pavement not placed by hand shall be placed using a fully automated paving machine as app·roved by the Construction Engineer. Screeds will not be allowed except if approved by the Construction Eng ineer. 43 . PAY ITEM -SILICONE JOINT SEALING FOR CONCRETE PAVEMENT: 1. SCOPE CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1 , October 18, 1989) (Revision 2 , May 12 , 1994) This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314 .2 . (11) "Joint Sealing Materials" of 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 TI-S-001543A fo r Class A sealant except as modified by the test requirements of this specification. Before the installation of the joint sealant, the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint 05 /27/05 SP-17 the pavement placement. (Note that for the "dummy" joints , the initial 1/4 inch width "green " saw-cut and the "reservoir'' saw cut are identical and should be part of the same saw cutting operation . Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints .) The pavement shall be allowed to cure for a minimum of seven (7) days . Then the saw cuts for the joint sealant reservoir shall be made , the joint cleaned , and the joint sealant installed. During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F (4C) and rising. 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 pressu re 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 f ree water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 4 .5 Ext rusion Pump : The output shall be capable of supplying a suffic ient volume of sealant to the joint. 4 .6 Injection Tool : This mechan ical device shall apply the sealant unifo rmly 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 rese rvoir saw cutting , cleaning , bond breaker installation , and joint sealant placement shall be performed in a continuous sequence of operations 5 .2 Sawing Joints: The jo ints shall be sa w-cu t 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 h igh pressure water. The water flushing shall be done in one-direction to prevent joint contamination. 05/27/05 SP-19 provided in "MEASUREMENT" for "SILICONE JOINT SEALING", which price of shall be full compensation for furnishing all materials and for all preparation, delivery, and application of those sealing materials and for all labor, equipment, tools and incidentals necessary to complete the silicone joint sealing in conformity 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 cu rb shall be deposited 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 . 4 5. 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: Retaining wall shall be constructed per City 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 retaining walls not impacted by proposed grade changes will be 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 Er)gineer in the field . The proposed curb and gutter will be of the same dimensions as the existing curb and gutter to be removed . Quantities for this pay item are approximate and are given only to establish a unit price for the work The price bid per linear foot for "REPLACE EXIST . CURB AND GUTTER" as shown in the Proposal will 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 furnishing and placing at varying thicknesses an HMAC surface in transition areas where indicated on the plans , as specified in these specifications and at other locations as may be directed by the Engineer . This item shall be governed by all applicable provisions of Standard Specifications Item 312 . The price bid per ton HMAC Trans ition as shown in the Proposal will be full payment for materials including 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 . Subd ra in shall be installed only if field conditions indicate ground water at subgrade level after ex cavation and if deemed necessary by the Engineer. 49. PAY ITEM -TRENCH SAFETY: Description : This item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench. The Contractor shall develop , design and implement the trench excavation safety protection system. The Contractor shall bear the sole 05/27/05 SP-21 5) No additional payment over the contract price will be made for a ny hot-mi x 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 Typ e "B" and "D" a s phalt that wil l be used for each project. This should be submitted at the Pre-Construction Conference . This design shall not be more than two (2) years old . Upon submittal of the design mix a Marshal (Proctor) will be calculated , if one has not been previously calculated , for the use during density testing . For type "B'' asphalt a maximum of 20% rap may be used . No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the Contractor is approved for placement of the asphalt. The Contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a roll ing pattern that will provide the required densities . The required Density for Type "B" and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge wi ll 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. Dens ities on type "B" must be done befo re Type "D" asphalt is applied . Cores to determine thickness of Type "B" asphalt must be taken befo re Type "D" asphalt is applied. Upon completion of the application of Type "D" a sph alt add itional core s must be taken to determine the applied thickness . 52. PAY ITEM -CONCRETE FLAT WORK (CURB, CURB & GUTTER. SIDEWALKS. LEADWALKS , WHEELCHAIR RAMPS AND DRIVEWAYS): . Concrete flatwork is defined as curb, curb and gutter, sidewalks, leadwalks, wheelchair ramps a nd 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 spec ific 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 backfill ing and f inished 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 sat is factory 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 . 05/27 /05 SP-23 removing and relocating the fen ce, and for any damage or injury sustained by persons , livestock or property on account of any act of omission , neglect or misconduct of his agents, employees, or subcontractors . The unit price per linear foot shown on the Proposal shall be full compensat ion for all materials , labor, equipments, tools and incidentals necessary to complete the work. 60 . PAY ITEM -STANDARD 7" CURB AND 18" GUTTER: All provisions of Standard Specification No. 502 'C oncre te Curb and Gutter' shall app ly except as modified herein: Subsidiary to the unit price bid per linear 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 construction details. b. If the Contractor fails to backfill either in from of the gutter or behind the curb within seven (7) calendar days of pouring the curb and gutter , the amount paid for the curb arid gutter shall be reduced by 25 % until the backfill operation is complete. Standa rd Specifications Item No . 502 , shall apply except as herein modified . Concrete shall have minimum compressive strength of three thousand (3 ,000) pounds per square 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 requ ire d . 61. PAY ITEM -REMOVE AND RECONSTRUCT MAILBOXES / MISCELLANEOUS: This item includes the removal and reconstruction of existing mailboxes , brick walls , flowerbed trim and miscellaneous items within the right of way which m ay be damaged or removed during construction . When possib le, the Contractor shall salvage existing materials for reuse in the replacement or repair of damaged or removed items . Items which ar e to be rep aire d or reconstructed should look architecturally the same in material and appearance and should be reconstructed o r repaired in a better or new condition . All applicable provisions of City of Fort Worth Construction Standards shall apply. 62 . PAY ITEM-BORROW : -OMITTED The non-expansive earth fill should consist of soil materials with a liquid limit of 35 or less, a plasticity index between 8 and 20 , a minimum of 35 percent passing the No. 200 sieve, a minimum of 85 percent passing the No. 4 sieve, and which are free of organics or other deleterious materials . When compacted to the recommended moisture and density, the material should have a maximum free swell value of 0 .5 percent and a maximum hydraulic conductivity (permeability) of 1 E-05 cm /sec, as determined by laboratory testing of remolded specimens of the actual materials proposed for the non- expansive earth fi ll. 63 . PAY ITEM -CEMENT STABILZATION : -OMITTED All applicable provisions of Item 214, 'Portland Cement Treatment' sha ll apply. 64. PAY ITEM -CEMENT: -OMITTED All applicable provisions of Item 214 , 'Portland Cement Treatment' shall apply. 05 /27/05 SP-25 Practices and Erosion Control Manual for Construction Activities (BMP Manual). Th is 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 proj ect. Be st Management Practices are construction management techniques that, if properly utilized , can minimize the need klr 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 result in a total land disturbance equal to or greater than 5 acres , the Contractor shall sign at the pre -construction m eet ing a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notificat ion to the TCEQ of construction acti vity as well as a commitment that the Contractor understand s the requirements of the permit for storm water discharges from construction activities and that measu res 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 Environm ental 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 long er subject to the requirement of the permit. The NOT should be mailed to : Texas Commiss ion on Env ironme ntal Quality Storm Water & Gene ral Permits Te am; 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 th re e copies of the SWPPP after award of cont ract, 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 sh all be comp leted and submitted to the TCEQ includ ing 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 the contract documents . The Contractor shall subm it 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 . Modificat ions 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 05 /27/05 SP-27 such lines would not have required adjustment or repair otherw ise , the lines s h all b e repa ired and adjusted by the Contractor at the Contractor's e xp en se. The pa yment to th e Contractor fo r utility adjustments shall be the actual cost of the adjustments plus ten percent (10 %) to cover the cost of bond and overhead incurred by the Contractor in h a ndling the util ity adju stments . 71. PRE BID ITEM -TOP SOIL: The proposed quantities shown a re calculated to provide top soil 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 stand ards for topsoil. Only the volume imported will be paid for and may be substantially less than the propos a l quantities listed . 72 . PRE BID ITEM -ADJUST WATER VALVE BOX: Contractor will be responsible for adjusting water valve boxes to match new pave m ent g ra de . The water valves themselves will be adjusted by City of Fort Worth Water Department forces . The unit price bid will be full payment fo r materials in c luding all labor , equ ipm e nt , too ls and incidentals necessary to complete the work . 73 . PRE BID ITEM -MANHOLE ADJUSTMENT: This item shall include adjusting the tops of ex isting and /or proposed manhol es to m atch proposed grade as shown on the plans or as dire cted by the Eng ineer . Stand a rd Spe c if icat io n Ite m No . 4 50 sh a ll apply except as follows : Included as part of this p ay ite m shall be t he a pp lic at io n of a cold -app lied p re form ed fle xible butyl rubber or plastic sealing compound fo r seali ng interior and/or exterior joint s on concrete manhole sections as per current City Water Dep artment Specia l Condition s. 74 . PRE BID ITEM -ADJUST WATER METER BO X: Th is item shall include ra ising o r loweri ng an ex is t ing m eter box to the parkway g rade sp ec if ie d. No payment w ill be m ade fo r existing boxes , which are wi th in 0 .1' of sp ecifie d p arkw ay grad e . The unit price bid will be full payment for mater ials in cludin g all la bo r, equi pment , too ls an d inciden ta ls necessary to complete the work . 75 . NON -PAY ITEM -CLEARING AND GRUBBING: All objectionable items within the limits of this project and not oth e rwi se provided for shall be removed under this item in accdrdance with Standard Specification Item 102 , "Clearing and Grubbing ." However, no direct payment will be made for this item and it sh a ll be considered incidental to this contract. 76. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200 , "Sprinkl ing for Dust Control" shall apply. However, no direct payment will be made fo r this item an d it shall be con sidered incidental to this contract. 77. NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations inclu di ng lawns , yards , shrubs , trees , etc . shall be preserved or restored after completion of th e wo rk to a condition equal or better than existed prior to start of work . By ordinance , the Contractor must obtain a permit from the City Foreste r 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 compliance with pruning standards for Class II Pruning as described by 05/27/05 SP-29 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: The notificat ion 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 within 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 construct ion 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 bloc k. An electronic version of the sample flyer can be obtained from the construction office at 871-392-8306. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no addit ional 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 a ll affected resid ents 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 grad ation and abrasion : (Actual washing not required if gradation is met) Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95 -100 Los Angeles Abrasion Test: 50 % Maximum wear per A.S.T .M. De signa tion C-131 . 85 . NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE : When existing concrete o r H .M.A.C. is cut , such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses. All sawing shall be subsidiary to the unit cost of the respective item. 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 this contract before the recycling 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. In any event a street shall be completely marked a minimum to two (2) working 05/27/05 SP-31 and the authority to limit the surface are of erodible-earth material exposed by preparing right -of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation , borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams , other water course, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes , dams , sediment basins , slope drains and use of temporary mulches , mats , seeding or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution -con trol measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permane nt 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 , tempo rary bridges or other structures shall be used wherever an appreciable number of stream cross ing are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be ope rated in live streams. 3 . When work areas or material sources are located in or adjacent to live streams, suc h areas shall be separated from the stream by a di ke 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 , piiing , debris or other obs t ruct io ns placed during construction operations that are not part of th e f inished work . 5 . The Contractor shall take sufficient precautions to prevent poll ution of streams, lakes and reservoirs with fuels , oils , bitumens , calcium chlo ride or other harmful materials. He shall conduct and schedule his ope rat ions 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 s ubsidiary 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 "Street Use Permit'' prior to starting work . As part of the "Street Use Permit'' a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under 05/27/05 SP-33 (To be printed on Co ntrac to r 's Le tt e rh ea d ) Da te: ____ _ 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 COMP ANY 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 IN SPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. 05/27/05 SP-35 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 compensat ion 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 w ith prior approval of property owner 8. The contractor shall make necessary provision for the support and protection of all uti li ty poles , gas mains , telephone cables, sanitary sewer lines , electric cables , drainage pipes , utility se rv ices , and all other utilities, and the structures both above and below ground during construction. The contractor is lia ble for a ll damages done to such existing facilities as a result of the contractor's operations. 9. Cont ractor shall submit written request to the engineer for approval of all ar ea s to be used for staging, mobilization, equipment and material storage and general project construction m a nage ment. Request shall be submitted to the engineer within five (5) days of not ice to proceed . 10 . Contractor shall be responsible 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. 11 . All barricades, warning signs , light devices, etc., for the guidance and protection of traffic and pedestrians must conform to 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 . Contractor shall have utility companies locate and mark all underground f acili ties before beginn ing 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 maintaining 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 runoff would cause damage to adjacent homeowners . - 6 -CONTRACTS, BONDS AND INSURANCE - CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T .C.A Labor Code Section 406.096 (2000), as amended, Contractor certifies that it provides workers ' compensation insurance coverage for all its employees employed on city of Fort Worth Department of Engineering No. 5147 and City of Fort Worth Project Number P253-608170029633/P258-708170029633/C200- 208400029633 STATE OF TEXAS § COUNTY OF TARRANT § Stab ile & Winn, Inc. CONTRACTOR Title -:. :I""~. ,y, z.ooe> ~-- Date BEFORE ME, the undersigned authority, on this day personally appeared ..:::fE R.K Y ijf!Jn,<::.R..StJ;J known to me be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of Stabile & Winn, Inc. the purpose and consideration therein expressed and in the capacity therein stated . GIVEN UNDER MY HAND AND SEAL OF OFFICE this d_day of Ji+;J . 20otf3 the State of Texas ALVA NELL FEW C ompliance with and Enforcem e nt o f Pre va iling W a ge Laws (a) Duty to pay Prevailing Wage Rates. The co ntract o r s h a ll c ompl y with a ll requirements of Chapter 2258 , Texas Go vernment Cod e (Chapte r 2 258 ), including the pa ym e nt o f not less th a n the ra te s d e te rmin ed b y th e C it y Co uncil o f the C ity of Fo rt Worth to b e th e pre v a ilin g wage ra tes in acco rd a n ce with C hapt er 2 258 . Such pre vailing w age ra tes a r e in c lud e d in th ese co nt rac t docum e nt s. (b) Penalty for Violation . A contra c tor or any s ubcontractor wh o d ocs no t pa y the prevailing wage shall, upon demand made by the City, p ay to th e C it y $60 fo r 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 cos ts , pursuant to Texas Government Code 2258 .023. (c) Complaints of Violations and City Determination of Good Cause . On receipt of information, including a complaint by a worker, concerning an alleged v iolation of 2258 .023, Texas Government Code, by a contractor or subcontracto r, the City shall make an initial determination, before the 31 5 1 day after the date the City receives the information, as to whether good cause exists to believe th a t the violation occurred . The City shall notify in writing the contrac to r or subcontractor and any affected worker of its initial determination . Upon the City's determination that there is good cause to believe the contracto r or s ubcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wa ges paid and wages due under the prevailing wage rates , such amounts being subtracted from s uccessive progress payments pending a final determination of th e v iol ation . (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258 .023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected w o rker do not resolve the issue by agreement before the I 5th day after the date the City mak es its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons . The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. (e) Records to be Maintained. The contractor and each subcontractor shall , for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract ; and (ii) the actual per diem wages paid to each worker. The records shall be open at all (f) reasonabl e hours for in spection by th e C it y. The prov is io n s of th e A udit section of these c o ntra c t documents s h a ll pertain to thi s in s p ecti o n. (g) Pa y Estimates. With each parti a l p ayment estimate or p ayro ll p e ri od, w hichever is le s s , th e co nt rac tor s hall submit a n a ffid av it s tatin g th a t th e con tr acto r h as comp li ed w ith the requirements of C h apter 2258 , Texa s G o vernmen t Cod e . (h) Posting of Wage Rates. The co nt ractor s h a ll po s t the prevailin g wa g e rates in a co n s pi c u o u s place a t the s it e of th e p roject at a ll tim e s. (i) S ub co ntrac to r Compliance. The co ntrac tor s h a ll in c lud e in it s subcon trac ts and/or shall otherwise require a ll of it s subcontractors to comply with paragraphs (a) through (g) a bove. ·.·· City tjf f'6ftWorHi High\V~Y {He?yyt.¢.qn~,fryptti?.n. Pt~v~11iti.«Witni;fWJt~HtqtztH>.:ij · ··,~::..:,.~.-:: , •.... ) ~. ~ . Classifications Air Tool Operator Asphal t Raker Asp halt Shoveler Asphalt Distributor Operator Asphalt Pavinq Machine Opera to r Batching Plant Weigher Broom or Sweeper Operator Bulldozer operator Carpenter (Rough) Concrete Finisher-Pavinq Concrete Finisher -Structures Concrete Paving Curbing Mach , Oper. Concrete Pavinq Finishinq M ac h . Oper. Concrete Paving Joint Sealer Oper. Concrete Pavinq Saw Oper. Concrete Paving Spreader Oper. Concrete Rubber Crane. Clamshell . Backhoe, Derrick. Dragline , Shovel Electrician Flaaaer Form Builder-Structures Form Setter-Paving & Curbs Foundation Drill Operator. Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Laborer-Common Laborer-Utility Mechanic Milling Machine Operator. Fine Grade Mixer Operator Motor Grader Operator (Fine Grade) Motor Grader Operator, Rough Oiler Painter, Structures Pavement Marking Machine Oper. Pipe Layer Roller . Steel Wheel Plant-Mix Pavements Roller, Steel Wheel Oth er Flatwheel or Tamping Roller, Pneumati c, Self-Propelled Scraper Reinforcing Steel Setter (Paving) Reinforcing Steel Setter (Structure) Source is AGC of Te xas (Hwy. Hvy, Utilities Industrial Branch) www.access .gpogov/davisbacon/ 4/20/2006 Hourly Rates Classifications $10 .06 Scraper Operator $11 01 Servicer $8 .80 Slip Form Machine Operator $13 .99 Spread er Box Operator $12.78 Tra ctor ope rat or. C rawler Typ e $14 .15 Tractor ope rator. Pneumatic $9 .88 Traveling Mixer Operator $1322 Truck Driver-Sinqle Axle (Liqht) $12.80 Truck Driver-Single Axle (Heavy) $12.85 Truck Driver-Tandem Axle Semi-Tra iler $13.27 Truck Driver-Lowboy/Float $12 .00 Truck Driver-Transit Mi x Wagon Drill . B oring Machine . Post Hole $13.63 Driller $12 .50 Welder $13.56 Work Zone Barricade Servicer $14 .50 $10.61 $14 . 12 $18 .12 $8.43 $11 .63 $11 .83 $13 .67 $16.30 $12 .62 $9 .18 $10 .65 $1697 $11.83 $11 .58 $15 .20 $14 .50 $13.17 $10 .04 $11.04 $11.28 $10 .92 $11 .07 $14 .86 $16 .29 •"! .,. ' •···.· .. Hrlv Rts $11 .42 $12 .32 $12.33 $10.92 $12 .60 $12 .91 $12 .03 $10.91 $11.47 $11.75 $14 .93 $12.08 $14 .00 $13.57 $10 .09 C ON FLI CT OF INTEREST DIS C LO SU RE REQUIREM E NT Pursu a nt to C h ap ter 1 76 of th e Loca l Gove rnm e nt Co d e, any pe r son o r agent of a perso n who cont r act s or s eeks to co nt rac t for th e sa le o r p urc h a s e of pro perty, goo d s, o r serv ices w i th a loca l govern men ta l en tit y (i.e . T h e C it y of Fort Wort h) mus t di sclose in th e Question n a ir e Fo n n C IQ ("Q u es ti o nn a ire") th e perso n 's affili a ti o n or b usiness re lati o n s hip th a t might ca u se a co nfli c t o f int e r es t with th e loca l governm e nta l e n tity. B y law, th e Q u es ti o nn a ir e mu s t b e fil e d w ith th e Fo rt W o rth C it y Secre ta ry n o la te r th a n seven d ays afte r the d a te th e pe rso n beg in s co ntrac t di scuss io ns or n e go ti a ti o n s w ith th e C it y, or s ubmits an a ppli c ation o r r espons e to a r e qu es t fo r p ro p osa ls o r bids, corres po nd e n c e , o r a nother writing re la t ed to a p o tenti a l a gre eme nt with th e C ity. Updated Q ues ti o nn a ires mu s t b e filed in co nformance with C ha pter 176 . A c op y o f th e Q u es ti o nn a ire Form C IQ is e n c losed with th e submitta l do c ume nts. The fo rm is a lso avail a bl e a t http://W1vw.ethics.state.tx.us/forms/CIQ.pdf. If yo u h ave a ny qu es ti o n s a bout compliance, please c ons ult your own legal counse l. Complian c e is th e indi v idua l r es ponsibility of each p e rs on or agent of a person who is s ubj ec t to th e filin g r equi r ement. An offen se und e r C h a pte r 176 is a Cl ass C mi sd e m eano r. CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity T hi s q u esti on n aire i s be in g fi led in acco r dance w ith c hap te r 176 o f the L oca l Gove rn me nt C ode by a pe rso n do in g bus in es s w ith th e govern m en tal e nti ty. By law th is q u es ti on n a ire m u st be fi led w ith th e reco rd s admin i stra to r o f the loca l gove rn me nt n o t la te r th a n th e 7th b u siness day afte r th e da te th e pe r so n beco m es awa re o f fa c t s th a t req ui re th e s t a t e m e nt t o be filed . See Secti o n 17 6.0 06, Loca l Gove rnm e nt Co d e. A p e rs o n co mmits a n offe nse if th e p e rso n vio la te s S ect ion 17 6.0 06. Loca l Go v e rnm e nt C o d e. An offe n se und e r this se ction is a Cl a s s C mi sd e m ea n o r. l.!.J Name of person doing business with local governmental entity. D Check this box if you are filing an update to a previously filed questionnaire . FORM CIQ OFFICE USE ONLY Da l e Received (Th e law r eq u i res th aJ yo u fi le an upd ated compl eted questionn aire w ith th e appro pri ate fil ing autho rity not l ater th an Sep te m be r 1 o f th e ye ar for whic h an acti v ity d escribed in Section 176.006(a ). L ocal Govern ment Code. is pending and not later th an th e 7th busin ess day aft e r the d ate th e origin ally filed qu estion n aire becomes incomplete or in accurate .) ~ Describe each affiliation or business relationship with an employee or contractor of the local governmental entity who makes recommendations to a local government officer of the local governmental entity with respect to expenditure of money. l!J Describe each affiliation or business relationship with a person who i s a local government officer and who appoints or employs a local government officer of the local governmental entity that is the subject of this questionna i re. Am ended O l 113/2006 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person do i ng business w i th local govern m ental e n tity Page 2 ~ Na me of local gove rnme nt o ffi c er w ith w h om fi le r h a s affi li tation or bu si ness re l ations h ip . (C omp lete t h is se cti o n only if th e a n swer t o A , B , o r C is Y ES .) This s ection. item 5 inc ludi ng su b parts A, 8, C & D. mu s t be completed for eac h o ff ic er w ith w hom the file r h as affiliat ion or busines s relationship . A tt ac h additional pages to this Fo rm CIO as necessary A. Is the local governm e nt office r named in this section receiving or likely to receive ta xable income from !he filer of the questionnaire? D Yes ~o B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer n amed in this sectio n AND th e taxable i_ncome is not from the local governmental entity? D Yes C Is th e filer of th is questionnaire affiliated with a corporation or other business en tity that the loc al government officer serves as an officer or director. o r holds an ownership of 10 percent or more? D Yes D . Describe each affiliation or business re lat ionship. !J Desc rib e an y oth e r a ffiliation o r business re lation s h ip th at might c a use a conflict of interest. /_ ?/signat~rson doing busi ness with th e governmental entity Date Amended O 1113/2006 Bond #PRF08918503 PERFORMANCE BOND THE ST ATE OF TEXAS § KNOW ALL BY THESE PRESENTS : COUNTY OFT ARRANT § Colonial American Casualty That we (I) Stabile & Winn, Inc. as Principal herein, and (2) and Surety Company a corporation organized under the laws of the State of (3)~, and who is authorized to issue surety bonds in the State of Texas , Surety herein, are held and firmly bound unto the City of Fort Worth , a municipal corporation loc ated in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of: Eight Hundred Ninety-two Thousand Four Hundred Thirty-seven and 30/100 ..................................................... . Dollars ($892,437.30) for the payment of which sum we bind ourselves, our heirs , executors, admini strators , successors and assigns, jointly and severally, firmly by these present. WHEREAS , Principal has entered into a certain written contract with the Obligee dated the 11 1h of December, 2007 a copy of which is hereto attached and made a part hereof for all purposes , for the construction of: Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Sargent Street and Upton Avenue (Project No. 00296) NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfull y perform the work in accordance with the plans , specifications, and contract documents and shall fully indemnify a nd hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended , and all liabilities on this bond shall be determined in accordance with the provi s ions 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 hav e executed this instrument. SIGNED AND SEALED this 11th day of December, 2007. ~~~ .. ,.." (Principal) Secretary (SEAL) ATTEST : Secretary PO Box 79380 Saginaw, TX 76179 Vice3'resident - Colonial American Casualty and Surety Company Surety ame-: Tracy Tue (Attorney n-fact) Address: 2005 White S tlement Road Ft Worth, TX 76107 Telephone Number: 817/336-8520 Witness as to Surety NOTE : (1) Correct name of Principal (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 the Attorney-in-Fact. The date of the bond shall not be prior to date of Contract. Bond #PRF08918503 PAYMENT BONO THE ST A TE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § Colonial American Casualty and That we (1) Stabile & Winn, Inc.as Principal herein , and (2) Surety Company a corporation organized and existing under the laws of the State of (3) Maryland , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein , in the amount of Eight Hundred Ninety-two Thousand Four Hundred Thirty-seven and 30/100 ........................... Dollars ($892,437.30) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 11th day of December A.D . , 2007, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length , for the following project: Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Sargent Street and Upton Avenue (Project No. 00296) NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH , that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said 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 executed this instrument. SIGNED AND SEALED this 11th day of December, 2007. ATTE E2Awv·~~ (Principal) Secretary ATTEST: Secretary Witness as to Surety NOTE : 1. Correct name of Principal (Contractor). 2 . Correct name of Surety . 3. State of incorporation of Surety. Stab;!, & w;nn, In,. ,(J_. ~~N~PAL A:L ~~ Na~nderson ~-:'- Title : Vice-President PO Box 79380 Saginaw, TX 76179 r ' . '-.- Address: 2005 White Settlement Road Ft Worth, TX 76107 Telephone Number: 817 /336-8520 Te lephone number of surety must be stated . In addition , an original copy of Power of Attorney shall be attached to Bond by the Attorney-in -Fact. The date of bond shall not be prior to date of Contract. Bond #PRF08918503 MAINTENANCE BOND THE ST ATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS : Colonial American Casualty That Stabile & Winn, lnc.(Contractor), as principal , and and Surety Company , a corporation organized under the laws of the State of MD , (Surety), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas the sum of Eight Hundred Ninety-two Thousand Four Hundred Thirty-seven and 30/100 ........................... Dollars ($892,437.30) lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs , executors, administrators, assigns and successors, jointly and severally . This obligation is conditioned , however; that , WHEREAS , said Contractor has entered into a written Contract with the City of Fort Worth , dated the 11th day of December 2007 copy of which is hereto attached and made a part hereof, the performance of the following described public improvements : Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Sargent Street and Upton Avenue (Project No. 00296) the same being referred to herein and in said contract as the Work and being designated as project P253- 608I 70029633/P258-708170029633/C200-208400029633and said contract, including all of the specifications, conditions , addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and made a part hereof, and , WHEREAS , in said Contract, Contractor binds it self to use such materials and to so construct the work th at it will remain in good repair and condition for and during a period of after the date of Two (2) Years 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 Water Department of the City of Fort Worth, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said work as here in provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain , repair or reconstruct said work in accordance with all the terms and conditions of said Contract, these_presents shall be null and void , and have no force or effect. Otherwise this Bond shall be and remain in full force and effect, and the C it y shall have and recover from the Contractor and Surety damages in the premises prescribed by said Contract. This obligation sha ll be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in .!L_counterparts, each one of which shall be deemed an original, this t t th day of December, A.O . 2007. ATTEST: (SEAL) WITNESS: (SEAL) Stabile & Winn, Inc. Contractor ~ '" By / , __ /J{l..J~~ ~ - Nf{e: ;;af flenderson _ == / Title: Vice-President ::: _ . - Colonial American Casualty and Surety Company Surety Title : Attorney-in-Fact 2005 White Settlement Road Ft Worth, TX 76107 Address Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW A LL M E N BY TH ESE PR ESE NTS: Tha t th e F ID ELITY AN D DE POS IT C OMPA NY OF M A R Y LA ND , a nd th e COL O NI A L AM ERI CAN CASUALTY A ND SUR ETY C OMPA NY , corporati o ns o~th e S '~aryla nd , by F RANK E. M A RTIN JR., V ice Pres id e nt , a nd G RE G O RY E . M. U RRA Y, Ass is ta nt Secreta&i n u ~ )~th o rity grant ed by Articl e V I, Secti o n 2, of the By-Laws of sa id Comp a ni es, whic;ahe se · )~ s~' s · f a nd a re he re by ce rtifi e d to be in full fo rce and effec t o n th e da te he reo f, d o i · , co · ti · · racy TUCKE R, Tobi n TUCKER and W. Lawrence BROWN ,~ o x~ "' · no law ful age nt a nd A tt orn ey-in - Fac t, to make, exec ut e, sea l a nd de lieer ,-f~ Wi~lf · . ac t a nd d eed: any and all bo nds and unde rtaking s, EXC-PT b d~(l8 bl ~e t to s, Community Survivors and Community Guardia ns. a nd th i° o llslic~s · gs in purs ua nce of th ese prese nt s , sha ll be as bin d in g upo n sa id Co mp a ni es , as full y l t((iff purposes, as if th ey had bee n dul y exec ut ed a nd acknow le d ged by th e reg ul arl y e lec te d o ff~(el \ · Cdftl ny a t it s o ffi ce in B a ltim o re , Md ., in th e ir o wn pro per perso ns. Thi s power of a tt o rn ey revo kes th a t iss ued oU,~ · of T racy TUCKER , T o bin T UC KE R , W . Law re nce BRO WN , d a ted May 30, 2003. The sai d Ass istant Secretary does here by certi fy th at th e ex trac t set fo rth on th e reverse sid e hereof is a tru e copy of Article VI , Sec tio n 2, of th e By-Laws of said Comp a ni es, and is now in fo rce . IN WITNESS WH E REOF, th e sa id V ice -Preside nt a nd Ass ista nt Sec re ta ry have he re unt o s ub scribe d th e ir na me s a nd affixed th e Corp orate Seals o f th e sa id FIDE LITY A ND DE POS IT COMPA NY OF M A RY LAND , a nd th e C O LONI AL AM E RI CAN C ASUALTY AN D S UR ETY COMPANY, thi s 11 th d ay of October , A .O . 2004 . ATTES T: S tate of Mar y la nd } ss : City of Ba ltim ore FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUAL TY AND SURETY COMPANY By: G regory E. Mu rra y Assistant Secretary Frank E. Mart in J r. Vice Pres ident O n thi s 11th day o f O c tobe r , A .O. 2004, before th e sub scrib er, a No tary Pu b li c of th e S tate of M ary la nd , dul y co mmi ss io ned a nd qu a lifi ed , ca me F RANK E. M A RTIN JR ., V ice Pres id e nt , a nd G REGOR Y E. MU RRAY, As s ista nt S ec re tary of th e F IDELITY A ND D E PO S IT C OMPA NY OF M A R YLAND, a nd th e C OLO NIA L A ME RICA N CA SUA LTY AN D SU RETY COMPA N Y, to me pe rso na ll y kn ow n to be th e indi vidu a ls a nd office rs descri bed in a nd w ho exec ut ed th e precedin g in strum e nt, a nd th ey eac h ac kn ow le dge d the exec uti o n of th e same, a nd be in g by me d ul y s wo rn , severall y a nd eac h fo r him se lf depose th a nd sa ith , th a t th ey a re the sai d officers of th e Comp a ni es aforesa id , a nd th a t th e seals affixed to th e precedin g in strum e nt is th e Corporate Sea ls of sa id Com pani es, a nd th a t th e said Corp orate Seals a nd th e ir s ig na tu res as s uc h officers we re d ul y affixed a nd s ub sc ribed to th e said in s trum e nt by the a uth o r ity a nd direc ti o n o f th e sa id Corp orati o ns . I N T ES TIM O N Y WHE R EO F, I have he re unto set my ha nd a nd affixed my O ffi c ia l Seal th e d ay a nd year fi rst above w r itte n. D enn is R. Hayd en Notary Public M y Commi ss io n Ex pires : Fe bru ar y I , 2009 POA-F 168-2829 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Secti on 2 . The Chairman of the Board, or the Pre s id e nt, or any Exec utive Vice-President , or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall hav e power, by and with the concurrence of the Secretary or any o ne of the Assistant Secretaries, to appoi nt Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require , or to authorize any person or perso ns to execute on behalf of the Company any bonds, und ertaking , recognizances, stipulations, policies, contracts, agreements, deed s, and rel eases and assignments of judgements, decrees , mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company th ereto ." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2 . The Chairman of the Board , or the President , or any Executive Vice-Presid e nt , or any of the Senior Vice-Presidents or Vice-Presidents speciall y authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assis tant Secretaries, to appoint Resident Vice-Presidents , Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any perso n or persons to exec ute on behalf of the Company a ny bond s, undertaking , recogni zances, s ti pu lations, policies, contracts , agreeme nt s, deed s, and releases and assignments of judgements, decrees, mortgag es and instruments in the nature of mortgages , ... and to affix the seal of the Company th ere to ." CERTIFICATE I , the undersigned , Assistant Secretary of the FIDELITY AND DEPOSIT COMPA~Y OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY , do hereby certify that the foregoi ng Power of Attorney is still in full force a nd effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents s pecially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Art icle VI, Section 2, of the respective By-Laws of the F IDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be sig ned by facsimi le under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly c alled and held on the 10th day of May , 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May , 1994. RESOL YEO: "That the facsimi le or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary , or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney is sued by the Company, shall be valid and binding upon the Company with the sa me force a nd effect as thou g h manually affixed." IN TESTIMONY WHEREOF, I have hereunto s ubscribed my name and affixed the corporate seals of the sai d Companies, this __ ll_t_h ___ day of __ D_e_c_e_m_b_e_r _____ _ 2007 Assistant Secretary Fidelity and Deposit Company of Maryland Home Offi ce: P.O . Box 1227, Balti more, MD 2 1203 -1227 IMPORTANT NOTICE To obtain information or make a complaint: You m ay call the Fidelity and D eposit Company of Maryland, Colonial American Casualty and Surety Company, and/or Zurich American Insurance Company 's toll-free telephone number for information or to make a complaint at: 1-800-654-5155 You may contact the Texas D epartment of Insurance to obtain information on companies, coverages~ rights, or complaints at: 1-800-252-3439 You may write the Tex as Department of 1nsurance : P.O. Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company. If the dispute is not r e solved, you may contact the Texas Department of Insurance. ATTACH TIUS NOTICE TO YOUR POLICY: This notice is for information only and does not b ecome a part or condition of the attached document. S8543:f{TX) (08/0 1) I I PART G -CONTRACT THE ST A TE OF TEXAS § COUNTY OFT ARRANT § THIS CONTRACT, made and entered into the 11th day of December, 2007 and between the City of Fort Worth , a home-rule municipal corporation located in Tarrant County, Texas, acting through its City Manager thereunto duly authorized so to do , Party of the First Part, hereinafter termed "OWNER", and Stabile & Winn, Inc.the City of Saginaw County of TARRANT and State of TEXAS, Party of the Second Part, hereinafter termed "CONTRACTOR". WTTNESSETH : That for and in consideration of the payments and agreements hereinafter mentioned , to be made and performed by the Party of the First Part (Owner), said Party of the Second Part (Contractor) hereb y agrees with the said party of the First Part (Owner) to commence and complete certain improvements described as follows : Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on Portions of Sargent Street and Upton Avenue (Project No. 00296) And all extra work connected therewith , under the terms as stated in the Contract Documents , and at his (their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools , superintendent, labor, bonds, insurance, and other accessories and services necessary to complete the said construction, in accordance with all the requirements of the Contract Documents , which include all maps, plats , blueprints and other drawings and printed or written explanatory matter thereof, and the specifications thereof, as prepared by the Engineers emplo yed by the Owner, each of which has been identified by the endorsement of the Contractor and the Engineers thereon , together with the Contractor 's Written Proposal and the other parts of the Contract Documents hereto attached , including the Fort Worth Water Department General Contractor Documents and General Specifications, all of which are made a part hereof and collectivel y and constitute the entire contract. The Contractor hereby agrees to commence work within ten (10) days after the date written notice to do so shall have been given to him , and to substantially complete same within the time stated in the proposal. The Owner agrees to pay the contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefore , subject to additions and deductions , as provided in the Contract Documents and all approved modifications thereof, and to make payment on account thereof as provided therein. IN WITNESS WHEREOF , the Parties to these presents have executed this Contract in ~counterparts in the year and day first above written. City of Fort Worth, Texas (Owner) Stabile & Winn, Inc. PO Box 79380 Saginaw, TX 76179 Contractor APPROVED: A. Douglas Rademaker, P .E . Director Department of Engineering ' ., ATTEST : m~~ my SmetMy C; ~13 (Seal) c on tr ac r A"t hor iza tioa i°',ltLD1 WITNESSES : Dat e ( - - - 7-PERMITS (NONE REQUIRED) - - - - - - - - 8 -EASEMENTS (NONE REQUIRED) liiiil - - - - 9-REPORTS - - - - - - - GEOTECHNICAL REPORT - - l ;J Information ~ • .To Build On Engineering • Consulting • Testing May 1, 2006 CH2MHILL 12377 Merritt Drive ., 10 1h Floor Dallas, Texas Attn: Mr. Tim Lyons Re: Geotechnical Engineering Services P roposed Water Main R ep lacement Sa rgent Aven ue & U pton Avenu e F ort Worth, Texas PSI Project No.: 337 -65001 Dear Mr. Lyons : Per your request, PSI has performed a subsurface exploration for the proposed water main replacement located at Sargent Avenue and Upton Avenue in Fort Worth, Texas . The purpose of the subsurface exploration is to evaluate the soil formations at the two streets , and address any geologic hazards related to the pavement. This investigation was authorized by Mr. Tim Lyons on April 12 , 2006 by signature of our proposal. This investigation was performed in general accordance with PSI Proposal No. 337-6032 dated April 6, 2006. Seven test borings (Borings B-1 thru B-7) were performed within the vicinity of the proposed water main and were staked out by PSI personnel based on a site plan provided by the client. The sample borings w ere ad vanced to depths of 10 feet using a truck-mounted, rotary head drill rig equipped with continuous flight augers . Drilling and sampling activities were performed in general accordance with referenced ASTM procedures or other accepted methods. Soil formations were sampled using a three-inch O.D. thin -walled seamless steel tube sampler (ASTM D 1587) and a two -inch O .D. split barrel sampler (ASTM D 1586). A hand penetrometer was used as an aid in evaluating the shear strength of the soils encountered during drilling. The subsurface conditions encountered during the subsurface exploration consist two to ten inches of asphalt overlying an upper stratum of dark brown to brown clay . Sandy and clayey fill was observed at an approximate depth of 2 to 4 feet in four of the seven borings. The lower stratum consists of highly calcareous yellowish brown and brown clay . In boring B -4 , this stratum overlies weathered tan limestone. Soil and rock samples obtained during the field exploration were transported to the laboratory where they were reviewed by geotechnical personnel. Representative samples were selected and tested to determine classification properties and particular engineering characteristics on a limited basis. Tests were performed in general accordance with referenced ASTM procedures or with other accepted laboratory methods. The results of these tests are presented on the boring Prop osed Wat er Ma in Rep lacem ent Fort Worth, Tex as PSI Project No. 33 7-65001 P age 1 o/2 Profe ss ional Service Industrie s, Inc .• 4087 Shilling Way• Dallas , TX 75237 • Phone 214/330-9211 • Fax 2 14/333-2853 logs at the corresponding sample depths . Laboratory tests included moisture content determinations (ASTM D 2216), liquid limit and plastic limit determinations (ASTM D 4318), unit dry weight determinations , unconfined compression tests on soil (ASTM D 2166), and free swell tests (ASTM D 4546). Subgrade Soil Preparation The surficial soils at this site are of a highly plastic nature that exhibits strength dependent upon the moisture content. Changes in the moisture content may produce volume changes in these soils. The sub grade performance of the onsite soils can be improved by stabilization with lime. We therefore recommend that at least the upper eight inches of these clays be lime stabilized . Lime stabilization should extend at least one foot outside the perimeter of the pavement. It should be realized that increasing the depth of stabilization significantly improves the life of the pavement. Alternatively, an additional inch of concrete can be added to the pavement section in lieu of lime stabilization of the subgrade beneath a rigid pavement. The results of the field and laboratory investigation, together with our experience with similar types of soils, indicate that the fat clay soils modified with approximately 7 percent ( of dry weight) of the hydrated lime should produce a material having a plasticity index below 15. The actual percentage of lime should, however, be determined in the laboratory (through limes series testing procedures) prior to treatment. If a plasticity index of 15 or less cannot be achieved then a Lime-PH series should be run to determine the required percentage of lime necessary for stabilization of the subgrade. Lime stabilization should be accomplished in accordance with the applicable provision ofltem 260 of the TXDOT Specifications. The lime stabilized subgrade soils should be compacted to at least 95 percent of the maximum dry density as determined by ASTM D 698. The moisture content at the time of compaction should be in the range of optimum to four percent above the optimum value as defined by ASTM D 698. Pavement Recommendations The satisfactory performance of pavement for the proposed project depends upon several factors including (1) the characteristics of the supporting soil ; (2) the magnitude and frequency of wheel load applications; (3) quality of construction materials ; (4) the contractor's placement and workmanship abilities ; (5) the desired period of design life , and (6) provision of drainage . Proper drainage is essential in the design and operation of pavements. Drainage plays an extremely important role in determining the ability of a Portland cement concrete pavement to withstand the effects of weather and traffic. Surface grades should be designed and constructed so that the surface is fast draining, quick drying and puddle free. To prevent puddling, surface grades should have a minimum one percent slope. In order to aid in providing drainage behind seeded or grassed are as, weep holes should be placed through the curbs to prevent accumulation Prop osed Wa ter M ain R eplace ment Fo rt Worth, Tex as PSI Proj ect No . 33 7-65001 Page 2 o/2 of water behind the curb . The design thickness of a pavement will depend on the several factors including the subgrade support value, anticipated traffic and local minimum pavement thickness standards . The street in question is residential and does not serve as a collector for other nearby streets. Anticipated traffic in this case will include cars, light trucks, waste disposal trucks (two per week) and occasional delivery and emergency vehicles. Based on our analysis and understanding of local thickness requirements, we recommend a minimum concrete thickness of six inches over 8 inches of lime-treated subgrade. Proper finishing of concrete pavements requires the use of appropriate construction joints to reduce the potential for cracking. Construction joints should be designed in accordance with current Portland Cement Association guidelines. Joints should be sealed to reduce the potential for water infiltration into pavement joints and subsequent infiltration into the supporting soils. The design of steel reinforcement should be in accordance with accepted codes. The concrete should have a minimum compressive strength of 3,500 psi at 28 days . The concrete should also be designed with 5 ± 1 percent entrained air to improve workability and durability . All pavement materials and construction procedures should conform to TX DOT or appropriate city, county requirements. Pavement Drainage Surface water infiltration to the pavement subgrade layers may soften the subgrade soils. Surface infiltration can be minimized by considering several factors in the pavement design. Some of the factors that need to be emphasized in order to maintain proper drainage include: • At least one (1) to two (2) percent slopes can be provided • Joints should be properly sealed • Proper pavement maintenance programs such as sealing surface cracks, and immediate repair of distressed pavement areas should be adopted • During the construction phase of this project, site topography should be kept in such a way that the water drains freely off the site. And also , any excavations should not be kept open for a long period of time • Installation of a trench drain along the edge of the roadway filled with compacted select fill to allow water to drain away from the road sub base Prop osed Water Main R eplacem ent Fort Worth, Tex as PSI Proj ect No. 33 7-65001 P age 3 of3 Lateral Earth Pressure Below-grade excavations may need to be braced in the interest of safety. Bracings will be required to resist lateral earth pressures. The actual earth pressure on the bracings will vary according to material types . The equivalent fluid unit weights tabulated below provide recommended lateral earth pressures for design of this bracing. This table assumes that positive foundation drainage is provided to prevent buildup of hydrostatic pressure. ;ASSUMED . . 1 .. '. ·: VALUE . ·(DEG~ES)' In-situ soils are classified high 15 ° 90 45 75 37 lastici cla ASTM C33 Fine Aggregate (sub-35 ° 55 28 35 18 an lar concrete sand). ASTM C33 Coarse Aggregate size 67consisting of crushed angular 380 50 25 30 15 limestone. * In addition to hydro static pre ss ure of 62.4 pcf The above values do not include either factors of safety or the influence of foundation or surface load in or adjacent to the trench excavations . Below grade bracing should also be designed to resist adjoining surcharge loads from foundations and/or equipment located in the vicinity of the bracing. Excavations Typically, soils penetrated by augers can be removed with conventional earthmoving equipment. However, excavation equipment varies , and field refusal conditions may vary. Generally, the weathering process is erratic and variations in the partially weathered rock or rock profile can occur in small lateral distances. Therefore , it is possible that some partially weathered rock and/or rock pinnacles or ledges requiring difficult excavation techniques may be encountered in site areas between our boring locations . In Federal Register, Volume 54 , No. 209 (October 1989), the United States Department of Labor, Occupational Safety and Health Administration (OSHA) amended its "Construction Standards for Excavations, 29 CFR, part 1926 , Subpart P". This document was issued to better insure the safety of workmen entering trenches or ex cavations . It is mandated by this federal regulation that excavations, whether they be utility trenches , basement excav ation or footing excavations, be P rop osed Wat er Main Replacem ent Fort Wo rth , Tex as PSI Proj ect No. 337-65001 Page4of4 constructed in accordance with the new OSHA guidelines. It is our understanding that these regulations are being strictly enforced and if they are not closely followed the owner and the 1 contractor could be liable for substantial penalties. The contractor is solely responsible for designing and constructing stable, temporary excavations and should shore, slope, or bench the sides of the excavations as required to maintain stability of both the excavation sides and bottom. The contractor's "responsible person", as defined in 29 CFR Part 1926 , should evaluate the soil exposed in the excavations as part of the contractor's safety procedures. In no case should slope height, slope inclination, or excavation depth , including utility trench excavation depth, exceed those specified in local, state, and federal safety regulations. We are providing this information solely as a service to our client. PSI does not assume responsibility for construction site safety or the contractor's or other party's compliance with local, state, and federal safety or other regulations. Closure The geotechnical engineer warrants that the findings, recommendations , specifications, or professional advice contained herein have been made in accordance with generally accepted professional geotechnical engineering practices in the local area. No other warranties are implied or expressed. This report has been prepared for the exclusive use of CH2MHILL for the specific application to the proposed Water Main Replacement in Fort Worth. We trust this information is sufficient for you immediate needs. If you have any questions or if we may be of further service, please contact our office at 214-3 3 0-9211. Very truly yours , PROFESSIONAL SERVICE INDUSTRIES , INC. AM/CB /11 ~~ Monica Kelley , P.E.~ Principal Consultant Prop osed Wat er Main R eplace ment Fort Worth, Tex as PSI Proj ect No . 3 7~9# .. tei , · l -~0e ·,::,~[)' ,, "',t Ll! J • ' !', . " ' ' p g'tP .J ~ .-. •• '<.::7'0>··"-' ,0l¥'·' .-,·.:-:::,:o,-~~i ,~ -u,:,7 " ~I ., ,,, .'ii ~,, , , '" ,.1 C , •• ,( ,, ' .....,, \ -· ,;;.J ..... .... I,,~ .... Approximate feet l •J Infomwtion Boring Location Plan Water Main Replacement • .ToBuildOn Sargent Avenue & Upton Avenue Engineering • Consulting • Testing 337-65001 Fort Worth, Texas 40 87 Shill ing Way -Dallas , Texas 75237 (21 4) 330 -9211 -FAX (214) 333-2853 BORING 8-1 City of Fort Worth Water Dept Fort Worth, Texas Project No . 337-65001 LOCATION : See Boring Location Plan i-: 6 t u.. :i al;: I-~ ~ c.. >-1: w en I~ 0 t=~ e--~ .---~ --- >-5 --,__ __ ,__ __ ,__ __ ,__ __ ~10 - ,__ __ --- ~1 s - -I--- 1---- -20- I--- ~1---- 1,/).,_ __ f- 01---- (!) 0 ZI--- (!) s:--- ~-25- <C i--- () z-"- ~1--- 0.. 0- (/) c.,t--- 0 _,_ ~1--- (/) w- t-a t--- ~ 1-311 - ~ I • a::: w I-~ SOIL DESCRIPT ION Elevation : 10" Aspha lt CLAY, dark brown , very stiff (CH ) CLAY, yellowish brown and brown , very stiff to hard , h ighly calcareous (CL ) COMPLETION DEPTH : 10.0 Fe et DATE : 4/19 /0 6-4 /19/06 l •J Information • .ToBuildOn -·-·- 0 0 N Wt-'II, C:::z (!) ::::>w z 1-t-enz U) oo en <( ~<.) c.. ~ 0 23 .6 21 .0 19 .0 18.4 18.6 I-O HAND PEN eUNC CMP I-~ >- c6 ~en ~ I-2.0 2 cw <.) 0 :J :J -x ' w 0 5:2w ~a..=> a::: Q <.) t-o I-<.) ...J a::: i'.= enz PL g,1-~ ~ t?-::::> en 0 0 :5 :s-• :J c.. 20 c.. .. ~ .. ~. T=38 DEPTH TO GROUND WATER SEEPAGE (ft .): NOT ENCOUNTERED 4 .0 6 .0 I I WC LL X • 40 60 END OF DRILLING (ft.): NOT ENCOUNTERED DELAYED WATER LEVEL (ft.): NOT ENCOUNTERED c.: ~ 0 o~ .u.. u..en zt-0 ~ <.) z ::::> ~E >-_ e~ z:::: ::::> •·. City of Fort Worth Water Dept Fort Worth, Texas No. 337-65001 BORING B-2 Project LOCATION : See Boring Location Plan .,_; ...J ~ u. 0:: 0 ::c al If w I-SOIL DESCRIPTION I-~ ~ a. >-w Cl) 0 Elevation : ~ 10" Asphalt CLAY, dark brown , stiff to very stiff (CH) ~==~ ---~ - >-5----~ ~ ---CLAY, yellowish brown and brown , hard , highly calcareous (CL) ._ I-._ ._ ~x r-10 t---- 1--- f--- 1--- ._ ---._ --- ~15-----~------._ ---._ --- r-20----._ ---._ ----. .,_ __ 0 z ~ <!) "' <( (.l z u.. -, 0.. <!) Cl) <!) 0 ...J Cl) >-Cl) lJ.J f- 0 lJ.J <!) - t--- r-25- 1--- ._ 1---- 1---- 1--- ._ --- r-30- COMPLETION DEPTH : 10 .0 Feet DATE : 4/19/06-4/19/06 l •I Informatio n • .1b B u i uf O n -·-·- 0 0 N W1-'II, O::z 0 ::>w z 1-1-ci5 Cl)z oo Cl) <( ~(..) a. :,R 0 17 .6 16.6 23.9 13.6 19.5 I-c.: O HAND PEN eUNCCMP I-~ >-~ o6 ~ Cl) ~ I-2 .0 4.0 6 .0 0 ::i zC.W (..) 0 ::i -x ' 0~ w 0 ~w I I . u. ~a..::, 0 (..) 1-o U.C/) 0:: 0:: .:: I-(..) ...J 5 C/)z PL WC LL ZI-e,1-~ :,R :,R Cl) 0~ 0 0 0 :s-+ ~ • ::i :s a. 20 40 60 (..) a. z · ::, .... -.. -.. ....... .... . .... . ·~ .. : .. : ... ,, .... , . • .. .. .. • .. ' .. I .. -..... ~ . . . . . . ' . .... , ... ... .., . ... . _ .. , .. ,. '1 · ~-'\ I ... :'\ i ,: .-.... ~ . ......... ~-\ :\ .. , .. ········ ... . ... , .... I ., ... .. ........ .. ·'···· .....• ... N=33 ··-·· .. ···-·· ··-··· .. ... ... ...... .. ...... . ..... ... .. · .. ·. . .. ..... . ~ . , .. ······ ········ .. .. .. ... ... . -.. -.. .. ....... . ........ . . . . . . . . .... , ... .. ... ,. .... , ... ..... ····· ............•. ·········· .... . .... ......... ........ ,. ··'··· . -.... , ... ,, .. ......... .. ... , .. : ...... . .... ,., .. DEPTH TO GROUND WATER SEEPAGE (ft .): NOT ENCOUNTERED END OF DRILLING (ft .): NOT ENCOUNTERED DELAYED WATER LEVEL (ft .): NOT ENCOUNTERED ~E >-;_ e~ z::: ::, BORING B-3 City of Fort Worth Water Dept Fort Worth , Texas Project No. 337-65001 LOCATION : See Bo ri ng Location Plan f--.'. _J lu u.. O IU 0::: I ~ ~ w I-I-~ c.. >-I~ w en ICI 0 SOIL DESCRIPTION Wf-O:::z ::>w 1-1-cnz oo :EU Elevation : t\2" Asohalt 1 ---~IX ~~ CLAY, brown w ith trace yellowish brown , 17 .0 f---stiff to ha rd , with calcareous nodu les (CH ) ~ f--- 13.6 f---CLAY, yellowish brown and b rown , very ~ -5 -stiff to hard , highly calca reous (CL) 42 _9 f--- --- >--- f--- f---- -10 f---- - --- --- --- -15- --- - - -- >-20 - f--- bf---- (!) 0 z f----~--- ~~25 -<C __ _ u z f---- 1.L -,--- 0.. (!) f---- "' (!)--- g f---- ~ ~--~-f-o~-- ~-~o - 1X ~ COMPLETION DEPTH : 10 .0 Feet DATE : 4/19/06-4/19/06 l •Jlnfomuition • .1i.>Bu ild0n -·-·-- 17 .0 15.8 0 0 ~ (.9 z ci5 Cf) <( a. ~ 0 I-I-~ >- oil ~ (/) ~ I- z:t:.w u 0 :J :J -x w a ~w ~ c.. ::> u 0::: 0::: 0 j:: 1-o 1-u_J 5 cnz c.. I-:;; ~ ~ Cf) 0 :5-0 a ::i Cf) :J c.. c.. N=9 52 17 35 N=23 O HAND PEN eUNC CMP 2.0 ' PL + 20 .,., ¥ .. I : .: .. !. : I :.L 4.0 I WC X 40 '. /,cL V .. I .•. ~ ..•..•..... i . , i . .J ·r 6.0 I LL + 60 ... ,. ............... DEPTH TO GROUND WATER SEEPAGE (ft .): NOT ENCOUNTERED END OF DRILLING (ft .): NOT ENCOUNTERED DELAYED WATER LEVEL (ft.): NOT ENCOUNTERED 0.: :E 0 u ~ .u.. ~~ 0 u z ::> ~E >-:_ e~ z ::: ::> BORING B-4 City of Fort Worth Water Dept Fort Worth, T.exas Project No. 337-65001 LOCATION : See Boring Location Plan ' ~ ---) 1---~~ =~ =I ;Ix ---'-- ---~ ---~~ -10 - - - --- --- -15- - - - 1-20- 1--- ~= i:ot--- b.___ (!) . t--- 0 z- (!) ~l--- ~-25- c:i:: t---u z.___ u.. ...,---a. (!).___ u; (!)~-- 0 _,.___ ~---~-l-o ~ -- ~-30- SOIL DESCRIPTION Elevation : t\4" Asohalt FILL: CLAY, dark brown , very stiff (CL) CLAY , yellowish brown and brown, hard , with limestone fragments, highly calcareous (CL) LIMESTONE , tan , moderately hard , weathered COMPLETION DEPTH : 10 .0 Feet DATE : 4/19/06-4/19/06 L •J lriformation • .1b BuildOn -·-·- 0 0 ~ Wt-O::z C) ::>w 1-t-z 1i5 cnz oo Cl) <( ~o a.. ~ 0 13.8 11 .7 10.6 10.8 15 .3 I-I-0 HAND PEN e UNC CMP ~ >- o6 ~en ~ I- ~1-w 0 0 :::i :::i -x ~w z~:::, w a 0 ;:-a.. ...J 0::: a:: 0 ~ t-o 5 cnz a.. 0 <( ~ ~ Cl) (/) I-> 0 0 a ::5- :::i ::5 a.. a.. N=16 N=50/6 =48+50/3} 2 .0 :¥ I :·,: PL • 20 4 .0 WC ;),( 40 . I ..... . . ¥ ........... <p : ': . . . I ' I ' i . ..: ..... · ........ . ........ ,,_,. l : . {; .i t \ .:.\:. :k DEPTH TO GROUND WATER SEEPAGE (ft .): NOT ENCOUNTERED 6.0 I LL • 60 END OF DRILLING (ft .): NOT ENCOUNTERED DELAYED WATER LEVEL (ft .): NOT ENCOUNTERED a; ~ 0 o~ .u. ~~ 0 (.) z :::, g~ >--~~ 1-a z::: :::, BORING 8-5 City of Fort Worth Water Dept Fort Worth, Texas Project No. 337-65001 LOCATION : See Boring Location Plan i-: ....I IE:: a:: LL. 0 :i co Iii I-~ c.. >-w Cl) 0 SOIL DESCRIPTION 0 I-0 I-O HAND PEN euNC CMP ~ ~ >-Wt-o6 ~ Cl) ~ I-2.0 4 .0 6.0 O::z C) :z!:::.w (.) 0 ::::i ::::i -x ::>w z w a ~w 1-t-~ c.. ::> 0:: Q (.) t-o Cl)z 1i5 I-(.) ....I 0:: i= Cl) z PL WC LL oo Cl) g,1-~ ~ ~ ::> Cl) < 0 0 a ~-+ ~ + ~(.) c.. ::::i ~ c.. 20 40 60 c.. ~ 0 Elevation : >---!11!!111 ~ D 0~IX ;;,<- ---~,x r.4" Asohalt FILL: CLAY, brown , firm to stiff, with gravel ~w 3 .6 'f " ·•·. . . . . .............. . I r ·· ...... . :\ N=15 6 .7 N=6 ---\: B,_ ~ 1------------------1--4--+----4---1--f-----+--f----4 : .. : .. \ .....•.........•.....•. , .. ---t-5---- f---.a.... >----- t-10 ------------ >------- t-1 5------------ >--------,_ __ -20- 1--- ,______ ---~ ,______ "' 1--- f-,______ 0 (!) ·---0 z -~ 1--- (!) -25-0) < 1--- (.) z ,______ u. -,--- 0.. (!) ,______ (/) e>--- 0 _, t----- ~ --- ~ t----- f-o --- ~ t-30- ~ I I CLAY, dark brown , very stiff, with calcareous nodules (CH) CLAY, ye ll owish brown and brown , very stiff to hard , highly calcareous (CL) COMPLETION DEPTH : 10 .0 Feet DATE : 4/19/06-4/19/06 l aJ lriformation • .ToBuildOn -·--·- 21.4 17 .5 12 .9 \ 53 18 35 ~_:_:.~:.;;~: \-: ..:...: -+--'-..:...··~;..· .i...:...-...:....:...-1 ····\ 4.· .. ~: . . I ( --·; ... /.: ........ . f. )( >E'. ' '. DEPTH TO GROUND WATER SEEPAGE (ft.): NOT ENCOUNTERED END OF DRILLING (ft .): NOT ENCOUNTERED DELAYED WATER LEVEL (ft .): NOT ENCOUNTERED a.: ~ 0 0~ .LL LL. Cl) zt:. 0 (.) z ::> ~E ~-~~ 1-a z::: ::> BORING B-6 City of Fort Worth Water Dept Fort Worth, Texas Project No. 337-65001 LOCATION : See Boring Location Plan SOIL DESCRIPTION Elevation : r\2" Asohalt FILL: SANDY CLAY, brown, firm , w ith limestone fragments and gravel (CL) CLAY, brown with trace yellowish brown , very stiff, w ith calcareous nodules (CL) I 0 0 fil: UJ1-c6 ~ Cl) O::z ('.) zt:..UJ =>UJ 1-1-~ ~a..=> cnz Cl) I-(.) .....I oo Cl) es I-:; <{ ~(.) a.. ~ 0 22 .5 N=5 17.3 15 .7 I-I-~ >-~ I- (.) C) :J :J -x UJ a ~UJ 0:: C) (.) 1-Q 0:: 5 ;:: cnz ~ ~ Cl) 0 0 a ::5- :J ::5 a.. a.. ci O HANDPEN eUNCCMP ~ 2.0 4 .0 6 .0 0 ' I I o~ .u. u. Cl) PL WC LL zt:.. + ~ + 0 20 40 60 (.) z ::::> ~:. . ... ~ . ......... ~: .. .... , ...... ,., .. . I I'\' . ~------------1----1---1------<-+---+---+---<~ ; I .L . ' .... . \ 1--- I- I- 1--- 1--- ~1 5- 1--- 1--- I- t--- t-20- 1---§= Y1 1---- l:i - C, ·t---- 0 z - ~1--- ~-25- <(~--u Zt--- L1. -,--- 0.. o~ en c,---g ,___ ~--- ~I- f- 0 __ _ l'5 f--30- CLAY, yellowish brown and brown , very stiff to hard , highly calcareous (CL) COMPLETION DEPTH : 10.0 Feet DATE : 4/19/06-4/19/06 l •1 lriformation • .1i.>Bu il.t10n -·-·- 20 .5 16 .6 K ©· \ : / . ' . :/ ... \ . . : .. x .; : .. : .. 0 ·:· . :. >i>i• 8 .47 DEPTH TO GROUND WATER SEEPAGE (ft .): NOT ENCOUNTERED END OF DRILLING (ft .): NOT ENCOUNTERED DELAYED WATER LEVEL (ft .): NOT ENCOUNTERED gE >--e~ z:::: ::::> 119.0 BORING B-7 City of Fort Worth Water Dept Fort Worth, Texas Project No. 337-65001 LOCATION: See Boring Location Plan ...,: ...J [ 0::: IL 0 :i: m 11'. ~ I-:!? ~ ~ a.. >-w (/) 0 ---m x ---~- ---~ ---I --- -5 ._ ~ ._ I ._ ._ ~ >-10 ---- f--- - ---- --- - --- -15- --- - --- - --- - f---- f--- -20- f---- f--- ~ -~ >--- f-._ Cl (!) .,__ __ 0 z ._ ~ ---(!) >-25-co <( ---u z -u. -,--- 0.. (!)- en c.'J--- 0 _,_ Cf) --- f- ~- f-o--- ~ -30- SOIL DESCRIPTION Elevation: 6" Asohalt FILL: SANDY CLAY, brown, firm, with limestone fragments and gravel (CL) CLAY, brown with trace yellowish brown, very stiff to hard , with calcareous nodules (CL) CLAY, yellowish brown and brown .hard, highly calcareous (CH) COMPLETION DEPTH: 10.0 Feet DATE : 4/19/06-4/19/06 l •J lnformation • .ToBuildOn -·-·- 0 0 Wt-N 'Ila O:::z 0 =>w z 1-t-in (J)z 60 (/) ~ :!? (.) a.. ~ 0 5 .7 17 .1 15.9 22.4 I-I-~ >-ell ~ (/) ~ I- 2 cw (.) 0 :J :J -x w a ~w ~a..=> (.) 0::: 0::: Q i== t-o I-(.) ...J (/)z e, I-::; ~ ~ => (/) :5-0 a ::i :J a.. a.. N=B 62 22 40 a.: . :!? ~ O HAND PEN eUNC CMP 2.0 4 .0 6.0 8~>-E l----'-----'---L------1~ ~ 0:::;; PL WC LL z1-0!::: o'-' 1-a + X + o z::: 20 40 60 S ::, ?L ..... \ \ ,: . . . . . . . ' ' ... ....... \~ . :I :'-: .... ;•···:·\······ ..... , .. : I :_ . : I .. ~: r . : .I i <p ......... . I _:_. *. \ 1 . i . . ... . I 1.-..... . ~--.-: ., .... DEPTH TO GROUND WATER SEEPAGE (ft.): NOT ENCOUNTERED END OF DRILLING (ft.): NOT ENCOUNTERED DELAYED WATER LEVEL (ft.): NOT ENCOUNTERED - 10 -ADDENDA (NONE) - ST AND ARD FIGURES AND DETAILS / / ",-----_.4/ .;7.-J O,;" / ,._., ~ < _,,,.. if C 1' -d,:,.. I I I I \ \ \ \ I \ I \ '-.,,. I " -+-/ " / ' / ......__ .~ . . J Minimum 2 rows preformed btrwnasfic joint seahnt ( Ram-Nek or a,oprored c'<7ual}. ,J-f~ /,YA-,e C&>--rrrd~· o..- . 5'.7.~ C·ff76' ~P,r ,:,_,,,;,,;,rc1d .-,i.~~ Z<:'rro~ .:,..,-·C9""'• .A=7c r':--E -2 . -/ ¥-----,. C,,-0¥/'r<~ Co)./cr, <.:~u.r(' C-o Af'c.,,l;-",n f'1y .,r r....,. .,.,:,---o.r ,f-.r ' A/a.A' i"VA-"",.-,/,,f conce aled p/cl s/o/s or p/ck D::Jr s . Rei: E 2-14 _.Pr< CJ~/) .~-.-:-. t .-=-; J'T'-:-"~-:-;-:..,...,..---......,-'.f ~ ... -.. FIGURE Mi S7AN'.04RP A1'4.A///a/ r * Y.,,-/LI" Nl'r°.A /~/~r ef" ,Pr;.~ *.Prond'rd by ·r'A~ ">V,fi!r/¢r: ,;ne1',.s,;,,,.,!·,J,;,,.y · . . . . • ' . .. 1".. . •. f:: .... : i;.·. ·.•·· --. -·. ..• ~ ~~-~,. · e~r;.,,;,e/(!e',,'r".: .?. ·~"i't .:tli~ip.,,,..,r~cr jjy ,.,.,,< ,f'v,1!d,~;a ;f:'o~k4' ,o,,,,r)-ue&o;; En$'~:,,iizr: · · ,,..----,;1/.;,,,.Aof.t: /r,;,,n~ ,;,,,,d <1' ·dr~. COY¢r, 1Z,;v-1t' to Af,/:"rn/~_Y /ron H"'or..fs- A/i,.,4 ?~,.IH, ,-,.j/,,f _,17,/,1-,;~r'f er . p,e~ Ao/iz$', R~r: c i? ·/'1 To,P #; ecncr~rg c-on~ 5¢1:"l'ion /5-6«/o.-A;,,s...s ,,.;,.,, ei'.t: y.:;,t'r"cv7. ~/6URE 104 · $ TAA/L:J4R.O ;111/.IAI/./OL~ 1-1-75 E 1-14 Mitter i a I E2-14 Construction J . ! -I -, t 'I ·-n M!I NH OLE F RAM E ANO 2 4"0 I A. CO VER, EQUA L T O Mc K I U L E Y I R ON \./O R KS NO .A 2 4AM: (REF . E2 -l 4). I I \ / I \ / / I ,.,.,,,....--T --. I ' . ""' ' TOP OF CONCRETE CONE SECTION 15 11 BELOW FINISH RIM ELEVATION:~' (R~F. FIGS. 103 & 104). GROUT 8" ' ' . ._ ' ,, -·-, - I 16 b \ \ I I NOTE: I. P.RECAST 4 'DIA. CONE W 1TH STANDARD 300#.MANHOLE COVER AND RING IN LIEU OF 24 11 x40" SHALLOI,/ MANHOLE(REF. FIG 106). 2. MAtMOLE TO BE USED WHERE SE\.IER LINES ARE LESS ~ THAN 6 1 DEEP. SHALLOW MANHOLE PR E CA S .T CONE Where M.H. 1 s are In s tr eet install t wo o r more courses of hrick or conc r ete g r ade ri ngs Where M.H .'s are bu ilt in s creecs t o b e paved, M . H. r i m t o b e s et co proposed pa v in g grade I ,e , o r conc r ete s l ab. Use sta n dard / ,-we en casting and top of-Dr i ck\ McKinley, No . A24 A M . o Equal M.H. F ~:i ~r--~--:ii,;"""'~1111~~r.;:::,:::==:;-;==::::;--===!-t:r.::::::::~-::::-;-:-:-:-~-:--==~-2~d (ev er Use Cast Iron Pipe t o First Joint Behind - Limit of Excavation Cone. Limit of Excava ti 6n ~ - l~ -/.!!..I = 11!.' - ~ ..=. JJ a. ¢) 0 ¢) ..!J Ill I- IO ::> ... (I.) .u ¢) s IO 0 ¢) -L) IO L. 11) > - 0 I I \t I iir1 Thrust Block to Extend 6 11 In All Directions from Outside Diameter of Pipe ,,,J,,, • •, • ... • .. • _....---lnstal I M.H .. Same as in St · H.H. Push•on Plug --~;..c.:+-----In st a lJ Nuts c::=l - G) 4 1 -0 11 Required 157ov i de Stub Extension At ~Q?J of P.E. in M.H. c::::J Slope I 11/ 1 1- Aw~y from M. H. Wa I l on M. J. Fitting COR-TEl Bolts ~--Concrete -Se · Standard 4' Dia. M. H .. Deta i I Figur~ 103 1----~...,.... ___ _;Ve~tical to 3/4 Use 4000# TYPICAL SECTION Point of Pipe G) 4 1 d i a • for sew e pipe up to 21 11 dia. 5 1 dia. fo sewer pipe 21 11 .. 39 11 cii a. STANDARD FOUR FOOT DROP ACCESS MANHOLE FIGURE . 107 OTE: /.... S t a:icia:-d P i pe Fitlins: shall be used co form 1 nve>r c s o t junc t ion r.iar ,ho l es 1-1~e :i p '.J, s i b l e, w i th i n st a I I at ion as t o I I o.,.,"' : I . Pi pe fi tt i ng. 2 . Pour ma n ho l e l l oor to spr in 9 I i n e ot itt 1n9. 3. Break o u t c op 0 1 iic:ir.g t o spring I rne. I.;. Pour r ema i nde r s,f r.,an h o le inverl c.o pro v ide V l:'r t :cal invert ,-,a l I up to 3/I.; iJO int ol t h e l 2r~er o ipe i nvc:lved, as cie,ailed. 5 . :, ~ e e l c r owe l i i n i oh i n v er l o I man ho l e . B. When sp e c i a l s irua t ions p r oh i b i t use 01 s.:andard p r pe fitti n gs 2:, a b ::iv e :iu ,_ I i 'lt'G , th e in v ert shal I be forr:ied of co n cre-ce ana steel tro1-1el I inished to pr :y,,i~e ~i :·.i l a functiona l cha r ac t e r ist ics t o ch ose at r o rded by c h e above i n sta lla,ion. In v ert:: th u s f o r med s ha ll b e a cc::ir:ip lish e d ta .:he En9inee r 's s ati sfac ti o 11 . \ \ ., ........ ._ A --- -- . Typ ic'a }: pj ~n >. A of M.H. Bottom ·In JG nct ion Manh ::>les .. I 0 ...... . ... ' ... ' ·. Cl .•• :, ( .. . · d . :0 ·• •. : · ...... J )· ,~ ;, A . .. • • .-,, , ; J .. ; .. A> .. -~ • p i . . b,. . ~ .. . . : . " ...... . • : 0 . .. · .: ll, .. . ~ • I • ...... :;,. , :. ·• l • . • .. .. .. .. .. , •• . ' . . \ • I,.·, ... ,,. -. ... .. , .•• ~:· •• ,. .. -; 6 .. ·: ... ·. , •.... , •. 'illt' ' ••••• ~ co 'J -.:>, • .. ·: . • ·: ~ ... ·' .•· \ • • . • • •. l • .. ~ ; '!"'. .... -!, ... " .... ~. -.. '. -..,_;;_... __ __,..._ _ __. Section A-A JUNCTION MANHOLE BOTTnM //t;,.\\\\v I \\ ,11/, f I 1-l-7~ .... -. ·. TYPICAL SECTION -:,o i me n s io n 11 )(' Sewe r P ipe -· 12 11 Crushed Lr mestone to Extend from 61•1 Bel ow Pipe :to Spring) ine (Excavate for Bells) Granular Embedrnent and Crushed Limestone Bedding Included in Price Bid Per Foot of Sewer Pipe STANDARD · EMBEDMENT· FIGURE 109 El-2 Material Q) QJ a. '- 0 a. cc I... QJ Q) QJ -QJ _0 ...0 E r.i /0 r;; '- '-C) <tl /0 > > NOTE: '- Q) ~ V = <tl 0 1. 2. ·- Va r i ab l e· 0 i o ..i e t e .-8 o r e T o B e L a r g e E no u g h T o F e r m i r Des i gn T ype Pipe To Be Pu! led Or J ackE-d Through . TYPI CA L BORED SECTION Longitudinal View TYPICAL BORE WITH .Pl PE INSTALLED longitudinal .View of similar nature requirin.g- bored ins-: a J I at i on of sewer. 7 Carrier Pipe TYPICAL END VIE\.J Perimeter of Bore Pressure Grout' Around Pipe. Grout shal 1 be proport i oned as I Cu. Ft. of cement , 3. 5 Cu. Ft. of c I ea n fine sand with sufficient water added to provide a free flowing thick slurry Compression type joints to be used if possible. If compression type joint is not available, MJ type ,sf;iall be used and Joints bolted before BORED CROSSING DETAILS pulling pipe into place I In Existing surface Backfill as specified I . . . •. . . . . t CD t (D 611 min. dimension. 6 11 max. for pay purp·oses when bid per cubic yard. 0 -6 11 min. dimension~ Max. for pay purposes snal l be 611 o.-, mains 2'1" and smaller, 911 on mains 30" and larger, when bid per cubic yard. 411 min. dimension. Li•• max. for pay purposes when bid per cubic yard. @ Class 11 E11 1500# concrete. CONCRETE ~ ' .. I I I ' QJ QJ r- QJ ..D ro \.... ro > <1) C _J QJ L.. ..D QJ ro 3. ·- <1) 1- V> '1J > C QJ ro N V> ·- l/) ro _J . \..... l 0 C IO ::c ·1 \..... ~, ·' <1) V") . C ro V") 'I - I~ NOT E : ...) . J ~ <1J ··-~,Vl ::i: . QJ Io. <:J-l ·-. ~ Ro d w v -,,,=--. E," 1= p :: '-1..:r I ! : I /, ,.... .,,.... r--I 1. I I ;1 l I \. / \ // \ / \ / . \ ,,;r \ - ~aterti ght \Plug I f C. I. Min. Grade 1% T YP ICAL SECTION Note: Emb e~ment and backfil I as required for adj a cent sewer ma i n shall be included in the p r ice bid per sewer service complete in place. Standard Gutter Line Tees Wi 11 Be Used On Al 1 Ser v ice Li nes Co nstructed At Same Time As Pu b lic Sewe r. SERVICE LINE Q Sewer service line lo~ation to be marked wi 't,h red . vinyl tape et least J" wide and 10 mil thick attached to the end of the service and extending through the back- fill at the point of house service connection behind the proposed curb. DETAILS STREET 8-IJ. RE3M~.S TYP. LJS£ 3000; CLASS ). CONCRETE. 0 OSE 2 c.. >- I-. 0 N . I '_!..AA. Sri.I.LL D:TD,0 3' &EIOJr J Ti c;J( OF L ()J.1£ S, GR..-J. DE .R .i HG (RE~ P.:E O. ) .J.. 0 . I "'~-I -· TYP. ... FTGURE 12-1 CONC :RETE f1ANHO .LE ·. COLL ·AR .DETAIL E !-~. 2 ! HA TEFU..lL C-; -~t, -:> .. ,...,... ... --------- )I .. . . . ·. -~ --.; -. . .. -. I. 0 . A-A . SECTION . A NOTE: DROP THROUGH WILL BE POURED MONOLITHICA LL Y WITH CAS T IN ·· PLA( BENCH,OR DOWELED AND GROUTED . TO PRECAS T BENCH. · _ <::?-: , ,. . ·-B;.B SECTION ·t.· · . 4-•3 DOWELS B SPACED EVENLY INTERNAL HYDRAULIC SLIDE CONt{ECTION DETAIL -·---·~: .. -- ·~ .. ' .. ~ " "' . : . : .' ·' : .· ~:. ·;.' . •, .:. •., .. :, .... ._ .,.,_,. ,., . COMPACTED BENTOlNITE CLAY OR 2 -·sACK CONCRETE w W CL >- 0 CL OJ LL <! 0 • 0 CL ... ' 0 "'1"" ~ ------··. MINIMUM WIDTH IN : . LONGITUDINAL . DIRECTION SHALL BE -1'-0· FOR CLAY AND l'-o· FOR 2-SACK CONCRETc. CLAY DAM . DETAIL N.T.S. 6. MINIMUM INT 0 . UNDISTURBED SO IL · SEWER PIPE K EY : CD @ G) @ @ @) WA STIR WA TER U AJ N 5 · W"Y[ 6 " WAS TEWA TER LAT . (LE.NGTri V A R IES ) Q) ® (D 4• WASTI'WA TER PIPE (LDIG Tii V AR IES) AD APTOR 6" X 4• RED . A HO 4• X 4 • TIT OR WYE. @ B U ILDI N G S2ii't:R LAT. Cl.ASS ·s · CON CH F.:Tt: OR 5• X 4• TIT OR WYE.. AS R EO'O . BY O\VNER. ® @ 6 " X 4· REDUCER -4• ST ACK (LDI GTri VARIES ) +" WA STE'r'IA TER LAT . CLEAN OU T CAST1N G CO U P AC TED AS SrEOFlED, OR !NU NDA TED SANO Tl-i E Cl.£ANC0T • ·. ~ .. · ;'.: )-'A Y BE PLACED i".g··. . . '\ z f5 IN Tl-i E P ARK WA Y .. ~ (Q} (0). ~ ~ w OR SlOEW AU<, . . , er: z IF N ECESSARY. ;. • < · ->~ . · ~ 1 :::i EX1ST. PR CP. PA \B,JENT ~ O l.J.2" MIN_j EX1ST. GUTIER ~ r FOR P.Y.C.: NOTES : EMBEDliENT SAME AS USED ON MAIN CLEANOOT 'MLL SUP OYER PIPE EMBEDMENT SAME AS USED ON MAIi- 1. Cl.EANOUT CAS11NG TO BE FURNISHED AND PLACED PER SPECIAL CONDITIONS. IN \OilCLE TRAFFlC AREAS AND FOR COl.4MEROAL MAINLINE LATERALS. WASTEWATER Ct.EANOUT SHALL BE Of CAST IRON . 2. SLOPE OF LATERAL TO BE 1~ MIN ., 2!t )..IAX. UNLESS INSTRUCTED OTHER'MSE 9Y O'M'/ER . 3 . THE WASTF:HA TER LATERAL SHAU. BE CONNECTED TO BUILDING LATERAL ANO CONSTRUCITD IN SUCH MANNER AS TO QD.R EXIS11NG UTIUTES ANO PROPOSED F AOUTIES SUCH AS STORM SE'Af::R MAJNS. PAVlNG. SIDEWALKS. RETAINING WALLS. ETC. VERTICAL BENDS (22.5' l.lAX.) MAY BE USED IF AP~ROYED BY OWNER. 4. THE MAINLINE LATERAL CONNECTION . TO THE PRIVATE BUILDING LATERAL SHALL SE AS Ct.0SE TO THE PROPERTY UNE AS POSSiBlL 5_·'1NSTALL 4• STOPPER OR CAP AT PROPERTY LINE IF BUILDING LATERAL DOES NOT EXIST. 6. SU8S11TUE 4• FOR s· FlTTlNGS IF PLANS OR 5?EC. COND . CALL FOR ~· LATERALS . 7. THE Ct.EANOUT STACK & CAS11NG MA)" SE PU.CED IN THE PARKWAY. YE~ICl.£ TRAmc A~EAS .. OR SIDEWALK. If NECESSARY. WASTEWATER I A·WRAI ~ Sl~ ~,..,, • .._:.. --- CLASS ,.•9• EMBED. __ _,, IF LATERAL SLOP,E . EXCEEDS 1:1, US£ CLASS • A• D.l8EDMENT NOTES: CLASS "8• CONCRETE · AT W'r'E IN EARTH N.T.S. LATERAL ( GRADE VARIES) WASTEWATER MAJN TRENCH Willi SLOPING . SIDES ., N.T~S. 1 . WYE SHALL BE SUPPORTED AS SHO'i'rN FOR WYE .. CONNECTION SUPPORT. 2 U. TERALS ARE TO Ct.EAR AU EXISTING UTILITIES. ·· 11 1/-4• 00 22 1/2" 8DlD, ONLY.; MAY . BE REQUIRED. WASlEWA TER . LA lERA.L . CONNECTIONS . 1--......;.....;__ __________ -'--__ ·-------. "-21 1 /2" 8 8- (MAX.) CLASS •9• CONCRETE AT Wr'E IN ROO< N.T.S. 1 1/~· BORE J /8 . DEEP 1/2* DR ILL 2 "'/16 " 1 " i • tO '-.. C> I{) 1 /2"-13 UNC 2 3 /16 " DRI LL ANO TAP I I 1 • DEEP . <D 3 1/32" R. 2 21 /3r R. (iNSlD E) 2 25/3: (OUTSIDt COVER N.T.S. ClEANOUT FRAME TOP 7 s;s· SECTION .. A-A• I : f N.T.S. ===-===- 4 1/4. D. 3 7/8. o. 3 3/4" D. l J/1s• DIA. RUBBER . •o..:.RJNG" GASKET CLEANOUT FRAME BOITOM .. N.tS. NO~S:- 1. '1H( WORDS ·wAS TEWATER LA 'TERAL Cl£ANOU1 SHALL BE , CAST INTO TOP OF COvtR. . . 2:J: .MATERIALS . TO BE CAST IRON. P.V.C. OR ABS PL.AS11C . -. . ~ '. WASTEWATER LATERAi N. T.S. B 1/~· 7 J/4' 7 1;2· 5 11/16" I l I . 4 1/4. : ~6- • o· 4 21 /32 .-1/$° 4 7 ;a· , . I • • tO co ' ,- 1() -· · I I SECTION •a-B• N.T.S. • a) ' ,.., a, 1/2•-13 UNC HEX BOLT 2-REO'D . . (STAINLESS STEEL ASSEMBLY VIEW . N.T.S. --------··----..·--·-··--.----.·----···-----..... .._ .. .,.._ _____ ----.. __:__.._ ____ .....___... _________ ,._..,, . •· . ... .... ..... .. . . ; , .. ;,. . . . l:illit::. J .. ·w;· .. o·· · .. • .. /i ~: . .• . ... ·; . . .·. . ... ' ·, . .• . PIPE AND FlTnHGS SHAU. BE_ ' • : . S0R-J5 OR SOR-211 PVC • ' • " M-!EN Pl-ACED Y,Httltl ROW. I. PROPERTY~ UNE . ' ' . . ' ' I ~aTY Of fORT· WORlH STANO>.RO a.EANOUT C.l.P (PVC QR CA~T IROH) .. ·. ,•,•· ·'"'' -.. B,l,Cl<flll a..£AHOUT STACI< 'MTII '-'PPROVED GRANU~ DACKflU.. 8" f,U. AROUHO ... · ..... ; I DOUBLE BANO •. ,. STAINL[SS SltEL __ _, :;:w.1,-'l-'---· ·· i·.:msaf.' · ::· :::· .... :. : ...... · · · · · ·· · ··~···: :· :·. ·.·::::: : · · COUPLING FrRHCO fl.DQBU: J . CQUPUNG REOUiREO , IF' EXIST1NO SERVI~ '. · LA ~AL PRESOiT. · .. • .. ~ · .. (OUClll.£ IROH OR PVC) ..... ................ :-··· .. '. ' , •.• • 1 · , ...... ,• ...... ' I '• . •: .. • . • ··· ..••.... p: -·. -··- -·· . . "'' .·. . ... ~ ..... ' CLEANOUr:Noi:fs/ .:.:: . . . .. . ,· ' .. ·.· . · 1, iHE S~ TEE AND PIPE flTTIHGS IHSTAl.llD SH ALL · BE SD~-:J5 OR spR-26 PVC IJ>.~IAL 2. COHHECTIOHS TO lrlE 0<1Snl-l G SERVICE SH ALL BE i!AD E , USIHC RUBBER SU:~ COUPUNCS V.,"fH STAJ NLESS STEU OOUBL£ B-'>lD; REPAIR SU:E\1£S . '1HE S\..£EVE S SHAU. BE 1lCH~m 10· lllE TORQUE RECOI.U..40·lDEO OY n l E · MAHUf ACTURER. . . 3. lHE El.lBEOUEHT MATERIAL USED SH AU. 8 £ SANO. . CRAVEl. OR OlHER .l.PPRO'ftD BEODIHC U>.Trnl-'l.". ... '4.· St.OP( OF lHE l.l~HUHE SER VICE LA TER~L SH ALL . BE A MIHII.IUI.I QF 2 PERCOIT , 5. IH HIGH TRAFFIC AAEA~. (STI!EETS, DRI VEWAYS , · SlOEW>.U<S, ANO W>.U<W.A.-YS) WASTEWATER QEAN OUT STACK >J-10 CASTING SllALL BE OF_ C>.ST .IR?t)._ .. 8. IH HOH-lRAFTlC >.REAS WA STEW ATER Cl.E .l.NOU T CAP A.ND STACK SH>.ll BE PVC 1.1>.TERl.t.L 7. CONCRETE USED AROUND CLEANO UT ASS EJ.!OL Y SHAU. BE: 5 SAO<, J ,000 PSI I.O X. CAST IRON CLEAN OUT BOO T 5 .3 " ~7 .6" 'i . · 'i-· -1 ;:z · SS.Bol t• rn::;::=t=;::;m 1 . 5 ,.-LrTr--t-m 7.5"' I .·.-.· ·.• :: . ·-: ·::.: .:: ~. r;. . , ....... -~ ...... · .. . ·,·,--:T•,•;: •;;·: .. ~: .. :•,• ·:·.·, : 1·· .... ·~ .:·:·:-···· ·-··· I 1 · . :.'. \ ,, . < ·.} t ,· 6" 1/3 BARS I . . 14" 7:.1__ . . ~\ \--1L\ ~ONCRETE COLLAR · .. (PLAN •. VIEW) . R~~lllRED IF EX1 $11 NG SE$V1tt IS PRESENT, . 01HERW1SE .PLUG .. DOUBLE BAND STAINLESS .. STEEL COUPLING . F'E:Rt,ICO FL£Xl6L£. COUPLING 1 . -~~-'--~~~'-=~=-'~ .SIDEWALK I DRIVEWAY C.AST IRON CLEANOUT DRf'v'EWA Y APPROACH . \PROPERTY LI NE \ \ CURB ' ~/ O:· -=c_ (· ~ STREET CAST IRON CLEANOUT BOOT PRODUCT INFORM ATION •• From Stanley Roberts & Ass oc ., Inform ation. Su b je ct To Chan g e. DESCRIPTION :W(t GHT P ART NO . BACKFILL CL£ANOUT STACK V,,TH APPROVED GRANULAR 6Aa<AU., 6" ALL AROUND REQUIRED MAT@RlAL PVC oR CAST IRON cci:kmui-CAP . SEWER I.IAINJ SDR-35 OR SOR-26 TVIP-·WAY C!.:UNQ UT TIT sDR-35 oR soR-26 sOlYl~t A.No ~is~ PIPE DOUBLE: BAND ~EPAIR(IBiNSlllOtVCOOPl:INGS 5 SAC K. ~ooa PSI ccus~-~) ceNCRirl · SANO OR GRAVEL 6ED~N:Q';MAT£RI~ . 18 lb , 2.25 lbs ATL-42 4 ATL-15 2 4 CLE ANOUT NO TES 1.) THE Sviq:P TEE ANO PI PE Fl lllNGS IN STAU£0 SHALL BE SDR:-'-J!i OR SOR-26 PVC MATERIAL 2.) CONN _~rejNs TO THE EXISTING SER'vlCE SH ALL BE MAOE til,!liG RUBBffi SLEEVE COUPLINGS Y>ITH . STAINILSS , .. STEEL ooual.f: BAND REPAIR SL£E'v1::S. THE ~S SHAU. §E .llGHTrnED TO TriE TO RQUE RECOMF.1,. ED BY THE MANUFACTU RER . 3 .) THE 8.!f i;IENT MA~/\L USED SHALL BE S AN D, GRA ll,l,l;;'l}H ·.OTHER:,AJ>P,'j10\/£D' BEDDING .I.IA TERJAL ~.) $tOf\E';'~lliE SAN lt,ffi} SEWER SERVI CE · SHALL BE A t;A INl4~~ OF 2 P(Bq ~T. 5.) IN HI Glil $:J:1'lAFF1 C ARE.AS (STRECTS. OR IYEW A YS. SID E:'~lA~i-&' WAI-Y,WAYS) SERVIC E CL EANOUT STACK ~At{D CAP SH AU. 6 £ OF CAST IRO N. 6 .) IN NQNf~AFl'l C AREAS SERVJ C£ CLEANOUT STACK AND c~; SHAU. BE PVC MA TERI AL 7 .) <;QNGfl®i USED AROl:!NO Cl.£ANO U T AS SEI.I BL Y SHALL BES ~~~. 3 ,00 0 PSI MI X. B.) PIPE .'Al:{p ]FlTllNG S S~All. BE SDR -35 OR SO R-26 . P VC Wf-lffi 'NOi IN HIGH TRAFFI C AREA S. \ PR OP.E RTY UNE -'---·-.:J. SIOE WALJ< \CURB . . TWO WAY SE@VICE CLEANOUT RVG CLEANOUT BOOT -, ABANDONED PIPE TO REMAIN PLUG DETAIL . ·,~ ·.;-. . WASTEWATER · . . . . PLUG DETAIL . FOR ABA.NDONED PIPE ()A TE: OCT. 1995 PROJECT: FTW95148 - STANDARD FIGURES AND DETAILS WATER - - - - - - - , ,----------------~-=-===== 1 1 I' I; , , I ' I: , , ' I , I • I: 'I '1 1 , '1 1 , -1--·J • -..-.·---·:.:: c-' I , , . , , , , . , , ·, J '-• a-.-:.~~---z ~ •~-- 1 1 1 ~ I I ~ ..... --..-.r.rJ..-.r.ri ): I I ,1 1' ·, ,:~ I I "( ,, ,, ,, ~ ~-..---.-:.r.r.r.r.r.r~: -~ ''t.~ '' 'J ,, ,, ,, ,, ,, 1 ' : ~--------·.:-.:-r~ -..,-_-,. .:,,. :--: ~---..:-..:~~: s ,'b ,1 ~ C>.. I.' ,, .. C: ' ,: ~~ -"'·' ,, "'-~ •• t :: .e~ JI I ' ..)I...._ I I t) " ,1-:• ...... ~ ......... "'h:::::::-_,...:: II .Gt II ., ' .... -.-.-..r.:-----..--::.-..-.): t: ~ :: ~~ " ·'( II I' ,, ,'. ·' To/:#. Ovlkl /o r 7';,77p. k,,(pl'gr S vpp/y. Sr, L) r/,/,/1 /or /nlrrs,c/~ Cros,,"ny 7'?n?;O . $g;V/c~ r? .. Gr1/v. .,..0/):,12 CITY WATER DEPARTMENT FORT WORTH, TE-X. AS rYPlt;AL. VAIN 8 Y-PASS LA ··YO -tlr F/Gt/REA-/ - ----------- f,.os!' Mel~r V 6' S~c D rz/cr // ro r T~ 177/.). Sc/' y/c 1t C onr;a. c I' /On . Er/sl'. Co ("~/err c?-Ga/v. P/pe {}{t f . :-/ }~f :}i;f .:ti/;{/{f) [ .\._:'•\\."-"'·"•"•" /""'\\" •\V,:,,'. .·.\S:.,. /_..)\ / \. / " .. Conrr,:;cl'or sha// 6~ r~r;r_u/rgc ro CO Ye; 1n el'~r vault w.1i'h ~o/,c//yj 9ua;d ,~: ... '"-\. ' "//,, :,-,..,,,,,,.,.. ~ ~ ... , . ,. , A a'c9.;:,r c,.s r~q u/r ~ r. .r/sr. Pr/~n S~r ,.....1c. l'o Hou.s, or 8/d9. - ,V~r~r 3"""-// /.> ~ rgrnovad L,y the con f rue for: Conn,.cr,,,'on /'rpm .6y·Pt9.S5 J'o p .rt v-a,g-s1rv/c:tt shr,// b~ .mad~ hy Contr11cror. CITY WATEF DEPARTMENT ., F"ORT ·· ;WO~ TH1 i £ X AS . TEMP. St:RWC£ CONNECTION DETA/L . F/GUREA-c -X I M -::::-t ._,. -4 .36 -MAY. S/anc:h~d. /""/n i shgd c ,6 . "/5" .,..fuc lin9 .Fr?I I', .36 -W/d~. CITY WATER DEPARTMENT f"ORT WORTH, TEXAS - INTERSECTION CROSSING DETAIL FIGUREl\-3 8 ······ ... , ..... ' ' r:., :) -------"'--Roadway r6·torClass 'A Meter Box -12· 4· 1' itor Class JB"Meter Box I r-As show7 on plans Copper Service Line W al k ~Gos Li ne &sanitary Sew er NOTE : I. On Initial Installation: No Hore Than One Spl Ice Per Copper Service Line Will De Allowed With No ·s .pllte Under Pavement . 2. Service Line lnstal lat ions Shall Include A Class "A" Or Class 11 811 Heter uox As Applicable For The Size Service Intended. 3. If Meter l3ox Is Not Installed At The Time Of, ·service Connection, A Strip Of . tJlue Vinyl Tape At Least 3" Wide And ID MIL Thick Shal I .Be Fastened To The End Of The Service /\nd Ext enc.Jed Through The Uackf 111 /\t The Mt:t er Box Location. · UTILITIES SERVICE DETAIL FIGUR .E I --~~~~~~-~------~-----------~.~i----\' ,' . E1-17 tv1ateriol E2-1 7 Co nstru c ti o n L -, . -· .•. .. ,- ' 0 ' I M I ----n-----,r----· . ,·., .. ,---------·· ----,:J., r , 1 ,. • I ,:,~ ,; .. .. . ),., I,.;, . . r "J 1• I I •'J. -,: . It. I I !J_c , , I · J ~'98 i~::--:::-.. · . '--:-.--<~c:· I f.-7''·'....,.. ~ 1 :.•-, :.------. - -'.J -• I J I ,' (.AL. -- -------- ---- I I I I I I I 5-0" MIN. ~= ©- ®-~= MATERIAL LIST 3/11 11 or 111 as applicable Standard Corporati on Stop Standard Curb Stop G-90 • Elbow . Heter Box and Heter t o be install ed by Other Service Line Blue Vinyl Tape, J" wide, 6 " abo ve g r ound Area to be backfilled with sand 3/4" B I II WAT E R S E RV l CE D E T A I L FIGUR~ 2 . i·). El-17 Material [2-17 Constr·,,~·"'on fr .• '! ' Ro a dw a y Base f Valve Operating -Nut is ore Than 3' Below Pave- ent Surface -Provide x tension Stem To J 1 Belo;., a vement Surface. ~ l: a i I Per ta ins to A I l i te Valve Sizes 4 11 Thru 12" ) !'1ain r , r -, I _L_ ~ c._,--,-~ I I urfi!(~ Ma t eria l McKinley Iron and S teel Co., No. YB5 three piec e valve box or equal. ~~~-Gate Val ve ,,.,._ AND BOX, TYPICAL GATE VALVE EXTENSION STEM DETAI I:. ,a. I t.,.._ •• _ • _ ~ -t I ' 1 I I · l A t I · ) ,J '--------,i)-----~ I Je: uoTt ,\ l-.-• I . , \ I :· ,..,,._---, z·covr:A (l'Y?) ;-1 ~8___.,! SECTION ;.-A 0 tJ @ , .. , I 'Pl V ( 111' • I ' l,7 ' JC" I]·· ,J " 1 O"' l f1'' .11 ·• I ? · • ~ I l l '' I !" 1 l" 12.. S. n·· 11.·· it·· ,z ·· ~ ?a"•· I l"' t?·• J?•• !.,a ll "' ~· fl'" , r.. ;o )tt •• , .. I S" ,.. I 07 ,.. .. I.", .... ,c .. ,1, Jb'" I,,•• ,.. )}'' Jl,.J o: ......... ~i O""t ,.,.. ,, .. ,. >4 ._,;,,.., 04'rl > .. ,, 7 .. 1 ... ,,.,, .. ,,. :o. o,-... , .,. )}'7. our• )-i ·s,. ,,.,.;, .. , S-H -JO . 1;.-;.,•., ••'•• it i ~~;..,...,. ~ ... ~ :.,t.,., ,,. 10, :, ... ~ ... lo ... ., l!. S"'" ,._.,, ,..,, .... >•-"'";,..., ,,, ':,.••• '",,_,_, p.,,,s,, ..,,,. :1 -1 1-10. CONC RETE TOP YlEW, LESS MANHOLE COVE R A~O Rlt.l INSTALLATION I . 11.1 ·.~· J"on wOf'l" J U..,....tr'f ))' >II . 1...-oj.• :,O.•,. .. ;r .. :,.. "'°'' ••.;.n[r· ~•t i!"I 1•'""C" !,1,,,,. l. v,1 .. , .. .-If ,in -n, •••It~~,.~•»,,;.,.,,.~ CQ"'<rf't • ''" ~, :'t• ;:-.... ~• ,J,.,...• .. , •• ~. -H i ...., ,,.,,,. , • ...,;,.,...,,,.. •• , 4.s .. r .... ; C•1'. ,, .. , Ill. :>, u,,.,.J .. \ft i•t ir;.-11[1. >l•H >, -...t .. ff ro.,, .... ;-.1...:, =~,)O· :-.; .. ,.,c.. c.-,cr .. , ••• , .. r°' .... th • .;:-c,rt, _,,, ,,u.11 W ,.,..,,._.c.•:I•••"· ~ ci,,,..,.,,. ,..,. .. , U•HUI ;,.• c./c ,.....,.=-..u ..... , ... ,1c ••rt ., .. 1 Jy . _.._,... ... ;,...,,I H• .:..«r•t• ·-~, .__,. -,;,.,, 1¥-rt.c, ~••,.., ••. ,, ,..-ci!i•• ;,.. ( J•ll•.I S.CI) of : .... :.,..,..,-,1 '°""'"""' ~•It ,,... S...C.i/J ucio,,,,1.. ). ~ .... ~. n•••· '"""' ., rtlN-Sli" ,10C).J: .. or •-.•t .. ,,.,,. >• ~ro.i "• for -~ .,..,, ••l...-'t ...,,: l•ry, .. , ........... ,w,,,... ; .... ,.u ........ ,,.,.,, •• ; .. . tt•.~•'• lo • Ii_,,,. _...,...,. fl>,-v,,,;,, co, .. r,,i .,. ~ t wrt .~,_--;-,,;;;r-_:-;;-- !?'• r,-.,,_ .. ,..al ;,.r• ... ,.,·. ,, . .,......, Co,.~,..,;_ ~ C:•rli •cae 1,i 1•• '1',.,, .._ , ... ,~ ,.-.. ifT· .,._ 11,-.; .. -; .. .,t ,,-.un: ,. ,.,. .:c,·.·.-1 l...r,.., ,;-,., •. i-"'"'· ........ ~ u • r "•"""•··-•,.,.•ft.., ;-..-.t·.n•• •na-,..,. 111,,,._ l,.. •• , ... , .... ,. ... .;...11 H .,,.:..'., ••• ,.., .... , ... co~hi•··• ,,,,.i : .• ,,, ".,. •. c.r ~ ,, ... "°'n" ;,..,:-,JJ,, .. , ..-•h-.n i~·,z:,,,. ~-,,_,. r• ,.,_ .'-· ., ......... _ t-t :.._ ..... . .. ,.,, .......... ~ , .. ..,.,~ ...... ,. ............ ..., 1.,~ , ... ,;, .. "''.,.; ... ,_.,...,,. ,·...-c~'T . ,.,, .o,, ... 1 .. -...• ,. ..... ~ . .. ,,,, VAULT DETAIL FOR I 6 11 AND LARGER GATE VALVE ,. J-J-78 FIGI lF1f= ~ f ,.111. urr••••• \. ·i /' _./ . I ncrete __ _ ocki ng Main---- 6 11 Lc~d fr o m H.)in s . 1 2" ~n-. urger to Gate Va l ve o r PrOJ>O~· Cu rb ::·l:Exi sting . . ~ .. : i. ... l / ~ -:: : , ... , . ! . . . ' 6 ·. : : • •. A· .. .. . . 80 t tom Rest Concr ete Bl eek i ns fire Hydrant .._ __ Exercise care to avoid Plugging Drain Hol~ \./ith Concrete: Existing or Proposed Cur?----------. Pavement or Other Surface------ Fire Hycra,t to be Set Plumb T r c n ch--''-----, or i ng · Coup: for Conneac- of f of Con- e Pi pc l 2" et::r. and er -y Depth: ~1 -6 11 for Cast lro~ Pipe ,1 -0'1 for A-C Pipe Ref. ~ i gu r ~ 6 i-----Varie~----------- I ~tensicn Sarr-el and Stem for Extra Bury Depth if Necessary 11 in i mum 7 C • F. Gr av e i Proportion~ 11 y Around Base Block i:i; ST~N -bARD- FrRf=" ~vns:;a11NT -nr=TAII ' i.. . / 8u(t and Electric T ack \./eld One End. Tack \.le l d 1.-1" Square Scruls Max. 2" Long To Ot!-:er End Ca s t I ro n Closure R i ng 2 " Ma x . Gap Cast J ron Main 6ast I ;on Shon Pattern Sleeve NOTE: CAST Remo•1e 1,/e I ci SI ag And Fini sh In Accordance With AWA Specification C203 Prior To Installation Of Cast Iron · Sleeve ,·· Provide .Struts On Mains Up Through 12 11 Only If Gap Excec:;ds f'! C. I. Closure Ring Is Not Required On Mains Up Through 12". Construct As Detailed On Hains· Larger Than 12". I-RON · CLOSURE RING FIGURE 7 £ /-7 Hate ri a I Wa t er Main lj-~I -__,;/'.....------------------'-----;----------, 1: I Iii· :..------+tH---~+---~~------------------~---------- l/il I ) 0 Bend J tate Down · up as !Cessary ·ovide Vert.ical · e Down Bl .ock As :cessary Tee 0° Bend rotate as necessary [I'_:---------~/ \-j __ ____,,, Te e with Branch on O. 00 % Grade Gate Val v e R ing Co n nec t io n Le aC: main \.Jate r Main Ring Connect ion SECTION TYPICAL . RING C .ON NECTIO -N l,Ja t e r Ma i n a ve, o r under as the cas may be Tee rotate as necessary ;?.. ;,_. -~ Provide · tie down b I oc k as n e c es s c · .ary FIGURE 8 E2-25 Construction "X" r, Pipe ·size 4" 6 " 8" IO" 12• 1 J 611 20 1 1 24" 30" 16" 42 11 48 1 1 si.." t:C TE: 6e2r ,nc Areas shown are ba sec: en 150 P . S . l . G t~st p r e ssu r e and JGOO P.S.F . so il bearing value. T ee .;; / ·..:....:...+-;----t ----'-"--------- ' Bend I HORIZONTAL . BLOCKING TABLE -::Dime:ision "X" ,~2 y Var y If Ne c e~sar y To Provide Be2rina Against Und is t~:-::,ed Tre n ch ',/a I I x-,·: I I O ·-I c; I " I 22 ° -30' I 45° I. ~o, I D i m .. 1 ·;~:J ;/':; f 1~10. Mox' l /M in.,Max.l !Hi .-..;,"!2x., Ft. "A" If.Cl II r-Pa 'f o l 11c" Area Vol. 11 0 1 1 Ar e::I Vol . I I .. .90 .8d ,..,c:i • v.,,.. . 95 I .90 . 051 .951 • 901 . 051 .91 i .8Zl .05 I I I :ad ;"!::i ·.9s I . o s l I .05 !1. 10/ 0 c;I I • 73 I 1. 9S:I . asl l. 5 .90 .... _,,;., .9 0 • ..:I I I • 5 . 90 .8d . 0; I . S:5 I .901 . 05i 1.4112.001 • 051 I .8613 .4/1 • I l. 5 I .90 .. ad ~,.. . -':: ~ 1.2& /1. 60 I . 051 I. 79 3.20 • I I 2.18i5.czl .2 I J • s l. I 0 1.2d -~51 l .48 12. 30 • J I 2. 1414.50 .2 I 2.8318.ool • 3 I 12 I: 41 I 2 .od . ; I 2 .00 14 .oo/ • 1 I . 2. 8 3 8 . 00 .4 I 3.isl~.101 .Gi; 2 J. 77 3. I~ .2 I 2.54 6 .. 20 I . 3 I 3. 5 2 112. 40 . 6 I 4.7okz.ool 1.15 12 2. 14 4.sol .2sl 3.00 g.ool • 5 I 4.25 ha.10 • 951 s. 6sbz. ool 1 •. 85 I 2. s 2.66 7 . 1oj -55 r 3. 76 ,14. 20 : .o I 5. 30 28.20 l. 751 7 .05 j~;t~81 3 .4 Tee & Plug 11i;11 ~Min., r,ax roa. 'nl J. J.6 .sa • 05 ·•, . I . 19 · 1 • ~) .05 I. 57 Z .4E • l I. 99 3. 98 . 15 2.38 5-65 ;-2 3. 16110. oc • 5 3.94 15. 55 .75 4 . 76 22. 60 t.05 1 5.91 7C 7 7 2. I . ..,.,, • ., ..I 2 • c; 3. l1 10. ool . :r e I 4. co l.zci4o 1 .4 I 6. 16 ~0.80 2 . 65/ 8. 50 /72.00/ S. I I 1 .20 51 .·oo 2.95 1 l. 72 11. 8nl1. 2 I c;. ?c; Q7.60 17 2 I 7 4 ) :;"-1n l.: ) I q _aob .:;0 !1 q 8. 30 E9. 00 4. 75 3 4 .38 18. 10/ l.6 / 6 .00 16.00 2 .g I 8 .48 YZ.00 5 .4 I 1 1. Jul!2f .:;Jl lo.4 q,c;o q).0' 6. 1 S 4.0 lJ . 00 '2 . 504. oo I 6.70J 4~0 0 J.OOL 9.40 l8 aDOJO.OOI IJ.OOh62 od1 6 .od I0.7CJl5ml!2.oc NOTC:S: Minimum a r e a:5 sh own a r e 1n s qu are fee t. Vol ume s sh ow n ar e i n cubic yards. Vertical di;;-:e n s ions o f a ll bloc k bea ri ng are a s sh a ll be lce nticaJ to the horiz o ntal di~ension show n. HORIZONTAL B LO CK I N G D E TA I L / ' . <::i //OT E:: : Bel I Bell Bend RUBBER .GASKET JOINT. l 1-Bel J ,d )0# Concrete M.J. -H.J. Bend • QJ i;i = Trench w i dth: l. P 1.pe 24.'' ·1 .d. d I an s ,;ia l er = 24 " or 2. o .d . +-1 2" wh i che•,er is gre,He r. P i pe la r ger t ha n 2/..;" = o.d. o f Pipe + 18 II 0 J. Cradle sha ll ex c enc:' c mi n. of 6 1 ' be yon d ea ch side of pipe. Cl . 0 MECHANICAL JOINT / Main / ~r.1.:--~, ;_ pa min. of J 1 -0LI a ranee between BELL AND SPIGOT JOINT Note: \./hen c r ~dle i's shown or specified for installation on concre~e pipe the fu 1 1 jo i n c length of the pi f: or fitting shal 1_ G-radled. c. and . joints or ts on·c.1. Pipe. in excess ·of I' -0" detailed. CRADLE FIGURE DETAIL 10 . .. _ I Class "O'' (2500//) #4 St eel B.<i r Wrap pipe wi t h J 5# r oof in g f e I t Conc ;ete •.-· I .. ,' I~ ~-,O ' I ···C<:·/: /: I I I ' I I I '-, I I I / ', I '<-,>-DJ . {~ 7 ' :·· ,......,... ..... , :P.:. // :f:'.'. .,.-' / -:·;,• I .,.../~ /~.~-~-.!::-- / ·/ ,.....,.,,,'!/~. / . ~·-:.. C . ·,o ~·-· ..,. ··v:··· .• -·~ o:· i ;i:;: .•· 8 Kee p c o ncrete c l ear of · pipe joints and bo I t s f Form as . _/ , •..... :.:(7, ;.~::,,; ••• ,·o ;, · .. nece s s a ry · B E:-/05 goo 45° 221/2° li 114• .*V ol . Req'd. C.F. 39 .99 21.64 11. 03 --, : • ::1+ I . A Ft . 2.5 0 1.42 1.0 0.75 I 6 8 Ft. 4.0 3.88 3.36 . 2.7 S ...-. ·C Ft . 4.0 3 .88 . 3. 36 ? -c; -. /.., . *Vo 1. Req 'd . C.F. 1 l . 09 38 .4 7 19 .61 • 9.85 C .,.... ,, Ft. 2.83 1. 67 . 1. 5 1.0 -n .. 8 s Ft. s.~ o 4 .8 3.66 ! 3.2 IQ Ft . ..... C s.o 4.8 3 .66 • . J .2 C) *Vol. Req 'd . C.F . 111 . 07 60. 11 30.65 15.40 ..... A Ft. 3.25 l.92 l. 7.5 l.5 ro C 10 B Ft . 5.9 5.6 4.25 3 .25 -E C Ft . 5 .9 5 .. 6 4.25 3.25 0 :z: *Vo i . Req 'd. C.F. 159.94 86.56 44 . 13 22 .17 (1) A Ft. 4 . 17 2.42 1. 42 1. 25 0. .,.... 12 B Ft. 6 .2 6.0 5 .54 4.2 a. C Ft. 6 .2 6 .0 5.5 4 4.2 *Volume ca l cu l ated on the basis of concrete reacting t hrus t on t he respect i ve bends under an i nter na l pres s ure of 150 ps i g at the rate of 150 l b. wt. per cu. f t. o f con crete . ' EXAMPLE· A· VERTICAL TIE -DOWN BLOCK DETAIL Grout over exposed steel straps Keep c_oncrete clear ·of pipe joints and bolts NOTE: Quantities will b~ speci fi ed o n pl ans o r di r ~c,ed by En g i - nee r . Stee! Scraps In variable quantity depending on thrust. Form a .s Necessary 2500# conc r ete both ways 611 c/c EXAMPLE · B VE:RTICAL -TIE-D·OWN s·LOCK G -\. -.. I· I I 1· 1. -1-78 Keep Concrete Clear of Pipe Joints and Bolts - u - w #4 Ste el Bar Straps in va riable quantity deper ing on thrust.· ,(:;:1 .:• \ :-; ··,,.~Provide Form·i ng a Necessary ~ 2500# Concrete J oi .J .,:-.,1 .. ~ ... #4. Bars Both Ways 611 c/c NOTE: Quantities wi 11 be sped fied on detai I plans or directed by the Engineer EXAMPLE C VERTICAL TIE-DOWN BLOCK FIGURE I :; E l-20 '·\at eri al anhole Ring and Cover Jey Iron &.Steel Co. 2" ?, ' ' I 4 '-0' 2'-0" A. S. A. CI ass J 25# 24AM with "w'a t:e r" . in LidJ or: .equal , ~-·:,,- 1 8 " I 2'-0" Mo ·r tar -------.!:~-:-,-i------:.-.,...,.;.._.:........., S~~#B~~~c;;;,"9" c/c ~:;5;: __ 8_.."_ .t Manhole Steps At/ -/c Staocered 12" 1. & s.-- No. 99, or equal -s #4 (ci) 12 11 cit. · s #4 @) 9 11 c/c · s #4 (ci) J 8" c/c ·s #4 (ci: 12 11 c/c :,, .. , 2"-0 11 I 8 11 BI ind Flange De ta i 1 2 1 -0 11 · I For~ And ri I I Void Wi ch 2';00 !:' Core ,ete C::si ng Pipe Steel ·Bolt Nut $urface Two l Or Mere Courses or precas- concrece grade :rings Ne~e:sary Lengths Of ~8#;?" I Rei n~orced Concrete· Pt~----.. A.S.1.H. C 76, Class II'··,. Or Equal To Be Set On Vault \Jal Is. Seal Joints \.Ji th Concrete. Wrap Pipe With ?remold Material pe with ' J -5 Ca s i ng Pi pe Pipe Dowef s CciY !8 11 c/c und Except In Pipe 2500# sEc;TION )_ Cone re te Rest 8 11 Thick £1oor Slab #4 Bars (a! 8 11 Both \.lays ACCESS MANHO:LE DETAIL FIGURE 1'4 Construction E 2-20 --~ . - i-·l-78 Ci) I" air release valve, 2 ea. close nipples, 2 ea. 12 11 length copper or brass risers, 2 ea. gate valves, and I ea. tee. L I ~II x 1,l-11 Each end of Jag bolts. J ead primer X 't'1 angle Angle prior X ~6'} wftfi J ea. 3/811 dia. U-clamp. to 'be bolted to floor slab with k". to be treated .with 2 --coats of red t O j n St a J ) at f on. <}) water main with threaded insulator tap. J II Refer to Figures 16 · and 17 for vault materials and dimensions. AIR RELEASE FI-GUR E . VALVE 15 f 1-11 E 2-J J DETAIL MATERIALS C-8NSTRUCT I ON 36f" HJN • 1/Jtil~, 1t ~ ' ~Undistur b ed V Trench ',,la)l ' r-- + ----B -c--=--=- f NOTE: 24"X40 11 Sha I low Manho J e type to be used If total depth Jess than 4 feet, McKfnJey Iron \Jorks . NO. Pr1 14X40 or equal. MATERIALS <I) 24 11 Std. Manhole · cover equal to -·L.. --->··-_!} - @ T-- 1611 TYP, l_ __ @ Standard He KI n 1 ey I • W • No. A24AM :With '~ater.11 cast In 1Jd. SECTION A-A ,. (g)t10rtar. Ref. E 1-20 shape ./s\···· .. l , h 1 . to s Jab edge. \.::./ f"o yur•t •n. cush on p~ •s Q)Grade adjustment, 8 11 In , supplied by Tejas F'hstics St. R.O.W. or under Pvmt. Katerials, Supply Co., Ft.. @ Top & bottom slabs, Class "6' Worth, Texas, or equal. "F" (4000#) concrete w/#6 \V Water main with flange st. bars spaced 6 11 c/c access as sppl icsble. each way. Steel bar cover (J) Exhaust piping, fitted w i t h 2f''±t" from bot tom of each Dresser coupling, when slab. r~quired. Pipe gap In toupl Jng shall be min. D/2. ® ® 10 t \:!.I 8" HIH. --, ' B l-12 Ji ® ~(JJ Combination air & vac release valve, clo~ n 1 pples, tee, 2 ea·. , Gate Va lves. Nipples to conform to E l-S' f 11anhole steps equal t . PERl"A-STEP #100,-2, Utility Prod. Jh c., San Antonio, Tex as (See Figure 17 for Dimensions) 2 11 8 3" COMBINATION AIR AND DETAIL VACUUM RELEASE VALVE 1·.: l-78· ---· ...... Ff'GUR .E 16 f 1-Jl :E 2.:) l AATFR IA~.-~- C-ONSTRUCT I ON ~ r,·? I\ r /'" l : I ®· 1 l 2 II I (LK3 " R.C.C,P. Risers) A ~ R_EF : ~ 1-12 8" l __ -----~+--· (Cont Jnued from Fig. 16) D IHENS IONS SECTION B-B Ho. 6 Bars 6" c/c When exhaust piping is required, min. dim. shal I be length of vault riser tongue plus 111 • 8" When exhaust piping is not required, min, dim. shall be length of vault riser tongue plus 111, (Approx. 5") 2 1 1 fittings, using c:Jose nipples, min. dim. shall be I' 8-3/1611 ; 3" fittings, usin!) close nipples, min. dim. shall be 2' 7/8". HIN. DIM, Nominal I n st a 1 l at I on on lnstallatfon on C/L Pipe Size Bl ind Fl anqe To Surface of Pipe Collar 2" * 1/2" -1r-). 7 -1 / I 611 3" * 518" ** 7-5/8 11 * Min, dim. based on recomnended i n s t a l I a t i on of close nipple . -;•:-k Min. dim. based on recommended inst a l lat ion of I r CJ O!:'E nipp l e on flanged o utlet with insulcted I flanqe to thread k j t. off-set to be 6 " from C/L opposite manhole step locati.on when. installadon is require, on blind flange of access outlet. Other installations shall be on top C/L of main. 2" a 3" VACUUM COMBINATION AIR AND DETAIL RELEASE VALVE r-',... ........... ... .. .. .. . ...... --...... - Provide XJ Tee for C. I. pipe or ~J ~ I l oot I et · 7IT _ f Or cone. pipe -·'with anchor coup- Ill _ling in each case JI :::::::-\\.= 1/1 UI . See Figt.ire 3 Mor-tar Ref: E 1n Ref: E 2-+-2 MJ Dia. 611 Min. D Seal pipe to ,wall hole cut-out with non-shrink mortar equ;al to I part Alcrete, .l part cetoeht, 6 parts sind. ~ 3 2 Details of ·construction sh.all conform to Figure 10.-:s D Class "F" 4000# concr;-ete with Uo. 6 stee_l bars spaced 6 11 c/c ea_ch way. Steel bar cover td'·be 2 11 min.;)" max.· from bottom of · top slab and from top of floor slab. ·STANDAR 'D-BLOW ,-OFF INTO 4 1 _ DIAMETER SU .MP MAN HO LE DETAIL E 1-20 Haterial r f Concrete or Crushed Stone Base ~· ·:·~C· ·/ Fl LL·. f .M ~ Co r.~2c :ed For Permanent t Mechanicall y Q-j e,te d £ ___ Special ,""I ll l!t• ,, 7/ / Pa v ing 11 1 .D." ''W'' -· s j z./ Ditch Wi d't Pipe ) ; : :::1 \,lj d t i Di tch '..l i citll I ~,,/11 . ''w '' .. . "W" . II f • D. 11 C. r . ,:i · Pretens i one :1 Prest res se .. .. roe I -- 2f 11 ·--r 2 I .:.011 . -- 4'' 2 ··~0·1 -- ... . ' J;• r .. •.-; .-, i I _,,,, -- 8" ., 2'-011 -- IO" ... -0" --L 12 11 2 !-!11 -. - J 6" 2'-5" 2 '-7 1 ' - 20" Z ' -I O'' 3'-0'' I - 24'' ~ I -":" 3'-i..." -' 10" --4'-6" 36'' --5'-0" 42 11 --5'-7" 48 11 --.6 1 -2 11 .. D Granular Embedment To Be Jetted or Tamped Crushed limestone Bedding For '.Ja,er Mains 16 11 Dia. · and Larger and San. Sewer lines (See El-3;E2-J) tch '"a I~ C earance "A" - q 6" 8 .p" r;s·· 6.5 11 6" 6" 6" b" C,I I C" ~· S" 9''. Note: Granular embedm~nt is ::o be included in the prj~e bi·d ;::er linear foot · of ?iPe, TYPh~AL EMBEDMENT ·DE·TAIL- -·-··-,... '" existing surf.Ke © @ ® ~ckfill IS 5pecifie{f , I I . (D t 611 m'in-. dimensi-on , 611 max. for p.ay purposes when bi~~per cubi~ yard. 611 tiifo. dimension. Max. for pay purposes shall . be 611 on ma in 2411 and smaller, 9" on ma ins 30" ,~nd l~rger, when bid per cubic yard. 411 min. dimension. 4 11 max. for pay purposes when bid per cubrc yard. Class 11 E11 1500# concrete. Concrete encasement shall ~top 1 1 efther side of joint~ ~rid wh~n •nc,slng .concretepressure plpe. full lengthsof _pipe shall be e _ncued, joJnts e~cluded. CONCRETE ENCASEMENT DE .TAIL 1-78 FIGURE 20 ·-·. -·,; : . E 1-7 E 2-7 Material Construction ) Q) Exl stin g Sur f A c e c-- Ci.__ - ~Existing Sewer line ===. J===========:=:®:_: __ -=--=i: = ~ Proposed 'water -~ in Variable trench ..... idth. Pip,e length shall be ll'IIC.ISUrod •s standard trench width, (Ref, E 2-2.16), plus four feet . (4 1 ). No joints will be aJJcwed within this dime.nsion. A minimum bearing of 24" shat) be require? on each side of the trench. Sewer Jines less than twelve inches (12") in di~ter shall be replaced with Class 150 cast 'iron pi~ or supported ~nd encased by a r-einforced coocrete beam ~r Fi 9u·~e-24. Sewei-. service lines sha JI be rep I aced with extra strength cast iron soil pipe. T--.. Joining of c•st iron pipe to cl•y or ccncrete pi~ sh•II be made with 4000# concrete collars per Figure I 12, or with approved adaptors. The entire area excavated to accomplish the replacement shall be completely backfilled with crushed limestone and thoroughly compacted to 90% Proctor Modifi"ed Density. ) The minimum clearance of sewer to water I ines shal I be six inches (6 11 ). SANITARY SEWER P.IPE . ' REPLACEMENT DETAIL Ho. 4 Bars, each way 6" Min. * ~---CD---~, A•-, /.Existing surface E)(.lstln9 scw.o.r 1 lne T yp . T yp . /16 g ou ge we 1 d ed wi re mesh , I en g th of encasement m i n u s 3" Outs l c.Jt! d I ,Hne l c r o ( b e I I Section "A"-"A" (D ·variable trerJch width. Class "B" 2500// reinforced concrete support beam and measured as the standard tr-ench width, (Ref. E 2-2 ... 16), plus four feet (4 1 ). on undisturbed earth shall be required on each side of the trench. encasomen t le ngth s hal I be A mini mu m bear i n g of 24" @ Cluss "D" 2500//. rolnf o rccd c o ncro.to slwl I l>c 11 5 1:d 111 c1111 :d :r 11ct Ion o f .i :.11pport h t:..1 111 ;1n d c nc.:i:;l:1111..:11t f,,,· :;c-,, . .:r I Ines twelve Inches (12") c.llam~t~r ai-.d lnrucr. S cwl!r I l11cs luss th.in twelve inclic s (I Z ") u l.i1111!ter, ,.,itli exception of sewer service lines, shall l><i .rcpli.lccd hy Clas :; 150 c,,st Iron o r snpp n ,·t l.!d 1,y <1fnrc111c11ll ,i11,:d concrete encasement, per Note 2, Figure 23. Th e entire area excavated to acco111pl ish th e con struction o f \concrete support beam and encasement shall be completely backfilled with crushed l l meston e and th oroughly compacted to 90% Proctor Modified Density . SANITARY SEWER CROSSING DETAIL l-1-78 PIP·E TRENCH FIGURE 24 ) E 1-20 Mo t crials Co ~ ,. , uc t (""\ ..... ) - '·· ) . -I _, .J Z" X 3 /4 11 Bush i ng L · J /4 11 S amp 1 i n g Tap / -------,,,~~~~--.,._-1 C X ~ :r: .... -- 0 C N 1./"\ '\.._ Bac kf; I I~ :· .-.. ·-... -"• .. · ; . . . -: .. · ·.·· .. :; .... .. . .. . ... ·· ... · ·:"."'.,-:-. ··':'· .. ---::: .. •\-·· .·.:·_ .. · .... ·.: .. .. . .. . . -;· .. .) ... · ~ .... : ... · ... ··'·:~ .. ·.: ~-'~·', ·:.::. -' :._ -'.~.:. .. .. . . -.. -.. •. .. .. .. :.. ·. : ~. . . ~ .. 4" and Larger \.later Line ":'"· ...... . ... .. .. ... . . .. .. . • ..... . ·.. ... . : ...... : . . . . . · ....... : . . . . ,, \, .. · ..... . .. and 2 11 Gate Va l ve 2'1 Sho re Nipp l e 2" Tee S t e r i I izat ion Remove Pip.in g ln sta l J Pl u g NOTE: 2" Coup! ing to be plugged w/2" c. I • Plug a.fter sampling Embedment . . PI u g after Sa mp I in g Chlorination blowoff and samp J e point for deadend water piping. Contractor is to furnish al I Jaber and materials. Material wi 11 be removed and retained by the Con- t;actor after satis- factory.samples have . ST~·NDARD DETAIL . · been obtained. Concrete Blockins, per Fig. 9. END PLUG CH .LORINATION BLOWOFF AND SAMPLING PO.INT FIGURE 27 I I I ! I NO TE S : CD 0 ® ·© (j) 6 " b l ind flange tapp ed Z" w i th 2" b r ass p l ug. i 25# pattern bl ind flange dr i lled and c apped fo r 611 b l ind flange. 6" blind flang e a tta ched w it h br onze b ol t s . Gaskets s ha 1 1 be fu 1 1 faced a s o t her wi se r e qu i r ed in E 2 -4. Li f t i n g lugs sha ll be p r ov i ded in q uan ti t ies s uf ficient t o l oft and h a ndle t he f lan g e a s a balan-c e d l o a d . Attach the 125# pattern blind flange w i th st e el bolts and bronze ·nuts then cover with cement grout after installation. 125# pattern flange, unless required otherwise. Flanges and bl ind flanges to be designed to withstand pressure rating of pipe. Wye branch to be one size larger than, but tapered to standard run normal diameter unless otherwise specified. Standard ru~ diameter. STANDARD CLEANING WYE DETAIL Material _Specif:catio~, E 1-4 Co11Hruct io'l Specificatio-E 2-4 FIGURE 28 1-1-78 i.Jh en a fire hydranc is l oca te d at end of a,ns an 1,, 1a n:e:~r .. -,..;y e .~ay be omitt e d M . 6'' d 8'' . d. Contractor wi i l make a reascnabl e effort co p r eve nt bad. -f l ow o f p u r 9 e d w a c u ( S e e E Z -2 4 J EXTEND PIPE RISER GROUND LEI/EL CAP A'FTER D f'TCH - BEEN 'oEw'ATERED' I ns;:a 11 HJ '·Wye: a(. termJna l end of main 2. Closure on -A.:c ~:pipe-w(Jl r~~o'ire ''Ring-Tight" to plain ·~b~,. ~d:apqer '.;fi, ~ddl{!'o~ to MJ 1rlye 3. Block \Jye , 'stf~lfgh( rt:in end pl ~g . 4. After clearHn:g _wit!> ''Pol Jy-Pjg''' install branch end plug.,_,:;.' ·· ·· FIGURE 29 , \ --t---\,,-------------- .25'~ 1 I \ y· 1 \\ 3'-1.5" ... / -f_ .. 1 __ .,./. \.._<1·-1.5" _____ --+-r-·· ·.,.__;,_ _______ -..,;---·--__ _..,;... ______ .._, --------------~- \ . \ ,' ,' ' -f6ltfWOI{f1-I Yout\lVater ~u -' Funds ln Action 3.7 5 11 0 :: : 1 _.,.I;" -r-_ _;,__awlli!,IJ.lb....m _.,,,,J&~;,m11,__. __ _ ----'------a,ui;n;t -rnicw:i:m11::---- -~ ~---~~----m~ ~ ~~' --- . I • ) 0 0 N . 5" t1 • 5 II --\...-,-----~-,.-,r---..--~-----:---..;...;,---------.:..._--------.1._-___J --+--- ·: -\ \ -09/18/96 \ ' ' ' ' ' \_While ' ' \ \_ PMS 200 (Blue) _PftOJECl'" SI_Gf\! Figure 30 S ettle ·1" = ·1 • E2-1 C ostr r::F J . 0 f TYPICAL DETECTOR CHECK INSTALLATION S UPPL Y MAIN 7 PLAN VIEW ' . ~R~U~_.JJNE' · ~E!ll~- -.., : r== :·.-.-.:::.::===--~ 4 ' • l I . . . . . . • .J PROFltE {j) TEE;' co~'"--TAPPING TEE) . ® GA TE VALVE @:vAL :V:E\ijQX & covER @M~T~~a -bx @FLAr'6E~: COUPLING ADAPTER @ ·314" :G~/tE VALVE :- t;!J 3;4••. c89CK VALVE (e} DETECTOR CHECK @) 5/B"X.3/,•' ~ETER. & FITTINGS . .,_ (J-£lER TO BE Pl.'RCHASED FROM CITY) @METER Y9KE Ff GURE OATE :4-15·82 . E 1-1 2 MATER I AL _ E2-12 CONSTRUCTION 32 ---------------------:------"'.;_ ____________________________________________________ _ ' t-.:,·. •'. A i • . .,, -G) C: :JJ .. 111 (JI (>I . ~r ,· .: I • ~c >:. ~ ~ •• - . -- X9) !'$l &T JI Olif.:ciNCIICTt 'Win. &31111. GAAi)( §9 ._,, UIN,OIIC(U[NI , .... ' 'a ,. t It' A t.&1 VAULT-PLAN IMM,l.lOCI + ~ cc'> \ _,, .. , VALV( BOX OP(HIHG R(OOIR(D f1)II VlLY(l ) • J..'10 URG(R lN SJ O( VAA T r-, lTOfl &o:;:» j •,,~T" I ONNU Q!!Il,T]QH or nw QBCCIJO« Qf DP*' ' ,· G'· •• SECTION ·e-e· IK.IU\ """"l ~ t•Al.L llRJST 11.00<NJ S>iAU. 0C H &a:.(1'1)A >-C E ~ '1CUlf: 19) 0, Tl< GOO\A\; c:omu.cT t()CUIICll'T 3. t.,•FVl,l\'C (ll'(JU T..O "'IT IS 'WO!( nuH t 3 l ,-ttT l,U.O,I' ~ OI "lVMJ SUIIFAQ'.. PROVOr ~ $TUI TO ~-l'tlOT ~ QOOUO 0\"""""' SO'lt".aa:.. :J.•ACC $S ~OONG C(NTOIE OV[II II T Pl . 'lt-10·\.Q.lDl'1G•14'•40 c.t ,R.UIE .lHO COV[ll IIAJIIC[D 'WATtll: UCICDll.CY (ICW. H'c 40°)~ tOUl.l.. 11J liotfM•20L~•~'•35' STEEi. 3N~U UAT D0011 11\.CO TTPt Q 11:X>U CR EOOAl. ' ' "'-" to4Clltll: P1NISHE3 SH.lU, ll( 1H .1.CCOIIO-lHCC'WTTll S[(;T~ tt•io 0,1-0IEJW. CON '7 !1.LtT t>OCl..uEHTl. ~· 1flUP' au. "1~NG P'Dl(Tl1.ATION$ lliROUOH '&AU. YITH I ~ P'Ot.Yt:TMY\.ENt. ~ prr ~ @ -r nlt><G! u ro 1UT(~1 1 u UST IT(llS, !SU S>1. >+Q. Z I ,. 6•KH TuP!Y><( ll(T(~ IS T><t \INVVJ \>( T(II $Q( -..1w , • ...::,< 00 ... IJ l'-,.•S ~ FOIi f1"( P-~OT(CTICX. j' c;>i(CIC V A Lvt 13 "(QUl\(O ro,, ALL TVll~TH( W(TOI l'<n.lu.ATI O H3 Ol(CI( V.lLV[ 1'l'( WOT 11£ LOC.lT[O 0.05(11 Tll!N flYE '1P!. Ollll(TEIIS OOWHSTR(A.W OF 'Tll"-ll(TI;R. (U T Of 5,&f ~ YUA.t M,.TEJ;\ DDJ>~ STANDARD TURBINE MtTER VAJJ. !HSTAI...LATIOH WITH BYPASS kND C K . ; 3-m:Jl•mD\ YlTB 'Z-llQ! BTP.l.53 .\-t11cl, .• l: 2.-tcdl 'llt'oti:te ~ S-Mle (O:;)ubte S~) "1th O,rl)Ont1oo Stat, (fhred') @ 4-locl> l'.T. 'PWo (Class "51). @ 4-l1>c:b C.tor v..i .... ('llocb • .Jouit/1\cta.li>er Glanct) . 13) 4-t'l)d, X,3'-IZ>Cb 11,eduoer (Vod1. Joi.tJt{P.E,) with '3-ID<:b 0.1. n~ Ma.;>t «t" @ 3-t'OC.h ~ter, n~ (~ br O>at~r !l"Oll ,rater t),,pt. ) .\-to.c:b ): 3-tacll lladuoar (na.nc,,) © <(-ta<:h TI~ ~l~ Ms.pte,:- @ ·~toc:b ~ ~ s..&ile (1-t.;ch · i..p111%.e)1 %-Iacb bia. &--uo :iiwle (Thrd), Z-toch en.,., Gate vu.,... (Thrd) and 2-roc.b ·ens. l'1UC (Thrd) 2-Io<:h ~ :rub~ (Type '"'l:') 2-I.ocb oo• D.b:,,. <nare<1> 2-Iacb lru. Gate Va.he 'rt.th (2) 2-la<;b a:-..ss Kal• FltttDc -'da;,ter cnuw:1 to Thrd) • .. @ 5 l/'4-taeb C, f. Vu.v-e 'Bolt ~ O::Ner • ('lbz"ka:d -ra.t•t'') @ '-toc:h fbrUO<lta.l. ~ O>e<:k. Vu.ve (l&edr • .JolJlt{~ t'1oer Gand) -n -G) C: .:0 rn . --. . . l nl"T'r.C1 .\.'O lt\TOU;\LS UST 4-l:-OJ \£E'TUI TTTI! 2-IIOI l?t'P~ 4-toch X '2-Ir>eh lro=e bl) Saddl·• (t:x,¢1e Stn.;,) 'lritb Col'f,()n.\loo .. St.oQ (flu-ed) . 0 +..rticb D.I. ~ (Clue Sl) {;) 4-Iodi ~te va,1..,, (lloech. Jolllt{kWl>CJ' v Glw) @ 4•tocb o .I. n~ Ma;,ter @ 4-toc;b 'tlzrbo-lileter. n~ C~ b7 Contn.c:t.or.l.:rcm 'f,ter Dept,) © @ 4-ID<:b '1'1~ O:,(.,p~l.1-c M>.i,ter -<-tech '&'oa:t>11 To;, S.61h (l-Iocll ~au.e)1 2-[nd:I Dla. Brus ~lpple (Tard). '2-lDch BrUII C&te \"uv. (Turd) u,d 2 .-IadJ Uru.a Pllli (Thrd) 2-Ia ch · 0:,pp,, r Tub1.lli' ('!'yp,, 'T ') ~loch oo• ot,:;,,, Cflll'ed) 2-!och ~ Cat• ValTO wttb .('2) 2-toc.b ~ "'1• fittln« Mq,ter <n~ to 'Il1re&ded) · ®l .. :5 l/4•l~cb C.I. Vuw· \k),: -..rd 0:Mir (lwked •ya;i-'") Q ' (-loch lt1Tl.zoatu Sw1.cg O>ed Valn ~ (lk<:b, .Joill t/1\et&JJ>e:r Ol&lld) a t.'OJ l!tTf:R rrm 4-DO! Im>A.SS @ 6-Indi X 6-tDCb X 4-Jocb O. t. Te<i . (\lech, :.rotntfR,!talDer Gluid) 0 6-Iocb D.I. Mpc (Claa., Sl.) @ ~Icc::b C..t.e v~ v,: (\kdl, Jo int fR.ct.a tner (l].11.Dd) @ e..tnch .o .I. n~ ~tc:r © .6-tncb ~ter "'1th Str-&lnu- :(~ "7 Co<ltnctc.r tnxi 'fat« Oept,) {~ ~1Dcb fl~ ~l.U>«" J.da;,t<,; © 6-1 och 'llrora.e T2p S atdl e (2-lDch bl)st.z.e) 2-Ioch' Oh .• llra.ss :'(1pple (Thr"'1ed); 2-ll>ch lh"UII C.te V&.11r1t (Th.eadcd) u,d 2-{ach 8n.s:3 Plub (lbru.dcd) © 4-toch D.I, ~po, (Cla.aa 51.) ® 4-t Deb O. T, oo• 8-i (),l,:<:b • Jo 1.nt / 11.aWncr Cland) @ 4-ros:h C:...te v&.1...., ("°'=h, Jol.nt/ il4bJMr Gt.and) @ :I 1/4-Ioch C.I. VaJ....., thl< and Cb~ (lbrb:<1 '"Irater) ® . 6-Iac.b lbrl.ro.attl ~ ~ Va].-v,i (~~ .Tolat{lleta..1.Der Ghoo) • 10-1 ~ llI:1D1. 'f1 TB 6-1 l-a! BT P >S5 0 10 -focb :X: 10-t .,;,cb X 6-!nch D. I.· TN ( 'lle<:h , J a l.n t {tie t ui,cr-G h nd) ® 10-Iocb O. ! . 1>-tpc (G1SII 5l) 0 10-!ocb Go.t <1 V .J,v-e (>le<:h. Jal.nt/ R.. t a..iDc r Gu.od ) 0 l O-rocll o. r . n~ ..l,h pt~r • ® 10-!ocb Turl:o )l.o ter "1.th Stn.lr,cr n If. ( P\lr clu.-j b-f 0:, o tr< C 'tD 'C" ( n:a, '1',t e.r tJevt.) @ 10-Tocb n~ co,,,.,Utl£" A<:1..ptc.r 0 IO-loch Brorcu, T2p Su'd.Je (2 -r och T=u.c); :Z-tncb Oh, Br= :ilppl<> (ThreaLed )1 2-[cch En.s.s C.t e Vu.,,, (Thrie..d~) .t.nd 2 -[a ch ~ Pl u;i:(r.-.reule<l 0 6-!ocb D. r. P l p<i (Cl;i.sz; :il ) ® 6-Ioch oo • a.,~ (Uecb . Jolnt{R,,t'-10,0- Gla.nct ) ® 6-lnch CA t <1 Vtlv,, (llecl,. J o lnt/&t&.1.ns:r Glu:rl ) @ :i l/4-l nch C. T. Vo.J.V<I l:x))( u,d Ca<,:r (~ ''Y•te.r'') ® 10...Inch fbr~ot tl ~ O>cclc Val"" (~. Jol.n t(11c t .t.nc r Gl<nd ) STANDARD TURBINE METER VAULT INSTALLATION WITH BYPA SS ANO OPTI ONAL CH \:CK VALVE PLAN ANO SECTIONS ........ '·-··· -- .._. " , • .,.,~ •llCII OUOT"1(~l' Ut.-. ,.., $TUIQU1tl I ® @ © MATERIAL LIST 311 Standard 4 Corporation Stop{w/Top Saddle when required) 3" Standard 4 Curb Stop S 90° Elbow. 3" 4 Type K Copper Service Line © Eclipse Tu No. 88 Sampling Station with 12" depth of bury. I . -~ • © i------3_0_ 11 _M_i_n. _____ ~i--_._..._~~-"-{ !. ~ ~·. · ... :.~_ ... : .. h-=--- ® 2'x ·2' Concrete Pod, Closs'.e',.·.Conc;ete (2500#) w/# 4 " ,P " • Rebar@ 12 c-c Each way ,3 Min. Clear Cover Water ·. · Main~--" ·... ~---.;;;: r:;---~~~=--~··. :#·.: .'". /· . -,, .. . . • .. •• ft •••••• : • • • .., .. ·.•. 0 NOTES• \.o .. :_·." • • .• :· · ... ... · _. ·~_. ... _·...__ __ ~ · .. .; . .;. '· ... © '/Jh \I\\ ~ ·. II , i I ~-.. // ~::::~ I. Backfill Trench Area with sand 2. Place Sampling Station next to power • · pole,elevated tonk,straet sign,tree, or .fire .hydrant · · 5 . When placing station next to f ire hydrant DO NOT top fire hydrant lead 8 'maintain distance of 4' for proper o.perotion of fire hydronl. . . 3. Place SomplinQ Station with door facing I treet. 4. Install Sampling Station on' Short Side' of street. WATER S~MPLING DETAIL 17 11 iJ:.9 =4 _ 6 . In I ieu of lopping main connect to existing la r ge v alve copper r i ser s when possible. Y I \4 7/\6" \-(J67mm1-\ 8;"[0 13 . COVER SECTION ..... 3/4" LETfERING (REGE:SSEO · FLUSH)' . 2.] J/8" · [59 .. mm..------.i · 2 J/-4" 7/\6" 2 ,; .. • II J/e· COVER SECTION --[IOmm) 26" \ (660mm \ 1---rioi~~·..-1 ---11 21 J/-4" [!>!iJ111m ___ _ \_.: ·--27 5/16" =J [693mm] t-------Jl 3/16" [792mm] • CITY OF FORT WORTH WATER DEPARTMENT 1000 THROCKMORTON ST FORT WORTH, TX 76102 617-871-8 240 FAX: 817-871-8195 CLASS 'A' ST AN DARO PLASTIC METEH BOX WITH CAST IRON LID FOR 3/4" & 1 • METERS . SCALE AS SHOWN l ~ l ~ I ~ ~I ;:,:: ~~ ~~ ~ ~ '. I ' ., PLAN VIEW U I/It"' (7 1.lnvn) ---------1 n 16/11· (-...,] COVER SECTION 13 IG/11" 11-ll 111/11" I ,', (;wnv,,). I (»lmm) I IJ/IO' ·u"'"'""\Y"'"'"'HW''.""'"ll"""'"''f "'"'Hf ,.,_] COVER SEC TION JI I ta· [IOOmm} '2.1 .,,,,. (721lrMo) '" . ' i ·- I 13/lt" cn ...... J - .. - . . ,, •' . ;_. ,. H 1/4• . (Mlmm} BOX SECTION I I ~~ I:'· . • l H •t•"· (:m1,...,_.1 _j . . . •-----l-~ J /10 · [1 07 mm ] BOX SECT ION ( c::: C ITY OF FORT WORTH W ATER D EPAR T MENT 1000 THR OCK ~ORT ON ST FOR T WORT H , TX 76 1 02 817-87 1 -8240 FAX: 817-8 71-8195 CLASS '8' STANDARD PLASTIC METER BOX Willi CAST IRON UO FOR 1-1/2 . & r METERS SCAL E AS SHOWN -' I . --- ·-\-.----22 5/e· l575mmJ PLAN VIEW coven SECTION ; ,·. , ., ., C J/4" Le:rtERll:IG COVER SECTION . (~tCESSED rtUSH) . . · I IJ/t8• _{40mm)_ COVER SECTION i----.--..,..-----,-'H. ~/J5" ______ t (Ot7mml BOX SECTION W J/8. (518mm). BOX SECTION CITY OF FORT WORTH y'lATER DEPARTMENT 1 000 THROCKMORTON ST FORT WORTH, TX 76102 8 1 7 - 8 7 1 - 8 2 40 FAX: 8 .17-871-8195 CLASS 'c' STANDARD PLASTIC METER BOX WITH CAST . IRON LID FOR 2-3/4" METERS SCALE AS SHOWN ! . . . . ' •. ... ..... I .: . -Pit: .. ·. \' .. . . . l. : ---v-·:-T __ _ . \' . ' ... ' ' ... ' : \ . · .. ,, . ,. ' , .. • • t . ' . .·' t -·· . I I ... I . .. I . !' . I l I' .. ' ~-· . ,. ' • ., ' ' • ,• •· ' •• '• ~ ' • • ' • : ' o' ~' I ' • ': I • '• :· ' : I, • ' • ' : ' ' ~ • I ' : ' ' ' I : I ' ... ·.. :1 • • : ' l I . • •·• ,· ·: STD, I WATER . AND ·.· SEWER iS.ERVICE -· LOCATIONS :·':.:: . ·.; . i; .· . . <FIGU.RE · .. :2A). : ·: · :· . ._: '. :·.·· .. i:··.: ·. ·. '.': ' ' ' j · · · r ·i' ·,' • '" '' ' " • · · 1 , .1 I ·· , , ', .' ,·.··.,· .. · P/L · -i,. I I • . . . ·. . ' . ,. • ', . ,, : I I . • • l ' . I ,I . • ':i .•· . ' . ., I I I L • l ·. P/L I · .. , I • I ' ' . t'' t .• • ·• • ,,: .. :" . '."_ .. 1·. ·.· . ... • i· ·: ,: :· ,i .. '.. ·,.'· ,' ' : .. ,. . • .. .: ' . . ' ' .. ,' . . .. ! . . . . . ' • •·,' It : • •' ; •: I ,' ' ' • I . ' . '. ,• , .. ' '.• • ,I . . • . . ·.: . -!" . ·: :: . :· .. _.::"-".. ! .. ·, '.·' . '· • • •. I : : '. . 1 · ..... I . . : :·. I ,·. ; . '' ' ' : : ' :;'· ..:' '1 . '·.: . : ; : !. J -.· ••• ; •• I I • ' I '· ' ' '' :. ,'; .. · 1 .' .. : . ,. I , :, .· ·. ,, . . . .. I ' . . •. ' 1· 11 1.·. ,, HOUSE :I ' -' . HOUSE :I····. HOUSE : : : : J ·~ .· ,,; .. ; ·:·: :i::.· .::. :'. .·1 . /~ . ·.. I . .• : : -I ' . , I • r- '1' ' . . I IL 1' . : . '·. ' .i ): <.· : · .. :. . .•. \ _: : '. '1 ·: ' ·. (/) : ·. l . \ . . . . . ~ ' I , ' . . ' I ' I . :• . : '. '. . , ··; .· 1 . ', .I 1< 1 · , 1 . . : 1 ·.: '. ; i . : .. . ·'1 . -·> J .·.d · .. \ ... : .. '1 , :; ' . ~L/2--:l / .· .. I ::::> I · .. · · .· · · ·\ ,· / · ·,. / .. , · · ,. 1. · , , ... , , L-...... ;.-, .. , ....... c· .. n .... · .·,· .... ·, ... 1 . . c.o. . ... . ·. : c.o.·: ; ·1: : : : 1 . · I : .--:~--~ · .. 7.~.7;-~:1 :.,.,,-~-:--1----~-~-.~--I --·---· ---1 ;--~. ,' ·. J ··,: : '' i .; . i '. . ·.' . : s '1 ', . ' I ,•', I i . '• . I • WNJ),4LJ)J 5 . !Nin AL-~~'-'-'--'~ TYPE "C" BACX Flll SIT SP EC. E l -2.+ G;C.D . 8AD<Flll COVER W Nl l,.j U l.4 5·-=~~+=:..i ~BED MENT SAND ~AITRIAl E..i,JBED ME N T & INITIAL BAO<Fl ll SEE SPEC . El -2.3 G.C .D . WATER: SIZES UP TO AND INCLUDING 12" V) w a:: WN IMU~ INITIAL BAO<Flll CO\.£R: --:o~~~~~ WATER -6" SE\lrER -12• STORM DRAIN - 1 r II II I .ill lit TYPE ·c· BAO<Flll S££ SPEC. El - 2 . + G.C.D. .-<....!...!.-:--c-·---CRUSHED STONE OR SAND "4 A TERI.AL INITI.AL BACK FlLL SIT SPEC. £1-2.-+{b) OR Et-2.3 G.C.D. MINIMUM 5·-,-~---,.,~ E.MBEDMENT ,-..___ CRUSHED STONE SAND GRADA 1JON • LESS THAN 10:t PASSING #200 SIE\t • P.l. "' 10 OR LESS CRUSHED STONE GRADATION SIEVE SIZE X RET AINEO ,· 0-10 ,;r 40-75 J/a· 55-90 ,.. 90-100 113 95-100 SEE SPEC. E1-2.3 G.C.D. WATER: SIZES 16" AND LARGER SEWER: ALL SIZES STORM DRAIN: ALL SIZES MATERIAL SPECIFICATIONS THE EMBEDhlENT AND BACKFILL DETAILS PROY1DED ON THIS SHEET SHALL REPLACE APPROPRIATE PR-OYISIONS OF BOTH THE El-2.-4-{b) AND El-2.J OF THE G.C.D. AND STD. SPEC. ITEM +02 OF THE TPW STANDARD SPEOFJCATIONS FOR STREET &: STORM DRAIN CONSTRUCTION . ALL OTHER PROVlSIONS OF TI-i£5£ ITEMS SHAU APPLY. WATER, SEWER & STORM DRAIN ; EMBEDMENT AND BACKFILL DETAILS t r--------_;;_------------tl CITY OF FORT WORTH-CONSTRUeTION STANDARD , ST AND ARD FIGURES AND DETAILS PAVEMENT - .. EXISTING CURB & GUTT ER . ' .· . · T~ENCH REPAIR LIMITS EXISTING HMAC PAVEMENT . . ·~ EXISTING HMAC PAVEMENT EXI STING BASE (IF ANY) ----BACKF ILL MATER IAL (SEE NOTE #3 ) TRENCH REPA IR W/PERMANENT HM.AC PA VEMENT AND NON-REI NFORCED CONCRETE BASE TYPICAL SECTION EXISTING CU RB & GUTTER NOTES: I ) 1. PLACE A Ml.N. OF 2" HMAC SURFACE COURS E (TYPE "0" MIX) TO MATCH EX ISTING HMAC PAVEMENT GRADE AS 51-iOWN . . . .• . 2. PLAC E A MIN. OF 8" 2: 27 CONCRETE AS SHOWN 3 . l'LOWABLE Fll.L IS REOUll~ED TO BACKFILL ALL rnENCl-,ES tN DOWNTOWN STREETS, AND IS OPTIONAL IN OT11::.R AREAS . FOR STORM DRAIN 1NS TALLAT!ON, I BACKFILL SHAL .L. MEET SPECIF!ED IT EM 402 OF TH E STANDARD SPECI FICATIONS f-"OR STR EU. AND STORM DRAIN CONs ·:·RuCTION, CITY OF FORT WORTH ALL CONSrnuCTION MUS1 Bl I:\/ ACCORDANC[ WIT H THE CITY OF FORT WORTH STA~:)ARD SPEC IFICAT IONS FOR STREE I ANO S!OHV DRAIN CONSTRUCTI ON roR WAT ER OR SANt TAR Y S[WER INS TALLATION , BACKFl • .. L. SHALL Fk PER FIGUR[ A. CITY OF FORT WORTH , TEXAS PERMANENT ASPHALT PAVEMENT REPAIR WITH NON-REINFORCED CONCRETE BASE DA TE: 0 9 /2 0 05 2000-1A ,·· ~11 :,:~., .... {.f\;>·: ~·· .. ··r TRENCH RE PAIR LIMITS EXISTING HMAC PAVEMENT EXISTING HMAC PAVEMENT .. EXISTING . CURB & GUTTER 2" HOT MIX ASPHALT TRENCH REPAIR W/T EMPORAR Y I-IMAC PA VEMENT TY PICAL SECTION BACKFILL MATERIAL (SEE NOTE #3) EXISTING CURB & GUTTER NOTES: 1. PLACE A MIN. OF 2" HMAC S~RFAC E SOlJRSE (TYPE ".D " MIX) TO MATCH EXISTING HMAC PAVEMENT Gl~AD E AS SHOWN . 2. PLAC E COMPACTED . FLEX BASE MATERIA L A$ k~Q WN . ·. 3. FLOWABLE FILL l S REQUIRED TO BACK Fi ll ALL TRENCHES IN DOWNTOWN STREUS, ANO lS OPTIONAL !N OTHER AREAS. .FOR STORM DRAIN INS T Al.LA TION, BACKFIL.l. SHALL MEET SPECIFIED :T[M 402 OF THE STANDARD SPECIFiCAT IONS FOR STREET AND STORM DRA IN CONSTl~UCTION, CITY OF FOR, WORTH FOR WATER OR SANITARY SEWER INST ALl.,A TION, BACKFILL SHALL BE P[f~ r-·1GU RE A ALL CONS TRUC TiON MUS i 1,E: lN AC CORDANCE WITH THE CITY 0>" FORT WORTH S: ANO ARD SPEClf°ICATIONS FOR STREET M,D STORM DRAIN CONSTRUCTION . f9!TWoRTH . IL F CITY OF FORT WORTH, TEXAS DA ff 09/2005 lEMPOR~RY ASPHALT PAVEMENT REPAIR 2000-1C 1 EXISTING CURB &: GUTTER EXIST B.ASE EXISTI NG HMAC PAVEMENT N0.3 BARS ON 24" CENTERS BOTH . WAYS WITH MIN . 2 BARS LONGITUDINA L IN. DITCH ' TRENCH REPAIR LIMITS MI.N .. 2" HOT MI X ASPH ALT S.O.W .CUT SAW CVT EXISTING HMAC PAVEMENT REI NFORCED BASE ~-~ BACK FIL L MAT ERIAL (SEE NOTE #7) EXISTING CURB & GU TI / EX IST CONC . BAS E RE IN FORC ED CON CRETE B AS E NOTES TYPICAL SECTI ON 1. RE INf"O RC~:D CO NC f~f:T E PA VE:fv1ENT SHA U . B[ l~EC'i.ACED TO Of~IGiNAI. THICKNESS or~ TO A MINIMUM THICKNESS OF 5" WHICH[VER IS GR l:A TER 2. IF ST EE L EXISTS IN CONCRET E PAVEM[N, TO BE CUT. THE SffEL SHALL BE CUT AND SAL.VAG E AS POSSIBLE . A MINIMUM LAP SPLICE DISTAN CE OF 12" SHALL BE PROV!DEO . 3. REiNFORCED CONCRUE PAVEMENT WILi . BE REPLACED OVER TRENCH, AS SHOWN, iN THE EVE.NT NON-REINFORCED CONCR ETE PAVEMENT !S REMOVED . 4 . ALL EXIST ING ASPHALT COURSE: SHALL BE REP LACED fO TH[ OR!G'NAL DU)TH . MINIM UM PA VEM ENT ON ALL ASPHALT STR EET S SHALL BE 2" OF ~NE GRADED SURFACE COURSE . 5. BEDD ING OF PIPE TO MATCH ADJACENT SECT IONS . 6. 2 : 27 CONCRETE MAY BE DELE TED IF HALF TH E SPECIFIED THICKNESS OF 2: 27 IS ADDED TO THE CLASS "A" CONCRETE . 7 I LOWABLE f ILL IS RE QU IRED TC; BACKF1 :. L /'.,.:.. Tl~1:>,CH:S IN DOWNTOWN STREETS. AN D :S OPTI ONA L ,1': OTHER Ar~[AS ::-oR S10RM DRA!N IN ST A clAi;()N 8 AU•Y'L L Sri A Li.. MEET sn C!F!ED : rrn ~ ()). l)r Tt•[ s; A'UA.RJ SPECI FICA TIONS FOR STREET AND S TOR M DR A;N CONSTRU CTION, CITY OF FORT WO RT H FOR WATER OR SANITARY SEWER IN S TAL(.A~ION , BACKFILL SHALL BE PE R F:CU RE A ALL CONSTRUCTION M UST BE IN ACCOR D ANC(_ WITH THE CITY OF FORT WOR TH S TA NDARD SPECIFICATIONS FOR STREET AND STO RM DRAIN CONSTRUCTION . CITY OF FORT WORTH, TEXAS DATE: 09/2005 PERMANENT ASPHALT PAVEMENT REPAIR WITH REINFORCED CONCRETE BASE 2000-18 lC Cb i'I CflCTC SH ALL c ur f'."Ull D(r>TH . MIO Gf<OUT 1~0.S x 2'1" TI E 24" C·C. P ENAi'RATE MIN, G" STING -PAVEf..!Em ~ NO '.J BARS TO Tl-I[ N0.5 rn: BM MINll..lU!,.1 12" 0\/ERL/\P . (P /\1..J S JON JOlt-lT US E m::owooo :;N JOINT FILLER ANO NO.G x 2'1 DOWEL /\T 21" C·C " \ EXIST . CONC . . . EXIST, STEEL CU~G • ~.1 .. . ~t.:; . S/\W P /\V D ,IEMT . . < 5' MIN,( I ._ CUT ,, . ... ,' ,. \-5 .. •• 18" l II -- SA W CUT · / E Y.ISTIHG STCCL l ~l P /IV [l-.1[1 I SHALL BE CUT I..J O 3 G /\R S © 2 ,1 " r C BO TH Vi /\ Y S 11 /:. . -I .. . . ·b .. ; . .. .... ' . . ' . . ... .. ,, ,, --............ ~ ····~ 18 " 6" 1 -r-'1 I . . . -. SAWED OR CONS TRUC TED JO~T -..a...----;~~---t-5_' _M_IN""tl -7~w·rrr _____ (f . JO II \I T . JOIN T DEPTH 15' I I : ra CURB . I A. B(HMANESH, NT Olf'{E C TOR. 1'PW PA V Ei/ENT JOINT TH ICKNESS DEPTH T -5" i-1 / .I,." T · 6" 1-1/2" T · ·7 11 1-J /{" T· 8 " 2 " TYPI CAL PARTIA L PAN EL REPLAC EMENT REI NFORCED CO NCRETE P AV EMENT " . FORT WORTH ~~, .. -- \:/ CIT Y oF FORT worrn,. TEXA S TRmSPORT°AT ION/PUBLIC ,W ORKS . ·· · t::r~c u~Ern1Nc orvis101..J APPROVED e'C~ -?r'r~~ DMESLsL~L HUGO M/\LAI-.IC/\ DIRECTOR, TP W ----------..:--~~-~~~~~~~~·~--~- FIG . 2000 -~/\ -'-------------J--------------'------------------------·"• -·--·-···-· MAINING PAVC:MENT BETWEEN AIRS MUST BE A MINIMUM _L DIRECTIONS. e.Y 5' MIN . I . . 5'.MIN. CURB t CUT rrn TYP .ICAL 28' WIDE PAVEMENT OED DY~~-D/\TE : 2-,_m_k\_ . --------------· \ 5' MIN, 5' MIN. 25' ASPHA LT 28 ' / /\PPROV E:D BY~?5=-'2J,,{,b D11 Tr. :;/?~~T---· I HU GO M/\LANG /\ : . Bf::,MANESH , DIRECTOR , TPW 1 --'-0_IREcc.-C_T 0-'-11..,_, T_P_W ___________________ J CIT'!' OF F-ORT wor:rn -1. T[X/\S rn/\NSPORT /\TION/PU8LlC WORi<S EI\JCII\JEE:rllt>IG 01v1s1m1 r 1c ;,ooo -~ Fl ________________ ,.._ __________ ...._ _____________________ _ ~OTES I.THE FOUR SIDES OF THE CUT SHALL 3E .NEATLY SAWED WITHOUT ROUGH ;OGES '.. ANY REMAINING PAVEMENT BE1WEEN >POT REPAIRS MUST BE A MINIMUM ::>F 5' IN ANY DIRECTION. Lo no Se r v ices Short Ser vice s F or oreo < 5'; go to curb e, s q u a re off . L Q.) (l) +-C 0 ·-;: - L (l) Q.) +-C O ·-:;:- As p.ha I t Con cre te Replace lo edge of panel .where .· lhe distance . between cut and edge of panel is < S'. Lon <;i Se r v ic es Shor .+ Se r v ice s For oreo < S': . go to curb B,, square off . [:J Em er gen c y repa i r. L Q.) (l) +-C O·-> - L Q) +-C ·-> - Asp halt Concret e Replace enti r e po ne I f r om c e'nt e r I i ne to curb. P AV EMEf\ • > 10 YEARS P AV E ME N T < 10 Y E AR S ANK CRUMB, SIST ANT DIRECTOR, WATER DEPT . ev . Fo~rwo~TH .. ::::::z;. , ·c = rd ... ),-,, WATER. DEPARTMENT . CITY . OF' F'QRT WORTH , TEX AS AP PROVED BY : ~_.,,+-/---ATE : Z /4 0 \ DALE FISSELER, DIRECTOR, WATER DEPT . FIG 2000 -4 W ' Q.I..u: PROVIDE ADEQUATE OVERLAP OF PLATE ON iPHALJ TO ASSURE NO SLIPPAGE OF .ATE AND NO COLLAPSING OF TRENCH IF' 'TRENCH LENGTH IS LESS THN-1 5·FEE T 10 STEEL PLATES WILL BE IN PLACE LESS i~·~B HOURS STEEL PLATES 1,lAY BE .ACED DIRE:CTL Y ON EXISTING ASPHAL T WITHOUT LLING, PROVIDE TEMPORARY ASPHALT !~SITIONS E:XlENOING J·FEE T BEYOND EDGE '· STEEL PLATES. COLO MI X t . EXISTI NG M.H. OR VALVE AT GRADE STEEL PLATE TYPE "A" MUST HAV E PR IOR APPROVAL OF CIT Y DET AI L FOR COMMENDED. G~ DATE : 4.LJ..:D_o I ORC~ A. BEHMANE$H, SISTANT DIRECrOR, TPW FORT WORTH ---~-. r. '@ CITY OF fORT WORTH, TEXAS TRN-JSPORT ATION/PUBLIC WORKS ENGINEERING DIVISION TRENCH STEEL PLATE _/ MILL \" roR STEEL PLAl PACK JO INT WITH COL D M IX APPRO V ED s{?",!~ .7}1c;,~-OATEJl-}1-9/ HUGO MALANGA DIRECT OR, TP W FIG 2000· 5 I i I I I I I I I 1· I I I NOrE : Gun,, to be ,hop,d to conform wiH, cone,,,, vcllty (or pov•m•nt} L I I I I I I ,. or a, dir,cted by 111, 1 enoine~ I I i / r,,. 7 H r•infort•d cone,;,, vaf•r sllolf nplac• the top 1" of ttt. ~:, v•m• nl ' with · "" ,,,,.aimng portion of p<1v1trt,11I fo bf· constrvcr,d including 111b·grad• tr,atm,nt, in occordo11c• w,fh lht lypicat' poving 11ction . Th• ·concr•f• volley will be goYtrn•d occord111g to city ,rondords for concrtft curb a gulftr. The concrele sholl be of woslled ond ·,cueil'!d · 099re9ot e ~,,h o m,n of five (5) socks of cement per cubic yoro of concrtft in ploct .,.;,ri o m,n flexural ;1r,n9th of 550 pounds per square inch 01 seven doy, with cente r lood,nq . TRAHS.ITION SECTION · For Vallttl . Croung Major Strub DISTANCE FROM · ( OF DIP o' ,· 10' 20' JO' ·,.o· CROWN 0 .000' O.Crft' .O.~J' ·o-.ioe·· 0.3JJ' 0.456'. · Not to . $colt NOTE: Thit ii torM OrU1irtg o, C-1066-R REVISED 7-8.q EF·W/WRM REVISED 9/28/87 J.4.N./W.R.M, CONCRETE VAlL.EY CITY of FORT WORTH, TEXAS-CONSTRUCTION STANOAR I -I f>R°'-'ECT DESIGNATION. SIGN I Vt' . l t City of_ Fort lVortli ,. ;1 -- t t ~~· \ I I :• --I.]"~ ~r' . -, ,· 1-.. roject Title i l t t ~· f ,vi, Contractor: V':{ .. .,. I vr't . -I ntractors Name . I l~· . ,· •• .. ,· ,· . ,· II : 11/1 t w' I vt"' •• -FUNOCD BY 1986-es CAPIT~ IMPROVEMENT PROSRAM B rCMMLNTY DEVELOPMENT Bl00< GRANT PROGRAM . Scheduled Com letlon Date Year '- ~ ..-WT ( ( ~ ~ex:~ 'I/ Yl(tT{ UTTV\I l u TIVlfJ-C • an er , o~ .. O'tT)( -IOXXJM POf1 mu: N 0-.ICCT Tm..! • c::><TlJ.C ~ -1 0-lTt D( tc(l Y( TlC-,l OTuO\ LCTl[IO J< H8..YCTICJ. - I V4-• " If • • ,. . ~ 1n· • t f - ' ... I Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 4082 E Lancaster Ave Fort Worth, TX 76103 306 Sargent St Turne;r Subdivision Beacon Hill TEMPORARY RIGHT-OF-ENTRY AGREEMENT Fahad Alnimer, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block Al, Lot 3A & 4, Turner Subdivision Beacon Hill also described as 306 Sargent St, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Turner Subdivision Beacon Hill. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the .entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If res toration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ ~ 2007 by Fahad Alnimer, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D .O .E. No. 5147 312 Sargent St Fort Worth, TX 76103 312 Sargent St Turner Subdivision Beacon Hill TEMPORARY RIGHT-OF-ENTRY AGREEMENT Charles David Carrington, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block Al, Lot 5, Turner Subdivision Beacon Hill also described as 312 Sargent St, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Turner Subdivision Beacon Hill. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ _, 2007 by Charles David Carrington, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) ' I ' ' I ' ' I ' ' I ' ' I 00 JJJJ ·-<I> << fTl fTl , ::i;:r j D -< ' I ~--------1-:.---- --------J_ A' 316 SARG ENT ST CHARLES JOE ACKER 316 S SARGENT ST F ORT WORT H TX 76103 TURNER SUBD IVI SION BEACON HILL BLK Al LOT 6 VOL .010774, PG .2394 6 I I I I I ' I ' ' I ' ' I ' ' I ' ' I ' ' I ' ' I ' ' I ' ' I ' ' I ' ' I ' ' I I ' 312 SARGENT ST CHARL ES DAVID CARRINGTON 312 SARGENT ST FORT WORTH TX 76103 TURNER SUBDIVISION BEACON HI L L BLK Al LOT 5 VOL.012029, PG .2 346 5 ' 306 SARGENT ST I F AHAO ALNIMER 4082 E LANCASTER AVE ' FORT WORTH T X 76 103 : ' TURNER SUBDIVISION BEACON HILL j j BLK Al LOTS 3A & 4 , INSTRUMENT : 0203430163 3A & 4 ' I ' ' I ' ' I ' ' I ' ' / / ton : : l :;{JQ I I I ' : : f\) {fTl• I N : : : ' l_ -- { { ' i<~ 1 J~ I I i I I ~ I _ I I I -__ j_j --~ ) ~ -L___ LL R. 0 ._I/}. ---------__ ,.._.L~ ---- .L ------, ,.. L_UNL. -~tl LK jir:=l'J =============-=====-"-'1 1 1 ·(--.--....., ~ I I A' ~~~=====~;,===========~F°'=l==i=t:====jr==='l "" " ~ o-J> 0) ::>:: • ~ SARGENT AVENUE ~ ~-----------------------------~-----------------------~-------D D r r ~ ~ ,/, /, --=~,~~~-/,~=========~·/,'======t ·--····---~···-·-···-g:.. ...... -....... -···-···-········--·······-"··· ·-~ ·····-·····"········-· .. -····· .. ··· ~U.::::::::···:::!,··--·::=,··"-~l ----:;:;:-:~,::;----;-;-;,-;-;---------i WAJ~ K l /( r--.. _ _ _ _ _ _ , _ _ _ _ ~ _________ !-:-_-::-_ r+-::-:-::-:;·~~C!:· =-=-:_ -=-=~C=O:':N:-':C':::.=-='":W:-::A=L-::'K-:-=:-:-:-=-::-:-::=-:-:-: ~---~,: i --pl --. -: --1 :'lJ -- --- ------ --- ' ' .... :on I .-.'~-----.......... -----4--.......- " I ::oo: I I ~ I l 6' IRON FENCE :·· I ~ l ,,_ ... Z ' fTI N CZ -t:I'' Tl ,1:.. '' I :<0: £~ ~ rri , I ~ I lfT}. : z z ' ?J ::"JE: I AO ' 'l I'D : I n::e:: I I I fTlO r .i:,. , •-< ' TJ D o , t--i _ I rr,.-... 0 I 7 ~z I TEMPORARY RIGHT OF ENTRY AT 312 SARGENT AVENUE ~ :t: I s:i ! ' ' I ' ' I -DRIVEWAY TRANSITION CH2MHILL PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 0.0.E. NO . 5147 Terr!). Enlry.dg:l 2/ 112007 1,59,za AM (.f) -C1 z Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 316 Sargent St Fort Worth, TX 76103 316 Sargent St Turner Subdivision Beacon Hill TEMPORARY RIGHT-OF-ENTRY AGREEMENT Charles Joe Acker, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block Al, Lot 6, Turner Subdivision Beacon Hill ~lso described as 316Sargent St, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Turner Subdivision Beacon Hill. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ ~ 2007 by Charles Joe Acker, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) ~ -· "-.. ru ~ 400 SARGENT S T DAN IEL 8c MARIA MARTINEZ 400 SARGENT ST S FORT WORT H TX 76103 TURNER SUBDIVISION BEACON HILL BLK Al LOT 7 VO L .011640 , PG.2305 7 /oo r~ ~D << rn 111 :.::r ]> -< I/ .----!:::!.~ -~' ,v _j _:rJ _ -J _________________________ L. .// .// 11 ]> 316 SARGENT ST CHARLES JOE ACKER 316 S SARGENT ST FORT WORTH TX 76103 TURNER SUBD IVISION BEACON HILL BLK Al LOT 6 VOL .010774 , PG.2394 6 312 SARGENT ST CHARLES DAVID CARRINGTON 312 SARGENT ST FORT WORTH TX 76103 TURNER SUBDIVISION BEACON HILL BLK Al LOT 5 VOL.012029, PG.2346 5 I I I I I I I I I I I I I I I I I I I I I I I -.. ----- ~ --- ~ - " Sfl SARGENT AVENUE ~--4.-----------~--t -----------------------------L-------------- r v -t ·-u ,/, ./, ' . /. ~ --··-·-··-·-···· ~lr:··········-···--···--·····H ···-·-· .. ·-·····--····---·--······· .. ·-·-#-·········--···"···----···"'"'"'''' ............... -·-. ----~------~ -!~) "9 ~ -CON(. -WALK I ,'( /'-. I ~ C ,-&11 :·--~n ---, -------: : -t •) --------:---------------.-=.i:;------ : CIC) 1 I JJO -· ®1 lon' I 1 --~, .,....z '--, ':::oo: , i ,:E:. E 1·-D , ' ,,, ru l:~z • rnrv r.;:.l''TJA ,'-. I <:: < I ' rn• : ' I :< (7 : ~ ~ -' rn , , I I fl] fn : :::E: : -• 1ff1 • I 2 Z Z , :£:r : , D , XI ' :::;:: : • ;;:i;::n n::i.:: , .D I : -< : -r-i I 'D : I rno I ; -< , 1 :-< 1 -n D 0 I I r~I . I I I 1--f .._ I mt-i O I I Z 11 ~Z ~ I TEMPORARY RIGHT OF ENTRY AT316SARGENTAVENUE -DRIVEWAY T RANS IT ION CH2MHILL T ""l>-Enlry.d(1l 2 / I /2007 ~z PAV EMENT, SEWER, WATER MAIN REPLACEMENT 2 004 CIP CONTRACT 37 CI TY PROJECT NO . 00296 0 .0.E . NO. 5147 Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 319 Sargent St Fort Worth, TX 76103 319 Sargent St Turner Subdivision Beacon Hill TEMPORARY RIGHT-OF-ENTRY AGREEMENT Andrew M & Johnnie F Dukes, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block Bl, Lot 6, Turner Subdivision Beacon Hill also described as 319 Sargent St, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Turner Subdivision Beacon Hill. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ _, 2007 by Andrew M & Johnnie F Dukes, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) - ' 00 ::0 ::0 ,_,D << rnrn !j I I oo ' ::0 ::0 ' ,.....D I << ' fnfTl ' ~. I ' ' I I ' I I ' I ~on I I j ::00 I I I I 1.-.z I I D I ..... j <O I I ' I ,m• ::e::r I I ' D I I -< I I I ru ),:.:: I I I ' I ' I ru -< : : I . . I ' I I I ' I ' ' I J> I ~ I ---~:: ----- .l--.-----, _ LUNL. -W A ~K J_ I -------- ~ I I -t;;;..-gJ!Jc:==:_ ~;:::-=========r!::-==~==::1---1:::r,=iirr=~~::=~1=-==::::-~: '==========t ,_ J I ___ 7]~JJ ~ ---------I // \'k I I A ' D (j') -0 SARGENT AVENUE l_'k ' ----!t --------__ __j _ D r -l -----------------------------_I_ --- ---------- v u I I ' I I ' I ' I I I I I I I I . . I 401 SARGENT ST z 7'n :r: -nD rn ,_. zz n rn OSCAR 8c IRIS LAZO-PERLA RIOS 401 S SARGENT ST FORT WORTH TX 76103 TURNER SUBD IVISION BEACON HILL BLK B1LOT 7 INSTRUMENT=D204382234 7 I I I ' I I I I I I I I . I ' ' I ~ "'.I ;,;::n I -rJD m ..... zz n m 319 SARGENT ST ANDREW M 8c JOHNNIE F DUKES 319 S SARGENT ST FORT WORTH TX 76103 TURNER SUBDIVISION BEACON HILL BLK B1LOT 6 VOL.009635, PG .0721 6 I . I I . . I I 4128 E LANCASTER AVE ROBERT L SUM 106 WESLEY ST CAPITOLA CA 95010 MATTHEWS, CHARLES SUBDIVISION BLK 1 LOT 1R1 INSTRUMENT : D2023 70530 1R1 : ' I TEMPORARY RIGHT OF ENTRY AT319SARGENTAVENUE -DRIVEWAY TRANSITION CH2MHILL Terr-.,_ Entry.de,, 2/ 112007 7,59'36 AM ~z PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 D.O.E. NO . 5147 Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.0.E. No. 5147 400 Sargent St Fort Worth, TX 76103 400 Sargent St Turner Subdivision Beacon Hill TEMPORARY RIGHT-OF-ENTRY AGREEMENT Daniel & Maria Martinez, Own~r(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block Al, Lot 7, Turner Subdivision Beacon Hill also described as 400 Sargent St, Fort Worth, TX 76103 , for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Turner Subdivision Beacon Hill. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of-----------~ 2007 by Daniel & Maria Martinez, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) 408 SARGENT ST 400 SARGENT ST ' 316 SARGENT ST ' VICTOR MULGADO DANIEL & MAR IA MARTINEZ I CHARLES JOE ACKER 408 S SARGENT ST 400 SARGENT ST S 316 S SARGENT ST FORT WORTH T X 76 103 FORT WORTH TX 76103 ' FORT WORTH TX 76103 TURNER SUBDI VISION TURNER SUBDIVISION ' TURNER SUBDIVISION BEACON HI L L BEACON HILL I BEACON HILL I BLK Al LOT 8 BLK Al LOT 7 BL K Al LOT 6 INSTRUMENT : D20427843 VOL.011640, PG .2305 ' VOL.010774 , PG .2394 ' 8 7 ' 6 ' I I ' I 00 I I I ' I 00 I I ' I ::0 ::0 I I I I I I ' f"1 00 I I ::0 :lJ ...... D I I I I I I t on I I >-<D I I I a ::0 ::0 I I <<I I I << rnrn I I 1:00 I I -Cl ...... ]> I I I I I I I fT1 /Tl I ~ ...... z ', f'1 << I I ~r I I I I I ·-· I I fl) rnrn I I -:E:r ~ I 1< n I I I I I " I I ~ ~r I I " D I I ,m. I I I I ru -( I I Iv I::.: I D I I ' I I I .._ ... I " !D I . -< I I • ;/ I I I I ;:o I I R.O.W. I I I I I ...l_ ~i ~ I ~ ... J~ --~ " .. -~ ·-...I..... ,_ ~ L_U!:!_~L -~~LK LK -~ .J --!--------------------L-------~ J I '" "J ------// '\.'I. .... A ~ .# '' I I .... ' 11' . " IJ'I D SARGENT AVENUE ~ t M!::L ----------------ft ----------~--;---------------------------- IM 64 1 .17 r N 8"PVC·636.07 ·-r ~ UT 8"PVC=635.g7 -c, ~---~ii--:r . -_: __ -F;~::~,-:-:·coN_c~~-:c~~W~0;-:-_--)i.,,;~""--·-=_ =_··~= ... = .. ~=--~=-= ... = .. ~""'-~:,;ff~====-~-==-==-==-==::==T-==···=--==-~==-~~ -~ .. = '----~ :• ;..;/ --------! -,y : -I O C) : @: : }~ : co , , OC) I ::oo ::::-I :onl I • i z i ...U,U' ,....,z ' '::UO' , n • ! -DI : ,, , ~ , : ..... z : nl!\.l r ""'!.:, ,i..µ. ii :rn ·: <<1 1 rn· : I :<ni ~~ ....... rr1 .. ...., :.:.E'.; : f1l !Tl ~ I -l fll • : Z Z Z ,. , ~r · D : Al • :~ , 7':n 0 ~ i( i ~ I i -< i ...., i !~ ! Tl~ mg , . , r ~' ' rr1...... o I I ~ 'I zz I I Z n TEMPORARY RIGHT OF ENTRY AT400SARGENTAVENUE -DRIVEWAY TRANSIT ION CH2MHILL T efTlL En1ry.d'1) 2/ I 12007 7,59,43 AM ~;,: PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 0 .0 .E. NO. 5147 Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E . No. 5147 401 Sargent St Fort Worth, TX 76103 401 Sargent St Turner Subdivision Beacon Hill TEMPORARY RIGHT-OF-ENTRY AGREEMENT Oscar & Iris Lazo-Perla Rios, Owner(s), herewith grants pennission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block Bl, Lot 7, Turner Subdivision Beacon Hill also described as 401 Sargent St, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Turner Subdivision Beacon Hill. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be pennissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather pennitting. This agreement is executed this __ day of-----------~ 2007 by Oscar & Iris Lazo-Perla Rios, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) ' : I I 11 1 j· ~'ij i !I I I I oo! I I I I I I rl OQ I ;:o :::o ...... D I I I :;~1 I I I t o n Cl JJ :JJ I <.< I I 'Cl-I> I rr,rn I I I j :00 --'-I I ' ' I ' :1r1 << I JT1 [Tl ' ,:,;:r I I 1 ....... z [\) I rr1rn I ..... ::;:r I D I I j <O I '· D I ' I :.:, I -< I ,rn· ' J> I ru ' -< I fl.) I ~ I . ' I 'D ' -< I I I I I I _ _L _ L--- 71 D SARGENT AVENUE ~ H ________________ ~ __________ L_:::J:_ __________________________ _ IM 64 1.17 · ~ · N 8·PVC ·636.07 -1 UT 8"PVC=635.'17 401 SARG ENT S T 3 19 SARGEN T S T "Tl.:,. fTl ' z n::E: rno 0 0 405 SA RGENT ST PABLO CARR ILL O 2518 HIGH CR EST AVE FORT WORTH TX 76 111 TURNER SUBDI VIS ION BEACON HILL OSCAR & IRI S L AZO -PER LA RIOS 401 S SARG ENT ST AND REW M & JOHNN IE F DUKES ' 319 S SARG ENT S T BLK 81 LOT 8 VO L .015526 . PG.0077 8 F OR T WORTH T X 76103 TURNER SUBDIVI SION BEACON HILL BLK 81LOT 7 IN STRUMENT , 0204382234 7 FORT WORTH TX 76103 TURNER SUB DIVI SION BEACON HILL BLK 81 LOT 6 VO L .009635, PG .072 1 6 TEMPORARY RIGHT OF ENTRY AT401SARGENTAVENUE -DRIVEWAY TRANSITION CH2MHILL T ffill-En lry.dg, 2/ I /2007 7,59,53 AM =+ PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 D.O.E; NO. 5147 Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 2518 High Crest Ave Fort Worth, TX 76111 405 Sargent St Turner Subdivision Beacon Hill TEMPORARY RIGHT-OF-ENTRY AGREEMENT Pablo Carrillo, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block Bl, Lot 8, Turner Subdivision Beacon Hill also described as 405 Sargent St, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Turner Subdivision Beacon Hill . Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contracto!, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities . If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of-----------~ 2007 by Pablo Carrillo, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) / ' I I I I I I I I I I I I I I I 1 ___ ....l. -L----- • !/oo ' ::o :::0 I ..... l> << ' rn m ..... , ~r ,, I D ru , -< . ' D 00 ' :0:0 ',_,D << , rnm , ~r D -< ___ SARGENT ct--~ Y_E NUE _ --'--~ ____ . ____ _ RIM 64 f :-i 7 "fl I N 8" PVC· 636. 07 -o ---1 --=====O~U===T=8='::,:,' PVC = 635. 97 "'-··-···;:· : 409 SARGENT ST DARLENE SMITH 409 S SARG ENT -ST FORT WORTH TX 76103 TURNER SUBDIVISION BEACON HILL , BLK B1LOT 9 DEED DATE = 00100/0000 9 R.O.W . 405 SARGENT ST PABLO CARRILLO 2518 HIGH CREST AVE FORT WORTH TX 76111 TURNER SUBDIVISION BEACON HILL BLK B1LOT 8 VOL.0 15526 , PG .0077 8 CONC. ~':"-~W?,A~~K~~:.¥'::-:-::=1 ·~ on ::00 -z 401 SARGE NT ST 'I • ..... ®': . , 1,on, : ! \~~! ~~ ;;{J :~ I .,, iD I r.i:,. •-< : 1--< - ~nl I "TlD m ,__. zz n m OSCAR 8c IRIS LAZO-PERLA RIOS 401 S SARGENT ST FORT WORTH T X 76103 TURNER SUBDIVISION BEACON HILL BLK 81 LOT 7 INSTRUMENT : D204382234 7 TEMPORARY RIGHT OF ENTRY AT405SARGENTAVENUE -DRIVEWAY TRANSITION CH2MHILL Temp_ Entry.d<}'l 2/ I /2007 7,59'58 AM ~z PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 D .O.E . NO. 5147 Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D .O.E. No . 5147 408 Sargent St Fort Worth, TX 76103 408 Sargent St Turner Subdivision Beacon Hill TEMPORARY RIGHT-OF-ENTRY AGREEMENT Victor Mulgado, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block Al, Lot 8, Turner Subdivision Beacon Hill also described as 408 Sargent St, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Turner Subdivision Beacon Hill. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ _, 2007 by Victor Mulgado, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) I I I I ·on : ::!JO I .,._.z : I <O :::::: fTl• 'ru :=:: : :ti I ' J> I 400 SARGENT ST 410 SARGENT ST LENWOOD & TAMMY J HEGGS 410 S SARGENT ST 408 SARGENT ST VICTOR MULGADO 408 S SARGENT ST FORT WORTH TX 76103 TURNER SUBDIVISION BEACON HILL J · DANIEL & MARIA MARTINEZ 400 SARGENT ST S FORT WORTH TX 76103 TURNER SUBDIVISION BEACON HILL BLK A1 LTS 9 & lOA & BLK B LOT 1 •1880 BEACON HILL VOL.009105, PG .1309 9&10A ,I BLK A1 LOT 8 ~STRUMENT =D20427843 I rl 00 t:::l ::0 ::0 Cl , .... D fTl << fTl [Tl :E:r D -< 8 ' FORT WORTH TX 76103 TURNER SUBDIVISION BEACON HILL BLK Al LOT 7 VOL.011640, PG.2305 7 ! /oo ' ::0 :0 I ...... D << ' fT1 fTl ..... ::e::r "'-D I"\) ' -< ~ ' D SARGENT AVENUE ~ ----------------ct-----------L-J> RIM 641.17 r IN 8"PVC=636 .07 -1 OUT 8"PVC·635.q7 ...... ]> ' <<' rnrn I :::i::r , D ·-< I I on :00 ..... z TEMPORARY RIGHT OF ENTRY AT408SARGENTAVENUE z OC1 :0 ::0 ,....D << fT1 rrl ~r ]> -< rn N n s l> • z -DRIVEWAY TRANSITION ===@)=3 PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 D.O.E. NO. 5147 CH2MHILL T errp_ En!ry.dgl 2/ I /2007 8,0002 AM Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 409 Sargent St Fort Worth, TX 76103 409 Sargent St Turner Subdivision Beacon Hill TEMPORARY RIGHT-OF-ENTRY AGREEMENT Darlene Smith, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block Bl, Lot 9, Turner Subdivision Beacon Hill also described as 409 Sargent St, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Turner Subdivision Beacon Hill. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ _, 2007 by Darlene Smith, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) I I I I '. I 'I I . I ________ SARGENT4 _AVE_NUE __ " fD . ..... ;o ""'l ' ,r~ I ,,_ -z ';;,;;:n I .,, ]> ,_, zz n rn 507 SARGENT ST TODD 8c MICHAEL LESHAN DAVIS 729 GRAPEVINE HWY STE 140 HURST T X 7 6054 ,, I 409 SARGENT ST , DARLENE SMITH , 409 S SARGENT ST FORT WORTH TX 76103 Al "T') 405 SARGENT ST PABLO CARRILLO OC"l :::0 ,......D << rnrn ::i;:r D -< OQ :::0 .JJ ,......D << rnrn :!E:r D -< -·---- CON ----- on :::0 0 ...... z fT1 . ~ D -< TURNER SUBDIVISION BEACON HILL BLK 81 LOT 10 TURNER SUBDIVISION BEACON HILL 2518 HIG H CREST AVE FORT WORTH TX 76111 TURNER SUBDIVISION BEACON HILL , BLK B1LOT 9 , IN STRUMENT : 0203286660 , DEED DATE: 00/00 /0000 10 9 BLK B1LOT 8 VOL.015526, PG .0077 8 TEMPORARY RIGHT OF ENTRY AT 409 SARGENT AVENUE -DRIVEWAY TRANSITIO N CH2MHILL ~z PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 C ITY PROJECT NO. 00296 D .O .E. NO. 5147 T ""l'-Entry.dgl 211 12007 6,()(}.07 AM Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 410 Sargent St Fort Worth, TX 76103 410 Sargent St Turner Subdivision Beacon Hill TEMPORARY RIGHT-OF-ENTRY AGREEMENT Lenwood & Tammy J Heggs, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block Al, Lot 9 & lOA, Turner Subdivision Beacon Hill also described as 410 Sargent St, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Turner Subdivision Beacon Hill. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ _, 2007 by Lenwood & Tammy J Heggs, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) ' ,r..i:,. ¢; 12 - ';;,:;:n I -ri j3 rn-· zz n 412 SARGENT ST ANGELA DENISE TUCKER 412 S SARGENT ST FORT WORTH TX 76103 TURNER SUBDIVISION BEACON HILL BLK Al LOT 10 E PT 10 BLK Al VOL.014156, PG.0065 10 410 SARGENT ST LENWOOD & TAMMY J HEGGS 410 S SARGENT ST FORT WORTH TX 76 103 TURNER SUBDIVISION BEACON HILL BLK Al LTS 9 & 10A & BLK B LOT 1 °1880 BEACON HILL VOL.009105, PG .1309 9&10A 408 SARGENT ST VICTOR MULGADO 408 S SARGENT ST FORT WORTH TX 76103 TURNER SUBDIVISION BEACON HILL BLK A1LOT 8 INSTRUMENT: 020427843 8 ' I I I I I I I I I I I I I I I I ---'----- I.'/ I ' ! loo ' ::0 ::0 ,-, J> << ' [Tl fTl ,_. ::E:r " J> f\.) ' -< ~ ' I I I I I I ' I I CON( 00 ::00 -•Z --.. ' I rn· ::E: D -< TEMPORARY RIGHT OF ENTRY AT410SARGENTAVENUE -DRIVEWAY TRANSIT ION CH2MHILL Terrp_ Entry.dgl 2 / I 12007 8•0012 AM =+ :t PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 D .O.E. NO. 5147 Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D .O.E. No. 5147 412 Sargent St Fort Worth, TX 76103 412 Sargent St Turner Subdivision Beacon Hill TEMPORARY RIGHT-OF-ENTRY AGREEMENT Angela Denise Tucker, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block Al, Lot 10, Turner Subdivision Beacon Hill also described as 412 Sargent St, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Turner Subdivision Beacon Hill. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ ~ 2007 by Angela Denise Tucker, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) 416 SARGENT ST CHARLES WILLIAM WHITEHURST 416 S SARGENT ST FORT WORTH TX 76103 TURNER SUBDIVISION BE ACON HILL BLK Al L OT 11 DE ED DATE=00/00/00 11 z ;,;;::n ...... I ....._ "TlD ru rn ...... 412 SARGENT ST ANGELA DENISE TUCKER 412 S SARG ENT ST FORT WORTH TX 76103 TURNER SUBDIVISION BEACON HILL BLK Al LOT 10 E PT 10 BLK Al VOL.014156, PG.0065 10 I I : on I ::E:'. ~ 410 SARGENT ST LENWOOD 8, TAMMY J HEGGS 410 S SARG ENT ST FORT WORTH TX 76103 TURNER SUBDIVISION BEACON HILL BLK Al L TS 9 8, 10A 8c BLK 8 L OT 1 •1880 BEACON HIL L VOL.009105, PG.1309 9&10A ,I I ri 00 I t:l :::0 :::0 ....... C1 ...... D ' I ri << ru ' rnrn • I ~r ,..... D ,0 I -< . zz ______ !"":!4; n R.O.W. t_:~~ ~ :D .,., ____ SARGENT J__A ~~-N ~E ___________ 4 _________ _ RIM 64-1-:-f 7 ----- IN 8"PVC·636.07 OUT 8'PVC•635,q7 ::00 ,......z , <n , rn· ~ D ' -< --------------vi ...... ro ~ TEMPORARY RIGHT OF ENTRY AT412SARGENTAVENUE -DRIVEWAY TRANSITION CH2MHILL T errp_ Enlry.dgl 2/ I /2007 8,0023 AM ~l: PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 0.0.E. NO. 5147 Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E . No. 5147 416 Sargent St Fort Worth, TX 76103 416 Sargent St Turner Subdivision Be acon Hill TEMPORARY RIGHT-OF-ENTRY AGREEMENT Charles William Whitehurst, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block Al, Lot 11 , Turner Subdivision Beacon Hill also described as 416 Sargent St, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Turner Subdivision Beacon Hill. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a tr~spass to the property b y the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ ~ 2007 by Charles William Whitehurst, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature ) (Signature) 502 SARGENT ST MARIA CONCEPCION ALONZO 502 S SARGENT ST F ORT WORTH TX 76103 TURNER SUBD IVISION BEACON HILL ' • BLK Al LOT 12 INSTRUMENT : D20410929 12 416 SARGENT ST CHARLES WILLIAM WHITEHURST 416 S SARGENT ST FORT WORTH TX 76103 TURNER SUBDIVISION BEACON HILL BLK A1 LOT 11 DEED DATE: 00/00/00 11 I r..t:. : ~ ... ! : z on , : ;,;;:n JJO I J' :r .~ I ,-.z : I }.J ' '!J> <n : : '}(2 f\) , rn ........ fTl• I : I >< 'ZZ -::; I --:_ -~-9_. ~---'=1--4 0 1 412 SARGENT ST ANGELA DENISE TUCKER 412 S SARGENT ST FORT WORTH TX 76103 TURNER SUBDIVISION BEACON HILL BLK A1 LOT 10 E PT 10 BLK A1 VOL.014156, PG .0065 10 ____ j ________ SARGENT_J_ A !_~N~~------------!t----------: -------D ~it r A' ~ V ldr~~~~~~~===:~~.::-········ .. =c ONc:-"~rAtR·c:~:.-::··-: ... -· ..... -. '1.t::. ! f1l " z : n,_, I rn:::D 9 : .... , I I I I I ' t J q , JJC) ...... z ' <,) ' fr1. ~ J> ..._ -----------= -----,=-"Y -------~;..u.i-'--/ ,. ~, TEMPORARY RIGHT OF ENTRY AT 416 SARGENT AVENUE -DRIVEWAY TRANSITION CH2MHILL T~-Entry.dgl 2/ I /2007 =+ ... PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 D.O.E. NO. 5147 Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 504 Sargent St Fort Worth, TX 76103 504 Sargent St Turner Subdivision Beacon Hill TEMPORARY RIGHT-OF-ENTRY AGREEMENT Carmelo Martinez, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block Al, Lot 13A, Turner Subdivision Beacon Hill also described as 504 Sargent St, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Turner Subdivision Beacon Hill. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party . The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is exec.uted this __ day of ___________ ~ 2007 by Carmelo Martinez, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) 522 SARGENT ST JUAN 8c MARIA ROMERO 522 S SARGENT ST FOR T WORTH TX 76ID3 TURNER SUBDIVISION BEACON HILL BLK A1 LOT 14 VO L .012248, PG .0810 [ _________ _ 14 I I I I I I I I I I I I I I 1--~ [JJ~ DI ::::o- --i "TlfTl rn z ...... n:u fllO z ,n ,o : z : 'I (")I 504 SARGENT ST CARMELO MARTINEZ 504 S SARGENT ST FORT WORTH TX 76103 TURNER SUBDIVISION BEACON HILL B LK A1 LOT 13A VOL .012377, PG.1753 Ul (X) 13A 502 SARGENT ST MARIA CONCEPCION ALONZO 502 S SARGENT ST FORT WORTH TX 76103 TURNER SUBDIVISION BEACON HILL , BLK A1 LOT 12 ~STRUMENT =D204ID929 12 SARGENT AVENUE _ _.e---- - -------------------- ------1-----o_,,. -------D L -25+00 DI\) 1 ;,;; • --i I 1-I 1]>1 "Tl.b.: i --~' I I fT1 -I I I z ::::00 ,.....,_, ~ ' ' I I n ..... , zo I I ,_.z z I I fTl ::t:l ' ' zo ...... rn ;,;;:n l I I 0 1 <n -m z I I rn• I , I I z O::t:l I I ' ~ -nD , I I 0:0 0 rn-~ I .' I D 0 ::e::n I -< ::E:O ]>7: zz , D7' r n r r rn TEMPORARY RIGHT OF ENTRY AT504SARGENTAVENUE -DRIVEWAYTRANS ITION CH2MHILL T~Enlry.dg'I 2/1/2007 8 ,00.32 N.J ~z PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 D.O.E. NO. 5147 Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 729 Grapevine Hwy Ste 140 Hurst, TX 76054 507 Sargent St Turner Subdivision Beacon Hill TEMPORARY RIGHT-OF-ENTRY AGREEMENT Todd & Michael Leshan Davis, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block Bl, Lot 10, Turner Subdivision Beacon Hill also described as 507 St, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Turner Subdivision Beacon Hill. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of __________ ___, 2007 by Todd & Michael Leshan Davis, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) ' I : 1 r ~ I : I t---c" 1 Qr): l Z l ::00 : I ' 7':C) ,......z I : -I I <O :, ' , ·nD 'rn• ' : : ru , rn-1 ~ : ~ : : I ' ' zz : D I '_=L: .::..-.::..-=.:-.::..-=-=:..:-~~f4:Hib:::!!,~:1:l::, =======t___ -: .,L !I ,r, 00 I t::1 ;:o :0 Ci ,.....D ' 'fTl<< ru , JT1 JT1 ~ I ~. -J> :;o ' -< .,., ____ ?~R~E_N!__J_A Yf ~l}E ___________ -it--------~ Ri M~4 1 .1 7 ----' ' ' ' ' I I I b " ::00 -z <0 JTl• ~ D -< 509 SARGENT ST JAIME MULGAOO 509 S SARGENT ST FORT WORTH T X 76103 . ..... :;o .,, TURNER SUBDIVISION BEACON HILL BLK Bl LOT 11 INSTRUMENT: 0205243433 11 IN 8"PVC:636.07 OU T 8 "PVC·635.g7 Q __ ··--··--··--····-··- r.i:,.. ...... ' z AO I "TJD rn ,__, zz 0 fT1 507 SARGENT ST TODD & MICHAEL LESHAN DAVIS , 729 GRAPEVINE HWY STE 140 HURST T X 76054 TURNER SUBDIVISION BEACO N HILL , BLK Bl LOT 10 , IN STRUMENT : D203286660 10 409 SARGENT ST DARLENE SMIT H : 409 S SARGENT ST FORT WORTH T X 76103 A) ., TURNER SU BDIVI SION BEACON HILL , BLK Bl LOT 9 , DEED DATE : 00/00/0000 9 TEMPORARY RIGHT OF ENTRY AT507SARGENTAVENUE -DRIVEWAY TRANS IT IO N ~:,: PAVEMENT, SEWER , WATER MAIN REPLACEMENT 2004 GIP CONTRACT 37 CITY PROJECT NO. 00296 D.O .E . NO . 5147 CH2MHILL T~(ntry.dgl 2/1/2007 8,0043 AM Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 509 Sargent St Fort Worth, TX 76103 509 Sargent St Turner Subdivision Beacon Hill TEMPORARY RIGHT-OF-ENTRY AGREEMENT Jaime Mulgado, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block Bl, Lot 11, Turner Subdivision Beacon Hill also described as 509 Sargent St, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Turner Subdivision Beacon Hill. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities . If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ _, 2007 by Jaime Mulgado, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) O J>. l> I\) ;,:; . , r.i::,.. z ·rs:n I '-. "TlD ru ' rn ,_, • 'zz -------'=!.... n ,v -----ri __________ _ 'I D ,_. ..... ru , ~ SARGENT AVENUE -------------------L-------------------~ ---------D r -i R.O.W. 513 SARGENT ST LAYING ON THE BEACH INC 137 SMALLWOOD DR FORT WORTH TX 76114 TURNER SUBDIVISION BEACON HILL BLK 81 LOT 12 INSTRUMENT: D205118232 12 I I ·i I I - I : t') :::00 ~ >-<Z n <n iT1. ::.:: D -< 509 SARG ENT ST JAIME MULGADO 509 S SARGENT ST FORT WORTH TX 76103 • I ....... Al ""T"J TURNER SUBDIV ISION BEACON HILL BLK 81 LOT 11 INSTRUMENT : D205243433 11 JTI• r~ ~ D ..... z ' -< ;;,;;n I '"TlD rn-zz n fT1 507 SARGENT ST TODD & MICHAEL LESHAN DAVIS 729 GRAPEVINE HWY STE 140 HURST TX 76054 TURNER SUBDIVISION BEACON HILL .SLK 81 LOT 10 IN STRUMENT :D203286660 10 TEMPORARY RIGHT OF ENTRY AT509SARGENTAVENUE =-®)= z; << fT1 f1l ~r D -< -DRIVEWAY TRANSITION PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 D .O.E. NO. 5147 CH2MHILL T errp_ Entry.d<J1 2/ I /2007 Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 517 Sargent St Fort Worth, TX 76103 517 Sargent St Turner Subdivision Beacon Hill TEMPORARY RIGHT-OF-ENTRY AGREEMENT Mary Camey, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block Bl, Lot 13, Turner Subdivision Beacon Hill also described as 517 Sargent St, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Turner Subdivision Beacon Hill. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities . If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ _, 2007 by Mary Carney, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) I I I I I I I I I I I I co~ DI ::o--i TJfTl rn Z>-< n::o fTlO z ,n I 0 : z: I ("")I CT : r1~ C) D -; I ,01 : ;u, [ _________ _ I I I I I--; n, SARGENT AVENUE D (j) -u __ ------------1-----0,:,.--------D L-----------------25+00 ~~ s 120 ,--,f11 z \025 ::.::o J>'.A: f \ ............ zo ...... fTl z C) ::0 0 ::i.:: n D;:,.;:. r r 521 SARGENT ST LAVERN WATSON I ' I I I I I I I I I I I I I I I I I 521 S SARGENT ST FORT WORTH TX 76103 ::0 ..... fTl --i D::E: ............ r.;,,..'. zo ...... -11 -fTl z z ;i-:o' 0::0 I1 O ilD ::.::n rn-D7' ZZ 1 n r fTl TURNER SUBDIVISION BEACON HILL BLK Bl LOT 14 VOL.015586, PG.0336 14 u) <.O (J) 517 SARGENT ST MARY CARNEY 517 S SARGENT ST FORT WORTH TX 76103 ;]~-! z ' n-1 rl ::0' ' TURNER SUBDIVISION BEACON HILL BLK Bl LOT 13 VOL.012379, PG.0063 13 -----------------, R.O.W. 513 SARGENT ST LAYING ON THE BEACH INC 137 SMALLWOOD DR FORT WORTH TX 76114 TURNER SUBDIVISION BEACON HILL BLK Bl LOT 12 ~STRUMENT:D205TI8232 12 I I I I ::08 -z <n fTl. ::E. D -< TEMPORARY RIGHT OF ENTRY AT517SARGENTAVENUE -DRIVEWAY TRANSITION CH2MHILL T """1-En1ry.dgl 2/ I /2007 8,0Q,53 AM ==+ JI; PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 0.0.E. NO. 5147 Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 617 Sargent St Fort Worth, TX 76103 617 Sargent St Fishburn Little Farms Addition . TEMPORARY RIGHT-OF-ENTRY AGREEMENT Robert Joseph Wilson, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block 6, Lot 3, Fishburn Little Farms Addition also described as 617 Sargent St, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Fishburn Little Farms Addition. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ __, 2007 by Robert Joseph Wilson, Owner(s), and · representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) p . : z C),_, fll XJ 0 ..2 ' 0) ~ r.JD .DU) -,:, <I fTl. ~ D -< -------- I I I I I I I I I I I I I "'··'"" I U -lu D U) ~ TlN fTl • z n ~ rn :::o 0 '==-====d · on :::00 ....... z <O , rn• ~ D ' -< _I_ --- ("' C - - --- - - - - - --- - - - - - - - - --1-----u - --- --- --':,.._ - - -- - - - - -- - - - - --L --<t- ...... '-. fl) • • I SARGENT AVENUE R.O.W . 62 1 SARGENT ST ROBERT J WILSON 617 S SARGENT FORT WORTH T X 76103 FISHBURN LITTLE FARM S ADDITION BLK 6 LOT 3 S1/2-3 BLK 6 VOL.01 1861, PG.1800 3 617 SARGENT ST ROBERT JOSEPH WILSON 617 S SARGENT ST FORT WORTH TX 76103 FISHBURN LITTLE FARMS ADDITION BLK 6 LOT 3 N1 /2-3 BLK 6 VOL.009077, PG.0998 3 615 SARG ENT ST ROBERT JOSEPH WILSON 617 SARGENT FORT WORTH T X 76103 CLAJREMONT PLACE BLK 6 LOT 5 VOL.012100, PG .1674 5 TEMPORARY RIGHT OF ENTRY AT617SARGENTAVENUE -DRIVEWAY TRANSITION CH2MHILL T efT!l-Entry.d(11 2/ I /2007 e,01,oe MA ==-@)= z: PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 0.0.E. NO . 5147 Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D .0.E. No . 5147 818 Sargent St Fort Worth, TX 76103 818 Sargent St Clairemont Place TEMPORARY RIGHT-OF-ENTRY AGREEMENT Marvin H. Stokes, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block 12, Lot 27, Clairemont Place also described as 818 Sargent St, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Clairemont Place. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or u se of the property by either party . The City of Fort Worth further agrees to r e store the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ _, 2007 by Marvin H . Stokes, Owner(s), and representativ e for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature ) 820 SARG ENT ST P AT SY L RUSS EL L 820 S SARG ENT S T FOR T WOR TH T X 76 103 CL AIREM ON T PL AC E BL K 12 LOT 26 DE ED DAT E: 07 /11 /1999 26 8 18 SARG ENT ST MARV IN H STOK ES 8 18 S SARGE NT S T FORT WOR TH TX 76 103 CLAIR EMON T PL ACE BL K 12 L OT 27 DEED D ATE :00/00/0000 27 j I I : I : I , , :on: on • :::oo : ::oo : on , ...... z , t-4z : : 1:001 N :<n: <n , : ...... z : •rn· , rn• : I ,.,....no o ::.:: : ~ : ' :rTJ .. : 1 R O W :I> : "-rr:~----------?~-1 ----: ~-:___ : a------==-1,--~--···-~-CB J I \==~=) I ,-lJ ' "': '<:!i -iv ::E: 8 16 SARG ENT S T WE SLE Y E SMI TH -816 SARGEN T ST F ORT WORT H T X 76 103 CL AIREMONT PL AC E BL K 12 L OT 28 VO L .009764, PG .0 35 5 28 00 ' :::o :lJ I ....... D , <<• rnrn I ~r . D ' - - - - -':,__ -- - - - - - --- - - - ----_I_ ------- -~ ------ - ------- - - - - - - - - -L._ - I I ----~, I CONC. ,' .. ---~y ------- 1 , ,. I i ro ' : : .. I I I 0 I I I I I ;o I ..,.., I I I I I \ \ I I I I I \ I I \ I I I I I I I '. I S ARG ENT AVE NUE CONC. WALK I - -----."'°-:-.-~-' I UJ 00 : ..... ,::O::O I o:i '-D : .. << , rnrn : -·::.:::r I ;u D : ..,.., -< I TEMPORARY RIGHT OF ENTRY AT 818 SARGENT AVENUE -DRIVEWAY TRANSITION CH2MHILL TeIT4>. Enlry.dg, 2 / I /2007 8,0h2 5 AM ====@)= :,. PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 D.O.E. NO. 5147 Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No . 5147 . 905 Sargent St Fort Worth, TX 76103 905 Sargent St Clairemont Place TEMPORARY RIGHT-OF-ENTRY AGREEMENT William Turcios, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block 11, Lot 16R, Clairemont Place also described as 905 Sargent St, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Clairemont Place . Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this_ day of _________ _, 2007 by William Turcios, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) , I I I I DI> :, OCl JJ(f) , , :::o :u on ....... -o ' I I ....... ]> ' JJO <I] : : I : : << I ...... z rn• I I I I fTlfTl <n ---n-~--"~~" ~-ct-----~----. l. ---. --_ J.l __ J ~r_;t __ -------:51 -I-'----- -, ------~----···-co l ~ WAL ~ -·-·--··----+d----.J-----1.~----·--··---·--·-:~ ____ _I,,........~----11 , .... ~ ~ r N ~~ ..,., J> (J) ::;:: --------L--------------------------------~----0 ______ _ :,on , :: :::0 0 : ,,-z , il <n : 11 JT1 • I :: =::: : ll D : II -( I II I " ' I I I I I I I I I I I I I SARGENT AVENUE D r -l I I '---'<::-:,---------j------------'/ I co on :00 ...... z <n : --Ul,,---- 909 SARGEN T ST FRANCISCO P I!. ELVIRA DURAN 909 S SARGEN T ST FORT WORTH TX 76103 CLAJREMON T PLACE BLK 11 LOT 17-N14 .3 '-18 VOL .016209 , PG .0196 17 rn• ::E: D -< 905 SARGENT ST WILLIAM TURCIOS 905 S SARG ENT S T FORT WORTH TX 76103 CLAIREMONT PLACE BLK 11 LOT 16R VOL .013075 . PG .0086 16 1 '-. ' : Cl) ' : . ' 901 SARGENT ST I I I I BI LL Y B I!. CHARL ENE HOWARD 901 S SARGENT ST FORT WORTH TX 76103 CLAIRE MONT PLACE BLK 11 LOT 15 VOL .008319, PG.0546 15 ;AJ ' ..,., I TEMPORARY RIGHT OF ENTRY AT905SARGENTAVENUE -DRIVEWAY TRANSITION ~ii'. PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 0.0.E. NO. 5147 CH2MHILL Tef'f'l). Entry.d91 2/ I /2007 8,01 ,41 /JJ.J, Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 909 Sargent St Fort Worth, TX 76103 909 Sargent St Clairemont Place TEMPORARY RIGHT-OF-ENTRY AGREEMENT Francisco P. and Elvira Duran, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block 11, Lot 17, Clairemont Place also described as 909 Sargent St, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Clairemont Place. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a-trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ ~ 2007 by Francisco P . and Elvira Duran, Owner(s), and representative for the City of Fort Worth . OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature ) (Signature) on ,:::oo , l t-f Z I :<n : I fn• I :~ : DO :::0 :::0 ' ,.....D ' << mrn ::£:r D L-..;.C.----C...C-f .I~-=--, I ' ---~-------------------------~------------------------------- SARGENT AVENUE CONC. WALK 913 SARGENT ST ANTONIO TEJEDA 913 S SARG ENT ST FORT WORTH TX 76103 CLAJREM ONT PLACE BLK 11 LOT 18-LES-N 14.3' V OL .015714 , PG .0301 18 ' ~i :,on , :: ::uo : 11 ,-.._j:z , il <n : :: rn .. : /I ::E:: I D : -< I I ' - s;;j- n 0 909 SARG ENT ST FRAN CISCO P & ELVIRA DURAN 909 S SARGENT ST FORT WORTH TX 7 6103 CL AJREMON T PLACE BLK 11 LO T 17-N 14.3'-18 VO L .016209, PG .0196 17 \ ,--~ --- --i \ \ J> • I \ \ Z I \ \ \ \ \ \ \ \ \ \ \ \ 905 SARGENT ST WILLIAM TURCIOS \ 905 S SARGENT ST FORT WORTH TX 76103 CLAJREMONT PLACE BLK 11 LOT 16R VO L.013075 . PG .0086 16 TEMPORARY RIGHT OF ENTRY AT909SARGENTAVENUE -DRIVEWAY TRANSITION CH2MHILL T ~-Entry.dgl 2/ I /2007 8•01'53 AM ~ PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 GIP CONTRACT 37 CITY PROJECT NO. 00296 0.0.E. NO. 5147 Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D .O.E. No. 5147 2848 Burchill Rd. Fort Worth, TX 76105 916 Sargent St Clairemont Place TEMPORARY RIGHT-OF-ENTRY AGREEMENT Salahuddin Nashid, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block 12, Lot 21, Clairemont Place also described as 916 Sargent St, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Clairemont Place. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of __________ _, 2007 by Salahuddin Nashid, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WOR1H (Please Print) (Please Print) (Signature) (Signature) I ' ' --i \ \ \ \ \ \ l ,; ' ------1 \ : 1 ! ! \ \ \ I I ' I ' ' 916 SARG ENT ST SALAH UDDIN NASHID 2848 BURCHILL RD FORT WORTH T X 76105 CLAIREMONT PLACE BLK 12 LOT 2 1 • INSTRUMENT : D204345625 \ 21 ~r,ON ROD I CONC. STREET STOP SIGN on ,JJO I , ...... z , :<n : I rn., I :~ : ' 'tj- 1 "! :o 912 SARGENT ST OLA MAE CO NRAD 8213 PEARL ST FORT WORTH T X 76180 CLAIREMONT PL AC E BL K 12 LOT 22 DEED DATE:00/00/0000 22 I I • I I I I I I I I I ,' I I --_R_. 9. VJ .\ OI> :JJ (f) ..... '"O <Il rn• ~:--- ----------+------Ct_-------------------------L---- G) 10~00 SARGENT AVENUE '"O I I> r --l --------CONC. WALK I : ....... ,o ' ..,, I r: --------:,on , :: JJo : 11 .._...z , ::<n : 11 fil• I ::~ : ::D : II -< I II I II ' I I I TEMPORARY RIGHT OF ENTRY AT916SARGENTAVENUE ~z -DRIVEWAYTRANSITION PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 0.0.E. NO. 5147 CH2MHILL Temp.. Entry.d<]l 2 / I /2007 Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 5809 Waterview Dr Arlington, TX 76016 608 Upton Ave Clairemont Place TEMPORARY RIGHT-OF-ENTRY AGREEMENT Mrs. James H Kouns Jr., Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block 7, Lot 26, Clairemont Place also described as 608 Upton Ave, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Clairemont Place. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of-----------~ 2007 by Mrs. James H Kouns Jr., Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) 612 UPTON AVE DON EDWARD SUTTON 200 LOCUST ST AZLE TX 76020 CLAIREMONT PLACE BLK 7 LOT 25 VOL .010666 , PG.0738 25 608 UPTON AVE JAMES H JR MRS KOUNS 5809 WATERVIEW DR ARLINGTON TX 76016 CLAIREMONT PLACE BLK 7 LOT 26 DEED DATE :00/00/0000 26 n 0 ,Z ,n !~ ! I -y-, I I ..,.v : I ,__.. I : ..i:,.. I , n I D z r z '.A : < I lJ1 ' ' ""fl 4216 PANOLA AVE ALFREDO A CONTRERAS 4216 PANOLA AVE FORT WORTH T X 76103 FISHBURN LITTLE FARMS ADDITION BLK 7 LOT 14 14 LESS W50' BLK 7 ~STRUMENT:D204337267 14 co fT1 :_ ~nl!1!!o-_~ .... _-_--_-_.,,_.. _____ _..,_ ____ _,..._....,_~-_-_-e--_-_--1 '!: UPTON AVENUE ____________________________ J ______________________________ _ _ _e _ r J ____ u_ n STEP c:~ 0 Q~ I I Z J>!\) I n A• : : 0 ::0 < rn ~ I : '-..' f"\) ' , I ,_. ' Al ' ,., I o ' JJ ASPHALT I I T: I I I l I ' r-.>-·----.,____....,.__ ___ ,__.........J, ~---1 : : 4' CHAIN LINK FENC~ : : -I : : fT1 TEMPORARY RIGHT OF ENTRY AT 608 UPTON AVENUE -DRIVEWAY T RANSITION CH2MHILL T°"""_Enlry.dgl 2/1/2007 B,02a02 AM ~z PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 0.0 .E. NO . 5147 Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 609 Upton Ave Forth Worth, TX 76103 609 Upton Ave Fishburn Little Farms Addition TEMPORARY RIGHT-OF-ENTRY AGREEMENT Clara Griffith, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block 8, Lot 2, Fishburn Little Farms Addition also described as 609 Upton Ave, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Fishburn Little Farms Addition. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ _, 2007 by Clara Griffith, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) n 0 z n 0 ::0 < rn . :£: D -< C) C) UPTON AVENUE n ' :r: 'D I ,_ ,Z ' I ~ 'Z ';::,::; I ~~--·~-·.o •••••••n - ____________________________ J _______________________ ASPHA LT - - - -r - I I I I I I I I I I I 611 UPTON AVE VELMA.i. LOVENE TOWNSEND 611 UP I ON AVE FORT WORTH TX 76103 FISHBURN LITTLE FARMS ADDITION BLK 8 1 LOT 2 S1/2 ;:j_ N26'3 BLK 8 DEED pATE : 00/00/0000 : 2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I --f-:---------,--- --------------- ------ \ I r-:-· CHA IN Li NK FENC~ : : --i : : m 1 , BE TOO STEEP FOR LOOKS I ' ~ A DR IVEWA Y HERE -< 609 UPTON AVE ' CLARA GRIFFITH 609 UPTON AVE FORT WORTH TX 76103 FI SHBURN LITTLE FARMS ADDITION , BLK 8 LOT 2 W132'N1 /2 -2 BLK 8 DEED DATE: 10/15/2002 2 4300 PANOLA AVE ANDREW A FOSTER 1920 DRUID LN FORT WORTH T X 76112 FISHBURN LITTLE FARMS ADD ITION BLK 8 LOT 1 W70'1 BLK 8 VOL.010575, PG.0532 1 TEMPORARY RIGHT OF ENTRY AT 609 UPTON AVENUE -DR IVEWAYTRANSITION CH2MHILL PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 D .O .E. NO. 5147 Terrp_ Entry.d(Jl 2/ 112007 6,02'°6 AM Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 611 Upton Ave Forth Worth, TX 76103 611 Upton Ave Fishburn Little Farms Addition TEMPORARY RIGHT-OF-ENTRY AGREEMENT Velma Lovene Townsend, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block 8, Lot 2, Fishburn Little Farms Addition also described as 611 Upton Ave, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Fishburn Little Farms Addition. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ _, 2007 by Velma Lovene Townsend, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) n 0 z n : ; I : 0 :1 I ::0 I ' : t--4 : I I < I : rr, : : i ~ i i n 0 z 0 SMH ~ UPTON AVENUE ; t-t-G5i .6 ---------y -r -------------------------------~-------. --- .N 12"PVC·646.36 +QQ JUT 12·PCV•646.26 .....; 613 UPTON AVE L EE ROY PESCHEL 613 UPTON AVE FORT WORTH T X 76103 FISHBURN LITTLE FARMS ADDIT ION BLK 8 LOT 3 S74'3 BLK 8 DEED DATE : 00/00 /0000 3 <« I I --_ [__ _ --_._l_ _ -_ _D_ _Q )---:, n : STEP i::~ 0 .:. ,_. \ ::o Q I Q,l,. I '-.• --~ --:---- -----T I I z l ~": : l ~"! ru • D \ I ' (, I I I ~, < : I : rn I I I ....-t • r I N ' 0 : -ri J 0 'EED ADDI TIO NAL TO P O : ::0 -~ T O DET iERMI NE NEW I < ~ I rfl J> DRIVEW:AY LE NG TH :::;:: ~ I J> I ~ I I I I I I I I I I I ~rL~Aj~ivit't TOWNSEND 609 UPTON AVE : CLARA GRIFFIT H 609 UPTON AVE 611 UP I ON AVE FORT WORTH TX 76103 FISHBURN LITTLE FARMS ADDITION BLK 8 1 LOT 2 Sl/2 ~ N26'3 BLK 8 DEED pATE= 00/00/00 00 FORT WORTH TX 76103 FISHBURN LITTLE F ARMS BLK 8 LOT 2 W132'N1/2-2 BLK 8 DEED DATE : 10/15/2002 : 2 I I I I I I I I I I I I I 2 ADD ITION TEMPORARY RIGHT OF ENTRY AT 611 UPTON AVENUE -DRIVEWAY TRANSITION CH2MHILL T ""1'-En lry.dgl 2/1/2007 e,02d0 AM PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 D .O.E. NO. 5147 Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 200 Locust St Azle, TX 76020 612 Upton Ave Clairemont Place TEMPORARY RIGHT-OF-ENTRY AGREEMENT Don Edward Sutton, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block 7, Lot 25, Clairemont Place also described as 612 Upton Ave, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Clairemont Place. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ _, 2007 by Don Edward Sutton, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) 616 UPTON AVE ANDREW FOSTER 1920 DRUID LN FORT WORTH T X 76 11 2 CLNREMONT PLACE BLK 7 LOT 24 VOL .011510, PG .0213 2 4 l=-:....:....::r--=---=---='i' ------ --- 612 UPTON AVE DON EDWARD SUTTON 200 LOCUST ST AZLE T X 76020 CLAIREMONT PLACE BLK 7 LOT 25 VOL.010666, PG .0738 25 R.O.W. UPTON AVENUE ' 608 UPTON AVE J AM ES H JR MR S KOUNS 5809 WATERVIEW DR AR LINGTON TX 76016 CLAIREMONT PLACE BLK 7 LOT 26 DEED DATE :00 /00/0000 26 ' ' -------------------------- -----------~---------------------------------~--------------- 15+00 ---------------r ___ f_ :----____ O __ --1-----------------,------ ' . ' TEMPORARY RIGHT OF ENTRY AT 612 UPTON AVENUE ' ' -DRIVEWAY T RANSITION =-=+ z PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO . 00296 0 .0.E . NO . 5147 CH2MHILL T"""-Enlry.dql 2/ I /2007 8,02,f 4 AM Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 613 Upton Ave Forth Worth, TX 76103 613 Upton Ave Fishburn Little Farms Addition TEMPORARY RIGHT-OF-ENTRY AGREEMENT Lee Roy Peschel, Owner(s), herewith grants permission to the City of Fort Worth and its . independent contractor, to enter upon the owner's property located at Block 8, Lot 2, Fishburn Little Farms Addition also described as 613 Upton Ave, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Fishburn Little Farms Addition. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities . If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ __, 2007 by Lee Roy Peschel, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) O'J • :;a - - - - --- - - --- --·--- --- --r -------------- 1 n 0 z n -,, UPTON AVENUE -~-SSMH ~ ________ J ______________ ~ t>t-J .6 --------7 -+------------------- IN 12·PVC=646.36 ~+00 OUT 12"PCV·646.26 -1 --STEP i:: __ T ________________ _ --n {_ ____________ ------cn ~n , 0 ,. 0 - ----I I I 0-l'> 621 UPTON AVE JOSE HERNANDEZ 625 UPTON AVE FORT WORTH TX 76103 CLAIREMONT PLACE BLK 8 LOT 4 INSTRUMENT : D204210915 4 , z co ' z n • I ~ I J> N : 7' • 0 ::0 ' < NEED ADDI TION AL TOPO fTl :.: !> -< T O DETER MINE NEW DRI VEWA Y L ENGTH 613 UPTON AVE LEE ROY PESCHEL 613 UPTON AVE FORT WORTH TX 76103 FISHBURN LITTLE FARMS ADDITION BLK 8 LOT 3 S74'3 BLK 8 DEED DATE: 00/00/0000 3 0 :u < fT1 :e: D -<. I I I I I I I I I I I I I I I I I I I I I I I 611 UPTON AVi VELMA LOVEN TOWNSEND 611 UPTON AV FORT WORTH !fX 76103 FISHBURN LITTLE FARMS ADDITION BLK 8 LOT 2 1 Sl/2 2 N26'3 JBLK 8 DEED DATE: oq 100IOOOO :2 I I I I I I I I I TEMPORARY RIGHT OF ENTRY AT 613 UPTON AVENUE -DRIVEWAY TRANSITION CH2MHILL TOfTl)_ [nlry.dg, 21 I /2007 PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 D.O.E. NO. 5147 I I I I I I Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 1920 Druid Ln Fort Worth, TX 76112 616 Upton Ave Clairemont Place TEMPORARY RIGHT-OF-ENTRY AGREEMENT Andrew Foster, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block 7, Lot 24, Clairemont Place also described as 616 Upton Ave, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Clairemont Place. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of-----------~ 2007 by Andrew Foster, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) ' 620 UPTON AVE J PAUL RODRIGUEZ 620 UPTON AVE FORT WORTH TX 76103 CLAIREMONT PLACE BLK 7 LOT 23 DEED DATE =00 /00/0000 23 I n 0 z n . I 1 • I O lo : :o 1 I I ,__. I 1 I < 'o• 616 UPTON AVE ANDREW FOSTER 1920 DRUID L N FOR T WORTH T X 76 11 2 CLAIR EMONT PLACE BLK 7 LOT 24 VOL .011510, PG .0213 24 : rn I ~ :1 : D :: R.O.W. ----------------------_3" _ _1_ ---------- 612 UPTON AVE DON EDWARD SU TTON 200 LOCU ST ST AZLE T X 76020 CLAIREMONT PLACE BLK 7 LOT 25 VOL.010666, PG .0738 25 n 0 z n j • I I I 'o : I I : JJ : : ......... < :U1 I '-._ -~SSMH ~ UPTON A V ENUE ----------h 1 i ~--t-.-B~--------:c ~-------------------------------- I N 12'PVC·646.36 5+00 OUT 12"PCV•646.26 · ~ ti/ _n__( ____ ----________ t!l l n_ 0 ,. 0 , z co ' z n ,1 n ' 0 ;u ' 0 JJ ..,., I ::0 ...... . < < fTl m ;;;: !IE: D D Q.1>, DN A • OJ>. l> f\) J'; • ..... ,, f\) ' ~ I ....... ' A)' ...,I o ' ::0 < fT1 ~ TEMPORARY RIGHT OF ENTRY AT 616 UPTON AVENUE -DRIVEWAY TRANSITIO N CH2MHILL TerTl). Entry.dgl 2/1/2007 e,02,22 AM =+z PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 D.O.E . NO . 5147 Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.0.E. No. 5147 620 Upton Ave Forth Worth, TX 76103 620 Upton Ave Clairemont Place TEMPORARY RIGHT-OF-ENTRY AGREEMENT J Paul Rodriguez, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block 7, Lot 23, Clairemont Place also described as 620 Upton Ave, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Clairemont Place. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ ___, 2007 by J Paul Rodriguez, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) ...... ;;o 624 UPTON AVE DAVID YBARRA 624 UPTON AVE FORT WORTH TX 76103 CLAIREMONT PLACE BLK 7 LOT 22 INSTRUMENT : 0205175086 22 620 UPTON AVE J PAUL RODR IGUEZ 620 UP TON AVE FORT WORTH TX 76103 CL AIREMONT PLACE BLK 7 LOT 23 DEED DAT E: 00/00/0000 23 R.O.W. ---------------------r-------------- 1 n 0 z n . 616 UPTON AVE ANDREW FOSTER 1920 DRUID LN FORT WORTH TX 76112 CLAIREMONT PLACE BLK 7 LOT 24 VOL.011510, PG.0213 24 ..,,UPTON AVENUE -~-SSMH "fl-i ------------'---------------• i -51 . o ---------¥ -1----------------. IN 12"PVC•646.36 pl:5 +00 OUT 12"PCV•646.26 ...., ((% ------r------------------()[ _____ -------------'"~-n - 0 ~· O , z ro ' z :' • I n o.:. l>N " . 0 ;o ' 0 :0 ..,, I :0 ' ...... ....... ' < < rn rn ::c:: ~ ' D D TEMPORARY RIGHT OF ENTRY . AT 620 UPTON AVENUE -DRIVEWAY TRANSITION CH2MHILL TefTIL Enlry.dql 2/ I /2007 ~ PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 D.O.E. NO . 5147 Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 624 Upton Ave Forth Worth, TX 76103 624 Upton Ave Clairemont Place TEMPORARY RIGHT-OF-ENTRY AGREEMENT David Ybarra, Owner(st herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block 7, Lot 22, Clairemont Place also described as 624 Upton Ave, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Clairemont Place. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ _, 2007 by David Ybarra, Owner(st and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) 628 UPTON AVE ANDREW A St !MELDA E FOSTER -628 UPTON AVE FORT WORTH TX 76103 CLAIREMONT PLACE BLK 7 LOT 21 VOL.010108, PG.1609 21 UPTON AVENUE 624 UP TON AVE DAVID YBARRA 624 UPTON AVE FORT WORTH TX 76103 CL AIR EMONT PLACE BLK 7 L OT 22 INSTRUMENT : D205175086 22 R.O.W. ' 620 UPTON AVE J PAUL RODRIGUEZ 620 UPTON AVE FORT WORTH T X 76103 CLAIREMONT PLACE BLK 7 LOT 23 DEED DATE :QQ/00/0000 23 n 0 z n -------------------- -~SSMH ~ ____________________________ J______________ tot-'.J • -------- < fTl ~ ' D --------------r------------------ IN 12"PVC•646.36 OUT 12'PCV·646.26 (') _____________________ _ 0 z (l 0 JJ < rn ~ D TEMPORARY RIGHT OF ENTRY AT 624 UPTON AVENUE -DRIVEWAY TRANSITION ~:,; PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 0.0.E. NO. 5147 CH2MHILL T""l)_ Enfry.d<J, 2/ I /2007 8,02'32 AM Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 625 Upton Ave Forth Worth, TX 76103 625 Upton Ave Clairemont Place TEMPORARY RIGHT-OF-ENTRY AGREEMENT Jose Hernandez, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block 8, Lot 5, Clairemont Place also described as 625 Upton Ave, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Clairemont Place. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of __________ ~ 2007 by Jose Hernandez, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) ..... A) OD ::0 (./) --------------.....&...------r----------, ~ UPTON AVENUE ,, -K021-s -----------~-~-----------------------------J __ -----------~- D I r 0 -; 709 UPTON AVE LUIS P ARRA 709 UPTON AVE FORT WORTH TX 76103 CL AIR EM ONT PLACE BLK 8 LOT 6 VO L.0 15 625. PG.0245 6 ' < rtl :.e:: ' J> -< 625 UPTON AVE JOSE HERNANDEZ 625 UPTON AVE FO RT WORTH TX 76103 CLAIREMONT PLACE BLK 8 LO T 5 IN STRUM ENT : D204210915 5 62 1UPTON AVE JOSE HERN AN DEZ 625 UPTON AV E FORT WORTH TX 76103 CLAIR EM ONT PLACE BLK 8 LOT 4 INSTRUMENT : D204210915 4 TEMPORARY RIGHT OF ENTRY AT 625 UPTON AVENUE 0 ::0 < rtl ~ D -< -DRIVEWAY TRANSITION ==+ z PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 D.O.E. NO. 5147 CH2MHILL Temp _ Entry.dgl 2/ I /2007 8,02,36 AM Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 628 Upton Ave Forth Worth, TX 76103 628 Upton Ave Clairemont Place TEMPORARY RIGHT-OF-ENTRY AGREEMENT Andrew A & Imelda E Foster, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block 7, Lot 21 , Clairemont Place also described as 628 Upton Ave, Fort Worth, TX 76103 , for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Clairemont Place. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ ~ 2007 by Andrew A & Imelda E Foster, Owner(s), and representative for the City of Fort Worth . OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) 636 UPTON AVE CITY OF FO RT WORTH 1000 THRO CKMOR TON ST FORT WORTH T X 76102 CLAIREMONT PLACE BLK 7 LOT 20 VOL .016060, PG .0350 20 628 UPTON AVE ANDREW A & IMELDA E FO STER -628 UPTON AVE FORT WORTH TX 76103 CLAIREMONT PLACE BLK 7 LOT 21 VOL .010108, PG .1609 21 R.O.W. ~L ·OD . :0 (j) N ,-....,""(j <I ...... :;o 624 UPTON AVE DAVID YBARRA 624 UPTON AVE FOR T WORTH T X 76 103 CLAIREMONT PLACE BLK 7 LOT 22 INSTRUMENT : D205175086 22 ' -- ------------------r-------- ' t,;; UPTON AVENUE _,., -~s· -----------~--------------------------------~-------------I D r ---j I 01 --------------,-----------------_(°') __ _ ,.... - 1--f I I I :;o ': 0 : _,., I ::o I < fTl .,.,.-' D TEMPORARY RIGHT OF ENTRY AT 628 UPTON AVENUE ~z DRIVEWAY TRANSITION 0 ' z ("") 0 :0 ' -' < rn === ' D CH2MHILL PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 0.0.E. NO . 5147 Terrp_ Entry.dgl 2/ I /2007 8,02,4 1 AM Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 1000 Throckmorton St Fort Worth, TX 76102 636 Upton Ave Clairemont Place TEMPORARY RIGHT-OF-ENTRY AGREEMENT City of Fort Worth, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block 7, Lot 20, Clairemont Place also described as 636 Upton Ave, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Clairemont Place. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ _, 2007 by City of Fort Worth, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) p n : ,:001 z : k n : Ul • I ' I I ro ·~ I :D I ~ 640 UPTON AVE DAV ID JR & DIANA BARTHEL 640 UPTON AVE FORT WORTH TX 76103 CL AIREMONT PLACE BLK 7 LOT 19 VOL.012616, PG .1965 19 on I I :00 : :r: I I l, ....... z , l> I :<n : (") I :: rn• : :i-w • CD 01 1 I'::.: I ,,., -: :D : ::0 I J) I ,, -< I -< I Ir -- CONC :r l> R <,JJl III er>'-. rn ·ro 55 • -< loo :0:0 ,......D << fllrn ~r D -<" UPTON AVENUE 636 UPTON AVE CITY OF FORT WORTH 1000 THROCKMORTON ST FORT WORTH TX 76102 CLAIREMONT PLACE BLK 7 LOT 20 VOL .016060, PG.0350 _! I 20 R.O.W. ----------- D (j) 628 UPTON AVE ANDREW A & IMELDA E FOSTER -628 UPTON AVE FORT WORTH TX 76103 CLAIREMONT PLACE BLK 7 LOT 21 VOL.010108, PG.1609 21 ____________________________ J __ ~ I D r -I :i:: r-n F ------r -------------cfn;r --r --: -------------:..= I D: I : 'I --------------,------ , cnz , , , ru ·• I en : 10n: ~1' No: , :oo, • c , , ....... z ,1 .....,..,1 • ;;Q , 1 Q I ...o-1 : I < n : .,., 1 ' :o ' r--A I f11 • I I 1 :iE:: I : I D I I --< I < f1l :£.: I D TEMPORARY RIGHT OF ENTRY AT 636 UPTON AVENUE -DR IVEWAY TRANSITION ~z PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 GIP CONTRACT 37 CITY PROJECT NO. 00296 D .O .E. NO. 5147 CH2MHILL T e<flL Entry.dgl 2/ I /2007 s,oz,45 AM Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 640 Upton Ave Forth Worth, TX 76103 640 Upton Ave Clairemont Place TEMPORARY RIGHT-OF-ENTRY AGREEMENT David Jr & Diana Barthel, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block 7, Lot 19, Clairemont Place also described as 640 Upton Ave, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Clairemont Place. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ _, 2007 by David Jr & Diana Barthel, Owner(s), and representative for the City of Fort Worth . OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) --_J ' 716 UPTON AVE QUENETTE R HUNTER 809 COURY RD FORT WORTH TX 76140 CL AIREMONT PLACE BLK 7 LOT 18 JNSTRUMENT:D205352572 18 I I 640 UPTON AVE DAVID JR & DIANA BARTHEL 640 UPTON AVE FORT WORTH T X 76103 CL AIREMON T PLACE BLK 7 LOT 19 VOL.012616, PG .1965 I, ,,on ,: ::00 : I II ~z I -]> :<n : :! r,e. : II ::i;:: I :D : 1 1 -< I 19 UPTON AVENUE 636 UPTON AVE CIT Y OF FORT WORTH 1000 THROCKMORTON ST FORT WORTH T X 76 102 CLAIREMONT PLACE BLK 7 LOT 20 VOL .016060, PG.0350 20 ______________ Ci)._ ________ _ D (fl 5/8' I - - -------'-- -- --- - ---- - ----- - --- --- - - - -----L -_:JJ. ---- ------- --- --I D ' -l r ~ f"-~ I o-1 ------------------r -------------~: --r --: -------------:.-= , '-z ' • D i : '-..: '"""': , mz, , f\),, ' .... I Ul : I on• • 1' No: , :oo: . c , ' ....... Z ,' ,__, I I I ,0 ' I O I J)-i: 1 <n: ..,., 1 , -n , .,_ I fn• I ;.J : I :i: I I 'D I I -< ' < f1l ::I:: ' l> TEMPORARY RIGHT OF ENTRY AT 640 UPTON AVENUE -DRIVEWAY TRANSITION CH2MHILL T""ll-Enlry.clgl 2/ I /2007 8•02•49 f>M ~z PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 0.0.E. NO. 5147 Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D .O.E. No . 5147 713 Upton Ave Forth Worth, TX 76103 713 & 709 Upton Ave Clairemont Place TEMPORARY RIGHT-OF-ENTRY AGREEMENT WC Jr Word, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block 8, Lot 7, Clairemont Place also described as 713 & 709 Upton Ave, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Clairemont Place. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of __________ ~ 2007 by WC Jr Word, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) I n : ,::oo: :-,z, •<n: ln :rn • I '-. 00 I • I :r : D I n I ;:s;:w • CD (]): fTl ., ::0 I ::0 I -< I l oo! ' :::0 :::0 ' ,_. J> << , rn rn , ::i.:::r D UPTON AVENUE D (/) ---~-------------------------------~------------------------- ~ I J> r -; 3:: ro , - ----- --- - - -- -I - --- - - - - - - - -_!-::!C°" --1 --!-------- --- ----I , orn , , _ 717 UPTON -AVE W C JR WORD 713 UPTON AVE FORT WORTH TX 76103 CLAJREMONT PLACE BLK 8 LOT 8 VOL .014389 , PG.0322 8 D I i , (J)Z • ' I f\J u, : I on• "' NO ' ::oo : · c : : ~z: ...o-;: I <n: ..,-I rrJ• I : I ~ I I I D I NEED ADDITlb l'if AL TOPO ' TO DETER~INE NEW DRIVEWAY , LENGTH 713 UPTON AVE W C JR WORD 713 UPTON AVE FORT WORTH TX 76103 CLAIREMON T PL ACE BLK 8 LOT 7 VOL .014389. PG.0322 7 ' I 709 UPTON AVE LUIS PARRA 709 UPTON AVE FORT WORTH TX 76103 CLAIREMONT PLACE BLK 8 LOT 6 VOL .015625, PG .0245 6 I o : ::0 < rr, ~ I> -< 625 UPTON AVE JOSE HERNANDEZ 625 UPTON AVE FORT WORTH TX 76103 CL AIREMONT PL ACE BLK 8 LOT 5 INSTRUMENT : D2042 10915 5 TEMPORARY RIGHT OF ENTRY AT 709 UPTON AVENUE -DRIVEWAY TRANSITION ~z PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 D.O.E. NO. 5147 CH2MHILL UPTON AVENUE D t0 ---~-------------------------------~------------------------ ~ I I> r -I ~ rn , --------------, -------------of;;:--1--!-- --------- --- 717 UPTON AVE W C JR WORD 713 UPTON AVE FORT WORTH T X 76103 CLAIREMONT PLACE BLK 8 LOT 8 VOL .014389, PG.0322 8 D I l -..... (J):Z:t o I ui l I on• NO' :lJO i . c : : ....... z : ...o-1 : I < n : r-»-I fi1• I : ·~ : NEED ADDITll ~AL TOPO TO DETEF$MINE NEW DRIVEWAY LENGTH 713 UPTON AVE W C JR WORD 713 UPTON AVE FORT WORTH T X 76 103 CLAIREMONT PLACE BLK 8 LOT 7 VOL.014389, PG.0322 7 709 UPTON AVE LU IS PARRA 709 UPTON AVE FORT WORTH TX 76103 CLAIREMONT PLACE BLK 8 LOT 6 VOL.015625, PG.0245 6 < (Tl :E:, , D -< 625 UPTON AVE JOSE HERNANDEZ 625 UPTON AVE FORT WORTH TX 76103 CLAIREMONT PLACE BLK 8 LOT 5 IN STRUMEN T : 0204210915 5 TEMPORARY RIGHT OF ENTRY AT 713 UPTON AVENUE -DRIVEWAY TRANSITION ~;,; PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 0.0.E. NO. 5147 CH2MHILL Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No . 5147 809 Coury Rd Fort Worth, TX 76140 716 Upton Ave Clairemont Place TEMPORARY RIGHT-OF-ENTRY AGREEMENT Quenette R Hunter, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block 7, Lot 18, Clairemont Place also described as 716 Upton Ave, Fort Worth, TX 76103, for the purpose of driveway repl?cement in conjunction with paving, drainage, water and sanitary sewer replacement for the Clairemont Place. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ _, 2007 by Quenette R Hunter, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WOR1H (Please Print) (Please Print) (Signature) (Signature) ---------------------I . . ---------------- ------ 4221 HAMPSHIRE BLVD EDDIE DEMON OW ENS 4221 HAMPSHIRE BLVD FORT WORTH TX 76103 CLAIREMONT PLACE BLK 7 LOT 17 INSTRUMENT• D20530q704 17 4' CHAIN LINK FENCE . . 716 UPTON AVE OUENETTE R HUNTER 809 COURY RD FORT WORTH TX 76140 CLAIREMONT PLACE BLK 7 LOT 18 INSTRUM ENT: D205352572 18 ion: :::oq "l r'Z • m •<n: . :rn• I oe--I ~ : :1> I R.O.W. ------ U1 ' co . 640 UPTON AVE DAVID JR & DIANA BARTHEL 640 UPTON AVE FORT WORTH TX 76103 CLAIREMONT PLACE BLK 7 LOT 19 VOL .012616, PG.1965 19 J, ,, ori I ,: ::00 : I :t I 1•-z • J> I :<n : ("") I :: rn• : 7-W ' co en ' I' :I£: I rr, • I :D : :0 : :0 I ., -< I -< I I J> RwU1 to (T)'-. f"l1 ·co :0 ;o ~ -< DO ::0 ::0 ...... D << rTl [Tl :.i.::r D _,. ~ UPTON AVENUE ------------------------~--------------------------------'--- I D r -I --;_.-f -------: "' ' I f\) I : ~ I I ,_,, ;:o . ..,, I I I I I I I I I I I I I ' I I I rp l f orri r-1 : D / I mz , : 01 : I on• N O: ::oo : -c , :~z: ...o-1 : I <n• ..-I nl• : : I :E: I I 'D I I -< TEMPORARY RIGHT OF ENTRY AT 716 UPTON AVENUE -DRIVEWAY TRANSITION ~z PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 D.O .E . NO . 5147 CH2MHILL T em,_ EntrvD<Jl 2/ I /2007 8,03,08 AM Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 4715 Bowman Springs Rd Arlington, TX 76016 721 Upton Ave Clairemont Place TEMPORARY RIGHT-OF-ENTRY AGREEMENT Elizabeth Harrison, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block 8, Lot 9, Clairemont Place also described as 721 Upton Ave, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Clairemont Place. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of __________ ~ 2007 by Elizabeth Harrison, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTI-I (Please Print) (Please Print) (Signature) (Signature) -----------~--- 4' CHAIN LINK FENCE •on: I: on :::u 0: •: ::00 : I ·,~z • :t> :t--1 Z 1 Ul J:<n : n •<n: ,: m• : 7';( :rn• I ' an ·~ : 0) 'I :£'._ I f11 i: J> I :0 :J> I • I :0 I I -< I I ~ UPTON AVENUE -----------~-------~------------------------1---------------- I •-< I I I ' I I I 723 UPTON AV E OFELIA MORALES 5229 ASH LN DALLAS T X 75223 CLAIREMONT PLACE BLK 8 LOT 10 VOL.010270, PG.0265 10 I J> r -I R.O .W. ' I • I I t0 ' I I ~ I I a I I -- --- --/ 1--~(- I I --.. I : : I I I I I I ' I 721 UPTON AVE ELIZABETH HARRISON 4 715 BOWMAN SPRINGS RD ARLINGTON T X 76016 CLAIREMONT PLACE BLK 8 LOT 9 VO L .015824 , PG.0011 9 I I ------------------,---- -- 717 UPTON AVE W C JR WORD 713 UPTON AVE F ORT WORTH T X 76103 CLAIREMONT PLACE BLK 8 LOT 8 VOL.014389, PG .032 2 8 TEMPORARY RIGHT OF ENTRY AT 721 UPTON AVENUE -DRIVEWAY TRANS ITION ~J! PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 GIP CONTRACT 37 CITY PROJECT NO. 00296 0 .0 .E . NO. 5147 CH2MHILL Term.. Entrv.dcrl 2/ I /2007 8•03'20 AM Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 5229 Ash Ln Dallas, TX 75223 723 Upton Ave Clairemont Place TEMPORARY RIGHT-OF-ENTRY AGREEMENT Ofelia Morales, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block 8, Lot 10, Clairemont Place also described as 723 Upton Ave, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Clairemont Place. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ _, 2007 by Ofelia Morales, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) .- ----, r--,_ __ _ / / / I I I I , I I I I 1 ,, ,, I I I I I 1 I I , I / I I I ,' ' ! I I I ' I ' I I I I I I I I I I I I I I I -1' I I I I 4' CHA IN LINK FENCE I I r4 ------\ l --.... ---e-------+ -GATE I , J -------; I -UPTON AVE NUE ~ .,,..,....---------------------------~--------:e-------------------------MH I M 654 .5 4 D 6"PVC·650.74 r T 12"PCV•6i 9.84 /. ~ /. '~ ,.--~ ( 1) y ' ' 'on ' R O W ' ' ---------4e)------------ -~g o _!_ II:? I JI------: _: -: --®---------- ---~ -G-n f @----- ----1 1 _.z 1 ~ = t'") :• ...-1 :: ,:oo-rl ,, : :,, ~ ~ 1: ,, IJ :.-...z 111 n.,, , ~ ;' , n.,, ... ;-, ~ : : ,u , : : , < n J. , 'I I I 'I ~ ,, ·1 ,, 'fll•~,1 :::0:: ~ I I I I I ~I ,-,, l> t-,11 :, I-I t :1 :e:: 1 , ;o , ~ ;o , 1-( : I : A)t I : D 1 .,,, : : .,,, : I I I .,,, I I ~ I I I I ' I ' I I I ' I ' ' I ' ' I ' ' I ' I I I ' I ' ' I I I I : : : : : : I : : : : I I r : I I I : : I I I I I I i i I ' ' I I ' ' 729 UPTON AV E I ROS IE MAE SMITH I 729 UPTON AVE I FORT WORTH T X 76103 ' CLAJREMONT PLACE I BLK 8 LOT 11 VO L .0094 70, PG.1675 I 723 UPTON AVE I 721 UPTON AVE OFELIA MORALES I ELIZABETH HARRISON 5229 ASH LN ' 4 715 BOWMAN SPR INGS RD DALLAS TX 75223 I AR LINGTON TX 76016 CLAIREMONT PLACE I CLAIREMON T PLACE BLK 8 LOT 10 BLK 8 LOT 9 VOL .010270 , PG .0265 I VO L .015824, PG .0011 11 ' I 10 9 ' I I ' ' I ' I I I ' I ' I I I I ' TEMPORARY RIGHT OF ENTRY AT 723 UPTON AVENUE I I I I I ' ' I ' ' I ' ' I ' -DRIVEWAY TRANSITION ~:,; PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 D.O.E. NO. 5147 CH2MHILL T erTlL Entry.d<]l 21 I /2007 e,0:,,33 AM Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D .O.E. No. 5147 729 Sargent St Fort Worth, TX 76103 729 Upton Ave Clairemont Place TEMPORARY RIGHT-OF-ENTRY AGREEMENT Rosie Mae Smith, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block 8, Lot 11, Clairemont Place also described as 729 Upton Ave, Fort Worth, TX 76103 , for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Clairemont Place. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ ~ 2007 by Rosie Mae Smith, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) ! -------, r--1-- j ,' ,' / --- / I I j ,' ,' I ! ,' ,' 1' ! ! ,' ,' I I I I ,' ,' 1' 'if!} ,/ / I "I... I I I I I I //:;,:: / / I I 11 ' ~ 4' ' ,/~~------~~~~~~~~~~~~~~~~-~--G_A_T_E~~e~~-~~ -, 'I i/[] ~ ' Q-.::::z: / / fr UPTON AVENUE ~ ----------1 -----f-----------------------------~-------~-- / 10+00 RIM 654.54 "f; / / IN 6'PVC·650.74 r / OUT 12"PCV=64 g .84 4 , / I I I I + / , R.O.W . i on / 1on 1 1/ ~ 8 • ,/ ,,:', J -------------, •• ---------co-[ -. . , ." \~ ~,i .1 / , "U ru -s:t-• ru • ,rr,. / I RO N 11' • • ~ ' ., ·~ ' .,• I I I ..--- / 1 I l'-1 f""-t _..... I I ,' / I ;o X) I ;o , :-< : /~ / / ,' ~ ...,., : ,,, : : I I '; ' ' ' I I I ' ' ' I / / I I ! I / I I I II / ,/ I I I / I I / /;', I I I I I I I / I I / /j / /, I I , / /; I I II I/,' / // I I ,/ / / ,<;' , I ' //I I ',,, on :::00 ...... z <n fT1. ' :e:: l> -< 731UPTON AVE JOSE M MUNOZ 4404 MEADOWBROO K DR FORT WORTH T X 76103 CLAJREMONT PLACE BLK 8 LOT 12 V OL .011269, PG.2399 12 729 UPTON AV E ROS IE MAJE SMITH 729 UPTON AVE FORT WORTH TX 76 103 CLAIREMONT PL AC E BLK 8 LOT 11 VOL .009 470, PG .1675 11 I I I I I I I I I I I I I I I I I I I I I I I I I I I ' 723 UPTON AVE OFELIA MORAL ES 5229 ASH LN DALLAS T X 752 2 3 CL AJRE MO NT PL AC E BLK 8 LOT 10 VOL.010270, PG .02 65 10 TEMPORARY RIGHT OF ENTRY AT 729 UPTON AVENUE ~z ,_. "' ru , . , ........ ;;o ' .T'} I -DRIVEWAYTRANSITION CH2MHILL PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 D.O.E. NO. 5147 Te<Tll-Entry~ 21 112007 8,03,38 AM Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 4082 E Lancaster Ave Fort Worth, TX 76103 4082 E. Lancaster Ave Turner Subdivision Beacon Hill TEMPORARY RIGHT-OF-ENTRY AGREEMENT Fahad & Rabah M Alnimer, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block Al, Lot 2A & 3B, Turner Subdivision Beacon Hill also described as 4082 E. Lancaster Ave, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Turner Subdivision Beacon Hill. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of __________ ~ 2007 by Fahad & Rabah M Alnimer, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) K 306' S ARGENT ST F AHr ALNIMER 408 E LANCASTER AVE FOR WORTH T X 76103 TUtER SUBDIVISION BEACON HILL BLK Al LOTS 3A & 4 IN S RUMENT : 0203430163 3A & 4 ---'--------~- !. ' 012 =-ENCE 1 • ~:t 0 ° . z-u t D ::0 ;;-:: z C) ' , I I , ~------------------------------\ 4082 E LANCASTER AVE FOUAO & RABAH M ALNIMER -4082 E LANCASTER AVE FORT WORTH T X 76103 TURNER SUBDIV ISION BEACON HILL BL K Al LOT S 2A & 38 VOL.015649, PG .0042 2A & 38 ' I I I I I I I r '?i""j I t-Q1 I JO,n t n 0 z (") ::0 rn -I rn -n : ~~-' 1 RON ROD ' , ~ I n: "' ' 0 ' :z : :n : I• I TEMPORARY RIGHT OF ENTRY AT 4082 E. LANCASTER AVENUE w :=) z w > <t: 0:::: w r- (f) <t: u z <t: __J D (.J) -0 I D r -I -DRIVEWAY TRANSITION ~z PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 D.O.E. NO. 5147 CH2MHILL T em,_ Enlry.dm 2/ I /2007 Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 1600 E Lancaster Ave Fort Worth, TX 76102 4100 E. Lancaster Ave Turner Subdivision Beacon Hill TEMPORARY RIGHT-OF-ENTRY AGREEMENT Fort Worth Transit Authority, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block Bl, Lot A , Turner Subdivision Beacon Hill also described as 4100 E. Lancaster Ave, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Turner Subdivision Beacon Hill. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of 2007 by Fort Worth Transit Authority, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) I, ,, I ., 1: I I I I 'OC-1' ::o : ....... z: •< :rri. : : :E: I I I J> I I --( I r-t,. ...... ' z on ;:,:;n :00 I .....,z Tl]> <O rrI• :e:: ::r> -< --------------------~--- UJ I o -CLEAN OU T o ...... -O(I) ~O'.! j LIO 644 en X C)O -~ D SARGENT A V ENUE ~~~ -------------0 ------;;;.,1 ------------------------~ -----L_ -+= -~- p!. Rl:2 1-P 44. 63 -1 A-IN 8"PVC•6 3g.63 _ B -_ N __ • PV = 639.. B. --------------------------~--;,;,--==--==-~==:=::====r===~ 1-=========~===§l!J T 8" PVC• 6 38 . 6 3 CONC . WALK ______________ : ________ ~- I 6' I RON FENCE : 313 SARGENT ST DMG-KEJAY JV •313 S SARGENT ST FORT WORTH TX 76103 TURNER SUBDIVISION BEACON HILL BLK 81 LOT 4 VOL.008796, PG.0698 4 I -+ ii!~ ~ (J)Z .-.o 0 Z-0 ::r> :0 7' -z Cl n 0 z n :0 rn -I rn 4100 E LANCASTER AVE FORT WORTH TRANSIT AUTHORI TY 1600 E LANCASTER AVE FORT WORTH TX 76ill2 TURNER SUBD IVISION BEACON HILL BLK Bl LOT A VOL .013275, PG .0149 A C NC. --------~-OJ I R.O.W. ~ ~: (!) N 0 r ' I +t l Tl : I RON RO D ' : I :n ' :o , ,z , ;n : I• I I I I I •:e::• :::r>: r ' 7' r----------------------------------------------------• , I ' ' TEMPORARY RIGHT OF ENTRY AT 4100 E. LANCASTER AVENUE ~ J'; ' -DRIVEWAY TRANSITION PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO . 00296 0 .0 .E. NO. 5147 CH2MHILL Tomn ~ntrvrinn ?/1/2007 Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Year 3 Contract 37 D.O.E. No. 5147 106 Wesley St Capitola, CA 95010 4128 E. Lancaster Ave Matthews, Charles Subdivision TEMPORARY RIGHT-OF-ENTRY AGREEMENT Robert L. Sum, Owner(s), herewith grants permission to the City of Fort Worth and its independent contractor, to enter upon the owner's property located at Block 1, Lot lRl, Matthews, Charles Subdivision also described as 4128 E. Lancaster Ave, Fort Worth, TX 76103, for the purpose of driveway replacement in conjunction with paving, drainage, water and sanitary sewer replacement for the Matthews, Charles Subdivision. Any entry and use of the property by the City of Fort Worth or its independent contractor, under the Temporary Right-of-Entry Agreement shall be permissive and shall not constitute a trespass to the property by the City or its independent contractor. Both, the City and its independent contractor, are released from any adverse consequences related to the entry or use of the property by either party. The City of Fort Worth further agrees to restore the property to the same condition, or better, than that which existed prior to construction of said facilities. If restoration is required, the work shall be performed in a timely manner, weather permitting. This agreement is executed this __ day of ___________ _, 2007 by Robert L. Sum, Owner(s), and representative for the City of Fort Worth. OWNER: CITY OF FORT WORTH (Please Print) (Please Print) (Signature) (Signature) I I - D r -l z 7':0 I ,,D rn ....... zz n rn OQ ::0 :::0 ,.......D << mm ==: r D -< I I I I I I I I I I I I I I I I I I I I I I I I I I I : : I r====r--=.;::::;::;;~=~<f,-t< --,===== __ = _____ ~----~~----~-:_-__ -_~~----~~----~:_-__ ::_-__ :_~ __ ::: 319 SARGENT ST ANDREW M & JOHNNIE F DUKES 319 S SARGENT ST FORT WORTH TX 76103 T URNER SUBDIVISION BEACON HILL BLK Bl LOT 6 VOL.009635, PG .0721 6 S ARGENT AVENUE L---------------------- .,,~ m -z n~ mo 0 0 4128 E LANCASTER AVE ROBERT L SUM 106 WESLEY ST CAPITOLA CA 95010 MATTHEWS,,CHARLES SUBDIVISIO,~ BLK 1 LOT 1R1 INSTRUMENT: D202370530 1R1 313 SARGENT ST DMG-KEJAY JV •313 S SARGENT ST FORT WORTH TX 76103 TURNER SU BDIVISION BEACON HILL BLK Bl LOT 4 VO L .008796 , PG .0698 4 TEMPORARY RIGHT OF ENTRY AT 4128 E. LANCASTER AVENUE z D r ---f ' 1------- -DRIVEWAY TRANSITION ==+ PAVEMENT, SEWER, WATER MAIN REPLACEMENT 2004 CIP CONTRACT 37 CITY PROJECT NO. 00296 0.0.E. NO. 5147 CH2MHILL ..... ·• ... 4 . ··-~/1 /?{)f\7