Loading...
HomeMy WebLinkAboutContract 38025-. ' CITY SECRETARY ~ Fo RT , iio R . ..,...T ... 8· 0.0.E. Fllt f' ~ CONTRACTOR'S BONDI CONSTRUC TION'S COPY CI TY CRETAR CONTRACT NO . SPECIFICATIONS AND ~~...e,.c~ CONTRACT DOCUMENTS PAVEMENT RECONSTRUCTION, WATER AND SEWER REPLACEMENT NE 29TH STREET (WEBER ST. TO SCHWARTZ AVE.), N. HAMPTON STREET (NE 32ND ST. TOE. LONG A VE.) N. TERRY STREET (NE 30TH ST. TO NE 35TH ST.) DALE FISSELER P.E. CITY MANAGER FOR 2004 CIP Project #00442 Contract #42 DOE #5397 Paving No. C200-531200-2024-044232 Water No. P253-531200-60217-0044232 Sewer No. P258-531200-70217-0044232 Water Department File No. X-20212 T/PW File No . K-2026 IN THE CITY OF FORT WORTH, TEXAS MAY2008 MIKE MONCRIEF MAYOR ROBERT D. GOODE, P.E. S. FRANK CRUMB, P.E. TRANSPORTATION AND PUBLIC WORKS DIRECTOR WATER DEPARTMENT DIRECTOR MARCOTT ASST. CITY MANAGER : ~ A. DOUGLAS RADEMAKER, P.E. DEPARTMENT OF ENGINEERING DIRECTOR ~ ... "'1' ·--.\ ... ,..1.,.. .. ,..-..7 .,... ..,..-".ts ... --..·1--. ,. ..... ., -·"" --1,, .. r'"" .Hi..V..i.......l.t·li i.....L.t.'l.. L1. ·uL. .. \:L.L.J.i.t...:i.. ... -~,u 1407 TEXAS STREET, SUITE 200 FORT WORTH, TEXAS 76102-3428 (817) 877-5571 [}ORfGfNAL Page 1 of : .- City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 12/2/2008 -Ord. No. 18386-12-2008 DATE: Tuesday, December 02 , 2008 LOG NAME: 20NE29THSTREET REFERENCE NO.: C-23214 SUBJECT: Authorize a Contract in the Amount of $1,558,634.50 with McClendon Construction Company, Inc., for Pavement Reconstruction and Water and Sanitary Sewer Main and Replacement on Northeast 29th Street, North Hampton Street and North Terry Street and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council : 1. Authorize the transfer of $562,305 .39 from the Water and Sewer Operating Fund to the Water Capital Projects Fund in the amount of $493,587.50 and Sewer Capital Projects Fund in the amount of $68,717.89; 2 . Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $493,587.50 and the Sewer Capital Projects Fund in the amount of $68,717 .89, from available funds; and 3. Authorize the City Manager to execute a contract with Mcclendon Construction Company, Inc., in the amount of $1,558,634.50 for pavement reconstruction and water and sanitary sewer main replacement on Northeast 29th Street (Weber Street to Schwartz Avenue), North Hampton Street (Northeast 32nd Street to East Long Avenue) and North Terry Street (Northeast 30th Street to Northeast 35th Street). DISCUSSION: On September 26, 2006, (M&C C-21720) the City Council authorized the City Manager to execute an Engineering Agreement with Stream Water Group, Inc., for pavement reconstruction and water and sanitary sewer main replacement on Northeast 29th Street (Weber Street to Schwartz Avenue), North Hampton Street (Northeast 32nd Street to East Long, Avenue) and North Terry Street (Northeast 30th Street to Northeast 35th Street). The 2004 Capital Improvement Program {ClP) includes funds for pavement reconstruction on all streets mentioned above. Street improvements include pavement reconst.ruction, construction of standard concrete curb and gutter, driveway approaches and sidewalks as indicated on the plans. The Water Department has determined that sever.eJy deteriorated water and sanitary sewer lines should be replaced prior to street reconstruction. The project was advertised on May 22, 2008, and May 29, 2008, in the Fort Worth Star-Telegram. On July 3, 2008, the following bids were received: Bidders McClendon Construction Company, Inc. Stabile and Winn, Inc. Ed A. Wilson, Inc. Cost with Green Cement (Base Bid/Green Cement) $1,558,634.50 $1,587,416.85 $2 ,009,761.75 http:// apps . cfwnet. org/ council _packet/Reports/me _print.asp Cost with Non-Green Cement (Alternate/Non-Green Cement) $1,544,484.50 $1,556,003 .85 $2,038 ,061.75 12/4/2008 Jackson Construction , Ltd . Conatser Construcion TX, LP JLB Contracting, LP P 7 E Contractors Time of Completion : 175 Working Days $1 ,994,154.50 $1 ,671,127.00 $1 ,607,588.22 $2 ,049,090.00 $1,852,654.50 $1 ,575,614.50 $1 ,578,297.72 $1,935,890.00 Page 2 of ~ The new pavement will consist of seven inch concrete over six inch lime stabilized subgrade with seven inch concrete curb. In accordance with City Council Resolution No. 3536, staff recommends award of contract to McClendon Construction Company, Inc., with the green cement alternate. Funding in the amount of $58,544.39 is included for associated water and sewer construction survey, project management, pre-construction, material testing, inspection and project close out (water $39,901 .50 and sewer $18,642.89). The contingency funds to cover change orders total $26 ,156.50 (water $21,604.50 and sewer $4,552 .00). Funding in the amount of $125,843.52 is required for associated paving and drainage construction survey, project management, pre-construction , material testing, inspection and project close out. The contingency fund for possible change orders for paving and drainage improvement is $32,431.00. M/WBE -Mcclendon Construction Company, Inc., is in compliance with the City's M/WBE Ordinance by committing to 13 percent M/WBE participation and documenting good faith effort. McClendon Construction Company, Inc., identified several subcontracting and supplier opportunities. However, the M/WBEs contacted in the area identified did not submit the lowest bids. The City's M/WBE goal on this project is 22 percent. This project is located in COUNCIL DISTRICT 2, Mapsco 48Z, 62C and 620. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval and completion of the above recommendations , and adoption of the attached appropriation ordinance, funds will be available in the current capital budgets, as appropriated , of the Water Capital Projects Fund, the Sewer Capital Projects Fund and the Street Improvements Fund . TO Fund/Account/Centers 1&2) P253 472045 602170044222 1&2) P258 472045 702170044222 ii P253 531350 602170044210 ~ P253 531200 602170044219 ii P253 531350 602170044242 ii P253 531350 602170044252 ~ P253 531350 602170044260 ii P253 531350 602170044280 $493,587.50 $68,717.89 $534 .00 $1,246.00 $2,909 .00 $7 ,060.00 $2,207.00 $529 .50 http://apps .cfwnet.org/council _packet/Reports/me _print.asp FROM Fund/Account/Centers 1)PE45 538040 0609020 1)PE45 538040 0709020 fil P253 541200 602170044283 fil P258 541200 702170044283 fil C200 541200 202400044283 $493,587.50 $68,717.89 $432,081.50 $45,523.00 $1,081,030.00 12/4/2008 £1 P253 531350 602170044282 £1 P253 541200 602170044283 £1 P253 531350 602170044284 £1 P253 531350 602170044285 £1 P253 531350 602170044291 £1 P258 531200 702170044219 £1 P258 531350 702170044220 £1 P258 531350 702170044233 £1 P258 531350 702170044242 £1 P258 531350 702170044252 £1 P258 531350 702170044260 £1 P258 531350 702170044280 £1 P258 531350 702170044282 £1 P258 541200 702170044283 £1 P258 531350 702170044284 £1 P258 531350 702170044285 £1 P258 531350 702170044291 $353 .00 $453,686.00 $3 ,530.00 $21,180.00 $353 .00 $179.00 $401.00 $1,465.00 $2 ,708.00 $2,652 .81 $1,488 .00 $198.96 $132.64 $50,075.00 $1,326.41 $7,958.43 $132.64 Submitted for City Manager's Office by: Fernando Costa (8476) Originating Department Head: A. Douglas Rademaker {6157) Additional Information Contact: Gopal Sahu (7949) Page 3 of 3 http ://apps .cfwnet.org/council _packet/Reports/me _print.asp 12/4/2008 05 /24 /2 008 13:48 817545150 3 MULTATECH CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 1 To the Specifications and General Contract Documents 2004 CAPTT AL IMPROVEMEN'I'S PROGRAM NE 29m STREET (WEBER ST. TO SCHWARTZ A VB .), N. HAMPTON STREET (NE 32NT.J ST. TO E. LONG AVE .) N. TERRY STREET (NE 30™ ST. TO NE 35TH ST.) PAGE 02 /22 PAVING, DRAJNAGE, WATER AND SANITARY SEWER .IMPROVEMENTS 2004 CIP Project #00442 , Contract #42, DOE #5397 Bid Date: July 3, 2008; 1 :30 PM Addendum No. l : June 24, 2008 This addendum forms part of the Specifications and Contract Documents 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 and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and general contract documents for NE 29 1h Street (Weber Street to Schwartz Avenue), N . Hampton Street (NE32nd Street to E. Long Avenue), and N. Terry Street (30th Street to NE 35 th Street) are hereby revised by Addendum No . l as fol.lows: SPECIFICATIONS & CONTRACT DO(JlMENTS: l . CONTRACT DOCUMENTS & TECHNICAL SPECIFICATIONS A. B1DDA1'E • As stated in the Notice to Bidders an.d the Comprehensive Notice to Bidders, the bid date " ... will be received at the Purchasing Office until l :30 p.m.1 June 26, 2008 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers ." shall be revised to state " ... will be received at the Purchasing Office until 1 :30 p.m., July 3, 2008 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers." B. BID PROPOSAL • The Bid Proposal shall be deleted in its entirety and replaced with the e1,closed revised Bid Proposal. 2. Clarifications A . Pay ltem-42 on page SP-l 7 is to be titled 7" Reinforced Concrete Pavement" instead of "6" Reinforced Concrete Pavement". Section (b) under this item shall be completely deleted and only state the following: Once an evaluation of the pavement is made to 05 /24 /20 08 1 3 :48 817545150 3 MU LTATE CH PAGE 0 3/22 determine whether the crack is due to distress or minor shrinkage, the current policy as of bid date shalt be fol.lowed. B. Item 0 -74 on page SC-55 and Item 91 on page SP-34 are to be replaced with: "'GREEN' CEMENT POLICY: As mandated by Fort Worth City Council Resolution 3536, all cement utilized for this project shall be procured from a kiln utilizing a dry kiln process or from any kiln that does not produce an excess of l.71b of NOx emissions per ton of clinker produced. All related costs for complying with the 'Green ' Cement Policy shall be considered subsidiary to the applicable project pay items. This policy shall also apply to all cement products including concrete and concrete products. The contractor shall complete and submit the 'Green' Cement Policy Compliance Statement (included in the contract documents) at the time of bid opening of the prQject. Failure to comply with the 'Green ' Cement policy shall be grounds for rqjecting the bid as non-responsive. During the term of the contract if cement meeting the above requirement is not available, and where cement from a non-compliant source must be utilized, the contractor shall furnish good faith effort documentation in form of letters from two North Texas cement manufacturers of 'Green' Cement stating that no stock of 'green ' cement is available for the contractor at that time . These letters shall be considered valid for a maximum of one week after which new letters must be submitted to the Project Inspector if 'green' cement continues to remain unavailable." C. The "Green Cement" Compliance Statement shall be signed by the contractor and submitted at time of bid opening. The proposed "Green Cement" supplier shall be identified in the statement but a supplier signature is not required. D. The 28 day compressive strength of concrete used for concrete pavement shall be at least 3500 psi as recommended by the Geotechnical Report. E. All cast~in-place concrete for Base Bid shall use "Green Cement" F . Bids without a Base Bid and a bid for Alternate No. I may be considered "NONRESPONSIVE" resulting in disqualification. G. Sheet 31 (.OT-I)~ Longitudinal Construction Butt Joint Detail -"NO . 4x:36 " DOWEL BARS@ 24'' O.C." SHOULD READ NO. 5x36 DOWEL BARS @24" O.C. per City of Fort Worth Detail. A signed copy of this addendum should be included in the scaled 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 io disqualification . Company : Address : NOWLEDGEMENT : McClet ,don Constrnotion Co , loo. P.O. Box999 Bun eson ,TX ?6097 City: State: ~--------------------- 05 /2 4/20 08 13 :48 81754515 03 MULT ATE CH PAGE 04 /22 PROPOSAL TO: MR. DALE A. FISSELER, P.E. Fort Worth, Texas City Manager Fort Worth, Texas FOR: 2004 CAPITAL IMPROVEMENT PROGRAM PAVEMENT RECONSTRUCTION, WATER AND SEWER REPLACEMENT NE 29TH STREET (WEBER ST . Ta° SCHWARTZ A VE.). N. HAMPTON STREET (NE 32ND ST. TOE.LONG AVE.) N. TERRY STREET (NE 30rn ST. TO NE 35TH ST.) City Project No.: 00442 UNITS/SECTIONS : UNIT I & JI: WATER AND SANITARY SEWER IMPROVEMENTS WATER PROJECT NO . P253-531200-60217-0044232 SEWER PROJECT NO. P258-531200-70217-0044232 UNIT III: PA YING AND DRAINAGE RECONSTRUCTION PA VTNG PROJECT NO. C200-53 l 200-2024-044232 DOE NO . 5397 Pursuant to the foregoing "Notice to Bidders," the undersigned has examined the plans) specifications and the site , understands the amount of work to be done, and hereby proposes to do all the work and fl.l.rn1sh all labor, equipment , and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth. If required by th.is project, Contractor must be pre-qualified in accordance with the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execiite a contract and furnish Performance, Maintenance Bond for the water replacement contract only , and Payment Bond approved by the C1ty of Fort Worth for performing and completing said work within the time stated for the following sums , to wit: Total quantities given in the bid proposal may not reflect actual quantWes , by represent the best . . . accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. Special Note: All contractors_are advised that one contract will be awarded to the lowest combined bid for all Units/Sections. · 05 /24 /2008 13 :48 81 75451503 MULTAT ECH PAG E 0 5 /22 PAVEMENT RECONSTRUCTION, WATER AND SEWER REPLACEMENT NE 29 1H STREET (WEBER ST. TO SCHWARTZ AVE.) N. HAMPTON STREET (NE 3t"u ST. TOE . LONG AVE.) N. TERRY STREET (NE 30 1H ST. TO NE 35•H ST.) UNIT I -WATER IMPROVEMENIS: PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID Trench Safety System 5 Foot Depth -Install 1 . 3900 LF Dollars and $ $ Cents per LF Pavement-2 Inch HMAC on 6 Inch Flex Base - Temporary -Install 2. 4180 FT Dollars and $ $ Cents per FT Pavement-2 Inch Min HMAC on 2/27 Concrete Base (2000-1 A) -Install 3 . 400 FT Dollars and $ $ Cents per FT Fire Hydrant -Install 4 . 3 EA Dollars and $ $ Cents per EA Fire Hydrant -Remove 5. 3 EA Dollars and $ $ Cents per EA Fire Hydrant-Barrel & Stem Extension -Install 6. 5VF Dollars and $ $ Cents per VF Meter Box-Class A -Install 7 . 134 EA Dollars and $ $ Cents per EA Pipe -Remove 8 . 3810 LF Dollars and $ $ Cents per LF Pipe Fi tt ings-< Than 16 Inch DI Pipe -Install 9 . 1.33 TON Dollars and $ $ Cents per TON 2 of 19 --··· 05/24/2008 13 : 48 81 7545 1 503 MULTAT ECH PAG E 05/22 PAVEMENT RECONSTRUCTION, WATER AND SEWER REPLACEMENT NE 29 1H STREET (WEBER ST. TO SCHWARTZ AVE.) N. HAMPTON STREET (NE 3~u ST . TOE. LONG AVE,) N. TERRY STREET (NE 30 1H ST. TO NE 35 1H ST.) UNIT I -WATER IMPROVEMENTS: PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY SID PRICES WRITTEN IN WORDS PRICE BID Pipe Fittings-16 Inch or> DI Pipe -Install 10. .25 TON Dollars and $ $ Cents per TON Pipe-Pressure-6 Inch -Install 11. 36 LF Dollars and $ $ Cents per LF Pipe-Pressure-8 Inch -Install 12 . 4260 LF Dollars and $ $ Cents per LF Valve-6 Inch -Gate Valve w/Box -Install 13 . 3 EA Dollars and $ $ Cents per EA Valve -8 Inch-Gate Valve w/Box -Install 14 . 15 EA Dollars and $ $ Cents per EA Valve-Gate -Remove 15. 18 EA Dollars and $ $ Cents per EA Water Serv ice-1 Inch -Install 16 . 2200 LF Dollars and $ $ Cents per LF Water Service-1 Inch-Tap to Main -Install 17 . 134 EA Dollars and $ $ Cents per EA Water Service-2 Inch-Temporary -Install 18 . 2 EA Dollars and $ $ Cents per EA 3 of 19 05 /2 4/2 008 13 :48 81 75451503 MU LTATECH PAG E 07/22 PAVEMENT RECONSTRUCTION, WATER AND SEWER REPLACEMENT NE 29 1N STREET (WEBER ST. TO SCHWARTZ AVE.) N. HAMPTON STREET (NE 3~u ST. TOE. LONG AVE.) N. TERRY STREET (NE 30 111 ST. TO NE 35 1H ST.) UNIT I -WATER IMPROVEME~TS: PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID Concrete-Type B -Install 19 . 7CY Dollars and $ $ Cents per CY Conc rete-Type E -Install 20 . 22 CY Dollars and $ $ Cents per CY Fill Material-Ballast Stone -Install 21. 12 CY Dollars and $ $ Cents pe r CY NE 29TH STREET (WEBER ST. TO SCHWARTZ AVE.) N. HAMPTON STREET (NE 32ND ST. TOE. LONG AVE .) $ N. TERRY STREET (NE 301H ST. TO NE 35TH ST.) TO T AL FOR UNIT I -WATER IMPROVEMENTS 4 of 19 05 /2 4/2008 13 :4 8 81 754515 03 MULT ATE CH PAG E 08 /22 PAVEMENT RECONSTRUCTION, WATER AND SEWER REPLACEMENT NE 29 1 t1 STREET (WEBER ST. TO SCHWARTZ AVE.) N, HAMPTON STREET (NE 3~J.J ST. TOE. LONG AVE,) N. TERRY STREET (NE JO'H ST. TO NE 35 111 ST.) UNIT II -SANITARY SEWER IMPROVEMENTS : PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICfS WRITIEN IN WORDS PRICE BID Collar-Manhole -24 Inch-Frame & Cover -Install 1. 2 EA Dollars and $ $ Cents per EA Inspection-Post Construction Cleaning & TV - Study 2 . 370 LF Dollars and $ $ Cents per LF lnspection-Preconstruction Cleaning & TV -Study 3. 370 LF Dollars and $ $ Cents per LF Manhole -Abandon 4 . 1 EA Dollars and $ $ Cents per EA Manhole -Remove 5. 1 EA Dollars and $ $ Cents per EA Manhole-Paint & Coating-Interior Protective Coating -Install 6 . 8VF Dollars and $ $ Cents per VF Manhole-Std 4 Ft Diam-(to 6 Ft Depth) -Install 7. 2 EA Dollars and $ $ Cents per EA Manhole-Std 4 Ft Diam -Added Depth (over 6 Ft Depth) -Install 8 . 3VF Dollars and $ $ Cents per VF 5 of 19 05/24 /2008 13 :48 81 7545 1 503 MULTATECH PAG E 09/22 PAVEMENT RECONSTRUCTION, WATER AND SEWER REPLACEMENT NE 29'H STREET (WEBER ST. TO SCHWARTZ AVE.) N. HAMPTON STREET (NE 3~u ST. TOE . LONG AVE.) N. TERRY STREET (NE 30TH ST. TO NE 35TH ST.) UNIT II -SANITARY SEWER IMPROVEMENTS; PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID Manhole-Vacuum Test -Services 9 . 2 EA Dollars and $ $ Cents per EA Manhole-Watertight Insert -Install 10. 2 EA Dollars and $ $ Cents per EA Pipe-ByPass-Pumping-Install 11. 2 Days Dollars and $ $ Cents per Day Pipe -Grout-Non-Shrink -Install 12 . 5CY Dollars and $ $ Cents per CY Pipe -Sewer-8 lnch -SDR35 (Alt Depths) -Install 13 . 384 LF Dollars and $ $ Cents per LF Sewer Serv ice-4 Inch -Install 14. 150 LF Dollars and $ $ Cents per LF Sewer Service-4 Inch Service Tap -Install 15 . 5 EA Dollars and $ $ Cents pe r EA Sewe r Service-4 lnch -2 Way Clean Out -Install 16 . 5 EA Dollars and $ $ Cents per EA Trench Safety System 5 Foot Depth -Install 17 . 385 LF Dollars and $ $ Cents per LF 6 of 19 05 /24 /2 008 1 3 :48 81754 515 0 3 MU LT ATE CH PAG E 10 /22 PAVEMENT RECONSTRUCTION, WATER AND SEWER REPLACEMENT NE 29 1H STREET (WEBER ST. TO SCHWARTZ AVE .) N. HAMPTON STREeT (NE 3t"u ST. TOE. LONG AVE.) N. TERRY STREET {NE 30rH ST. TO NE 35™ ST.) UNIT II -SANITARY SEWER IMPROVEMENTS: PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID Pavement-2 Inch HMAC on 6 Inch Flex Base- Temporary -Install 18 . 240 LF Dollars and $ $ Cents per LF Pavement-2 Inch Min HMAC on 2127 Concrete Base (2000-1A) -Install 19 . 140 LF Dollars and $ $ Cents per LF Concrete-Type 8 -Install 20. 2CY Dollars and $ $ Cents per CY Concrete-Type E -Install 21. 2CY Dollars and $ $ Cents per CY Fill Material-Ballast Stone -Install 22 . 4CY Dollars and $ $ Cents per CY Pipe -Abandon 23. 150 LF Dollars and $ $ Cents per LF NE 29 1 H STREET (WEBER ST. TO SCHWARTZ AVE,) N. HAMPTON STREET (NE 32No ST. TOE. LONG AVE.) $ N. TERRY STREET (NE 30™ ST . TO NE 35™ ST.) TOTAL FOR UNIT 11-SANITARY SEWER IMPROVEMENTS 7 of 19 05/24 /2008 13 :48 81 75 451503 MU LT ATE CH PAG E 1 1 /22 PAVEMENT RECONSTRUCTION, WATER AND SEWER REPLACEMENT NE 29 1 H STREET (WEBER ST. TO SCHWARTZ AVE.) N. HAMPTON STREET (NE 32Nu ST. TOE. LONG AVE.} N. TERRY STREET (NE 30™ ST. TO NE 35TH ST.) UNIT Ill -PAVING ANO DRAINAGE RECONSTRUCTION -Base Bid "Green Cement Concrete" BASE BID ITEMS PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID Sign-Address on Curb -Install 1 137 EA Dollars and $ $ Cents per EA Pipe-21 Inch-CL Ill -Install 2 80 LF Dollars and $ $ Cents per LF Storm Water Pollution Prevention Plan > Than 1 Ac SWPPP -Install (3200 L.F . Silt Fence , 7 Curb Inlet Protection , 12 Construction Entrances , 26 Check Dams) 3 3 LS Dollars and $ $ Cents per LS Inlet -Remove 4 8 EA Dollars and $ $ Cents per EA lnlet-lnl ine -10 Ft -Install 5 7 EA Dollars and $ $ Cents per EA Fence-Wrough t Iron .. Install 6 450 LF Dollars and $ $ Cents per LF Fence -Remove 7 900 L F Dollars and $ $ Cents per LF Fence -Chain Link -Install 8 250 LF Dollars and $ $ Cents pe r LF Fence -Pri va cy -Install 9 200 LF Dollars and $ $ Cents per LF 8 of 19 05 /24 /2008 13:48 8175451503 MULTATECH PAGE 12 /22 PAVEMENT RECONSTRUCTION, WATER AND SEWER REPLACEMENT NE 29 1H STREET (WEBER ST . TO SCHWARTZ AVE .) N. HAMPTON STREET (NE 32No ST. TOE. LONG AVE.) N. TERRY STREET (NE 30TH ST. TO NE 35TH ST.) UNIT Ill -PAVING AND DRAINAGE RECONSTRUCTION -Base Bid "Green Cement Concrete'' BASE BID ITEMS PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID Topsoil -Install 10 505CY Sixteen Dollars and $16 .50 $8 ,332 .50 Fiftv Cents per CY Traffic Control -Install 11 1 LS Dollars and $ $ Cents per LS Driveway-Concrete -Remove 12 5900 SF Dollars and $ $ Cents per SF Driveway-6 Inch -Install 13 20997 SF Dollars and $ $ Cents per SF Mailbox -Install 14 20 EA Dollars and $ $ Cents per EA Mailbox -Remove 15 20 EA Dollars and $ $ Cents per EA Retaining Wall -Install 16 20 CY Dollars and $ $ Cents per CY Reta ining Wall -Remove 17 28 LF Dollars and $ $ Cents per LF Curb & Gutter -Remove 18 3116 LF Dollars and $ $ Cents per LF 9 of 19 05/24/2008 13:48 81 7545 150 3 MULTATECH PAGE 13/22 PAVEMENl REc..;uNS !RUCTION, VVAI l:t< ANU SEWER Kt:1-'LACEMENl NE 29™ STREET (WEBER ST. TO SCHWARTZ AVE.) N. HAMPTON STREET (NE 32ND ST. TOE. LONG AVE.} N. TERRY STREET (NE 30™ ST. TO NE 35TH ST.) UNIT Ill ~ PAVING AND DRAINAGE RECONSTRUCTION ~ Base Bid "Green Cement Concrete" BASE BIO ITEMS PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BIO PRICES WRITTEN IN WORDS PRICE BID Curb & Gutter4 7 Inch w/18 Inch Gutter-Install 19 120 LF Dollars and $ $ Cents per LF Pavement~? Inch Concrete-Install 20 14150 SY Dollars and $ $ Cents per SY Pavement-Silicone Joint Sealant -Install 21 15450 LF Dollars and $ $ Cents per LF Pavement-Transition-Min 6 Inch HMAC -Install 22 289 TON Dollars and $ $ Cents per TON Pavement-Unclassified Street Excavation - Remove 23 6951 CY Dollars and $ $ Cents per CY Pavement-Valley Gutter ... Install 24 320SY Dollars and $ $ Cents per SY Speed Hump -Remove 25 1 EA Dollars and . $ $ Cents per EA Speed Hump-HMAC Std . Speed Hump -Install 26 1 EA Dollars and $ $ Cents per EA . 10 of 19 @5L?412008 1 3 : 4 8 8 1 75451503 MU LTA TE CH PAG E 1 4 /22 PAVl:.Mt:N I Rfi:CUN::i I t(UGTIUN, VVATl:t< AND 8EVVEK Rt:;PLACEMEN I NE 29TH STREET (WEBER ST. TO SCHWARTZ AVE.) N. HAMPTON STREET (NE 32No ST. TOE. LONG AVE.) N. TERRY STREET (NE 30TH ST. TO NE 35TH ST.) UNIT Ill· PAVING ANO DRAINAGE RECONSTRUCTION " Base Bid "Green Cement Concrete" BASE BID ITEMS PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BIO PRICES WRITTEN IN WORDS PRICE BIO Subgrade-Lirne Stabilized.33 lbs/sy -Install 27 15 ,535 SY Dollars and $ $ Cents per SY Subarade-Lirne for Stabilization -Install 28 262 TON Dolla rs and $ $ Cents per TON Sign-Project Designation -Install 29 6 EA Two Hundred Dollars and $200.00 $1,200 .00 Zero Cents per EA Walk -Remove 30 3300 SF Dollars and $ $ Cents per SF .. I Walk-4 Ft -Install 31 12722 SF Dollars and $ $ Cents per SF Walk-5 Ft -Install 32 7614 SF Dollars and $ $ Cents per SF Walk-ADA Wheelchair Ramp -Install 33 336 SF Dollars and $ $ Cents per SF Walk·ADA Wheelchair Ramp -Remove 34 80SF Dollars and $ $ Cents per SF 11 of 19 05/24/2008 1 3 :4 8 81 75 45 1 5 03 MUL TATE CH PAG E 1 5/22 PAVt:Mt:N I ~=·-·•.JN~ fRUCTJUN, WA I t:t< AND SEWER REPLACEMEN I NE 29TH STREET (WESER ST. TO SCHWARTZ AVE.) N. HAMPTON STREET (NE 32ND ST. TOE. LONG AVE .) N. TERRY STREET (NE 301H ST. TO NE 35TH ST.) UNIT 111-PAVING AND DRAINAGE RECONSTRUCTION -Base Bid "Green Cement Concrete" N N N BASE BIO ITEMS PAY APPROXIMATE DESCRIPTION OF ITEMS WITH ITEM QUANTITY BID PRICES WRITTEN IN WORDS Walk-Steps -Install 35 70 SF Dollars and Cents per SF Walk-Steps -Remove 36 60 SF Dollars and Cents per SF Fill Material-Borrow -Install 37 .232 CY Dollars and Cents per CY Valve Box-Adjustment -Services 38 10 EA Two Hundred Fifty: Dollars and Zero Cents per EA Meter Box-Adjustment -Services 39 120 EA __ Thirty-five Dollars and Zero Cents per EA Manhole-Adjustment -Serv ices 40 2 EA Three Hundred Fiftv Dollars and Zero Cents per EA Curb-7 Inch Concrete -Install 41 7000 LF Dollars and Cents per EA Utility Adjustment -Repair 42 1 LS Ten Thousand Dollars and Zero Cents per EA E 29 1H STREET (WEBER ST. TO SCHWARTZ AVE.) . HAMPTON STREET (NE 32ND ST. TOE. LONG AVE.) . TERRY STREET (NE 30TH ST. TO NE 35TH ST.) TOTAl FOR UNIT Ill -BASE BID ITEMS 12 of 19 UNIT AMOUNT PRICE BID $ $ $ $ $ $ $250 .00 $2 ,500.00 $35 .00 $4 ,200.00 $350 .00 $700.00 $ $ $10 ,000 .00 $10 ,000 .00 $ 05/24/2008 1 3 :48 81 75451 503 MULTA TE CH PAG E 15/22 PAVEMENT RECONSTRUCTION, WATER AND SEWER REPLACEMENT NE 29 1 H STREET (WEBER ST. TO SCHWARTZ AVE.) N. HAMPTON STREET (NE l~u ST. TOE. LONG AVE.) N. TERRY STREET (NE 30TH ST . TO NE 35TH ST.) UNIT 111-PAVING AND DRAINAGE RECONSTRUCTION -Alt. '1' Regular Portland Cement Concrete Alt. '1' BIO ITEMS PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID Sign-Address on Curb -Install 1 137 EA Dollars and $ $ Cents per EA Pipe-2 1 Inch-CL Ill -Install 2 80 LF Dollars and $ $ Cents per LF Storm Water Poll ution Prevention Plan > Than 1 Ac SWPPP -Install (3200 L.F. Silt Fence , 7 Curb Inlet Protection , 12 Construction Entrances , 26 Check Dams) 3 3 LS Dollars and $ $ Cents per LS Inlet -Remove 4 8EA Dollars and $ $ Cents per EA lnlet-ln line -10 Ft -Install 5 7 EA Dollars and $ $ Cents pe r EA Fence-Wrought Iron -Install 6 450 LF Dollars and $ $ Cents per LF Fence -Remove 7 900 LF Dolla rs and $ $ Cents per LF Fence-Chain Link -Install 8 250 LF Dollars and $ $ Cents pe r LF Fence-Privacy -Install 9 200 LF Dollars and $ $ Cents per LF 13 of 19 05/24/2008 1 3 :48 81 75451503 MULTATECH PA GE 1 7/22 PAVEMENT RECONSTRUCTION, WATER AND SEWER REPLACEMENT NE 29 111 STREET {WEBER ST . TO SCHWARTZ AVE.) N. HAMPTON STREET (NE 32ND ST. TOE. LONG AVE.) N. TERRY STREET (NE 30TH ST. TO NE 35 7H ST.) UNIT Ill~ PAVING AND DRAINAGE RECONSTRUCTION -Alt '1' Regular Portland Cement Concrete Alt. '1' BID ITEMS PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID Topsoil -Install 10 505 CY Sixteen Dolla rs and $16 .50 $8 ,332 .50 Fif'tll Cents per CY Traffic Control .. Install 11 1 LS Dollars and $ $ Cents per LS Driveway -Concrete -Remove 12 5900 SF Dollars and $ $ Cents per SF Driveway--6 Inch -Install 13 20997 SF Dollars and $ $ Cents per SF Ma il box .. Install 14 20 EA Dollars and $ $ Cents per EA Mail box -Remove 15 20 EA Dollars and $ $ Cents per EA Retaining Wall -Install 16 20 CY Dollars and $ $ Cents per CY Re taining Wall -Remove 17 28 LF Dollars and $ $ Cents per LF Curb & Gu tter .. Remove 18 3116 LF Dollars and $ $ Cents per LF 14 of 19 05/24/2008 1 3 :48 81 75451503 MU LT ATE CH PAG E 1 8 /22 PAVt:Ml=NT R~CONSI 110N, WA'fl=R AND SEWER Kt:PLACEMt:NT NE 29™ STREET (WEBER ST. TO SCHWARTZ AVE.) N. HAMPTON STREET (NE 32No ST. TOE. LONG AVE,) N. TERRY STREET (NE 30TH ST. TO NE 35TH ST.) UNIT Ill· PAVING AND DRAINAGE RECONSTRUCTION· Alt. '1' R~ular Portland Cement Concrete Alt. '1' BID ITEMS PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BIO PRICES WRITTEN IN WORDS PRICE BID Curb & Gutter-7 Inch w/18 Inch Gutter -Install 19 120 LF Dollars and $ $ Cents per LF Pavemen t-? Inch Concrete-Install 20 14150 SY Dollars and $ $ Cents per SY Pavement-Silicone Joint Sealant -Install 21 15450 LF Dollars and $ $ Cents per LF Pavement-Trans ition-Min 6 Inch HMAC -Install 22 289TON Dollars and $ $ Cents per TON Pavement-Unclassified Street Excavation - Remove 23 6951 CY Dollars and $ $ Cents per CY Pavement-Valley Gutter -Install 24 320 SY Dollars and $ $ Cents per SY Speed Hump -Remove 25 1 EA Dollars and $ $ Cents per EA Speed Hump -HMAC Std . Speed Hump .. Install 26 1 EA Dollars and $ $ Cents per EA 15 of 19 05 /2 4/200 8 1 3 :48 81 75451503 MULTA TE CH PAG E 1 9/22 PAVEMENl REt;UNS IRUC I IUN, WA'1 er<. ANO Sl=WER t<t::PLACEMENT NE 29TH STREET (WEBER ST. TO SCHWARTZ AVE.) N. HAMPT ON STREET (NE 32ND ST. TOE. LONG AVE.) N . TERRY STREET (NE 30TH ST. TO NE 35™ ST.) UNIT Ill -PAVING AND DRAINAGE RECONSTRUCTION -Alt. '1' Regular Portland Cement Concrete Alt. '1' BID ITEMS PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID Subgrade-Lime Stabilized-33 lbs/sy -Install 27 15 ,535 SY Dollars and $ $ Cents per SY Subgrade-Lime for Stabilization -Install 28 262 TON Dollars and $ $ Cents per TON Sig n-Project Designation -Install 29 6 EA Two Hundred Dollars and $200.00 $1,200 .00 Zero Cents per EA Walk -Remove 30 3300 SF Dolla rs and $ $ Cents per SF Walk -4 Ft -Install 31 12722 SF Dollars and $ $ Cents per SF Walk-5 Ft -Install 32 7614 SF Dollars and $ $ Cen ts per SF Walk -ADA Wheelchair Ramp .. Install 33 336 SF Dollars and $ $ Cents per SF Walk-ADA Wheelchair Ramp -Remove 34 80 SF Dollars and $ $ Cents pe r SF 16 of 19 05 /2 4/2 008 13 :48 8175451503 MU LTAT ECH PAG E 20/22 PAVEMENT RECUN:S I RUCI IUN, WATER AND 5EVV'ER REPLACcivu::.1'111 NE 29tH STREET (WEBER ST. TO SCHWARTZ AVE.) N. HAMPTON STREET (NE 32No ST. TOE. LONG AVE.) N. TERRY STREET (NE 30TH ST. TO NE 35TH ST.) UNIT Ill -PAVING AND DRAINAGE RECONSTRUCTION -Alt. '1' Regular Portland Cement Concrete Alt. '1' BID ITEMS PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID Walk-Steps -Install 35 70 SF Dollars and $ $ Cents per SF Walk-Steps -Remove 36 60SF Dollars and $ $ Cents per SF Fill Materia l-Borrow ... Install 37 232 CY Dollars and $ $ Cen ts per CY Val ve Box-Adjustment -Services 38 10 EA Two Hundred Fiftv Dollars and $250.00 $2 ,500.00 Ze ro Cents per EA Me ter Box-Ad j ustment -Serv ices 39 120 EA __ Thirty-five Dollars and $35.00 $4,200.00 Zero Cents per EA Manhole-Adjustmen t -Services 40 2 EA Three l:!undred FiJD'. Dollars and $350 .00 $7 00 .00 Zero Cen ts per EA Curb-7 Inch Concrete -Install 41 7000 LF Dollars and $ $ Cents per EA Utility Adjustmen t -Repa ir 42 1 LS Ten Thousand Dollars and $10,000 .00 $10,000.00 Zero Cents pe r EA NE 29 TH STREET (WEBER ST. TO SCHWARTZ AVE.) N. HAMPTON STREET (NE 32ND ST. TOE. LONG AVE.) N. TERRY STREET (NE 30rH ST. TO NE 35TH ST.) $ TOTAL FOR UNIT Ill -BASE BID ITEMS 17 of 19 05/24/2008 13 :48 8175451503 MULTATECH PAG E 21 /22 PAVEMENT RECONSTRUCTION, WATER AND SEWER REPLACEMENT NE 29'" STREET (WEBER ST. TO SCHWARTZ AVE .) N. HAMPTON STREET (NE 32"'µ ST. TOE. LONG AVE.) N. TERRY STREET (NE 30 1 t1 ST. TO NE 35 1 t1 ST.) BID SUMMARY FOR N.E. 29th, N. Hampton & N. Terry Streets Water. Sew!HJ'lad CQDtm~t~ eaviag UNIT I: TOTAL WATER IMPROVEMENTS $ UNIT II : T OTAL SANITRY SEWER IMPROVEMENTS $ UNIT 111 :PAVING AND DRAINAGE RECONSTRUCTION: Base Bid "Green Cement" Concrete $ UNIT 111:PAVING AND DRAINAG E RECONSTRUCTION : Alternate 1 Regular Portland Cement Concrete $ PROJECT BID TOTAL Base Bid with 0 Green Cement" $ PROJECT BID TOTAL with ALT. 1 Regular PCConcrete $ 18 of 19 05/24/2008 1 3 :48 81 75 4 51503 MU LTA TE CH PAG E 22/22 Within ten (10) days after notification by the City of Fort Worth, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful perfonnaoce of the Co11tract. 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 withi.11 the time above set forth, as liquidated damages for the delay and additional work caused thereby . If as a requirement of this project, the undersigned bidder certified that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects , and that they have read and thoroughly understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assured that its employees and applicants for employment and those of any labor orgaiuzation, 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 Ordinan.ce No. 7278 as amended by City Ordinance No . 7400. The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to complete the contract within 175 working days after beginning construction as set forth in the written work order to be furnished by the Owner. (Circle and complete A or B below, as applicable) A. The principal place of business of our company is in the State of -------- a. Nonresident bidders in the State of , our principal place of business, are required to be __ percent lower than resident bidders by state law. A copy oftbe statute is attached. b . Nonresident bidders in the State of , our principal place of business , are not required to underbid resident bidders . B. The principal place of business of our company or our parent company or majority owner is in the State of Texas . Respectfully submitted, By : Title: Company: Address : 0 5/24/200 8 13 :48 81 754515 03 MUL TATE CH PAG E 01/22 MULTATECH 1407 Texas Street, Suite 200, Fort Worth, TX 76102 -3428 Phone: 817-877-5571 Fax: 817-877 ·4245 www.multatech.com FAX DATE: June 24 , 2008 TO : Various FAX NUMBER: FROM: Bruce Nelson AE: City of Fort Worth CIP # 42 DOE # 5397 Sid PROJECT NUMBER: 06033 CC: NUMBER OF PAGES: 23 MESSAGE : This fax is to provide an Addendum to the City of Fort Worth Capital Improvement Project #00442. Included are Addendum No. 1 and a revised Bid Proposal. ()J '1:,, (}\1 s.s { ~ P~-\. 56 u t t{ ( .J CA. l). ail/. ~~o~ .. If fax is not received in its entirety, please notify sender at 817-877·5571 . Retum fax number is 817-877-4245 . Emai l: b1.1siness@multatech .com -~ 07 /02 /2 008 14 :15 8175451503 MULT ATECH PAGE 02 /02 A CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 2 To the Specifications and General Contract Documents 2004 CAPITAL IMPROVEMENTS PROGRAM NE 29TH STREET (WEBER ST. TO SCHWARTZ AVE.), N. HAMPTON STREET (NE 32ND ST . TO E. LONG A VE.) N. TERRY STREET (NE 30™ ST. TO NE 35m ST.) PAVJNG , DRAINAGE, WATER AND SANITARY SEWERT.MPROVEMENTS 2004 CTP Project #00442, Contract #42, DOE #5397 Bid Date: July 10, 2008; 1:30 PM Addendum No. 2: July 2, 2008 This addendum forms part of the Specifications and Contract Documents for the above referenced Prqject and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt o:f this addendum in the space provided below and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification . T he specifications and genera.I contract documents for NE 29 111 Street (Weber Street to Schwartz Avenue), N. Hampton Street (NE32nd Street to E. Long Avenue), and N . Terry Street (30th Street to NE 35tl i Street) are hereby revised by Addendum No. 1 as follows: SPECIFICATIONS & CONTRACT DOCUMENTS: I. CONTRACT DOCUMENTS & TECHNICAL SPECIFJCATIONS A. BIDDATE • Sealed proposals will be received at the Purchasing Office until 1 :30 p .m., July l O, 2008 and then publicly opened and read aloud at 2:00 p .rn. in the Council Chambers." 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 "NONRESPO N SJVE '' resulting in disqualification. Mcclendon Construction co., Inc.. P.O. Box 999 Burtes on . TX 76097 Address : ________________ City: _________ State: __ _ 07/0 2 /2 00 8 1 4:15 81 75 451 503 MULT ATE CH PAG E 01 /02 .. ;-. , MULTATECH 1407 Texas Street, Suite 200 , Fort Worth , TX 76102-3428 Phone : 817-877-5571 Fax ; 817-87 7-4245 www .multatech .com FAX DA TE: July 2, 2008 TO : Various FAX NUMBER : FROM; Bruce Nelson RE : City of Fort Worth CIP # 42 DOE# 5397 Bid PROJECT NUMBER: 06033 CC: NUMBER OF PAGES : 2 MESSAGE: This fax is to provide an Addendum to the City of Fort Worth Capital Improvement Project #00442. Included are Addendum No. 2. If fax is not received in its entirety , please not ify sender at 817-Sn-5571 . Return fax number is 817-877-4245 . Email: bus iness@multatech .com 37/0 7 /2008 1 2 :04 817 5 4 5150 3 MULT ATE CH CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 3 To the Specifications and General Contract Documents 2004 CAPITAL IMPROVEMENTS PROGRAM NE 29TH STREET (WEBER ST. TO SCHWARTZ A VE.), N . HAMPTON STREET (NE 32ND ST. TOE. LONG A VE.) N. TERRY STREET (NE 30TH ST . TO NE 35TH ST.) PAG E 02/25 ~,,, ... ---ioFr""'" ... ~P-:1 ....•... J:-w.'• ;'<::> ... •• * ··-~ .. .,,. . . .... "* i · ...... ,. '•; ... , l· .. : ... ,, ...... ~ ................ : .... ·~ l WM. BROOE NEtSON ii_ '-, ....................................... -,,, ' . " ,,~·. 77350 .. ~~ f-o·-~ o.·-~$ 1,-<-;·.f91sn.~~~.~~ ... \ Ss ....... 'i;.~ ,,~Rf.t~,~ i.Jh"l~ 1/.,/of PAVING, DRAINAGE, WATER AND SANITARY SEWER IMPROVEMENTS 2004 CIP Pr~ject #00442, Contract #42, DOE #5397 Bid Date: July 10 , 2008; 1 :30 PM Addendum No . 3: July 7, 2008 This addendum forms pa11 of the Spcci:ficatio11.s and Contract Documents 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 and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of thi s addendum could subject the bidder to disqualification. The specifications and general contract documents for NE 29 1h Street (Weber Street to Schwart~ Avenue), N . Hampton Street (NE32nd Street to E. Long Avenue), and N. Terry Street (30111 Street to NE 35lh Street) are hereby revised by Addendun1 N o. 1 as follows: SPECIFICATIONS & CONTRACT DOCUMENTS: 1. CONTRACT DOCUMENTS & TECHNICAL SPECIFICATIONS A. BID PROPOSAL • Th e Bid Proposal shall be dele ted in its entirety and replaced with the enclosed revised Bid Proposal. B. Standard City of Fort Worth Traffic Contro l Plans A-H shall be added to Section 5 - General and Special Conditions . A signed copy of this addendum should be included in the sealed bid envelope at the t ime of bid s ubmit tal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE" resul t ing in disqualification . McC lendon Con structio n Co., Inc. P.O. Box 999 Burl es on, TX 76097 -Company : _____________ _ Addi-ess : ______________ City: ___________ State: ___ _ 07/07/2008 12:04 8175451503 MULTATECH PAGE 1 8/2 5 I !-----~----~-----------------------. \., 11 · r: l t (!) 0 a ('I ::, ' r1 uJ ~ 0 I I ~ i j I I 0 a 0 (> " " .. . 0 0 .. ., 0 This pion is 5ubmilted_ for TCP. rcertify thls pion wltlbe used for the following locolion(s): and tnot on channelizing devices will conform to "Gener-al Notes" as shown on the bock. SignotL•r e: CtJY OF FORT WORTH TRANSPORTATION AND PU61JC WORKS Dote: TYP!CAL TWO WAY STREET ONE LANE CLOSURE . See reverse side for Generol Noles end Oevice ocin , PL. AN 1 1 A1 '' 07 /07 /2008 12:04 I I· 8175451503 MULT ATE CH 0 0 D C " " ! I \l 0 irr lf 1 'fr f ., 0 " 0 0 C, 0 " )· ..J -' N >< ..O.,, ___ _ >< ..o-__ i...._· - CJ ti C (l ii <I: PAGE 19 /2 5 n ~· ... ,J: 1·~ . I '.f it~ ] I ,-~--------- W ond thot oil c hb11neltnng devices lllll c.onronn to 'Generol Not~l.':·. os ~ho,m o n the beck. . .... ~ CITY . OF FDRT WORTH TRANSPORlATlON - . ANO PUBLIC WORKS TYPICAL ONE WAY STREET . TWO RIGHT LANES CLOSURE Nbtc: See reyerse stdc:' fo,. Generol H·c,tes ono Device 0 Spoe1ng PLAN 1 81 17 i r PAG E 20 /25 07 /07 /200 8 1 2 :04 81 7 54515 03 MUL TATE CH rt~;:~::~·.~;~;:;,';~::~ ~\\~~;:~1'. :·,i;I~~·.~· ~::.:,:? .::'.: .. ·~:.:'. ;"~··~·11· , .. :·. ,·, . .. . I L~-· --.;.....· ----------ffl----:.---------~---- ·-· , 1 ( I.: rl, I i1: r h f I. 2 Sign!: 0 <BacHo·So<<i ~ EMO ~ • l>OJD Y!ORI< .ii. INoi R•Q<h/''1<1 ror 1 CP (.'!J.!f Thtwi Q l'\n 007} Go::o~ \ .. . ~ . .. .. n • " • .. • 0 • .. • .A. • . .. .. . .. _J :,: < 0: w 0 (r; ;f: ... '1/ ~ I<. !s 0 "' ...J z ~ ~ • o.A..-=....-l~~~--!-~ .. • . ., ~ • . ..J £ ~ a t ~ // !~:t.HJ Thls p!on j5 s~rbmitted ror TCP . ( certi f y this pl01'1 will be used for the following locotion(s): ond thot oil chonnellzing devices will conform to ''General Notes " os shown on the bock . Signature' Dole:, GITY OF FOR T WQRT TRANSPORT ATlON ANO . P UBLIC WORKS CONTINUOUS . LEFT TURN lANE .~ DETOUR No.lll'!1 . Si:!e rever se side for GcnerQINo\es ond Ot!vic S ocin. PLAN · "C" 0 7/07 /2 00 8 12 :04 81 754515 03 MUL TA TE CH PAG E 21 /25 _,...--v 2 Flogg ers required wh encve opposing troffic requir e d . to u se s ome lcne. Floggers shelf be in c anslon t ra dio con to ct. No congr egr oting o r o und flogger .slqHons , . Flogg er station s must be li ghte(l ol nigh l. ENO ~0/11) WOPJ< ~ ~ 1 'V ~ 1 D 0 ABffl ~ .. I: u • .. .. ~ • 0 b -:,:< ix: ~J 0[!'. ;; <. er ulW I,,.. z \1..0 ::l N ID i I- Lei I" ... y ~---- x < ~ b $) F'1:lggar Req,kect On Cc,lln<:\""J R ~~;(l..,,L:01 ~t(ant"1". AZldit'tsl\C,f F1t:>99ier s ~oy 9e R~q,,1,-a~ D•P•~d";nO o~ F i .,ld' Oand1't1onu. ~·\ y~ 0 0 0 S Thi s pron is submHted for TCP . l certi f y this pion wlirbe used f or the following l oca t ion(sl· .... t"> w ~ ond th~t oll cho-nneliz.in~ devices wm conform to "Gener.cl No t es" os show(1 on the bock. ·· CITY OF' FOR T WORTH TRANSPORT ATJ9N AND , PUBLIC WORKS . Note : Dole~ TYPICAL TWO . WAY ,STREET LANE CLOSURE See reverse side for G~nerol No e l 'f (" •.• .. -!1 ' J ,., fI .,· •L n I ..J J..., ! ' ' ?iJ ··1 .. ,.- . \ . l ,.i 'I ' 1 07 /07/2008 12 :04 8175451503 MULTATE CH PAGE 22/25 I ~ I i'', .( j l , II <'P -- •'.i 1 r=::;) ' /' ,: .. · .~ I l I ..a. t i · " I RO~WORKI r I r~··· ·-t x,< ·1 c:tw n 0 Oo:; :!: ... • fl I t t a:: WW D· • q " l:;5 n • iN I ,, r\ . ~ " ~ 0 .J d • .. \'> D jg,~~, ~I I L~N6 I I ·--I of ei..aCKtl!I 1 l ,) ,: • I ~I'-.., :/'< ~ .... ...J ,_.,_,A. A f ~AA~ I CL L~f!J l)LOC1t£C e ~OCl~EC, 1: .:s 1---12 :3 I>~ X X I ---' I -I I ~+<@> ROIIO WOl'IK ' l'!O..:.l . x~~ ~ X • ""11IAO wMK ' i · i 1lf ,t.1,(1;-"Q I I C, 0 This pion is submitted (or TCP. t certi.fy this plan will be ~sed for the following locatlon<sl: 2 '- ..... ' I ,., ond tho I oil chonrieHzing devices wit! conform to "Gener or No·tes" as shown pn the bock . w 1-~ Signature: Dote: . , CIT Y dF FOR'T WOR.TH . --.... TYPICAL · TWO WAY OfV[DED · ARTERfAL TRANSPORT AT lON ONE -LANE CLOSURE . AND Nole' PUSUC WORKS SH ·reverse sid.-i IM General Noles ond Device Soticinc PLAN "E' ( ... - 07 /07/20 08 12 :0 4 81 7 5451 503 MU LTA TE CH PAG E 23 /25 II ll 11 ll tl z ~ ....J C. 0 0 0 N ~ .... I") l,.l 1-< 0 ... g Ill .. ... w :: "' lo.~or This pion is submit tei d for TCP. I certify this pion wilr be used for th e following locct ion(s ): en d tho t oll'chcmnefi,ing devices will conform to "C eriercl Notes" os shown on lhe bock . Signoture : ';: .. CIT Y OF FORT WORTH TR AN S PORT A TION AND PUBLIC WORKS Dote: FULL STREET CLOSURE DE TOUR Note: PLAN "F " Sec reverse sid~ for General Notes end 'l / .q d 'I . ' ,,. ~·-"1 • i ··' 07/07 /2 008 12:04 8175451503 MULTATECH PAGE 24/25 [ 1: .l. •'"'. r-.. ~ ·,. r l.. ., I .r I I' I '. II ~( !" !: f ~! I This pion is s-ubmi ll ed for TCP. I r.erlify this pion will be used for the following locotionC:s): ~. ond [hot dll channerizing devices will conform to "Generol Notes" as shown on the bock , Signature: OTY 0~ FORJ WORTH' TRANSPORTATION AND PUBLIC WORKS Dote: S!D.EWALK CLOSURE DETOUR PLAN 07 /07 /2008 12:04 8175451503 MULTATE CH ~ ...J a. f I . .(!. I fj This p(on i~ submitted for TCP . I certify thls pion will be used for the rollowing loc:olidn(s): and that all channelizing devices will conform lo "G1merol Notes'' as shown on the bock. Signoture: Dote: CITY OF FORT WORTH SIDEWALK CLOSURE DET0UR TR Al'-JSPORT A T.fON PAGE 25 /25 ~. , . ' }.,j !""l I ?~J ,. i. .. , ·. ! 't • 1 j AND ~o~l~e:~~~..-~~~...,..-~~-,----,-~----,-~-4 PUSLIC WORKS Sc~ rev~r:?i: !!,\!C for Gel'\eralNoh:s or,d Device S ocin • PL AN "H'" 07/07/2008 12 :0 4 81 75 45 15 03 MU LT ATE CH PAG E 01 /25 ,\, ......... ,. MULTATECH 1407 Texas Street, Su Ito 200 , Fo rt Worth , TX 7610?.-3428 Phone: 817-877-5571 Fax ; 817-87 74245 www .multatech .com FAX DATE : July 7, 2008 TO : Various FAX NUMBER: FROM: Bruce Ne lson RE ; City of Fort Worth GIP# 42 DOE# 5397 Bid PROJECT NUMBER: 06033 CC: NUMBER OF PAGES: 25 MESSAGE : This fax is to provide an Addendum to the City of Fort Worth · Capital Improvement Project #00442 . Included are Addendum No . 3. 11 fax is not received In Its entirety , please notify sender at 817-877-5571 . Return fax number Is 817 -877-4245 . Email : business@multatech .com 07/08 /2008 10:45 8175451503 MULTATECH r • CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 4 To the Specifications and General Contract Documents 2004 CAPITAL IMPROVEMENTS PROGRAM TH NE 29 STREET (WEBER ST. TO SCHWARTZ A VE .}, N. HAMPTON STREET (NE 32ND ST . TOE. LONG AVE.) N. TERRY STREET (NE 30TH ST. TO NE 35TH ST.) PAGE 02 /02 ,..,.._,,,,, .. • -... E. OF r~ "\\ -~t!·····"···':11~·· ; .... ·· -•··. . '* .. ·. *'" ; • • V, '-*! ~., "1"···· .. ~••11•············· ........ : .. ~1 I WM. BRUCE NELSON ~ 'I/··~··············,~·············" l . . ,,, .~·.. 77350 .. ;~ ... f"i.,·, -9 Q :«:', •r·~/-~<;,srf.?.'tii.V __ 1 ',{s(···;;.c'<i.~ L)~~B PAVING , DRAINAGE, WATER AND SANITARY SEWER IMPROVEMENTS 2004 CW Pr~ject #00442, Contract #42 ., DOE #5397 Bid Date: July 10, 2008; 1 :30 PM Addendum No. 4: July 8, 2008 Thi.s addendum forms pa11 of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents . Bidde.r shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope of your bid . Failure to acknowledge receipt of this addendum could su~ject the bidder to disqualification . The specifications and general contract documents for NE 29tfi Street (Weber Street to Schwartz A venue), N. Hampton Street (NE32nd Street to E. Long Avenue), and N . Terry Street (30d' Street to NE 35 1h Street) are hereby revised by Addendum No. 4 as follows: SPECIFICATIONS & CONTRACT DOCUMENTS: J . Clnrifications . A. Sheet 31 (DT-1)-Plan of Steel Layout Detail -"NO, 4 BARS 24" C-C BOTH WAYS" SHOULD READ NO. 3 BARS @ 24" C-C BOTH WAYS per City of Fort Worth Detail. 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 col1ld cause the subject bidder to be considered "NONRESPONSIVE'' resulting in disqualification. RECEI~PT KNOWLEDGEMENT: Mcclendon Con struct ion Co., Inc. D~ Ydt2(~ P.O. Box 999 r 1 A '!I I Burl eson, TX 76097 By: ~~L ompany: __ _ Address; ____________ City: ___________ State: ___ _ 07/08/2008 10:45 8175461503 MULTATECH PAGE 01/02 , . .. MULTATECH 1407 Texas Street, Suite 200 , Fort Worth , TX 76102-3426 Phone : 817-en-5571 Fa)(: 817-877-4?.45 www.multatech .eom FAX DATE: July 8, 2008 TO: Various FAX NUMBER: FROM: Bruce Nelson RE: City of Fort Worth CIP # 42 DOE# 5397 Bid PROJECT NUMBER: 06033 CC: NUMBER OF PAGES : 2 MESSAGE: This fax is to provide an Addendum to the City of Fort Worth Capital Improvement Project #00442. Included are Addendum No . 4 . If fax Is not received in its entirety, please notify sender at 817-877-5571. Return fax number is 817-8774245. Email: business@multatech.com 07/08/20 08 17:21 81 754515 03 MULTATE CH PAG E 02/02 ,.., t .. CITY OF FORT WORTH DEPARTMENT OF ENGINEERING _ ... ~, ... ,,., --~p.~,.9f. !.f-tJ,, ,:' :? .... * ··-~ ... '* .· • *rl., , : •. .. ,.. : ~--"-/t ••"'•+ft• .. .-, f ,,., tA' •••I' ••P• •••••• ••I. r. WM. BRUCENELSON ) ~-..... ······················-···-" ADDENDUM NO. 5 , ~-... 77350 /0:I To the Specifications and General Contract Documents '1fo).'9~G "-"'<t,.<>.•:.:..~ ' '(::"•. ,sr~r .. -;.~~,,. ,,ss;-·······~~'V"" 200 S GRAM ~ 4 CAPITAL IMPROVEMENT PRO 0. 1 ft2/t>'B NE 29TH STREET (WEBER ST. TO SCHWARTZ A VE.), CJ N. HAMPTON STREET (NE 32ND ST. TOE. LONG A VE.) N . TERRY STREET (NE 30TH ST . TO NE 35TH ST.) PAVING , ORA lNAGE, WATER AND SANITARY SEWER IMPROVEMENTS 2004 CIP Project #00442 , Contract #4 2, DOE #5397 Bid Date: July 24, 2008; 1 :30 PM Addendum No . 5 : July 8, 2008 This addendum fornis part of the Specifications and Contract Documents 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 and acknowledge receipt on the outer envelope of your bid . Failure to acknowledge receipt of this addendum could subject the bidder to disqualification . The specifications and general contract documents for NE 29 111 Street (Weber Street to Schwartz A venue ), N . Hampton Street (NE32nd Street to E. Long Avenue), and N. Terry Street (30 1h Street to NE 35 111 Street) are hereby revised by Addendum No. 5 as follows: SPECIFICATIONS & CONTRACT DOCUMENTS: 1. CONTRACT DOCUMENTS & TECHNICAL SPECIFICATIONS A. BIDDATE • Sealed proposals will be received at the Purchasing Office until 1 :30 p.m., July 24 , 2008 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers." 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 con s idered "NONRESPO N SIVE'' resulting in disqualification . an: Address: _____________ City : McClendon Construction Co., Inc.. Bu rleson , TX 7~1: ---- 0 7/08/2008 1 7 :21 81 754615 03 MULT ATE CH PAG E 01 /02 MULTATECH 1407 Texas Street , Su ite 200 1 Fort Worth , TX 76102-3428 PhOne ; 817-877 ,5571 Fax: 817·B77-4245 www .rnul tatech .com FAX DATE: July 8, 2008 TO: Various FAX NUMBER: FROM: BrLICf:l Nelson RE : City of Fort Worth CIP # 42 DOE# 5397 Bid PROJECT NUMBER : 06033 CC: NUMBER OF PAGES: 2 MESSAGE: This fax is to provide an Addendum to the City of Fort Worth Capital Improvement Project #00442. Included are Addendum No . 5. If fax is not received in its entirety, please notify sender at 817--877-5571 . Return fax number is 817"877-4245. Email ; business@multatech.com 07/15/2008 13:33 8175451503 MULTATECH CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 6 To the Specifications and General Contract Documents 2004 CAPITAL IMPROVEMENTS PROGRAM NE 29™ STREET (WEBER ST. TO SCHWARTZ AVE.), N . HAMPTON STREET (NE 32ND ST. TOE. LONG AVE.) N . TERRY STREET (NE 30n-1 ST. TO NE 35TH ST.) PAGE 02/10 ~-...,,, ... ---'If. OF,~,\ _,,,, ... 1. •.•••• e'r:!'-.... ~,.:-··· ..• .,.,.19,. ;' ,/ * ·· .... '* .· ..• t,. ,. . . .. ,..... !*~, ~-·····,.,. .................... "' ..... . i WM. BRUCE NElSON } ,, ................................ .-, . . ,, ,,~·. 77350 -·~, f 'cf. ,ljl~ Q ..-r,,;; 11;<-t·-.~ISTe~~-G~·~ ,,.ss,?a··~"' -,,~~ tJn-11 j',,;/o't> PAVTNG , DRAINAGE, WATER AND SANITARY SEWER IMPROVEMENTS 2004 CIP ~ject #00442, Contract #42, DOE #5397 Bid Date: July 24, 2008; 1 :30 PM Addendum No . 6: July 15 , 2008 This addendum forms part of the Specifications and Contract Documents 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 and acknowledge receipt on the outer envelope of your bid. Fajlure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and general contract documents for NE 29tl' Street (Weber Street to Schwartz Avenue), N. Hampton Street (NE32nd Street to E. Long Avenue), and N. Terry Street (30 1h Street to NE 35th Street) are hereby revised by Addendum No . 6 as follows: SPECIFICATIONS & CONTRACT DOCUMENTS: 1. Clarifications A Jtcm-"92. PAY ITEM-TRAFFJC CONTROL:" section on page SP"34 is to be replaced by attached 92 . TRAFFIC CONTROL: section . B. 'Replace Prevailing Wage Rates for 2006' with 'HEAVY & HIGHWAY CONSTRUCTIONPREVAILTNGWAGERATES 2008' and '2008 PREVAIUNG WAGE RATES CONSTRUCTIONJNDUSTRY.' C. Typical Traffic Control Plan A, Plan B, Plan C and General Notes will become part of the Specifications and Contract Documents. 0 7/16/2008 1 3 :33 8 175461503 MULT ATE CH PAG E 0 3 /10 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 disqual.ification . Company:_---1r,b,,jF"f-rom7'1.......---f""7uno<tPn~.....--,.,..,.....-ti-Mce1e r ,don Constructi on Co., Inc. Address : __ P_.O_._B_o_x_9_9_9 __________ _ Burleson, TX 760 97 City: ______________ State: ____ _ 07/16/2008 13:33 817546 1503 MULTATECH PAGE 04/10 92. TRAFFIC CONTROL: The contractor will be required to obtain a "Street Use Permit'' prior to starting work. As part of the "Street Use Pemiit'' a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701 d Vernon's CiVil Statutes, pertinent sections being Section Nos . 27, 29, 30 and 31. Unless otherwise included as part of the Construction documents, the Contractor shall -, ., submit a traffic control plan (duly sealed, signed and dated by a Registered Professional Engineer (P.E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the preconstruction conference. The P.E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals" on the City's Buzzsaw website. Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin in accordance with the timeframe mutually established in the 'Notice to Proceed' issued the Col'jltractor. 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 pem,anent 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 reinstallatlon is completed. Work shall not be pertormed on certain locations/streets during 11peak traffic periods" as determination by the City Traffic Engineer and in accordance with the appUcable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." The lump sum pay item for traffic control shall cover design, and I or installation and maintenance of the traffic control plans. 07/15/2008 13:33 8175451503 HEAVY & ffiGl:lW AY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Ooerator Asohalt Distributor Ot>etator Agphalt Paving Machine On~rator Asphalt Raker Asphalt Shoveler Batching Plant Weuzher Broom or Sweeper Ooerator Bulldozer Operator Camenter Concrete Finisher Pavine; Concrete Finis~er, Sttllctures Concrete l?11ving Curbing Machine Oi,emtor Concrete Pavin~ Finishing Machine Operator Concrete Pavin~ Joint Sealer Operator Concrete oavlng Saw Opel'l!tor Concrete Pavinrz: $Dreader 0ne)11tor Concrete Rubber MULTATECH $10.06 $13.99 $12 .78 $1 LOI $ 8.80 $14 .15 $ 9.88 $13.22 $12 .80 $12.85 $13.27 $12.00 $13.63 $12.50 $13,56 $14 .50 $10.61 Crane Clamshell , Backhoe Derrick Dfflllline Shovel Operator $14 .12 Electrician $18.12 Flatter $ 8.43 Fonn Builder/Setter Structures $11.63 Form Setter, Paving & Cufb $ l l.83 Foundation Drill Operator Crawler Mounted $13.67 Foundation Drill Operator, Trock Mounted $16.30 Front End Loader Operator $12.62 Laborer, Common $ 9.18 Laborer, Utllitv $10.65 Mechanic $16.97 Millin!': Machine Operator, Fine Grade $11.83 Mixer Operator $11.58 Motor Grader Ooerator, Fine Grade $15.20 Motor Grader Operator Rou!!h $14.50 Oiler Sl4.98 t'll.lllter, Structures $13.17 Pavement Marking Machine Operator $)0.04 Pioelaver $11.04 Rcinforcin2 Steel Setter Pnvinit $)4 .86 Reinforcing Steel Setter Structure $16.29 Roller Operator Pneumatic, Self-Prooelled $11.07 Roller Operator, Steel Wheel, Flat Whccil/Tamping $10.92 Roller Onerator, Steel Wheel Plant Mix Pavement $11.28 Scraper Operator $11.42 Servicer $12.32 Slip Form Machine Ooerator $12.33 Spreader 8ox Ooerator $10 .92 tractor Oocrator Crawler Type $1.2.60 Tractor I merator Pneumatic $12.91 Traveling Mixer Operator $12.03 Truck Driver, Lowboy-Float $14.93 Truck Driver Single Axle Hcavv $11.47 Truck Driver Sinile Axle, Light $10 .91 Truck Driver, Tandem Axle Semi-Trailer $11.75 Truck Driver Transit-Mix $12.08 WO!l.on Prill Borin2 Machine, Post Hole Drlllor Operator $14.00 Welder $13.57 Work Zone Barricade Servicer $10 .09 PAGE 05 /10 07/15 /2008 13:33 8175451503 AC Mechanic AC Mechanic He( er Acoustlr;~l Cetlin Mechank Britkla er/Stone Mason Brlckl «/Stone Mason Helper Car entei- Concrete Finisher Concrete Form Buflder D U Mechanic Electrician Joume mnn El~trfcian Hel er Electronic Tei:hn1cian Electronic: lec:hn1cl~n Hel r Floor l..11 r llllslllent Ftwr La r Hel er Gl11zler Gla~er Hel er Insulator Insulator Hel r L:tborer common Laborer Skilled Lather Painter Painter Hel r Pl efttt~r Pi efltter He er Plasterer Plasterer He !!r MULTATE CH 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY 21.69 Plumber $12.00 Plumber He $15.24 lwinforcin Steel Setter 19.12 Roofer $10. 10 Roof« Hel er 16.13 Sh~tMetal Worker $11.91 SheetMetnlWorkerHe er SM,62 Steel Woriler Structural 10.91 Concrete Ptim Cl'ane, Cl.tlmsheel, Backhoe, Detric::I\, D'Lil'le 13. 00 Shovel $9.00 Forklift $20 .20 Front End Loader $1'1,43 Truck Drlver 19.86 Welder $12.00 Welder Hel r $2.0.00 $13.00 $18.00 $13.00 $14.78 $11.25 $10.27 $13. 1B $16,10 $14.83 SB.OD $18.85 $12.83 17.25 $17..2.5 PAGE 05 /10 $20,43 $14.90 s,o.oo $14,00 10 ,00 16.96 S12 .3l S18.00 $9.00 S17.43 20.50 $17-76 S10.so 14.91 S16.06 $9 .75 07/15/2008 13:33 8175451503 MULTATECH PAGE 07 /10 .1 C Flogger 2 Floggers required wheneve oppos ing troffic required to use some lane .. C a Q d C END l'lOAO WORK i:-10,;,ger Reouited Or'l Floggers sholl be in constont rodio contoct. Co ll0c t or /R,isldentlol .----StrM t•. Acldlllonol f'logg~r~ Moy Se R~,:iulred Depending On F'ield CoMilioa ~. z <. ...J 0.. 0 0 N No congregroting around flogger s to tions. Flogger stations mus t be lighted at night . ENO ROAD WO RK ~-· _ __,_ ~ This pion is submitted for TCP . I certi fy this plan will be us ed for the following l ocation(s): : ,J& 2.q+1ii.s+re.d-I /11.llo.Mp+o,:i 51:cu± I AJ.nf''t"y str~'LT ~ and t ha t oil channeliz i ng de vi ces wil l conform to "General No t es " as shown on t he bock . Cl Signoture ;/J,;.,,~ ~ Dote: Jt.) Jy /0, 2008 CITY OF FORT · WORTH TRANSPOR T ATION AND PUBLIC WORKS Note: TYP ICAL TWO WAY STREE T LA NE CLOSURE See reverse side for Gene r ol Notes ond Device S PLAN A l I. ! 07/1 5/2008 1 3 :33 8175451503 MULTATE CH PAGE 08/10 . .. ( 2; "I. ..J CL .... 0 0 N '-0 ..., '- "" .,. <§> ~ -~ T J}, 11 X Rr=l ,,, filJ ¢::i ~ / ;.: , .. ,, .. -in.41~ ,-~ l.>J .L w 0: ~/ .... tll E I- .J. l1J~ll ~ftCT !WI:. ' [1(1<>-N! c:::> .c::;> ,lilrnl IM1 0J30 -...... """.13'.Jts.J.J T ; . ¢::i c:::;> /1-...L ~ ~ JJJ ! w ~ z . ~ X >-w w .J. Q'. >-...., V1 ~ 'if ~T . R This p ion is submitted fo r TCP. I ce r ti fy t his pi o n will be used for the fo llow ing tJ.e. zq~ Stree.t 'I /\I. Ho.m.pfon5ft'<~ /\). Tecc,.Y Str~e.-t an d that all ch onne li,:ing de vices will conform to ''General Notes" os sh o wn on t he back . Signoture: 6.J,,,,,,,. ~ ~ Da t e : Jv/y (01 2008 CITY OF FORT WORTH TRAI\ISPORT ATION ANO PUBLIC WORKS FULL STREET CLOSURE DETOUR Note: SeP. re vers e sid~ f or G~neral Notes and Device S oc in PLAN B 07/15/2008 1 3 :33 8175451503 { ~ _J Cl. --1'0F}~'", ..:$~!-*·········~.s-'•• , .,.,.. ...... ' :-.. ·. ,\" , ,*i ·~·' ,. : .................. ,, f"·wi4:sfiUCE NELSON ~ ,. ·····"·····,., .... -, ,·,,,·~·~·""·"····· 4. ,, t .o·· 77350 ... ~ •• ~J· ~ ~Q .. :_~,,,. ~i<S··/GrsT~~ ... C?~ ,tss·········~~ -\\,IONA.L ..,..,.- '""""'"' MULTATE CH PAGE 09/10 Th is p lan is submitted for TCP. I certify this pion will be used for the following lo cotion(s): 0 ~ ,Je zq.u.. st"e.~ I!/. flo.w1pfon S.t@f JJ,. Tev:cy s+rt.# ;Q , ond that all channelizing de v ices will co nform ta "Generol Not es" as shown on the bock . 0 w ... <( a CITY OF FO RT WORTH TRANSPORT ATIOt'-1 Date : SIDEWAU< CLOSURE DETOUR ANO 1---,..N~o~tc _·~~~~~~~~---~~~---...------1 ev,ce poc,ng. p LAN C. PUBLIC WORKS ! I l I !· l 07 /15/2008 13:33 8175451503 MULTATECH PA GE 10 /10 , .. -~ ~~ .. "GENERAL NOTES" 1. All channelizi ng devices shall be in accordance with the current edition of the Texas Manual on Uniform rraffic Controf Devices. · 2 . All Traffic Control Devices shall have working visib le warning lights as required in accordance with tl"!e current edition of TMUTCD . 3. For Temporary Situations, when it is not feasible to remove and restore pavement markings, channelization must be made dom inant by using a very close device spacing. This is especially important in locat ions of conflicting informat ion, such as where traffic is directed over a doub le yellow centerline . In such locations, channelizing device spac ing of 10 feet is required . · 4 . For Long Term Stationary work , all conflicting pavement markings must be removed and centerline striping prov ided where two way traffic is in adjacent lanes. 5. Contractor shall provide sidewalk closure , crosswalk closure and/or wa lkway bypass wherever pedestrian movements are affected by construction activities . All sidewal ks and crosswalks shall be access ible when contracto r is no t working unless otherwise approved by the Cit y Traffic Engineer. 6. T he use of trailer mounted ARROW DISPLAYS may be req uired on all la ne closures . The contractor shall pro vi de one (1) stand-by un it in good working condition at th e job sit e, ready for use, if his operation requires 24-hour a day closure set -up·s and if required . 7. City Traffic Eng ineer and/or Inspectors may require add itional traffic control devices . Poste d Speed Formu la" MP H 30 35 L::::WS 2 60 4 0 45 50 L=WS ·L= Tapor length in feet TYPICAL TRANSITION LENGTHS AND SUGGESTED MAXIMUM SPACING OF DEVICES Minimum Desirable Taper LeMths Ill Feet 10' 11' 12 ' La ne Lane Lane . Offset Offset Offset 150 165 180 ?.05 225 245 265 295 320 450 495 540 500 550 600 W "'-Width of offset in feet Suggested Maximum Device Spac inQ On a Taper On a Tangent (Feet) (Feet) 30 60-75 35 70-90 40 B0-100 45 90 -110 50 10 0-125 S"'-Pos t ed speed LEGEND Cho!lnnel izing devices Traller mounted arrow display Flaggcr E!~rr le~de Suggested Sign Soacino (Feet) ox u Dimens ion 120 160 240 320 400 . I I I ~ l 07/15/2008 1 3 :33 8175451503 MULTATE CH PA GE 01/10 MULTATECH 1407 Texas Street, Suite 200 , Fort Worth, TX 76102-3428 Phone : 817-877·5571 Fax : 817-877-4245 www.multateeh .com FAX DATE: July 15 , 2008 TO: Various FAX NUMBER: FROM: Bruce Nelson RE: City of Fort Worth CIP # 42 DOE# 5397 Bid PROJECT NUMBER: 06033 CC: NUMBER OF PAGES: 10 MESSAGE; This fax is to provide an Addendum to the City of Fort Worth Capital Improvement Project #00442 . Included is Addendum No. 6. If fax is not received in its entirety , please notify sender at 817-877-5571. Return fax number is 817-877-4245 . Email : business@multatech.com FORT WORTH SPECIFICATIONS AND CONTRACT DOCUMENTS PAVEMENT RECONSTRUCTION, WATER AND SEWER REPLACEMENT NE 29™ STREET (WEBER ST. TO SCHWARTZ A VE.), N. HAMPTON STREET (NE 32ND ST. TOE. LONG A VE.) N. TERRY STREET (NE 30TH ST. TO NE 35TH ST.) DALE FISSELER P.E. CITY MANAGER FOR 2004 CIP Project #00442 Contract #42 DOE #5397 Pav ing No . C200-531200-2024-044232 Water No. P253-531200-60217-0044232 Sewer No . P258-531200-70217-0044232 Water Department File No. X-20212 T/PW File No . K-2026 IN THE CITY OF FORT WORTH, TEXAS MAY2008 MIKE MONCRIEF MAYOR ROBERT D. GOODE, P.E. S. FRANK CRUMB, P.E. TRANSPORTATION AND PUBLIC WORKS DIRECTOR WATER DEPARTMENT DIRECTOR MARCOTT ASST. CITY MANAGER A. DOUGLAS RADEMAKER, P.E. DEPARTMENT OF ENGINEERING DIRECTOR 1407 TEXAS STREET, SUITE 200 FORT WORTH , TEXAS 76102-3428 (817) 877-5571 SPECIFICATIONS AND CONTRACT DOCUMENTS PAVEMENT RECONSTRUCTION, WATER AND SEWER REPLACEMENT NE 29TH STREET (WEBER ST. TO SCHWARTZ AVE.), N. HAMPTON STREET (NE 32ND ST. TOE. LONG A VE.) N. TERRY STREET (NE 30TH ST. TO NE 35TH ST.) FOR 2004 CIP Project #00442 Contract #42 DOE #5397 Paving No. C200-531200-2024-044232 Water No . P253-531200-60217-0044232 Sewer No. P258-531200-70217-0044232 Water Department File No. X-20212 T/PW File No . K-2026 CITY OF FORT WORTH TARRANT COUNTY, TEXAS MAY2008 I hereby state that these Contract Documents were prepared under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Texas. _,,,,,,,, ;-11~~.Qf.!.f1i.'' , <:, •• •• * ··.~ .. , .· .. , '• .· ·. •·,. ,.; \•l, f .. : ....................... ······, ~,. .... ~:.~~~~~.~~.~~:··J ~ . . ~ ,,~·. 77350 :/ft;,, -r. • •• 11. Q.··~ ·~-<"l.f G1srt:~ ''~l~Jtw~oz/0 rt Wm. Bruce Nelson P .E. Date : @a Y ~ 200 8 / 7 Registration No. _ ___c7c....:.7-=-3.;c._5 O:;._____ SECTION 2 -FRONT END DOCUMENTS 2.1 Table of Contents 2.2 Notice to Bidders 2.3 Comprehensive Notice to Bidders 2.4 Special Instruction to Bidders (Water-Sewer 9-10-04) 2.5 Special Instruction to Bidders (Paving-Drainage 10-27-04) TABLE OF CONTENTS 1 -Project Information D 1.1 -M&C pdf ~ 1.2 -Title Page MS-Word ~ 1.3 -Location Maps pdf 2 -Front End Documents 2.1 -Table of Contents MS-Word ~ 2.2 -Notice to Bidders MS-Word ~ 2.3 -Comprehensive Notice MS-Word to Bidders ~ 2.4 -Special Instructions to pdf Bidders (water-sewer) ~ 2.5 -Special Instruction to pdf Bidders (paving-drainage) D 2.6 -Detailed Project MS-Word Specifications (no drawings provided) 3 -MWBE Documentation ~ 3.1 -MWBE Special pdf Instructions ~ 3.2-MWBE pdf Subcontractors/Suppliers Utilization Form ~ 3.3 -MWBE Good Faith Effort pdf ~ 3.4 -MWBE Prime Contractor pdf Waiver D 3.5 -MWBE Joint Venture pdf 4 -Bid Package ~ 4.1 -Bid Proposal Cover & pdf Signature Sheets ~ 4.2 -Bid Proposal(s) MS-Excel D 4.3 -Bid Schedule pdf ~ 4.4 -Vendor Compliance to pdf State Law ~ 4.5 -List of Fittings pdf D 4.6 -Addenda Index and pdf Receipt ~ 4.7 -Pre-Qualified Sub-MS-Word Contractor List 5 -General and Special Conditions ~ 5.1 -Part C General pdf Conditions (water -sewer) ~ 5.2 -Supplementary pdf Conditions to Part C (water - sewer) ~ 5.3 -Part D -Special MS-Word Conditions (water -sewer) ~ 5.4 -Part DA -Additional MS-Word Special Condition (water - sewer) ~ 5.5 -Part E Specifications pdf ~ 5.6 -Special Provisions (paving -drainage) ~ 5.7 -Wage Rates pdf TABLE OF CONTENTS ~ 5.8 -Compliance with and pdf Enforcement of Prevailing Wage Rates D 5.9 -Standard Details (water-dwf sewer) D 5.10 -Standard Details dwf (paving-drainage) 6 -Contracts, Bonds and Insurance ~ 6.1 -Certificate of Insurance MS-Word ~ 6.2 -Contractor Compliance pdf With Workers' Compensation Law ~ 6.3 -Conflict of Interest pdf Questionnaire ~ 6.4 -Performance Bond pdf ~ 6.5 -Payment Bond pdf ~ 6.6 -Maintenance Bond pdf ~ 6.7 -City of Fort Worth pdf Contract 7-Permits D 7.1 -TxDOT Permit(s) pdf D 7.2 -Railroad Permit(s) pdf D 7.3 -Other Permit(s) pdf 8 -Easements D 8.1 -Easement pdf 9-Reports ~ 9.1 -Geo-tech Report(s) pdf D 9.2 -Cathodic Protection pdf Study Report ~ 9.3 -Other Project Specific pdf Study Report(s) 10-Addenda D 10.1 Addendum MS-Word Sealed proposals for the following: FOR: 2004 CIP, CONTRACT 42 CITY PROJECT NO. 00442 DOE NO. 5397 NOTICE TO BIDDERS PAVING, WATER AND SANITARY SEWER IMPROVEMENTS UNIT I & II: WATER AND SANITARY SEWER IMPROVEMENTS WATER PROJECT NO.: P253-531200-60217-0044232 SEWER PROJECT NO.: P258-531200-70217-0044232 UNIT ill: PAVING & STORM DRAIN IMPROVEMENTS T/PW PROJECT NO.: C200-531200-20240-0044232 Addressed to Mr. Dale A . Fisseler, P .E., City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1 :30 p .m ., June 26, 2008 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 Engineering Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. A sixty dollar ($60) deposit is required for the first set of documents and additional sets may be purchased on a non-refundable basis for sixty dollars ($60) for each set. These documents contain additional information for prospective bidders. A pre-bid meeting will be held on Tuesday, June 17th 2008 at 10:00 A.M. in the Transportation and Public Works Conference Room No. 270, 2°° Floor, Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. The major work will consist of installation, testing and construction of water line, sanitary sewer, storm drain and paving improvements for 3 residential streets . Water line improvements consist of approximately 4,100 LF 8" (AWWA C 900) Water Pipe, 15 Gate Valves and 3 Fire Hydrants . Sanitary Sewer will be about 384 LF 8" (SDR-35) S.S. Pipe by open cut and 2 manholes. Drainage improvements include 7 curb inlets and 80 LF 21 " RCP . Paving improvements consist of approximately 15 ,535 SY 6" Lime Stabilized Subgrade, 14,150 SY 7" Concrete Pavement, 6 ,842 LF 7" Concrete Curb and Gutter, 21 ,615 SF 6" Concrete Driveway and 12,722 SF 4' Sidewalk. As mandated by Fort Worth City Council Resolution 3535, all cement utilized for this project shall be procured from a kiln utilizing a dry kiln process or from any kiln that does not produce an excess of 1.71b of NOx emissions per ton of clinker produced. Bidder shall submit the 'Green Cement Policy Compliance Statement' at the time of bid opening of the project. A copy of the Compliance Statement is included in the Contract Documents. Failure to comply with the 'Green' Cement Policy shall be grounds for rejecting the bid as non-responsive. For additional information, please contact Gopal Sahu, P .E., Project Manager, City of Fort Worth -Engineering Department at Telephone Number: (817)392-7949 or by email: Gopal.Sahu@ fortworthgov.org , and/or Bruce Nelson, P .E., Multatech Engineering, Inc. at (817) 877-5571, ext 107. Advertising Dates: May 22 , 2008 May 29 , 2008 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: 2004 CIP, CONTRACT 42 CITY PROJECT NO. 00442 DOE NO. 5397 PAVING, WATER AND SANITARY SEWER IMPROVEMENTS UNIT I & II: WATER AND SANITARY SEWER IMPROVEMENTS WATER PROJECT NO.: P253-531200-60217-0044232 SEWER PROJECT NO.: P258-531200-702 l 7-0044232 UNIT III: PAVING & STORM DRAIN IMPROVEMENTS T/PW PROJECT NO.: C200-531200-20240-0044232 Addressed to Dale A. Fisseler, P.E., City Manager of the City of Fort Worth , Texas, will be received at the Purchasing Office until 1 :30 p.m., June 26, 2008 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 Engineering Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. A sixty dollar ($60) deposit is required for the first set of documents and additional sets may be purchased on a non-refundable basis for sixty dollars ($60) for each set. These documents contain additional information for prospective bidders. A pre-bid meeting will be held on Tuesday, June 17 1h 2008 at 10:00 A.M. in the Transportation and Public Works Conference Room No. 270, 2°d Floor, Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. The major work will consist of the installing, testing and construction of the (approximate) following: UNIT I -WATER IMPROVEMENTS 4100 LF 8" (AWWA C 900) Water Pipe UNIT 11 -SANITARY SEWER IMPROVEMENTS 384 LF 8" (SDR-35) S.S . Pipe by Open Cut UNIT Ill -PAVING AND DRAINAGE RECONSlRUCTION 15 ,535 SY 6" Lime Stabilized Subgrade 14, 150 SY 7" Pavement 6,842 LF 7" Concrete Curb and Gutter 21,615 SF 6"Concrete Driveway 12,722 SF 4'Concrete Sidewalk Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. NOTICES All bidders will be required to comply with Provision 5159a of"Vemon' s Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7 400 (Fort Worth City Code Sections 13-A-221 through l 3-A-29) prohibiting discrimination in the employment practices . Bid security may be required in accordance with Special Instructions to Bidders . The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities. COMPREHENSIVE NOTICE TO BIDDERS 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 award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the Addenda Index and Receipt 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 Engineering Department at (817) 392-7910. Bidders, using the printed copy, shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must c omplete 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 deadline stated below or the bidder may request a copy of said forms from the City of Fort Worth Project Manager named in this solicitation . Bidders, using the electronic bidding system (Buzzsaw) and as outlined in the submission instructions, shall submit those documents electronically that are requesting information but do not require a signature. And for those documents that require signatures, print a copy of each document, complete, sign, and received at the Purchasing Office within the time deadline stated above. In accord with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City of Fort Worth contracts. A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR W AIVERFORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no later than 5 :00 p.m., five (5) City of Fort Worth 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 City of Fort Worth received the Documentation. Failure to comply shall render the bid non-responsive. As mandated by Fort Worth City Council Resolution 3535, all cement utilized for this project shall be procured from a kiln utilizing a dry kiln process or from any kiln that does not produce an excess of 1.71b of NOx emissions per ton of clinker produced. Bidder shall submit the 'Green Cement Policy Compliance Statement' at the time of bid opening of the project. A copy of the Compliance Statement is included in the Contract Documents. Failure to comply with the 'Green' Cement Policy shall be grounds for rejecting the bid as non-responsive. SUBMISSION OF BID AND AW ARD OF CONTRACT The proposal consisting of Unit I (water), Unit II (Sanitary Sewer) and Unit III (paving) within this document is designed as a package. In order to be considered an acceptable bid, the Contractor is required to submit a bid for Unit I (water), Unit II (Sanitary Sewer) and Unit III (paving). A bid proposal submittal that is received with only a single proposal unit complete will be rejected as being non-responsive. The Contractor who submits the bid with the lowest price, will be the apparent successful bidder for the project. Bidders are hereby informed that the Director of the Engineering Department reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth. PRE-QUALIFICATION REQUIREMENTS FOR WATER DEPARTMENT WORK The water and/or sanitary sewer improvements must be performed by a contractor who is pre-qualified by the Water Department at the time of bid opening. A general contractor who is not pre-qualified by the Water Department, must COMPREHENSIVE NOTICE TO BIDDERS employ the services of a sub-contractor who is pre-qualified. The procedure for pre-qualification is outlined in the "Special Instructions to Bidders (water -sewer)". Bidders shall, if applicable, identify on the "Pre-Qualified Sub-Contractor List" form, the pre-qualified sub-contractor who shall install the water and/or sanitary sewer facilities. · Failure to list a sub-contractor who is pre-qualified by the Water Department shall result in the rejection of the bid as non-responsive. The managing department for this project is the Engineering Department. For additional information, please contact Gopal Sahu, P .E., Project Manager, Engineering Department at (817)392-7949, and/or Bruce Nelson, P.E., Engineer, Multatech Engineering, Inc. at Telephone Number: (817)877-5571 ext 107 or by email: bnelson@multatech.com. DALE FISSELER, P .E. CITY MANAGER Advertising Dates: May 22, 2008 May 29, 2008 B Department of Engineering A. Douglas Rademaker, P.E. Director Dena Johnson, P .E Engineering Department, Engineering Services MARTY HENDRIX CITY SECRETARY SPECIAL INSTRUCTIONS TO BIDDERS 1) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids . This prequalification process will establish a bid limit based on a tec hnical 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 ex perience 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 it s sole di sc retion , 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 deem ed 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 (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 mu st (I) hold a certificate of authority from the Untied States secretary of the treas ury to qualify as a surety on obligations permitted or required under federal law; or (2) have qbtained reinsurance for any liability in excess of $100,000 from a rein surer that is authorized and admitted as a reinsurer in the state of Texas and is the hold er of a certificate of authority from the Untied States secretary of th e treasury to qualify as a surety on obligations permitted or required und er federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discret ion , will determine the adequacy of the proofrequired 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. 09/10 /04 1 4. WAGE RATES: Section C3-3. l 3 of the General Conditions is deleted and replaced with the following : (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code . Such prevailing wage rates are included 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 Cl: 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, Contractor covenants that neither it nor any of its officers , members, agents employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions 09/10/04 2 or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers , members, agents, employees , subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a ·bona fide occupational qualification, retirement plan or statutory requirements . Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 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 ofFort 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 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 of not less than thr~ (3)' years . 12 . FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. 09 /10/04 3 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 . 09/10/04 4 SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five (5%) per cent of the total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (l) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law . Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion , will determine the adequacy of the proof required herein . 2 . 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 (l) 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 l 3-A-21 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 deleted and replaced with the following : (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code , including the payment ofnot less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 , Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of the special provision titled "Right to Audit" pertain to this inspection . (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) 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 contr"'f·r~; shall post the prevailing wage rates in a conspicuous place at the site of the project at all time·s. 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, ifrequired, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 8. INSURANCE: Within ten (10) days ofreceipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Worker's Compensation and Comprehensive General Liability (Bodily Injury~$500,000 each person, $1,000,000 each occurrence ($2,000,000 aggregate limit); Property Damage -$250,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. 9. ADDITIONAL INSURANCE REQUIREMENTS: 10/27 /04 2 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. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth , TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein . d . Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal , and/or material change in policy terms or coverage. A ten days noti ce sh all 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 group s . 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 th e 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 loss 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 provid e complete copies of all insurance policies required by these contract documents . 10 . NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Re vised Civil Statutes, the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lowe r 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 . 10/27 /04 3 "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state . 'Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be fill ed 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 WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from 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. 10/27 /04 4 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 rec eipt. Information regarding the status of addenda may be obtained by contacting the plans desk of the Department of Engineering Construction Division at (817) 871 -7910 . Bids that so not acknowledge all applicable addenda may be rejected as non -responsive . 15 . CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a . Definitions : 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 activiti es unrel ated to the proj ect , 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 certifica te of coverage to the go vernmental 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: ( 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 10/27 /04 5 (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. ( 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. h . The contractor shall post on each project site a notice, in the text, form. and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage . I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to : (I) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401.011 ( 44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in wiring by certified mail or personal delivery, within ten (I 0) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs(!) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. 10/27 /04 6 j . By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self insured, with the commission's Division of Self-Insurance Regulation . Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. k . The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B. The contractor shall post a notice on each project site 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 plan or statutory requirement. Contractor further covenants that neither it nor its officers , members, agents, or employees, or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification , retirement plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of 10/27 /04 7 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 harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. 19 . PROGRESS PAYMENTS, 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 . 10/27 /04 8 - SECTION 3 -M/WBE DOCUMENTS 3.1 M/WBE SPECIAL INSTRUCTIONS TO BIDDERS 3.2 M/WBE SUBCONTRACTORS/SUPPLIERS UTILIZATION FORM 3.3 M/WBE GOOD FAITH EFFORT FORM 3.4 M/WBE PRIME CONTRACTOR W AIYER FORM 3.5 M/WBE JOINT VENTURE ELIGIBILITY FORM FORT WORT H ------....--- PRIME COMPANY NAME: City of Fort Worth O 7 _ 2 5 _ 0 8 PO 5 : J , 1 .. l Subcontractors/Suppliers Utilization Form ATIACHMENT 1A Page 1 of 4 Check applicable block to describe prime McClendon Construction Co, Inc I M/W/DBE I X I PROJECT NAME: NON-M/W/DBE 2004 CIP Contract 42: NE 29th, Hampton, & Terry Ju1/!f.f,'Wo8 City's M/WBE Project Goal: I Prime's M/WBE Project Utilization: f!..v.,.._,,.,J PROJECT NUMBER 17 % 8.8 · . ' ,tj_,-,,..un % ~ D0E5397 /39o f'lorJ-~ (JYv,-_ Identify!!! subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth . The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker , Johnson, Collin , Dallas , Denton, Ellis, Kaufman and Rockwall counties . Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 151 tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace , that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease aareement. Rev . 5/30/03 •r '• l ·.t FORT WORTH -....,.....-0 7 -25 -08 P05 : 00 IN ATIACHMENT 1A Page 2 of 4 Primes are required to identify Ab!:. 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 SUBCONTRACTOR/SUPPLIER n T Detail Detail Company Name i N T Address e M w C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D w R 0 B E E C T E A Rubio Trucking 9000 Co Rd 513 Hauloff $40,200.00 Alvarado, TX 76009 1 X X Trucking (*) 817/829-3711 (see notes) No Fax H J G Trucking, Inc 701 Denair St Topsoil $11,500 .00 Ft Worth, TX 76111 1 X X Sand/Stone 817/834-7181 Ricochet Fuel Distributors 1201 Royal Pkwy Fuel $29,880 .00 Euless, TX 76040 1 X X 817 /268-5910 Fax 817/282-7497 M B Transportation PO Box427 Hauling (2nd tier tt ru $35 ,415 .00 Bridgeport, TX 76426 2 X X Southern Star 940/683-3990 Concrete) Fax 940/683-3991 Cowtown Traffic Control 2724 Bryan Ave Project $1 ,200.00 Ft Worth, TX 76104 1 X X Signs 817/924-4524 817-926-2725 Murillo Modular Group 1400 Bradley Lane Portable Toilets $2,650.00 Carrollton, TX 75007 1 X X 972/245-6220 972/245-6422 Rev . 5/30/03 I I -- FORT WORTH ~ 07 -25 -08 P05: 00 IN 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 SUBCONTRACTOR/SUPPLIER n T Detail Detail Company Name i N T C X Subconb"actlng Work Supplies Purchased Dollar Amount Address e M w M Telephone/Fax r B B T D Ill, R 0 B E E C T E A Trucking & Const of Texa~ In~ PO Box 951 Hauloff $8 ,000 .00 Keene, TX 76059 2 X X Trucking 817 /558-0525 (thru Bumsco) Fax 817/645-6441 Trucking & Const of Texa~ In~ PO Box 951 Aggregates $8,000 .00 Keene, TX 76059 2 X X (thru Bumsco) 817 /558-0525 Fax 817/645-6441 Bumsco Construction Inc 6331 Southwest Blvd Water/Sewer $400,614 .50 Benbrook, TX 76132 1 X PreQualified 817 n38-3200 817 n38-3203 Bumsco Construction Inc 6331 Southwest Blvd Drainage Const $18,550.00 Benbrook, TX 76132 1 X 817 n38-3200 817 n38-3203 Southern Star Concrete 8505 Freeport Pkwy Ready-Mix $325,267.00 Irving, TX 75063 1 X Concrete 972/621-0999 Sheplers, Inc 2400 NE 36th St Rebar $71,725.00 Ft Worth, TX 76111 1 X Supplier 817/838-6811 Rev . 5/30/03 I r --+- fORTWORTH -..._,..,.--07 -25-08 P05:00 IN ATIACHMENT 1A Page 2 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 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detall Detail Address e M w C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax B B T D w r R 0 B E E C T E A APAC Texas Inc PO Box 848164 Hot Mix Asphalt $14,450 .00 Dallas , TX 75284 1 X 214n41-3531 Beall Lime Co 1100 West Parkway Hydrated Lime $31 ,964 .00 Euless , TX 76040 1 X Slurry 817 /835-4000 Rev . 5/30/03 fORTWORTH ATTACHMENT 1A Page 4 of 4 ~ 07 -25 -08 P05:00 IN Total Dollar Amount of M/WBE Subcontractors/Suppliers $ $136,845.00 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ $862,570.50 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ $999,415.50 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition . Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance . The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books , records and files held by their company . The bidder agrees to allow the transmission of interviews with owners , principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract , by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal , State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year . . ~~u11MJ2 _ President Title McClendon Construction Co, Inc Company Name PO Box 999 Address Burleson, TX 76097 City/State/Zi p Dan Mcclendon Printed Signature Contact Name/Title (if different) 817 /295-0066 Telephone and/or Fax dan@mcclendonconstruction .com E-mail Address July 25, 2008 Date Rev. 5/30/03 I . SECTION 4 -BID PACKAGE 4.1 BID PROPOSAL UNIT I -WATER IMPROVEMENTS UNIT II -SANITARY SEWER IMPROVEMENTS UNIT III -STORM DRAINAGE AND PAVING IMPROVEMENTS 4.2 VENDOR COMPLIANCE TO STATE LAW 4.3 LIST OF FITTINGS 4.4 ADDENDA INDEX AND RECEIPT 4.5 PRE-QUALIFIED SUBCONTRACTOR LIST 07 /07 /2 008 1 2 :04 8175451503 MULT ATE CH PAGE 03 /2 5 ./ TO: MR. DALE A. FISSELER, P.E . City Manager Fort Worfu , Texas PROPOSAL FOR: 2004 CAP IT AL IMPROVEMENT PROGRAM Fart Worth , Texa.s PAVEMENT RECONSTRUCTION, WATER AND SEWER REPLACEMENT NE 29TH STREET (WEBER ST. TO SCHWARTZ AVE.). N .. HAMPTON STREET (NE 32ND ST. TOE.LONG AVE.) N . TERRY STREET (NE 3o·rH ST. To NE 35TH sr.) City Project No.: 00442 UNITS /SECTIONS : UNIT I & II: WATER AND SANITARY SEWER IMPROVEMENTS WATER PROJECT NO. P253-53 l200-60217-0044232 SEWER PROJECT NO. P258-53I200-702l 7-0044232 UNIT III: PA VTNG AND DRAINAGE RECONSTRUCTION PAVING PROJECT NO. C200-531200-2024-044232 DOE NO. 5397 Pursuant to the foregoing ''Notice to Bidders ," the undersigned has examined the plans , specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and :furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications , and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth. If required by this project , Contractor must be pre-qualified in accordance with the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a contract and fumish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for perfom1ing and completing said work within the time stated for the following sums , to wit: Total quantities given in the bid proposal may not reflect actual quantities , by represent the best accuracy based on a reasonab]e effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. Special Note : All contractors_are advised that one contract wi.11 be awarded to the lowest combined bid for all Units /Sections . 07/07 /2 008 12:04 81754515 03 MULT ATE CH PA GE 04 /2 5 PAVEMENT R~CONSTRUCTION, WATER AND SEWER REPLACEMENT NE 29 1 1'1 STREET (WEBER ST. TO SCHWARTZ AVE.) N. HAMPTON STREET (NE 32Nu ST. TOE. LONG AVE.) N. TERRY STREET (NE 30 1 H ST. TO NE 35 1 1'1 ST.) UNIT I -WATER IMPROVEMENTS: PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY SID PRICES WRITTEN IN WORDS PRICE BID T rench Safety System 5 Foot Depth -Install 3 °I 0 . .5:?9-1. 3900 LF Z .c. ro Dollars and $ 0. LE $ ..J.,!:::l Cents per LF Pavement-2 Inch HMAC on 6 Inch Flex Base- Temporary J-Install $ L//~oo.~ 2. 4180 FT c~ Dollars and $ Io. fZ.!2 ,v~ Cents per FT Pavement-2 Inch Min HMAC on 2/27 Concrete Base (2000-1A) -Install If~-~ 3 . 400 FT fa :r:./.~ f--'2. Dollars and $ $ /t?SOO .~ /l/(7 Cents per FT Fire Hydrant -'stall $ JL/oo. ~ $ 7 ~CC>.~ 4 . 3 EA .} .... ., /::_~Jqo__ iov, hv,Jrwbo11ars and .IV/? Cents per EA 5. 3 EA Fi re Hydrant -Rjmove Dollars and $ ~CCJ. eC> $ taJ. q-9 ;t:'-'/P b&.1t~ r:;;,J L"'l..LQ Cents per EA Fire Hydrant-Barrel & Stem Extension -Install s.~ ~5""~ 6 . 5VF -Fi v l-Dolla rs and $ $ ~o Cents per VF , Meter Box-Class A -Install . 7. 134 EA '"" "''-t11lc al r:, J :t:b, r k.,, i; v, Dollars and $ 135:" £_C> $ / "6D °IC>,~ ~ / Cents per EA /Va P ipe -Remove 8. 3810 LF 2 C-r-Q Dollars and $0 .,os $ J °10. s-o £:;v~ Cents per LF Pi pe Fittings"< Than 16 Inch DI Pipe -Install $3?-Joo .~ $ 'is ';).~_s:...o 9 . 1.33 TON '~r,'=: -#,~jg.,.,) fo..,, buo.Jr~J Dollars and .,. ~-Cents per TON - 2 of 15 0 7/07/2 00 8 12 :04 817545150 3 MU LTATECH PAG E 0 5 /2 5 PAVEMENT RECONSTRUCTION, WATER AND SEWER REPLACEMENT NE 29 1 H ST REET (WEBER ST. TO SCHWARTZ AVE.) N. HAMPTON STREET (NE 3~u ST. TOE. LONG AVE.) N. TERRY STREET (NE 30 1 t1 ST. TO NE 35 111 ST.) UNIT I -WATER IMPROVEMENTS ; PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITIEN IN WORDS PRICE BID Pipe Fi tt ings-16 Inch or 1 :J~ .. ,e -Install 10. 25TON ....... ,. fh.,.,...,. "'1 ~; ,,c. ho Dollars and $ lj 5" oo. :::: $/}~S'.CZE. .A l ~ Cents per TON - P ipe"Pressure-6 Inch -Install C?c> 11 . 36 LF +hi,~~ ~.·-:;+ Doll ars and $ s2:.~ $ }5~8 . Cents per LF /V : P*e"Press u re-8 Inch -Install 12. 4260 LF c,...-lf' t;vv "2 Dol lars and $ '-I'),.~ $ /7'il4 ~o. ~ /vO Cents per LF Va lve-6 Inch-Gate Va lve w/Box -Install 13 . 3 EA "5t.0 1:, h~~r,l f:.lf--~ Dollars and $ (o50 .~ $ ,~so .~ /l/ D Cents pe r EA Valve"8 Inc h-Gate Valve w/Box -Install 14 . 15 EA ()N, t.hov1f:n:i J.. g ;\'.. k"..., Dollars and $ /O~o~ $ 15 7 50. s:B /Va ' Cents pe r EA V alve-Gat e -Remove c?~ 15. 18 EA +-i r:.-bt. Dollars a nd $ 50 . c,O $ Cfoo . -/V& Cents pe r EA Wate r SeNice-1 Inch -Install 16 . 2200 LF ~;.;<. t'<=-'('.. ~ Doll ars and $ ){;.~ $ .S.5 .)_ c:;c>. ~ ~o Cents per LF Water SeNice-1 l nch "Tap to Main .. Install 17 . 134 EA ;e.,,. J.,tl. ... t!, .. e.J ~i.::~ ~i.lr::::" Dollars and $ l/0~~ $(~310 .~ ::1....:!.&. Cents per EA 18 . 2 EA Wate r Service-2 l nch-Tempor~J:Dm'I $ ~~ lfS-0.~ D$ '-f '--/ 100, ~ .... ..,~J,: l-f! ./-1.v,.,~sa./~.,r J,,., ollar a nd .,/'\/ o Ce nts pe r EA 3 of 15 07/07 /2008 12 :04 8175 451503 MULTAT ECH PAGE 05 /25 PAVEMENT RECONSTRUCTION, WATER AND SEWER REPLACEMENT NE 29 11-i STREET (WEBER ST. TO SCHWARTZ AVE.) N. HAMPTON STREET (NE 3i"'u ST. TOE. LONG AVE.} N. TERRY STREET (NE 30 1 H ST. TO NE 35'H ST.) UNIT I • WATER IMPROVEMENTS: PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BIO PRICES WRITIEN IN WORDS PRICE BID Concrete.Type B -Install ).£3 7~ 19. 7 CY C!' ht:.. Dollars and $ $ /1./r, Cents per CY Concrete-Type E -Install 20 . 22CY C2 t:l' Dollars and $ ,.~ $ ~ ~. (9C ... ~ ,~ Cents per CY Fill Material.Ballast Stone -Install 21. 12 CY QI"\ e., Dollars and $ I. fZ-o $ /~. ~= ,.,Ve,? Cents per CY NE 29 TH STREET (WEBER ST. TO SCHWARTZ AVE.) N. HAMPTON STREET (NE 32No ST. TOE. LONG AVE.) $ Lf3~D~l,,5'o N. TERRY STREET (NE 30lH ST. TO NE 35TH ST.) TOTAL FOR UNIT I -WATER IMPROVEMENTS 4 of 15 07/07 /2008 12 :04 8175451503 MULTATECH PAG E 07 /25 PAVEMENT RECONSTRUCTION, WATER AND SEWER REPLACEMENT NE 29 111 ST REET (WEBER ST. T O SCHWARTZ AVE.) N. HAMPTON STREET (N E 3~u ST. TOE. LONG AVE.) N. TERRY STREET (NE 30 111 ST. TO NE 35 111 ST.) UNIT II -SANITARY SEWER IMPROVEMENTS: PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID Collar-Manhole-24 Inch -Frame & Co ver -Install 1. 2 EA -h...o hv,..,eJ.-,J Dolla rs and $ ;;)__oo.~ $ L/CC;), ~ ~:!LP Cents per EA Inspection -Post Construction Clean ing & TV - Study 5"'__0 $ 5 ss , <2f? 2. 370 LF 0 [i·llt: Dollars and $ ) . Cents pe r LF ' lnspection -Preconstructlon Cleaning & TV -Stud y $ :).. ¢> 710. eE 3. 370 LF f-i.c. o? Do ll ars and $ A,/c) Cents per LF 4. 1 EA Ma nhole -Aband j J Dollars and $300..~ $ 3oo~ f~rt.L !Js.z" re ~(V Cents pe r EA Manhole -Remo ve ) J 5. 1 EA {: ... " h ()t'\ r-(: Do ll ars and $ s--~ $~~ /t,/ c.2 Cen ts per EA Manhole-Pa int & Coa ting -Interior Protective Coating -Ins tall 6 . 8VF k 12 b f.l."),-,J Dollars and $ d_c;o, ~ $ Jt:,oo. ~ A~O Cents pe r VF 7. 2 EA Manhole-Std 4 Ft Diam-(to JJepth) -Insta ll $ /~oo.o~ $ s~ cc:;;>. 5;'._C> '°"' -1-~~e,o.). ~~h+ bl '::! • Dollars and .. ~ ,,,, Cents per EA Man hole-Std 4 Ft Diam-Added Depth (over 6 Ft Depth) -Insta ll 8. 3 V F a "'= ':Jet."J ... ,,,/ Dollars and $ Ice>_~ $ 3. c,6 ./l/ (!) Cents pe r VF ~-,.- 5 o f 15 07 /07 /2008 12 :04 81 754 51 503 MU LTAT ECH PAG E 08 /25 PAVEMENT RECONSTRUCTION, WATER AND SEWER REPLACEMENT NE 29 1H STREET (WEBER ST. TO SCHWARTZ AVE.) N. HAMPTON STREET (NE 3z-iu ST . TOE. LONG AVE.) N. TERRY STREET (NE 30 1 H ST. TO NE 35TH ST.) UNIT II -SANITARY SEWEB IMPROVEMENTS: PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BIO Manho le-Vacuum Test -Services 9. 2 EA (Q"' b"!::ll:lu.J. 41~~ Dollars and $ )50.se $ _>ex::>-~ A 1 /'") Cents per EA Manhole-ratertight Insert .. Install 10. 2 EA i' ~+..,,, Dollars and $ 5D·g:2 $ c,O A J _..., Cents per EA ,oo.- 11. 2 Oays Pipe-ByPass-Puding-Install Dollars and $ ~00-~ $ s ~o.~ J-.,.,.o hc..11,JN ~i At:,t. ,..u ,2 Cents per Day Pipe-Grou~on-Shrink -Install 12. 5 CY o "c. '1tJ" .,...c ,J .J-.,.,c,J.., "';"c.. Dollars and $ I ~°I~ $ G lf S <;?__= , Cents per CY &o Pipe -Sewer-8 lnch-SDR35 (All Depths) -Instal l 13 . 384 LF ~ :'-~"/ Dollars and $ Se>. ~o $ I °t ~o o . ~ /Vo Cents per LF Sewer Service-4 Inch -Install 14 . 150 LF -/-,_...-" ,..J.~ (J) Y'. ~ Dollars and $ ';)J ~ $ 5).S-O.~ 7 l'VO Cents per LF Sewer Se rv ice-4 Inch Service Tap -Instal l 15 . 5 EA ~i v G-bll."'J..rcJ Dollars and $56<:?, c.S-$ ~ 5" c:>o. <;E ,i:::%0:::jf Cents per EA 16 . 5 EA Sewer SeJ;::,rch-2 Way Clean Ou t -Install $ I 3f::>. $29 $ 05 C).EP einc..: h., re. 4:.h;d,v Dollars and & {2 Cents per EA Trench Safety Sys tem 5 Foot Depth -Insta ll 17 . 385 LF C)V\~ Dollars and $ J. a.I? $ 3~S . c::> C> :::::---- CJL.& Cents per LF 6 of 15 07/07/2008 12 :04 81 75 451 503 MU LTA TE CH PAG E 09/25 PAVEMENT RECONSTRUCTION, WATER AND SEWER REPLACEMENT NE 29 1 1"1 STREET (WESER ST. TO SCHWARTZ AVE.) N. HAMPTON STREET (NE 3~u ST. TOE. LONG AVE.) N. TERRY STREET (NE 30TH ST. TO NE 35TH ST;) UNIT II -SANITARY SEWER IMPROVEMENTS; PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID Pavement-2 Inch HMAC on 6 Inch Flex Base- Temporary .. Install 18 . 240 LF £. /.<.:vv~ Dollars and $ I I. C)O $ :)&> lfo. ~ ~c) Cents pe r LF Paveme nt-2 Inch Min HMAC on 2/27 Concrete Base (2000 -1A) -Install $ 7 d,. ~C), c)O 19 . 140 LF i .. ~~ /:....,o Dollars and $ 5 ~ .CZ,.? ~o Cents per LF Concrete-Type B -Install 20 . 2CY C2"G Dolla rs and $ I. f;Lc, $ ~. {2.!? NQ Cents per CY Concrete-Type E -Install 21 . 2 CY '2Q L. Do ll ars and $ J. (9~ $ c:>~ .. -;). /VD,. Cents per CY Fill Materia l-Ballast Stone -Install 22 4 CY on~ Dollars and $ J . c:, c::> $ L..j. ~ -.11/(2 Cen ts per CY Pipe -Aba ndon 2 3. 150 LF &b, Dollars and $), ~ $ I 50. 00 a~~ Cents pe r LF NE 29 1 H STREET (WEBER ST. TO SCHWARTZ AVE.) N. HAMPTON STREET (NE 32No ST. TOE. LONG AVE .) $ '-I 5 5 :)3 . _g_S;2 N . TERRY STREET (NE 30 t H ST. TO NE 35TH ST.) TOTAL FOR UNIT II ~ SAN ITARY SEWER IMPROVEMENTS 7 of 15 07/0 7/2008 1 2 :04 81 754615 03 MULT ATECH PAG E 10 /2 5 PAVEMENT RECONSTRUCTION , WATER AND SEWER REPLACEMENT NE 29 1 t1 STREET (WEBER ST. TO SCHWARTZ AVE.) N . HAMPTON STREET (NE 3z'lu ST. TOE. LONG AVE.) N . TERRY STREET (NE 30TH ST. TO NE 35TH ST.) UNIT Ill -PAVING AND DRAINAGE RECONSTRUCTION PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID S ign-A ddress on Ct b -Inst all 1 137 EA f..,_,~J"'\ 'f.. Dollars a nd $ ~o.~ $ ~7l/O.~ 1\/Q Cents per EA P ipe-21 lnch ~CL Ill -Install 2 80 L F ,t'...,; C,... It\ 'kl' Dollars and $ io.~ $ GlfO{). 0 ~ -11/0 Cents per LF Storm Water Po ll ution Prevention Plan > T han 1 Ac SWPPP -In stall (3200 L.F . Silt Fence , 7 Curb Inlet P ro tecti on , 12 Const ruction Entra nces, 26 Check Dams) +o 3 3 LS 'i(!?~tf.o/~o..J ~·es. hvJ,.J_ ,rJ o ll ars and $/t,5"'ow $ L/1S:o.~ ,A/~ Cen ts pe r LS 4 8 EA l n le_t -.Remove ) j Dollars and $ lo::>· ce. $ Lj 'if ex?. ::=:.. 2 '2!: ~l.>r, r-~ ,vt:i> Cents per EA ln let-l nline-10 F.t -Install 5 7 EA ~"~"ll~ei ·~J "'•'r:,c.. bl!,Jt,JDollars and $~4CZ?.~ $ ~o 3co. q::: A/(V Cen ts pe r EA 6 4 50 L F Fence-W~ught Iron -Install Doll ars and $ ~ <;;~ $/I :J.s;o .;E +--vt,,.. +:v ('.. &.,a}_ Cents per LF Fence -Remove 7 900 LF +A,-<..~ Doll a rs and $ 3 .~ $ J7c::o.~ /1Lc;2. Cents per L F Fen ce~Ch a in Li nk -Insta ll 8 25 0 L F .f..t-"' Dollars and $ /o._s2!;? $ d. 5"C(;:>.~ ~'2 Cents pe r L F 9 2 00 LF Fence-Privk -In st all Dollars a nd $ ,~¢ $ 3,cc)o. ~ f;~ C i ) /Vt!) Cents pe r LF 8 of 15 07 /07/2 008 12 :04 817 545 1 503 MUL TAT ECH PAGE 11 /25 PAVEMENT RECONSTRUCTION , WATER AND SEWER REPLACEMENT NE 29 1M STREET (WEBER ST. TO SCHWARTZ AVE.) N . HAMPTON STREET (NE 32ND ST. TOE. LONG AVE:.) N . TERRY STREET (NE 30TH ST. TO NE 35TH ST.) UNIT Ill " PAVING AND DRAINAGE RECONSTRUCTION PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID Topsoil -Inst all 10 505 CY Sixteen Dollars and $16 .50 $8 ,332 .50 Fiftv Cents per CY Traffic Control -Install j,,ond ,..u). 11 1 LS ~~f·..,~ t i..oV~!JJ t,\lv Dollars and $ ~SSC):).~ $~~500.~ N o Cents per LS Driveway-Co ncre t e -Remove 12 59 00 SF (2kC Dollars and $I.~ $ <t~ SO-~ ~.·i:~ Cents per SF Drive way-6 Inch -Install 13 20997 SF s/·x.. Dollars and $ (,. ~o $ /~Sj8:),.~ A/e> Cents per SF Ma ilbox -Install 14 20 EA Ni!:) e.l,. Dollars and $ ,o.~ $ /'tcv-~ /Vo Cents pe r EA Ma il bo x -Rem r e 15 20 EA .J-.._,, C,,,... .,. Dollars and $ J. e70 $ Lj (){;). !!9 /I//'") Cents per EA o.- Reta ining Wall .. J sta~ i lo [J Dl> SS- 16 20CY -h :i::::s&: b (Z l:l& ,-<!.. Dollars and $ 3c:o.~ ~~ .,.-t....,-.e;> Cents per CY ..., Re taining Wa ll -Remove 7,<22 I ~{p -~ 17 28 LF .Se.-v G,, a Dollars and $ $ ,A./0 Cen ts per LF Curb & Gu tter -Remo ve 18 311 6LF f"'rc~ Do ll ars and $ s~ $43lfi.~ ~~ Cents per LF Curb & Gu tter-? Inch w/18 Inch Gutte r-Install 19 120 LF <...l~vJ<:."-""' Dollars and $ I g~o $ J{ 00.q2 ~ o Cents pe r LF - 9 of 15 07/07 /2008 1 2 :04 8175451503 MULTA TECH PAG E 1 2/25 PAVEMENT RECONS'I t<.UCl ION, WA l t:K AND ~EWER REPI..ACEMcN I NE 29TH STREET (WEBER ST. TO SCHWARTZ AVE.) N. HAMPTON STREET (NE 32No ST. TOE. LONG AVE.) N. TERRY ST REET (NE 30T H ST . TO NE 35™ ST.) UNIT Ill -PAVING AND DRAINAGE RECONSTRUCTION PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID Pavement,Silicone Joint Sealant -Install $ / l/ ()y,J, ¢? 20 15450 LF Z~r!2 Dollars and $ 0, qz dLiQ C. 6r !"-'U Cents per LF 2 1 289 TON Pa v ement-Traxi,Min 6 Inch HMAC -Install $ Jc;;O. <;}3 $~~100-~ " n ~ bt7V""> £ Dollars and ,v~ Cents per TON Paveme nt-Unclass ified St reet Excavation - Remov e $ It.~ 22 6951 CY ~;,Je..~~ Dollars and $Ill~ /l,. <29 /VC> Cents per CY Pavement-Valley Gutter .... Install 23 320 SY _f__.l..,..~ ~i 6 Dollars and $ d-.0 .(2? $ 83~0t;£ A.,/ Q Cents per SY Speed Hump -Remove $to.~ e,o .q_q 24 1 EA s;"-~l Dollars and $ ' Cents per EA A./ c? Speed Hump-HMAC Std. s:r,.ed Hump -I nsta ll 25 1 EA i:, "'" t-'hoo~ .... J t--r> h ,,,, r£1_ Dollars and $ I d-e::t;) _sa? $ ld-W. ~ A/p Cents per EA Su bgrade-Li me Stabilized-33 lbs/sy -Install s-o $ s~~3>~ £; 26 15 ,535 SY .je......,. c? Dollars and $~. ~ l.,•;\'-l ~ Cents per SY I S ubg rade-Li me for Stabilization .. Install $ 32 )$""0.~ 27 262 TON e,!l~ 4.,neAr-,..J -1---.c,"-·i: g;.,c:: Dollars and $,~~ &:::::'2 1 Cents per TON S ign-Proj ect Des ignation -Install 28 6 EA Two Hundred Dollars and $200.00 $1,200.00 f_ero Cents pe r EA Walk -Remove ~s-2 9 33 00 SF C2~~ Dollars and $ /. $ l-/J:J.. ~~o +.....,i::~i-;z f ,·v~ Cents pe r SF 10 of 15 07 /07/2008 1 2 :04 81 7545 1 503 MULT ATECH PAVi:.MtNl RECONSTRUl.. 1 IUN, WAI ER AND SEWER REPLACEMENT NE 29TH STREET (WEBER ST, TO SCHWARTZ AVE .) N. HAMPTON STREET (NE 32ND ST. TOE . LONG AVE.) N. TERRY STREET (NE 30 TH ST. TO NE 35TH ST.) UNIT 111-PAVING AND DRAINAGE RECONSTRUCTION PAY APPROXIMATE DESCRIPTION OF ITEMS WITH ITEM QUANTITY BID PRICES WRITTEN IN WORDS 30 12722 SF 31 7614 SF Walk.-4 Ft "" Install __ .._? .... o"""v_r ______ Dollars and ____ A.1_0 _______ Cents per SF Walk-5 Ft -Install ---~~'-'------Dollars and ____ µ_a,, _____ Cents pe r SF Walk-ADA Wheelchair Ramp -Install UNIT PRICE $ 'f. ~ PAG E 1 3/25 AMOUNT BID $ 30G/S {,. ~c 32 336 SF S ~'-'C,v) Dollars and $ 7. ~ $ R s 'J.o. e': q ,·'?-1:J Cents per SF Walk-ADA Wheelchair Ramp -Remove 33 80 SF cza~ Dollars and $ /. ~ $ 3c>. ~ /Vt:P Cents per SF 34 70 SF Walk-Steps -Install __ ... +_....,_4'.A_t_.y _____ Dollars and ----~AJ.....,q......_ ____ Cents per SF 3 5 60 SF Walk-Steps -Remove ____ o_v,_c _____ Dollars and ----""""',11.1-·-""'-,, ____ Cents per SF $ J 0 c::> -$ Fill Material-Borrow -Install 36 2 32 CY ___ +:....:'-::...· ""'-'-------Dollars and _____ N ___ 4J ____ Cents per CY $ I a:,e:;, 10 -- Va lve Box~Adj ustment -Services 37 10 EA T w o Hundred Fifty Dollars and $250.00 $2 ,500 .00 Zero Cents per EA Meter Box-Adjust men t .. Services 38 120 EA Th irty-fi ve Dollars and $35.00 $4,200 .00 Zero Cents pe r EA ManholeMAdj ustment -Services 39 2 EA Three Hundred Fifty Dollars and $350.00 $7 00 .00 ___ _..Z'""e .... ro _____ Cents per EA 11 of 15 07 /07 /2008 12:04 8175451503 MULTATE CH PA RE N , R ERR NE 29™ STREET (WEBER ST. TO SCHWARTZ AVE.) N. HAMPT ON STREET (NE 32No ST. TOE. LONG AVE,) N. TERRY STREET (NE 30TH ST. TO NE 35TH ST.) UNIT Ill" PAVING AND DRAINAGE RECONSTRUCTION PAY APPROXIMATE DESCRIPTION OF ITEMS WITH ITEM QUANTITY BID PRICES WRITTEN IN WORDS Curb-7 Inch Concrete -Install 40 7000 LF !~v r Dollars and ,.VCf) Cents per LF Utility Adjustment -Repa ir 41 1 LS Ten Thousand Dollars and Zero Cents per LS PAGE 14 /25 UNIT AMOUNT PRICE BID $ LI C/ C> $ )~000, $10,000.00 $10,000.00 NE 29r SlREET (WEBER ST . TO SCHWARTZ AVE .) N. HAMPTON STREET (NE 32ND ST . TOE. LONG AVE.) TH $ / r'\ // S 5 • oo N. TERRY STREET (NE 30TH ST. TO NE 35 ST.) (o o< TOTAL FOR UNIT Ill " PAVING AND DRAINAGE RECONSTRUCTION 12 of 15 07 /07/2 008 12 :04 817 5451503 MULTATE CH N TR , A T NE 29TH STREET (WEBER ST. TO SCHWARTZ AVE.) N. HAMPT ON STREET (NI: 32No ST. TOE. LONG AVE.) N. TERRY STREET (NE 30TH ST. TO NE 35TM ST.) UNIT Ill -PAVING AND DRAINAGE RECONSTRUCTION --ALTERNATES PAY APPROXIMATE DESCRIPTION OF ITEMS WITH ITEM QUANTITY BID PRICES WRITTEN IN WORDS Pavement-? Inch Concrete Pavement with reen cement. UNIT PRICE PAG E 15 /2 5 AMOUNT BID 42A 14150 SY _._t....:...h'--'-1'r'-'l:---1"...,.,._+..,..........--,--.o~---Dol lars and $ _3~. 5-0 $t/3 q )'75". -~-,-~....:..;..;...f--'-i~7~----Cents per SY 428 14150 SY Pavement-7 Inch Concrete Pavement with non ~ green ceme,:1t. ..... + ... ~ .... ; r .... 1~,,~a?....:.l'.\±'C~--~-Dollars and ---'-I' ....... : ~-~~---Cents pe r SY B IDDERS SHALL SUBMIT BIDS ON BOTH PAY ITEM 42A AND 428 SUMMARY OF UNIT Ill BIDS BASE BID: T OTAL 1 (UNIT Ill + BID OF PAY ITEM 42 A .) $ to f>1030, ¢7 I I ALTERNATE BID : TOTAL 2 (UNIT Ill+ BID OF PAY ITEM 42 B.) $ ~ 0 (:,~ 8SD. g_g_ THE CITY RESERVES THE RIGHT TO SELECT TOTAL 1 OR TOTAL 2 13 of 15 07 /07 /2008 12 :04 8175451503 MULTA TECH PAGE 15/25 PAVEMENT RECONSTRUCTION, WATER AND SEWER REPLACEMENT NE 29 1H STREET (WEBER ST. TO SCHWARTZ AVE.) N. HAMPT ON STREET {NE 3~u ST. TOE, LONG AVE.) N. TERRY STREET (NE 30 1H ST . T O NE 35 1H ST,) BID SUMMARY FOR N.E. 29th, N. Hampton & N. Terry Streets Water 1 Sewer1 and Paving UNIT I: TOTAL WATER IMPROVEMENTS $ 'f 3 ~ O ?{/, ~ UNIT II: TOTAL SANITARY SEWER IMPROVEMENTS $ t-;~5;;;_3 -~ UNIT 111 :PAVING AND DRAINAGE RECONST RUCTION : Sub Total s l ~ I.I s-<;;. _g.52 BASE BID w ith "GREEN CEMENT'' $ lf <;;"CJ~ 75. ~ '/ ALTERNATE BID w ith "NON-GREEN CEMENT' $ qtJ 5/7 ').$. ~ TOTAL with BASE (Unit I+ Unit II+ Unit Ill+ Base Bid) $f55~&3C,/.~ TOTAL with ALTERNATE (Unit I+ Unit II+ Unit Ill+ Alternate Bid) $ ts~/tf8Lj, ~ 14 of 15 07 /07 /2008 12 :04 817 54 515 03 MULT ATE CH PAG E 17 /25 Withi n ten (10) days after notification by the City of Fort Worth , the uudersigned will execute th e formal contract and will deli ver 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 am.ount of 5% is to become the property of the City of Fort Worth , Texas , in the event the contract and bond or bonds arc not executed and delivered within the time above set for th, as liquidated damages for the delay and additional work caused thereby. If as a requirement of this project, the undersigned bidder certified that they have been furnished at lea st one set of the General Coritriict Dociunents and General or Special Specifications for Projects, and that they have read and thoroughl y understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The unders igned assured that its employees and applicants for employment and those of any 1abor organization , subcontractors , or employment agency in either furnishing or referring emplo yee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 72 78 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to comp lete the contract within 175 working days after begimung construction as set forth in the written work order to be furnished by the Owner. (Circle and complete A or B below, as applicable) A. The principal place of business of our company is in tl1e State of -------- a . Nonresident bidders in the State of , our principal place of business , are required to be _ percent lower than resident bidders by state law. A copy of the statute is attached. b. Nomesident bidders in the State of , our principal place of business , are not required to underbid resident bidders . The principal place of business of our company or our parent company or majorit y own er is in the State of Texas. Respectfull y su~ • -., /Y"7J By : ~wt~ f) rlf) J; £, (/[ I- I Title: Company : Address : McClendo n Construction Co Inc. P.O . Box 999 ., Burleson , TX 76097 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements , supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specifications . The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State), our principal place of business , are required to be percent lower than resident bidders by State law. A copy of the Statute is attached . Nonresident vendors in (give State), our principal place of business, are not required to underbid resident bidders . &our principal place of business or corporate offices are in the State of Texas . D BIDDER: McClendon Construction Co., Inc. P.O. Box 999 Com iffiR~SOII , TX 76097 Address City/State/Zip By:____.fg~Vl -+-=-'-}J--=--c(G--"--(,A_l --=--tA__--=-- (Please print) Signature: ~LJPi!i2 ' Title: & )/ J; '-t+----+,------------- (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION LIST OF CAST IRON FITTINGS For Project: 00442-2004 CIP CONTRACT 42 ADD OR SUBTRACT FOR THE FOLLOWING CAST IRON INCLUDING INSTALLATION. TYPE SIZE QTY WEIGHT TOTAL WT Pipe Fitting < 16" Anchor Tee 8" X 6" 3 175 LBS EA. 525 LBS Reducer 8" X 6" 9 95 LBS EA. 855 LBS Tee 8" X 8" 3 185 LBS EA. 555 LBS Cross 8" X 8" 2 235 LBS EA. 470 LBS MJ Solid Sleeve 6" 9 85 LBS EA. 765 LBS Pipe Fitting >= 16" R educer 16" X 8" 2 230 LBS EA. 460 LBS COST Contractor shall fill in blanks for "Weight", "Total Wt" and "Cost" as a part of the bid. Contractor is responsible for -~orrect quanity total of all fittings and specials. ADDENDA INDEX AND RECEIPT Addenda Date Receipt Number PRE-QUALIFIED SUB-CONTRACTOR LIST SUB-CONTRACTOR Indicate Unit(s)/Section(s) Detail Subcontracting Company Name Working Work Address Telephone/Fax (1 0)~,1· KB ~ 101• ACMechank AC Mechanic Helper Acoustical Ceiling Mechanic Bricklaver / Stone Mason Briddaver/Stone Mason Helper Carpenter Carpenter Helper Concrete finisher Concrete Form Builder Drywall Mechanic Drvwall Hetoer Drywall Taper Drywall Taper Hetoer Electrician (Journeyman) Electrician Heloer Electronic Technician Electronic Technician Helper Floor Layer (Resilient) Floor Laver Heiner Glazier Glazier Heloer Insulator lnsulatDf Heloer Laborer Common Laborer Skilled Lather Pa inter Painter Helper Pipefitter Pioefitter Helper Plasterer Plasterer Hetoer 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY Hrf,, Ra~c-C•ass1f1cat10r, $21.69 Ptumber $12.00 Plumber Helper $15.24 Reinforcing Steel Setter $19.12 Roofer $10.10 Roofer Helper $16.23 Sheet Metal Wori(er $11.91 Sheet Metal Wor11er Helper $13.49 Sprink~ Svstem Installer $13.12 Sorinkler Svstem Installer He!Df>r $14.62 Steet Worker Structural $10.91 Concrete Pomo Crane, aamsheel, Backhoe, Derrick, D'line $13.00 Shovel $9.00 Forklift $20.20 Front End Loader $14.43 True!( Driver $19.86 Welder I $12 .00 Welder Hetper $20.00 $13.00 $18.00 $13.00 $14 .78 $11.25 $10.27 $13.18 $16.10 $14.83 $8.00 $18 .85 $12.83 $17.25 S12 .25 1 Hrly Ra!:e $20.43 $14 .90 $10 .00 $14.00 $10.00 $16.96 $12.31 $18.0D $9.00 $17.43 $20.50 $17.76 $12.63 $10.50 $14.91 $16.06 S9.75 HEAVY & HIGHWAY CONSTRUCilON PREY AILING WAGE RATES 2008 Air Tool Operator Asohalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Wei!!:her Broom or Sweeper Operator Bulldozer Ooerator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Pavin,e; Curb ing Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Ooerator Concrete Rubber Crane, Clamshell, Backhoe Derrick, Drag]ine, Shovel Operator Electrician Flagger Form Builder/Setter Structures Fonn Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Ooerator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rou!?h Oiler Painter, Structures Pavement Marking Machine Operator Pioelayer Reinforcing Steel Setter, Paving Reinforcin~ Steel Setter, Structure Roller Ooerator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel/famping Roller Ooerator, Steel Wheel, Plant Mjx Pavement Scraper Ooerator Servicer Slip Form Machine Operator Spreader Box Ooerator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver, Lowboy-Float Truck Driver, Single Axle, Heavy Truck Driver, Sin.iue Axle, Light Truck Driver, Tandem Axle, Semi -Trailer Truck Driver, Transit-Mix Wae:on Drill , Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13 .99 $12.78 $] 1.01 $ 8.80 $14 .15 $ 9 .88 $13 .22 $12.80 $12 .85 $13.27 $12.00 $13 .63 $12 .50 $13.56 $14.50 $10.61 $14 .12 $18.12 $ 8.43 $11.63 $11.83 $13 .67 $16.30 $12.62 $ 9.18 $10.65 $16.97 $1 l.83 $11.58 $15 .20 $14.50 $14.98 $13.17 $10.04 $11.04 $14 .86 $16.29 $11.07 $10 .92 $11.28 $11 .42 $12 .32 $12.33 $10 .92 $12 .60 $12 .91 $12 .03 $14.93 $11.47 $10 .91 $] 1.75 $12.08 $14.00 $13 .57 $10.0 9 GREEN CEMENT POLICY COMPLIANCE STATEMENT (To be furnished by the Contractor to the City at the time of bid opening) (Submit separate forms for each supplier I retailer) This goes to certify that the cement used for this project meets the following criteria: The cement was manufactured in a kiln utilizing the dry process (list source below) that met the emission standard of 1 . 71b or less of NOx / ton of clinker released into the atmosphere. The cement meets ASTM C-150 requirements Source of Cement: Name of Concrete Supplier Name of Plant (Kiln) & Address __ _._H ............... oaa........a,./_~___._l _VV\.;......:.... __ Ce ................ VlcR .......... .....;vt.--=--f--- Name of Manufacturer ,/\/11d lD f ~ t~·"' L Tx_ c~o RACTOR ~ltu](lZQ SUPPLIER /\ ( ~ J; W\., f!Q f-f) /~ Name Phone Number Phone Number SECTION 5 -GENERAL AND SPECIAL CONDITIONS 5.1 PART C-GENERAL CONDITIONS (WATER-SEWER) 5.2 SUPPLEMENTARY CONDITIONS TOP ART C (WATER SEWER) . 5.3 PART D-SPECIAL CONDITIONS (WATER SEWER) 5.4 PART DA ADDITIONAL SPECIAL CONDITIONS (WATER-SEWER) 5.5 SPECIAL PROVISIONS (PA YING-DRAINAGE) 5.6 PART E -SPECIFICATIONS 5.7 WAGE RATES - - - Cl-1 Cl-1.1 Cl-1.2 Cl-1.3 Cl-1.4 Cl-1.5 Cl-1.6 Cl-1.7 Cl-1.8 Cl-1.9 Cl-1.10 Cl-1.11 Cl-1.12 Cl-1.13 Cl-1.14 Cl-l".15 Cl-1.16 Cl-1.17 Cl-1.18 Cl-1 .19 Cl-1.20 Cl-1.21 Cl-1.22 Cl-1.23 Cl-1.24 Cl-1.25 Cl-1.26 Cl-1.27 Cl-1.28 Cl-1.29 Cl-1.30 Cl-1.31 Cl-1.32 C2-2 C2-2.1 C2-2.2 C2-2.3 C2-2.4 C2-2.5 C2-2.6 C2-2.7 C2-2.8 C2-2.9 C2-2.10 C2-2.11 PART C -GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER 1, 1987 TABLE OF CONTENTS DEFINITIONS Definition of Terms Contract Documents Notice to Bidders Proposal Bidder General Conditions Special Conditions Specifications Bond Contract Plans City City Council Mayor City Manager City Attorney Director of Public Works Director, City Water Department Engineer Contractor Sureties The Work or Project Working Day Calendar Day Legal Holiday Abbreviations Change Order Paved Streets and Alleys Unpaved Streets and Alleys City Streets Roadway Gravel Street INTERPRETATION AND PREPARATION OF PROPOSAL Proposal Form Interpretation of Quantities Examination of Contract Documents and Site Submitting of Proposal Rejection of Proposals Bid Security Delivery of Proposal Withdrawing Proposals Telegraphic Modification of Proposals Public Opening of Proposals Irregular Proposals Cl-1 (1) Cl-1(1) Cl-1(1) Cl-1(2) Cl-1(2) Cl-1(2) Cl-1(2) Cl-1(2) Cl-1(2)· Cl-1(3) Cl-1(3) Cl-1(3) Cl-1(3) Cl-1(3) Cl-1(3) Cl-1(4) Cl-1(4) Cl-1(4) Cl-1(4) Cl-1(4) Cl-1(4) Cl-1(4) Cl-1(4) Cl-1(5) Cl-1(5) Cl-1(5) Cl-1(5) Cl-1(6) Cl-1(6) Cl-1(7) Cl-1(7) Cl-1(7) Cl -1(7) C2-2 ( 1) C2-2(2) C2-2(2) C2-2(3) C2-2(3) C2-2(3) C2-2(4) C2-2(4) C2-2(4) C2-2(4) C2-2(5) C2-2.12 C3-3 C3-3.l C3-3.2 C3-3.3 C3-3.4 C3-3 .5 C3-3.6 C3-3 .7 C3-3.8 C3-3.9 C3-3.10 C3-3.ll C3-3 .12 C3-3.13 C3-3.14 C3-3 .15 C4-4 C4-4.l C4-4.2 C4-4.3 C4-4.4 C4-4.5 C4-4.6 C4-4.7 CS-5 CS-5.1 CS-5.2 CS-5.3 CS-5.4 CS-5.5 CS -5.6 CS-5.7 CS-5.8 CS -5.9 CS-5.10 CS-5.11 CS -5.12 CS-5.13 CS-5.14 CS-5.15 CS-5.16 CS-5.17 CS-5 .18 C6-6 Disqualification of Bidders AWARD OF EXECUTION OF DOCUMENTS Consideration of Proposals Minority Business Enterprise/ Women-Owned Business Enterprise Compliance Equal Employment Provisions Withdrawal of Proposals Award of Contract Return of Proposal Securities Bonds Execution of Contract Failure to Ex ecute Contract Beginning Work Insurance Contractor's Obligations Weekly Payroll Contractor's Contract Administration Venue SCOPE OF WORK Intent of Contract Documents Special Provisions Increased or Decreased Quantities Alteration of Contract Documents Extra Work Schedule of Operations Progress Schedules for Water and Sewer Plant Facilities CONTROL OF WORK AND MATERIALS Authority of Engineer Conformity with Plans Coordination of Contract Documents Cooperation of Contractor Emergency and/or Rectification Work Field Office Construction Stakes Authority and .Duties of Inspectors Inspection Removal of Defective and Unauthorized Work Substitute Materials or Equipment Samples and Tests of Materials Storage _of Materials Existing Structures and Utilities Interruption of Service Mutual Responsibility of Contractors Cleanup Final Inspection LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Cl-I (1) C2-2(5) C3 -3(1) C3 -3 ( 1) C3-3(1) C3-3(2) C3-3(2) C3 -3(2) C3-3(2) C3 -3 ( 4) C3-3(4) C3 -3(4) . C3-3 (4) C3-3(7) C3-3(7) C3-3(7) C3 -3(8) C4 -4(1) C4-4(1) C4-4(1) C4-4(2) C4-4(2) C4-4(4) C4-4(4) CS-5(1) CS -5(1) CS-5(2) CS-5(2) CS-5(3) CS-5(3) CS-5(3) CS-5(4) CS-5(5) CS-5(5) CS -5(6) CS-5 ( 6) CS-5(7) CS -5(7) CS-5(8) CS-5(9) CS-5(9) CS -5(9) - - - C6-6.1 C6-6.2 C6-6.3 C6-6 .4 C6-6.5 C6-6.6 C6-6.7 C6-6.8 C6-6.9 C6-6.10 C6-6.11 C6-6.12 C6-6.13 C6-6.14 C6-6.15 C6 -6.16 C6-6.17 C6-6.18 C6-6.19 C6-6.20 C6-6.21 C7-7 C7-7 .l C7-7 .2 C7 -7.3 C7 -7.4 C7-7 .5 C7-7.6 C7-7.7 C7-7.8 C7-7.9 C7-7.10 C7-7.ll C7-7.12 C7-7 .13 C7-7.14 C7-7.15 C7-7.16 C7-7.17 CS-8 C8-8.l CS-8.2 CS-8.3 CS-8.4 CB-8.5 Laws to be Observed Permits and Licenses Patented Devices, Materials and Processes Sanitary Provisions Public Safety and Convenience Privileges of Contractor in Streets, Alleys, and Rights-of-Way Railway Crossings Barricades, Warnings and Watchmen Use of Explosives, Drop Weight, etc. Work Within Easements Independent Contractor Contractor's Responsibility for Damage Claims Contractor's Claim for Damages Adjustment or Relocation of Public Utilities, etc . Temporary Sewer Drain Connections Arrangement and Charges of Water Furnished by City Use of a Section or Portion of the Work Contractor's Responsibility for Work No Waiver of Legal Rights Personal Liability of Public Officials State Sales Tax PROSECUTION AND PROGRESS Subletting Assignment of Contract Prosecution of the Work Limitations of Operations Character of Workmen and Equipment Work Schedule Time of Commencement and Completion Extension of Time of Completion Delays Time of Completion Suspension by Court Order Temporary Suspension Termination of Contract Due to National Emergency Suspension or Abandonment of the Work and Annulment of Contract Fulfillment of Contract C6 -6(1) C6-6(1) C6 -6(1) C6 -6(2) C6-6(2) C6-6(3) C6-6(4) C6-6(4) C6-6(6) C6-6(6) C6-6(8) C6-6(9) C6-6(9) C6-6{10) C6-6(10) C6-6(10) C6-6(11) C6-6(11) C6 -6(11) C6-6(1 2 ) C6-6(12) C7-7(1) C7-7 ( 1) C7-7 ( 1) C7-7(2) C7-7 (2 ) C7-7(3) C7-7(4) C7-7(4) C7-7(5) C7-7(5) C7-7(6) C7-7(6) C7-7(7) Termination for Convenience of the Owner Safety Methods and Practices C7-7(8) C7-7(10) C7-7 (10) C7-7(13) MEASUREMENT AND PAYMENT Measurement of Quantities Unit Prices Lump Sum Scope of Payment Partial Estimates and Retainage Cl-I (1 ) C8-8 (1) CS-8(1) cs -8 ( 1) CS-8(1) CB-8(2) CS-8 .6 CB-8.7 CB-8.8 CB-8.9 CB-8.10 CS-8.11 CB-8.12 CB-8.13 Withholding Payment Final Acceptance Final Payment Adequacy of Design General Guaranty Subsidiary Work Miscellaneous Placement of Material Record Documents Cl-1 (1) ,, I CB-8(3) CB-8(3) CS-8(3) CS-8(4) CS-8(5) CS-8 (5) CS-8 (5) CS-8(5) ,,. ' l ' - - PART C -GENERAL CONDITIONS Cl-1 DEFINTIONS SECTION Cl-1 DEFINITIONS Cl-1.1 DEFINITIONS OF TERMS : Whenever in these Contract Documents the following terms or pronouns in place of them are used , the intent and meaning shall be understood and interpreted as follows: Cl-1. 2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents, such as specifications, bonds, addenda , plans , etc ., which govern the terms and performance of the contract . These are contained in the General Contract Documents and the Special Contract Documents. a . GENERAL CONTRACT DOCUMENTS : Documents govern all Water include the following items: The General Contract Department Projects and PART A -NOTICE TO BIDDERS (sample) PART B -PROPOSAL (sample) PART C -GENERAL CONDITIONS (CITY) ( Devefoper) PART D -SPECIAL CONDIT I ONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT (Sample) (Sample) White White Canary Yellow ... - Brown Green El-White E2-Goldenrod E2A-White Blue White White b . SPECIAL CONTRACT DOCUMENTS: The Special Contract Oocuments are prepared for each specific project as a supp l e ment to the General Contract Documents and include the following items : PART A -NOTICE TO BIDDERS (Advertisement) Same . as above PART B -PROPOSAL (Bid) PART C -GENERAL COND I TIONS PART D -SPECIAL COND I TIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PAR T G -CONTRACT PART H -PLANS (Usually bound separately) Cl -1 . 3 NOTICE TO BIDDERS : All of the legal publ ications either actually published in public advertising mediums or furnished directly to interested parties pertaining to the work contemp l ated under the Contract Documents constitutes the Notice to Bidders . Cl -1 . 4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done , together with the bid security , constitutes the Proposal , which becomes binding upon the Bidder when it is officially received by the Owner , has been publ i cly opened and read and not rejected by the Owner . Cl -1 .5 BIDDER: Any person , company , association , corporation , duly authorized representative , performi ng the work contemplated constitutes a bidder . persons , firm, partnership , acting directly or through a submitting a proposal for under the Contract Documents , Cl-1 . 6 GENERAL COND ITI ONS: The Genera l Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances . Wherever there ~ay be a and Special Conditions , shall govern. conflict between the General Conditions the latter shall take precedence and Cl -1 .7 SPEC I AL CONDITIONS : Spec i al conditions are the specific requirements wh i ch are necessary for the particu lar project covered by the contract Documents and not specifical l y covered in the General Conditions. When considered with the Genera l 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 knowledge of the project. Cl-1. 8 SPECI F ICATIONS: The Specifications are that section or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction , workmanship, equipment and services in orde 'r to render a completed and useful project. Wheneve _r reference is made to Cl-I (2) - - - - - standard specifications , regu l ations , requirements , statutes , etc., such referred to documents shall become a part of the Contract Documents just as thought they were embodied therein . C 1-1 . 9 BOND : The security furnished performance of the bond or bonds are the written guarantee or by the Contractor for the prompt and faithful contract and include the following : a . Performance Bond (see paragraph C3-3.7) b . Payment Bond (see paragraph C3 -3 .7) c . Maintenance Bond (see paragraph C3 -3.7) d . Proposa l or Bid Secur i ty ( see Special Instructions to Bidders , Part a and C2 -2.6) Cl-1 .10 CONTRACT : The Contract is the formal signed agreement and the Contractor covering the mutual two cont r acting parties about the project the Contract Documents . between the Owner understanding of the to be comp l eted under Cl -1 .11 PLANS : The plans are the drawings or reproductions therefrom made by the Owner 's representative showing in detail the location , dimension and position of the various elements of the project , including such profiles , typical cross-sections , layout diagrams , working drawi n gs, preliminary drawings and such supplemental drawings as the Owner may · issue to clarify other draw i ngs or for the purpose of showing changes in the work hereinafter authorized by the Owner. The 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 Fort Worth , Texas , a municipa l corporation , authorized and chartered under the Texas State Statutes , acting by and through its governing body or its City Manager , each of which i s required by charter to perform specific duties . Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous . Cl -1.13 CITY COUNCIL: The duly elected and qualified gover n ing body of the City of Fort Worth , Texas . Cl-1.14 MAYOR: The officia l ly elected Mayor , or in his absence , the Mayor Pro tern of the City of Fort Worth , Texas. Cl -1 (3) Cl -1.15 CITY MANAGER: The officia l ly appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. Cl -1 . 16 CITY AT TORNEY : The officially appointed City Attorney of t he City of Fort Worth , Texas , or his duly authorized representative. Cl -1. 1 7 DIRECTOR OF PUBL I C WORKS : The duly appointed official of the Ci ty of Fort Worth , referred to in the Charter as the City Engineer , or h i s du l y authorized representative . CIT Y WATER DEPARTMENT: The duly appointed Water Department of the Ci ty of For t Worth , authorized representative , assistant , or Cl -1 .18 DIRECTOR, Director of the City Texas , or his duly agents . Cl -1 .19 ENGINE ER : The Director of Public Works , the Director their duly -----------of the Fort Worth City Water Department , or authorized assistants , superintendents , acting duties entrusted to them. agents , with in engineers, the scope of inspectors , or the particu lar 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 direct l y or through a duly authorized representative. A sub -contractor is a person , firm corporation , or others under contract with the principal contractor , supplying labor and materials or only l abor , for work at the site of the project . Cl-1.21 SURETIES : The Corporate bodies which are bound by such bonds are required with and for the Contractor . The sureties engaged are to be fully responsible for the entire and satisfactory fulfi l lment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein . Cl-1.22 THE WORK OR PROJEC T: The completed work contemp l ated in and covered by the Contract Documents, i ncluding but not limited to the f urn i shing of all l abor , materials , tools , equipme n t , and incidentals necessary to produce a completed and serviceable project. Cl-1 (4) - - Cl-1. 2 3 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 Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a .m. and 6:00 p.m ., with exceptions as permitted in paragraph C7-7.6. Cl-1 .24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. Cl-1. 25 LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: 1. New Year 's Day January 1 2. M.L. King, Jr. Birthday Third Monday in January 3. Memorial Day Last Monday in May 4 . Independence Day July 4 5. Labor Day First Monday in September 6. Thanksgiving Day Fourth Thursday in November 7. Thanksgiving Friday Fourth Friday in November 8. Christmas Day December 25 9. Such other days in lieu of holidays as the City Council may determine. When one of the above named holidays or a special holiday 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 calendar holiday as the holiday. Cl -1.26 ABBREVIATIONS: herein appear in Contract shall be as follows: Wherever the abbreviations Documents, the intent and defined meaning AASHTO -American Association of State Highway Transportation Officials ASCE - LAW - ASA - HI - American Society of Civil Engineers In Accordance With A WWA -American Water Works Association American Standards Association Hydraulic Institute Cl-1 (5) Asph. - Ave . - Blvd. - CI - GI Lin . - lb . - MH - Max. - CFS - Min. - Mono. - % - R - I . D. - 0 .0. - Elev. - F - C - In. - Ft. - St. - CY - Yd. - SY - L.F. - D. I. - Asphalt Avenue Boulevard Cast Iron CL - Galvanized Iron Linear or Lineal Pound Manhole Maximum Center Line MGD -Million Gallons per Day Cubic Foot per Second Minimum Monolithic Percentum Radius Inside Diameter Outside Diameter Elevation Fahrenheit Centigrade Inch Foot Street Cubic Yard Yard Square Yard Linear Foot Ductile Iron Cl-1.27 CHANGE ORDER : A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifi c ally included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25 % of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor . Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: Cl-I (6) .. t. - .... - 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3. 4. 5. Brick, with or without separate base material. Concrete, with or without separate base material. Any combination of the above. Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined above for "Paved Streets and Alleys." Cl-1. 30 CITY STREETS: 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 average edge of pavement where no curb exists. Cl-1.32 GRAVEL STREET: A gravel street is any unpaved street to which has been added one or more applications of gravel or similar · material other than the natural material found on the street surface before any improvement was made. Cl-1 (7) -, - SECTION C-GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTER P RET ATION AND PR EPARATION OF PROPOSAL C2-2.l PROPOSAL FORM : The Owner will furnish bidders with proposal forms which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder 's general understanding of the project to be completed, provide a space for furnishing the amount of bid security , and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record ," "Equipment Schedule ," and "Financial Statement," all of which must be properly executed and fi l ed with the Director of the City Water Department one week prior to the hour for opening of bids . The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency , and shall have been so prepared as to reflect the current financial status . This statement must be current and not more than one (1) year old . In the case that a bidd i ng date falls within the time a new statement is being prepared , the previous statement shall be updated by proper verification . Liquid assets in the amount o f ten (10 %) percent of the estimated project cost will be required . For an experience record to be considered to be acceptab l e for a given project , it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received . Such experience must have been on projects completed not more than five (5) years prior to the date on which bids are to be received. The Director of the Water Department shall be sole judge as to the accept ability of experience f or qualification to bid on any Fort Worth Water Department project . The prospective bidder shall schedule the equipment he has ava i lable for the project and state that he will rent such aQditiona l equipment as may be required to complete the project on which he submits a bid . C2-2 (1) C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2. 3 EXAMINATION OF CONTRACT DOCUMENTS AND S ITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. Prior to the filing of proposal, bidders are required to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, boring, and by such other means as may be necessary, to gain a complete knowledge of the conditions which will be encountered during the construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal in prima-facie evidence that the bidder has made the investigations, 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. C2-2 (2) - ,, -. The logs of Soil Borings, if any, showing on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantees that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL : The bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the bidder shall state the prices, written in ink in both words and numerals, for which he proposes to do the work contemplated or furnish the materials required. All such prices shall be written legibly . In case of discrepancy between the price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be . signed by his (her) duly authorized agent. If a proposal is submitted by a firm, 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 association, or partnership , or by a person duly authorized. If a proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2 . 5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, incomplete bids, erasures, or irregularities of any kind, or contain unbalanced values of any i terns. Proposals tendered or delivered after the official time designated for receipt of proposals shall be returned to the Bidder unopened. C2-2. 6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and in the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the C2-2 (3) three lowest bidders will be retained until awarded or other disposition is made thereof. of all other bidders may be returned promptly of bids . the contract is The bid security after the canvass C2 -2. 7 DELIVERY OF PROPOSALS: No proposal will be considered unless it is del i vered, accompanied by its proper Bi d Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders ." It is the Bidder 's sole responsibility to deliver the proposa l at the proper time to the proper place . The mere fact that a proposa l was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal sha l l be in a sealed envelope plainly marked with the word "PROPOSAL" and the name of 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 WI THDRAWING PROPOSALS : Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposa l s . A request for non -consideration of a proposal must be made in writing , addressed to the City manager , and filed with him pr i or 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 wh i ch non-consideration requests have been proper l y filed may, at the option of the Owner, be returned unopened. c2 ....:2 . 9 TE LE GRAPHIC MODIFICAT I ON OF PROPOSALS : any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time . If such confirmation is not received within forty -eight ( 4 8) hours after the proposal opening time , no further consideration will be given to the proposal . C2 -2 .10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" has been received wi ll be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders ." All proposals which have been opened and read will remain on fi l e with the owner until C2 -2 (4) - - the contract has been awarded. representatives are invited to bids. be Bidders present or for their the authorized opening of C2-2. 11 IRREGULAR PROPOSALS: Proposals shall be considered 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 Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which 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 reasons: a. b. C. d. e. f. g. h. Reasons for believing that collusion exists among bidders. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. The bidder being interested in any litigation the Owner or where the Owner may have a claim or be engaged in litigation against the bidder. against against The bidder being in arrears on any existing contract or having defaulted on a previous contract. The bidder having performed a prior contract in an unsatisfactory manner. Lack of competency as revealed by the financial statement, experience record, equipment schedule, and such inquiries as the Owner may see fit to make. Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. The bidder not filing with advance of the hour of the following: the Owner, one week opening of proposals in the 1. 2. Financial Statement showing the financial condition of the bidder as specified in Part "A" -Special Instructions. A current experience record showing especially the projects of a natu~e similar to the one under consideration, which have been successfully completed by the Bidder. C2-2 (5) 3. An equipment schedu l e showing the equipment the bidder has available for use on the project. The Bid Proposal of a Engineer , i s disqualified shall be set aside and not ., / bidder who , in the judgment of the under the requirements stated herein , opened . r C2-2 (6) I . :'I. - J I • '' PART C-GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS S ECTI ON C3 -3 AWAR D AND EXEC UTION OF DOCUMEN TS C3-3 . 1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud , the proposals will be tabulated basis of the quoted prices , the quantities shown proposal, and the application of such formulas or other of brining items to a common basis as may be established Contract Documents. on the in the methods in the The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid . Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities , to re-advertise for new proposals , or to proceed with the work in any manner as may be considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE : Contractor agrees to provide to Owner, upon request , complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) an/or a Woman -Owned Business Enterprise (WBE) on the contract and the payment therefore . Contractor further agrees, upon request by Owner , to allow an audit and/ or an examination of any books, records , or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE . Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal , state or local laws and ordinances relating to false statements; further , any such misrepresentation may be grounds for disqualification of Contractor at Owner 's discretion for bidding on future contracts with the Owner for a period of time of not less than six (6) months . C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with current City Ordinance prohibiting discrimination i n employment practices . The Contractor shall post the required C3-3 (1) notice to that effect on the project site , and at his requ est , will be provided assistance by the City of Fort Worth 's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor . Appropriate notices may be acquired from the Equal Employment Officer. C3 -3 .4 WITHDRAWAL OF PROPOSALS : After a proposal has bee n 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 withhold final action on the proposals for a reasonab l e time , not to exceed forty -f i ve (45) days after the date of opening proposals , and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee . The award of the contract , if -an award is made , will be to the lowest and best responsible bidder . The award of the contract shall not become effective until the Owner has notif i ed the Contractor in ~rit i ng of such award . C3-3 .6 RETURN OF PROPOSAL SECUR I T I ES: As soon as proposed price totals have been determined for comparison of bids , the Owner may , at its discretion , return the proposal security which accompanied the proposa l s which , in its judgment , would not be considered for the award . Al l other proposal securities, usually those of the three lowest bidders , will be retained by the owner until the required contract has been executed and bond furnished or the Owner has otherwi se disposed of the bids , after which they wil l be retu r ned by the City Secretary . C3-3. 7 BONDS: With the execution and delivery of the Contract Documents , the Contractor shall furnish to , and file with the Owner in the amounts herein required , the fo l lowing bonds : a . PERFORMANCE BOND : A good and sufficient performance bond in an amount not less t han 100 percent of the amount of the contract , as evidenced by the proposal and tabulation or otherwise , guaranteeing the f ul l and fa i t h fu l execut ion o f the work and performance of the contract , and for the protection of the Owner and all other persons agains t damage by reason of negligence of the Contractor , or improper execution of the work C3 -3 (2) b. or the use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. c. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, a$ 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. d. 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, 192 5, as amended by House Bill 344 Acts 56th Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. e. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury List for that company. Each bond shall be properly executed by both the Contractor and the Surety Company. C3-3 (3) Should any surety on the contract be determined unsatisfactory at any time by the Owner , notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner . No payment will be made under the contract until the new surety or sureties , as required, have qualified and have been accepted by the Owner . The contract sha ll not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has by appropriate resolution, or otherwise, awarded the contract , the Contractor shall execute and file with the Owner the Contract and such bonds as may be required in the Contract Documents. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required cont ract within ten (10) days after the contract is awarded shall be cons idered by the Owner as an abandonment of his proposal, and the Owner may annul the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the Owner by reason of said awardee 's failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal sha ll be the agreed amount of damages which Owner will suffer by reason of such failure on the part of the Awardee and shall thereupon immediatel y be forfeited to the Owner. The filing of a proposal will be considered as an acceptance of this provision by the Bidder. C3 -3 .10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Cont ractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed the "Work Order" or "Proceed Order", it is agreed that the surety Company will, within ten 910) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3 .ll INSURANCE: this contract until under the Contract approved by the The Contractor shall not commence work under he has obtained all the insurance required Documents, and such insurance has been Owner. The prime Contractor shall be C3-3 (4) ' respo n sible for delivering to the Owner the sub-contractor 's certificate of insurance for approval. The prime contractor shal l ind i cate of the certificate of insurance included in the documents for execution whet h er or not his insurance covers sub - contractors. It is the intention of the Owner that the insurance coverage requ i red here i n shall include the coverage of all sub -contractors . a . b . C . COMPENSATION INSURANCE : The Contractor shall maintain , during the l ife of this contract , Workers ' Compensation Insurance on all of his employees to be engaged in work on the project under th i s contract , and for all s u b-contrac t ors . In case any c l ass of employees engaged in hazardous work on the project under this contract i s not protected under the Workers ' compensation S t atute , the Contractor sha ll provide adequate employer 's general liability insurance for the protection of such of his employees not so protected . COMPREHENSIVE GENERA L LIABILITY INSURANCE : The Contractor shall procure and shall maintain during the life of this contract Contractor 's Comprehensive General Liability Insurance (Publ i c Liability and Property Damage Insurance) in an amount not less than $500 ,000 covering each occurrence on account of bodily injury , includ i ng death , and in an amount not l ess than $500 ,000 covering each occurrence on account of property damage with $2 ,000 ,000 umbrella policy coverage . ADDITIONAL LIABIL I TY : 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. 2 . 3. 4. 5 . 6. Contingent Li ab i lity (covers General Contractor 's Liability for acts of sub -contractors). Blasting , prior to any blasting being done. Collapse . of buildings or structures adj a cent to excavation (i f excavations are to be performed adjacent to same). Damage to underground utilities for $500 ,000 . Builder 's risk (where above -ground structures are involved). Contractual Li ability (covers all indemnification requirements of Contract). C3-3 (5) d. e. f. g. AUTOMOBILE INSURANCE BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain, during the life of this Contract , Comprehensive Automobile Liability insurance in an amount not less than $250 ,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500 ,000 on account of one accident , and automobile property damage insurance in an amount not less than $100,000. SCOPE OF INSURANCE AND SPECIAL HAZARD : The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub- contractors , respectively, against damage claims which may arise from operations be by the insured or by anyone directly or indirectly employed by him , and also against any of the following special hazards which may be encountered in the performance of the Contract. PROOF OF CARRIAGE OF INSURANCE : The Contractor shall furnish the Owner with satisfactory proof of coverage by i nsurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner . (Samp l e attached .) All insurance requirements made upon the Contractor shall apply to the sub-contractor, should the Prime Contractor 's insurance not cover the sub-contractor 's work operations. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and performance, payment , maintenance and all such other bonds are written shall be represented by an agen t or agents having an office l ocated within the city limits · of the City of Fort Worth, Tarrant County , Texas. Each such agent shall be a duly qualified agent , 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 settle with the City of Fort Worth, or C3 -3 (6) any other c l a i mant , any claims that the City of Fort Worth or othe r claimant or any property owner who has been damaged , may have against the Con t rac t or , insurance , and/or bonding company . If t h e local insurance representative is not so empowered by the insurance or bonding companies , then such authority must be vested in a local agent or claims off i cer 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 CO NT RACTOR 'S OB LI GA T IONS : Under the Contract , the Contractor shall pay for al l materials , labor and services whe n due . C3 -3 .13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to al l person engaged in work on the project at the site of the project shall be furnished to the Owner 's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicab l e minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous p l ace at the site of the projec t at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor , by the Owner ; however , posting and protection of the wage rates shall be the responsibility of the Contractor . C3 -3 .14 CONTRACTOR'S CONTRACT ADMINISTRATION : Any Contractor , whether a person, persons , partnership , company , firm association , corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/ or sanita r y sewer fac i lities , wil l have or shall establish a fully ope r ational business office within the Fort Worth -Dallas metropolitan area . The Contractor shal l charge , delegate, or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or otherwise and as such shall be empowered, thus delegated and directed , to settle all material , labor or other expenditures , a l l claims against the work or any other matter associated such as maintain i ng adequate and appropriate insurance or security coverage for the project . C3-3 (7) 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 comp lete. Should the Contractor's principal base of operations be other than in the Fort Worth-Dallas metropolitan area , notification of the Contractor 's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, appropriately signed and sealed, as applicable, by the Contractor 's responsible 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 requirements is that all matters associated with the Contractor 's administration , whether oriented in furthering the work, or other , are governed directly by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is ass igned. No cred it of working time will be for periods in which work stoppages are in effect fort his reason. C3-3 .15 VENUE : Venue of any action herein shall be exclus ively in Tarrant County, Texas . C3-3 (8) .. SECTION C4-4 SCOPE OF WORK PART C-GENERAL CONDITIONS C4 -4 SCOPE OF WORK C4-4 .1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra of special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery , equipment, special services, and incidentals . necessary to the prosecution and completion of the project. C4-4. 2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated , or should there be any additional proposed work which is not covered by these Contract Documents , then "special Provisions: covering all such work will be prepared by the Owner previous to the time of receiving bids or proposal for such work and furnished to the bidder 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. C 4-4. 3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and if found to be necessary, and the Contractor shall perform the work as a l tered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of . the contemplated quantity of such i tern or i terns . When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be C4 -4 (1) determined by special agreement or as hereinafter provided for "Extra Work." No a llowance will be made for any changes in anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. depth the but Variations in quantities of sanitary sewer pipes in categories, shall be interpreted herein as applying to overall quantities or sanitary sewer pipe in each pipe size, 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 most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents . C4'-4. 5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided, however, that before any extra work is begun a "Change Order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum. c. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently into the project, and (4) actual cost of insurance, bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10% of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owned by him and used for the extra work. The C4 -4 (2) d. fee shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general 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 suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the engineer for written orders authorizing such Extra Work, prior to beginning such work. 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 unless the Contractor shall file his claim with the Owner within five ( 5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon the said Extra Work . The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "extra work" whether or not initiated by a "change order" shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work , whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead , ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4 (3) C4-4.6 SCHEDULE OF OPERATIONS: Before commencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner's approval thereof, a "Schedule of Operations,n showing by a straight line method the date of commencing and finishing each of the major elements of the contract. There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There shall be presented also a composite graph showing the anti_cipated progress of construction with the time being plotted horizontally and the percentage of completion plotted vertically. The progress charts shall be prepared on 8 ~ " X 11n sheets and at least five black of blue line prints shall be furnished to the Owner. C4-4. 7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Within Ten (10) days prior to submission of 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 (CPM) network diagram. As the work progresses, the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Owner. As a minimum, the construction schedule shall work elements and activities indicated in the the technical specifications. incorporate all proposal and in Prior to the final drafting of the detailed construction schedule, the contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements. The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and final project completion dates shall be developed to conform to time constraints, sequencing requirements and completion time. C4-4 (4) 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 and submittal activities are exceptions to this guideline. C. Durations shall be holidays and weather the contract shall in calendar days conditions over the be accounted for duration of each activity. and normal duration of within the d. One critical path shall be shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the Owner. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall, as a minimum, be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen(I4) days' duration. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trades or subcontracts, the construction schedule shall indicate the following procurements, construction and pre-acceptance activities and events in their logical sequence for equipment and materials. 1. Preparation and transmittal of submittals. 2. Submittal review periods. 3. Shop fabrication and delivery. 4. Erection or installation. C4-4 (5) 5 . Transmittal of manufacturer's operation and maintenance instructions. 6. Installed equipment and materials testing . 7. Owner's operator instruction (if applicable) 8. Final inspection. 9 . Operational testing. 10 . Final inspection. If, in the opinion of the Owner , work accomplished falls behind that scheduled, the Contractor shall take such action as necessary to improve his progress. In addition, the Owner may require the Contractor to submit a revised schedule demonstrating his program · and proposed plan to make up lag in scheduled progress and to insure completion of the work within the contract time. If the Owner finds the proposed plan not acceptable, he may require the Contractor to increase the work force, the construction plant and equipment, the number of work s h ifts or the overtime operations without additional cost to the Ow ner. Failure of the Contractor to comply with these requirements s hall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with such diligence as will insure its completion within the time specified. C4-4 (6) PART C-GENERAL CONDITIONS CS-5 CONTROL OF WORK AND MATERIALS SECTION CS-5 CONTROL OF WORK AND MATERIALS CS-5 . 1 AUTHORITY OF ENGINEER : The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. 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 sequence of the construction , interpretation of the Contract Documents , acceptable fulfillment of the contract , compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work , resumption of operations , and all other questions or disputes which may arise. Engineer will not be responsible for Contractor 's means , methods , techniques, sequences of procedures of construction , OL the safety precaution and programs incident thereto , and he will not be responsible for Contractor's failure to perform the work in accordance with the Contract Documents. He shall determine the amount and quality of the work completed and materials furnished , and his decisions and estimates shall be final . His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Con t ract . The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly . In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters , the Engineer must , within a reasonable time, upon written request of the Contractor, render and de liver to both the Owner and Contractor , a written decision on the matter in controversy . CS -5 .2 CONFORMITY WITH PLANS : The finished project in all cases shall conform with lines , grades , cross-sections, finish, and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents . Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Eng i neer and authorized by the Owner by Change Order . C5-5 (!) CS-5. 3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections , which , taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimension shall govern over scaled dimensions , plans shall govern over specifications, special conditions shall govern over general conditions and standard specifications , and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the Contract Documents, and the Owner shall be permitted 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 discrepancy , he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in the drawings , specifications, or other portions of the Contract Documents, which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict . CS-5 .4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of the Contract Documents and shall have available on the site of the project at all times one set of such Contract Documents . The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work . Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer , or his authorized representatives . Pursuant to this responsibility of the Contractor , the Contractor shall designate in writing to the project superintendent , to act as the contractor's agent on the work. Such assistant project superintendent shall be a resident of CS-5 (2) . ' Tarrant County, Texas and shall be subject to call, as is the project Superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the travelling public or the owners of property across which the project extends or the safety of property contiguous to the project routing . The Contractor Engineer and workmanship and shall provide all facilities to enable his inspector to examine and inspect materials entering into the work . the the CS-5.5 EMERG ENCY 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 Engineer 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 written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the contractor to take remedial action to correct the condition . In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action , within 2 4 hours , the Ci ty may take such remedial action with City forces or by contract . The City sha l l then deduct an amount equal to the entire costs for such remedial action, plus 2 5 %, from any funds due the Contractor on the project. CS -5 .6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer , if specifically called for. The field office shall be not less than 10 by 14 feet in floor area , substantially constructed, well heated , air conditioned , lighted, and weather-proof , so that documents will not be damaged by the elements. C5-5 .7 CONSTRUCTION will furnish the STAKES: Contractor The City , through with all lines , C5-5 (3) its Engineer , grades, and measurements necessary to the proper prosecution and control of the work contracted for under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marking a may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings, as may be established for the Contractor's use or guidance, shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25 % will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. CS-5.8 AUTHORITY AND DUTIES OF CITY INSPECTORS: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer the progress of the work and the manner in which it is being performed, any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have authority to reject materials or equipment to suspend work until the question at issue can be referred to, and be decided by, the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these . Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary to the requirements .of the Contract Documents. He will in no case act as superintendent or foreman or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The C5-5 (4) Contractor shall regard and obey the directions and i nstruction of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents, provided, however , should the Contractor object to any orders or instructions of the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in controversy. C5-5 .9 INSPECTION : The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall , at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contrac t or 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 be work so exposed or examined prove to be unacceptable, the uncovering or removing and the replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection . C5 -5 .10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work, materials , or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at his own expense . Work done beyond the lines and grades given or as shown on the plans, except as herein specifically provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer wi l l have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due to the Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such works . C5-5 (5) CS-5 .11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if contractor wishes to furnish or use a proposed substitute, he shall , prior to the pre-construction conference , make written application to Engineer for approval of such substitute certifying in writing that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified; and identifying all variations of the proposed substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without the written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expense . Contractor shall indemnify and hold harmless Owner and engineer and anyone directly or indirectly employed by either of them from and against the claims , damages, losses and expenses ( including attorneys fees) arising out of the use of substituted materials or equipment. CS-5. 12 SAMPLES AND TESTS OR MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless otherwise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the Contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use the materials represented by the samples until tests have been made and the materials approved for use . The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates , design minimum, and the CS-5 (6) mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the contract Documents . Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shal l be made prior to the use of the new materials. CS-5 .13 STORAGE OF MATERIALS: All materials which are to be used in the construction operation shall be stored to insure the preservation of the quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground, and shall be placed under cover when directed . Stored materials shall be placed and located so as to facilitate prompt inspection. CS-5 . 14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the Plans relative to 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 assumes no responsibility for failure to show any or all such structures and utilities on the Plans or to show them in their exact location. It is mutually agreed that such failure will not be considered s~fficient 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 considerable magnitude or requires the building of special works, provision for which is not made in the Contract Documents , in which case the provision in these Contract Documents for Extra Work sha.11 apply . It shall be the Contractor 's responsibility to verify locations 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 provide adequate clearances . The Contractor shall take all necessary precautions in order to protect all existing utilities, structures and service lines. Verification of existing utilities, structures and service lines shall include C5-5 (7) notification of all utility companies at least forty-eight ( 4 8) hours in advance of construction including exploratory excavation if necessary. All verification of existing utilities and their adjustment shall be considered as subsidiary work. CS-5.15 INTERRUPTION OF SERVICE: a. b. Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1. Notify the Water Department's Division of location , time , and service interruption . Distribution schedule of 2 . Notify each customer personally through 3. responsible personnel of time and schedule of the interruption of their service, or In the event that customer shall be doorknob. cannot be attached The composition , and in personal notification of a made, a prepared tag form to the customer's entrance tag shall be durable in large bold type shall say: "NOTICE" Due to Utility Improvement in your neighborhood, your {water) (sewer) service will be interrupted on between the hours of and This inconvenience will be as short as possible. Thank' you, Contractor Address Phone Emergency: interruption immediate. In the event that an occurs, notice shall unforeseen service be as above , but C5 -5 (8) r ._ 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, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub-contractor shall assert any claim against the Owner on account of any damage alleged to have been sustained , the Owner will notify the Contractor, who shall indemnify and save harmless the Owner against any such claim. CS -5 . 1 7 CLEAN -UP: Clean-up of surplus and/ or waste materials accumu l ated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. If , within twenty -four (24) hours after written notice is given to the Contractor that the clean -up on the job site is proceeding in a manner unsatisfactory to the Eng i neer , the Contractor fails to correct the unsatisfactory procedure , the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the contractor in the written notice , and the costs of such direct action , plus 2 5% 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 materials , temporary structures , and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shali be disposed of at locations satisfactory to the Engineer . The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright , clean , po l ished and new appearing condition . No extra compensation wi l l be made to the Contractor for any clean-up required on the project. CS-5.18 FINAL INSPECT I ON : Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean -up performed , the Engineer will notify the proper officials of the Owner· and request that the final inspection be made. Such inspection will be made wi th i n 10 days after such notification . After such C5-5 (9) ,. . ' final inspection , if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council . No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. " C5 -5 (10) PART C-GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6. 1 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 li ability arising from or based on the violation of any such law, ordinance , regulation , or order, whether it be by himself or his employees. C6-6. 2 PERMITS AND LICENSES : The Contractor shall procure all permi ts and licenses, pay a l l charges, costs and fees , and give all notices necessary and incident to the due and lawful prosecution of the work. C6 -6 .3 PATENTED DEV I CES , MATERIALS AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter , patent, or copyright , he shall provide for such use by suitable legal agreement with the patentee or owner of such patent , letter, or copyrighted design. It is mutually agreed and understood that without exception the contract prices shall include all royalties or costs arising from patents , trademarks , and copyrights in any way involved in the work . The Contractor and his sureties shall indemnify, and save harmless , the Owner from any and all claims for infringement by reason of the use of any such patented design , device, material or process, or any trademark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost , expense , or damage which it may be obliged to pay by reason of such infringement at any time dur i ng 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 infr i ngement of any patent claimed to be infringed upon by the design , type of construct i on or material C6 -6 (1) or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Co ntractor harmless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. 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 facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with . C6-6. 5 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 greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including , but not limited to, safe and convenient ingress and egress to property contiguous to the 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. Other means may include the diversion of driveway traffic , with specific approval by the Engineer. If diversion of traffic is approved by the Engineer, the Contractor shall make arrangements satisfactory to the Engineer for the di version of traffic and shall , at his own expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such di ve~sion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer . C6-6 (2) - The materials excavated and the construction materials, 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, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor in reference to public convenience and safety which may come to its attention , after twenty-four (24) 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 Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer , shall keep any street, streets , or highways in condit ion 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 temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structur es 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 public streets and alleys, or other public places or other rights-of- way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in C6-6 (3) 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 piled or stacked in such a way that does not interfere with the use of spaces that may be designated to be left free and unobstructed, or inconvenience occupants of adj a cent property. If the street is occupied by railway tracks , the work shall be carried on in such manner as not to interfere with the operation of trains , loading or unloading of cars, etc . Other contractors of the Owner may , for all purposes required by the contract , enter upon the work and premises used by the assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense . C6-6 . 7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any rai l way , 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 regarding the methods of performing the work and take all precautions for safety of property and the public. Negotiations with the 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 intention to beg i n work on that portion of the project which is related to the railway properties . The Contractor will not be given extra or additional compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6. 8 BARRICADES, WARNINGS AND WATCHMEN : Where the work is carried on in or adjacent to any street, al l ey , or public place , the Contractor shall , at his own expense , furnish, erect, and maintain such barricades , fences , l i ghts and danger signa l s , and 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 night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade . A sufficient number of barricades shall be erected and maintained to keep pedestrians away , and vehicles from being driven on or into , any work under construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage . C6-6 (4) .... - All installat i ons and procedures shall be consistent with the provisions set forth in the "1980 Texas Manual on Uniform Traf fi c Contro l Devices for Streets and Highways", issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d, Vernon 's Civil Statutes , pertinent sections being Section Nos. 27 , 29, 30 and 31. 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 870-8075), to remove the sign . In the case of regulatory signs , the Contractor must replace the permanent sign with a temporary sign meeting the requi rements 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 i s completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Mark i ngs Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed . The Contractor will be held responsible for all damage to the work or the public due to fai l ure of barricades , signs , fences , lights , or watchmen to protect them . Whenever ev i dence is found of such damage to the work , the Engineer may order the damaged por ti on immediately removed and replaced by the Contractor at the Contractor 's own expense . The Contractor's responsibility for the maintenance of barricades , signs , fences and lights , and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation , except as specifically provided in these Contract Documents, will be paid to the Contractor for the work and materials involved in the constructing, providing , and main t a i ning of barricades , s i gns, fences , and lights or for sala ri es of watchmen , for the subsequent remova l and disposal of such barricades , signs , or for any other incidentals necessary for the proper protection , safety, and convenience of the public C6-6 (5) during the contract period , subsidiary to the several prices are requested in the as this work is items for which Proposal . considered to be unit or l ump sum C6-6 .9 USE OF EXPLOSIVES , DROP WEIGHT, ETC .: Should the Contractor elect to use explosives , drop weight , etc., in the prosecution of the work , the utmost care shall be exercised at all times not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation , any company, individual , or utility , and the Owner , not less than twenty -four (24) hours in advance of the use of any activity which might damage or endanger 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 Eng i neer in writing twenty -four (24) 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 exp l osives. All claims arising out of the use of exp l osives 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 sha l l not be resumed until the cause of the comp l aint has been addressed . Whenever explosives are stored or kept , they shall be stored in a safe and secure manner and all storage places shall be plainly marked "DANGEROUS EXPLOSIVES" and shall be under the care o f a competent watchman at all times . All vehicles in wh i ch 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 WITHIN EASEMENTS: Where the work passes over , through, or into private property , the Owner will provide such right -of -way or easement privileges as the City may deem necessary for the prosecution of the work. Any additional rights-of -way or work area considered necessary by the Contractor shall be provided by him at his own expense . Such C6-6 (6) ... - --. additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified in writing of the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor , and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions, which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to all trees, shrubbery, plants, lawns, fences, culverts, curbing and all other types of structures or improvements, and 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 4 8 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants whose land or interest in land might be affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material or equipment. When and where any direct or indirect damage 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. C6-6 (7) 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 permanent easement before the fence is cut . Should additional 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 the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project proposal . Therefore , no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property 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 , rebuilt or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due or to become due to the Contractor under this Contract. C6-6 .11 INDEPENDENT CONTRACTOR : It is understood and agreed by the parties hereto that 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 contro l the details of all the work and services performed hereunder, and all persons performing same , and shall be solely responsible for the acts and omissions of its officers, agents , servants, employees , contractors, subcontractors, licensees invitees . The doctrine of respondent superior shall not apply as between Owner and Contractor, its officers, agents, employees , contractors and subcontractors , and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor . C6-6 (8) ... .. C6 -6.12 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 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 injury , damage or death is caused, i n whole or in part , by the negligence or alleged negligence of Owner , its officers , servants , or employees . Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner 's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract , whether or not any such injury or damage is caused in whole or in part by the negl igence 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 . C6-6 .13 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 the actual sustaining of such alleged damage , make a written statement to the Engineer , setting out in detail the nature of the alleged damage, and on or before the 25th day of the month succeeding that in which any such damage i s claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and amount of such alleged C6-6 (9) damage and , upon request, shall give the Engineer access to all books of account , re c eipts , vouchers , bills o f lading , and other b o oks or papers containing any evidence as to the amount of such alleged damage . Unless such statements shall be filed as herein required, the Contractor 's claim for comp e nsation shall be waived , and he shall not be entitled to payment on account of such damages . C6-6 .14 ADJUSTMENT OR RELOCATION OF PUBL I C UTILITIES , ETC : In case it is necessary to change , move , or alter in any manner the proper.ty of a public uti li ty or others , the said property shall not be moved or interfered with unti l orders thereupon have been issued by the Engineer . The right i s reserved to the owners of publ i c utilities to enter the geographical limits of the Contract for the purpose of mak i ng such changes or repa i rs to their property that may be necessary by the performance of this contract. C6-6 .15 TEMPORARY SEWER AND DRAIN CONNECT I ONS : When existing sewer lines have to be taken up or removed , the Contractor shal l, at h i s own expense and cost, provide and maintain temporary outlets and connections for al l private or public drains and sewers . The Contractor sha ll a l so take care of all sewage and drainage , which will be received from these drains and sewers , and for this p u rpose he sha l l provide and mainta i n , at his own cost and expense , adequate pumping faci l ities 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 received from these temporary connections until such times as the permanent connections are bui l t and are in service. The existing sewers and connections shall be kept in service and maintained under the Con t ract , 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 ARRANG EMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor des i res to use City water i n connection with any construction work , he shal l make comp l ete and satisfactory arrangements wi th the Fort Worth City Water Department for so doing . C6-6 (10) -. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrants and/or valves is detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be 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 Department. 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 Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or to deficient operations on the part of the Contractor, shall be preformed by the Contractor at his own expense. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution of non-execution 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 causes herein. 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 operate 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. C6-6 (11) 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 requiremen t s of the Contract Documents . C6 -6. 2 0 PERSONAL LIABILITY OF PUBLIC OFF I CI ALS : In carrying out the provisions of these Contract Documents or in exerc i s i ng any power of authority granted thereunder , there shall be no l iab i lity upon the authorized 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 awarded by the City of Fort Worth, an organization which qualifies for exemption pursuant to the provisions of Article 20 . 04 (H) of the Texas Limited Sales , Excise , and Use Tax Act , the Contractor may purchase , rent or lease all materials , supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax , said exemption certificate to comply with State Comptroller 's Ruling .007 . Any such exemption certificate issued by the Contractor in l ieu of the tax shal l be subject to and shall comply with the provisions of State Comptro ll er 's Ruling . 011 , and any other applicable State Comptrol l er rulings pertaining to the Texas Limi ted Sales , Excise , and Use Tax Act . On a contract awarded by a developer for the construction of a publicly -owned improvement in a street right -of-way or other easement which has been dedicated to the public and the City of Fort Worth , an organiza t ion which qualifies for exemption pursuant to the provisions of Article 20. 04 (H) of the Texas limited Sales , Excise, and Use Tax Act , the Contractor can probably be exempted in the same manner stated above. Limited Sale , Excise and Use Tax permits and information can be obtained from : Comptro ll er of Public Accounts Sale Tax Division Capitol Station Austin , TX C6 -6 (12) I " - - PART C-GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS C7 -7 .1 SUBLETTING: The Contractor shall perform with his own organization , and with the assistance bf workmen under his immediate superintendence, 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 regarding character and competency . The Owner wi l l not recognize any subcontractor on . the work . The Contractor shall at all times, when the work is in operation , be represented either in person or by a superintendent , or other designated representative . C7 -7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, trans fer, sublet, convey, or otherwise dispose of the contract or his rights , title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties . If the Contractor does, without such previous consent , assign, transfer , sublet, convey, or otherwise dispose of the contract or his right , title , or interest therein or any part thereof, to any person or persons , partnership, company , firm or corporation, or does by bankruptcy , voluntary or involuntary, or by assignment under the insolvency laws of any state, attempt to dispose of the contract may , at the option of the Owner be revoked and annulled , unless the Sureties shall successfully complete said contract , and in the event of any such revocation or annulment , any monies due or to become due under or by virtue of 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 beginning any construction operation , the Contractor shall submit to the Engineer in five or more copies , if requested by the Engineer, a progress schedule preferably · in chart . or diagram form, or a C7-7(1) brief outlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall 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 shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. The sequence requested of all construction · operations shall be at all times as specified in the Special Contract Documents. Any deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approva l from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from the full responsibility of the complete performance of the Contract . The contract time may be changed only as set forth in Section C7-7 .8 "Extension of Time of Completionn of this Agreement, and a progress schedule shall not constitute a change in the contract time . C7-7 .4 LI MITATIONS OF OPERATIONS: The working operations shall at all times be conducted by the Contractor to create a minimum amount of inconvenience to the public. At any time when , in the judgment of the Engineer , the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for the proper execution of the work , the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street . C7 -7 .5 CHARACTER OR WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor when it 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 are careful , competent , and fully qualified to perform the duties or tasks assigned to them , and the Engineer may demand and secure the C7 -7 (2) - 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 , shal l misconduct himself or be found to be incompetent , disrespectful, intemperate , dishonest , or 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 operate any equ i pment necessary to proper l y carry out the performance of the assigned duties . The Contractor shall furnish and mainta i n on the work all such equipment as is considered to be necessary for prosecution of the work in an acceptable manner and at a satisfactory rate of progress . All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shal l be maintained in a satisfactory , safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work , workmen or adjacent property will result from its use. C7 -7 . 6 WORK SCHEDULE : Elapsed working days shall be computed starting with the first day of work comp l eted 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 proh i biting the Contractor Lega l Holidays , providing Documents shall be construed from working on Saturday , Sunday that the following requirements as or are met : a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later than the Thursday preceding. b . Any work to be done on the project on such a specific Saturday , Sunday or Legal Holiday must be, in the opinion of the Engineer , essential to the timely completion of the project. The Engineer 's decis i on shall be final in response request for approval to work on a specific Saturday , to such a Sunday or C7-7 (3) Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday . Calendar Days shall be defined in Cl -1.24 and the Contractor may work as he so desires. C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the Owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain. a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time .as may be properly authorized 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 the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall have occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval . In adjusting the contract time for completion of work, consideration will be given to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but limited to acts of the public enemy, acts of the Owner, fire, 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 request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the contractor has made a bona fide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. C7 -7(4) .-- - - - 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 for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct, shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work , then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however , be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond 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 element of the contract. Each bidder shall indicate in the appropriate place on the last page of the Proposal the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the Proposal section of the contract documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each after the increased increased contract calendar day that any work shall time specified in the Contract time granted by the Owner, or by additional work or materials is signed, the sum per day given C7-7 (5) remain uncompleted Documents, or the as automatically ordered after the in the following schedule, unless otherwise spec ified in other parts of the Contract Documents , will be deducted from monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. AMOUNT OF CONTRACT LIQUIDATED DAMAGES Less than $5,000 $35. 00 $5,001 to 15,000 45.00 5,001 to 25,000 63.00 25,001 to 50,000 105.00 50,001 to 100,000 154.00 100,001 to 500,000 210.00 500,001 to 1,000,000 315.00 1,000,001 to 2 ,000,000 420.00 2 ,000 ,001 and over 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in comp leting the work hereunder in the time specified by the Contract Documents would be impossible or very difficult to accurately estimate, 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 .11 SUSP ENSION BY COURT ORDER: The Contractor shall suspend ope rations on such part or parts of the work ordered by any Court , and will not be entitled to additional compensation by virt ue of such Court Order. Neither will he be liable to the City in the event the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other 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 will make no extra payment for stand-by time of construction equipment and/or construction crews. C7-7(6) ' ' - -- - 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 performed; 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 project due to causes beyond the control of and without the fault or negligence of, the Contractor as set forth in Paragraph C7-7. 8 EXTENSION OF THE TIME OF COMPLETION, and should it be determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency so declared by the President of the United States, or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall, within seven days, notify the City in writing giving a detailed statement of the efforts which have been made and listing all necessary i terns of labor, materials, and equipment not obtainable. If, after investigation, the Owner finds that such conditions exist and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, then if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials and equipment within thirty days, the Contractor may request the C7-7 (7) Owner to terminate the contract and the Owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include, but not be limited to, the payment for all work executed but no anticipated profits on work which has not been performed. C7-7 . 14 SUSPENSION 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 suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner . b. Substantial evidence that operations by Contractor is the work within the specified progress of insufficient time. the work to complete c. Failure of the Contractor to provide and maintain sufficient 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. f. 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 to promptly make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. C7-7 (8) ) 1 .... - - - - h. i. j. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. If the Contractor fail to carry on acceptable manner. shall, the for any working cause whatsoever, operation in an 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 contract is cancelled, the Contractor shall discontinue the work or such part thereof as the Owner shall designate, whereupon the Sureties may, at their option , assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue , and may perform the same or may, with the written consent of the Owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon consent of the Owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. In case the Sureties do not, within the specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered the C7-7 (9) Contractor to discontinue, then the Owner shall have the power to complete , by contract or otqerwise, as it may determine, the work herein described or such part thereo f as it may deem necessary , and the Contractor hereto agrees that the Owner sha l l have the right to take possession of and use any materials, plants, tools , equipment, supplies , and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equ i pment , materials , l abor and property for the completion of the work , and to charge to the account of the Contractor of said contract expense for labor , materia l s , tools , equipment, and all expenses incidental thereto . The expense so charged shall be deducted by the Owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof . The Owner shall not be required to obtain the ,lowest b i d for the work comp l eting the contract, but the expense to be deducted shall be the actual cost of the owner of such work. In case such expenses shall exceed the amount which would have been payable under the contract if the same had been completed by the Contractor , then the Contractor and his Sureties shall pay the 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 under the provisions of this section , the Contractor shal l cont i nue the remainder of the work in conformity with the terms of the Contract Documents and in a manner that does not hinder or interfere with performance of the work by the Owner. C7 -7 .15 FU L FILLMENT OF CONTRACT : The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law , when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed, the final inspection made by the Engineer , and the final acceptance and final payment made by the Owner. C7 -7.16 TERM I NA TI ON FOR CONVEN IE NCE OF TH E OWN ER: A . 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 affected by C7-7(I0) ~ .. ' ' ' . . ,t - -- B. --- .- .-.. mailing a notice of termination to the .Contractor specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the Owner regarding such discretionary action. CONTRACTOR ACTION: After receipt termination, and except as otherwise Engineer, the Contractor shall: of a notice directed by of the 1. Stop work under the contract on the date and to the extent specified in the notice of termination; 2. 3. 4. Place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; Terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the not5ice of termination; Transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: a. b. the fabricated or unfabricated parts, work in process, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of termination; and the completed, or partially drawings, information and which, if the contract had would have been required to the Owner. completed plans, other property been completed, be furnished to 5. Complete performance of such part of the work as shall not have been terminated by the notice of termination; and C7-7 (11) C. D. E. 6. Take such action as may be necessary, or as Engineer may direct, for the protection preservation of the property related to contract which is in the possession of contractor and in which the Owner has or acquire the rest. the and its the may TERMINATION CLAIM: Within 60 days after notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or authorizetj extension thereof, any and all such claims shall be conclusively deemed waived. 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 agreed amount or amounts shall never exceed the total contract price as reduced by the amount of payments otherwise 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 amount shall be due for lost or anticipated profits. Nothing in C7-7 .16 (E) hereafter, prescribing the amount to be paid to the Contractor in the event of failure of the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7- 7 .16 ( D) upon the whole amount to be paid to the Contractor by reason of the termination of work pursuant to this section the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. C7-7 (12) - - 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 recovered by or credited to the Owner. ADJUSTMENT : If the termination hereunder be partial , prior to the settlement of the terminated portion of this contract , the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (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. H. NO LIMITATION OF RIGHTS: Nothing contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7 .14 hereof entitled "Suspension or Abandonment of the Work and Amendment of Contract" or any other right which Owner may have for default or breach of contract by Contractor. C7-7 .1 7 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, ordinances, and regulations to protect person and property from injury, including death, or damage in connection with the work. C7 -7 (13) - - - - PART C-GENERAL CONDITIONS CB-8 MEASUREMENT AND PAYMENT SECTION CB-8 MEASUREMENT AND PAYMENT SECTION CB -8 .1 MEASUREMENT OF QUANTITIES: 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 , solid contents , numbers, and weights of the materials and items installed. CB -8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth , the said "Unit Price" shal l i nclude the furnishing by the Contractpr 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 item of the work complete in place and in a satisfactory condition for operation. CB-8. 3 LUMP SUM: When in the Proposal a "Lu mp Sum" is set forth , the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor , tools, materials, machinery , equipment , appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. CB-8 .4 SCOPE OF PAYMENT : The Contractor sha l l 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 C8-8(1) unforeseen defects or obstructions 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 expense incurred by or in consequence of 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 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 mate~ial 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, imperfection, or damage shall have been discovered on or before the final inspection and acceptance of work or during the one year guaranty period after final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8. 5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and 5th day of each month the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period, under the Contract Documents. Not later than the 10th day of the month, the Engineer shall verify such estimate, and if it is found to be acceptable 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 1-f the total contract amount is less than $400,000, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000 or greater, within twenty- five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The partial 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 time C8-8 (2) ., - - - ,- - of the estimate have not been installed. Such payment will be allowed on a basis of 85 % of the net invoice value thereof. The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates. It is understood that the partial estimate from month to month will be approximate on l y, and a ll partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate , and such estimate shall not , in any respect , be taken as an admission of the Owner of the amount of work done or of its quality of sufficiency, or as an acceptance of the work done or the release of the Contracto r of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the contractor fails to perform the work strictly in accordance with ~he specifications or provisions of this contract . CS -8 . 6 WITHHOLDING PAYMENT: Payment on any estimate estimates may be held in abeyance if the performance of construction operations is not in accordance with requirements of the Contract Documents . or the the CS-8.7 FINAL ACCEPTANCE : Whenever the improvements provided for by the Contract Documents have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor , the Contractor shall notify the ~ngineer in writing that the improvements are ready for the final inspection. The Engineer shall notify the appropriate officials of the Owner , who wi l l within a reasonable time make such final inspection , and if the work is satisfactory , in an a c ceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof , the Eng i neer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment therefor as outlined in CS-8.8 below . CS-8 . 8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modif i cations thereof shall have been comp l eted and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations , and checks can be made. C8 -8 (3) All prior estimates upon which payment has been made are subject to n ecessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any s ums that have been deducted or retained under the provisions of t he Contract Documents, will be paid to the Contractor within 60 days after final acceptance by the Owner on a proper resolution o f the City Council, provided the Contractor has furnished to t he Owner satisfactory evidence of payment as follows: Prior to s ubmission of the final estimate for payment, the Contractor s hall 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 been 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 shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or · relating to the work under Contract Documents or any act or neglect of said City relating to or connected with the Contract. The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8. 9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent Engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the . Contract Documents, a pproved modifications thereof, and all approved additions and alterations thereto. C8-8 (4) - - ,..- - CS-8 .10 GENERAL GUARANTY : Neither the final certificate of payment nor any provision in the Contract Documents nor partia l or entire occupancy or use of the premi ses by the Owner shall constitute an acceptance of work not done in accordance wi th 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 resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work un l ess a longer period is spec i f i ed and sha l l furnish a good and sufficient maintenance bond in the amoun t of 1 00 percen t of the amount of the contract wh i c h sha l l assure the per f ormance of the general guaranty as above outlined . The Owner will g i ve notice of observed defects with reasonab l e promptness . CS -8 .11 SUBSIDIARY WORK : Any and a l l work specifically governed by documentary requirements for the project, _such as conditions imposed by the Plans , the General Contract Documents or these Special Contract Documents , in which no specific i tern f or bid has been provided for in the Proposal , shall be cons i de r ed as a subsidiary item of wo r k , the cost of which sha ll be inc luded in the price bid in the Proposal , for each bid item. Surface restoration , rock excavation and cleanup are general i tems of work which fall in the category of subsidiary work . CS -8 .12 MISCELLANEOUS PLACEMENT OF MA TE RIAL : Materia l may be allocated under various bid i tems in the Proposal to establish unit pr i ces for miscel l aneous p l acement of material. These mater i a l s shall be used only when directed by the En gineer , depend i ng on field conditions . Payment for misce ll a n eous placement of materia l wi ll be made for only that amo unt of materia l used , measured to the nea r est one -tenth unit . Payment for mi sce ll aneous p l acement of materia l shall be in accordance with the General Contract Documents regardless of the actual amount used for the project . C8 -8 .13 RECORD DOCUMENTS : Contractor shall keep o n r ecord a copy of a l l specificat i ons , plans , adde n da , modifications , shop drawings and samples at the site , in good order and anno t ated to show a ll changes made dur i ng t he const r uction process . These shal l be delivered to Engineer upo n comp l etion of the work . 7 1 PART Cl: SUPPLEMENT ARY CONDITIONS TOP ART 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 1 of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions. D. C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised 10/24/02 Pg. 1 E. C6 -6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following : Contractor covenants and agrees to indemnify City's engineer and architect, and their p ersonnel 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 offlcers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, 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 dam?ges 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 decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. 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 size but not to the various depth categories. Revised 10/24/02 Pg.2 - G. C3-3.11 INSURANCE: Page C3-3 (7): Add subparagraph "h . ADDITIONAL INSURANCE REQUIREMENTS " a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b . Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents , 1000 Throckmorton Street, Fort Worth , TX 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 H. I. 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 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: 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. C8-8. l O GENERAL GUARANTY: Delete C8-8. l 0, 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 done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (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 the amount of l 00 percent of the amount of the contract Revised 10/24/02 . Pg .4 J. which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance 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 K. C3-3.7 BONDS {CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: Revised 10/24/02 Pg. 5 L. 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or 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. l 1 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.11 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". RIGHT TO AUDIT: Part C -General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8 .14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its 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: Revised 10/24/02 Pg.6 1. 50 copies and under -10 cents per page 2, More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter M. SITE PREPARATION: N . 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 ofthis project construction operations. The contractor's attention is directed to paragraph C6-6 . l O work within easements, page C6-6(4), part C -General Conditions of the Water Department General 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. 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 MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements ; further, any such misrepresentation ( other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. Revised 10/24/02 Pg. 7 P. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included 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 .............................................................................................. 5 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW .................... 5 COORDINATION WITH FORT WORTH WATER DEPARTMENT .................................... 7 CROSSING OF EXISTING UTILITIES ............................................................................... 7 D-1 D-2 D-3 D-4 D-5 b -6 D-7 D-8 D-9 D-10 D-11 D-12 D-13 D-14 D-15 D-16 D-17 D-18 D-19 D-20 D-21 D-22 D-23 D-24 D-25 D-26 D-27 D-28 D-29 D-30 D-31 D-32 D-33 D-34 D-35 D-36 D-37 D-38 D-39 D-40 'EXISTINGC.UTI LI TlES AND IMPRO~ EN:F , .................................................................. 8 D-41 D-42 D-43 D-44 D-45 D-46 D-47 D-48 D-49 D-50 D-51 0 2114/07 CONSTRUCTION TRAFFIC OVER PIPELINES ................................................................ 8 TRAFFIC CONTROL ......................................................................................................... 9 DETOURS ......................................................................................................................... 9 EXAMINATION OF SITE ............................................................................................... 9 ZONING COMPLIANCE ................... , ........................................................................... 10 WATER FOR CONSTRUCTION .................................................................................. 10 WASTE MATERIAL ..................................................................................................... 1 O PROJECT C L EANUP AND FINAL ACCEPTANCE ...................................................... 10 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK ................................. 10 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ............................ 1 1 BID QUANTITIES ........................................................................................................ 11 CUTIING OF CONCRET E .......................................................................................... 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 ......................................... 13 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 SPOIL/FILL 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 SANI T ARY 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 .................................................................................................. 3 1 CITY OF FORT WORTH STANDARD PRODUCT LIS T .............................................. 31 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ............................................. 32 CONFI NED 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 SC-1 D-52 52 .1 52 .2 52 .3 52.4 52 .5 52 .6 52 .7 52 .8 52 .9 52 .10 52 .11 52 .12 D-53 D-54 D-55 D-56 D-57 D-58 D-59 D-60 D-61 D-62 D-63 D-64 D-65 D-66 D-67 D-68 PART D -SPECIAL CONDITIONS INSTALLATION OF WATER FACILITIES .................................................................... 39 Polyvinyl Chlor ide (PVC) Water Pipe ........................................................................... 39 Blocking ....................................................................................................................... 39 Type of Cas ing Pipe ..................................................................................................... 39 T ie-lns .......................................................................................................................... 40 Connection of Ex ist ing Mains ...................................................................................... .40 Valve Cut-Ins ............................................................................................................... 40 Water Services ............................................................................................................ 40 2-lnch Temporary Serv ice Line ................................................................................... .42 Purging and Sterilization of Water Lines ..................................................................... .43 Work Near Pressure Plane Boundaries ....................................................................... 44 Wate r Sample Station .................................................................................................. 44 Ductile Iron and Gray Iron Fittings ................................................................................ 44 SPRINKLING FOR DUST CONTROL ......................................................................... .45 DEWATERING ............................................................................................................ 45 TRENCH EXCAVATION ON DEEP TRENCHES ........................................................ .45 TREE PRUNING .......................................................................................................... 45 TREE REMOVAL ......................................................................................................... 46 TEST HOLES ............................................................................................................... 46 PUBLIC NOTIFICATION PR IOR 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 EA SEM EN TS AND.P ERMiffl ...................................................................................... 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 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS .................................................................................... 53 D-69 D-70 D-71 D-72 D-73 D~~4 ,, ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ................................................. 53 EARLY WARNING SYSTEM FOR CONSTRUCTION ..................................................... 54 AIR POLLUTION WATCH DAYS ..................................................................................... 54 FEE FOR STREET USE PERM ITS AND RE-INSPECTIONS .......................................... 55 'GREEN ' CEME1'i'Ti:'ft'0J1IC~ ........................................................................................... 55 0 2114/07 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 Part C1 -Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: PROJECT DESCRIPTION 2004 CAPITAL IMPROVEMENT PROGRAM NE 29TH STREET (WEBER ST. TO SCHWARTZ AVE.), N. HAMPTON STREET (NE 32ND ST . TOE. LONG AVE .), N. TERRY STREET (NE 30TH ST. TO NE 35TH ST.). FORT WORTH , TEXAS DOE PROJECT NO . 5397 WATER PROJECT NO. P253-531200-60217-0044232 SEWER PROJECT NO . P258-531200-70217-0044232 PAVING PROJECT NO . C200-531200-20240-0044232 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between va~ious 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 th is 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 . 02114/07 SC-3 PART D -SPECIAL CONDITIONS This contract and project, where applicable, may also be governed by the two following published specifications , except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 2 . STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building , Fort Worth, Texas 76102 . The specifications applicable to each pay item are indicated by the call-out for 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 a~ any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". 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 tnay 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. 02114/07 SC-4 PART D -SPECIAL CONDITIONS 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: 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 provid ing 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 02114/07 SC-5 PART D -SPECIAL CONDITIONS 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known ,, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text , form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report 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 requirem.ents of Texas Labor Code , Section 401 .011 (44) for all of its employees providing services on the project, for the duration of the project; 2 . Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period , a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4 . Obtain from each other person with whom it contracts , and provide to the Contractor: a.) A certificate of coverage , prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period , if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project ; and 7. Contractually require each person with whom it contracts , to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services . 02114/07 SC-6 PART D -SPECIAL CONDITIONS 8. By signing this contract or providing or causing to be provided a certificate of coverage , the contractor is representing to the governmental entity that all employees of . the contractor who will provide serv ices on the project will be covered by worker's compensation coverage for the duration of the project , that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured , with the commission's Division of Self-Insurance Regulation . Providing false or misleading information may subject the contractor to administrative, cr iminal , civil penalties or other civil actions. 9 . The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity . J . The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage . This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules . This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type , and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text , without any additional words or changes : "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance . This 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". 0-4 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 . 0-5 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 . 02/14107 SC-7 PART D -SPECIAL CONDITIONS Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location . It is mutually agreed 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. 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. Contrf;ictor shall make all necessary provisions (as approved or' authorized' 15yHtie applicc:tble utility company)-fon t he support tot¢ctjon and/or terni:>.orary relocation of all utilit~,poles, gas~lifles, telephone cables ~lll!!X, ~~rvi ater rri · · np i .. ~~mi~?~ :~ewe~ li~~S,:: ~le.ctr.\~a! ~!~I~~. ~r~r e , pie,7~~ _ .9!ti~J u tilities ;;1n ,abQv~ ang)below groun.d dunng. cgnstruction J:!ndets atthe ~6ntrado le fortlie -, ·ermane re·location of~xisting uti . s irf diri!ct~ i witfi ihe ro os ons 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 the City of the Engineer to be accurate as to extent, location , and depth; they are st,own 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 . D-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 02114107 SC-8 PART D -SPECIAL CONDITIONS frequent crossings of the pipes are allowed . It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation . 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 Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27 , 29 , 30 and 31. 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 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." ffhe h,.1mp _sum pay item for tr ffic con1rol pf the traffic control .12Lan. 0-9 DETOURS 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 . 0-10 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 02/14/07 SC-9 PART D -SPECIAL CONDITIONS improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which · may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D-11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. D-12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. D-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to 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 completed . 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 PART D -SPECIAL CONDITIONS D-16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches , painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes , derricks, power shovels , drilling rigs , pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm , except back hoes or dippers, and insulator links on the lift hook connections . 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCORE) who will erect temporary mechanical barriers, de- energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCORE, and shall record action taken in each case . 4. The Contractor is required to make arrangements with the ONCORE company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D-17 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. 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 ant icipated profits based upon differences in estimated quantities versus actual quantities. D-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 . D-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 replacement is being conducted . Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades . Barricade signs shall be in 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 : 02/14107 SC-11 PART D -SPECIAL CONDITIONS (817) 871-8306 M-F 7:30 am to 4 :30 p.m. or (817)871-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width, between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504 . At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502. Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D-21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. D-22 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this , project. The material shall conform to Public Works Standard 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 meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents . Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents . D-23 2:27 CONCRETE Transportation and Public Works Department typical 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. 02114/07 SC-12 PART D -SPECIAL CONDITIONS D-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 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 determines 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 that 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 Section 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 . D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. 02/14107 SC-13 PART D -SPECIAL CONDITIONS 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 City, at its own expense, will perform trench compaction tests per A.S .T.M . standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City . These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet 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 permit requirement may be waived if work is being done under a Performance Bond and inspected by the Department of Engineering. 02114107 SC-14 - - PART D -SPECIAL CONDITIONS D-26 . SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins . The requirements of this item govern all trenches for mains, manholes, vaults, service lines , and all other appurtenances . The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. 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, where the width measured at the bottom is not greater than fifteen ( 15) feet. 2. BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels . 3 . SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4 . SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes " or "trench shields". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5 . SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave-ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting . D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT -Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary . for the installation and removal of trench safety systems. D-27 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults , Etc ., and E2-14 Vault and Manhole Construction of the General Contract 02114/07 SC-15 PART D -SPECIAL CONDITIONS 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 has been constructed and the lid installed to keep out debris as a result of additional construction . 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121. 2. WATERTIGHT MANHOLE INSERTS : Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes. Inserts shall be constructed in accordance with Fort Worth Water Department Standard E100-4 and shall be fitted and installed according to the manufacturer's recommendations. Stainless Steel manhole inserts shall be required for all pipe diameters 18 " and greater. 3. LIFT HOLES : All lift holes 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 g rade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5 . MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes . Manhole frames and covers shall be McKinley, Type N, with indented top design, or equal, with pick slots. 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 . 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 02114/07 SC-16 - - - - PART D -SPECIAL CONDITIONS joints using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent- Seal, Ram-Nek , E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation , evaporation, or any other chemical action for either its adhesive properties or cohesive strength . The Joint sealer shall remain totally flexible without shrinking , hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION : 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand , mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations . The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench. After-removal of the protective wrapper, the joint sealant shall be kept clean . Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint 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. 02114/07 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 . 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 SC-17 PART D -SPECI.AL CONDITIQ,NS 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 specifically 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 AND PAYMENT : The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift 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 . D-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 Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15. D. SEWER SERVICE RECONNECTION : When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection 02114/07 SC-18 PART D -SPECIAL CONDITIONS and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. 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 SERVICE REPLACEMENT : All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing , whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de-holing at the building clean-out) the elevations (shown on the plans) at the 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 satisfied. 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 A.S .T.M. C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean-out and plug the abandoned sewer service line. The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property . Furthermore , the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Development Department for all 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 to the Engineer prior to 02114/07 SC-19 PART D -SPECIAL CONDITIONS beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. Payment for work and materials such as backfill , removal of existing clean-outs, plugging the 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 . D-29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal , salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract Documents and Specifications , unless amended or superseded by requirements of this Special Condition . A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials . B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID : Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials. The concrete vault shall be demolished 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 suitable 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 vo id area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade . If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. · E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demol ishing the valve box 02114/07 SC-20 - = PART D -SPECIAL CONDITIONS in place to a point not less than 18 inches below final grade . Concrete shall then be used as backfill material to match existing grade . F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final 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 final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill . Backfill material may be either clean washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be 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 responsibility 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 facilities 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 : Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main. 02114/07 SC-21 PART D -SPECIAL CONDITIONS Once this determination has been made, the existing main will be abandoned as indicated above in Item I. D-30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer 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). D-31 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors . Each joint shall be swept daily and kept clean during installation . A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage . D-32 DISPOSAL OF SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material , the Contractor shall advise the Director of Engineering Department, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain . Approval of the Contractor's disposal sites shall 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 . 02114/07 SC-22 PART D -SPECIAL 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. 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 circu it television . Satisfactory precautions shall be taken to protect the sewer lines from damage that might 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 capab le of removing dirt, grease, rocks, sand , and other materials and obstructions from the sewer lines and manholes . If 02114107 SC-23 PART D -SPECIAL CONDITIONS cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section , it will be assumed that a major blockage exists, and the cleaning effort shall be abandoned . When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures , the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, 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 quality to the satisfaction of the Engineer; and if unsatisfactory , equipment shall be removed and no payment will be made for an unsatisfactory inspection . 8 . EXECUTION: 1. TELEVISION INSPECTION : The camera shall be moved through the line in either direction at a moderate rate , stopping when necessary to permit proper documentation of any sewer service taps . In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable , and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line . 02114/07 When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized . All television inspection videotapes shall have a footage counter. Measurement for location of sewer SC-24 PART D -SPECIAL CONDITIONS service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape , or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all _circumstances , when it becomes lodged during inspection, shall be incidental to Television inspection . 2. DOCUMENTATION: Television Inspection Logs : Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection . In addition, other points of significance such as locations of unusual conditions , roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded , and a copy of such records will be supplied to the City. 3. PHOTOGRAPHS : Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations . 4 . VIDEOTAPE RECORDINGS : The purpose of tape 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 completion of review . Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections , the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made . Also , no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary 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 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 02114107 SC-25 PART D -SPECIAL CONDITIONS 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. D-36 VACUUM TESTING OF SANITARY SEWER MANHOLES D. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTION : 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place . Lift holes shall be plugged , and all drop-connections and gas sealing connections shall be installed prior to testing . 02114/07 The sewer lines entering the manhole shall be plugged and braced to prevent the plugs 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 (1 O"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time . The required test time shall be determined from the Table I below in accordance with ASTM C 1244-93: Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"Hg -9"Hg) (SEC) Depth of MH . 48-lnch Dia . 60-lnch Dia. (FT.) Manhole Manhole 0 to 16' 40 sec . 52 sec. 18' 45 sec . 59 sec. 20' 50 sec . 65 sec . 22 ' 55 sec. 72 sec. SC-26 PART D -SPECIAL CONDITIONS 24' 59 sec . 78 sec. 26' 64 sec. 85 sec. 28' 69 sec. 91 sec. 30' 74 sec. 98 sec. For Each 5 sec. 6 sec. Additional 2' 1. ACCEPTANCE: The manhole shall be considered acceptable , if the drop in the level of vacuum is less than one-inch of mercury (1" Hg) after the required test time . Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces , equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C . PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material , labor, equipment, and all incidentals , including all bypass pumping , required to complete the test as specified herein. D-37 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system . Under no circumstances will the Contractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line. D-38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction , ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. 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 protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 8. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection . Lighting for the camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. 02114 /07 SC-27 PART D -SPECIAL CONDITIONS C. EXECUTION: 1. TELEVISION INSPECTION : The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps . In no case will the television camera be pulled at a speed greater than 30 feet per minute . Manual winches , power winches, TV cable, and powered rewinds or other devices 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 telev ision camera through the line , telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized . All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device . Marking on the cable, or the like , which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape , or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television came ra, under all circumstances , when it becomes lodged du ring inspection , shall be incidental to Television inspection . Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following 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 location in relation to an adjacent manhole of each sewer service tap observed during inspection . All television logs shall be referenced to stationing as shown on the 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 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 . 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. 0 2/1 410 7 SC-28 - PART D -SPECIAL CONDITIONS If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections. the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City . If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made . Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS : The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe installed . All costs associated with this work shall be included in the appropriate bid item -Post-Construction Television Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents . All bypass pumping shall be incidental to the project. D-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. 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. 02114/07 SC-29 PART D -SPECIAL CONDITIONS 0-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION: This item shall cons ist 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 condit ions 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 drains and use of temporary mulches, mats , seeding , or other control devices or methods directed by the Engineer as necessary to control soil eros ion . Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features , but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way , clearing and grubbing , excavation and borrow to be proportional to the CONTRACTOR 'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule . Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 2 . Waste or d isposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams . 3 . Frequent fordings of live streams will not be permitted ; therefore , temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary . Unless otherwise approved in writing by the Engineer, mechanized equipment shall 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 shall be taken during the construction and removal of such barriers to minimize the muddying of a stream . 5. All waterways shall be cleared as soon as practicable of false work , piling, debris or other obstructions placed during construction operations that are not a part of the finished work . 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 with movement of migratory fish. 0211 4/07 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 . D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night , on weekends , and during holidays . The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction . Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D-42 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors ' operations including lawns , yards , shrubs, trees, etc., shall be preserved or restored after completion of the work , to a condition equal to or better than existed prior to start of work . Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense . Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners ' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing . By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming , removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys . This permit can be obtained by calling the Forestry Office at 871-5738 . All tree work shall be in compliance with prun ing standards for Class II Pruning as described by the National Arborist Association . A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the C ity . To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment 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. D-43 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0 .1) of a foot. D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List , for the bid to be considered responsive . Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements . 02114/07 SC-31 PART D -SPECIAL CONDITIONS D-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. T O PSOIL 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. CONSTRUCTION METHODS : Topsoil will be secured from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs 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 minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted . Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn . 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 requirements hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass . 02114/07 SC-32 PART D -SPECIAL CONDITIONS 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 opin ion 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 plant ing 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 prev ious 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. 0 211 4/07 The specified seed shall equal or exceed the following percentages of Purity and germination: SC-33 PART D -SPECIAL CONDITIONS Common Name Common Bermuda Grass Annual Rye Grass Tall Fescue Western Wheatgrass Buffalo Grass Varieties Top Gun Cody Purity 95% 95% 95% 95% 95% 95% Table 120.2.(2)a. Germination 90% 95% 90% 90% 90% 90% 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 (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total : 100 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 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 plant ing 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 D-45 , Construction Methods, is not applicable since no seed bed preparation is required . DISCED SEEDING : Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then 02114107 SC-34 PART D -SPECIAL CONDITIONS be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods . The seed , or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mec hanical 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 th e seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. Th e area shall then be finished to line and grade as specified under "Finishing" in Section D- 45, Construction Methods . Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened . After the watering , when the ground has become sufficiently dry to be loose and pliable, the se ed, 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: 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 . 02114/07 SC-35 PART D -SPECIAL CONDITIONS 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 fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis . The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings . The figures in the analysis represent the percent of nitrogen, phosphoric acid , and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists . In the event it is necessary to substitute a fertilizer of a different analysis , it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS : When an item for fertilizer is included in the Drawings and proposal , pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and iri 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 "Sodding " bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard , complete in place , as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod ; for all 02114/07 SC-36 PART D -SPECIAL CONDITIONS rolling and tamping; for all watering; for disposal of all surplus materials ; and for all materials, labor, equipment , tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications . The work performed and 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 . D-46 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA 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 . The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 7. Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete . 8. The inspector along with appropriate City staff and the City 's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a 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 . Final inspection shall be in conformance with general condition item "C5-5 .18 Final Inspection" of PART C -GENERAL CONDITIONS . D-48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs , tree trunks, and tree roots at each work site . All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering . 2 . Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area . 02/14107 SC-37 PART D -SPECIAL CONDITIONS 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 after pipe installation shall be pressure grouted. D-49 CONCRETE ENCASEMENT OF SEWER PIPE Conc rete 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 re inforcement of the concrete encasement. D-50 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction , figure in the Drawings in these Specifications, at locations 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 installation . D-51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-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 ex isting 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 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 . 02114/07 SC-38 PART D -SPECIAL CONDITIONS The contractor shall 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 util ities 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 INSTALLATION OF WATER FACILITIES 52.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents. Payment for work such as backfill , bedding , blocking, detectable tapes and all other associated appurtenant required, shall be included in the linear foot price bid of the appropriate BID ITEM(S). 52.2 Blocking . Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in 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. 02114107 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 E 1-15, E 1-5 and E 1-9 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 . 3. PAYMENT: Payment for all materials, labor , equipment , excavation , concrete grout , backfill, and incidental work shall be included in the unit price bid per foot. SC-39 02114/07 PART D -SPECIAL CONDITIONS 52.4 Tie-Ins The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie -ins . And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction . The cost of making tie-ins to existing water or sanitary sewer mains shall be included in the 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 with 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 CS-5.15 INTERRUPTION OF SERVICE , Page CS-5(5), PART C -GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS . The Contractor shall notify the customer both personally and in writing as to the location , time , and schedule of the service interruption . The cost of removing any existing concrete blocking shall be included in the cost of connection. Unless bid separately all cost incurred shall be included in the linear 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 associated appurtenants required , shall be included in the price of the appropriate bid items . 52. 7 Water Services The relocation , replacement , or reconnection of water services will be required as shown on the plans , and/or as described in these Special Contract Documents in add ition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing , curb stops with lock wings , meter boxes , and if required approved manufactured serv ice branches . All materials used shall be as specified in the Material Standards (E1- 17 & E 1-18) contained in the General Contract Documents . SC-40 PART D -SPECIAL CONDITIONS A ll wate r services to be replaced shall be installed at a minimum depth of 36 inches below final gra de. A ll existi ng 3/4-inch water service lines which are to be replaced shall be replaced with 1- in c h T ype K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from th e main line to the meter box. All se rvices 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 E ngineer. A min imum of 24 hours advance notice shall be given when service interruption will be re quired as specified in Section CS-5 .15 INTERRUPTION OF SERVICE. All water service meters shall be removed, tagged , and collected by the contractor for pi ckup 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 flu sh with existing ground or as otherwise directed by the Engineer. All such work on the out let side of the service 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 existing service line with Type K copper from the main to the meter, curb stop with lock wings, and corporation stop . Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop with lock wings, service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be su bsidiary to the service installation . Payment for all work and materials such as tap saddle (if required}, corporation stops, and fi ttings 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 f ive (5) feet behind the Meter. 2 . WATER SERVICE METER AND METER BOX RELOCATIONS : When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches , as measured from the center line of the existing meter to location to the center line of the proposed meter location , separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line . 02114/07 SC-41 PART D -SPECIAL CONDITIONS When relocation of service meter and meter box is required, payment for all work and m at erials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced . Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will be pa id 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 i nch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E1-18A-Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfill , fittings, type K copper tubing , and c urb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payme·nt 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 c ontractor shall furnish approved factory manufactured branches . P ayment 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 multiple 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. 02114/07 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" SC-42 PART D -SPECIAL CONDITIONS temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation . The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re-install the meters at the correct location . The meter box shall be reset as necessary to be flush with the existing ground or as otherwise 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 the length of temporary service allowed, number of service taps and number of feed points . When the temporary service is required for more than one 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, asphalt, barricades, all service connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item . B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible . At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used . The inspector will deliver the hydrant meters to the locations . After installation, the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs . 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. 02114/07 52.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of 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 Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available , chlorinated water shall be "de-chlorinated" prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity . SC-43 02114/07 PART D -SPECIAL CONDITIONS Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe . 52.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or 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 Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of th~ 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops , and fittings shall be included in the price bid for Service Taps to Main . Payment for all work 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 shaU be included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve , and fittings shall be included in the price bid for Service Taps to Main . Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. 52.12 Ductile Iron and Gray Iron Fittings 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 E 1-7 . The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed . All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E 1-13 and Construction SC-44 PART D -SPECIAL CONDITIONS Specification E2-13 . Wrapping shall precede horizontal concrete blocking, vertical tie- down concrete blocking , and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking , and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed. D-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. D-54 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations . The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers . Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price . D-55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction . Contractor shall not leave excavated trench open overnight. Contractor 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 : Nat ional 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 3 . Steel 'T' = Bar stakes , 6 feet long . 4 . Smooth Horse-Wire : 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red color. 6 . Combination Fence : Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING 02114107 SC-45 PART D -SPECIAL CONDITIONS 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 co·ntract 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 includ ing, 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. D-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 site . The cost of all rock removal and other associated appurtenances , if required, shall be included in the linear foot bid price of the pipe . 02114/07 SC-46 PART D -SPECIAL CONDITIONS 0-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor 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 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 . In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected 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 . 0-60 TRAFFIC BUTIONS 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 incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. 02114/07 SC-47 PART D -SPECIAL CONDITIONS D-61 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary 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 . D-62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item . The contractor shall be responsible for maintaining 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. D-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 avo id delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve , maintain , 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 claims for delay due to lack of replacement of construction stakes will be accepted , and time will continue to be charged in accordance with the Contract Documents. D-64 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction, right-of-entry agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or 02114/07 SC-48 PART D -SPECIAL CONDITIONS ma nhol es . For locations where the City was unable to obtain the easement or right-of-entry, it s h all be th e Contractor's responsibility to obtain the agreement prior to beginning work on subject pr operty. This shall be subsidiary to the contract. The agreements, which the City has obtained, are av ail able to the Contractor for review by contacting the plans desk at the Department of En g ineering , City of Fort Worth. Also, it shall be the responsibility of the Contractor to obtain w ritten permission from property owners to perform such work as cleanout repair and sewer serv ice replacement on private property . Contractor shall adhere to all requirements of Paragraph C6-6.1 O 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 and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. 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 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 02/14107 SC-49 PART D -SPECIAL CONDITIONS documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. Complaints of Violations and City Determination of Good Cause . On receipt of information , including a complaint by a worker, concerning an alleged violation of 2258 .023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination . Upon the City 's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates , such amounts being subtracted from successive progress payments pending a final determination of the violation . Arbitration Required if Violation Not Resolved . An issue relating to an alleged violation of Section 2258.023 , Texas Government Code , including a penalty owed to the City or an 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 befo re the 11th day after the date that arbitration is required , a district court shall appoint an arbitrator on the petition of any of the persons . The City is not a party in the arbitration . The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction . Records to be Maintained . The contractor and each subcontractor shall , for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City . The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates. With each partial payment estimate or payroll period, whichever is less , the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above . (Wage rates are attached at the end of this section .) (Attached) 02114/07 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. 8 . 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 requirements of 40 CFR 61 .150. A NESHAP notification must be filed with the Texas Department of Health . The notification must be filed at least ten days prior to removal of the material. If it remains in its non -friable state , as defined by the NESHAP, it can be disposed as a conventional construction waste. The Environmental 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 d isposal 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 Commission on Environmental Qual ity (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 Act ivity). 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 02114/07 SC-51 PART D -SPECIAL CONDITIONS be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized , can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site . The NOi shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee . The NOi shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P .O. Box 13087 Austin , TX 78711-3087 A copy of the NOi shall be sent to : City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NO TICE 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 t he engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team ; MC-228 P.O . Box 13087 Austin , TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction s ite . Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering . The selected Contractor shall be provided with three copies of the SWPPP after award of contract , along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality . LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES : A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents . The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan 02114/07 SC-52 PART D -SPECIAL CONDITIONS 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 . SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required . However, a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above . A SWPPP, prepared as described above , shall be implemented at least 48 hours before the commencement of construction activities . The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, 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 po llution control. The controls may include, but not be limited to, silt fences, straw bale dikes, ro ck 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 . D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water 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 be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. D-70 ADDITIONAL SUBMITTALS 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 successfully complete projects for the amount bid within the stipulated time frame. Based upon 02114107 SC-53 PART D -SPECIAL CONDITIONS the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the C ity Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 0-71 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule , the following process shall be applicable : The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of 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 contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time . 2. The Project Manager and the Directors of the Department of Engineering, Water Department , and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City 's sole discretion , be required to be provided to interested individuals will distributed by the Engineering Department's Public Information Officer. 4 . Upon receipt of the contractor's response , the appropriate City departments and directors will be notified . The Engineering Department's Public 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 . 0-72 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area , runs from May 1, through OCTOBER 31, with 6 :00 a.m . -10:00 a.m . being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION .. 0211 4107 SC-54 PART D -SPECIAL CONDITIONS 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), 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 for is incomplete. Payment is due prior to the City performing re-inspection . Payment by the contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made . 02/14/07 SC-55 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 --------- BETWEEN THE HOURS OF AND ------------- IF YOU HA VE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT __________ _ (CONTRACTORS S_UPERINTENDENT) (TELEPHONE NUMBER) OR MR AT -----------------------------(CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, --------------------------------' CONTRACTOR f 0 r ff i (!' 0 u S . a l'I I y 0 T PART D -SPECIAL CONDITIONS TEXAS DEPARTMENT OF HEALTH N.OTE; CIRCLE ITEMS THAT ARE AMENDED m DEMOLITION J RENOVATION NOTIFICATION FORM T D H NOTIFICATION# 1) Abat ement Contrector: _______ ~ _________ TDH L-1-cen-~-N-um-,-ber.-. ----- Adcren : City: State: . Zip: Olfieo Phone Number: Job $ite Phone Number: ---· ----Site SupeM$0r: ____________ TD.H Lk:en5'e Number: ____________ _ Sile Supervisor: TOH License Num!>er:: Trained On-Site NESHAP ·tn<!Mdual ; ____________ .:_-=c.-e..,,rti~fic;1--:-:ti-on"""'o=-a-el~-.:::::::::::::::• Demotiticm Contractor: ____________ Officc Phone Numt:ur Address ;, _____________ .....;Cily:. ________ :_~Sf...,. -sl_e_:_-_::~::::z=ip-::::::::. 2) Project Con5ul1arrt or Opera!Qr;, ______________ TOH Lieen.sa Number:. _____ _ M8i1J19Addr0$S ; _____ ~:------:,,,------,~--:,,.,.--,---,--,-------~----· Clty:. ________ s.ate:. ___ Zip;, ____ Offlce Phone Number: . .____. _____ _ 3) FaciUtyOwner. .... -------------------------------H Attention:.,.,.. ________________________________ . p Marnng Addrns: ______ _,,., ____ _,,,.,------.,,,..--.,,.,,-----,.---,-------- A City: . . . ... . . . State: Zip: Owner Phone Number( } , "•Noto: Tho If\'~ fot tho ooflficatlon feo WIii be unno the owner of 'the bUIJtlll\CJ aM! th¢ bUlln9 ;id"". ~---. -for-tho-invo-· -ice will ftl obt214ed from tho lnl0ttn0Uon t.J'wt Is provided In thl5 SKtlon. 0 N f; s H p 0 T 0 H L V I 0 I a li 0 n ;? 4) Description« Facilll:yName.·.,_ ______ ....,.. _________________ _ Physical Ad<tres$: County: Clty: ______ Z.fp; ____ _. Fedily Phone Numberl.__.)..,.,..-.,,. _______ .Faci!ity Contctct Pfflon:. ____________ _ DcseripfiOn of ArulRoom Number:. _________________________ _ Prior U$G;. _____________ .F.utut o Use:·------------~--- Age of Bt.lilcfingJFacili~.·-____ .SiZ&:. __ ___,Number of Flcor$:._. ----School {K • 12): n YES d N 5} Typri of Work; 0 D•molition :; Renovation {Abatement) l Annual Consolidated Work will bit during: O Oay D Evening a Night ::;, Phased Praj~ Oescrlptlon ofwork.schedulo:'-----------------------------~· 6} IS this a Public Buildln9? Cl YES Cl NO Fed&ral Facility? YES Cl NO tndusltiaJ Site? 0 YES O NO NESHAP·O.nly Facility? 0 \'ES D NO Is BuUding/FOcilily Occupied? ti YES t l NO 7) No1iftcation Type CHECK OHL V ONE /'.J ¢rlglnal(10 Working Daya} :: Canc-ellalion o Amendment o Eme,gcncy/Orde:rcd If 1his is tll'l amMdrrumt, vmlch amendment number 13 this?_ (Enclose copy of orlt,ln-al ondlor last amendment) If an emetgency, ~.ho dlo you talk with at TDH'? Emergency#: i-. Date antHiou t ~ l:metQ«!ty (HH/MMfDD/VY):,_ _____ _ Desc1iplien of the sud.den, unexpected event and explanation 01· how the (!VOOt caused unsafe conditions or Wou ld ca ~e equ ipment damage (oompute1s. machmery, etc'----------------------- B) Desetip1ion of pronedures to be foflowed ill lhe event tl"lat unciq,cctod asbestos is f ound or p1ev.ous)y non-,frieble Y asl).est1>$ matefial treccmcs ctumb:led. :11u~1erlted. er reduced to powder:--------------. E s 9) Was ,an Ast>Qt05 $UIVeY pelforme<S? YES !1 NO oate: I J iDH ln~ctQr Lioense No; ____ _ G AtialylieaJ Mefhcd; a PLM D TEM Cl ASsumcd TOH uiboratory li~ No: ..,...,.-. --,.---,. N (For TAMPA {put)llc buitding) prcjeds: an as$UITIS)tion must be made by a TOH Liccmsod lnspeclor) 10) Description of p!Moed cem otilion or renovation work, fype of meterim, end method(s) t() be used,_· ------ 11} Dascrip1ion of work praet ices anti engl neeri'og corrtr-0ts to be used to prevent cmissiOlls of asbestos at the dGl'TIOlitlonlren<,YY81iQn ; __________________________ .....,.._ 02114/07 SC-58 PART D -SPECIAL CONDITIONS 12) ALL opplicabfc items it\ 1ho following table must be completed: IF NO ASB!STOS PReSENT CHICK tiERS O Appro,cirQta amount of Cheek unit of moasuroment Asbestos-Containing Building M,t..-t•• :1----.... As_bes;;;:=to .... .s.._.. _ _., __________ --1 Type Pipn Surface Area RACM to be removed RACM NOT remwed I non .. friabla removed ateriotCa · · NOT removed Interior Cat II non-.friable removed Extenor cat RAC~..! otf,Fadl Compomtnt 13) Waste Transporter Name: _. ______________ lDH lioense ~-------~css: __________ ctty: ________ State: _Zip:. ___ _ Ccnlacl Pel'$on; Phone Number: .__....__ ______ _ 14) Wnte DispoulSile Name:'----------,,--------------------Addcess._· --,-----,,------~....,.,.----,,..Cily: ________ Slate: ___ Zip: __ _ T~ephone: { ) TNRCC Permit Num~------- 1$) For structurally unsound fee~. otl.)Ch a copy of d..-nolitian order and identify Govemme11tal Official beJolv. Namo: Registratlon No: ___________ _ Title: . ...,.. ____ -______ _ Date of order (MMI001YY) . I I Data order to begin {MWDOJYY) I I 16) Sched\lled 0$le$ of A$bestos Abatement (MMIDDIYY} Start:--~'--'~--Ccmplela: -~'--' 17) Schetfuled Datu Demoition/Renovetion (MMIDD/YV) Start: I I Cotnpleta:_..._1 ___ 1 __ _ ~ Note: If the swt date oo tbls .notlf\cation can nol " mel, the TDH R9gional or 1.ocal Program office Must be contacted by phone prior to th• st.an date. Fallunt to do so la aYlot.otlon 11'1 ~ccottbl\CO to TAMPA. Soctlon 2&,.e1. J hereby Qeriify thet el informetlon I have provided ls correct. complete, and 1rue to 1he best of my knowledge. I a(:knQ'.'ledge that I am re.$pons!ble for au ospecls of the notllicafion ronn, including. bUt not limiting . content Md submission da1es. Tho maximum penaly i$ $10.000 per day per violation. 02/14107 (Slgnawre of Building ONner.l Operator or Delegated ConsuJlanL'C01'11ractor) MAIL TO: (Date) ASBESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROi. OMSJON TEXAS DEPARTMENT OP HEAL TH PO BOX 143638 AUSTIN, TX 7871+3538 PH: 512-:834-8600, 1..:S00-572-5548 (Telephone) (Fax Number) Form APBli5, dated 07/29/02. Replaces TOH form ®tea 07113/01. For auiwmc. in compt,,ting form, cllll 1-800-672-654fJ SC-59 GREEN CEMENT POLICY COMPLIANCE STATEMENT (To be furnished by the Contractor to the City at the time of bid opening) (Submit separate forms for each supplier I retailer) This goes to certify that the cement used for this project meets the following criteria: D The cement was manufactured in a kiln utilizing the dry process (list source below) that met the emission standard of 1.71b or less of NOx / ton of clinker released into the atmosphere. D The cement meets ASTM C-150 requirements Source of Cement: Name of Concrete Supplier Name of Plant (Kiln) & Address---------------- Name of Manufacturer CONTRACTOR SUPPLIER Name Name Title Title Company Company Phone Number Phone Number 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 bA~2 DA-43 DA-44 DA-45 DA-46 DA-47 DA-48 11102/04 PART DA -ADDITIONAL SPECIAL CONDITIONS AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ................... OMIT PIPELINE REHABILITATION CURED-IN-PLACE PIPE .......................................... OMIT PIPE ENLARGEMENT SYSTEM ............................................................................ OMIT FOLD AND FORM PIPE ........................................................................................ -. ......... OMIT SLIPLINING ............................................................................................................ OMIT PIPE INSTALLED BY OTHER THAN OPEN CUT .................................................. OMIT TYPE OF CASING PIPE ......................................................................................... OMIT SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR. ......................................... OMIT PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION .................... .4 MANHOLE REHABILITATION .......................................................................................... 6 SURFACE PREPARATION FOR MANHOLE REHABILITATION ................................ 16 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM ................. 18 INTERIOR MANHOLE COATING -QUADEX SYSTEM .............................................. 20 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM ._ .............. ._ .................... 22 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM .................................... 25 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER .... 28 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM ..................................... 30 RIGID FIBERGLASS MANHOLE LINERS .............................................................. OMIT PVC LINED CONCRETE WALL RECONSTRUCTION ........................................... OMIT PRESSURE GROUTING ................................................................................................ OMIT VACUUM TESTING OF REHABILITATED MANHOLES ............................................. 33 FIBERGLASS MANHOLES ...................................................................................... OMIT LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ..................... 36 REPLACEMENT OF CONCRETE CURB AND GUTIER ............................................. 37 REPLACEMENT OF 6" CONCRETE DRIVEWAYS .................................................... 37 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ............................................... 37 GRADED CRUSHED STONES .................................................................................... 38 WEDGE MILLING 2'" TO O" DEPTH 5.0' WIDE ........................................................ OMIT BUTI JOINTS -MILLED ............................................................................................. 38 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) ...................................................... 39 REPLACEMENT OF 7 11 CONCRETE VALLEY GUTIER ........................................... .40 NEW 7" CONCRETE VALLEY GUTIER .................................................................... .40 NEW 4" STANDARD WHEELCHAIR RAMP ............................................................... 41 8" PAVEMENT PULVERIZATI.ON ...................................................................................... 42 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT} ..................... OMIT RAISED PAVEMENT MARKERS ........................................................................................ 42 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ................ .42 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL. ........ 46 ROCK RIPRAP -GROUT -FILTER FABRIC ......................................................... OMIT CONCRETE RIPRAP .................................................................................................... OMI.T CONCRETE CYLINDER PIPE AND FITTINGS ...................................................... OMIT CONCRETE PIPE F.ITTINGS-,AND SPECIALS ....................................................... OMIT UNCLASSIFIED STREET EXCAVATION .................................................................... 47 6" PERFORATED PIPE SUBDRAIN ...................................................................... OMIT REPLACEMENT OF 4" CONCRETE SIDEWALKS .................................................... .48 RECOMMENDED SEQUENCE OF CONSTRUCTION ................................................. .48 PAVEMENT REPAIR IN PARKING AREA .............................................................. OMIT EASEMENTS AND PERMITS., ............................................................................................ 48 ASC-1 DA-49 DA-50 DA-51 DA-52 DA-53 DJf-54 DA-55 'o~56 DA-57 DA-58 DA-59 DA-60 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 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS HIGHWAY REQUIREMENTS ························:························································OMIT CONCRETE ENCASEMENT .............................................................................................. 49 CONNECTION TO EXISTING STRUCTURES ............................................................. 49 TURBO METER WITH VAULT AND BYPASS INSTALLATION ............................... OMIT OPEN FIRE LINE INSTALLATIONS ........................................................................... .49 WATERlS'AMB!ESTATION ........................................................................................ 49 CURB ON CONCRETE PAVEMENT ........................................................................... 50 1SHOB DRAWIAGS ........................................... ~ ........................................................... 50 COST BREAKDOWN .................................................................................................. 51 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ............................. OMIT H.M.A.C. MORE THAN 9 INCHES DEEP ............................................................... OMIT ASPHALT DRIVEWAY REPAIR .................................................................................. 51 TOP SOIL .................................................................................................................... 51 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT .................... 51 BID QUANTITIES ........................................................................................................ 52 WORK IN HIGHWAY RIGHT OF WAY ......................................................................... 52 CRUSHED LIMESTONE {FLEX-BASE) ...................................................................... 52 OPTION TO RENEW ........................................................................................................ 52 NON-EXCLUSIVE CONTRACT ................................................................................... 53 CONCRETE VALLEY GUTIER ................................................................................... 53 TRAFFIC BUTIONS ............................................................................................... OMIT PAVEMENT STRIPING ....................................................................... : ............................ 53 H.M.A.C. TESTING PROCEDURES ............................................................................ 53 SPECIFI.CATION REFERENCES ................................................................................ 54 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX .................................................................................................. : ............ 54 RESILIENT-SEATED GATE VALVES ......................................................................... 54 EMERGENCY SITUATION, JOB MOVE-IN ................................................................. 54 1 Ya" & 2" COPPER SERVICES .................................................................................. 54 SCOPE OF WORK (UTIL. CUT} ......................................................................................... 55 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) ....................................................... 56 CONTRACT TIME (UTIL. CUT) ............................................................................................ 56 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) ................................. 56 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) ........................................... __ ....... 56 LIQUIDATED DAMAGES (UTIL. CUT) ........................................................................ 56 PAVING REPAIR EDGES (UTIL. CUT) ......................................................................... 57 TRENCH BACKFILL (UTIL. CUT} ............................................................................... 57 CLEAN-UP (UTIL. CUT) .................................................................................................. 57 PROPERTY ACCESS (UTIL. CUT) ............................................................................. 57 SUBMISSION OF BIDS {UTIL. CUT) .......................................................................... 57 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) ................................................ 58 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) .............................. 58 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) ....................................................... ~ ...... 58 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) ............. 59 MAINTENANCE BOND (UTIL. CUT) ........................................................................... 59 BRICK PAVEMENT (UTIL. CUTL .......................................................................... OMIT LIME STABILIZED SUBGRADE (UTIL. CUT} ............................................................. 59 CEMENT STABILIZED SUBGRADE (UTIL. CUT) .................................................. OMIT ASC-2 DA-96 DA-97 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-11.5 DA-116 DA-117 DA-118 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) ......................................... 59 "QUICK-SEr' CONCRETE (UTIL. CUT) ..................................................................... 60 UTILITY ADJUSTMENT (UTIL. CUT) ··························--··············································60 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) ..... 61 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) .................................... 61 CONCRETE CURB AND GUTIER (UTIL. CUT) ...................................................... 61 PAYMENT (UTIL. CUT) ........................................................................................... 62 DE.HOLES (Ml.SC. EXT.) .................................................................................................. 62 CONSTRUCTION LIMITATIONS (MISC . EXT.') ....................................................... 63 PRESSURE CL.EANING AND TESTING (MISC. EXT.) ............................................ 63 BID QUANTITIES (MISC. EXT.) .............................................................................. 63 LIFE OF CONTRACT (MISC. EXT.) .......................................................................... 63 FLOWABLE FILL (MISC. EXT.) .............................................................................. 63 BRI.CK PAVEMENT REPAIR (MISC. REPL.) ........................................................ OMIT DETERMINATION AND INITIATION OF WORK (MISC. REPL.) ............................. 64 WORK ORDER COMPLETION TIME (MISC. REPL.) .............................................. 65 MOVE IN CHARGES (MISC. REPL.) ....................................................................... 65 PROJECT SIGNS (MISC. REPL.) .............................................................................. 65 LIQUIDATED DAMAGES (MISC. REPL.) ................................................................ 65 TRENCH SAFE.TY SYSTEM DESIGN (MISC. REPL.) ............................................. 66 FIELD OFFICE ......................................................................................................... 66 TRAFFIC CONTROL PLAN ............................................................................................ 66 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS .............. 67 ASC-3 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 OMIT DA-2 OMIT DA-3 OMIT DA-4 OMIT DA-5 OMIT DA-6 OMIT DA-7 OMIT DA-8 OMIT DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION A. GENERAL: 1. Scope: This section governs all work, materials and testing required for the application of interior protective coating . Structures designated to received interior coating are listed on the construction drawings. The structures are to be coated, inc.luding interior wall, top and bench surfaces . Protective coating for corrosion protection shall meet the requirements of this Specification (and items DA-14 and DA-15) and the Manufacturers recommendations and specifications. 2 . Description: The Contractor shall be responsible for the furnishing of all labor, supervision , materials, equipment, and testing required for the completion of protective coating of structures in accordance with manufacturer's recommendations. 3 . Manufacturer's Recommendations: Materials and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations . 4. Corrosi.on Protection: Corrosion protection may be required on all structures where high turbulence or high H2S content is expected. B . MATERIALS: 1. 2 . 3. 4 . 11/02104 Scope: This section governs the materials required for completion of protective coating of designated structures . Protective Coating: The protective coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. or a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. Specialty Cement (If required for leveling or filling): The specialty cement-based coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. Material Identification: The protective coating material sprayed onto the surface of the structure s.hall be a urethane or epoxy resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the minimum physical properties as follows: ASC-4 PART DA -ADDITIONAL SPECIAL CONDITIONS Property Tensile Strength Flexural Stress Flexural Modulus Standard ASTM D-638 ASTM D-790 ASTM D-790 Long Term Value 5,000 psi 10,000 psi 550,000 psi 5 . Mixing and Handling: Mixing and Handling of specialty cement material and protective coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel . It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals , All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. C . EXECUTION : 11/02104 1. General: Protective coating shall not be installed until the structure is complete and in place. 2. Preliminary Repairs: a. All foreign materials shall be removed from the interior of the structure using high pressure water spray (3500 psi to 4000 psi at spray tip). b. All unsealed lifting holes, unsealed step holes, and voids larger than approximately one-half (112) inch in thickness shall be filled with patching compound as recommended by the material supplier for this application . C. After all repairs have been completed, remove all loose material. 3. Protective Coating: a. The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough . The top of the structure shall also be coated. b. The protective coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) 2) 3) The surface shall be thoroughly cleaned of all foreign material.s and matter. Place covers over the invert to prevent extraneous material from entering the sewers . If required for filling or leveling, apply specialty cement product to provide a smooth surface for the coasting material. ASC-5 PART DA -ADDITIONAL SPECIAL CONDITIONS 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0 .125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. After the walls are coated , the wooden bench covers shall be removed. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow . 6) No applications shall be made to frozen surfaces or if freezing is expected to occur inside the structure within 24 hours after application . 4. Testing of Rehabilitated Manholes: Testing of rehabilitated manholes far watertightness shall be performed by the Contractor after operations are complete in accordance with the Section D-36 -VACUUM TESTING OF SANITARY SEWER MANHOLES . D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price Bid per vertical foot, measured from the bottom of the frame to the top of the bench . The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Press.ure grouting, if necessary to stop active infiltration prior to application of the protective coating, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular structure, if required by the Engineer, shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATION. DA-10 MANHOLE REHABILITATION A. GENERAL 1. Scope . This section covers the rehabilitation of sanitary sewer manholes and other appurtenances in accordance with the Manhole Rehabilitation Details in the specifications. The rehabilitation requirements for each manhole are listed in the Manhole Rehabilitation Schedule in the specifications . Manhole rehabilitation includes repairing, replacing, or restoring manhole frame & cover , frame seal, chimney , corbel, wall, bench, invert and/or pipe seal(s). The Contractor shall furnish all labor, supervision, materials, equipment and testing required to complete the rehabilitation of the manholes listed in these Contract Documents . 2. General:· Contractor is responsible for locating all manholes scheduled for 11/02104 rehabilitation . Contractor shall notify City Engineer if a manhole cannot be located. Contractor shall contact City Engineer to determine if materials removed from rehabilitated manholes will remain the property of the Owner. If so, Contractor shall coordinate when and where to deliver salvaged material to the Fort Worth Water Department. If not, Contractor shall be responsible for disposal of material. Contractor shall provide watchmen, barricades and warning signs to protect his workers, ASC-6 PART DA -ADDITIONAL SPECIAL CONDITIONS inspectors, and the public. Contractor shall, at no additional cost to the Owner, replace any portion of an existing manhole that is damaged during rehabilitation of the manhole. Contractor shall provide necessary means to prevent wastewater flow from contacting material used for rehabilitation prior to fully curing . Loose and broken brick and mortar shall be removed immediately from the manhole to eliminate the possibility of pieces entering the sewer lines . 3. Submittals : a. Product Information . Contractor shall submit manufacturer's information on products proposed to be used that are not specifically named in the Contract Documents. b. Personnel Qualifications . Prior to starting manhole coating, Contractor shall submit qualifications of personnel that will be performing wall repairs and coating procedures . Proposed personnel shall verify certification within the last two years by the coating manufacturer and verify working on at least three projects with similar coating within the previous 12 months. c . Work Schedule. Prior to beginning work on bench and invert replacements, complete manhole replacements, or construction of new maintenance manholes, Contractor shall submit for review by Owner's Representative a plan for maintaining wastewater flow without any interruptions. Contractor shall maintain wastewater flow at all times. 4 . Quality Assurance . Contractor will be responsible for all testing laboratory services in connection with data required for review of materials proposed to be used in the Work. Contractor shall obtain Engineer's acceptance of the testing laboratory before having services performed and shall pay for all costs for testing. Owner may, at his discretion, perform quality control tests on materials during and after their incorporation in the Work. If any of these tests fail, Contractor will be responsible for correcting situation and shall pay for any retest. All costs for quality assurance testing will be subsidiary to the Work. 5 . Delivery, Storage, and Handling . Upon delivery, all material shall immediately be stored and protected until installed in the Work. All material shall be labeled and stored in accordance to the manufacturer's recommendations and all local, state, and federal regulations. 6 . Testing. All rehabilitated manholes shall be tested in accordance with Section D-63 . B. MATERIALS 11/02104 1. Cleaners : 2 . Water Cleaners Clean and free from deleterious substances. Detergent, muriatic acid or approved equal. Wall, Bench, Trough, Grouting, • and Pipe Seal Repair ASC-7 11/02104 3 . 4. PART DA -ADDITIONAL SPECIAL CONDITIONS Hydraulic Cement Quick-setting Mortar Urethane Gel Grout Cementitious Grout Material Activated Oakum Strong-Seal Plug, Penny Grout, IPA "Octocrete", or approved equal. Strong-Seal QSR, Rapid Set, or approved equal. Scotch-Seal "5610 and 5612" or approved equal. Sauereisen Cements "F-100 Grout" or approved equal. 3M Scotch Seal "5600" or approved equal. Two-Part Epoxy Adhesive Coating American Chemical Corp . "Aquatapoxy" or approved equal. Concrete Bonding Agent ThoroSeal "Acryl 60" or approved equal. Concrete External Manhole Coating Coal Tar Internal Manhole Coatings Non-cementitious Cementitious Material in accordance with City of Fort Wqrth Water Department General Contract Documents. Tnemec "46-450 Heavy Tnemecol", Kop Coat "Bitumastic Black Solution", or approved equal. Sprayroq "Spray Wall" or Raven 405 . Standard Cement Materials "Reliner MSP" or Quadex "QM-1s". 5 . Frames, Covers, and Inserts Manhole Frames and Covers McKinley "Type N with indented top", Neenah "R1726A", or approved equal. Neenah "R1915-E , Type L" or approved equal. 6 . 7 . 8 . 9 . Watertight Manhole Frames and Covers Manhole Insert -Polyethylene Manhole Insert -Stainless Steel Fiberglass Manhole Liner PVC Lined Concrete Wall Reconstruction Joint Material Adjustment Rings Bitumastic Gasket Material Bitumastic Trowelable Material Miscellaneous ASC-8 Corros ion-proof high density polyethylene, 1/8" thick in accordance with Fort Worth Water Department General Standards E100- 4 . Southwestern Packing & Seals , Inc., "T etherlok". Material in accordance with Section DA-15 of these specifications. Material in accordance with Section DA-16 of these specifications. Single-piece , precast concrete , ASTM C478 , 2" min . thickness . RAM-NEK , EZ-STIK or approved equal. GS-702 compound or approved equal. PART DA -ADDITIONAL SPECIAL CONDITIONS Root inhibitor Dichloben il 2 ,6 -dichlorobensonitrile , or approved equal. C. EXECUTION 1. Inspection. Prior to beginning the Work on a manhole , the Contractor shall inspect the manhole and notify C ity Engineer if actual conditions are in conflict with Manhole Rehabilitation Schedule. After City Engineer revises schedule , Co ntractor shall commence with Work . 2 . Manhole Rehabilitation Repairs. Each manhole listed in the Manhole Rehabilitation Schedule will be repaired with at least one of the following repair methods . The requirements for each repair shall be completed as described in this section and as indicated on the Manhole Rehabilitation Details in the specifications . 11 /02104 a. Cover/Frame/Frame Seal Replacement. 1) Paved Areas: Make square full depth saw cut and remove the pavement to expose the entire manhole frame and exterior of manhole a minimum of 6 inches below the top of the structurally sound structure , keeping trench sides as vertical as possible . Remove the pavement by breaking out from saw cut toward the manhole to avoid breaking the frame . 2) 3) 4) Non-paved Areas: Excavate adjacent to the manhole to expose the entire frame to a minimum depth of 6 inches below the top of the structurally sound structure, keeping trench sides as vertical as possible . Limit excavation to a 6-foot by 6-foot working area . Remove and replace the existing frame, cover, and sealing material. Furnish bolt down frame and cover, if required by Manhole Rehabilitation Schedule in the Specifications . If grade rings are broken , deteriorated , or loose , Contractor · shall notify Engineer prior to placing manhole frame . Also, if manhole contains brick grade adjustments on top of concrete corbel or chimney, Contractor shall replace the brick grade adjustments with precast concrete rings in accordance with manhole grade ring replacements . Clean exposed interior and exterior surfaces of the existing chimney and inspect for reuse . Wire brush and apply a concrete bonding agent and quick setting hydraulic cement to the top surface of the manhole to provide a smooth surface prior to installing new grade rings and bitumastic material. Surfaces between the frame, adjustments , and corbel sections shall be free of dirt and debris . Bitumastic gasket material (minimum % inch thick) shall be placed in two concentric rings along the inside and outside edge of each joint or use bitumastic trowelable material. Butt joints of the two rows of bitumastic material shall be positioned opposite of each other. No steel shims, wood, stones , or any material not specifically accepted by the ASC-9 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS Engineer may be used to obtain final surface elevation of the manhole frame. 5) In paved areas , frames shall be installed so the top of the casting will conform to the slope and finish elevation of the paved surface . Allowances for the compression of the bitumastic material shall be made to assure a proper final grade elevation. Manhole rims in parkways , lawns, or other improved lands shall be at an elevation not more than one (1) inch nor less than one-half (1/2) inch above the surrounding ground . Backfill shall provide a uniform slope from the manhole frame for not less than three (3) feet each direction to existing ground elevations. 6) In drainage areas, frames shall be installed so the top of the casting will be at the same elevation that existed prior to rehabilitating the manhole. 7) If the inside diameter of the manhole is too large to safely support new grade adjustments or frame, the corbel shall be replaced or a flattop installed prior to placing frame . 8) The exposed, exterior surfaces of manhole corbel, chimney, and frame shall be wire brushed and coated with two coats of coal tar, 14 mils DFT. The grade adjustments shall be wrapped with a 6 mil polyethylene sheet. 9) In unpaved areas, backfill with excavated material and compact with mechanical equipment. In paved areas, backfill with granular material meeting requirements of Item 402 and Section E 1-2 to the limits shown on · figures in Section H. 10) A concrete collar shall be constructed in accordance with Figure 121. Concrete collars will be required on rehabilitated manholes and new replacement manholes as listed in the manhole rehabilitation schedule . Construction of concrete collar will be paid for separately for each manhole and shall include surface restoration (including seeding/sodding) and permanent pavement repair. Repair of pavement outside of 4 foot by 4 foot concrete collar shall be equal to or superior in composition, thickness, etc., to existing pavement and/or as detailed in the Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 1 through 5. Non-standard concrete collars shall be constructed at locations authorized by the Engineer. b. Reseating/Sealing of Existing Frame -Work shall be done in accordance with Section D-27, with the exception that the existing frame shall be reused . The frame and cover shall be inspected for any defects and notify the Owner's representative if it is damaged or deteriorated. All scale, dirt, and debris shall be removed from the existing casting with a wire brush. a. Grade Adjustment -All Work shall be done in accordance with Section D-27, with the exception that the existing frame shall be raised or lowered to surrounding surface elevations in accordance with the Grade Adjustment Detail. ASC-10 PART DA -ADDITIONAL SPECIAL CONDITIONS 1) In brick manholes, remove and replace the defective chimney up to a maximum of 24 inches below the frame. If chimney is defective below 24 inches, Contractor shall notify Engineer prior to completing manhole rehabilitation. 2) Existing defective concrete grade ring adjustments and all brick or block adjustments shall be replaced with precast concrete adjustment rings . 3) Where partial manhole replacement is required on the Manhole Rehabilitation Schedule, the following shall apply : a) The extent of partial manhole replacement shall be based on the depth of deterioration as determined by the Owner's Representative. The remaining structure shall be capable of supporting the newly constructed portions of the manhole . b) Excavate the work area to expose the entire depth of deterioration in the existing manhole to a minimum depth of 6 inches below the top of structurally-sound structure . c) Perform reconstruction to allow easy access into the manhole. No more than 12 inches of depth of precast concrete grade adjustment rings shall be allowed to obtain proper grade. Perform reconstruction in accordance with the Partial Manhole Replacement Detail. d) Seal manhole joints in accordance with Section D-27. e) Precast corbel, or barrel sections may be used as necessary. The diameter of the precast sections shall be consistent with the existing remaining structure . Place a flattop section on existing manhole structure prior to setting precast sections. Flattop sections shall not overhang existing manhole structures by more than 6 inches . If the clearance from the underside of the proposed flattop to the manhole invert is less than 4 Yz feet, the manhole shall be completely replaced . f) Partial Manhole Replacement shall also include replacement of frame, cover, and sealing of frame and grade adjustments. g) Remove all debris from reconstruction from the manhole and dispose of properly. d. Interior Manhole Coating -Interior manhole coating shall meet the requirements of Section DA-12, DA-13, DA-14, DA-15, DA-16 and DA-17. e . Bench and Invert Rehabilitation 11102104 ASC-11 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS 1 ) Remove existing deteriorated bench and invert material to solid material. Care shall be taken to avoid allowing broken pieces of brick and mortar to enter the sewer lines. 2) Apply concrete bonding agent and quick setting concrete to form a smooth surface and continuous invert with the sewer pipe. New bench and invert shall be formed in accordance with repair Bench and Invert Rehabilitation Detail. f . Bench and Invert Replacement 1) Remove the existing bench and trough completely. If the existing trough is formed of sewer pipe laid continuously through the manhole, ·special care shall be taken to ensure that the pipe seal and the sewer pipe to remain is not damaged. Contractor shall, at no additional cost, replace any portion of the existing manhole or sewer pipe to remain that is damaged during bench and invert replacement. 2) Install new bench and trough with Class A concrete in accordance with repair detail. Surface shall be troweled smooth and the invert of the trough shall form a continuous smooth flow path from pipes entering the manhole to where they exit. The bench and invert shall form a watertight seal with the manhole wall, pipe, and bench/trough area. 3) If the manhole base is deteriorated or nonexistent, the minimum thickness of the bench/trough shall be six inches. g. Removal of Existing Manhole -Work shall be conducted as specified in Section D- 29. h. Construct New Manhole 1) Completely remove the existing manhole structure. 2) Construct new manhole in accordance with Section D-27 of these specifications. Connect to existing sewers using flexible couplings . 3) Contractor shall maintain existing wastewater flows at all times. Contractor shall submit a plan for maintaining wastewater flows to the Engineer prior to beginning work. i. Pressure Grout Pipe Seals, Bench and Trough, and Lower Portion of Manhole 1) All work shall be done in accordance with Section DA-19 of these specifications. 2) Remove all foreign materials from the manhole walls around the pipe seal and within the pipe seal itself, including all loose and protruding brick, mortar and concrete. Stop active leaks using products specifically for that purpose. ASC-12 PART DA -ADDITIONAL SPECIAL CONDITIONS 3) Remove deteriorated area of the pipe seal to sound material. Apply bonding agent to area and place hydraulic cement to fill voids to form a watertight seal around pipe . 4) Drill holes around the pipe seal, bench/trough and lower portion of the manhole and inject urethane gel grout into holes in accordance with repair detail. Activated oakum rope shall be used to fill the injection hole after removal of the grout ing probe . Patch the injection hole with hydraulic cement and apply a water resistant two-part epoxy coating to the patch . Clean all grout from interior of manhole . j . Manhole Step Removal -Remove ex isting manhole steps and fill voids with hydraulic cement in accordance with repair detail. k . Patch Holes -Clean and remove loose debris from holes to be patched. Apply bonding agent to surface of holes and fill voids with hydraulic cement in accordance with repair Patch Holes Detail. I. Watertight Manhole Insert -Install watertight gasketed manhole inserts as specified in Fort Worth Water Department Standard E100-4. m. Grout Flattop to Wall Joint -Injection holes shall be drilled through the manhole at 90 degree angles from each other within 4 inches of the bottom of the flattop . Provide additional holes near observed defects , if necessary. Urethane gel grout shall be injected through the holes under pressure with a probe designed for this purpose. Injection pressure shall not cause damage to the manhole structure or surrounding surface features. Grouting from the ground surface will not be allowed . Grout travel shall be verified by observation of grout at defects or adjacent inject ion holes . Provide additional injection holes, if necessary, to ensure grout travel. Injection holes shall be cleared with a drill and patched with a waterproof quick setting mortar. The flattop to wall joint shall be pressure washed , cleaned , filled with a non-shrink grout, and finished smooth . n. Fiberglass Manhole Insert -Work shall be conducted as specified in Section DA-18 . o. PVC Lined Concrete Wall Reconstruction -Work shall be conducted as specified in Section DA-19. p. Point Repair to Replace Sewer Line , 6"-15" Diameter -This item shall apply at those locations indicated in the Manhole Rehabilitation Schedule and those additional locations authorized by the Engineer. The Contractor shall excavate adjacent to the manhole to uncover the damaged sewer pipe. This pipe shall be carefully removed from the manhole to the fi rst sound joint (maximum of 5 feet) of pipe . This pipe shall be replaced with SDR 35 PVC pipe of the same nominal size . This pipe shall be connected to the existing sewer using flexible connectors approved by the City. The connection of the new pipe to the manhole shall be made using flexible gaskets meeting the requirements of ASTM C-923, grouted into the manhole wall using non-shrink grout. Embedment material shall be installed around the pipe up to the pipe springline . Backfill material conforming to 1 1102104 ASC-13 PART DA -ADDITIONAL SPECIAL CONDITIONS City specifications shall be placed and compacted as required . This item shall include surface restoration and permanent pavement repair . q . Bypass Pumping -The Contractor shall furnish and operate pumping equipment and piping as required for bypass pumping necessary to complete any manhole replacement or rehabilitation work . D. MEASUREMENT AND PAYMENT 1. Frame and Cover Replacement: Payment for installation of new manhole frames and covers shall be based on the Contract unit price and the actual quantity installed. The Contract unit price shall be full payment for the new manhole frame and cover, excavation , installation of the manhole frame and cover, minor grade adjustment, backfill, and demolition and disposal of waste materials . 2. Grade Ring Replacement: Payment for installation of new grade rings shall be based on the Contract unit price and the actual quantity of new grade rings installed. The Contract unit price shall be full payment for the new grade rings. All costs for installing and sealing grade rings shall be included in the applicable Contract unit price for sealing of frame and grade rings . 3. Paved Frame and Grade Adjustment Sealing: Payment for sealing manhole frames and grade adjustment rings in paved areas shall be based on the Contract unit price and the actual number of manholes where sealing of the manhole frame and/or grade adjustments in paved are required. The Contract unit price shall be full payment for excavation, pavement removal , sealing materials, installation of grade rings, sealing , minor grade adjustment , backfill , and demolition and disposal of waste materials . 4 . Non-Paved Frame and Grade Adjustment Sealing : Payment for sealing manhole frames and grade adjustment rings in non-paved areas shall be based on the Contract unit price and the actual number of manholes where sealing of the manhole frame and/or grade adjustments in non-paved are required. The Contract unit price shall be full payment for excavation, sealing materials, installation of grade rings , sealing , minor grade adjustment, backfill , surface restoration , and demolition and disposal of waste materials . 5. Interior Manhole Coating : Payment for interior manhole coating shall be based on the Contract unit price where interior manhole coating is applied. The Contract unit price shall be full payment for surface preparation , interior coating of the corbel, wall and bench, and cleanup . 6. Pressure Grout Pipe Seals, Bench and Trough, and Lower Portion of Manhole: Payment for grouting pipe seals , bench and trough, and lower portion of the manhole shall be based upon the Contract unit price and the actual quantity of manholes where pipe seals , bench and trough and lower portion of the manhole were grouted . The Contract unit price shall be full payment for the preliminary repairs, rehabilitating the pipe seals , grout material , installation of the grout materials and cleanup . 11102104 ASC-14 PART DA -ADDITIONAL SPECIAL CONDITIONS 7 . Bench and Invert Rehabilitation~ Payment for bench and invert rehabilitation shall be based upon the Contract unit price and the actual number of manholes where the bench and invert were rehabilitated . The Contract unit price shall be full payment for materials and bench and invert rehabilitation. 8. Bench and Invert Replacement: Payment for bench and invert replacement shall be based upon the Contract unit price and the actual quantity of manholes where the bench and invert were replaced. The Contract unit price shall be full payment for materials , installation of materials, and demolition and disposal of waste materials. 9 . Patch Holes : Payment for patching holes shall be based upon the Contract unit price and the actual number of manholes that were patched . The Contract unit price shall be full payment for surface preparation , patching of the holes, and cleanup . This item is allowed for payment only when it is included in the Manhole Rehabilitation Schedule. Patching holes prior to interior coating of manholes is not a pay item . 10. Manhole Step Removal : Payment for manhole step removal shall be based upon the Contract unit price per manhole and the actual number of manholes that had steps removed. The Contract unit price shall be full payment for removal and ?isposal of the steps and patching of the voids created by step removal. 11 . Watertight Manhole Insert: Payment for watertight manhole inserts of the respective type shall be based upon the Contract unit price and the actual number of inserts of each type installed. The Contract unit price shall be full payment fo r the watertight manhole insert and installation of the insert in the manhole. 12 . New Sanitary Sewer Manhole : Payment shall be made as indicated in Measurement and Payment, Section D-27 in these specifications . This item shall include up to five (5) linear feet of new PVC pipe at each manhole pipe connection and connecting to the existing sewer. 13 . Concrete Manhole Collars : a. Paved Areas . Payment for manhole collars in paved areas shall be based on the Contract unit price and the actual quantity installed. The Contract unit price shall be full payment for labor, materials, pavement sawing, excavating, disposal of waste materials . Payment shall not include pavement replacement , which if required, shall be paid separately. b. Non-Paved Areas. Pavement for manhole collars in non-paved areas shall be based on the Contract unit price and the actual quantity installed . The Contract unit price shall be full payment for labor, materials , excavation , disposal of waste materials, and surface restoration . 14. Partial Manhole Replacement: Payment for partial manhole replacement shall be based on the Contract unit price per vertical foot measured from the top of the frame to the top of the structurally sound . existing manhole . The Contract unit price shall be full payment for furnishing all labor and materials necessary , 11102104 ASC-15 PART DA -ADDITIONAL SPECIAL CONDITIONS including excavation and removal of the existing structure, replacement of the frame and cover, installation of new adjustment rings , flattop, corbel or wall sections, sealing, backfilling, and unpaved surface restoration . Payment shall not include pavement replacement, which if required, shall be paid separately . 15 . Interior Corrosion Protection: Payment shall be made as indicated in Measurement and Payment, Section DA-9 in these specifications. 16. Grout Flattop to Manhole Wall Joint: Payment for grouting the flattop to manhole wall joint shall be based upon the Contract unit price and the actual number of joints grouted. The Contract unit price shall be full payment for all material, labor and cleanup required to complete each joint grouting. 17. Fiberglass Manhole Insert Payment shall be made as indicated in Measurement and Payment, Section DA-18 in these specifications. 18 . PVC Lined Concrete Wall Reconstruction: Payment shall be made as indicated in Measurement and Payment, Section DA-19 in these specifications. 19. Point Repair to Replace Sewer Line, 6" -15" Diameter: Payment for each point repair shall be based upon the Contract unit price for each manhole connection actually repaired . The Contract unit price shall be full payment for all material, labor, and cleanup required to complete each manhole connection repair. 20. Flattop Replacement: Payment for each flattop replacement shall be based on the Contract unit price for each flattop actually replaced . The Contract unit price shall be payment in full for all labor, material, and cleanup required to complete each flattop replacement. Payment for frame and cover replacement, grade rings, sealing, and concrete manhole collar as required to complete the manhole rehabilitation will be paid for separately at the applicable Contract Unit Prices . 21. Bypass Pumping: All bypass pumping shall be a subsidiary obligation of the Contractor. All costs for bypass pumping shall be included in the Contract unit price for the items requiring bypass pumping. DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION A. GENERAL: This item shall govern the preparation of surfaces for manhole rehabilitation . B. CLEANING: 1. 2. 11/02104 Cavers (screens) shall be placed over the pipe inverts to prevent extraneous material from entering the sewer system. All concrete that is not sound or has been damaged by chemical exposure shall be removed from the manhole. Loose and protruding brick, mortar and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots ASC-16 PART DA -ADDITIONAL SPECIAL CONDITIONS and manhole steps shall be removed by cutting them flush with the wall of the manhole. 3. All contaminates including but not limited to: oils, grease, waxes, form release , curing compounds, efflorescence, sealers , salts , incompatible existing coatings , and all other contaminants shall be removed . 4 .. Surfaces to receive protective coating shall be cleaned and abraded to produce a sound concrete/brick surface with adequate profile and porosity to provide a strong bond between the protective coating and the substrate . All foreign materials shall be removed from the manhole interior using high pressure water spray (3500 psi to 4000 psi). Cleaning equipment shall have a pressure gauge that indicates the water pressure being used. 5 . Detergent water cleaning, muriatic acid, and hot water blasting shall be used, if necessary, to remove dirt, oils, grease, and other matter which may prevent a good bond of seal ing material to the manhole surface. A mild chlorine solution (household bleach) may be used to neutralize the surface to diminish microbiological bacteria growth prior to final rinse and coating . C. PRELIMINARY REPAIRS 1. All unsealed lifting holes, unsealed step holes , voids larger than approximately one- half (1/2) inch in thickness shall be filled with patching compound at least one hour ( 1) prior to appl ication of the first spray coat. 2 . Active leaks shall be stopped using City approved products specifically for that purpose and according to manufacturer's recommendation. Some leaks may require grouting to s.top the inflow. Grouting shall be performed in accordance with City specifications and Section DA-20 -PRESSURE GROUTING . 3. Bench area shall be built up if required to provide a uniform slope from the circumferences to the manhole trough. City approved cementitious patching compounds or epoxy grout as recommended by manufacture shall be used . 4 . After all repairs have been completed, all loose material shall be removed from the manhole. Contractor shall insure no material is allowed to enter the sewer system. 5 . Contractor shall ensure the manhole is clear of all detergents and cleaners and that all active infiltration has been stopped prior to application of protective manhole coatings for rehabilitation . D. INSPECTION Applicator shall carefully inspect all surfaces prior to application of protective coating and shall notify Owner of any noticeable disparity in the surface which may interfere with the proper performance of the repair mortar and protective coating. E. MEASUREMENT AND PAYMENT 11102104 ASC-17 PART DA -ADDITIONAL SPECIAL CONDITIONS Payment for Surface Preparation shall be considered subsidiary to the cost for Interior Manhole Coating or Protective Manhole Coating for Corrosion Protection. DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM A. GENERAL 1. Scape -This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation schedule. Interior manhole coating shall meet the requirements of this section or of Section DA-13, DA-14, DA-15, DA-16 or DA- 17. 2 . Description -The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3 . Manufacturers Recommendations -Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations. 4 . Manholes -Manholes to be coated are of brick, black, or concrete construction . Some manholes may have a cementitious sprayed or trowelled on coating over the original interior surface. B. MATERIALS 1. 2. 3. 4 . 11/02104 Scope -This section governs the materials required for completion of interior coating of manholes. Interior Coating -Reliner MSP proprietary pre-blended mixture of cementitious and pozzolanic materials, silica fume admixture, 100 percent polypropylene fibers and other selected ingredients, as manufactured by Standard Cement Materials. Na material ( other than clean potable water) shall be used with or added to these standard products without prior approval or recommendation of the respective manufacturer. Material Identification -Contractor shall ·completely identify the types of grout. mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application , and expected performance, to the satisfaction of the Engineer. Mixing and Handling -Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling and application of the coating material shall perform the coating operations . ASC-18 PART DA -ADDITIONAL SPECIAL CONDITIONS C . EXECUTION 11/02104 1. General -Manhole coating shall not be performed until replacement of manhole covers, sealing of manhole frame and grade adjustments, partial manhole replacement, or concrete collar construction is complete. 2.. Temperature -Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours . If ambient temperatures are in excess of 90°F , precautions shall be taken to keep mixing water below 85°F, using ice if necessary. 3. Interior Manhole Coating 4 . a. The interior coating shall be applied to the manhole from the top of the corbel or flattop to the bench/trough, including the bench/trough. b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE REHABILITATION . 2) The surface prior to application shall be damp without noticeable free water droplets or running water. Reliner MSP material shall be spray applied (using a manufacturer approved machine) ta a minimum uniform thickness of 1-inch minimum. Troweling shall begin immediately following the spray application . The trawelled surface shall be smooth with no evidence of previous void areas. After the walls are coated , the wooden bench cavers shall be removed and the bench sprayed with Reliner MSP material in such a manner as to produce a bench having a gradual slope from the walls ta the invert with the wall/bench intersection built up and rounded to a uniform radius for the full circumference of the intersection. The thickness of the bench shall be no less than 1-inch at the invert and shall increase in the direction of the wall so as to provide the required slope . 3) The final application shall have a minimum of four (4) hours cure time before being subjected ta active flow. Ambient conditions in the manhole are adequate far curing as long as the manhole is covered. 4) Traffic shall not be allowed over manholes for 24 hours after reconstruction is complete. Testing of Rehabilitated Manholes ASC-19 PART DA -ADDITIONAL SPECIAL CONDITIONS a. Testing of rehabilitated manholes for watertightness shall be performed by the contractor after operations are complete in accordance with Section DA- 21 . b. At least two 3-inch diameter x 6-inch tall cylinders of the coating material shall be taken from each days work with the date, location and job recorded on each. The cylinders shall be sent to a certified testing laboratory for testing. A compression test will be made per ASTM C780 or ASTM C-10, as recommended by the material manufacturer, and the results will be furnished ta the Engineer and Owner on request. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the top of the corbel or flattop to the top of the bench . The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and all material testing necessary to complete the work. Grouting, if necessary, shall be included in the above unit price . Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM A. GENERAL 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed the Manhole Rehabilitation Schedule . Interior manhole coating shall. meet the requirements of this Section or of Section DA-12, DA-14 , DA-15, DA-16 or DA-17 . 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations Materials , mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations. 4. Manholes Manholes ta be coated are of brick, block, or concrete construction. Some manholes may have a cementitious sprayed or trowelled on coating over the original interior surface. B. MATERIALS 11102104 ASC-20 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. Scope This section governs the materials required for completion of interior coating of manholes. 2 . Interior Coating Quad ex QM-1 s and Quadex Excel proprietary pre-blended cement based synthetic granite (Donnafill) enhanced polypropy lene fiber reinforced coatings as manufactured by Quadex , Inc. No material (other than clean potable water) shall be used with or added to Quadex QM-1s or Quadex Excel without prior approval or recommendation from Quadex , Inc. 3 . Material Identification Contractor shall completely identify the types of grout, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chem ical and physical properties , ease of application, and expected performance , to the satisfaction of the Engineer. 4 . Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject ta the approval of the Engineer. Only personnel thoroughly familia r with the handling of the coating material shall perform the coating operations . C . EXECUTION 11/02104 1. General Manhole coating shall not be performed until replacement of manhole covers , sealing of manhole frame and grade adjustments , partial manhole replacement, or concrete collar construction is complete . 2. Temperature 3 . Normal interior coating operation shall be performed at temperatures of 4Q°F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90°F , precautions shall be taken to keep mixing water below 85°F, using ice if necessary. Interior Manhole Coating ASC-21 PART DA -ADDITIONAL SPECIAL CONDITIONS a. The interior coating shall be applied to the manhole from the top of the corbel or flattop to the bench/trough, including the bench/trough . b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure . 1} The surface preparation shall comply with the requirements of Section DA-11 . SURFACE PREPARATION FOR MANHOLE REHABILIATATION . 2) The surface prior to application shall be damp without noticeable free water droplets or running water. QM-1 s material shall be spray applied (using a Quadex Model 900D application machine or manufacturer approved equal} to a minimum uniform thickness of 1- inch minimum. Troweling shall begin immediately following the spray application. The trowelled surface shall be smooth with no evidence of previous void areas . 3) The final application shall have a minimum of four (4) hours cure time before being subjected to active flow . Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. 4) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete. 4 . Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertig,htness shall be performed by the contractor after operations are complete in accordance with Section DA- 21 . b. At least two 3-inch diameter x 6-inch tall cylinders of the coating material shall be taken from each days work with the date, location and job recorded on each. The cylinders shall be sent to a certified testing laboratory for testing. A compression test will be made per ASTM C780, and the results will be furnished to the Engineer and Owner an request. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot measured from the top of the corbel or flattopto the lop of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and all material testing necessary to complete the work. Grouting, if necessary to stop active leaks in manhole wall areas, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by the Manhole Rehabilitation Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM 11/02/04 ASC-22 - A PART DA -ADDITIONAL SPECIAL CONDITIONS GENERAL 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating . Manholes designated for interior coating are listed on the Manhole Rehabilitation Schedule . Interior manhole coating shall meet the requirements of this Section or of Section DA-12 , DA-13, DA-15 , DA-16 or DA-17. 2. Description The Contractor shall be responsible for the furnishing of all labor, superv1s1on , materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents . 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations . 4. Manholes · Manholes to be coated are of brick , block, or concrete construction. All manholes shall have a minimum of one-half (112} inch specia lty cement-based coating material (Quadex QM-1 s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS 11/02104 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating The interior coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. 3. Specialty Cement 4 . The specialty cement-based coating material shal.1 be either Quadex QM-1s as manufactured by Quadex , Inc. or Reliner MSP as manufactured by Standard Cement Materials. Material Identification ASC-23 PART DA -ADDITIONAL SPECIAL CONDITIONS The interior manhole coating material sprayed onto the surface of the manhole shall be a urethane resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the physical properties as follows: Property Tensile Strength Flexural Stress Flexural Modulus 5. Mixing and Handling Standard ASTM D-638 ASTM D-790 ASTM D-790 Long Term Value 5,000 psi 10,000 psi 550 ,000 psi Mixing and handling of specialty cement material and interior coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals . All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. C. EXECUTION 11/02104 1. General Manhole coating shall not be installed until sealing of manhole frame and grade adjustments, or partial manhole replacement when required for the manhole per the Manhole Rehabilitation Schedule, is complete . 2. Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the bottom of the frame to the bench, down to the top of the trough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) 2) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi at spray tip), cleaning with muriatic acid , degreaser, or other solvents as needed in order to remove any film or residue on the surface. Place covers over the invert to prevent extraneous material from entering the sewers. ASC-24 - PART DA -ADDITIONAL SPECIAL CONDITIONS 3) Apply a minimum of one-half (1/2) inch specialty cement product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane coating material. 4) Spray the urethane onto the manhole wall and bench/trough with a minimum thickness of 125 mils (0 .125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. 5) Coat trough area with specialty cement product (Quadex QM-1 s or Reliner MSP). 1. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench . The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Grouting, if necessary, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM A GENERAL 11/02104 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed of the Manhole Rehabilitation Schedule. listed in Section I. Interior manhole coating shall meet the requirements of this Section, or of Section DA-12, DA-13, DA-14, DA-16 or DA-17. 2. Description The Contract.or shall be responsible for the furnishing of all labor, superv1s1on, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations ASC-25 PART DA -ADDITIONAL SPECIAL CONDITIONS Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 4 . Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) specialty cement-based coating material (Quadex QM-1 s or Reliner MSP) sprayed or trowelled on coating aver the original interior surface . B. MA TE RIALS 1. Scope This section governs the materials required for completion of interior coating of manholes. 2.. Interior Coating Raven Ultra High-Build epoxy Coating, a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4 . Material Identification Contractors will completely identify the types of grout, mortar, sealant, and/or root control chemicals proposed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application , and expected performance. These grouting materials shall be compatible with Raven 405 interior coating. The contractor shall be responsible far getting approval from Raven Lining systems and/or the grout manufacturers for the use of these grouting materials . 5. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with · the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective. measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. AH equipment shall be subject to the approval of the Engineer. Coating shall be performed only by certified applicators approved by the manufacturers. C. EXECUTION 1. General 11/02104 ASC-26 - 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS Manhole coating shall not be performed until sealing of manhole from frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. 2. Temperatures Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours . 3. Interior Manhole Coating 4. a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule. The interior coating shall be applied to the manhole from the bottom of the manhole frame to the bench/trough, including the bench/trough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE RESTORATION. 2) Apply a minimum of one-half (1/2) inch specialty cement-based product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane coating material. 3) The surface prior to application may be damp but shall not have noticeable free water droplets seeping or running water . Mate.rial shall be spray applied per manufacturer's recommendations with a minimum thickness of 125 mils (0.125 inch). 4) After the walls are coated, the wooden bench cavers shall be removed and the bench sprayed to the same average and minimum thickness as required for the walls. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow . 6) No applications shall be made to frozen surfaces or if freezing is expected to occur in side the manhole within 24 hours after application. Testing of Rehabilitated Manholes ASC-27 PART DA -ADDITIONAL SPECIAL CONDITIONS a. After the epoxy liner has set (hard to touch), all visible pinholes shall be repaired. Repairs shall be made by lightly abrading the surface and brushing the lining material over the area . All blisters and evidence of uneven cover shall be repaired according to the manufacturer's recommendations . Spot check of coating thickness may be made by Owner's Representative, and the contractor shall repair these areas as required , at no additional cost to the Owner. b. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21 -VACUUM TESTING OF REHABILITATED MANHOLES. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision , materials, equipment all testing necessary to complete the work . Payment for grouting of pipe seals, bench and trough and manhole walls shall be based on the Contract Unit Price fo r each manhole actually grouted . . DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER A. GENERAL This section prescribes the minimum standards for the safe and efficient rehabilitation of sewer structures , utilizing Permacast with Epoxy Liner. B. MATERIALS 11/02104 1. Leak Plugging Leak Plugging of the same or greater strength than the Liner Mix and/or chemical grouts may be used. If water pressures are severe , the contractor may drill relief holes at the bottom of the manhole wall ta concentrate the leaks ~fore plugging . 2. Patching Mix Voids which have not compromised the structure in its overall soundness must be filled prior to lining with materials of the same or greater strength than the Liner Mix. 3 . liner Mix Shall be densely compacted , Reliner Microsilicate cement mortar, Quadex QM-ls and Quadex Excel cement mortar, or approved equal, applied uniformly at a minimum thickness of % inch. Liner Mixes shall attain strengths as follows : Compressive ASTM C-109 ASC-28 24HOURS 3500 psi 28DAYS 10,000 psi - PART DA -ADDITIONAL SPECIAL CONDITIONS Flexural ASTM C-295 Elasticity ASTM C-469 650 psi 180,000 psi 800 psi 1,150,000 psi It shall be delivered in factory prepared packaging suitable for mixing with just the addition of clean water in the prescribed dosage . No additives shall be used at the site without prior approval. All visible leaks must be plugged prior to application of the cementitious liner with quick setting, non-shrink hydraulic cement mortar. C. EXECUTION 1. Mixing 2 . 3. The manufacture's published technical specifications and directions for proportioning and mixing shall be strictly followed by the certified applicator. Equipment Equipment shall be as recommended by the manufacturer to ensure proper mixing and pumping of the mortar and shall be clean and in good working order according to the manufacture's published recommendations for safe operation . Only factory certified workers shall operate with a controllable retrieval method shall be used to produce a uniform and dense application without the need to trowel which can weaken the mortar. Application Once prepared , the application shall commence, in accord with the manufacturers recommended procedures and in the presence of the owner's inspector in a single application to the prescribed thickness (1/2 inch or greater) without delay or interruption in order to produce a uniform and monolithic liner. Multiple layers with time between for drying are not allowed. Once completed , the manhole shall be covered to prevent air drying. 4 . Testing & Verification Testing of rehabilitated manholes for water tightness shall be performed by the Contractor after operations are complete in accordance with Section DA-21 . The owner's inspector shall verify the thickness with a wet gauge. Any area found to less than the minimum prescribed thickness shall result in the minimum prescribed thickness shall result in the immediate relining of the entire interior. Two test cubes shall be made from each day's mix and tested for strength verification. D. CORROSION PREVENTION 1. Preparation & Procedure 11/02104 ASC-29 PART DA -ADDITIONAL SPECIAL CONDITIONS The liner shall be applied to the prepared interior as specified in proceeding sections at ~ inch thickness. 2 Protective Coating The protective coating shall be a 100% solids epoxy with no volati le organic compounds and white in color to optimize visual inspection . Minimum physical properties shall be : Hardness Tensile Strength Compressive Strength Flexural Strength ASTM D-2240 ASTM D-63860 ASTM D-69544 ASTM D-79058T 65 Shore D 10,000 psi 15,000 psi 1,000 psi It shall be uniformly spray applied or centrifugally cast onto the fresh mortar before new bacterial growth can contaminate the underlying mortar. It shall have a minimum thickness of 125 mils and shall not run or sag during placement. 3. Safety If personnel are required to enter the confined space during the application procedure, each and all OSHA requirements as well as those required by the manufacturer's material safety data sheets shall be complied with fully . 4. Testing & Verification The interior shall be visually inspected for thoroughness of coverage. When dry to the touch, the entire interior shall be tested with a Tinkor & Rasor holiday detector at the prescribed voltage to verify thickness and locate pinholes if any. Deficiencies shall be immediately corrected and retested . E. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench . The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment all testing necessary to complete the work. Payment for grouting of pipe seals, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM A. GENERAL 1. 11/02104 Scope. This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed in the Manhole Rehabilitation Schedule, listed in Part 1. Interior ASC-30 PART DA -ADDITIONAL SPECIAL CONDITIONS manhole coating shall meet the requirements of this Section or of Section DA-12 , DA-13, DA-14, DA-15 or DA-16. 2. Description. The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents . 3. Manufacturers Recommendations. Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers recommendations . 4 . Manholes . Manholes to be coated are of brick, block, or concrete construction . Some manholes may have a cementitious sprayed or trowelled-on coating over the original interior surface. B. MATERIALS 1. Scope. This section governs the materials required for completion of interior coating of manholes . 2. Interior Coating . Strong-Seal Systems MS-2A , factory-blended, cement-based , .fiber-reinforced coating as manufactured by Strong-Seal Systems of Pine Bluff, AR. No material ( other than clean potable water) shall be used with or added to Strong-Seal MS-2A without prior approval or recommendation from Strong-Seal , Systems. 3. Material Identification . Contractor shall completely identify the types of grout, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance , to the satisfaction of the Engineer. 4. Mixing and Handling . Mixing and handling of interior coating, which may be toxic under certain conditions, shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is. the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals . All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the coating operations. C . EXECUTION : 1. 2. 11/02104 GeneraL Manhole coating shall not be performed until replacement of manhole covers, sealing of manhole frame and grade adjustments , partial manhole replacement, or concrete collar construction is complete. Preliminary Repairs ASC-31 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS a) All foreign materials shall removed from the manhole interior using high pressure water spray (minimum 3500 psi). Loose and protruding brick, mortar, and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them 1" below the surface of the manhole. b) All unsealed lifting holes, unsealed step holes, voids larger than approximately one-half (1/2) inch in thickness shall be filled with rapid- setting, trowel-applied patching compound prior to spray application of the MS-2A coating. c) Active leaks shall be stopped using rapid-setting hydraulic cement products specifically for that purpose and according to manufacturer's recommendation. Some leaks may require grouting to stop the inflow. Grouting shall be performed in accordance with Section DA-20. Contact Strang-Seal Systems for grouting recommendations . d) After all repairs have been completed , remove all loose material. 3. Temperature . Normal interior coating operation shall be performed at temperatures of 40 Degrees F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90 Degrees F, precautions shall be taken to keep mixing water below 85 Degrees F, using ice if necessary. 4 . Interior Manhole Coating a) The interior coating shall be applied to the manhole from the top of the bench/trough to the top of the corbel or flattop, including the bench/trough. b) The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. (1) (2) (3) (4} The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi}. Place covers over invert to prevent extraneous material from entering the sewer. The surface prior to application shall be damp without noticeable free water droplets or running water. MS-2A material shall be spray applied (using a manufacturer approved application machine) to a uniform thickness of 1 Q minimum . Troweling shall begin immediately following the spray application. The trowelled surface shall be smooth with no evidence of previous void areas. The application shall have a minimum of four hours (4) cure time before being subjected to active normal flows . Ambient conditions in the manhole are adequate far curing as long as the manhole is covered. ASC-32 D. PART DA -ADDITIONAL SPECIAL CONDITIONS (5) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete. 5. Testing of Rehabilitated Manholes a) Testing of rehabilitated manholes for water-tightness shall be performed by the contractor after operations are complete in accordance with Section DA-21. b) At least four (4) 2-inch cubes of the coating material shall be taken from each day's work with the date, location and job recorded on each . The cubes shall be sent to Strong-Seal Systems , Pine Bluff, AR, for testing . A compression test will be made according to ASTM C-109, and the results will be furnished to the engineer and the owner. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per each manhole coated . The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing necessary to complete the work. Grouting, if necessary to stop active leaks in manhole well areas, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by the Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately. DA-180MIT DA-19 OMIT DA-200MIT DA-21 VACUUM TESTING OF REHABILITATED MANHOLES A. GENERAL Scope. This section describes manhole testing to effectively confirm the watertight integrity of existing manholes following structural ,infiltration and inflow related repairs and that the appearance of the work is acceptable. Description: Infiltration may be observed in manhole defects at manhole walls , pipe seals or bench/trough areas. Infiltration related repairs are intended to eliminate leakage of groundwater into manholes. Inflow may be observed in manhole defects at manhole frames, covers, frame seals, grade adjustments, grade adjustment seals , corbels, or walls. Inflow related repairs are intended to eliminate sources of surface water entry that become active during rainfall events . Structural repairs may be required when making 1/1 related manhole repairs . Structural repairs may include defects in any manhole components but not displaying 1/1. Testing, Observations and Guarantee Periods: 11102104 ASC-33 PART DA -ADDITIONAL SPECIAL CONDITIONS The testing required shall be performed by the Contractor at locations designated by the Engineer and documented to the satisfaction of the Engineer. Any new or rehabilitated manholes that are observed to be leaking by the Engineer during periods of high groundwater or during inflow conditions shall be subject to additional repairs. The Contractor shall be responsible for all additional repairs required on these unsatisfactory manholes during the guarantee period. All manhole rehabilitation work shall be warranted to be free of defects and of good workmanship for a minimum of three (3) years from the date of final acceptance of the project. Any manhole repairs completed by the Contractor which fail during the warranty period shall be repaired to the satisfaction of the City at no additional cost to the City . B. MATERIALS -Not specified. C . EXECUTION Infiltration Testing~ All interior coated manholes and all partial replacement manholes shall be observed (tested) by the Contractor in the presence of the Engineer for sources of infiltration. Observations will be made during high groundwater conditions, wherever possible. Manholes shall be tested after installation with all connections (existing and/or proposed) in place. Drop-connections and gas sealing connections shall be installed prior to testing. The lines entering the manhole shall be temporarily plugged with the plugs braced to prevent them from being drawn into the manhole. The plugs shall be installed in the lines beyond drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole (so that the manhole frame seal is tested) and inflated in accordance with the manufacturer's recommendations. A vacuum of 10 inches of mercury 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. If the drop in the level is less than 1-inch of mercury (final vacuum greater than 9-inches of mercury), the manhole will have passed the vacuum test. After a successful test, the temporary plugs will be removed. The required test time is determined from Table I. 11/02104 Table I MINIMUM Tl.ME REQUIRED FOR A VACUUM DROP OF 1" H9 (10"H9 -9"H 9 ) (SEC) DEPTH OF M.H . 48-lnch Dia . 60-lnch Dia. (FT.) Manhole Manhole 8 20 sec. 26 sec. 10 25 sec. 33 sec. 12 30 sec. 39 sec. 14 35 sec. 45 sec. 16 40 sec. 52 sec. 18 45 sec. 59 sec. ** T=5 sec. T=6.5 sec. ASC-34 72-lnch Dia. Manhole 33 sec. 41 sec. 49 sec. 57 sec. 67 sec. 73 sec. T=8 sec. PART DA -ADDITIONAL SPECIAL CONDITIONS **For all Manholes over 18 feet in depth, add ''T" seconds as shown for each respective diameter · for each two feet of additional depth of manhole to the time shown for that 18 foot depth. [Example: A 30 (thirty) foot deep, 48 (forty-eight) inch Manhole Total Test Time would be 75.0 seconds. 45.0+6(5.0)=75.0 seconds] (Values listed above are extrapolated from ASTM C924-85). Manhole vacuum levels observed to drop greater than 1-inch of mercury (Final vacuum less than 9- inches of mercury) will have failed the test and will require additional rehabilitation. The Contractor shall make the necessary repairs to the already completed rehabilitation work at no additional compensation. If the failure of the vacuum test is determined ta be due to preexisting conditions not on the manhole rehabilitation schedule for that manhole, this additional work may be authorized by the Owner's Representative. After completion of the additional rehabilitation the manhole shall then be re-tested as described above until a successful test is made. Only one payment for manhole vacuum testing will be made on each manhole. Vacuum testing is required on all manholes having interior rehabilitation. Inflow Testing: All partially rehabilitated manholes shall be dyed water tested unless the manhole has successfully passed the vacuum test. Manholes shall be dyed water tested in the presence of the Engineer. The dye test shall consist of applying a concentrated dye solution around the manhole frame. Dyed water shall be applied for at least ten minutes. Manholes observed to be actively leaking greater than one drip per five seconds will have failed the test and will not be acceptable. Manholes failing the test will require additional rehabilitation by the Contractor at no additional compensation. Other Testing: One (1) rehabilitated manhole will be randomly selected far further testing. A laboratory selected by the City will take core samples of wall sections of manholes with wall coatings. Testing of the core samples will be done to evaluate material thickness, compressive strength, flexural strength and slant shear bond strength. The following are the minimum required strengths for cementitious and non-cementitious wall coatings: Compressive Strength. Compressive strength shall. conform to ASTM C 495 and C 109 and shall meet or exceed a minimum 28-day break of 4,000 psi. Flexural Strength. Flexural strength shall conform to ASTM C 348 and shall meet or exceed a minimum 28-day break of 1,200 psi. Slant Shear Bond Strength. Slant shear bond strength shall conform to ASTM 882 modified and shall meet or exceed a minimum 28-day break of 2,400 psi. If the manhole tested fails to pass any of these requirements, another manhole shall be selected and tested . If the second manhole fails, the City may, at its option, stop work until the Contractor can provide assurance that testing requirements can be met. Guarantee: 11/02104 ASC-35 PART DA -ADDITIONAL SPECIAL CONDITIONS Contractor shall warrant that the workmanship and materials are free from defects and that the manholes are sealed from inflow and infiltration for a period of three (3) years from the date of final acceptance of the project. D. MEASUREMENT AND PAYMENT Payment for manhole vacuum testing shall be made at the Contract Unit Price bid for each Manhole Vacuum Test actually performed and passed and the appearance of the completed manhole is visually acceptable. Payment shall be full compensation for all labor and materials necessary to complete each test No payment will be made for additional vacuum tests or any dyed water testing . Payment for manhole core testing , including all labor and materials necessary ta complete each test, shall oe made at the Contract Unit Price bid for each Manhole Core Test actually performed and passed . DA-22 OMIT DA-23 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 resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the contractors responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: 11/02/04 Company Telephone Number Southwestern Bell Telephone Texas Utilities Lone Star City of Fort Worth , Street Light and Signal 338-6275 336-9411 Ext. 2121 336-8381 Ext. 6982 871-8100 ASC-36 Contact Person "Hot Line" Mr. Roy Kruger Mr. Jim Bennett Mr. Jim Bob Wakefield PART DA -ADDITIONAL SPECIAL CONDITIONS Of course, under the terms of th is contract , the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) wo r king days after completing the laying of proposed H.M.A.C . overlay adjacent to said facilities . Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in li ke kind, as governed by the standard City Specifications, Item No. 104 "Removing Old Concrete", Item No . 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S4 . Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the Standard Specifications . Contractor shall saw cut the curb and gutter and pavement prior to removal. Included , and figured subsidiary to this unit price, will be the required sawcut excavation , as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul-off of the removed material to a suitable dump site. The street void shall be filled with H.·M.A.C. "Type D" mix as per specification No. 300 "Asphalts , Oils and Emulsions", Item No. 304 "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densities and top soil as per specification item No. 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters , sprinkler system , etc. damaged during construction shall be replaced with same or better at no cost to the C ity. Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of demolition to date of completion. If the contractor fails to complete the work within fourteen (14) calendar days, a $1.00 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensat ion for all materials , labor, equipment and incidentals necessary to complete the work. DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced ta adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the work:. DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE 11102104 ASC-37 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 ta obtain stable sub-base. The total depth of excavation could range from a couple of inches to include the surface-base-same 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 ta 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 OMIT DA-29 BUTT JOINTS -MILLED A. Description: 11/02104 This item requires the contractor to mill "butt joints" into the existing surface, in association with the wedge milling operation to the depth and at locations as described below. The butt joint will provide a full width transition section, whereby the new overlay shall maintain constant depth at the point the new overlay is terminated and the new surface elevation matches the existing pavement. The construction activities, performance standards and equipment needed for the butt joints milling operations shall be governed by the special provisions of Pay Item No. 9 -Wedge Milling . The configuration of the butt ASC-38 PART DA -ADDITIONAL SPECIAL CONDITIONS joints is described in more detail below. General details of butt joint locations -along with wedge milling in general -are shown in plan form at the back of this document. B. Construction Details Prior to the milling of the butt joints, the Contractor shall consult with the Construction Engineer for proper location of these joints and verify that the selected limits of the projects' street are correct. The general locations for butt joints are at all beginning and ending paints of streets listed in the project and as more graphically detailed at the back of this specification book. The joints are also required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. Each butt joint shall be 20 feet long and milled out across the full width of the street section to a tapered depth of 2". This milled area shall be tapered within the 20 feet to a depth from O" ta 2" at a line adjacent to the beginning and ending points or intermediate transverse items. This butt joint -when overlayed -will consist of a asphalt section that will transition the new overlay to match the existing pavement elevation. The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. C. Measurement and Payment Butt joints as prescribed above, will be measured by the unit of each butt joint milled . The disposal of excess material involved will not be measured for payment. Each butt joint-milled, measured as above, complete-in place-in accordance with these specifications, will be paid far at the unit price shown in the proposal for "Butt Joints". The unit price bid per each shall be full compensation for all milling, including material haul-off, tools, labor, equipment and incidentals necessary to complete the required work. 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 Emulsionsu. 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 far City approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as necessary. 11 /02/04 ASC-39 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 This item shall include the removal and reconstruction of existing concrete valley gutters at locations to be determined in field : Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2 :27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. See standard specification Item No. 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2 :27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". Asphalt base material may be required at times as directed by the Engineer to expedite the work at locations identified in the field. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. DA-32 NEW 7" CONCRETE VALLEY GUTTER This item shall include the construction of concrete valley gutters at various locations to be determined in field. Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the .concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item. See standard specification Item No. 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street 11/02104 ASC-40 PART DA -ADDITIONAL SPECIAL CONDITIONS Excav~tion" Item No. 208 "Flexible Base ." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the Contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown an the proposal will be full compensation for materials , labor, equipment, tools and incidentals necessary to complete the work. · DA-33 NEW 4" STANDARD WHEELCHAIR RAMP The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the Engineer. The removal of existing substandard wheelchair ramps and sidewalk as required for the installation of new wheelchair ramps shall be subsidiary to this pay item. The removal and replacement of existing curb and gutter as required for the installation of new wheelchair ramps shall be included in Pay Item 5 (Removal and Replacement of Curb and Gutter). Pay limits for laydown curb and gutter are as shown in the Standard Pay Limit Detail (WR-1). The pay limit wm extend from 9" outside the lip of gutter to 15" back from the face of curb . Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp'' will start 15" back from the face of curb and encompass the remainder of the ramp and sidewalk. AU applicable provision of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways" shall apply except as herein modified. All concrete flared surface shall be colored with 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 manufactures instructions. Concrete stain may be applied after concrete is poured (Product sold by BAER). "Contractor shall provide a colored sample concrete panel of one foot by one foot by th_ree 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 au construction covered in the scope of this pay item . The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution." The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to compete the work. 11/02104 ASC-41 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-34 8" PAVEMENT PULVERIZATION Contractor shall pulverize the existing pavement to a depth of 8". After pulverization is completed , contractor shall temporarily remove and store the 8" deep pulverized material, then cut the base 2" to provide place for the new 2" H .M .A.C. surface. The 2" base cut shall start at a depth of 8" from the existing pulverized surface. After the undercut operation is completed, contractor shall spread, mix, and compact the pulverized material to a 95% compaction per City's Standard Specifications or as directed by the Engineer in the field . A 3.5% portland cement shall be used to mix the pulverized material. If the existing pavement has a combination of 10" H .M.A.C. and crushed stone/gravel , undercut will not be required, the contractor will pulverize 1 O" inches, the 2" inch cut will be taken from the 10" pulverized material. (see soil test report) Pulverization shall start within ten (10) calendar days after all concrete work has been completed on a street. If the contractor fails to begin the work within ten (10) calendar days, a $200 dollars liquidated damage will be assessed per block per day. After the pulverization material is cured, the contractor shall overlay it with 2n H .M.A.C. surface within five (5) calendar days. If the contractor fails ta begin the work within five (5) calendar days, a $200 dollars liquidated damage will be assessed per block per day. The unit price bid per sq . yd. shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction , haul off, sweep, and dispose of the undercut material. The 2n H .M .A.C. surface will be paid by separate item . DA-35 OMIT DA-36 RAISED PAVEMENT MARKERS All applicable provisions of Standard Specifications for Roadway Markers (Buttons) shall apply. The Contractor shall install standard roadway markers according to city specifications as shown on plan sheet or as directed by the Engineer. Please refer ta "Roadway Markers Specifications". DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A. GENERAL: 11/02104 Where known by the design engineer, the locations of potentially petroleum contaminated material (sail) that may be encountered during excavation and/or construction activities will be shown on the plans. For all locations where material is excavated and suspected of being contaminated with petroleum products, whether known or not, these special conditions are to be followed. The contractor is also to follow all applicable Federal. State and Local regulations when handling known or suspect contaminated materials (soils). 1. WORK INCLUDED a. Excavation, stockpiling and testing of Potentially Petroleum Contaminated · Material. ASC-42 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS b. Removal, testing, and disposal of petroleum contaminated groundwater. c. Obtaining and paying for required permits. d. Hiring of qualified environmental professional consultant(s). Contractor will be required to submit the environmental consultant's experience and qualifications to the City prior to beginning work in areas of Potentially Petroleum Contaminated Material. e. Hiring of qualified environmental sampling professionals that will collect and submit samples to the applicable City of Fort Worth testing laboratory . The City of Fart Worth's Department of Environmental Management for coordination of laboratory testing. 2. REFERENCES a. All applicable OSHA regulatory requirements . b. All applicable Environmental Protection Agency (EPA) regulatory requirements. c. All applicable State of Texas regulatory requirements . d. All applicable City of Fort Worth {City) regulatory requirements. e. All applicable NIOSH standards. f. All applicable TNRCC requirements. 3 . SUBMITTALS a. The contractor shall prepare and submit to the City's Department of Environmental Management, Senior Specialist in Compliance, plans for handling Potentially Petroleum Contaminated Material (PPCM) not less than 30 days prior to commencing excavation. b. The Contractor shall take necessary precautions while performing this project. Contractor shall not commence PPCM work (1) Contractor's submittal for dealing with PPCM is reviewed by the City and (2) the plans (i.e., drawing and description) for discharging any treated liquid into the storm sewer or sanitary sewer are reviewed by the City (3} and acceptable stockpile area is identified by the Contractor. c. Contractor shall submit the name of his proposed qualified environmental professional consultant(s) and proposed PPCM Handling Plan to the City. The PPCM Handling Plan shall include the detailed sequence of construction including proposed excavation and handling methods, proposed carriers for contaminated materials, waste disposal site, and a list of any permits that may be required for PPCM handling or contaminated materials disposal. The above data must be compiled and arranged in a format that is acceptable to the Texas Natural Resource Conservation Commission (TNRCC). d. Contractor shall submit actual limits of PPCM excavation, as prepared by his qualified environmental consultant{s) and testing lab. ASC-43 PART DA -ADDITIONAL SPECIAL CONDITIONS e . Contractor shall submit for review the proposed carrier pipe material to be used with the actual limits of PPCM excavation , including pipe gasket and carrier pipe coating or liner. B. PRODUCTS: 1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation , including pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration . C. EXECUTION : 11/02104 1. POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Areas suspected of having petroleum contaminated material (soils) are shown in on the engineering drawings. b. In areas other than those noted on the plans and where potentially petroleum contaminated materials are either detected or suspected, the City of FQrt Worth and the Engineer should be notified immediately and the work should proceed in accordance w ith this section. 2. SCREENING POTENTIALLY PETROLEUM CONT AMINA TED AREAS a. Care should be taken during all excavation and dewatering activities to identify areas potentially contaminated by petroleum . b. When a petroleum odor is encountered during excavation or when there is visual evidence of potentially petroleum contaminated soil , the Contractor shall notify the Engineer without delay. c . The Contractor shall have retained the services of an environmental consultant who shall be present at the site to screen suspect soil with a photo-ionization detector (PID} or a flame ionization detector (FID). A reading of 20 ppm above ambient conditions or greater on PID or FID tested soil sample will be considered potentially petroleum contaminated . The soul sample should be a recent sample from the excavation face. The sample should be stored in a laboratory supplied glass jar with a teflon gasket lined lid . The City of Fort Worth Department of Environmental Management will be notified prior to all sample collection and submittal to the current testing laboratory identified by the City. The PID or FID tests should be performed in a confined location. Soils producing a reading of less than 20 ppm above ambient will not be considered potentially petroleum contaminated. The PID or FID shall be calibrated according to manufactures instructions. d. Water encountered during excavation or dewatering shall be considered to be potentially contaminated if there is a visible sheen, a hydrocarbon odor, adjacent soil that appears visually to be contaminated by hydrocarbons or at any time the Contractor has reason to believe that hydrocarbon contamination may have occurred . The Contractor shall immediately notify the City and the TNRCC whenever contaminated water is encountered. ASC-44 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS a. The Contractor shall contact the City whenever contamination from any source is suspected. 3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPCS) a. Contractor shall coordinate with the City to determine a suitable location for the stockpiling of contaminated soil. The following procedure shall be followed in preparing the chosen site: 1. Provide a diked enclosure large enough to hold all material and prevent runoff. 2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the existing soil. 3. At the end of each work day, Contractor shall completely cover stockpile with 20 mil plastic. During the day, the Contractor shall keep the stockpile covered , as necessary, to prevent release of contaminated materials due to rain or wind . 4 . Sampling and evaluation of materials will be performed at the Contractor's expense. (The City of Fort Worth will provide laboratory services) b. PPCS shall be handled, tested, observing all standard chain-of:..custody procedures and sampling preservation and analyses shall conform to published and recognized standards. c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene , Ethylbenzene and Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort Worth Department of Environmental Management. d. Contaminated soil identified by test results will be disposed of according to DA-36 , Loading, Transportation , and Disposal of Contaminated Soil e. It is the intent of the City of Fort Worth that uncontaminated soils be utilized as backfill material , if the soils also meet the Type C or B backfill classifications. 4 . HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW) a. Water pumped J rom the excavation or from dewatering activities that has an oily sheen, a hydrocarbon odor, or is otherwise suspect, shall be considered potentially petroleum contaminated . b. PPCW shall be handled, tested, and discharged in accordance with the TNRCC's appropriate state regulation . PPCW shall be tested no later than 15 days prior to extraction . PPCW shall, if necessary, be treated in an appropriately sized oil/water separator, air stripper or GAC canisters . Contractor shall have his testing laboratory determine that the oil/water separator treated discharge is within the limits established by the TNRCC's regulations before being allowed to discharge (discharge to sanitary sewer). Contractor shall be responsible for furnishing the effluent test reports to the City. ASC-45 PART DA -ADDITIONAL SPECIAL CONDITIONS c. Alternatively, the Contractor may dispose of contaminated water, after appropriate pretreatment, into the sanitary sewer collection system . It shall be the responsibility of the Contractor to obtain the necessary permit(s} and to perform all testing required by the City of Fort Worth Pretreatment Services Division. d . All treated water shall be discharged into a Contractor supplied Frac Tank, sampled, and analyzed before discharge into the sewer system. e . The product that is recovered shall be disposed of in accordance with all applicable regulations. Any phase separate product recovered from the oil/water separator and air stripper shall be transported in accordance with Department of Transportation rules and regulations for flammable products. When transporting product for disposal, transportation shall also be performed by a licensed carrier. The Contractor is responsible for proper manifesting of the material from the site to the waste disposal facility. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. 5. HANDLING VAPOR CONCENTRATIONS a. In order to maintain safe working conditions , the vapor concentrations should not exceed 20 percent of the Lower Explosive Limit (LEL). During construction, measures should be taken to maintain LEL levels below 20 percent in all working areas. b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI} with a LEU02 meter should continuously operate in the working area . The CGI should be properly calibrated and should have an alarm that sounds if 20 percent LEL is reached . Monitoring data from the GCI should be recorded periodically to determine if ventilation or· other methods are effective. In the event local health and safety agencies require more stringent monitoring , the local regulations must be implemented. D. MEASUREMENT AND PAYMENT : Payment for handling PPCS, PPCW and Vapor Concentrations, obtaining and paying for any permits required, hiring the services of a qualified professional environmental consultant(s), environmental issues, stockpiling and all issues included and incidental to this section will be full compensation for all labor, equipment, materials, and supervision. Measurement and Payment for this section will be per linear foot of trench excavated where the excavated material is handled as a contaminated material. No separate payment will be made for handling of contaminated water, vapor concentrations, sampling, stockpiling, etc. DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL A. GENERAL: 11/02104 This item has been established for the loading, transportation and disposal of contaminated soils in a State of Texas approved disposal site (landfill) to handle special wastes (petroleum contaminated soils). A bid item has been established in the proposal for the ASC-46 PART DA -ADDITIONAL SPECIAL CONDITIONS proper loading, transportation and disposal of the material to a designated site and the quantity established is the engineers best estimate of the quantity that may be removed . This quantity may vary depending upon actual conditions and testing results. The unit price bid will not be increased regardless of the actual amount of material disposed and may be decreased if a larger volume of material, than that listed in .the bid proposal , results in a unit cost reduction for disposal. B. WASTE MANIFESTS: Any and au non-hazardous liquid and petroleum substance waste removed from the site of generation and transported for treatment and/or disposal must be accompanied by a waste shipment record/manifest detailing required generator, transported, destination and waste description information. These results may not be uniform throughout the entire site. For all petroleum substance waste , the waste shipment record utilized shall be the TNRCC PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332). The Contractor shall be responsible for obtaining, originating and maintaining manifests in accordance with federal and state laws. The Contractor shall sign the manifests forms as Independent Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT AND TREATMENT / DISPOSAL OF WASTES IN CONTINGENT UPON RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in agreement with regard ta the type and amount of waste removed from the site and received by the treatment/disposal facility . The Contractor shall immediately resolve any manifest discrepancies. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. C. MEASUREMENT AND PAYMENT: Payment for this item shall be made per in place cubic yard of contaminated soils that are loaded, transported and disposed of in an approved special disposal site. No separate payment will be made for loading, transportation and disposal of contaminated ground waters collected; these costs considered subsidiary to DA-37, POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be included in the Contractor's bid submittal and approved by the City of Fort Worth Department of Environmental Management prior to contract award. Contractor shall be responsible for all landfill costs , including, but not limited to landfill fees, transportation costs and landfill operator requested analytical testing and waste characterization . DA-39 OMIT DA-40 OMIT DA-41 OMIT DA-42 OMIT DA-43 UNCLASSIFIED STREET EXCAVATION This item will be used if additional excavation is needed that is not covered by "8" PAVEMENT PUL VERIZA TIOW. Additional Excavation is the removal of the excessive crown and base to bring the new base to proper grade and City standard specifications for street reconstruction. All applicable provisions of Item No . 106 "Unclassified Street Excavation" shall apply, work shall be paid per cubic yard . 11/02104 ASC-47 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-44 OMIT DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS This item shall include the remova l and replacement of existing concrete sidewalk due to failure or in situation wh.ere curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumps ite . For specifications governing this item see Item No. 104 "Removing Old Concrete", and Item No . 504 "Concrete Sidewalk and Driveways". The unit price bid per square yard shall be full compensation for all labor, material , equipment, supplies, and incidentals necessary to complete the removal and replacement work . DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION In order to facilitate timely reconstruction of the . affected roadway surfaces (subsequent to water/sewer installation) under the City's roadway ma intenance 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. "A" Street 2. "B" Street 3. "C " Street 4. "D" Street 5. "E" Street 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 OMIT DA-48 EASEMENTS AND PERMITS Easements and permits , both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or permits, both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained . The Contractor's attention is directed to the easement description and permit requirements, as contained herein , along with any special conditions that may have been imposed on these easements and permits . Where the pipeline crosses privately owned property , the easements and construction areas are shown on the plans . The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item . 11/02/04 ASC-48 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-49 OMIT 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 work such as forming, placing , and finishing including all labor, tools, equipment and material necessary to complete the work shall be incl.uded in the linear foot price bid for Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES All connections 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 facilities 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. OA-52 OMIT DA-53 OPEN FIRE LINE INSTALLATIONS All open fire line installations will be per attached Figure 32 unless otherwise directed by the Engineer. The appropriate size detector check meter, 3/4-inch meter and class 'B' meter box will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up the items at the Field Operations Warehouse. Payment for all work, materials, and all necessary appurtenances from the City side flange coupling adapter to the customer side gate valve and box; including incidental 5 linear feet of pipe, which are required to provide a complete and functional open fire line installation shall be included in the price bid for each. Payment for the City side gate valve or tap valve depending on which is required will be paid for under the appropriate bid item(s). 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. 11/02104 ASC-49 PART DA -ADDITIONAL SPECIAL CONDITIONS PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main . Payment for all work 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 rovide 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 far 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 modified . 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 DRAWINGS 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review . Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require . Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing 11/02104 ASC-50 PART DA -ADDITIONAL SPECIAL CONDITIONS submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use . If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern . The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site , fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application . Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3} copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form . 2. Shop drawings shall be submitted for the following items prior to installation: List the required submittals here Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals -The submittals shall be addressed to the Project Managerr. (Project Manager) City of Fort Worth 1000 Throckmorton Fort Worth , TX 76102 DA-57 COST BREAKDOWN In order to establish a basis upon which partial payments to the Contractor may be authorized, immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-58 OMIT DA-59 OMIT DA-60 ASPHALT DRIVEWAY REPAIR At locations where H.M.A.C. driveways are encountered, such driveways shall be completely replaced for the full extent of utility cut with H.M.A.C. equal to or better than the existing driveway. DA-61 TOP SOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department 's Standard Specifications for Street and Storm Drain Construction , Item 116, except as follows : All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. DA-62 WATER METER ~ND METER BOX RELOCATION AND ADJUSTMENT 11102104 ASC-51 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 "emergenct 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 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 understood 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 au change orders . DA-64 WORK IN HIGHWAY RIGHT OF WAY When the Engineer directs the Contractor to perform work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain approval from the Texas Department of Transportation prior to commencing any work therein . All work performed in the Tex-Dot right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation and Item E2-29.1 "Construction Within Highway Right-of-Way" of the General Contract Documents and Specifications, effective July 1, 1978, as amended . DA-65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for use as a flexible base material shall conform to Specification Item No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. DA-66 OPTION TO RENEW The City has the right to renew this contract for three (3) one year terms/expenditures of $200,000 under the same terms, conditions, and unit prices. The City shall give at least sixty (60) 11/02104 ASC-52 PART DA -ADDITIONAL SPECIAL CONDITIONS days notice prior to the expiration of one year from the date of execution of this contract or of an option period or a like notice at such time as there is less than $20 ,000 left unexpended. DA-67 NON-EXCLUSIVE CONTRACT This contract is non-exclusive. During the term of this contract or any renewal hereof, the City reserves the right to advertise and award another contract for like or similar work. If a second contract is awarded, the City further reserves the right to issue work orders under either contract as it deems in its best interest, without recourse . DA-68 CONCRETE VALLEY GUTTER This item shall include the repair/replacement of existing concrete valley gutters as directed by the Engineer. The proposed valley gutte.rs will be constructed according to the detail included in these documents as well as conforming to Specification Item No. 314 of the Standard Specifications for Street and Storm Drain Construction for the City of Fart Warth Transportation and Public Works Department. The unit price bid for this item shall be full compensation for all materials (including applicable sub-base), labor, equipment and incidentals necessary to complete the work. DA-69 OMIT DA-70 PAVEMENT STRIPING Pavement striping, whenever and wherever encountered, shall be replaced to match the existing striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade tape (in 18-inch width) such as Stamark as manufactured by 3M company or approved equal. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated, for the use during density testing. For type "B" asphalt a maximum of 20% rap may b~ 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 rolling pattern that will provide the required densities. The required Density for Type "B" and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Traxler Thin Layer Gauge will be used for all asphalt testing. 11/02104 ASC-53 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 us" and "D" asphalt. Densities on type "B" must be done before Type "D" asphalt is applied . Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied . Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness . DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification , it shall be understood that the 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 T he relocation and reconnection of sprinkler system contro l valve and box will be required as shown on the plans , and/or as described in these Special Contract Documents in addition ta those located in the field and identified by the Engineer. A minimum of twenty-four (24) hours advance notice shall be given when service interruption will be requ ired . When the relocation is requ ired, separate payment will be allowed for the relocation of sprinkler back-flow preventer or control valve and box . Payment for all work and material such as back-fill , fittings , five (5) feet of PVC Schedule 40 and all material labor, and equipment used by and for the licensed plumber shall be included in the price bid for the relocation of sprinkler back-flow preventer or control valve and box. All other costs will be included in other appropriate bid item(s). DA-74 RESILIENT-SEATED GATE VALVES Any 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 The Owner or Engineer shall determine when an emergency situation shall exist. When water emergency work is required, the Contractor shall mobilize to the said location within twenty-four (24) hours after g iven notification from the Inspector and/or Project Manager. The Contractor shall make all necessary arrangements for bypass pumping, setting up barricades, notifying citizens , etc., while waiting for other utilities to be located as directed by the Engineer. The Contractor shall work continuously until the emergency work order has been completed at a time agreed to by the Project Manager, Inspector, and Contractor. After the emergency work order has been completed , there will be no additional "Job Move-In" charges paid to remobilize back to the previous project location site. DA-76 1 %" & 2" COPPER SERVICES 11/02104 ASC-54 PART DA -ADDITIONAL SPECIAL CONDITIONS The following is an addendum to E 1-17, Copper Water Service Lines and Copper Alloy Couplings: All fittings used for 1 %" and 2" water services lines shall be compression fittings of the type produced with an internal "gripper ring" as manufactured by the Ford Meter Box Co., Inc., Mueller 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 % " and 2" copper services shall be included in the price of the appropriate bid item. DA-77 SCOPE OF WORK (UTIL. CUT) The work covered by these Specifications consists of the paving repair over utility cuts which have been backfilled previously by the City Water Department, as indicated by the details and possible adjacent areas damaged by blowout, etc. Included in this work will be the removal of the existing material in order to insure a paving section in conformity with existing pavement or the appropriate detail shown in this document as directed by the engineer and all other miscellaneous items of construction to be performed as outlined in the specifications, which are necessary to satisfactorily complete the work. 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. Final payment will be based on actual measured quantities and the unit price bid in this proposal. There will not be a direct payment for saw cutting the existing asphalt or concrete, compacting the existing subgrade or removal of the existing material. These items will be considered as subsidiary to the contract. The contractor will be required to maintain a capping course of hot mix-cold lay asphalt in areas where traffic has whipped out washed rock, until the paving repair can be accomplished. These items will be considered as subsidiary to the contract The Inspector will. pick up the repair tickets by 8:00 a.m. Monday through Thursday. The re.pair tickets will be issued to the contractor early the next day. Each repair ticket that is issued shall be completed within twenty-one (21) calendar days. The twenty-one (21) calendar days for completion of the job begins the day after the contractor receives the ticket. See special condition TIME ALLOWED FOR. UTILITY CUTS. The Contractor shall identify ta the Engineer possible locations for settlement of repaired pavement due to backfill of ditch by others. As directed by the Engineer, the Contractor shall remove and replace existing backfill with washed rock . 11/02104 ASC-55 PART DA -ADDITIONAL SPECIAL CONDITIONS The Water Department will estimate the necessary size of the pavement repair on each ticket. Upon receipt of each ticket the Engineer shall determine, by measurement, the required size of each repair. All repair sizes shall be approved by the Engineer prior to any repair work. DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) Contractor covenants and agrees to fully perform or cause to be performed, with good faith and due diligence, and in accordance with standards common to the industry and herein set forth in these Contract Documents which is hereby incorporated and made a part of this contract, pavement repair to be ordered by the City at various times and to be performed at various places by separate repair tickets. The City may designate pavement to be repaired by furnishing to the Contractor a marked drawing, or street addresses contained in a written order or by marking in the filed by paint or other means, or by any or all combinations of said methods of designation. The Contractor agrees that no work will be performed without written authorization from the individual designated in writing by the Director of the Engineering Department. DA-79 CONTRACT TIME (UTIL. CUT) It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City as the need arises. It is further agreed that the term of this contract is five (5) months from the date of execution of contract work order and no orders will be accepted by the Contractor after the contract has expired. At the end of contract the Contractor will have twenty-one (21) additional calendar days to complete work already ordered and fifteen additional calendar days to bill said work for a total of thirty-six days after contract termination to complete and bill work authorized pursuant to this contract. DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) The Contractor shall be required to furnish sufficient personnel and equipment capable of completely finishing an average of fifty (50) utility cut tickets with an aggregate average of 750 S. Y. of permanent pavement repair each week. DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) The Contractor shall assist the Engineer in measuring each pavement repair before any work is started. A repair ticket will be issued for each utility cut after measurement and twenty-one (21) calendar days beginning the day after the ticket is issued will be allowed for final completion of each utility cut. See also SCOPE OF WORK. A calendar day is any day of the week or month, Sundays or legal holidays as defined on Page C1-1 (4) Section C1-1.24 Calendar Days of Part C General Conditions. DA-82 LIQUIDATED DAMAGES (UTIL. CUT) Failure to complete work on time: The Owner and the Contractor agree that it will be most difficult or impossible to ascertain the amount of damages that will be sustained by the Owner if 11/02104 ASC-56 PART DA -ADDITIONAL SPECIAL CONDITIONS the Contractor fails to complete the work in the allotted time, but they both agree that the Owner would sustain substantial ,damages in such event. Accordingly, if the Contractor fails to complete the contract in the calendar days specified, a time charge shall be made for each working day thereafter, not as a penalty but as liquidated damages. The contractor shall pay liquidated damages of twenty-five dollars ($25.00) per day per ticket for each repair cut not completed within twenty-one (21) calendar days and liquidated damages shall end on day that repairs are completed . Should the amount otherwise due the Contractor be less than the amount of such ascertained and liquidated damages, the Contractor and his surety shall be liable to the City of such delivery. DA-83 PAVING REPAIR EDGES (UTIL. CUT) All paving repair edges shall be undamaged neat lines (by sawing or equal) and shall be parallel or perpendicular to the center line of the street. DA-84 TRENCH BACKFILL (UTIL. CUT) The Water Department shall place the pipe embedment and backfill with washed rock per the following specification. Washed Rock: All washed rock used for embedment or as otherwise directed by the engineer shall be washed gravel or washed crushed stone or washed crushed gravel and shall meet the following gradation and abrasion : Sieve Size 1 %n 3/8" #4" #8 % Retained 0-10 40-75 55-90 90-100 95-100 Los Angeles abrasion test: 50% Maximum wear per ASTM. DA-85 CLEAN-UP (UTIL. CUT) Final clean up work shall be done for this project as soon as the paving and curb and gutter has been constructed. Contractor shall remove all excess cold mix, washed rock and debris from the street in the area of the repair. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. Refer also to Page C5-5 (8) Section C5-5 .17 Clean-Up of Part C General Condit.ions. DA-86 PROPERTY ACCESS (UTIL. CUT) Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. DA-87 SUBMISSION OF BIDS (UTIL. CUT) 11102104 ASC-57 PART DA -ADDITIONAL SPECIAL CONDITIONS The proposal sections of this special . contract document is arranged to allow the Owner to make payment based on size of repair. The Contractor is required to submit a bid on all proposals Unit I, Unit II, Unit Ill and IV. Unit I will generally consist of small patch, less than or equal to 200 square feet. Unit II will generally consist of medium patch, greater than 200 square feet and less than or equal to 1000 square feet. Unit Ill will generally consist of large patch, greater than 1000 square feet. Unit IV will generally consist of items necessary far each size Utility Cut Repair. The total low bidder, Units I, II, Ill and IV is the apparent successful bidder. If Contractor does not bid all four Units of the proposal, the bid will be considered as "non-responsive" and will be rejected by the Engineering Department. DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) Regardless of the existing pavement type, base repair for Unit I shall be either min. 8" concrete base (see D-23, 2:27 Concrete Base) or min. 5" reinforced concrete base (see DA-35, Reinforced Concrete Pavement or Base) as directed by the Engineer. Any deviation from standard repair shall be approved by the Water Department. DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT Ill (UTIL. CUT) When concrete base is required for repairs > 200 square feet in area, the base repair shall be either min. 8" concrete base (see D-23, 2:27 concrete base) or as min. 5" reinforced concrete base (see DA-35, Reinforced Concrete Pavement or Base) as directed by the Engineer. Any deviation from standard repair shall be approved by the Water Department. DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) These items will include the furnishing and placing of H.M.A.C . surface course as directed by the Engineer. Far Specifications governing Type ''D" H.M.A.C. see the 1982 Texas State Department of Highways and Public Transportation , Spec. ltem No. 340 "Hot Mix Asphaltic Concrete Pavement". H.M.A.C. is also covered under Spec. Item No. 312 in the Standard Specifications for Construction, City of Fort Worth . Subsidiary to the H.M.A.C. pavement shall be sawing, removal of asphaltic material, gravel and excavation as shown on the details or as directed by the Engineer. The removed surfacing shall be loaded into trucks upon removal and hauled away from the job site as directed by the Engineer. In no case shall the removed surface be stockpiled on the job site. 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. The existing asphalt pavement shall be saw cut into a square or rectangular shape and cut side faces vertically. The sawed asphalt pavement shall be a minimum of 1' outside the utility cut area. 11/02104 ASC-58 PART DA -ADDITIONAL SPECIAL CONDITIONS 3 . Apply liquid asphalt tack to vertical faces and bottom of excavated area in a uniform manner. Do not puddle tack coat on bottom of utility cut area. Do not apply tack coat to washed rock. 4 . Place H.M.A.C . surface mix in lifts not to exceed three (3) inches. Last or top lift shall not be less than two (2) inches in thickness. 5. Each lift shall be thoroughly compacted with a plate compactor or portable vibratory roller. Fifteen to twenty passes will be necessary with a vibratory roller and mix temperature above 250 F (121 C) to ensure a good compaction . Top lift when compacted shall be approximately 1/8 inch above surrounding pavement. 6. Apply liquid asphalt around edges of patch along cold joints. 7. Clean up surrounding area. Do not leave excess fill or excavated material on the pavement. 8 . Remove safety signs , barricade and/or warning devices after job is complete . Payment shall be made at the unit price per S .Y . 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-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) Contractor will be responsible for adjusting water valve boxes, manholes and vaults to match new pavement grade. The unit price bid will be full payment for materials including all labor, equipment, tools and inc identals necessary to complete the work . DA-92 MAINTENANCE BOND {UTIL. CUT) A maintenance bond in the amount of one hundred percent (100%) of the contract amount shall be furnished for a period of two years from the date of final acceptance of the work will be required on this project. DA-93 DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) Upon the direction of the Engineer, the Contractor shall provide a lime stabilized Subgrade or base in conformance with Specification Items 210 and 212 of the City of Fort Worth's Transportation and Public Works Department's Standard Specifications for Street and Storm Drainage Construction. Unless otherwise directed by the Engineer, lime shall be applied at the minimum rate of four pounds (4#) per square yard per inch depth. Payment shall be made by the square yard at the unit price bid for the quantity measured in place and shall include all labor, equipment , material , and incidentals necessary to satisfactorily complete the project. No payment shall be made for the hydrated lime as it shall be considered subsidiary to the bid price for lime stabilization. DA-95 OMIT DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT} 11102104 ASC-59 PART DA -ADDITIONAL SPECIAL CONDITIONS Th is pay item shall apply ta all storm dra in structures such as inlets , manholes, headwalls , o r other facilities which, in the opinion of the Engineer require repair. Th e Contractor shall remove and replace the tops of existing drainage structures and a portion of the walls of the structure as directed by the Engineer. The vert.ical re inforcing steel bars in the walls shall be cleaned of any concrete or dirt and exposed a minimum of twelve (12) inches . New steel shall be used in the reconstruction of the walls and top. No payment shall be made for manhole frames, lids , steps and other miscellaneous items of construction , as they shall be considered subsidiary to the unit price bid for Repair of Storm Drain Structures. Unless directed otherwise by the Engineer, the existing manhole frames, lids, and other miscellaneous items may be reused . Storm Drain Structure Repair shall be performed in conformance with specification Item 444, "Manholes and Inlets", and Drawing No. S-SD1 through S-SD20 of the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction and shall further apply to all storm drainage facilities of a similar design and construction . Payment for Repair of Storm Drain Structures shall be made by the cubic yard of concrete required to reconstruct the structures as well as all steel , etc. in conformance with the appropriate drawings . · DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) In high traffic areas where the utility cut repair must be returned to service sooner than a normal cu re time will allow, the Contractor shall use concrete admixtures as outlined in Item 422 , "Concrete Admixtures" or ready made mixes such as "Rapid Set" concrete mix or approved equa l. Any and all materials used shall conform to the above mentioned Item 422. Payment far quick set concrete shall be made at the unit price bid per CY 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-98 UTILITY ADJUSTMENT (UTIL. CUT) 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 utility cut repairs to water, sanitary sewer, and natural gas service lines and appurtenances including irrigation lines (sprinkler systems), etc. where such lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal ; however, this does not guarantee any payment for utility adjustments , neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor's responsibility ta provide the services of a licensed plumber ta mak.e the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repa ired and adj usted by the Contractor at the Contractor's expense . The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent 11/02104 ASC-60 PART DA -ADDITIONAL SPECIAL CONDITIONS (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments . DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) All applicable provisions of Standard Specification Item 504 "Concrete Sidewalks and Driveways" shall apply . The Contractor shall construct standard concrete sidewalk and wheelchair ramps as shown in the details or as directed by the Engineer. All concrete flared surfaces (wheelchair ramp wing or 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 manufacturer's instructions. Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimensions approved by the Engineer, meeting the aforementioned specification if needed . The sample , upon approval by the Engineer shall be the acceptable standard to be applied for all wheelchair ramp construction . Surface coloring shall be subsidiary to the unit price for 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. DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) The following criteria will be used to determine the limits of concrete pavement repair for this contract: 1. The minimum size of repair for concrete shall be 5'x 5'. 2. Whenever the limits of the repair are 8 feet or less from an adjacent joint of any type, the replacement shall be extended to that joint. 3. Dummy joints shall be sawed across any panel where a construction joint intersects the panel and a joint does not exist All new joints (construction or dummy) shall be parallel with existing joints. 4. Depending on the existing longitudinal joint spacing and the limits of the damaged pavement, the contractor may be required to extend the replacement to the halfway point of the panel. The determination shall be made by the inspector on a case by case basis in order to assure uniform joint spacing . Payment for all concrete pavement repairs shall be made at the unit price bid per square yard as shown in the proposal and shall be full compensation for furnishing all labor, materials. equipment, tools, and incidentals necessary to complete the work . However, payment for sawcutting dummy joints in adjacent panels shall be made under the appropriate bid item. DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) This item shall apply for the placement of concrete curb and gutter on H.M .A.C. paved streets. Specification item no. 502 of the City of · Fart Worth Transportation and Public Works 11/02104 ASC-61 PART DA -ADDITIONAL SPECIAL CONDITIONS Department's Standard Specifications for Street and Storm Drain Construction shall govern this item . DA-102 PAYMENT (UTIL. CUT) Because of the unique nature of this contract , C8-8.5 PARTIAL ESTIMATES AND RETAINAGE of the General Conditions shall not apply and shall be superseded by the following : (Please initial below) Whenever the improvements prescribed by an individual Work Order have been completed, the Contractor shall notify the Engineer. The Engineer or other appropriate official of the Owner will , within a reasonable time, perform the inspections . If such inspection reveals that the improvements are in an acceptable condition and have been completed in accordance with the terms of the Contract Documents and all approved modifications thereof. the Engineer will recommend acceptance of the work under that particular Work Order and recommend payment therefore . If the Enginee~ finds that the work has not been completed as required, he shall so advise the Contractor in writing, furnishing him an itemized list of all known items which have not been completed or which are not in an acceptable condition. When the Contractor has corrected all such items, he shall again notify the Engineer that the improvements are ready for inspection, and the Engineer shall proceed as outlined above . Whenever the improvements prescribed by the individual Work Order have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, an estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. The amount of the estimate will be paid to the Contractor after acceptance by the Water Department Director, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the 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 under that Work Order have been paid in full , that the wage scale established by the City Council in the City of Fort Warth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the individual payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for' anything done or furnished or relating ta the work under that Work Order or any act or neglect of said City relating to or connected with the Contract. The making of the payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. Bidder's Initials -------- DA-103 DEHOLES (MISC. EXT.) The Contractor excavates for existing water and/or sanitary sewer rriain as detailed by work order together with a sketch. The location and dimensions shown on the plans relative to other existing 11/02104 ASC-62 PART DA -ADDITIONAL SPECIAL CONDITIONS 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. It shall be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the dehole process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities resulting from the Contractor's operations, shall be restored at his expense. Payment for work such as backfill and all other associated appurtenants required, shall be included in the price of the appropriate bid item. DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) The Contractor shall have no mare than three (3) locations under construction at any one time, unless approval by the Engineer has been granted in writing. DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) Care shall be taken to keep all water extensions clean and free from foreign objects. Chlorinated lime shall be placed in the first joint of pipe of the extension and upon completion of the pipe laying, water shall be introduced slowly for sterilization, after which the extension shall be thoroughly flushed with clean water. Risers shall be installed, as directed by the Engineer, for flushing and for providing sample points for bacteria tests . The water main extensions of the project shall be tested under normal line pressure and any leaks observed shall be immediately repaired. 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 ta 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.) It is contemplated that Work Orders will be issued to the Contractor for work to be performed under this Contract for not ta exceed 365calendar days following the date of the Contract nor to exceed the limit of the bid price, whichever should occur first. The Contractor shall be required to complete any work covered by a Work Order issued prior to that date of termination but will not be required to accept any work order far execution dated after that date of termination. If the cost of the work performed under this Contract is less than the limit of the bid price at the end of the 365 calendar day period, at the City's option and the Contractor's concurrence, the Project may be extended to the limit of the bid price. DA-108 FLOWABLE FILL (MISC. EXT.) 11102104 ASC-63 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. Description : The flowable fill material shall be delivered to the site, free flowing and self-leveling and shall have a consistency enabling it to fill all voids without tamping, vibrating or compacting . The flowable fill material shall have an in place density of not less than 95 and not more than 115 l.bs./cu. ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and not more than 85 PSI allowing the material to be removed with hand tools such as picks and shovels . The height of free fall of the flowable fill shall not exceed four (4) feet. 2. Material Specifications : Flowable fill shall consist of: a. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as necessary). b. Aggregates meeting ASTM C-33 c. Sand or fine aggregates as per City of Ft Worth Standard Specifications for Street and Storm Dra in Construction Item 406 d. Flyash, Class C or F, meeting ASTM C-618 e. Admixtures 1. Mineral admixtures will be pozzolanic 2. Chemical admixtures shall be in liquid or powder form used in standard ready-mix concrete products unless specifically designed for flowable fill. Permissible types of admixtures are: DA-109 OMIT a. High air generators, as manufactured by Grace Construction Products or approved equal, which are specifically designed for flowable fill to lower unit weights, reduce shrinkage and subsidence, and control compressive strength . b. Air entraining admixtures conforming to ASTM C-260 . c. High range water reducers conforming to ASTM C-494 Type F or G. d. Accelerating admixtures conforming to ASTM C-494 , Type C . 1. Non-chloride, non-corrosive accelerators used where metals are present in concrete or embedded members. 2. Calcium chloride DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) The Engineer shall determine and designate to the Contractor the location of the service main requiring replacement by a Work Order together with a sketch for each such replacement, giving the limits, size and nature of work required . The Engineer will notify the Contractor that a Work Order is ready and fax the Contractor a copy of the Work Order notification . The Contractor is to provide his fax number to the Engineer at the pre-construction conference. Single or several Work Orders may be issued at one time . The Contractor shall initiate work on a replacement within seven (7) working days of the date the Work Order is faxed to the Contractor, and continue work an the Work Order until it has been completed, not including paving . The Contractor shall furnish and supply sufficient equipment and personnel ta complete the Work Order in the amount of time provided for in the Work Order. Should the Contractor fail to start any Work Order within 11102104 ASC-64 PART DA -ADDITIONAL SPECIAL CONDITIONS the time specified, he shall add the necessary work crews and equipment to prosecute the work to complete the Work Order or Work Orders in the time provided therefore. DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) Should the contractor fail to complete an individual work order in the given amount of calendar days as specified on each individual work order, liquidated damage charges as prescribed in Part C -General Conditions C7-7 .1 O Time of Completion will be subtracted from the final pay estimate of that particular work order. The estimated amount for each particular work order will be used for determining the amount of damages charged per calendar day of time exceeding the specified amount. The first two paragraphs of Part C -General Conditions C7-7.10 lime Of Completion shall be replaced with the following : The time of completion of each individual work order in an essential element of this contract. Each work order issued will have the maximum allowed number of calendar days allowed far the completion of that specific work. The number of calendar days specified will be calculated as follows: The total estimated cost for the specific work order divided by 2000 (rounded up) + 10 days = Number of Calendar Days allowed for Construction of Individual Work Order. DA-112 MOVE IN CHARGES (MISC. REPL.) A Wark Order may contain one or more locations. One move;.in fee wi.11 paid to the contractor per Work Order issued. Locations far multiple sites per Work Order will be in the same general vicinity, if possible, and if so, only one mobilization charge will be paid. When water and sewer work are required only the water move in fee will be paid. At no time will both fees be paid for one specific location. 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 pasts. 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.) The Contractor shall pay liquidated damages of one hundred dollars ($100.00) per day per Work Order, for failure to begin a Work Order within the seven (7) working days of the date the Work Order is faxed to the Contractor. Failure ta complete project within the stipulated construction time on the Work Order, the Contractor will pay liquidated damages in the amount stipulated in these contract documents. 11102104 ASC-65 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-11 5 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) Because of the unique nature of this contract, the number of trench safety system designs required is not 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 Administration Standards, 29 CFR Part 1926, Subpart P-Excavations as detailed in D-26 Trench Safety ~ystem, 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 As specified in Part C, General Conditions CS-5.6, the contractor shall provide a field office exclusively for the City of Fort Worth Construction Manager and coordination meetings for the following: A. Temporary field office shall be established on the job site where approved or directed by the Engineer, adequately furnished. B. Contractor shall provide either a separate building or a partitioned-off space of at least 140 sq ft of floor space with solid lockable door in Contractor's building for the exclusive use of the City of Fort Worth Construction Manager throughout the period of construction. The temporary office s hall be weathertight, have a tight floor at least 8-in off the ground and shall be insulated and s uitably ventilated. The office shall be provided with janitor service, heating and cooling equipment, electrical wiring, outlets and fixtures suitable to light the tables and desk adequately as directed. Provide separate toilet facilities in the field office. C . Provide the following furniture and equipment in the Construction Manager's office: 1. One plan table, 3-ft by 5-ft and one stool 2. Desk about 3-ft by 5-ft with desk chair 3. Two additional chairs 4. Two-drawer, filing cabinet with lock Field office shall also have available to the Construction Manager the following: 1. One conference table (6-ft). 2. Eight folding chairs. 3. First aid kit suitable for ten people with manual, American White Cross No. K10 or equal. 4. Duplicating machine, Xerox Model 10251 or equal. D Contractor shall furnish temporary light and power, including wiring , lamps and similar equipment as required to adequately light all work areas and with sufficient power capacity to meet the reasonable needs of the Construction Manager. Contractor shall make all necessary arrangements with the local electric company for temporary electric service and pay all expenses in connection therewith and pay all electrical bills. DA-117 TRAFFIC CONTROL PLAN 11102104 ASC-66 PART DA -ADDITIONAL SPECIAL CONDITIONS Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of the Contractor providing the traffic control plan. A traffic control plan has been prepared and is included in the project plans . All other requirements of D-8 shall apply. 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 for 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 unit price bid for the water or sewer main. 11/02104 ASC-67 SPECIAL PROVISIONS FOR STRE.ET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK ................................................................................................................................... SP-4 2 . AWARDOFCONTRACT ........................................................................................................................ 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 . WAGE RATES .......................................................................................................................................... SP-5 12 . EXISTING UTILITIES ............................................................................................................................. SP-6 13 . PARKWAY CONSTRUCTION ................................................................................................................ SP-6 14 . MATERIAL STORAGE ........................................................................................................................... SP-7 15 . PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS .............................................................................................................. · ............ SP-7 16 . INCREASE OR DECREASE IN QUANTITIES ...................................................................................... SP-7 17 . CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS ........................................................... SP-7 18. EQUAL EMPLOYMENT PROVISIONS ................................................................................................. SP-8 19 . MINORITY AND WOMENS BUSINESS ENTERPRISE .. (M/WBE) COMPLIANCE ........................................................................................................................ SP-8 20 . FINAL CLEAN UP ................................................................................................................................... SP-9 21 . CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATION LAW .......................................................................................................................... SP-9 22 . SUBSTITUTIONS ................................................................................................................................... SP-12 23 . MECHANICS AND MATERIALSMEN'S LIEN ................................................................................... SP-12 24 . w ·oRK ORDER DELAY ........................................................................................................................ SP-12 25 . WORKING DAYS .................................................................................................................................. SP-12 26. RIGHT TO ABANDON .......................................................................................................................... SP-12 27 . CONS TRUCTION SPECIFICATIONS .................................................................................................. SP-12 28 . MAINTENANCE STATEMENT ........................................................................................................... SP-12 29 . DELAYS .................................................................................................................................. SP-13 30 . DETOURS AND BARRICADES ........................................................................................................... SP-13 31 . DISPOSAL OF SPOIUFILL MATERIAL ............................................................................................. SP-13 32. QUALITY CONTROL TESTING .......................................................................................................... SP-13 33. PROPERTY ACCESS ............................................................................................................................. SP-14 34 . SAFETY RESTRICTIONS -WORK NEAR HIGH VOLT AGE LINES ............................................... SP-14 35 . WATER DEPARTMENT PRE-QUALIFICATIONS ............................................................................. SP-14 36 . RIGHT TO AUDIT ................................................................................................................................. SP-15 37 . CONSTRUCTION STAKES ................................................................................................................... SP-15 38 . LOCATION OF NEW WALKS AND DRIVEWAYS .......................................................................... SP-15 39 . EARLY WARNING SYSTEM FOR CONSTRUCTION ........................................................................ SP-15 40 . AIR POLLUTION WATCH DAYS ......................................................................................................... SP-16 05/27/05 SP-1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONST RUCTION ITEMS : 41. PAY ITEM-UNCLASSIFIED STREET EXCAVATION ...................................................................... SP-17 42 . PAY ITEM -6" REINFORCED CONCRETE PAVEMENT .................................................................. SP-17 43 . PAY ITEM -SILICONE JOINT SEALING .............................. : .............................................................. SP-17 44 . PAY ITEM -7" CONCRETE CURB ....................................................................................................... SP-21 45 . PAY ITEM-RETAINING WALL ........................................................................................................... SP-21 46 . PAY ITEM -REPLACE EXIST. CURB AND GUTTER ........................................................................ SP-21 47 . PAY ITEM-HMAC TRANSITION ........................................................................................................ SP-21 48 . PAY ITEM -6" PIPE SUBDRAIN .......................................................................................................... SP-22 49 . PAY ITEM -TRENCH SAFETY ......................................... -.................................................................... SP-22 50 . PAY ITEM -8" THICK LIME STABILIZED SUBGRADE AND CEMENT FOR SUBGRADE STABILIZATION ............................................................................................................... SP-22 5 L PAY ITEM -6" HMAC PAVEMENT (THICKNESS TOLERANCES AND HMAC TESTING PROCEDURES) ................................................................................................................. SP-22 52 . PAY ITEM -CONCRETE FLAT WORK (CURB , CURB & GUTTER, SIDEWALKS, LEADW ALKS , WHEELCHAIR RAMPS AND DRIVEWAYS) ...................................... SP-23 53 . PAY ITEM-REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS , STEPS, LEADW ALKS AND WHEELCHAIR RAMPS ................................................................. SP-24 54. PAY ITEM -REMOVE EXISTING CURB AND GUTTER ................................................................... SP-24 55 . PAY ITEM-REMOVE EXISTING CURB INLET ................................................................................ SP-24 56. PAY ITEM -6" REINFORCED CONCRETE DRIVEWAY .................................................................. SP-24 57 . PAY ITEM -REMOVE AND CONSTRUCT CONCRETE STEPS ......................... __ ............................ SP-24 58 . PAY ITEM-4' STANDARD CONCRETE SIDEWALK, LEADWALKAND WHEELCHAIR RAMP . .-.................................................................................................... SP-24 59 . PAY ITEM -REMOVE AND REPLACE FENCE .................................................................................. SP-25 60 . PAY ITEM-STANDARD 7'' CURB AND 18 " GUTTER ...................................................................... SP-25 61. PAY ITEM -REMOVE AND RECONSTRUCT MAILBOXES/MISCELLANEOUS ........................... SP-25 62 . PAY ITEM -BORROW ................................................................................................................. __ ........ SP-25 63 . PAY ITEM-CEMENT STABILIZATION ............................................................................................. SP-26 64. PAY ITEM -CEMENT ·············--·········· .................................................................................................. SP-26 65 . PAY ITEM -NEW 7" CONCRETE VALLEY GUTTER ........................................................................ SP-26 66 . PAY ITEM -STORM DRAIN INLETS ................................................................................................... SP-26 67 . PAY ITEM -TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN ......................................................................................................... SP-26 68 . PAY ITEM -STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN I ACRE) ................................................................... SP-27 69 . PRE BID ITEM-PROJECT DESIGNATION SlGN .............................................................................. SP-28 70 . PRE BID ITEM -UTILITY ADJUSTMENT .......................................................................................... SP-29 71 . PRE BID ITEM -TOP SOIL .................................................................................................................... SP-29 72 . PRE BID ITEM -ADJUST WATER VALVE BOX ............................................................................... SP-29 73 . PRE BID ITEM -MANHOLE ADJUSTMENT ...................................................................................... SP-29 74 . PRE BID ITEM -ADJUST WATER METER BOX ............................................................................... SP-29 75 . NON-PAY ITEM -CLEARING AND GRUBBING ............................................................................... SP-29 76 . NON-PAY ITEM -SPRINKLING FOR DUST CONTROL.. ................................................................. SP-29 77 . NON-PAY ITEM -PROTECTION OF TREES , PLANTS AND SOILS ................................................ SP-30 78 . NON-PAY ITEM -CONCRETE COLORED SURFACE ...................................................................... SP-30 05/27/05 SP-2 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 79 . NON-PAY ITEM -PROJECT CLEAN-UP ............................................................................................. SP-30 80 . NON-PAY ITEM -PROJECT SCHEDULE ............................................................................................ SP-30 81. NON-PAY ITEM -NOTIFICA TlON OF RESIDENTS .......................................................................... SP-31 82. NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION .............. SP-31 83. NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING ....................................... SP-31 84 . NON-PAY ITEM -WASHED ROCK ..................................................................................................... SP-31 85 . NON-PAY ITEM -SA WCUT OF EXISTING CONCRETE .................................................. : ............... SP-32 86. NON-PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES .......................................................................................... SP-32 87 . NON-PAY ITEM -TIE-IN INTO STORM DRAIN STRUCTURE ....................................................... SP-32 88 . NON-PAY ITEM -SPRINKLER HEAD ADJUSTMENT ..................................................................... SP-32 89. NON-PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS .............................. SP-32 90 . NON PAY ITEM-TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ... SP-33 91 . 'GREEN' CEMENT POLICY ................................................................................................................. SP-34 91. PAY ITEM -TRAFFIC CONTROL ....................................................................................................... SP-34 05/27/05 SP-3 SPECIAL PROVISIONS FOR STREET AND STORMDRAIN IMPROVEMENTS FOR: 2004 CIP NE 29TH STREET (WEBER ST . TO SCHWARTZ AVE.), N. HAMPTON STREET (NE 32ND ST. TOE. LONG AVE.) N. TERRY STREET (NE 30TH ST. TO NE 35TH ST.) FORT WORTH , TEXAS DOE PROJECT NO . 5397 PAVING PROJECT NO. C200-531200-20240-0044232 CITY PROJECT NO.: 00442 1. SCOPE OF WORK : The work covered by these plans and specifications consist of the following : Reconstruction of NE 291 h Street , N . Hampton Street and N. Terry Street 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 1 and Unit II constitute a package. If the Contractor submits a bid on both Unit 1 and Unit II and has the lowest responsive proposal price , the Contractor will be the apparent successful bidder for this project. The Contractor can bid either the HMAC alternate and/or the Concrete alternate. The additive alternate must be included in any bid . Bidders are hereby informed that the Director of the Engineering Department reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City . 3 . PRECONSTRUCTION CONFERENCE: The successful Contractor, Engineer, and City -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 its effect on others. A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction . As used herein, the term "Engineer'' shall mean the design 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 unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. 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. 05/27/05 SP-4 During construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 5. BID SUBMITTAL: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids as appropriate and as determined by the Director of the Engineering Departmentl 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 unit prices bid on the proposal and specified in the plans and specifications and approved by the Engineer per <;1ctual field measurement. 9 . SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects, such as conditions imposed by the Plans, the General Contract Documents or these special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item or work, the cost of which shall be included in the price bid in the Proposal for each bid item, including but not limited to surface restoration cleanup and relocation of mailboxes. All objectionable matter required to be removed from within the right-of-way and not particularly described under these specifications shall be covered by Item No. 102 "Clearing and Grubbing" and shall be subsidiary to the other items of the contract. 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". 11. WAGE 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 Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. Complaints of Violations and City Determination of Good Cause. On receipt of information , including a complaint by a worker, concerning an alleged violation of 2258.023 , Texas Government Code, by a contractor or subcontractor, the City shall make an initial 05/27/05 SP-5 determination , before the 31st day after the date the City rece ives 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 d istrict court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arb itration . 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 compl ied with the requirements of Chapter 2258 , Texas Government Code . Posting of Wage Rates . The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all t imes. Subcontractor Compliance . The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above . (Wage rates are attached at the end of this section .) 12 . EXISTING UTILITIES : The locations and dimensions shown on the plans relative to existing utilities are based on the best information available . It shall be the Contractor's responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance. The Contractor shall take all necessary precautions in order to protect all services encountered . Any damage to utilities and any losses to the utility City due to disruption of service resulting from the Contractor's operations shall be at the Contractor's expense. 13 . PARKWAY CONSTRUCTION : During the construction of this project , it will be required that all parkways be excavated and shaped at the same time the roadway is excavated . Excess 05/27/05 SP-6 excavation will be disposed of at locations approved by the Director of the Eng i neering Department. 14. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission from the property City . 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures , improvements and utilities , wh ich may be encountered . The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Engineer to be accurate as to extent, location and depth , they are shown on the plans as the best information available at the time of design , from the Owners of the utilities involved and from evidences found on the ground . 16. INCREASE OR DECREASE IN QUANTITIES : The quantities shown in the Proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid . No additional compensation shall be pa id to Contractor for errors in the quantities. Final payment will be based upon field measurements. The C ity reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but not to the various depth categories. 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to i ndemnify City's Engineer and Architect, and their personnel at the project site for Contractor's sole negl igence. 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 cla i ms or suits fo r 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 o r 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 C ity from and aga inst 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 C ity satisfactory evidence that the cla im 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 othe r City of Fort Worth publ ic wo rk from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 05/27/05 SP-7 18. EQUAL EMPLOYMENT PROVISIONS : Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7400 (Fort Worth C ity Code Sections 13-A-21 through 12- A-29) prohib iting discrimination in employments practices . The Contractor shall post the requ ired 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 appl icant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. 19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE: In accordance with City of Fort Worth Ordinance No . 15530, the City has goals for the participation of minority business enterprises and women business enterprises in City contracts . The Ordinance is incorporated in these specifications by reference . A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply w ith the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM , M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM , as applicable , must be submitted within fine (5) city business days after bid opening . Failure to comply shall render the bid non-responsive. Upon request , Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract an d payment thereof. Contractor further agrees to permit an audit and/or examination of any books , records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of acts (other than a negligent misrepresentation) and /or the commission fraud by the Contractor w ill 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 commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in C ity work for a period of t ime not less than three years . The City will consider the Contractor's performance regard ing its M/WBE program in the evaluation of bids. Fa ilure to comply with the City's M/WBE Ord inance , or to demonstrate "good fa ith effort", shall result in a bid being rendered non-responsive to specifications. Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed . Contractor shall also provide monthly reports on utilization of the subcontractors to the City's M/WBE office. The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals . The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed . All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Divis ion and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid . The Contracto r shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as appl icable . Failure to contact the listed M/WBE subcontractor or supplier prior to bid open ing 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 coo rdinator shall determine the goals appl icable to the work to be performed under the change order 05/27/05 SP-8 During the term of the contract the contract shall : 1. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid , and , 2 . If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform w ith 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 suppl iers . Justification for change may be granted for the following : a. Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance. b. Failure of Subcontractor to provide required general liability of other insurance. c . Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan . d . Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City , the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs. 20. FINAL CLEAN-UP : Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed . No more than seven days shall elapse after completion of construction before the roadway and ROW. is c leaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general 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 i nsurance coverage for the person's or entity's employees providing services on a proj ect, 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 pe rsons 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 regardles s of whether that person has employees . This includes , without limitation , independent Contractors, subcontractors , leasing compan ies , 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 , haul ing , or delivering equipment or 05/27/05 SP-9 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 del iveries , and delivery of portable toilets. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas Labor Code, Section 401 .011(44) or all employees of the Contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d . If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended . e . The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (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: ( 1) (2) (3) 05/27/05 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; 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; 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; SP-10 = j . k. 8 . (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 (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 05/27/05 The law requires that each person working on this site or providing services related to th is 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." SP-11 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 fa ilure to provide coverage". 22 . SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material that has been specified . Where the term "or equal ", or "or approved equal" is used , it is understood that if a material, product, or piece of equipment bearing the name so used is furnished , it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed substitutes is procured by the Contractor. Where the term "or equal", or "approved equal " is not used in the specifications , this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications . 23 . MECHANICS AND MATERIALMEN'S LIEN : The Contractor shall be required to execute a release of mechanics and materialmen's liens upon receipt of payment. 24. WORK ORDER DELAY: All utilities and right-of-way a re expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities , right-of-ways , easements and/or permits are cleared or obtained . The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 25 . WORKING DAYS : The Contractor agrees to complete the Contract within the allotted number of working days. 26 . RIGHT TO ABANDON: The City reserves the right to abandon , without obligation to the Contractor, any part of the project or the entire project at any t ime before the Contractor beg in s an y construction work authorized by the City. 27 . CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Engineering, 1000 Throckmorton Street, 2nd 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. 28 . MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship , or both , for a period of two (2) years from date of final 05/27/05 SP-12 = = acceptance of this project and will be required to replace at his expense any part or all of the project which becomes defective due to these causes . 29 . DELAYS : The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the Ci ty to provide information or material , if any , which is to be furn ished by the City. When such extra compensation is cla imed a written statement thereof shall be presented by the Contractor to the Director of the Eng ineering Department and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval ; and the action thereon by the Council shall be final and binding . If delay is caused by specific orders given by the Engineers to stop work or by the performance of extra work or by the failure of the City to prov ide material or necessary instructions for carry ing on the work , then such delay will entitle the Contractor to an equ ivalent extension of time , his application for which shall , however, be subject to the approval of the City Council ; and no such extens ion of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder wh ich 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 min imum of interruption to traffic and pedestrian facilities and to the flow of vehicula r a nd pedestrian traffic within the project area . Contractor shall protect construction as required by Engineer by prov iding barricades . Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers an d Warning and/or Detour Signs ," Item 524 and/or as shown on the plans . Construction signing and barricades shall conform with "1980 Texas Manual on Uniform Traffic Control Devices , Vol. No . 1." 31 . DISPOSAL OF SPOIUFILL MATERIAL: Prior to the dispos ing of any spoil/fill material , the Contractor shall advise the Directo r of the Department of Engineering acting as the City of Fort Worth 's Flood Plain Admin istrator ("Administrator"), of the location of all sites where the Contra ctor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Admin istrato r to meet the requirements of the Floo d Plain Ordinance of the City of Fort Worth (Ordinance No . 10056). All d isposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No 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 Administrator stating that the site is not in a known flood pla in or by a Flood Plain fill Permit authorizing fill with in the flood plain . Any expenses associated with obtaining the fill permit, including any necessary engineering stud ies , shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill materials at a si te without a fill permit or a lette r from the administrator approving the d isposa l s ite , upon notification by the Director of Engineering , Contractor shall remove the spoil/fill material at its expense and dispose of such materials in acco rdance 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, includ ing a mix des ign for any asphaltic and/or Portland cement concrete to be used and gradation analys is 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 proje ct a nd will bear any expense related thereto . (b) Tests of the design concrete mix shall be made by the Contractor's laboratory at least ni ne 05/27/05 SP-13 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) Qual ity 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 determ ined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsib ility 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 requ iring testing . The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested . (e) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The t icket shall specify the name of the pit supplying the fill material. 33 . PROPERTY ACCESS : Access to adjacent property shall be maintained at all t imes unless otherwise directed by the Engineer. 34 . SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES : The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven i nches, painted yellow with black letters that are legible at twelve feet shall be pl~ced inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs , pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows : "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm , except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work with in s ix feet of high voltage electric lines , notification shall be given the power company (TU Electric Service Company) which will erect temporary mechanical barriers , de-energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall mainta in an accurate log of all such calls to TU Electric Serv ice Company and shall record action taken in each case . (d) The Contractor is required to make arrangements with the TU Electric Service Company fo r the temporary relocation or ra ising of high voltage lines at the Contractor's sole cost and expense. (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in .Paragraph (c). 35. WATER DEPARTMENT PRE-QUALIFICATIONS : Any Contractor performing any work on Fort Worth water or sanitary sewer f acilities must be pre -qualified with the Water Department to perform such work in accordance with procedu res descri bed in the current Fort Worth Water 05/27/05 SP-14 Department General Specifications which general specifications shall govern performance of all such work. 36 . RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section . The City shall give Contractor reasonable advance notice of intended audits . (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall , under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books , documents , papers and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits . (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City . The City agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed . 37 . CONSTRUCTION STAKES : The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework . These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage , etc .), one set of excavation/or stabilization stakes , and one set of stakes for curb and gutter and/or paving. It shall be the sole responsibility of the Contractor to preserve , maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished . If, in the opinion of the Engineer, a sufficient number of stakes or markings provided by the City have been lost, destroyed , or disturbed, that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place , then the Contractor shall replace such stakes or markings as required . An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes , at the Contactor's expense. No claims for delay due to a lack of replacement of construction stakes will be accepted , and time will continue to be charged in accordance with the Contract Documents. 38 . LOCATION OF NEW WALKS AND DRIVEWAYS; The Contractor will make every effort to protect existing trees within the parkway, with the approval of the engineer the Contractor may re-locate proposed new driveways and walks around existing trees to minimize damage to trees . 39. EARLY WARNING SYSTEM FOR CONSTRUCTION : Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule , the following process shall be applicable : 05/27/05 SP-15 The work progress on all construction projects will be closely monitored. On a bi -monthly basis t he 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 t ime 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 Contractor receives such a letter, the Contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time . 2 . The Project Manager and the Directors of the Department of Engineering , Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary , the City Manager's Office and the appropriate city council members may also be informed . 3 . Any notice that may, in the City's sole discretion , be required to be provided to interested individuals will distributed by the Engineering Department's Publi c Information Officer. 4 . Upon receipt of the Contractor's response , the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will , if necessary, then forward updated notices to the interested ind ividuals . 5. If the Contractor fails to prov ide an acceptable schedule or fa ils to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately . 40. AIR POLLUTION WATCH DAYS : The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically , the OZONE SEASON , w ithin the Metroplex area , runs from May 1, through OCTOBER 31, w ith 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 des ignated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. 05/27/05 SP-16 CONSTRUCTION 41. PAY ITEM -UNCLASSIFIED STREET EXCAVATION : See Standard Specifications Item No. 106, "Unclassified Street Excavation" for specifications governing this item. Removal of existing penetration or asphalt pavement shall be included in this item. Operations necessary to windrow existing gravel base in order to lower or raise subgrade shall be considered as subsidiary to this item and no additional compensation shall be given as such. 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 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 . PAY ITEM -6" REINFORCED CONCRETE PAVEMENT: (a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement," shall apply. The Contractor shall use a six (6) sack concrete mix for all hand placement in the intersections. The unit price bid per square yard shall be full payment for all labor, material, equipment and incidentals necessary to complete the work. {b) Once an evaluation of the pavement is made to determine whether the crack is due to distress or minor shrinkage, the following policy 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 min imum 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. 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 05/27/05 SP-17 SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH , and Item 2 .210 "Joint Sealing " of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS. 2 . MATERIALS 2 .1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification . Before the installation of the joint sealant, the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint sealant 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 Joint Sealant The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation , M idland, Ml 48686-0994, or an approved equal. Self-Leveling Silicone Joint Sealant Test Method Test Requirement AS SUPPLIED **** Non Volatile Content, % min . 96 to 99 MIL-S-8802 Extrusion Rate, grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1 .206 to 1.340 **** Skin-Over Time, minutes max. 60 **** Cure Time, days 14 to 21 **** Full Adhesion , days 14 to 21 AS CURED -AFTER ASTM D 412, Die C Mod . Elongation, % min . 1400 ASTM D 3583 Modulus @ 150% Elongation, psi max. 9 (Sect. 14 Mod .) ASTM C 719 Movement, 10 cycles @ +100/-50% No Failure ASTM D 3583 Adhesion to Concrete , % Elongation min . 600 (Sect. 14 Mod .) ASTM D 3583 Adhesion to Asphalt, % Elongation min . 600 (Sect. 14 Mod.) 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent 05/27/05 SP-18 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 On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail" sheet or as directed by the Engineer within 12 hours of the pavement placement. (Note that for the "dummy" joints, the initial 1/4 inch width "green " saw-cut and the "reservoir" saw cut are identical and should be part of the same saw cutting operation . Immediately after the saw cutting pressure washing shall be applied to flush the coni::;rete slurry from the freshly saw cut joints .) The pavement shall be allowed to cure for a minimum of seven (7) days. Then the saw cuts for the joint sealant reservoir shall be made, the joint cleaned , and the joint sealant installed. During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F (4C) and rising . 4 . EQUIPMENT 4 .1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows : 4 .2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 4.3 High Pressure Water Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 4.4 Air Compressors : The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm . There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 4.5 Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 4.6 Injection Tool : This mechanical device shall apply the sealant uniformly into the joint. 4 . 7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 4 .8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination . They shall be compatible with the join depth and width requirements . 5. CONSTRUCTION METHODS 5.1 General: The joint reservoir saw cutting, cleaning , bond breaker installation , and joint sealant placement shall be performed in a continuous sequence of 05/27/05 SP-19 05/27/05 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 . 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. Bo th 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 clean ing , 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 Jo int 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 . SP-20 6. WARRANTY The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint sealing materials . The manufacturer shall agree to provide any replacement material free of charge to the City. Also, the Contractor shall provide the Engineer a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for two years after final acceptance of the completed work by the Engineer. 7. BASIS OF PAYMENT Payment will be made at the Contract bid item unit price bid per linear foot (L.F .) as 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 curb 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 . 45. PAY ITEM -RETAINING WALL: This item will consist of placing retaining walls in locations and at heights determined by the engineer in the field . All applicable section of City of Fort Worth Standard Specification item 518 shall apply except as follows : 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 GUTIER: This item is included for the purpose and removing and replacing existing curb and gutter in transition areas as determined by the Engineer in the field . The proposed curb and gutter will be of the same dimensions as the existing curb and gutter to be removed. 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 GUTIER" 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 . 05/27/05 SP-21 The price bid per ton HMAC Transition as shown in the Proposal will be full payment for mate ri als 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. Subdrain shall be installed only if field conditions indicate ground water at subgrade level after excavation and if deemed necessary by t he 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 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 Adm in istration , 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 w ith all other applicable Federal , State and local rules , regulations and ordinances. Measurement and Payment: All methods used for trench excavation safety protection shall be measured by the linear foot of trench and paid at the un it 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. 50. PAY ITEM - 8 " THICK LIME STABILIZED SUBGRADE & CEMENT FOR SUBGRADE STABILIZATION: See Standard Specifications Item No. 210 , "Lime Treatment (Material Manipulation)" and Specification Item No. 212 , "Hydrated Lime and Lime Slurry" for specifications governing this item . Quantities for this pay item are approximate and are given only to establish a unit price for the work. The p rice bid per square yard for "8" THICK LIME STABILIZED SUBGRADE" as shown in the Proposal· will be full payment for all labor, equipment, tools and incidentals necessary to complete the work. The price bid per ton for "LIME FOR SUBGRADE STABILIZATION " as shown i n the Proposal will be full payment for materials necessary to complete the work. 51. PAY ITEM -6 " H .M.A.C. PAVEMENT (Thickness Tolerances and HMAC Testing Procedures): The base course shall be a 3" deep Type "B" course placed in one lift. The surface course shall be a 3" deep Type "D" course placed in one lift. All provisions of Standard Specification No. 312 .7 'Construction Tolerance' shall apply except as modified herein : 1) After completion of each asphalt paving course , core tests will be made to determine compliance with the contract specifications. The hot-mix asphaltic concrete pavement will be core drilled by the City of Fort Worth. The thickness of the asphaltic surface will be determined by measurement cores taken at locations determined by the Engineer. The thickness of individual cores will be determined by averaging at least three (3) measurements. If the core measurements indicate a deficiency, the length of the area of such deficient thickness shall be determined by additional cores taken along the length of the pavement in each direction until cores are obtained which are at least of specified thickness . The w idth of such area shall not be less than % of the roadway width . 05/27/05 SP-22 2) When the thickness of the base course (as determined from core samples) is more than 15% deficient of the plan thickness, the Contractor shall remove and replace the deficient area at his own expense. If the thickness is less than 15% deficient, the Contractor shall make up the difference in the base thickness with surface course material. 3) The surface course must be the plan thickness . This does not include surface course material used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness. Deficient areas (as determined in item 1) found to be less than the plan thickness will be removed and replaced at the Contractor's expense. 5) No additional payment over the contract price will be made for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications. 6) HMAC Testing Procedure: The Contractor is required to submit a Mix Design for both Type "8'' and "D " asphalt that will be used for each project. Th is 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 rolling pattern that will provide the required densities. The required Density for Type "8" 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 "8 " and "D" asphalt. Densities on type "8 " must be done before Type "D" asphalt is applied . Cores to determine thickness of Type "8 " asphalt must be taken before Type "D" asphalt is applied . Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. 52 . PAY ITEM -CONCRETE FLAT WORK (CURB, CURB & GUTTER SIDEWALKS, LEADWALKS, WHEELCHAIR RAMPS AND DRIVEWAYS): Concrete flatwork is defined as curb , curb and gutter, sidewalks , leadwalks , wheelchair ramps and driveways as shown in the plans. This provision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item . Required backfilling and finished grading adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed . No payment will be made for flatwork until the pay item has been completed, which includes backfilling and finished grading. 05/27/05 SP-23 53 . PAY ITEM-REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS, STEPS, LEADWALKS AND WHEEL CHAIR RAMPS : This item includes removal of existing concrete sidewalks , driveways , steps, leadwalks and wheelchair ramps at location shown on the plans or as designed by the Engineer. See Item No . 104 "Removing Old Concrete", for Specifications governing this item . 54. PAY ITEM-REMOVE EXISTING CURB AND GUTTER: Where shown on the plans or where designated by the Engineer, existing curb and or gutter and existing laid down curb shall be removed and disposed of in a manner satisfactory to the Engineer. Measurement will be by the linear foot for curb and gutter, laydown curb removed, and for all labor, tools, and incidentals necessary to complete the job. 55 . PAY ITEM-REMOVE EXISTING CURB INLET: This item shall include all labor, materials, and equipment necessary to remove and dispose of the existing inlet and removal and connection of the existing RCCP lead pipe inlet as shown on the Plans and as directed by the Engineer. 56. PAY ITEM - 6" THICK REINFORCED CONCRETE DRIVEWAY: See Standard Specification Item No. 504, "Concrete Sidewalks and Driveways" for specifications 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, equipment, tools and incidentals necessary to complete the work. 57 . PAY ITEM-REMOVE AND CONSTRUCT CONCRETE STEPS: See Standard Specification Item No . 516, "Concrete Steps" for specifications governing this item as well as details SM-3 . The price bid per each for "REMOVE CONCRETE STEPS" and "CONSTRUCT CONCRETE STEPS" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the removal and construction of each set of concrete steps . 58 . PAY ITEM -4' STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAMP : All applicable provisions of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways " shall apply except as herein modified . The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the Engineer. The Contractor shall not remove any regulatory sign, instruction sign, street name and sign or other sign which has been erected by the City . The Contractor shall contact Signs and Marking Division, TPW (Phone 817-392-7738). All concrete flared surfaces shall be colored with LITHOCHROME color hardener as manufactured by L.M . Scofield Company or equal. The color hardener shall be brick red color and dry-shake type , and shall be used in accordance with manufacturers instructions. "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 . 05/27/05 SP-24 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 co lor distribution ." 59 . PAY ITEM-REMOVE AND REPLACE FENCE: This item shall include the removal and reconstruction of the existing fence at the locations shown on the plans or where deemed necessary by the Engineer. The Contractor shall exercise caution in removing and salvaging the materials to they may be used in reconstructing the fence . Their constructed fence shall be equal in every way , or superior, to the fence removed . The Contractor shall be responsible for keeping livestock within the fenced areas during construction operation and while removing and relocating the fence , and for any damage or injury susta ined by persons, livestock or property on account of any act of omission , neglect or misconduct of his agents , employees , or subcontractors. The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work . 60 . PAY ITEM-STANDARD 7" CURB AND 18 " GUTIER: All provisions of Standard Specification No . 502 'Concrete Curb and Gutter' shall apply except as 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 fa ils to backfill either in from of the gutter or behind the curb w ithin 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 m inimum compressive strength of three thousand (3,000) pounds pe r 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 required . 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 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 arch itecturally the same in material and appearance and should be reconstructed or repa ired in a better or new cond ition . All appl icable provisions of City of Fort Worth Construction Standards shall apply. 62 . PAY ITEM-BORROW: The non-expansive earth fill should consist of so il 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 m inimum of 85 percent pass ing 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 (pe rmeability) of 1 E-05 cm/sec, as 05/27/05 SP-25 determined by laboratory testing of remolded specimens of the actual materials proposed for the non- expansive earth fill. 63. PAY ITEM-CEMENT STABILZATION: All applicable provisions of Item 214, 'Portland Cement Treatment' shall apply. 64 . PAY ITEM-CEMENT: All applicable provisions of Item 214, 'Portland Cement Treatment' shall apply. 65. PAY ITEM -NEW 7" CONCRETE VALLEY GUTTER: This item shall include the construction of concrete valley gutters at various locations to be determined in field . Removal of existing , asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item . See standard specification Item No. 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No . 106 , "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included . Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch . Contractor shall work on one-half of Valley gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. 66. PAY ITEM -STORM DRAIN INLETS: An alternative method of construction for these items will be "Pre-Cast" manholes and inlets . If the Contractor desires to use this method, he must submit details for the construction to the Transportation and Public Works Department fore review and approval if said details are acceptable. The Pre-Cast construction must be equal or superior to the strength requirements for this item as set out in Item 444, "Manholes and Inlets" and said construction shall be in compliance with all other requirements of Item 444 where applicable. 67. PAY ITEM -TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN : Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area . Payment will be made for the quantity of earth excavated/backfilled . The placing of fill shall be subsidiary to the trench excavation/backfill price . Excess material which is obtained from excavating the trench shall be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications. All excavated material which is unacceptable as fill material shall become the property of the Contractor to be hauled off the site and disposed of properly. Unacceptable material shall be, but not limited to : rocks , concrete , asphalt, debris , etc. The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices . 05/27/05 SP-26 68 . PAY ITEM -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 Texa s 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 requ ired 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 control s 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 physi cal 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 meeting a TCEQ Notice of Intent (NOi) fo rm 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 ho urs prior to the Contractor moving on site and shall include the required $100 application fee . The NOi shall be mailed to : Texas Commission on Environmental Quality Storm Water & General Permits Team ; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOi shall be sent to : City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth , TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity , the Contractor shall sign , prior to final payment, a TCEQ Notice of Termination (NOT) form prepare d by the engineer. It serves as a notice that the site is no longer subject to the requirement of the perm it. 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 eros ion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site . Five of the project SWPPP 's are available for viewing at the plans desk of the Department of Engineering . The selected Contractor shall be provided with three copies of the SWPPP after award of contract , al ong with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. 05/27/05 SP-27 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 . SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES : Submission of a NOi form is not required. However, a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above , shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, 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 structura l 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. FOR DISTURBED AREAS LESS THAN 1 ACRE , SPECIAL PROVISION 23 -40 SHALL BE APPLICABLE. 69 . PRE BID ITEM -PROJECT DESIGNATION SIGN : The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction . Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance w ith the enclosed detail. The sign shall be constructed of o/." 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. 05/27/05 SP-28 70. PRE BID ITEM -UTILITY ADJUSTMENT: This item is included for the basic purpose of establishing a contract price which will be comparable t o the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposa l; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence , where such lines would not have required adjustment or repair otherwise , the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. 71 . PRE BID ITEM -TOP SOIL: The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted) over the parkway area and do not include deeper than design depth behind the curb . The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on -site. Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed . 72 . PRE BID ITEM -ADJUST WATER VALVE BOX: Contractor will be responsible for adjusting water valve boxes to match new pavement grade . The water valves themselves will be adjusted by City of Fort Worth Water Department forces . The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 73 . PRE BID ITEM -MANHOLE ADJUSTMENT: This item shall include adjusting the tops of existing and/or proposed manholes to match proposed grade as shown on the plans or as directed by the Engineer. Standard Specification Item No . 450 shall apply except as follows : Included as part of 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. 74. PRE BID ITEM -ADJUST WATER METER BOX: This item shall include raising or lowering an existing meter box to the parkway grade specified . No payment will be made for existing boxes, which are within 0.1' of specified parkway grade. The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 75 . NON-PAY ITEM -CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing ." However, no direct payment will be made for this item and it shall be considered incidental to this contract. 76 . NON-PAY ITEM -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200 , "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. 05/27/05 SP-29 77. NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns , yards , shrubs , trees , etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance , the Contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys . This permit can be obtained by calling the Forestry Office at 871- 5738 . All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association . A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended . 78 . NON-PAY ITEM -CONCRETE COLORED SURFACE: Concrete wheelchair ramp surfaces , excluding the side slopes and curb , shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M . Scofield Company or equal, shall be used in accordance with manufacturers instructions. Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension , or other dimension approved by the Engineer, meeting the aforementioned specifications. The sample, upon approval of the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item . No direct payment will be made for this item and it shall be considered incidental to this contract. The method of application shall be by screen , sifter, sieve, or other means in order to provide for a uniform color distribution . 79 . NON-PAY ITEM -PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary , clean up shall be done on a daily basis . Clean up work shall include, but not be limited to : • Sweeping the street clean of dirt or debris • 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 Engineer. 80. NON-PAY ITEM -PROJECT SCHEDULE: Contractor shall be responsible 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 time . Contractor will not move on to the jobsite nor will work begin until said schedule has been received and approval secured from the Construction 05/27/05 SP-30 Engineer. However, contract time will start even if the project schedule has not been turned in . Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. 81. NON-PAY ITEM -NOTIFICATION OF RESIDENTS : In order to cut down on the number of complaints from 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 projects. All costs involved with providing such written notice shall be considered subsidiary to this contract. 82 . NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION : Prior to beginning construction on any block in the project, the Contractor shall, on a block by block basis , prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction . The notice shall be prepared as follows : 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 a nd 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 Contracto r'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 fo r his review prior to being distributed. The Contractor will not be allowed to begin construction on any blo ck until the flyer is delivered to all residents of the block. An electronic version of the sample flyer can be obtained from the construction office at 871-8306. All work involved with the pre-construction notification flyer shall be considered subsidiary to t he contract price and no additional compensation shall be made. 83 . NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING : After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The Contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions . Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre- construction conference but in no case will construction be allowed to begin until this meeting is held. 84 . NON-PAY ITEM -WASHED ROCK: All washed rock used for embedment or backfill or as otherwise directed by the Engineer shall was hed, crushed stone and shall meet the following gradation and abrasion : (Actual washing not requ ired if gradation is met) Sieve Size % Retained 1" 0-10 1/2" 40-75 3/8 " 55-90 #4 90-100 #8 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S.T.M . Designation C-131 . 05/27/05 SP-31 85 . 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 . 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 days before recycling begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the Contractor's responsibility to notify the utility companies that he has commenced work on the project. As the 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 Utili ties Lone Star Telephone Number (817) 338-6275 (817) 336-9411 ext. 2121 (817) 336-8381 ext. 372 Contact Person "Hot Line" Mr. Roy Kruger Mr. Jim Bennett Of course, under the terms of this contract , the Contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C . overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the recycling operation by the Construction Engineer. The Contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. 87 . NON PAY ITEM-TIE IN INTO STORM DRAIN STRUCTURE: The cost for making lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the respective lines. 88 . NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation of sprinkler heads encountered shall be paid for under utility adjustment in the proposal section . No other compensation will be provided . 89. NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS : A fee for street use perm its is in effect. In addition , a separate fee for re-inspections for parkway construction , such as driveways, sidewalks, etc., will be required . The fees are as follows : The street permit fee is $50 .00 per permit with payment due at the time of permit application . A re-inspection fee of $25 .00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection. Payment by the Contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. 05/27/05 SP-32 90 . NON PAY ITEM-TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE): A DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measure unless otherwise directed by the engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations . The temporary measures shall include dikes, dames, 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 REQUIRMENTS : The Engineer has the authority to define erodible earth and the authority to limit the surface are of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contaminatio n of adjacent streams, other water course, lakes, ponds or other areas of water impoundment. Such work may i nvolve the construction of temporary berms , dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding or other control devices or methods directed by the Engineer as necessary to control soil erosion . Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features , but are not associated with permanent control features on the project. Th e 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 grad ing , mulching, seeding , and other such permanent pollution-control measures current in accordance w ith 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 constru cted in a manner that will minimize the amount of sediment entering streams. 2 . Frequent fordings of live streams will not be permitted ; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams . 3 . When work areas or material sources are located in or adjacent to live strea ms , such areas shall be separated from the stream by a dike or other barrier to ke ep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a strea m . 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 th e finished work. 5 . The Contractor shall take sufficient precautions to prevent pollution of stream s , 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 w ith movement of migratory fish . E. SUBMITIAL: 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 a rea 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 so il-erosion control schedules and methods of operations have been reviewed and approved by the Engineer. 05/27/05 SP-33 F. MEASUREMENT AND PAYMENT: All work , materials and equipment necessary t o p rov ide temporary erosion control shall be considered subs idiary to the contract and no extra pay will be given for this work. 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 s ign must be removed to permit required construction , the Contractor shall contact the Transportation and Publ ic Works Department, Signs and Markings D iv ision, (Phone Number 871-7738) to remove the sign . In the case of regulatory signs , the Contractor must replace the permanent sign w ith 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 . irhe lurnp sum pay iterp for traffic control sliall cove the traffic control Ql aris . 05/27/05 SP-34 (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. 05/27/05 SP-35 ... , ... ·='·.· . . . /:i .. SECTION E SPECIFICATIONS JANUARY 1, 1978 All materials, construction methods and procedures used in this project shall conform to Sections El, E2, and E2A of the Fort Worth Water Department General Contract Documents and General Specifications, together with any additional material specification(s), construction(s) or later revision(s). (See revisions listed on this sheet). Sections El, 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 El MATERIAL SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20, 1981, follow: El-2.4 Backfill: (Correct minimum compaction requirement to 95% Procter density and correct P .I. values as follows:) c . Additional backfill requirements when approved for use in streets: 1. Type B Backfill ( c) Maximum plastic index (PI) shall be 8 2 . Type C Backfill (a) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compaction by wetting (b) Material, meeting requirement and having a PI of 9 or more shall be considered for use only with mechanical compaction E2-2. l l Trench Backfill: (Correct minimum compaction requirement wherever it appears, in this section to 95% Procter density except for paragraph a.I. where the "95% modified Procter density" shall remain unchanged). El00-4 WATERTIGHT MANHOLE INSERTS . SECTION ElOO -MA 1ERIAL SPECIFICATIONS MA TERJAL STANDARD E 100-4 JANUARY 1, 1978 (ADDED 5/13/90) El 00-4 .1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole inserts in the. Fort Worth sanitary sewer collection system. E 100-4.2 MATERIALS AND DESIGN: a. The manhole insert shall be of corrosion-proof high density pol yethelene that meets or exceeds the requirements of ASTM 01248, Category 5, Type III. b. The minimum thickness of the manhole insert shall be 1/8". c. The manhole insert shall have a gasket that provides positive seal in wet or dry conditions. The gasket sh al I be made of closed ce II neoprene rubber and meet the requirement of ASTM D 1056, or equal. d. The manhole insert shall have a strap for removing the insert. The strap shall be made of minimum 1 wide woven polypropalene or nylon webbing , with the ends treated to prevent unravelling. Stainless steel hardware shall be used to securely attach strap to the insert. e. The manhole insert shall have one or more vent holes or valves to release gasse s a nd allow water inflow at a rate no greater than 10 gallons per 24 hours . El00-4.3 INSTALLATION: a. The manhole frame shall be cleaned of all dirt and debri s before placing the manhole in se rt on the rim . b. The manhole insert shall be fully seated around the manhole frame rim to retard water from seeping between the cover and the manhole frame rim. ElOO (1) SECTION 6 -CONTRACTS, BONDS AND INSURANCE 6.1 CERTIFICATE OF INSURANCE 6.2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 6.3 CONFLICT OF INTEREST QUESTIONAIRE 6.4 PERFORMANCE BOND 6.5 PAYMENT BOND 6.6 MAINTENANCE BOND . 6.7 CITY OF FORT WORTH CONTRACT ~ CERTIFICATE OF LIABILITY INSURANCE I DATE (1111/DDIYYYY) 711 10/16/2008 PRODUCER Phone: 817-299-3800 Fax: 817-299-3890 THIS CERTIFICATE IS ISSUED AS A MA TIER OF INFORMATION IBTX Risk Services Hurst ONLY AND CONFERS NO RIGHTS UPON Tl-IE CERTIFICATE 8701 Bedford Euless Rd., #450 HOLDER. TI-IIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY Tl-IE POLICIES BELOW. Hurst TX 76053 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA:Amerisure Mut Ins Co 123396 McClendon Construction Co, Inc. INSURERS: PO Box 996 Burleson TX 76097 INSURERC : INSURER 0: INSURERE: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVB BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BB ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HERBIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS . -= POLICY NUMBER POLICY EFFECTIVE ~ EXPIRATION LIMITS LTII TYPl'OI' A X ~NERAL LIABILITY CPP2051702 1/31/2008 1/31/2009 EACH OCCURRENCE Sl 000 000 x_ COMMERCIAL GENERAL LIABILITY PREM5ESfEa-~~I $300.000 -~ CLAIMS MADE Ii] OCCUR MED EXP (Anyone per.ion) $5 000 PERSONAL&N:N INJURY Sl 000 000 - GENERAi.AGGREGATE $2 000 000 - GEN"LAGGREGATELIMIT APPLIES PER: PRODUCTS · COMP/OP AGG S2 000 000 I POLICY fxl ~~ nLOC A AIJTOIIOIIILE LIABILITY CA2051701 1/31/2008 1/31/2009 COMBNED SINGLE LIMIT -s1,ooo,ooo x_ ANY AUTO (Ea accident) -ALL OWNED AUTOS BOOIL Y INJURY $ SCHEDULED AUTOS (Perperson) - x_ HIREDAUTOS BOOIL Y INJURY $ x_ NON-OWNED AUTOS (Per accident) -PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY · EAACCJDENT $ ~ANYAUTO OTHERTHAN EAACC $ AUTOONLY: AGG $ A EXCESSAIMBRELLA UABLITY CU2051703 1/31/2008 1/31/2009 EACH OCCURRENCE $2 000 000 iJ OCCUR D Cl.AIMS MADE AGGREGATE $2 000 000 $ ~ DEDUCTIBLE $ X RETENTION $SQ $ A WORKERS COIIPENSATIOII AND WC2051704 1/31/2008 1/31/2009 X i -»"£~i~TS I IOJ~- EMPLOYERS" LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L EACH ACCIDENT S 1. 000 000 OFRCERIMEMBER EXCLUDED? E.L DISEASE· EA EMPLOYEE $1 000 000 ~l,e"~~Sbelow E.L DISEASE · POLICY LIMIT $1 000 000 OTHER DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES/ EXCLUSK>HS ADDED BY ENDORSEMENT/ SPECIAL PROYISIONS ~11 policies excluding Workers ' Compensation include Additional Insured (when required in written contract) in addition o Waiver of Subrogation on all policies in favor of Certificate Ho l der . City of Fort Worth, it's Officers, Employees, and Servants are inc luded as additional insured on the general Liability and automobile policies per policy form . CERTIFICATE HOLDER City of Fort Worth 1000 Throckmorton Fort Worth TX 76102 ACORD 25 (2001/08) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR RBPRESBNTATIVBS . AUTHORIZED REPRESENTATl IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the tenns and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this fonn does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) ,:. -·-. CERTIFICATE OF INSURANCE TO : CITY OF FORT WORTH Date~ NAME OF PROJECT: Pavement Reconstruction and Water and Sanitary Sewer Main And Replacement on NE 29th Street, North Hampton Street and North Terry Street PROJECT NUMBER: C200-202470044232/P258-702170044232/P253-602170044232 IS TO CERTIFY THAT: McClendon Construction Co., Inc. is , at the date of this certificate , Insured by this Company with respect to the business operations hereinafter described , for the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described . Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policv Effective Expires Limits of Liabilitv Worker 's Compensation Comprehensive General Bodily Injury: Liability Insurance (Public Ea. Occurrence : $ Liability) Property Damage : Ea. Occurrence : $ Blasting Ea. Occurrence: $ Collapse of Building or structures adjacent to Ea. Occurrence: $ --- excavations Damage to Underground Utilities Ea. Occurrence : $ Builder's Risk Comprehensive Bodily Injury : Automobile Liability Ea. Person: $ Ea. Occurrence: $ Property Damage : Ea. Occurrence : $ Bodily Injury: Contractual Liability Ea . Occurrence : $ Property Damage: Ea. Occurrence : $ Other Locations covered:----------------------------------- Description of operations covered :----------------------------- The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation . Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements , either in the body thereof or by appropriate endorsement thereto attached . The City , its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers ' compensation insurance policy . A enc Insurance Company : ___________ _ ~F=ort~W~o~rt=h~A~g=e=n'-"t ______________ By ___________________ _ Address _________________ _ Title ------------------ CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C .A. Labor Code §406.96 (2000), as amended , Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No .5397 and City of Fort Worth Project No . C200- 202470044232/P258-702170044232/P253-602170044232. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR Inc. sy :-1J.~.«ALU~4~e~-- Name: DAN MCCLENDON, PRES10£NT Title : ----------- Date : _ _,_J-=-0 -+-l ...__1 ...__2 +-li-=-o -"--8 __ I { Before .5~, the undersigned authority , on this day personally appeared Ton AAeCJek'..!Ul)n , known to me to be the person whose name is subscribed to the foregoing instrument , and acknowledged to me that he executed the same as the act and deed of McClendon Construction Co., Inc. for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this ..J!l±-day of Ocdom , 20 08 . W(4../ e State of Texas @ JULWINI LIWII MY comm!IIIOn Explf•• April 21, 2011 ~ P ERFORM ANCE BOND Bond No. 8215-46-00 TH E STAT E O F TEXAS § K NOW AL L B Y TH ESE PRESENTS: CO UNTY OF T ARRANT § That we (I) McC!endon Construction Company, Inc. as Princ ip a l her e in , a nd (2) Vigilant Insurance Company, a corp o rati o n orga ni ze d und er th e laws of th e S ta te of (3) New York , a nd who is a uth orized to iss ue sure ty b o nd s in th e Sta te of T exas , S urety he re in , a re he ld and firml y bo und unto th e C it y of Fort W o rth , a munic ip a l co rp o rati o n loca te d in T arra nt and D e nt o n Co unti es, T exas, Obli gee he re in , in th e sum of: One Million Five Hundred Fifty-Eight Thousand Six Hundred Thirty-Four and 50 /100 ...................................... . ($1,558,634.50) D o ll ar s fo r the p aym ent of w hi c h s um we bind o urse lves, o ur he irs, exec ut o rs, a dministra to r s, suc cessor s and ass ign s, j o intl y a nd severall y, firml y by th ese prese nt s. DEC O 2 2008 WHEREAS, Princ ip a l has ente re d into a ce rt a in co ntra c t w ith th e O bli gee da ted th e o f ------~_20_0_8_a cop y of w hi ch is a tt ac hed he re to and made a part her eof, fo r th e constru c ti on of: Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on NE 29th Street, North Hampton Street and North Terry Street N O W T H EREFO RE, th e co nditi on of thi s o bli ga ti o n is s uc h, if th e sa id Princ ipl e sha ll fa ithfull y perfo rm th e wo rk in acco rd ance wi th th e pl a ns, sp ec ifi ca ti o ns, a nd co nt rac t doc um e nt s a nd s ha ll full y ind e mni fy a nd ho ld ha rml ess th e O bli gee fr o m a ll cos ts and d a mages whi c h O bli gee may s uffe r by reaso n of Princ ip a l's defa ult , a nd re imbu rse a nd re p ay O bli gee fo r a ll o utl ay a nd ex pe nse th a t O bli gee may inc ur in ma kin g good s uc h defa ul t, th e n thi s o bli ga ti o n s ha ll be vo id ; o th e r w ise , to re ma in in full fo rce a nd effec t. PROVIDED , H O W EV E R , that thi s bo nd is exec ut e d purs uant to Chapt e r 22 5 3 o f the T ex as Governm e nt Cod e , as ame nd ed , and all li a biliti es o n thi s bo nd s hall be de tennine d in acco rd a nce with th e pro vis io ns o f s uc h s ta tut e , to th e sa me ex te nt as if it we re co pi ed a t le ngth he re in. IN WITNESS WHE REOF , the dul y a uthori ze d re presenta ti ves of the Princ ipal and th e Sure ty hav e exec ut e d thi s in s trum e nt. SIGNE D and SEALED thi s ___ o f 2008. ---1-tHr-:-tt-r"'.fttilift~~~ ATTEST: (Prin c ip a l) Sec re ta ry (S E AL) Witness a U o Prinsi.P.a l · ,-,.o . Bux 996 8UR1.SSON, TX 76097 ATTE ST: (Sure ty) Sec re ta ry (SEAL) PRIN BY :-h~~~~t>"'!o....,,C-c.....ar;s.,..;~==--- T itl e: Dan McClendon, President PO Box 999 Burleson, TX 76097 (A ddress) yle ""-""'"'"" 2001 B yan Street, Dallas Texas 75201 (Address) N OTE : Date of B o nd mu s t no t be pri o r to d ate of Contra c t ( l) Correc t N a me o Contract r- (2) Co rrec t name D are ty (3) St a te of in co rpQ[a1-io-Q_~f Sure ty ---J - T e le ph o ne numb er o f surei}mustbe s ta ted . In a dditi o n, an o ri g in a l co py of P owe r of A tt o rn ey sha ll be a ttach e d to Bond by A tt o rn ey-in-Fac t. The d ate of bo nd sha ll no t be pri o r to dat e o f Co ntract. THE ST ATE OF TEXAS § COUNTY OF TARRANT § § PAYMENT BOND Bond No. 8215-46-00 K NOW A LL BY THESE PRES E N TS: That we, ( 1) McClendon Construction Company, Inc., as Princ ip al he re in , and (2) Vigilant Insurance -=Cc.::oc.=:m:.=Jpcca~n:=.y,..__ ___ , a corp ora t io n o rga ni ze d a nd ex istin g und e r th e laws o f th e S ta te of (3) New York as s ure ty, are he ld and firmly bo und _unt o th e C it y of Fort W o rth , a muni c ip a l corp ora ti o n locate d in Tarrant and D e nto n Counti es , Texas, Obli gee he rein , in th e a mo unt of One Million Five Hundred Fifty-Eight Thousand Six Hundred Thirty-Four and 50/100 .................. Do llars ($1,558,634 .50) for th e paym ent whereof, the sa id Princ ip a l and Surety bind th e m se lves a nd their he irs, exec utors , administrators, s uccessors and a ss ign s , j o intl y and severa ll y, firmly b y th ese present s: WH ER EAS , the Princ ipal ha s entered into a certa in writte n contract w ith the Obli gee date d t _______ , 2008 , whi c h cont rac t is he re by referred to and made a part he reof as if fully and to th e sam e ex tent as if co pi e d at le ng th , fo r th e fo ll owin g proj ect: Pavement R eco nstruction and Water and Sanitary Sewer Main Replacement on NE 29th Street, North Hampton Street and North Terrv Street NOW, THEREFORE , THE CONDITION OF THIS OBLIGATION IS SUCH , th a t if th e sai d Princ ip a l shall faithfu ll y m a ke payme nt to eac h and eve ry c la im ant (as d efin e d in C hapte r 2253, Texas Government Cod e , as a me nd e d) suppl y in g labor o r materia ls in th e p rosec uti o n of the wo rk und er the co ntra c t, th e n thi s o bli ga ti o n s ha ll be vo id ; o th e r w ise , to re mai n in full fo rce and effec t. PROVID ED , HOWEVER , th a t thi s bo nd is execut ed purs uant to Cha pte r 2253 of th e Texas Government Code , as amended , a nd all li a biliti es o n thi s bo nd s hall b e d e tennine d in acco rd a nce with th e pro vis io ns o f sa id sta tut e , to th e same ex te nt as if it we re cop ie d at leng th here in. IN WITNESS WHEREOF, the dul y a uth o ri ze d re prese nt a ti ves of the Princ ip a l a nd th e Surety ha ve exec ut e d thi s instrument. SIGNED a nd SEALED thi s __ d ay of, -~D-F-r,~0_2_20_0_8 __ 2008. ATTEST: Name: Dan McClendon (Principal) Secretary ATTEST: Secretary (SE AL) (I ) (2) (3) Correct n ame of Principa l (Co ntractor). Correct name of Surety. Sta te of in corp oration of S urety T itl e: President Address : PO Box 999 Burleson, TX 76097 Address: 2001 Bryan Street, Suite 3400 Dallas, Texas 75201 Teleph o ne Number: 2)4-754~0777 -- -. / -.. _ -------~--,.. --- Te lephone number of surety must be stated . In a ddition, an origina l copy of Power of At torney sha ll be attached to Bond by th e A tt o rn ey-in-Fact. The date of bond s ha ll not be prior to date of Contract. ---~ _._ ..... -· MAINTENANCE BOND Bond No. 8215-46-00 THE ST ATE OF TEXAS § COUNTY OF TARRANT § That McCiendon Construction Company, Inc. ("Contractor"), as principal , and Vigilant Insurance Company, a corporation organ ized under the laws of the St ate of New York, ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tan-ant County, Texas, the sum of One Million Five Hundred Fifty-Eight Thousand Six Hundred Thirty- Four and 50/100 .......................................................................................... Dollars ($1,558,634.50), lawful money of the United States, fo r payment of which sum well and truly be made unto said C it y 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 , sa id Contractor has this day entered into a written Contract with the City of Fort Worth, dated the of n~r n? ?0 08 , 2008 , a copy of which is hereto attached and made a part ~~ 5 w ~- hereof, for the performance of the following described public improvements: Pavement Reconstruction and Water and Sanitary Sewer Main Replacement on NE 29th Street, North Hampton Street and North Terry Street the same being refen-ed to herein and in sa id contract as the Work and being designated as project number(s) C200-202470044232/P258-702170044232 /P253-602170044232 and said contract, including all of the specifications, conditions, addenda , change orders and written instruments refe1Ted to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in sa id Contract, Contractor binds it se lf to use such materials and to so construct the work that it will remain in good repair and cond it ion for a nd during a period of after the date of the final acceptance of the work by the City; and WHEREAS , said Contractor binds itself to maintain said work m goo d repair and condition for said term of Two (2) years; and WHEREAS , said Contractor binds it self to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engi neering, it be necessary; and , WHEREAS, said Contractor binds itself, upon rece1v111g notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor sha ll keep and perfom1 its sa id agreement to maintain, repair or reconstruct sa id Work in accordance wit h a ll the terms an d conditions of sa id Contract , these presents sha ll be null and void , and have no force or effect. Otherwise, this Bond sha ll be and remai n in full force and effect , and the City shal l have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. T hi s obl igation shall be a continuing one and successive recovenes may be had hereon for successive breaches until the fu ll amount hereof is ex ha usted . IN WITNESS WHEREOF, this instrument is executed 111 10 counterparts, each of which ATTEST: (SE AL) Secretary ATTEST: (SE AL) Secretary Name: Dan McClendon Title: President 2001 Bry an Street, Suite 3400 Dallas, Texas 75201 Address -· -.............. _ ---- ........ ..,. ~ -- - ··---.. Policyholder Information Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Chubb's toll-free telephone number for information or to make a complaint at 1-800-36-CHUBB You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 Web: http://www.tdi .state.tx.us E-mail: ConsumerProtection @tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a disp ute concerning your premium or about a claim you shou ld contact the agent first. If the dispu te is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attac h ed document. Form 99-I 0-0299 (R ev. 1-08) AV/SO IMPORTANTE Para obtener informaci6n o para someter una queJa: Usted puede Hamar al numero de telefono gratis de Chubb's para informaci6n o para someter una queja al 1-800-36-CHUBB P u ede comunicarse con e l Departamento de Seguros de Texas para obtener informaci6n acerca de compafifas, coberturas , derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 Austin , TX 78714-9104 FAX# (512) 475-1771 Web: http://www.tdi.state.tx .us E-mail: ConsumerProtection @tdi .state .tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disp uta concerniente a su prima o a un reclamo , debe comunica.rse con el agente primero. S i no se resueve la disputa, p u ede entonces comunica.rse con el departamento (TDI). UNA ESTE AV/SO A SU POLIZA: Este aviso es solo para prop6sito de informaci6n y no se convierte en pa.rte o condici6n del doc umento adj unto. ~ CHUBB Chubb Surety POWER OF ATIORNEY Federal Insurance Company Vigilant Insurance Company Pacific Indemnity Company Attn: Surety Department 15 Mountain View Road Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Kyle W. Sweeney, Charles D. Sweeney and Michael A. Sweeney of Fort Worth, Texas--------------------- each as their true and lawful Attorney -in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than ball bonds} giv en or executed in the course of business . and any instruments amending or altering the same , and consents to the modificatio n or alteration of any instrument referred to in said bonds or obligations . • STATE OF NEW JERSEY ss . County of Somerset On th is 13th day of August, 2008 before me, a Notary Public of New Jersey, personally came Kenneth C . Wendel , to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY , and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C . Wendel , be in g by me duly sworn, did depose and say that he is Assi stant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY , and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof , that the seals affixed to the forego ing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he Is acquainted with David B . Norris, Jr., and knows him to be Vice Presiden t of said Companies ; and that the signature of David B. Norris, Jr., subscribed to said Power of Attorney is in the genuine handwriting of David B . Norris, Jr., and was thereto subscribed by authority of said l3y- Laws and in deponent's presence . Notarial Seal KATHERINE KALBACHER NOTARY PUBLIC OF NEW JERSEY No.2316685 Commission Expires July 8, 2009 CERTIFICATION AL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY , and PACIFIC INDEMNITY COMPANY: Notary Public "All powers of attorney for and on behalf of the Company may and shall be executed In the name and on behalf of the Company, either by the Chairma111 or the President or e Vice President or an Assistant Vice President, Jointly with the Secretary or an Assistant ·secretary, under their · respective designations. The signature of such officers may be engraved, printed or lithographed . The signature of each of the following officers : Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings end other writings obligatory In the nature thereof , and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which It Is attached." I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY , VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (i} the foregoing extract of the By· Laws of the Companies is true and correct, (ii} the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America end the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Ri co and the U .S. Virgin ls~ds, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island ; and - (iii) the foregoing Power of Attorney is true, correct and in lull force and effect. Given under my hand and seals of said Companies at Warren , NJ this DEC O 2 2008 -:_ -.......... _ •. ··. IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATIER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903-3493 Fax (908) 903-3656 e-mail: suretv@chubb.com Form 15-10-0225B-U (Ed . 5-03) CONSENT THE STATE OF TEXAS CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT This agreement made and entered into this the __ day of .D ., 2008, by and between the CITY OF FORT WORTH, a municipal corporation of Tarr as, organized and existing under and by virtue of a special charter adopted by the qualified voters within sa id City on the 11th day of December, A.D . 1924, under the authority (vested in sai d voters by the "Home Rule" provision) of the Constitution of Texas , and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, McClendon Construction Co., Inc., HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: I. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith , the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Pavement Reconstruction and Water and Sanitary Sewer Main And Replacement on NE 29th Street, North Hampton Street and North Terry Street 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the sa me as if written herein . 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4 . The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection ane approval of c.,, COR D CITY SECRE :«\RY FT. ORTH, TX the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 175 working days . If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed a s provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $420 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans , Specifications and Contract Documents, then the Owner shall have the right to either demand the s urety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence . In addition , Contractor covenants and agrees to indemnify, hold harmless and defend , at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss , property damage, personal injury, including death, arising out of, or alleg ed 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 likewi se 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 , Joss or destruction to property of the Owner arising from the performance of an y of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7 . OFFCI CORD CITY SECRETARY The Contractor agrees , on the execution of this Contract, and before beginning wo~ o m~,<a,-.--.J execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas, as amended, in the form included in the Contract Documents, and such bonds shall be for 100 percent of the total contract price, and said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth . 8. Said City agrees and binds itself to pay, and the sai d Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom , the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be One Million Five Hundred Fifty-eight Thousand Six Hundred Thiry-four and 50/100 ................................................................................................................ Do l lars, ($1,558,634.50). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified , promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the Jaws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in 10 counterparts in it s name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in 10 counterparts with its corporate seal attached. DEC O 2 2008 Done in Fort Worth , Texas , this the __ day of ______ ~A.D ., 2008. OFFICIAL CORD CITY SEC t:TAR Ft O ,T ..J RECOMMENDED: BY: DIRECT OR, DEPARTMENT OF E NGINEERING DIRECTOR McCiendon Construction Co., Inc. PO Box 999 Burleson, TX 76097 CONTRACTOR CITY OF FORT WORTH FERNANDO COSTA, ASST CITY MANAGER ATTEST: CITY SECRETARY ~ (SEAL) BY _~ [Qli_MV--t-d-~:u't ftAN McCtENDON, PRESIDENT c-ontr-ac t ·Au t hor i zatio:a TITLE SU P.O. BOX 9S6 RLESON, TX 76097 ADDRESS Nove mber 1960 Rev ised May 1986 Revised September 1992 - v \ 2-\ ')-\ a:B .,. ... , Date APPROVED AS TO FORM AND LEGALITY: r OFFI T - - --, - - SECTION 7 -PERMITS NO PERMITS REQUIRED - - - - SECTION 8 -EASEMENTS TEMPORARY RIGHTS OF ENTRY Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St . to Schwartz Ave. N. Hampton Street-NE 32 nd St. to E. L ong Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 2910 Weber St BLOCK 61 , LOT 1, MORGAN HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the und ers igned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, T X, herein after referred to as "Grantee " a temporary right of entry onto property described as BLO CK 61, LOT 1, MORGAN HEIGHTS ADDITION also d escrib e d as 2910 Weber St, Fort Worth, Tarrant County, Texas , her e inafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Ri ght-of- Way line . Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpo se st ated herein , until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents, repre sentatives, or contractors to access the aforementioned property . TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee , is successors and assigns, for the purpo ses set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under thi s Right of Entry. EXECUTED this the day of , 2007 . ------------ GRANTOR: (Please Print) (Signature) , E X H I B I T A I! l·-··-··-··-··J ·-··-··-··-··-··-··-··-··-··-··-··-··-··-··-··-··-··-··-·-~ -------------4 ' CHAIN LINK FENCE -i ~ . l t ... -.... -.... -... -.... -... -.-... -,. .. -.... -.... -;-.... -.... -... -.... -.. , _ .... _ .... _ .. --.. r. i BUI LDING ! j DEVANEY, MATT 3701 MONT I CELLO OR FORT WOR TH TX 76107 MORGAN HE I GHTS SUBDIVIS I ON BL K 61 LO T l INSTRUMENT: 0205110864 . D.R . T .C.T. I l i i . . L---------------------------------------------------~ . . i i . . . i 20' 10· 0 20' 40' ,... ___ ........ 1ni::;n'<'< ?0th c::t !rite: m::irn 1::il clan 8/2/2007 2:04 :26 PM 1---- 1 Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N . Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract # 4 2 3000 Weber St BLOCK 44, LOT 6, MORGAN HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 44, LOT 6, MORGAN HEIGHTS ADDITION also described as 3000 Weber St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto , anywise belonging unto the said Grantee, is successors and assigns , for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. · EXECUTED this the day of , 2007 . ------------ GRANTOR: (Please Print) (Signature) EXHIBIT A I 108' 1 ,---------------------------------------------------~ r~--' . I . I . 'I ! CONCRETE ; \ 012"PECAN -~ LONGORIA, J LUIS ETUX ALICIA 3000 WEBER ST I I IMl MAIL I BOX I . FOR T WORTH TX 76 106 MORGAN HEIGHTS SUB DIVISION BL K 44 LO T 6 VOL. g404. PG. 14q 5 O.R.T.C.T. I I i ll : t ' i : L-··-··-··-··-·-··· ··-·-.. -··-··----------··-··----.. -··-··-··---··---....r:.th --.. 4 ' CH AIN LINK FEN CE . 12 35 ~57 8 IR F : 600 . I . I . . I . I ------------------------------\ --------------:;:;-:,;;;· ---1 , I I I ,N I i--------------2~---lQ'----0 ---------20'---------4Q~-------i it ,..._____ l I I . . i i . . ... \06033 29th st lots manual.dgn 8/2/200 7 2:20:26 PM Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E . 5397 Contract# 42 2911 Lulu St BLOCK 61, LOT 12, MORGAN HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 61, LOT 12 , MORGAN HEIGHTS ADDITION also described as 2911 Lulu St, Fort Worth , Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee , at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ________ , 2007 . GRANTOR: (Please Print) (Signature) ··h ; I I: ! I ; . Ii ) -_j . I.~ EXHIBIT A r::. ;( . > V . '--J 24" ,R~::_ 12 1~1,;~~y .. -··-." -·. -. ·-··-.. -· · -· · -·· -·. -·· -.. -··-· ·-··-··-··-·. -··-··-·· -•• " ( . -··-·· -.. --· -. ·-·--. ·-·. --·-· ·-.. -.. -··-··-··-··--·-· --·---------1...,,.__., __ . --·- : 24"HACKB ERR Y ! I I . . I FORT WORTH RA C ING PIGEON CLUB ATTN: LOUIS CHANDLER 5g12 S HAMPSHIRE BLVD FORT WORTH TX 76112 MORGAN HEIGH TS SUBDIVISION BLK 51 LOT 12 VOL. 0000, PG, 0000 O.R.T.C.T. l---------------------------------------------------_j 20· 10· 0 20· 40" ... \060 33 29th st lots manual.dgn 8/2 /2007 2:13:41 PM Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave . N. Terry St-NE 30th St. to NE 35 111 St. D.O .E . 5397 Contract# 42 3001 Lulu St BLOCK 44, LOT 8, MORGAN HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 44 , LOT 8, MORGAN HEIGHTS ADDITION also described as 3001 Lulu St, Fort Worth , Tarrant County, Texas , hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line . Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents , representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee , is successors and assigns, for the purposes set forth above . Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry . EXECUTED this the day of , 2007 . ------------ GRANTOR: (Please Print) (Signature) I ---, . I . I ; I I : , I . ! . -.. -, ' I EXHIBIT A I 108' ,---------------------------------------------------. I . LAUGHL I N, VIRGIL JR & MARY TR VIRGIL JR/MARY LAUGHLIN LIV R 5100 RED RIVER OR ARLINGTON TX 760i7 MORGA N HEIGHTS SUBDIV I SION BLK 44 LOT 8 1 ,,_.,..0 VOL . 015341 , PG . 0273 •) 0 12"TREE r. .. \ ·t• ORT CT • ~ I~ ••••• . \_J t2"h'i~~BE RRY I ,4"TREE <lr 5'i(l""iR1="-··-. ·-··-··-· ·-··-· ·-··-·· -··-··-··-· ·-··-·· -·· -·-·· -•• -·· -··-· ·-•• ..J. 0 I" •• -• ·-··-··-•• -··-· ·-··-· ·-· ·-··-. ·-··-·· -· ·-· ·-·. -·· -· ·-··-·---~----•• , 24"HACK 8ERRY ; I . I I . . I l\I . I ti 20· 10' 0 20' 40' ! ---------,-.lllilli--lllllliiil-------· -· 1 . . . I l . . . ... \0 6 03 3 29th st lots manual.dgn 8/2/2007 2:35:26 PM Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave . N . Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 2910 Lulu St . BLOCK 60, LOT 1, MORGAN HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 60 , LOT 1, MORGAN HEIGHTS ADDITION also described as 2910 Lulu St., Fort Worth , Tarrant County , Texas , hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of thi s agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents , representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry . EXECUTED this the ___ day of ________ , 2007 . GRANTOR: (Please Print) (Signature) EXHIBIT A I '1 ____ 1 • l ; J• ! ·1 j' I . .. -··-··-··-·. -··-··-· ·-.. --· -··-··-·--··-··-··-··-··-··-··-r j . . --.. -.. -· ·-··-. --.. -··-.. -.... ·-· ·1--- i ; ' CAMPOS, EL I OOORO 2g 10 LU LU ST FORT WOR TH TX 76106 ARCHER, W A ADDITION BLK 60 LOT 1 VOL. 0000, P G. 0000 D.R. T .C.T. . i ------· --------------------·-----------------------........, ! . ·I 20' 10' 0 20' 40' ... \06033 29th st lots 2 .dgn 8/2/2007 3 :01 :58 PM 1. _____ _ r-. I Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave . N . Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30111 St. to NE 35 111 St. D .O.E. 5397 Contract # 4 2 3000 Lulu St BLOCK 45, LOT 6, MORGAN HEIGH_TS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 45 , LOT 6, MORGAN HEIGHTS ADDITION also described as 3000 Lulu St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto , anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above . Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------· GRANTOR: (Please Print) (Signature) EXHIBIT A 108' I I ~--~-----------~-------------------------------------~ I \ I CRETE : I : I I • I .___--,, i \ N J 1 ! RETL i WM i I --~ i~ :H ..:µ, ::;~ «-u vu. 5µ, Ui'{ CADENA, RAUL ETUX LEONOR 3000 LUL U ST FOR T WORTH TX 76 10 6 MORGAN HE IG HTS SUBDIVISION BLK 45 LOT 6 VOL. 01Jg12, PG. 0018 O.R,T.C. T . I , ,-----·-------------, 1! I• ··-··-· --•• --·-·-----··-.. -··-•. -· ·-. ·----•• ------··-.. -.. ..µ ' i ... --- ___________ J T 20' 10' 0 20' 40' ------------------------------------------~ ... \06033 29th st lots 2.dgn 8/2/2007 3:05 :52 PM . I - I Pavement R e construction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N . Hampton Street-NE 3211 d St. to E . Long Ave. N. Terry St-NE 30th St . to NE 35th St. D .O.E . 5397 Contract # 4 2 2909 Schwai1z Ave BLOCK 60, LOT 11 , 12, MORGAN HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to a s "Grantor", do es by the se presents grant and convey to the City of Fort Worth, TX, here in after referred to as "Grantee " a temporary right of entry onto property described as BLOCK 60 , LOT 11 , 12, MORGAN HEIGHTS ADDITION a lso de s cribed a s 2909 Schwartz Ave , Fort Worth , Tarrant Co unty, Texas , hereinafter referred to as the "Property ", for the purpose of constructing the extension of the driveway beyond the Right-of-Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor acces s to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee , at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agent s, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto , anywise belonging unto the said Grantee , is successors and as signs , for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry . EXECUTED this the ___ day of _______ , 2 007. GRANTOR : (Pl ease Print) (Signature) EXHIBIT A ··-··-··-··-··-··-··-·----........ --'-------'--··-··-··-··-··-··-··_J r·-··-.. ___ .. - .. -.. -·· ··-· ·--. l UGHT "f:l'Qt1:-··-·· -.. -r-·. -.. -.. -··-· ·-.. -··-. ·-·· -·5 /8 "0 IR°f' 20' FORT WORTH, CITY OF i 000 THRO CKMORTON ST FORT WORTH TX 76102 ARCHER, WA ADDIT I ON BLK 60 LOT 11 BLK 60 LOTS 11 & 12 VOL: 0000, PG 00000 O.R.T.Cc T , 10' 0 20 ' ... \06033 29th st lots 2.dgn 8/2/2007 3:03:56 PM 40' Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N . Terry St-NE 30th St. to NE 35th St. D .O.E. 5397 Contract# 42 1207 NE 32nd St BLOCK 61, LOT 12, FOSTEPCO HEIGHTS ADDITION CITY OF F ORT W ORTH T EMPORARY RIGHT O F ENTRY STATE OF TEXAS § § KN OW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned , hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of · entry onto property described as BLOCK 61, LOT 12, FOSTEPCO HEIGHTS ADDITION also described as 1207 NE 32nd St, Fort Worth, Tarrant County, Texas , hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right -of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above . Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) w z EXHIBIT A ··-··-·· -· ·-· ·-. ·-.• -··-··-··-.. -"h I Ii 1 Ii. !":. L.., i :i: I~ I~ ~ "' ,.., l~ ,,., 12 07 NE 32 ND S T, ' I GUTIE RREZ , WI LF RED ETU X f NNI E 1207 NE 32ND ST FORT WORTH TX 75 106 , FOSTE PCO HEIGH TS ADDITION BLK 6 1 LOT 12 DEE D VOL: 013049 DEED PAGE: 0002 O.R.T.C. T. 20' 10' 0 ... \06033 Hampton lots .. dgn 8/2/2007 4:31 :08 PM 20' 40' Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St -NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3301 N Hampton St BLOCK 62; LOT 13, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 62, LOT 13, FOSTEPCO HEIGHTS ADDITION also described as 3301 N Hampton St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right- of-Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) N 10' r'l l l I • \ ,, ti • i ,, i I• i ,, i !• ! ,, i j, l ,, ! I• :q j I, !ij ; !, --i 11 , --:::::::::~ ~::::::1::::::- EXHIBIT A I I 3301 N HAMPTON ST, FT WORTH 1 CAJERO, JUAN A ETUX RO£A L ii 3301 N HAMPTON ST ! !I FORT WORTH TX 76 106 'I FOSTEPCO HEIGHTS AOOITtON !II BLK 62 LOT 13 · !~ DEED VOL: 012462 •;n ''1:c DEED PAGE: 1332 . rz ·,: 1!' O.R.T.C.T. :; 0 i L. ~0. t,;~ I . IO ... \06033 Hampton lots .. dgn ·s/2/2007 4 :11 :37 PM REMOVE ANO 10' CURB I Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E . 5397 Contract# 42 3302 N Hampton St . BLOCK 61, LOT 11, FOSTEPCO HEIGHTS ADDITION CITY OF FORT W ORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as ."Grantor'', does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 61, LOT 11, FOSTEPCO HEIGHTS ADDITION also described as 3302 N Hampton St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right- of-Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 2007. ---________ _,, GRANTOR: (Please Print) (Signature) EXHIBIT A . z !L fil" l )' RI It F~NC( _ _ _ . :> _ -·· ··-··-··-··-··-··-··--·-~~,;z;;r.~-~ .. --· -··-·. -. ·-··-· ·-··-·· -··-··1r. ·t.11tl,,{.J'I-• .... -··-··-· ·-c .. _ .... _ ... " -· ii 1· .I ·,. I I I 3302 N HAMPTON ST, , VARGAS, JOHNY ! 4813 FLAGSTONE OR I FORT WORTH TX 7B 1 i 4 '°'"' '°"'"' ~ i : f'v$ .,, .i i FOSTEPCO HEIGHTS ADO IT I 0~ I BLK 61 LOT 11 · · DEED VOL: 015062 ! DEED PAGE: 01 q 1 I D.R. T.C. T. 20' 10' 0 ... \06033 Hampton lots .. dgn 8/2/2007 4:31 :52 PM 20' 40' Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D .O.E. 5397 Contract# 42 3303 N Hampton St BLOCK 62, LOT 14, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the C ity of Fort Worth, TX, herein after referred to as "Grantee " a temporary right of entry onto property described as BLOCK 62, LOT 14, FOSTEPCO HEIGHTS ADDITION also described as 3303 N Hampton St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right- of-Way line . Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee , is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) EXHIBIT A 3303 N HAMPTON S T, DELGADO, FIDELL 3305 N HAMPTON ST j FORT WORTH TX 76 106 · FOS TEPCO HEIGHTS AOOITidN BLK 62 LOT 14 I DEED VOL: 0 11 938 I DEED PAGE: 1873 D.R . T.C. T. ... \060 33 Hampton lots .. dgn ·s/2/2007 4 :12 :52 PM I REMOVE ANO REPL~CE 10' CURB INLET I Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3304 N Hampton St BLOCK 61, LOT 10, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § Thatthe undersigned, hereinafter referred to as "Gran tor", does by. these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 61, LOT 10, FOSTEPCO HEIGHTS ADDITION also described as 3304 N Hampton St , Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right- of-Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives , or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR : (Please Print) (Signature) EXHIBIT A lJl -· -·· <O "' (()OJ "' :...1'. ~~ i 3304 N HAMPTON S T, CO LLI NS, OL L IN E 4360 WESTERN CENTER BLVD *307 FOR T WOR TH TX 75 1 37 j FO ST EPCO HEIGHTS ADD IT I ON BLK 61 LO T 10 I DE ED VOL : 000000 DEED PAG E : 0000 D.R . T .C. T. 20' 10 ' 0 ... \06033 Hampton lots .. dgn · 8/2/2007 4 :33 :25 PM 20' 40' Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E . 5397 Contract# 42 3305 N Hampton St BLOCK 62, LOT 15 , FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property des cribed as BLOCK 62, LOT 15, FOSTEPCO HEIGHTS ADDITION also described as 3305 N Hampton St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right- of-Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives , or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of _______ , 2007. GRANTOR: (Please Print) (Signature) I ANO REPL~CE B INLET I EXHIBIT A 3305 N H~MP TON S T. DE L GA DO, F EDEL L 3305 N H~MPTO N ST FORT WORT:H · TX 76106 · FOS TEPCO ~E IG HTS ADDIT I ON I BL K 62 LO:T i5 15 S 1 5 ' 161 BLK 52 DEED VO L: i 000000 DEE D PAGE j: 0000 0 . R . Ti. C • T . I ' ... \06033 Hampton lots .. dgn ·s/2/2007 4 :14 :46 PM Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract # 42 3306 N Hampton St BLOCK 61, LOT 9, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City _of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 61, LOT 9, FOSTEPCO HEIGHTS ADDITION also described as 3306 N Hampton St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right- of-Way line. Upon execution of this agreement, Granter will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) EXHIBIT A D ·-. ·-r-.. -··-·. -··-· ...... -. ·- i \_ z:· " I I .... ~i "' I ! 3306 N HAMPTON ST , I I HOUSING AUTH OF FORT WOR f H i 300 S BEACH ST I · FORT WORTH TX 76 105 · ! FOSTEPCO HEIGHTS ADDITION ! BLK 61 LOT g ! I DEED VOL: 013656 i DEED PA GE: 0357 O.R .T.C. T . 20' 10' 0 ... \06033 Hampton lots .. dgn · 8/2/2007 4 :3 4 :02 PM 20' 40 ' Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. · N. Hampton Street-NE 32nd St. to E. Long Ave . N. Terry St-NE 30th St. to NE 35th St. D.O .E. 5397 Contract# 42 3308 N Hampton St BLOCK 61, LOT 8, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned , h ereinafter referred to as "Grantor'', does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 61, LOT 8, FOSTEPCO HEIGHTS ADDITION also described as 330 8 N H ampton St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property'', for the purpose of constructing the extension of the driveway beyond the Right- of-Way line. Upon ex ecution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grant ee, at which time the above described temporary right of entry.. . ... becomes void. This Right of Entry shall include the _right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above . Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRAl"JTOR : (Please Print) (Signature) EXHIBIT A ' l D 3308 N HAMPTON ST, FERNANDEZ, JOSE ETUX NINFA 3308 N HAMPTON ST i FORT WORTH TX 76106 · FOSTEPCO HEIGHTS ADDITION BLK 61 LOT 8 ! INSTRUMENT: 0206250838 I O.R.T.C.T. 20' 10' 0 ... \06033 Hampton lots .. dgn · 8/2/2007 4 :3 4:47 PM 0 20' 40' Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N . Teny St-NE 30th St. to NE 35th St. D .O.E. 5397 Contract # 42 3309 N Hampton St BLOCK 62, LOT 17 , FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § · That the undersigned , hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property de scribed as BLOCK 62, LOT 17 , FOSTEPCO HEIGHTS ADDITION also described as 3309 N Hampton St , Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right- of-Way line . Upon execution of this agreement , Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees , agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007 . ------------ GRANTOR: (Please Print) (Signature) EXHIBIT A 3J0g N HAMPTON ST, DUNLAP, NANCY E 330g N HAMPTON ST FORT \vORTH TX 76106 , FOSTEPCO HEIGHTS AOO I TibN BLK 62 LOT 17 i 17 N35' 16 BLK 62 DEED VOL: 000000 DEED PAGE: 0000 D.R. T.C.T . ... \060 33 Hampton lots .. dgn 8/2/2 007 4 :15:40 PM Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract # 42 3311 N Hampton St BLOCK 62, LOT 18, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 62, LOT 18 , FOSTEPCO HEIGHTS ADDITION also described as 3311 N Hampton St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right- of-Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) D EXHIBIT A ., 3311 N HAMPTON ST, JIMENEZ, JUVENAL P 3202 N TERRY S T FORT WORTH TX 76106 , FOSTEPCO HEIGHTS AOOITidN BLK 62 LOT 18 INSTRUMENT: 02040725q6 D.R. T.C. T. I ·--L ~irh' I ' I ' I I/;; i ii <:> ... \06033 Hampton lots .. dgn · 8/2/2007 4 :16 :21 PM Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract # 42 3313 N Hampton St BLOCK 62, LOT 19, FOSTEPCO HEIGHTS ADDITION CITY OF F ORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § · That the undersigned, hereinafter referred to as "Grantor", do es by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 62, LOT 19 , FOSTEPC O HEIGHTS ADDITION also described as 3313 N Hampton St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right- of-Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. · EXECUTED this the ___ day of ________ , 2007 . GRANTOR: (Please Print) (Signature) r, 0 z r, :0 (Tl EXHIBIT A 3313 N HAMPTON ST. I LITTLE, MARGI E & ROBERT G 2g02 SCHAD T ST I FORT WORTH TX 76 106 · . F OSTE PC O HEIGHTS ADO IT I 0~ ! BLK 62 LOT 1 g ! I DEED VO L: 01 1670 . DEED PAGE: 1388 D.R .T.C .T. ~c -{ -< • ) ;:o • f"'l ,.., ··-"'. --·----,. ·-·--··-··-·. .. ... \06033 Hampton lots .. dgn ·s/2/2007 4:17 :02 PM Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3315 N Hampton St BLOCK 62, LOT 20, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, h ereinafter referred to as "Gran.tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property describ ed as BLOCK 62, LOT 20, FOSTEPCO HEIGHTS ADDITION also described as 3315 N Hampton St, Fort Worth, Tarrant County, Texas , hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right- of-Way line. Upon execution of this agreement, Granter will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee , at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents, represent atives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) EXHIBIT A I · I I j 3315 N HAMPTON ST. · GARCIA, LEONARDO & MAR I Ai ! 33 1 5 N HAMPTON ST i I FOR T WORTH TX 75106 ; i FOS T EPCO HEIGHTS ADO IT I ON i BLK 62 LO T 20 I j DE ED V OL: 000000 · DEED PAGE: 0000 I O.R.T.C.T. m,r; "!r"l ~; 0 \ ~t. ) ~Q R~a~ j --~-Q. ________________ t: ... \06033 Hampton lots .. dgn ·s/2/2007 4 :17:54 PM Pavement Reconstruction, Water and Sewer Replacement . th NE 29 Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract # 4 2 3317 N Hampton St BLOCK 62, LOT 21, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 62, LOT 21, FOSTEPCO HEIGHTS ADDITION also described as 3317 N Hampton St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right- of-Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto , anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to acces sing the Property under this Right of Entry. EXECUTED this the day of 2007. -----------~ GRANTOR: (Please Print) (Signature) n 0 z EXHIBIT A i i 3317 N HAMPTON ST, ; LI NARES, JOSE G I 331 7 N HAMPTON ST ! FORT WORTH TX 76106 ! I FOSTEPCO HEIGHTS ADDITION i BLK 62 LOT 21 ' j DEED VO L : 015742 · DEED PAGE: 0174 I D .R. T.C. T . "-"""===· =·=· ·=-=· ==== ... \060 3 3 Hampton lots .. dgn 8/2/2007 4 :18 :41 PM Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D .O.E. 5397 Contract# 42 3319 N Hampton St BLOCK 62, LOT 22, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, h er einafter referred to as ."Grantor"; does by thes e presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 62 , LOT 22, FOSTEPCO HEIGHTS ADDITION also described as 3319 N Hampton St, Fort Worth, Tarrant County, Texas , hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right- of-Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of . , 2007. ------------ GRANTOR: (Please Print) (Signature) EXHIBIT .I l I j 3319 N HAMPTON S T. : BARRON, MAXIMIL IANO A ! 33 19 N HAMPTON ST . I F OR T WORTH TX 7610 6 I j FOSTEPCO HEIGH TS AODITIO~ j BL K 62 LOT 22 , DEED VOL: 015055 I DEED PAGE: 034 7 I D.R. T.C. T . . 1 · . . .. \06033 Hampton lots .. dgn 8/2/2007 4: 19:23 PM 0 Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz A v e. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3321 N Hampton St BLOCK 62, LOT 23, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth , TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 62, LOT 2 3, FOSTEPCO HEIGHTS ADDITION also described as 33 2 1 N Hampton St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right- of-Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry . EXECUTED this the day of , 2007. ------------ GRANTOR : (Please Print) (Signature) EXHIBIT A 3321 N HAMPTON S T, MARTINEZ, DOM IN GO G 3321 N HAMPTON S T FORT WOR TH TX 76 106 , FOSTEP CO HEIGHTS AODITIQI: BLK 62 LOT 23 , DEED VOL: 000000 ; DEED PAGE~ 0000 ~ D.R. 1.C.T. J ... \06033 Hampton lots .. dgn-8/2/2007 4:27:09 PM 20 ' 40' Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N . Terry St-NE 30th St. to NE 35th St. D .O.E. 5397 Contract # 42 1200 E Long Ave BLOCK 61, LOT IA, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 61, LOT IA, FOSTEPCO HEIGHTS ADDITION also described as 1200 E Long Ave, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) -··-··-··~·-··------ ... \06033 Ham pton lo ts .. dgn 8/2/20 0 7 4 :36:38 PM ._ .. ·;-.. -.. -.. -.. -. · 1 · -.. -.. -.. -.. -.. -.. 1200 E LONG AVE, LASALLE BANK NA C/0 CR[!MI MAE SERV L~ 11200 ROCKVILLE PIKE FL 4 ROCKV I LLE MO 20852 FOSTEPCO HEIGHTS ADDITION BLK 61 LOT IA INSTRUMENT, 0205056585 D.R.T .C.T. 20' 10 ' 0 20 ' 40' CJl w w [_ I Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E . 5397 Contract # 42 3101 NTerrySt BLOCK 92, LOT 14, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 92, LOT 14, FOSTEPCO HEIGHTS ADDITION also described as 3101 N Terry St, Fart Worth, Tarrant County, Texas, hereinafter ref erred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void, This Right of Entry shall include the right of Grantee and its employees, agents, representatives, · or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the s aid Grantee, is successors and assigns , for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007 . ----------- GRANTOR: (Please Print) (Signature) i I -\-- 1 ~\ -r ' i() :i:) •• -" # -· ~ U1 Gr·-·-·-·-·-·-·-·-·-·-·-·-·- 3101 N TERR Y ST, FORT WORTH OSOR NIA, ANSELM O & IRENE V 3101 N TERRY ST . FORT WORTH TX 76105 2 PRIOR OWNERS FOSTEPC O HEIGHT S ADDITION BLK 92 LOT 14 INSTRUMENT: 020 3 323251 D.R.T.C.T. •--·-·---·-----·-----·-·-·-·-·-----·-·-----·-·--< fTJ X I OJ -I D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. d . N. Hampton Street-NE 32° St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3103 N Terry St BLOCK 92, LOT 15, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned , hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth , TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 92, LOT 15, FOSTEPCO HEIGHTS ADDITION also described as 3103 N Teny St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approv ed by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. · TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) :...- 0 (j) 0 w <.,.) ~ ~ r 0 -l (J) Q. (.Q ::, co --<.,.) r::3 0 0 -....J ~---- -'- -'- N c.o )> :s:: N 0 _. 0 0 0 rJ z N c ; 0 0) 'J'> <)\ "' l"fi \ -v-,\ .. -• .. -• • tv \ )> / ~jZ> ijl_· ~~-----------------------------------------------< 3103 N TERRY ST, FOR T WORJH ALCALA, CARMEN D 3103 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK CJ2 LOT 15 DEED VO L: 000000 DEED PAG E: 0000 O.R.LC.T. rn X I co J,----4 D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N . Hampton Street-NE 32nd St. to E. Long Ave . N. Terry St-NE 30th St. to NE 35th St. D.O.E.5397 Contract# 42 3104 N Terry St BLOCK 91, LOT 11, 12 , 13, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as ''Gr:antor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property des cribed as BLOCK 91, LOT 11, 12, 13, FOSTEPCO HEIGHTS ADDITION also de s cribed as 3 104 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the drivew ay beyond the Right-of-Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor acc es s to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above de s cribed temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to acce ss the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the ri ghts and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns , for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007 . ------------ GRANTOR: (Please Print) (Signature) --0 (J) 0 (;:) (;:) -{ (1) ., ~ r 0 -{ (j) 0. co ::i co --~ (;:) N 0 0 -.._J _,_ N _,_ 0 _,_ ~ N )> s: NE 30TH 3104 N TERRY ST, FOR T WORTH FORT WORTH , CITY OF 10 0 0 THROCKMORTON ST FORT WORT H TX 76102 FOSTEPCO HEIGH TS ADDITIO N BLK 91 LOT 11 BLK 91 LOTS 1 1 12 & 1 3 DE ED VO L: 000000 DEED PAGE : 0 000 D.R .T.C.T. . ( ' N ' ·tr---i ,-( . ) m .. ,, ...... "' (JI •----·-----------:-< rrt X I (lJ t--1 Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3106 N Terry St BLOCK 91, LOT 10, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 91, LOT 10, FOSTEPCO HEIGHTS ADDITION also described as 3106 N Teny St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above . Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) .- 0 0) 0 w (;..) -i (1) ~ r 0 ~ (J) 0. (0 :J CP .._ (;..) .._ N 0 0 -.J 0 (;..) N CP )> s 0 0 3106 N TERR Y ST , FORT WORTH ORTEGA , ADELA MEDEL L IN 3 105 N TER RY S T FORT WORTH TX 76106 FOSTEPCO HEIGHT S ADDIT I ON BLK en LOT 10 DEED VOL: 00 g gg2 DE ED PAGE: 0349 D.R .T.C.T. r-.... , ...... . 1-.-;; ;,; ··q · -·----· --·-·fFl --· X I OJ 1--t ' rn J -~---------D -- Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O .E. 5397 Contract # 42 3107 N Teny St BLOCK 92, LOT 16 , 17, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter"referred to as "Granter", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 92 , LOT 16, 17, FOSTEPCO HEIGHTS ADDITION also described as 31 07 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right- of-Way line . Upon execution of this agreement, Granter will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) I\.) .. O --- ..... 0 0 N 0 3107 N TERRY ST, FORT WORTH CORDERO, FELIPE ETUX MARiA I 3107 N TERRY ST FORT WORTH TX 75106 · ·--------·· .... --· --· -.. -F-8&+ E-PEG -H-E I-GH·l-S-AtlD--1 :f--I-8N· ------ ¥n 1";1 P, BLK 92 LOT 16 BLK 92 LOTS 16 & 17 DEED VOL: 013968 DEED PAGE: 0542 D.R. T.C. T. ·-------------------~ -----~ -----... ------·-----·---.. ---------- f1l X I OJ 1--1 D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N . Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. . D.O.E. 5397 Contract # 42 3108 N Terry St BLOCK 91, LOT 9 , FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TE1VIPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto prop erty de s cribed a s BLOCK 91, LOT 9, FOSTEPCO HEIGHTS ADDITION also described as 3 10 8 N T erry S t, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpo se of constructing the extension of the driveway beyond the Right-of- Way line . Upon ex ecution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives , or contractors to access the aforementioned property.· TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ________ , 2007. GRANTOR : (Please Print) (Signature) s :n ::> .>,) ;.) ~ -; 1) .... 2 :) ..., N '../) 0. 0 :::l co ..._ (.,J . ..._ N 0 0 --.J ~ ~ 0 ~ 0 0 )> $ --------... ---------.. ------------------------------- N 0 ..... 0 0 3108 N TERRY ST, FORT WORTH PEREZ, RAMON & BERTHA 3 108 N TERRY ST FORT WORTH TX 75106 FOSTEPCO HEIGHTS ADDITION BLK CJl LOT 9 DEED VOL: 012259 DEED PAGE: 1465 D.R. T.C. T. I -i-·· -----·-·---·---·-·---·-----·-----·------~ N 0 T ·;;' m ·--t".' r·• "-··-"---·-·-· . -·· X I rn -I D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave . N. Terry St-NE 30th St. to NE 35th St. D.O .E. 5397 Contract# 42 3110 N Terry St BLOCK 91, LOT 8, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNO'W ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned , hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 9 1, LOT 8, FOSTEPCO HEIGHTS ADDITION also described as 3110 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents , representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall re store the Property to the condition it was in. immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of _______ , 2007. GRANTOR: (Please Print) (Signature) 6 0) 0 w w -i CD ~ r 0 -1 Ul 0. co :::J co --w N 0 0 -...J 0 ~ (.J1 co )> s: N 0 0 0 N 0 31i0 N TERRY ST, FORT WORTH SANCHEZ , EUFRACIO 3110 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 91 LOT 8 INST RUM ENT: 0203467372 D.R. T.C. T. rr, X I co 1--f -I Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°ct St. to E. Long Ave. N . Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract # 42 3111 N Terry St. BLOCK 92, LOT 18 , 19, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 92, LOT 18, 19, FOSTEPCO HEIGHTS ADDITION also describ e d as 3111 N Terry St., Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right- of-Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated J:ierein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ________ , 2007. GRANTOR: (Please Print) (Signature) 6 CJ) 0 i --~--=-· i N ---N g -...J (!) I\J 0 ..... 0 0 I\J 0 ~ 0 ...... -- J:, -, z /'"! --~------------------------------------------ 3111 N TERRY $T, FORT WORTH DAWSON, GRACE 3111 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDIT I ON ili . BLK 92 LOT 18 ~ BLK 92 LOTS 18 & 19 DEED VO L : 000000 DEED PAGE: 0000 O.R.T.C .T. rr, X I OJ D Pavement Reconstruction, Water and Sewer Replacement · NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N . Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3112 N Terry St BLOCK 91, LOT 7, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter r eferred to as "Grantor", does by these presents grant and · convey to the City ofFort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property describ ed as BLOCK 91, LOT 7, FOSTEPCO HEIGHTS ADDITION al so described as 3112 N Teny St, Fort Worth, Tarrant County, Texas, herei n after referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above . Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of _______ , 2007. GRANTOR: (Please Print) (Signature) --0 (j) 0 w ~ (.,v -j (1) ...., '< r 0 N -j (f) 0.. co :, OJ ---w ---N 0 0 --J ..... ..... 0 (J'l w 0 )> $ N 0 0 0 N 0 3112 N TE RRY ST, FORT WORTH MARTINEZ , ELUTERIA EST 2301 MARKET AVE FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION Bl _K 91 l._OT 7 DEED VOL: 004585 DEED PAGE: 0707 O.R.T.C.T. -SH RUB 1--·'-='"-"'-·-=·---·--··--·rrr · ·-· X I rn i -.j!i£!,>\I(.~ __J ! -., _o ...... ··-···-···D ···- Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave . N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract # 4 2 3113 N Teny St BLOCK 92, LOT 20, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RJGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and . convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 92, LOT 20, FOSTEPCO HEIGHTS ADDITION also described as 3113 N Teny St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above descn"bed right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of , 2007. -------- GRANTOR: (Please Print) (Signature) :.--0 0) 0 0J ~ w -i (1) -, '< r 0 N -i (j) 0. co :J 0:, ~-.._ N 0 0 -.._J ~ .i,. 0) ...... w -a $ ... 0 0 N 0 -.~~~~U! . -.. --. -. ·---· . ----'._ ----. -. ---. -------. ·---. ---rn 3 113 N TERRY ST, FORT WORTH GONZALES, SERGIO & A. CERRANTE 3113 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BL.K g2 L.OT 20 DEED VOL: 009997 DEED PAGE: 2136 D.R . T.C.T. X I aJ 1--1 . ···-· ........ -...... -__ .. --·--.. ---.. ···------......... -.... -.. ----..... -...... -----........... -··--· ----·-D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D .O.E. 5397 Contract# 42 3114 N Terry St BLOCK 91, LOT 6, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Gran tor", do es by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 91, LOT 6, FOSTEPCO HEIGHTS ADDITION also described as 3114 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents , representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was inimmediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of _______ , 2007. GRANTOR: (Please Print) (Signature) 5 :n :) :,J :,J -i 1) ..., < :J -, Cl) 0. a :::, (X) --. w --N 0 0 -...J _. _. 0 ~ 0 _. )> $ ~ N N 0 0 0 N 0 3114 N TERRY ST, FORT WORTH LOREDO, ADRIAN ETUX MARIA 3116 TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BU< C)l LOT 6 DEED VOL: 012256 DEED PAGE: 0125 D.R. T.C. T. -----------------------------[~ ·1-. -· I ____ .. 0 :~1---------·-· ----rn --- ~/-- ("11 I ('"' i ~•••H•A.,J X I rn 1---1 ---·--------D --·- Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N . Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3115 N Terry St BLOCK 92 , LOT 21, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § Kl~OW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 92, LOT 21, FOSTEPCO HEIGHTS ADDITION also described as 3115 N Teny St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above descnoed right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. · Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ________ ., 2007. GRANTOR: (Please Print) (Signature) 6 0) 0 w w ~. ~ r 0 -1 (J) a. co ::J o:> --w --N 0 0 -.J CD ----- ->. mi-+--- ->. 0 )> s: N 0 ...... 0 0 N 0 ) _O _ -· --. ---.. ·-·----·---------. ----. ----. -. -. -. --------- 3115 N TERRY ST, FORT WORTH BELTRAN, DELLA 3115 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK g2 LOT 21 21 S25 ' 22 BL.K 92 DEED VOL: 000000 DEED PAGE: 0000 D.R. T.C. T. -------------------------·---------------------.----- rn X I (IJ D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E . 5397 Contract# 42 3116 N Terry St BLOCK 91, LOT 5, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Granter", does by these presents grarit and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 91, LOT 5, FOSTEPCO HEIGHTS ADDITION also described as 3116 N Teny St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees , agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ________ , 2007. GRANTOR: (Please Print) (Signature) 5 J) ::, ,J .>) -I 1) ... < 8 -i (/) Q. Q :J co w --N 0 0 --.J -' -' 0 0) .j:,.. (;) )> $ ~ N N 0 0 0 N 0 ,---- ----------------------------------------~ -- 3116 N TERRY ST, FORT WORTH LOREDO, ADRIAN ETUX MARIA 311G N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDI T IO N BLK 91 LOT 5 DEED VOL: 012256 DEED PAGE: 0125 D.R .T .C. T. t - -... ------- ------------------· ----.. -------------- ------·-r1-1 · - X I rn 1 t---1 -I '"-' ~Iii_·-· ~I ·t ·------D -- l Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave . N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O .E. 5397 Contract# 42 3118 N Terry St BLOCK 91, LOT 3, 4, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § Kl~OW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned , hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 91, LOT 3, 4, FOSTEPCO HEIGHTS ADDITION also described as 3118 N Ten-y St, Fort Worth, Tarrant County;Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ________ , 2007 . GRANTOR: (Please Print) (Signature) :..- 0 0) 0 (,J ~ (,J -j (1) -, < r 0 N -j (J) 0.. (0 :::, o:> w N 0 0 -..J -'- -'- 0 -..J N -'- )> ~ N 0 .... 0 0 N 0 3118 N TERRY ST, FORT WORTH NAVA, ARTURO R ETUX YARA A 3118 N TERRY ST FORT WORTH TX 76106 ···-------·-----··· ---. F O"S"T EP CO --HETGT-ffS -A DO I T I o-N -·-------------·····-· BLK 91 LOT 3 BLK 91 LOTS 3 & 4 DEED VOL: 014620 DEED PAGE: 0361 O.R.T.C. T. "' -t···· ---··· ---·-· -...... ----· - _ _J .. 1·1 rn X I ; 1--1 '"' ('rJ . ----·--·--------CIJ -I D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3119 NTerry St BLOCK 92, LOT 23, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TElVIPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNO\V ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee'' a temporary right of entry onto property de scribed as BLOCK 92, LOT 23, FOSTEPCO HEIGHTS ADDITION also described as 3119 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property'', for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature)· 6 O') 0 w w -i (D ~ r 0 -i (J) C. (0 :J CD ~· --N 0 0 -...J w (J1 0 i:j, ------ -...J -0 ~ N 0 0 0 N 0 I L-~-... ~ QI "' ''_\_ ---. -. ---------. __ ·_ -. -. ---. -. -. -. ---·-------. J1l . I X I 311 g N TERRY ST, FORT WORTH I HERNANDEZ , ALVARO ETUX ANDREA 4728 SPOON DRIFT OR FORT WORTH TX 76135 FOSTEPCO HEIGHTS ADDITION Bl_K CJ2 L.OT 2:3 23-N25'22 BLK g2 DEED VOL: 012483 DEED PAGE: 0364 D.R.T.C.T. rn 1--t --f D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 31.21 N Terry St BLOCK 92, LOT 24, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KL~OW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as ''Grantor", does by these pres ents grant and convey to the City ofFort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 92, LOT 24, FOSTEPCO HEIGHTS ADDITION also described as 3121 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of _______ , 2007. GRANTOR: (Please Print) (Signature) --0 0) 0 (>) ~ w ~ (1) .., '< r 0 ~ N (f) Q. co ::i CX> ---.J --N 0 0 -.J (>) R] -··--·· -1:s (>) -0 $ N 0 0 0 N 0 .f.,,. 0 3121 N TERRY ST, FORT WORTH CIENEGO , RUBEN ETUX JOSEPHINE ATTN PAMELA CIENEGA 3121 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 92 LOT 24 DEED VOL: 007748 DEED PAGE : 1660 O,R.T.C.T. wco ..... . (/')(S) -HS) . U') (S) -I (S) ::0 fTJ -I fTJ fTJ -I ::0 :0 -< rll X I aJ D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 . 3123 N Terry St BLOCK 92, LOT 25, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these pres ents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 92, LOT 25, FOSTEPCO HEIGHTS ADDITION also described as 3123 N Ten-y St, Fort Worth, Tarrant County, Texas , hereinafter r eferred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee , at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ________ ., 2007 . GRANTOR: (Please Print) (Signature) EXHIBIT A I l- a: z 0 0 3 1--< I- I->-i er: 0 0 lDO LL iSl <I lO (f) CS) I-I-" I-iSl CS) (f) (f) I iSl GI Cl.. X O lD N CS) CS) >-' >-I-,_, N CT' CS) CS) er: z er: w CS) er: <I er: I I i--~ •• 1- W::) W !-0 _l •• W • f---:}f-0::0.....J ffi.....JOU OU O<I • Z ~Z3[l..NtD>[l..l- <I WO"'N C'1 ._. (Y) I-I-, 0 0 er: N 0:: N 0::: (f) Y'. I'-W W • .--.Q.-,00.....J "<:tWWO (Y) U) (Y) LL LL ffi Cf) 0 0 ,n hn~'.i T P.rrv LOTS .don 8/3/2007 9 :2 1 :24 AM 8·00.00 TERRY 31ST STREET 24"ELM 20' 10' 0 20' 40' Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3125 N Tery St BLOCK 92, LOT 26, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TElYIPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as ''Grantee" a temporary right of entry onto property described as BLOCK 92, LOT 26, FOSTEPCO HEIGHTS ADDITION also described as 3125 N Tery St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of _______ , 2007. GRANTOR: (Please Print) (Signature) --0 (j) 0 w ~ w -I CD -, '< r 0 N -I (/) 0.. ca ::::, co ---.J --N 0 0 -.J w (J1 .j::,. ~ -.J -0 s: N 0 .... 0 0 N 0 (/) -t ZD rn• wco (/) (S) -t (S) . (/) (S) -t (S) ::0 rn -I rnrn -I ::0 ::0 -< (/) 3125 N TERRY ST, FORT WORTH MUNOZ, SEGUNDO ETUX CONSUELA 3862 OSCAR AVE FORT WORTH TX 76106 FOST EPCO HEIGHTS ADDITION BLK CJ2 LOT 25 26 N3'25 BLK CJ2 INSTRUMENT: 0205141953 D.R.T.C.T . rn X I OJ --, D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 301h St. to NE 35th St. D.O.E. 5397 Contract# 42 700 NE 31st St BLOCK 91, LOT 1, 2, FOSTEPCO HEIGHTS ADDITION · CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor'', does by these presents grant and convey to the City of Fort vVorth, TX, herein after referred to as "Grantee" a temporary right of entry onto property de scribed as BLOCK 91, LOT 1, 2, FOSTEPCO HEIGHTS ADDITION also described as 700 NE 31st St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ________ , 2007. GRANTOR: (Please Print) (Signature) s j) :) ~ j.) --i :0 .., < r 0 ~ (j) 0.. Q ::J co w --N 0 0 -..J _,, _,, 0 co _,, 0 )> s: ~ N N 0 0 0 N 0 700 NE 31ST ST , FORT WORTH FOSTEPCO HEIGHTS BAPTIST CH 3223 N ELM ST FORT WORTH TX 76106 ____ . -· ____ FO.S.1.EP.£0._ HE LGl::L1S-ADD Ll LQ.N_ __ . _. _. _. _ BLK CJl LOT 1 BLK 91 LOTS l & 2 DEED VOL: 000000 DEED PAGE: 0000 D.R.T.C. T. iii ---------____________ !~ ~ ~~Al~~.~~ ~E~I.~ z ;1-:t.,"; :r .. r,;;.,. r,._ . rn X I D • ~z l ··, =~ ....... ~-----·· t~C-1Al'J l..l • Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3200 N Teny St BLOCK 79, LOT 12, FOSTEPCO HE~GHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by the se presents grant and convey to the City of Port Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 79, LOT 12, FOSTEPCO HEIGHTS ADDITION also described as 3200 N Terry St, Fort Worth, Tarrant County, Texas , hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR : (Please Print) (Signature) .-- 0 (J) 0 <.,J ~ w -, (1) -, '< r 0 N -, Cf) 0.. <O ~ co --<.,J --N 0 0 ---J _. _. 0 ~ <.,J _. )> s: N 0 0 0 N 0 NE 31ST STR ----------·-----··-------·--·-·--··--· !J. .··! -·C...,r, ! ,, ,. ; W >' ~M :: 3200 N TERRY ST, FORT WORTH MARTINEZ, LINDA 1208 CLINTON AVE FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BI_K 7CJ l...OT 12 DEED VOL: 0 1 3024 DEED PAGE: 0082 O,R, T.C, T. rn (/) X :r ;o I C (!) 0 1--1 '?! 0'£ co ; " ;u C cu 1--1 -I D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N . Teny St-NE 30th St. to NE 35th St. D.O .E. 5397 Contract # 42 3201 N Teny St BLOCK 80, LOT 13, FOSTEPCO HE~GHTS ADDITION CITY OF FORT WORTH TElVIPORARY RlGRT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort ·worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 80, LOT 13, FOSTEPCO HEIGHTS ADDITION also de s cribed as 3201 N Teny St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpo se of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until su ch time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior t o accessing the Property under this Right of Entry. · EXECUTED this the day of , 2007. --------'------- GRANTOR: (Please Print) (Signature) ::> J) ::> ,J ,J -i 0 ., 2 :) -I :n :::l. D :J co ----i --N 0 0 -.._J ~· (J1 co 0 --i "tJ $ ~ N I\.,) 0 0 0 I\.,) 0 .i:,. 0 . ' - / ,., '• ,.I .-----,.---------------·----·------~- 3201 N TERRY S T, FORT WO RTH GONZAL EZ, MAXIMA ET UX VICENTE 3201 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 80 LOT 13 INSTRUMENT: 0204173402 D.R.T.C .T. fTl X I CD 1--1 D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3202 N Terry St · BLOCK 79, LOT 11, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 7 9, LOT 11, FOSTEPCO HEIGHTS ADDITION also described as 32 02 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of thi s agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) 6 0) 0 C,J C,J --l <P ~ r 0 --l (./) Cl. co ::i O'.) --. C,J --1\.) 0 0 -...J 0 0 N 0 3202 N TERRY ST, FORT WORTH JIMINEZ, JUVEMAL ETUX OL.IVIA 3202 N TERRY ST FORT WORTH TX 75 105 FOS TEPCO HEIGHTS ADDITION BLK 79 LOT 11 ·DEED VOL: 010913 DEED PAGE: 0639 D.R. T,C. T . . s \ -,~1 ,_: __ ..... -[1]_ - ··--·1 X I rn -I D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Teny St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3203 N Ten-y St . BLOCK 80, LOT 14, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 80, LOT 14, FOSTEPCO HEIGHTS ADDITION also described as 3203 N Teny St, Fort Worth, Tanant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) ::, J) ::, ;) ,.) -i p -, 2 :) --, '.f) Cl. D ::, co --(;). N 0 0 --..J :!? -. -. N .i:,. (;) --..J )> s: 3203 N TERRY ST , FORT WORTH AL VA, JUL IO ETUX MAR I A AL VA 3 2 03 N TERRY ST FOR T WORTH TX 76106 FOS TEPCO HEIGH TS ADDITION BLK 80 LOT 14 DEED VOL: 015702 DEED PAGE: 0094 D.R.T.C.T. rn X I 1--1 D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N . Terry St-NE 30th St. to NE 35th St. D.O.E . 5397 Contract # 42 3204 N Terry St BLOCK 79, LOT 10, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafterreferred to as "Granter", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 79, LOT 10, FOSTEPCO HEIGHTS ADDITION also described as 3204 N Teny St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Granter will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in. immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) :) -I U) 6. a :::i co --. w --N 0 0 --J -' 0 0, co )> s: N 0 _. 0 0 N 0 3204 N TERRY ST, FORT WORTH MUNOZ, CYNTHIA M 3204 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 7g L_O T 10 10 Sl/2 9 BLK 79 DEED VOL.: 000000 DEED PAGE, 0000 O.R.T.C.T. rrl X I CD -I Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract # 4 2 3205 N Terry St BLOCK 80, LOT 15, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TE1VIPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as «Grantor", does by these presents grant and · convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described a s BLOCK 80, LOT 15, FOSTEPCO HEIGHTS ADDITION also described as 3205 N Teny St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) :.- 0 0) 0 (,.) (,.) -i (D ..., -< r 0 -i (/) Q. (Q :; CXl ---.J --N 0 0 -.J .i:,.. 0 0 '.i. (,.) 'U ~ ~ N .... 0 0 I\.) 0 '"' ------· ------- -- ---• •• -· - ----" -· # -----# -" -... --- --H-------• - 3205 N TERRY ST, FORT WORTH ENRIQUEZ, MARINO ETU X REBEC CA 3205 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HE I GHTS ADDITION BLK 80 LOT 15 DEED VOL: 015867 DEED PAGE: 027g D.R. T.C, T. rr, X I CD 1---1 -I D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3207 N Teny St BLOCK 80, LOT 16, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned , hereinafter referred to as "Grantor", does b y th ese presents grant and convey to the City.of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 80, LOT 16, FOSTEPCO HEIGHTS ADDITION also de scribed as 3207 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above de scribed temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ________ , 2007. GRANTOR: (Please Print) (Signature) 6 0) 0 w w ~ ~ r 0 -! (/) 0. co :::, 0) --w N 0 0 -.J (D (;.) 0 (.Tl (.Tl )> s: ...... -•HM-H •M-0 "' 0 .... 0 0 "' 0 ;ii :n...._ 3207 N TERRY ST, FORT WORTH ZUNIGA, VENANCIO & MARIA Z 13076 TERRA BELLA ST PACOIM A CA g1J31 FOSTEPCO HEIGHTS ADDITION BLK 80 LOT 16 INSTRUMENT: 0206326520 D.R. T.C. T. --------------------------------------------- ---1 ~ i ··io····-' ~ " .. Wi ~ ·< rn X I co 1---1 -I D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 301h St. to NE 35th St. D.O.E. 5397 Contract# 42 3208 N Ten-y St BLOCK 79, LOT 8, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as ''Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 79, LOT 8, FOSTEPCO HEIGHTS ADDITION also described as 3208 N Teny St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in.immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ________ , 2007 . GRANTOR: (Please Print) (Signature) 6 0) 0 w w -I (ll ..., '< r 0 -I (J) Q. (0 :::, co ---w ---N 0 0 --..J -" -" -" -" .. w (Jl )> s:: ~ N .... 0 0 N 0 3208 N TERRY ST, FORT WORTH RAMIREZ, LUCIO 3808 HARLEY AVE FORT WORTH TX 76107 --.. --·--------FO-STEPCO -Fl[TGHTS-.. A-OOlr·rnl'f ------_,_ ------·---·- BLK 7g LOT 8 8 Nl/2 g BLK 7g DEED VOL: 015939 DEED PAGE: 0198 D.R. T.C. T. -·-·-·-·-·-·-·-·-·-·-·-·-·-·-·-·-·-·-·-·+ ' rn X I Pavement Reconstruction, Water and Sewer Replacement · NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nct St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E . 5397 Contract# 42 3209 N Terry St BLOCK 80, LOT 17, FOSTEPCO HEXGHTS ADDITION CITY OF FORT 'WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor''; does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 80, LOT 17, FOSTEPCO HEIGHTS ADDITION also described as 3209 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 2007. ---________ _, GRANTOR : (Please Print) (Signature) 6 a, 0 (;J w ~ (D ~ r 0 ~ (J) Q. (Cl :J 00 ---...J N 0 0 -...J ~ o ·-·---·-a, N 0 .... 0 0 N 0 ~ ~~-. -•-·-------. ----. -·--.. ---. ···----·-----.. ---·-----. -----. -. ---- 1 320g N TERRY ST, FORT WORTH YANES, RAYMOND & FELIC I TY ATTN CAROLYN CALDRON 320g N TERRY S T FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDIT I ON BLK 80 l_OT 1 7 DEED VOL: 006870 DEED PAGE: 0287 O.R.T.C.T. fll X I rn D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract # 42 3210 N Terry St BLOCK 79, LOT 7, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor'', does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 79, LOT 7, FOSTEPCO HEIGHTS ADDITION also described as 3210 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpo se of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantorwill grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents , representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in. immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ______ ~ 2007. GRANTOR: (Please Print) (Signature) --0 CJ) 0 (.,J (.,..) -l (D -, '< r 0 -l Cf) 0. (Q :::, (X) --' (.,J --N 0 0 -.J _. _. '' _. f':' 0 CD )> $ ~ N N 0 0 0 N 0 --------·-. -------------. ------------------·1::-- 3210 N TERRY ST, FORT WORTH ORO ZOO , JESUS 3210 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION INSTRUMENT: 0206311831 D.R.T.C.T. , .. 1 .. ,,, l. ·------rn -] i OJ t---1 -I Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3211 N Terry St BLOCK 80, LOT 18, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RJGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by the se presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 80, LOT 18, FOSTEPCO HEIGHTS ADDITION also described as 3211 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until s u ch time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. -----------~ GRANTOR: (Please Print) (Signature) 6 (j) 0 (;J w -j (D ~ r 0 j Cl. (0 ::, co :::J · ;:;::, 0 0 -.J -l:>- 1'.) 0 0 0 1'.) 0 ~ 0 32il N TERRY ST, FORT WORTH SANCHEZ , JESUS & JAM IE 3211 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 80 LOT 18 INSTRUMENT: 0205220807 O.R.T.C.T. ~~~--~----------------------------------------/ I -i --~·----.J rri X I OJ 1--1 -I D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N . Teny St-NE 30th St. to NE 35th St. D .O.E. 5397 Contract# 42 3212 N Teny St BLOCK 79, LOT 6, FOSTEPCO HEIGHTS ADDITION CITY OF FORT W ORTH TEMP ORARY RI GHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That th e und ersigned , hereinafterreferred to as "Grantor'', does by thes e pres ents grant and convey to the City of Fort Worth, T X , herein after referred to as "Grantee" a temporary right of entry onto property de s cribed as BLOCK 79 , LOT 6, FOSTEPCO HEIGHTS ADDITION also describ ed as 32 12 N T erry St, Fort Worth , Tarrant County, Texas , hereinafter referred to as the "Property", for the purpo s e of constructing the extension of the driveway beyond the Right-of- Way line . Upon execution of this agreement, Grantor will grant Grantee and its contractor acce ss to the Property for the purpose stated herein , until such time as the project is completed and appro ved by the Grantee, at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto , anywise belonging unto the said Grantee, is successors and assigns , for the purposes set forth above. Grantee shall restore the Property to the conditi on it was in. immediately prior to accessing the Property under this Right of Entry. EXECUTED this the d ay of , 2007. ------------ GRANTOR: (Please Print) (Signature) --0 0) 0 w w -j CD .., '< r 0 -i (J) Cl.. c.o :::i 0:, --w --N 0 0 --J ....,, ....,, .. ....,, N .J:>. --J )> ~ ~ N ... 0 0 N 0 ~ 0 3212 N TERRY ST, FORT WORTH MACIAS, DAVI D 3212 N TERRY ST FORT WORTH TX 76106 FOS TEP CO HEIGH TS ADDITION BLK 79 LOT 6 INS TR UM ENT : 020500 6858 O.FLT.C.T. J-·--:--------' ; rn OJ • I I I --=-i _____ / X I (lJ ---, ---------D ·- Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N . Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract # 42 3213 N Ten-y St BLOCK 80, LOT 19, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 80, LOT 19, FOSTEPCO HEIGHTS ADDITION also described as 3213 N Teny St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of _______ , 2007. GRANTOR: (Please Print) (Signature) :.- 0 0) 0 w (.,.) -I (D -, ~ r 0 -, 0 a. (Q :::i (X) --w --f\..) 0 0 -...J (!) w w i0 CJ1 )> :s;:: ~ N N 0 -0 N 0 ~ -l- 3213 N TERRY ST, FORT WORTH GUTIERREZ , MANUEL ETU X HC ·3215 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDI T IO N BLK 80 LOT lCJ INSTRUMENT: 0206075175 D.R .T.C .T. rn x · I CD -I D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E . 5397 Contract# 42 3214 N Terry St BLOCK 79, LOT 5, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned , hereinafter referred to as "Granter", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 79, LOT 5, FOSTEPCO HEIGHTS ADDITION also de scribed as 3214 N Ten-y St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in. immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) 6 0) 0 w w -l (D ~ r 0 -l (f) 0.. (0 ::i co --w ;;::, 0 0 -..J ....>. ....>. ....>. w N (0 )> $:'. N 0 _. 0 0 N 0 3214 N TERRY ST, FORT WOR TH GONZALEZ, M & NP GUEVARA 3214 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDI TION BLK 79 LOT 5 DEED VOL: 012486 DEED PAGE: 0541 O.R.T.C. T. r· I ,:, I :11 I . ·--.. ---•. --· .. ··-··--·----·-·-.. -----·--·--.. ........ ----.• --.. ·-··-·----.. ---·--· ---·-. -·----··------· ·--L-::::::::... ----. -. -.r:r,. -. -· lCD;:: 15 IT X I IT) Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O .E. 5397 Contract# 42 3215 N Terry St BLOCK 80, LOT 20, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersi gned , hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property de scribed as BLOCK 80, LOT 20, FOSTEPCO HEIGHTS ADDITION also described as 3215 N Teny St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents , representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) --0 Ol 0 w (;.l -I (1) ~ r 0 -I Cf) Cl. co :::; co w --N 0 0 -...J c.o w .i::. ·-----·--·--- N 0 ..... 0 0 N 0 3215 N TERRY ST, FORT WORTH GUTIERREZ, MANUEL ETUX H C 3215 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 80 LOT 20 DEED VOL: 012287 DEED PAGE: 0219 D.R. T.C. T. rn X I (IJ -I D Pavement Reconstruction, Water and Sewer Replacement NE 291h Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30 1h St. to NE 35th St. D .O.E. 5397 Contract # 42 3217 N Terry St BLOCK 80, LOT 21, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 80, LOT 21, FOSTEPCO HEIGHTS ADDITION also described as 3217 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ________ , 2007. GRANTOR: (Please Print) (Signature) 6 0) 0 w w . --i (1) -, ~ r 0 --i (/) Cl.. lO :, 0:, --w --N 0 0 ---J (!) w ----·-· -(Jl 0 (Jl )> $ ,-· I n 51 I '.' . -. __ l,.. 0 0 N 0 CDS: O:!!: ?<-~ I~ .~J ·~--·. ----. ·-. -· --. -· -·-· . -. ---. --. ·-------. -·-. --·-. -. -. --- , 1'! ,~ .t1. C ' )> \.~, ;o ,- f\11 ,,"\-. -£_);·;; ('i< ,·p·\t, ~ ~· ·. ,,, )~ 3217 N TERRY ST , FORT WORTH MONTES, MARIA MRS EST 3217 N TERRY ST FORT WORTH TX 7 6106 FOSTEPCO HEIG HTS ADDITION Bl..K 80 l_OT 21 DEED VOL : 000000 DEED PAGE1 0000 D.R. T.C. T. J·-·---·-·-------·-·---·-·-·-----·-·-·---·-·-·- ·1 1--- J rn X I m 1--t -I D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O .E. 5397 Contract# 42 3218 N Teny St BLOCK 79, LOT 4, FOSTEPCO HEIQHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, h er einafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 79, LOT 4, FOSTEPCO HEIGHTS ADDITION also described as 32 18 N Terry St, Fort Worth, Tarrant County, Texas , hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of thi s agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein , until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------· GRANTOR: (Please Print) (Signature) :..- 0 0) 0 w w -i (P ~ r 0 oj a. co :i co --w --N 0 0 -.J N 0 ..... 0 0 N 0 ~ 0 3218 N TERRY ST, FORT WORTH MUNOZ, ENRIQUE 3851 RUNNELS ST FORT WORTH TX 76105 FOSTEPCO HEIGHTS ADDITION BLK 79 LOT 4 DEED VOl_: 000000 DEED PAGE: 0000 D.R. T.C. T. ·-···------·----f+J ·· X I (lJ ________ ]>--- Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E . Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E . 5397 Contract # 42 3219 N Terry St BLOCK 80, LOT 22, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 80, LOT 22, FOSTEPCO HEIGHTS ADDITION also described as 3219 N Ten-y St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line . Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void . . This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. --- --------- GRANTOR: (Please Print) (Signature) 6 0) 0 <.,J <.,J -l (D ~ r 0 -l 0 C. (Q ::i co --. <.,J --N 0 0 -...J CD <.,J 0) CJl }> $ 3219 N TERRY ST, FORT WORTH GUEVARA, MARIA D 3219 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 80 LOT 22 .DEED VOL: 000000 DEED PAGE: 0000 D.R. T.C. T. UHD -HT1 z J> C') rn• -z w- 1\).::.. 1J z . :0 OUlO IS,) c... tf>. rn -i IS) n :0 IS,) -l rn rn-i -1rn :0 :0 r1l X I OJ 1---1 D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N . Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3220 N Terry St BLOCK 79, LOT 3, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WO RTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 79, LOT 3, FOSTEPCO HEIGHTS ADDITION also described as 3220 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was ifl immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) 6 CJ) 0 w w -i (1) ..., '< r 0 -i (f) Q. (0 :J co --w --N 0 0 -.._J -' -' .. -' .j::,. :i,;.. w )> s ~ N .... 0 0 N 0 3220 N TERRY ST, FORT WORTH PENA, HUMBERTO D ETUX MARIA G 3220 N TE RRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 79 LOT 3 DEED VOl_: 01 1 '352 DEED PAGE: 0959 D.R.T.C. T. '>' r~ ';;,· ,-, ,rJ',···'\-' ·. / \~·\ • ,c.:._; fl -----·--rrr - x I OJ 1--1 ·.~-·-· .. ----.. ·-. D .. -. Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N . Hampton Street-NE 3 2nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O .E. 5397 Contract# 42 3221 N Teny St BLOCK 80, LOT 23 , FOSTEPCO HEXGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the und ersigned , hereinafter referred to as "Grantor", do es by the s e pres ents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property de s crib e d as BLOCK 80, LOT 23 , FOSTEPCO HEIGHTS ADDITION also de s cribed as 3221 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter r eferred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line . Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein , until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto , anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------· GRANTOR : (Please Print) (Signature) :...- 0 0) 0 w w -I (1) -, '< r 0 -l (J) 0.. <O :, co · --w --N 0 0 -..J <D w -..J 6 _. )> s:: ~ N ---·· -- N 0 ... 0 0 N 0 ;:;. n (~ . ~---··-------------~ --------.. -----------__ ,. ------------- C/)(:0 -I rn Z J>C> rn • -z w -- N.1:1.-0 z . :::u C:JC.Jl 0 (S) c_ Cf). n, -I (S) n :0 IS) -I rn rr, -I -!nl :0 ::0 -< Cf) 3221 N TERRY ST; FORT WORTH HARRISON, WILLIAM H PO BOX 1G743 FORT WORTH TX 76162 FOSTEPCO HEIGH TS ADDITION BLK 80 LOT 23 DEED VOL: 000000 DEED PAGE: 0000 D.R,T.C .T. rn X I OJ D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3222 N Terry St BLOCK 79, LOT 2, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by thes e presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 79, LOT 2, FOSTEPCO HEIGHTS ADDITION also described as 3222 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in . immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) :..-0 0) 0 w w -l (D -, '< r 0 -l Cf) Cl.. co ::i CXl --(,J --N 0 0 --..J --" --" --" C.J'l N 0) )> s:: ~ N N 0 _. 0 0 N 0 3222 N TERRY ST, FORT WORTH GARCIA, RAULS 3222 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 7g LOT 2 DEED VOL: 000000 DEED PAGE: 0000 O.R.T .C.T. ' ........ f .... aJ t--1 \ . ·--·· .. ·--l- .. ___ J ---· .. ---~ -....• Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E . Long Ave. N. Terry St-NE 301h St. to NE 35th St. D.O.E. 5397 Contract # 42 3223 N Teny St BLOCK 80, LOT 24, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § · That:the undersigned, h ereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 80, LOT 24, FOSTEPCO HEIGHTS ADDITION also described as 3223 N Teny St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above d escribed temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto , anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall res tore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ________ , 2007. GRANTOR: (Please Print) (Signature) --0 0) 0 w (.,.) -i CD ~ r 0 -i (/) Cl.. (0 :i co --w ;;J 0 0 -...J (!) ---- w co 0 _.,. )> s::: _. 0 0 I\.) 0 ' rrl• .... z w- 1\) A "'O z . ::0 0 CJ10 CS,) c.... CJ). rn -H'S.)n ::0 IS) -I rn rrl-1 --trn ::0 ::0 -< (/) 3223 N TERRY ST, FORT WORTH BOWMAN, ALFORD P & VIRGINIA 3223 N TERRY ST . FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BU< 80 LOT 24 DEED VOL: 000000 DEED PAGE : 0000 D.R. T.C. T. .; ~--·_l ____ _. ____ . __ - rn X I CD -I Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3224 N Terry St BLOCK 79, LOT 1, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § Thatthe undersigned, hereinafter referred to as "Grantor", does by these pres ents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described a s BLOCK 79, LOT 1, FOSTEPCO HEIGHTS ADDITION al s o described as 3224 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee , at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns , for the purposes set forth above. Grantee shall restore the Property to the condition it was in_ immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of _______ ~ 2007. GRANTOR: (Please Print) (Signature) --0 0) 0 w (.,.) .., (I) -, '< r 0 .., (fJ Q. (0 ::i co --w --N 0 0 -..J _. -I. -I. 0) ~ )> ~ ~ N N 0 0 0 N 0 3224 N TERRY ST, FORT WORTH GARCIA , ROSA C ETAL 3224 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 79 LOT 1 DEED VOL.: 0135c31 DEED PAGE: 03CJ4 O.R.T.C.T. N'if:) J d .. l l --~---------___ (;> -~ ' ----. --·--·-- '.)"SA~Nrl1J ! [1;;)nQJJ!L_.L_ ___ _ \.,. ' ''. " .... ,~>---"', ...... _,. 1 rn X I CD -I D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3300 N Terry St BLOCK 66, LOT 11, 12, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 66, LOT 11, 12, FOSTEPCO HEIGHTS ADDITION also described as 3300 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right- of-Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project i s completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in. immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of _______ , 2007. GRANTOR: (Please Print) (Signature) ---0 0) 0 w (.,..) -i CD -, '< r 0 -i (f) 0. (Q ::i 00 -... w -... N 0 0 -...J ...... ...... ...... -...J ...... 0) )> s:: ~ N N 0 0 0 N 0 ·-···--·-.... -· .. --------·-·-·--·---••··--••••·--••••-=-.:.::;:::;,..-::::;.•••:: -..:-~-A·~~-t--J~_:c __ 3300 N TERRY ST, FORT WORTH ii) -0 ,.., () COVINGTON, TROY DON 3623 N ELM ST ~ __ FORT WORTH _ TX_7G105 _____________________ L FOSTEPCO HEIGHTS ADDITION . 0'--- BLK 66 LTS 11 & 12 ~ INSTRUMENT: 0205076607 ~ z O.R.T.C. T. Cl/ ~ () ;,; co ;,, "' ;o .... ;o • -< ,i ,.,., ~( -. --. -. ---... ---. -. -· --. -. --. -. -. -·. ---. -. -.. ..z.~· ···-:! rn X I CD 1--1 -I D Pavement Reconstruction, Water and Sewer Replacement NE 29th. Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O .E. 5397 Contract# 42 3301 N Terry St BLOCK 67 , LOT 13, FOSTEPCO HElGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these present s grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 67, LOT 13, FOSTEPCO HEIGHTS ADDITION also described as 3301 N Ten-y St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Gran.tor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents , representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR : (Please Print) (Signature) :..- 0 0) 0 w w -! (D • ~ r 0 -! CJ) 0.. co :::, w (.!) ..... ..... ~ N N 0 0 0 N 0 ,-~·,•1•···~,-·,. ,~· •-,;, ... ~1,"I ·•w I • ·,r . I . +-·v ___ ----- t ~--·-·-·-·-·-·-·-·-·-·-·-·-·-·-·- ~t<3:i ~Nl 1 t~ VH) . ~- ____ ;;;:;;;;;-·-.. ±· ,OM;;;;:•••-=-=-====·-=-----------~------ 3301 N TER RY S T , FOR T. WORTH CAZAREZ, JAV I ER ETUX MAR I A 3301 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 67 LOT 13 DEED VOL: 014776 DEED PAGE: 0105 D.R . T.C. T. rn X I co D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O .E. 5397 Contract# 42 3303 N Terry St BLOCK 67, LOT 14, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by the se presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 67, LOT 14, FOSTEPCO HEIGHTS ADDITION also described as 3-303 N Terry St, Fort Worth, Tarrant County, Texas , hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Gran tor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------· GRANTOR: (Please Print) (Signature) 6 0) 0 (JJ w --i (1) ~ r 0 --i UJ Q. ta :, co 03 N 0 0 -.J tO :i:,;. -. ----- 0 N 0 ~ 0 "---.. ::-::::::-::: -----------.. -----.. ---.. -.. ---.. ---------------.. - 3303 N TERRY ST, FORT WORTH GARCIA , JUAN 3303 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 67 LOT 14 DEED VOL: 013229 DEED PAGE: 0555 O.R.T.C.T. rn X I (lJ ~ -I D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3304 N Terry St BLOCK 66, LOT l 0, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 66, LOT 10, FOSTEPCO HEIGHTS ADDITION also described as 3304 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the drivew ay beyond the Right-of- Way line . Upon execution of this agreement, Granter will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives , or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) --0 CJ) 0 w (.,..) -i (D ..., '< r 0 -i (J) Cl. (C ::i 00 w --N 0 0 -..J _._ _._ _._ 00 u, u, )> s:: ~ N 0 0 N 0 °! ~ ;,:; CD "' N ~ ~ -< Ti rri () ------------------------------------------___ z_ -- 3304 N TERRY ST, FORT WORTH LOPEZ, FI DEl _ F 3304 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 6 6 LOT 10 DEED VOL: 000000 -DEED PAGE: 0000 O.R.T.C.T. ---------------------------------------r--- \ 1 -\-.. ---n,-- x I OJ 1---f --------1>--- Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D .O.E. 5397 Contract# 42 3305 N Terry St BLOCK 67 , LOT 15, FOSTEPCO HEI_GHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned , hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 67, LOT 15, FOSTEPCO HEIGHTS ADDITION also described as 3305 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line . Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above de scribed temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives , or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was inimmediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) :..- 0 0) 0 w w -; CD ~. r 0 -; (J) 0. <O :::J co --w --N 0 0 --.J CD :i:,;. N °'! i i':, :,; m (Tl "' :u ~ :u • -< "Ci rri r, ______ !_ N 0 ..... 0 0 N 0 .f.. 0 ~~----·-----·---------·-----·----------------- 3305 N TERRY ST, FORT WORT H SALAICES, FELIPE JESU S 3307 N TERRY ST FORT WO RTH TX 76106 FOSTEPCO HEIGHTS ADDITIO N BL K 67 LO T 15 DEED VO L: 00g818 DEED PA GE: 1284 o :R.T .C.T . ,---------------------------------------------- 1- I J rrl X I OJ -I D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N . Terry St-NE 30th St. to NE 35th St. D.O .E. 5397 Contract# 42 3306 N Terry St BLOCK 66, LOT 9, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, h ereina fter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property d escribed as BLOCK 66 , LOT 9, FOSTEPCO HEIGHTS ADDITION als o described as 3306 N T erry St, Fort Worth, Tarrant County, Tex as, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement , Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto , anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in_ immediately prior to accessing the Property under this Right of Entry . EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) 6 (j) 0 w w -i (1) ~ r 0 -i (J) Cl. (0 :J co --w N 0 0 -..J ..... ....>. ..... (D N N )> s:: .... 0 0 N 0 -----.. -.. ·-------------.. --------------------.. ----·--\ 3306 N TERRY ST, FORT WOR TH FLORES, RUDY ETU X ROSIE 3306 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 66 LOT g DEED VOL: 008151 ·oEED PAGE: 0711 D.R. T.C. T. -.. -----------.. ------·---.. ---------' ---------- -------i=r-1 - x I rn -I Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N . Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D .O.E. 5397 Contract # 42 3307 N Ten-y St BLOCK 67, LOT 16, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Granter", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee " a temporary right of entry onto property described as BLOCK 67, LOT 16, FOSTEPCO HEIGHTS ADDITION also described as 3307 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the «Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution ofthis agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee , is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ________ , 2007. GRANTOR: (Please Print) (Signature) --0 CJ) 0 w w -j (1) ..., ~ r 0 -j (/) a. (0 ::, co --w --N 0 0 --..J (!) :i:,;. w 0 N )> s:: ~ N tv 0 .... 0 0 tv 0 .;.. 0 3307 N TERRY ST, FORT WORTH SALAICES, FELIPE ETUX MARIA 3305 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 67 LOT 15 DEED VOL: 016751 DEED PAGE: 0349 D,R. T,C, T . ----- -----· ------• ---,. __ ,. -__ .,,. --.. ----------------------• .. ..,_ M - fTl X I rn -I D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 301h St. to NE 35th St. D.O.E. 5397 Contract# 42 3308 N Terry St BLOCK 66 , LOT 8, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersi gned, h ereinafter referred to as "Gran to r", does by these prese nt s grant an d convey to the City of Fort Worth, TX, herein after referre d to as "Grantee" a temporary ri ght of entry onto property de s cribed as BLOCK 6 6, LOT 8, FOSTEPCO HEIGHTS ADDITION al so described as 3308 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter re fe rred to a s th e "Property'', for the purpose of constructing the extension of the driveway beyond the Ri ght-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein , until such time as the project is completed and approved by the Grantee, at which time the above described temporary ri ght of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents , repres entatives , or contractors to access the aforementioned property . TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns , for the purposes set forth above. Grantee shall restore the Property to the condition it was in_ immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR : (Please Print) (Signature) :..- 0 0) 0 w (.,.) -I ro ..... '< r 0 -j 0 Cl.. (0 ::, co -... w -... N 0 0 -...J _. _. .. _. (!) c..,, co )> $ ~ N N 0 0 0 N 0 3308 N TERRY ST, FORT WORTH ROCHA , JOS E REY ES 3308 N TERRY ST . FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BL_K 66 L.OT 8 INSTRUMENT: 0205083691 D.R.T.C. T. \ I .... --.Fn ···· X I aJ 1--t -I _______ ]2 __ _ Pavement Reconstruction, Water and Sewer Repl acement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 . 3309 N Terry St BLOCK 67, LOT 17, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 67, LOT 17 , FOSTEPCO HEIGHTS ADDITION also described as 3309 N Ten-y St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) 6 m 0 w w -i ('I) ~ r 0 -i U) Q. <D :J co --.. w ;:;:, 0 0 -.-J c.o ----- )> s: ..... 0 0 N 0 ' ; .. 1 ...... . i 3309 N TERRY ST, FORT WORTH VASQUEZ , JESSE ETUX LENORA . 330c3 N TEl~F~Y ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDIT ION BLK 57 LOT 17 INSTR UM ENT: 0203404686 O.R.T.C .T. rrl X I (lJ --I D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Teny St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 33 _10 N Ten-y St BLOCK 66, LOT 7, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor'', does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 66, LOT 7, FOSTEPCO HEIGHTS ADDITION also described as 3310 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in _ immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of _______ , 2007. GRANTOR: (Please Print) (Signature) --0 0) 0 w w -l (1) ..., -< r 0 -l (/) a. (0 :J co --w --N 0 0 -.._J -' -' N !'.? w 0 )> s: ~ N N 0 0 0 3310 N TERRY ST, FORT WORTH RICO, THERESA H 3310 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 66 LOT 7 DEED VOL: 000000 DEED PAGE: 0000 O.R.T.C.T. rn -I -------D -- Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Teny St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract # 42 3311 N Teny St BLOCK 67, LOT 18, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § · That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 67, LOT 18, FOSTEPCO HEIGHTS ADDITION also described as 3311 N Teny St, Fort Worth, Tarrant County, Texas , hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee arid its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto , anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of _______ ., 2007. GRANTOR: (Please Print) (Signature) --0 0) 0 0J (.,.) ~ ~ r 0 -, (j) Cl.. (Q ::, Cl) -.. (.,.) "5 0 0 -...J CD f N CJ1 )> ~ N 0 .... 0 0 N 0 3311 N TERRY ST, FORT WOR TH RODRIGUEZ, MAR I A DEL ROSARIO 3311 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 67 LOT 18 DEED VOL: 000000 DEED PAGE: 0000 D.R. T.C.T. rr, X I CD D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3312 N Terry St BLOCK 66; LOT 6, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 66, LOT 6, FOSTEPCO HEIGHTS ADDITION also described as 3312 N Ten)' St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property'', for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, to gether with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ________ , 2007. GRANTOR: (Please Print) (Signature) :..- 0 (J) 0 w w ..., CD .., ~ r 0 ..., (I) 0. (Q ::i (X) --. w --N 0 0 --.J ->. ->. N ->. 0 ->. )> s: ~ N N 0 ..... 0 0 N 0 3312 N TERRY ST, FORT WORTH WINNICK, BARRY KEITH 3312 N TERR Y ST FORT WORTH TX 76106 FOST EPCO HEIGHTS ADDITION Bl _K 66 LOT 6 DEED VOL: 00g7g5 DEED PAGE: 11 g5 D.R.T.C.T. ----·-·FTJ ·- x I CD 1--1 Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D .O.E. 5397 Contract# 42 3313 N Terry St BLOCK 67, LOT 19, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned , hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 67, LOT 19, FOSTEPCO HEIGHTS ADDITION also des cribed as 3313 N Teny St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line . Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 2007. ------------ GRANTOR: (Please Print) (Signature) 6 0) 0 (;.) w --l CD ~ r 0 --l U) i:t. (C ::J CXl w "F:3 0 0 -..J <D :.;. -. --.... ~ 0 CXl ~ N 0 ... 0 0 N 0 3313 N TERRY ST, FORT WORTH CORDERO, MARIA I 3313 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BL.K 67 LOT 1 g DEED VOL: 000000 DEED PAGE: 0000 O.R.T.C.T. rn X I rn D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3314 N Terry St BLOCK 66, LOT 5, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Gran tor", do es b y these presents grant and convey to the City ofFort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 66, LOT 5, FOSTEPCO HEIGHTS ADDITION also described as 3 314 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in. immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------· GRANTOR: (Please Print) (Signature) .-- 0 0) 0 w w -I (1) --, '< r 0 -I U) Cl.. (0 :::i co --w --N 0 0 -.J _. _. i0 _. N (!) )> $ ~ N N 0 0 0 3314 N TERR Y ST, FORT WORT H MOSLEY, NELLIE M 3314 N TERRY ST FORT WORTH TX 7 61 0 6 FOSTEPCO HEIGHTS ADDITIO N BLK 66 LOT 5 DEED VO L : 008081 DEED PAGE: 0374 O.R.T.C.T. -------------------------------------------' r, . --jl -.. ('', (lJ 1--1 -.. ____ D __ c•\ -~-n ·-·---- Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°ct St. to E. Long Ave . N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3315 N Terry St BLOCK 67 , LOT 20, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § . That the undersigned, h ereinafter referred to as "Grantor", does .by thes e presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property de s cribed as BLOCK 67 , LOT 20, FOSTEPCO HEIGHTS ADDITION al so described as 3315 N Terry St, Fort Worth, Tarrant County, Texas , hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of thi s agreement, Granter will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes voic;L This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) 6 (J) 0 (;..) ~ w -i (D ..... ~ r 0 N -i (J) Cl. (0 :::i CX) ---' (.,..) ---N 0 0 --.J CD ~ ----- (Jl .i,. (;..) )> s:: 0 0 N 0 3315 N TERRY ST, FORT WORTH VEl_A, ,JOS E J ETUX SOl_EOAD 3315 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BL K 57 LOT 20 DEED VOL : 010591 DEED PAGE: 1109 O.R.T.C.T. _-_;3·-------· ----------------"-----" -----"------" --- r~i ---- rn X I aJ -I D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E . 5397 Contract# 42 3316 N Terry St BLOCK 66, LOT 4, FOSTEPCO HEIGHTS ADDITION · CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned , hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 66, LOT 4, FOSTEPCO HEIGHTS ADDITION also described as 3316 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as th e "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to th e Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents , representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED thi s the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) --0 m 0 w w -i (1) -, '< r 0 -i 0 0. co ::, 0) --w --N 0 0 ---J _. _. N N 0 N )> s:: ~ N N 0 0 0 N 0 .ii. 0 ---------------------------------·---------------- 3316 N TERRY ST, FORT WORTH RI OS, JESUS J 3316 N TERR Y ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 66 LOT 4 DEED VOL: 013508 DEED PAGE: 0243 O,R,T.C . T. ,'.:, --"-~---Ff=I --,-~-X ~' -----· I CD -I Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3317 N Terry St BLOCK 67, LOT 21, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 67, LOT 21, FOSTEPCO HEIGHTS ADDITION also described as 3317 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in)mmediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ________ , 2007. GRANTOR: (Please Print) (Signature) --0 0) 0 w w -; (D -, '< r 0 -; UJ 0. co ::, co --w --N 0 0 -..J (0 ~ 0) N -..J )> s: ~ N N 0 -0 I, 1·}······ L . X ··-:IE Q'.::::.::::t HE. T WALL 1 __ o I I -. -. -. -·1-- N 0 / -~ ----------·-----. ---------·--------· ·-. ·-----·-· -------- r: \ rn -~~~~ X 3317 N TERRY ST, FORT WORtH CERV AN TES, S & MI CORDERO 3317 N TERRY ST FOR T WORT H TX 76106 FOSTEPCO HEIGHTS ADDI T ION B L K 67 LOT 21 DEED VOL: 01 1601 DEED PAGE: 0799 D.R. T.C.T . I CD -I D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3318 N Terry St BLOCK 66, LOT 3, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersi gne d, hereinafter referred to as "Granter", does by these presents grant and convey to the City of Fort Worth , TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 66, LOT 3, FOSTEPCO HEIGHTS ADDITION also describ ed as 3318 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Granter will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary ,right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of _______ , 2007. GRANTOR: (Please Print) (Signature) --0 0) 0 w w --i (D -, '< r 0 --i Cf) a. CD :::, co --w --N 0 0 --.J _. _. N N :i,;. 0 )> s: ~ N N 0 _,, 0 0 N 0 3318 N TERRY ST, FORT WORT H PiNA, J ARTURO ETUX BLANCA 3318 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 66 LOT 3 DEED VOL: 009334 DEED PAGE 1 1434 O.R.LC.T . ;:~ G , .. i"', I ,,,:,: \ 1-,- i L ~ l""l 0. ,- -- - - ---------------- -- -- ---· ------ ------3. r······· I --I - i I t .. , ···········Fli X I (I) Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave . N. Teny St-NE 30th St. to NE 35th St. D.O .E . 5397 Contract # 42 3319 N Terry St BLOCK 67, LOT 22, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the unders igned , hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property .described as BLOCK 67, LOT 22 , FOSTEPCO HEIGHTS ADDITION also described as 3319 N Teny St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for th e purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property und er this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) --0 (J) 0 w . w -i (l) ~ r 0 -1 (/) Q. (0 ::, co --w --N 0 0 ---J (0 :i._ -------J :i. _._ X··T l£ RE'! II/AL/ .... -_____________ _j__ N 0 .... 0 0 N 0 ~ 0 I I ·-/ . ·--· ------. -------. --. ------·---. ---· ---. -----·-·Fll --/-)><( 3Jlg N TERRY ST, FORT WORTH VALLEJO, RAMON S 3Jlg N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 67 LOT 22 DEED VOL: 000000 DEED PAGE: 0000 O.R .T .C.T. I rn 1---i Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract # 42 3320 N Terry St BLOCK 66, LOT 2, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and .· convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 66, LOT 2, FOSTEPCO HEIGHTS ADDITION also described as 3320 N Ten-y St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- vVay line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its emp loyees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto , anywise belonging unto the said Grantee, is successors and assigns , for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR : (Please Print) (Signature) :..- 0 CJ) 0 w w -I ([) -, '< r 0 -I (/) 0.. co :::, Cl) --w --N 0 0 -.._J ..... ..... N w ..... Cl) )> ~ ~ N N 0 0 0 N 0 :;., ----------------------------------------J_. 3320 N TERRY ST, FORT WORTH LOPEZ, SERGIO & MARIA ORTIZ 3320 N TE RRY ST FORT WORTH TX 76106 FOST EPCO HE IGHTS ADDITION BL.K 66 L_OT 2 INSTRUMEN T: 0206190186 O,R,T .C. T. ' -··-·-·- ,.. (., .. ;r ·c X I aJ ________ :I). __ _ Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E . Long Ave. N. Terry St-NE 30th St. to NE 35th St. D .O.E . 5397 Contract # 42 3321 N Ten-y St BLOCK 67, LOT 23, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by thes e presents grant and · convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 67 , LOT 23 , FOSTEPCO HEIGHTS ADDITION also des cribed as 332 1 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns , for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ________ , 2007 . GRANTOR : (Please Print) (Signature) --0 en 0 w w ~ -I (D ..., '< r 0 -I N (J) 0.. (C ::i CX) --w --N 0 0 -...J ~ .i,,. ~ N .i,,. ~ s: 0 0 r / i J :,:, c..; n :,; :;c !"f) .... J ;:. z 7,': ,:',''; :.; J., 3 3 21 N TERRY ST, FORT WORTH GUERRA, MARTIN 921 KENTUCKY DERBY LN FORT WORTH TX 76179 ~OSTEPCO HEIGHTS ADDITION BLK 67 LOT 23 INSTRUMENT: 0205177654 D.R. T.C. T. (I) -I -----------------. ----------. ----. --------D-· Cf) -I IT1 J> J>. Cf) -I I\) r• DUI z (S) Cl. (S) J> (S) < rr, -I zrn c::o IT1 :0 -< Cf) Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3323 N Terry St BLOCK 67 , LOT24, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 67, LOT 24, FOSTEPCO HEIGHTS ADDITION also described as 3323 N Terry St, F ort Worth, Tarrant County, Texas , hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line . Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpos.e stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------· GRANTOR: (Please Print) (Signature) :.- 0 0) 0 w ~ vJ -i (!> -, -:2 r 0 N -i (f) a. [Q :::, CIJ --w --N 0 0 --.J CD :::;. CD N 0) )> s: N 0 0 0 N 0 co I\) I\) ;:~ r::: C> ::O···-·----·· .. < ('l') -------------------· _____________ . -------------.rn r. OUl Z<S> O• (S) D<S> < rn -I zrn c:o rn :o -< 3323 N TERRY ST, FORT WORTH UNDERWOOD, LOUANN 3505 SHERMAN AVE FORT WORTH TX 76106 FOS TEPCO HEIGHTS ADDITION BLK 67 LOT 24 DEED VOL: 000000 DEED PAGE: 0000 D.R. T.C.T . tJl co I\) . 1---··--·······- X I (lJ -I D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E . 5397 Contract# 42 700 E Long Ave BLOCK 66, LOT 1, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor'', does by these presents grant and convey to the City of F01i Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 66, LOT 1, FOSTEPCO HEIGHTS ADDITION also described as 700 E Long Ave, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywi se belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ________ , 2007. GRANTOR: (Please Print) (Signature) 6 (J) 0 w w -I CD ..., -:2 r 0 -I (j) a. (0 ::i CX) --w --N 0 0 '""' _. _. N .::,. N '""' )> s:: ~ N N 0 ..... 0 0 N 0 700 E LONG AVE, FORT WORTH MARTINEZ, ALBINO 3609 DECATUR AVE FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 66 LOT 1 DEED VOL: 000000 DEED PAGE: 0000 D.R.T.C.T. I ,'.') ::.(;-~ "' " ,,. , .. ------... --·----------·----,----··-~._.:_,_..;;,;.., __ ,., __ . __ .. ,_.,. __ .. _.J 0) N . I\) ' I !N ,_. i-· ' tS) ! (S) I rn X I co -I D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N . Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3402 N Terry St BLOCK 54, LOT 11, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 54, LOT 11, FOSTEPCO HEIGHTS ADDITION also described as 3402 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007 . ------------ GRANTOR: (Please Print) (Signature) :..-rr=========~~===~~~:r::====,~r=========, 0 O'l 0 w (;J ---:c: n :o -l (P ~ r 0 -l 0 0.. CD ::, co --(;J N 0 0 . -..J N ~ 01 01 )> s: N 0 ..... 0 0 N 0 3402 N TERRY ST, FORT WORTH RAMIREZ, CATHY T 3100 NW 26TH ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 54 LOT 11 DEED VOL: 012734 DEED .PAGE: 0671 D.R.T.C .T. CD . -orn CD . -I z "'O ::r:zr rn l> cnnn . -irn 00) z • :e::: "'O l>:O -10 ' rn -o I_ :::00 ' (/) rrn -o z rn ro ----7 i j f I . ··-····--·-····~·-,: ---I I I I i I ' -.. .J rn X I rn --f D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave . N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D .O .E. 5397 Contract# 42 3403 N Terry St BLOCK 55, LOT 14, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 55, LOT 14 , FOSTEPCO HEIGHTS ADDITION also described as 3403 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was inimmediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 2007. -----------~ GRANTOR: (Please Print) (Signature) 5 :J) :::, :.,., :.,.) -i :0 -, < r 0 ..., U) Q. Cl ::, 00 w · --N 0 0 -....J co tn w ..... co )> s:: ~ N N 0 _. 0 0 N 0 :en :o -orn ...... z "'O :x: zr :C "'O nlD D:U conn I -10 • -lfll n, "'O -' :00 00) r (.{) z . rrn -CJ z rnco • --... _ l --:;;; ,., '.v.:O ' ~f:? (,") "':"\T ,Z •vl (") I i I .. --.... -·--..... .., ·--.. I --- co ' co 3403 N TERRY ST, FORT ~ORTH LOPEZ, HUMBERTO 3403 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 55 LOT 14 DEED VOL: 013347 DEED PAGE: 0058 D.R.T.C.T. -·-·7·-----·-·-·------------------------------- 1 I ·~-... ~ .. ·-~~-· j ! ··-·---.. -·-···--' rn X I D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N . Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3404 N Terry St BLOCK 54, LOT 10 , FOSTEPCO HEXGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned , hereinafter referred to as ."Gran tor", does by thes e presents grant and convey to the C ity of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property des cribed as BLOCK 54, LOT l O; FOSTEPCO HEIGHTS ADDITION also described as 340 4 N T erry St, Fort Worth, Tarrant County, T exas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpos e stated herein, until such time as the project is completed and approved by the Grantee, at which time the above des cribed temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns , for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) 5 :J) ::, :.,J :,.) --l ro -, < r 0 -i UJ Cl.. 0 :::, 0) --(..,J --N 0 0 -.J -' -' i0 co i0 Ct) )> s:: ~ N ..... 0 0 N 0 ---------------------·---------·---------1 3404 N TERR Y ST, FORT WORTH RAMiREZ, CATHY T 3100 NW 25TH ST FORT WORTH TX 75106 FOSTEPCO HEIGHTS ADDITION BLK 54 l_OT 10 DEED VOL: 0 12734 DEED PAGE: 0671 O.R .T.C.T. I rn X I OJ --.. -.. --·--··-· " ··-----· -~ -... . _. .. · --1 Cl z 0 • I I Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D .O.E. 5397 Contract# 42 3405 N Teny St BLOCK 55, LOT 15, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and · conv.ey to the City ofFort Worth, TX, herein after referred to as "Grantee" a temporary ri ght of entry onto property described as BLOCK 55, LOT 15, FOSTEPCO HEIGHTS ADDITION also described as3405 N Teny St, Fort Worth, Tarrant County, Texas, hereinafter referred to.as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the __ day of _______ , 2007. GRANTOR: (Please Print) (Signature) :.- 0 (j) 0 w w -i (l) -, '< r 0 -i (f) a. (0 :J CP -.. w -.. N 0 0 ---J CD (J1 .:,. ...... 0 )> ~ ~ N N 0 .... 0 0 N 0 ~ ~ k ... ' i I I / ' i ! ···~·-·: ···, Qll n 0, I -·-·k-1 3405 N TERRY S T, FORT WORTH MCCLAIN, EUGENE W 7504 CADD O CT FORT WORTH TX 76132 FOSTEPCO HEIGHT S ADDI T I ON BLK 55 LO T 15 DEED VO L: 000 0 00 DEED PAGE: 00 0 0 D.R. T.C. T. rn X I OJ t--1 -I D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 301h St. to NE 35th St. D.O.E. 5397 Contract# 42 3406 N Terry St BLOCK 54, LOT 9, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 54, LOT 9, FOSTEPCO HEIGHTS AD DITION also described as 3406 N Ten-y St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway b eyond the Right-o f- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above de scribed temporary ri ght of entry becomes void. ' This Right of Entry shall include the right of Grantee and its employees, agen ts, representatives , or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in. immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ________ , 2007. GRANTOR: (Please Print) (Signature) :.-- 0 0) 0 w w -l (D -, '< r 0 -l (f) 0.. (0 :, co ---. w ---N 0 0 -._J ..... ..... w 0 N -._J )> s: ~ N N 0 .... 0 0 N 0 3406 N TERRY ST, FORT WORTH RAMIREZ, CATHY T 3100 NW 26TH ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 54 LOT g DEED VOL~ 012734 DEED PAGE: 0671 D.R.T.C.T. -=---------QJ -~l i I OJ 1-1 D l -···· -/-· .. J Pavement Reconstruction, Water and Sewer Replacement th -NE 29 Street-Weber St. to Schwartz Ave. d . N. Hampton Street-NE 32n St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3407 NTerry BLOCK 55, LOT 16, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafterreferred to as "Grantor", does by these presents grant and ·· convey to the City ofF ort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 55, LOT 16, FOSTEPCO HEIGHTS ADDITION also described as 3407 N Terry, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRAL"\fTOR: (Please Print) (Signature) 6 0) 0 (;J w -I CD ~ r 0 -I (/) 0. (Q ::, Cl) ::::i N 0 0 -....J ~ _;. (;J ··--·---·· ·--· .... 0 I\,) 0 --1- J ) fq z f ~) ....... :.-.. ·:J',' 3407 N TERRY ST, FORT WORTH ZENTENO , JOSE L ETUX MA RIA 3407 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BL K 55 LOT 16 DEED VO L: 00CJ52 1 DEED PAGE: 0054 D.R.T.C.T. rrl X I (D D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3408 N Terry St BLOCK 54 , LOT 8, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property de scribed as BLOCK 54, LOT 8, FOSTEPCO HEIGHTS ADDITION also described as 3408 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to -as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 2007. -----------~ GRANTOR: (Please Print) (Signature) :.- 0 0) 0 (.,.) (.,.) --i (1) .... '< r 0 --i 0 a. (Cl :::, co --(.,.) --N 0 0 --J ........ ........ .. w ~ 0, .p.. )> s:: ~ N N 0 .... 0 0 N 0 ~ 0 3408 N TERRY ST, FORT WORTH RENDON, GUILLERMO ETUX JUANITA 3410 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION Bl_K 54 LOT 8 DEED VO L: 010598 DEED PAGE: 2090 D.R. T.C. T. =----·-·--Fll -- f"r" ZC) z,. .. _;,·. x I co J--1 -I ;,.;cs~ D ?l~ ::;:'P--__ -:::rr----• -------- Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3409 N Terry St BLOCK 55, LOT 17, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 55, LOT 17, FOSTEPCO HEIGHTS ADDITION also described as 3409 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described tempor~ry right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives , or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) 6 0) 0 w c,., -i CD ~ r 0 ~ C. CD ::::, 00 --w ;;:::, 0 0 -..J ~ -------u, :--:J ->. u, )> $ N 0 ..... 0 0 N 0 t. ,., .=.----- --· --· ----,.._ ---------------------------------------- 3409 N TERRY ST, FORT WORTH HERNANDEZ , FRANCISCO ETUX T 340g N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 55 LOT 17 DEED VOL: 015661 DEED PAGE: 0346 D.R. T.C . T. rn X I aJ 1----4 D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N . Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3410 N Terry St BLOCK 54, LOT 7, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these present s grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 54, LOT 7, FOSTEPCO HEIGHTS ADDITION also described as 3410 N Ten-y St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyo nd the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives , or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in. immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) 6 0) 0 w w ~ ~ r 0 -I CJ) Q_ (0 ::, co --w --N 0 0 -..J N 0 .... 0 0 ----- -----------------------------·-·r 3410 N TERRY ST, FORT WORTH RENDON, GUELLERMO & JUANITA 3410 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION m .. K 54 LOT 7 DEED VOL; 006104 DEED PAGE: 0881 O.R.T.C.T. I I -~-·- / L ... _ -"1 - ;-.n ;-.i.:; '.~ ',('f" :z .... 1({ t....:))•:X.· ·-r, , __ ~t~;;- r,'if:)C~ __ E;--------rn --· X I CD -I -------------D--- Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Teny St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract # 4 2 3411 N Terry St BLOCK 55, LOT 18, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 55, LOT 18, FOSTEPCO HEIGHTS ADDITION also described as 3411 N Ten-y St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------· GRANTOR: (Please Print) (Signature) --0 CJ) 0 w ~ (,;..) -I (t) ..... ~ r 0 N -I (/) Cl.. (0 ::, CX) --w --N 0 0 -.J <..Tl ---- -.J <..Tl N )> s: rv 0 .... 0 0 r-, -___ /_' I '··---· -~ -:1'J l: " o·,r'!'l Z -10) «."''I> :0 T' ... , • .,.,_, ,,., zn Z,t-~:-:. <>:OZ ft"!QC'> ~~ :t: •• -..... .::rr .. ---------. __ , -------------- - ----- ------------------ r- 34 11 N TERRY ST, FORT WORTH MARTINEZ, CAR LOS ETUX ANG ELI NA 34 11 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 55 LOT 18 DEED VOL: 0 15624 DEED PAGE: 0071 D.R. LC. T. rn X I OJ -I D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D .O.E. 5397 Contract# 42 3412 N Terry St . BLOCK 54, LOT 6, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TE1VIPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Gran.tor", does by these presents grant and convey to the City of Fort Worth , TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 54, LOT 6, FOSTEPCO HEIGHTS ADDITION also described as 3412 N Terry St, Fort Worth, Tarrant County, Texas , hereinafter referred to as the "Property", for the purpo se of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property . TO HA VE AND TO HOLD the above described right of entry, to gether with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ________ , 2007. GRANTOR: (Please Print) (Signature) ---0 Ol 0 w w -l (1) ~ -:2 r 0 -l (J) 0. CD :J o:i c:::;· --N 0 0 ---i _. _. w N 0 Ol )> ~ ~ N "' 0 0 0 3412 N TERRY ST, FORT WORTH CANTU, RENE RIVERA & MARTHA 70g SILVERBROOK OR SAG I NAW TX 76179 FOSTEPCO HEIGHTS ADDITION BLK 54 LOT 6 DEED VOL: 00g54q DU:D PAGE: 072G D,R.T.C . T . i ---·---------·--------------------------J --! --------------r·11 · -·· X I OJ -----------D --· Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 301h St. to NE 35th St. D.O.E. 5397 Contract# 42 3413 N Terry St BLOCK 55, LOT 19, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, her einafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 55, LOT 19, FOSTEPCO HEIGHTS ADDITION also described as 3413 N Ten-y St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor · access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and . assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ________ , 2007. GRANTOR: (Please Print) (Signature) 6 en 0 (..,J (..,J -i CD ~ r 0 -i 0 0.. (Q :, (X) ---· (..,J N 0 0 -...J ~------ N 0 ..... 0 0 N 0 1--------------------'. -------.-----. ------------rrl 3413 N TERRY ST, FOR T WORTH AP & V BOWMAN REV LIV TR ALFORD & VIRGINIA BOWMAN TR 3223 N TERRY ST FOR T WORTH TX 76106 FOS TEPC O HEIGHTS ADDITION DEED VO L: 011799 DEED PAG E, 0728 D.R. T.C. T. X I CD D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3414 N Teny St BLOCK 54, LOT 5, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned , hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property de s cribed as BLOCK 54, LOT 5, FOSTEPCO HEIGHTS ADDITION also described as 3414 N T en y St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above de s cribed temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED thi s the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) --0 0) 0 0J 0J ---i (D -, '< r 0 ---i (fJ a. co :i 00 --0J --N 0 0 -...J ...... ...... 0J N A .i:,. )> s:: ~ N N 0 0 0 ' --·-•• --·· -OOO•H-00 ------•••••• ----· ---.. -OHH H -··-.. --·-•• ·-··H 00 ·-·-M ·-••• ------·---M OMM-.. ---0 MOM--...... M ----H ....... H HHO•M 3414 N TERRY ST, FORT WORTH CANTU, BENJAMIN 3414 N TERRY ST FORT WOR TH TX 7G 10G FOSTEPCO HE I GHTS ADDITION BLK 54 LOT 5 DEED VOL: 000000 DEED PAG E : 0000 D.R.T .C. T. .· •. .r. ... r. ... ~\=--------.. ---------- -----_,. ------------------------. N 0 ' [ ; ... -... I t 1--.. ----.. --·--··--·· --·--. fr-I .. -. X I rn -I _______ ]>-__ Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E . 5397 Contract# 42 3415 N Terry St BLOCK 55, LOT 20, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 55, LOT 20, FOSTEPCO HEIGHTS ADDITION also described as 3415 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was inimmediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007 . ------------ GRANTOR: (Please Print) (Signature) 6 0) 0 (;.) w --i CP ~ r 0 --i Cf) 0. CD ::, en --· w --N 0 0 ---.J <D u, <D -'- <D )> ~ ----.. ..----------... N 0 0 0 N 0 ' l --1 j . -~-. -. -. ---. --. --------. -. --. ----. -. -. -. --. -----. ---. -. -rrl 3415 N TERRY ST , FORT WORTH VALLES , SANTOS ETUX ROSA E 3415 N TERRY ST FORT WOR TH TX 76106 FOSTEPCO HEIGHTS ADDITION Bl _K 55 LOT 20 DEED VOL: 00g37g DEED PAGE: 0825 D.R.T.C .T. X I CD -I -;: -------------------------------·-------·-·--D· ·-- Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D .O .E. 5397 Contract # 42 3416 .N Ten-y St BLOCK 54, LOT 4, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these pres ents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 54, LOT 4, FOSTEPCO HEIGHTS ADDITION also described as 3416 N Ten-y St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the llight-of- Way line . Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns , for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) 6 0) 0 w w ~ ~ r 0 -, (f) 0. (J:l ::, CX) --' w --N 0 0 --.J w w N --.J )> s: I\J 0 0 0 I\J 0 3416 N TERRY ST, FORT WORTH MONTANO , ,JOSE A 3416 N TERR Y ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 54 LOT 4 DEED VOL: 000000 DEED PAGE: 0000 D.R. T.C.T. 1 l.._ \ j ,h ._ ... '" ··--" ---,,_, " ... -" .rn . -·· ..[) (1) (1) • "' ti) J> z X I rn t--1 D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O .E. 5397 Contract# 42 3417 N Terry St BLOCK 55, LOT 21, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter r eferr ed to as "Gran tor", does by the se presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 55 , LOT 21 , FOSTEPCO H EIGHTS ADDITION also described as 3417 N Teny St , Fort Worth, Tarrant County , Texas , h ereinafter referred to as the "Property", for the purpose of constructing the extension of the dri v eway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 2007. ---________ __, GRANTOR: (Please Print) (Signature) --0 (J) 0 (,J (;..) ~ ~ r 0 -i (/) a. (0 :J co --· (;..) N 0 0 -.._J q .. 0 0 0 co N 0 ..... 0 0 N 0 ~ 0 I'.) ... -----... -···-· . -· ---· ......... -...... --------. ---· . -·---·-·-------.. ---. -·· ---· ---. -----. ------rn --. - i} ~:~bo~A~~R~~s~T Lu~~R~T~~Ri~SA i 3417 N TERRY ST FORT WORTH TX 7610 6 FOSTEPC O HEI GHTS ADD I TION BLK 55 LO T 21 DEED VOL: 01486i DEED PAG E : 0021 D.R. T.C . T. rn . I ~ •. --••...• --· .••••• -• ·-··· -··- . _ .... ·-• --· ..... --....... --· •• ·-· -··-• ··--.. _ -_ .... -• --• -• -· -J> ..... I -..D CX) CX) • -..J CJ) J> z - Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3418 N Terry St BLOCK 54, LOT 3, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEJVIPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Gran tor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 54, LOT 3 , FOSTEPCO HEIGHTS ADDITION also described as 3418 N Ten-y St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in_ immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of _______ , 2007 . GRANTOR: (Please Print) (Signature) 6 (J') 0 w w -l (D ., '< r 0 -l (j') 0. (0 :::, co --(,) --N 0 0 -.J ...... ...... (,) .i:,. ...... CJl ::t> $ ~ N N 0 0 0 3418 N TERR Y ST, FORT WORTH ROS AI_ES , ISIDRO ETUX GENOVEVA 3418 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGH TS ADDIT I ON BU < 54 L.OT 3 DEED VOL: 01692 3 DEED PAGE: 0029 D,R,T ,C.T. CD Ul fTl fTl fTl X :,;: ...... ! .... I> fTl (/) 0 --. -. -. -. -. -·. --. -. -. ·-. ----. --. ·---. --. -··· --. i -~.:!-. -. --: ,,. N 0 zr z 111 0 • C) . I< ~:o(/) --I-rr, CX) I> ! 0'-lZ ! I -l-l DI> :0 -< (/) "'O fTl ::0 :,;: 0 fTl "'O :00 1--f (/) rrr, CD •O -...0 CX) CX) • 1--f " (/) --1 I> z ...... Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O .E. 5397 Contract # 42 3419 N Terry St BLOCK 55, LOT 22, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 55, LOT 22, FOSTEPCO HEIGHTS ADDITION also described a s 3419 N Ten")' St, Fort Worth, Tarrant County, Texas , hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was inimrnediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) 6 0) 0 w w -i (l) ~ r 0 -i (/) 0. co :J co -.. w -.. N 0 0 -...J N 0 0 0 N 0 .;. 0 ,--------------···-------------------·-·-----·-·---rr,-- ' .J) 00 00 • '-I (/) D z ..... -i • D N TERRY ST, FO RT WORTH TOVAR, DANIEL ETUX EL VIRA G 341g N TERRY ST FORT WORTH TX 75106 FOSTEPCO HEIGHTS ADDITION BLK 55 LOT 22 DEED VOL: 011925 DEED PAGE: 11 7g D,R.T.C,T. X I (D 1--1 -·-----~ --------·--. ---. -. ----. -----. -----·-·-· -D-. ·- ·1 I Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E.5397 Contract# 42 3420 N Terry St BLOCK 54, LOT 2, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 54, LOT 2, FOSTEPCO HEIGHTS ADDITION also described as 3420 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property', for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Granter will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Rig?t of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, forthe purposes set forth above. Grantee shall restore the Property to the condition it was in, immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) --0 CJ) 0 (..,..) (..,..) -I (1) ~ r 0 -I Cf) a. (0 :i co --. (..,..) --N 0 0 --...J Cl)(.() 1"11 n,n,x :c- J> 1"11 (.() Cl) ::0 --i ;,:: -. -. -. -· -. -. -·-. -· -. -. -·--·-. -· -. -· -·-i>-·-. -n, I\.) 0 .... 0 0 3420 N TERRY ST, FORT WOR TH HERNANDEZ, LUIS A ETU X IMELDA 3420 N TERRY ST FORT WORTH TX 76106 FOST EP CO HEIGHTS ADDI TION BLK 54 LOT 2 DEED VOL: 014007 DEED PAGE:. 0494 D.R. T.C. T. zr z 1:g 0 IO 1:( a-I z ..0 (.() . · 1· n, (X) J> 0-.JZ --i --i OJ> ::0 -< "' ,. :i )> I Q • -------------------------·-·-·---------·--~~ fl' ., "-> 0 n ::o C ::0 !Tl ::o rn ::s: CIJ-UO r< ........ D !Tl zn rrrtD rn z -I 0 ~ ~ ... ,: __ -1"> r '" .. L ....... . I :) (.() "'O 1"11 ::0 :c 0 1"11 "'O ::00 (.() .(:) rn, •O -..0 (X) co . -.J (.() J> z --i J> ::0 -·----~----·rri ·. X I ClJ . ----·· ·--·-----·--D --- Cll ::::: ~t~ t) z ,.,., Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O .E . 5397 Contract# 42 3421 N Terry St BLOCK 55 , LOT 23, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 55, LOT 23, FOSTEPCO HEIGHTS ADDITION also described as 3421 N Terry St, Fort Worth, Tarrant County, Texas , hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of _______ , 2007 . GRANTOR: (Please Print) (Signature) 6 0) 0 w w ...., (l) ...., '< r 0 ...., (/) a.. co ::, 0) --w --N 0 0 -...J ->. 0 0 ->. w 0) ..... )> s: ~ N I\,) 0 .... 0 0 I\,) 0 N -": (.I) 1J rn :::o :co fn1J :::0 0 (.I) rrn •O -..oro CX) • '-J (/) I> z D rll :::0 ......... -:<.. ............... -........................ -....... -..................................... -................. -....... -............... -....... -----........... -..... ----·X -· .. .. ... . WI\) .:,.. '-J .... -··--....... -....... -"'"" " .. :::-i .•.. 'v :><: :c (J1 (S,) (.I). -I (S,) ::0 (S,) rn rn-1 -trn :::0 :::0 -< (.I) 3421 N TERRY ST, FORT WORTH TOVAR , DANIEL ETUX ELVIR A G 3421 N TERRY ST FORT WORTH TX 76106 FOS TEP CO HEIGHTS ADDITION BLK 55 LOT 23 DEED VOL: 011CJ25 DEED PAG E: 11 79 O.R.T.C .T. I CD f,--1 D Pavement Reconstruction, Water and Sewer Replacement NE 291h Street-Weber St. to Schwartz Ave. N . Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3422 N Terry St BLOCK 54, LOT 1, FOSTEPCO HEI<;iHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned , hereinafter referred to as "'Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 54, LOT 1, FOSTEPCO HEIGHTS ADDITION also described as 3422 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor acces s to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns , for the purposes set forth above. Grantee shall re store the Property to the condition it was in_ immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of _______ , 2007. GRANTOR: (Please Print) (Signature) --0 cr, 0 w w --1 CD -, '< r 0 --1 (j) 0.. (0 :J 00 --. w --N 0 0 --.J ..... ..... w --.J 0 (J1 )> s: ~ N N 0 .... 0 0 3422 N TERRY ST , FORT WORTH CASTILLO, RUBEN R 3422 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 54 LOT 1 DEED VOL: 000000 DEED PAGE: 000 0 D.R.T.C.T. z .D (I) rn ro J> 0-.JZ -I -I OD :u -< n ::o C ::0 rr, ::0 rr, 3: m-uo r< -Drrl zn rrnD rr, z -l 0 .. -~ ... -· ·_. ·-· ········-·········". .. "'O NE 34 TH S-T~-~-~-T----~- t --·---·------ CD 'J'\ i',J "'· "' ~ . CJ1 I\) .D CD I CD fll X I ITJ t---i D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3423 N Ten-y St BLOCK 55, LOT 24, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 55, LOT 24, FOSTEPCO HEIGHTS ADDITION also described as 3423 N Ten-y St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of _______ , 2007. GRANTOR: (Please Print) (Signature) --0 CJ) 0 w w -i (ll -, '< r 0 -l (f) a. co ::, co --w --N 0 0 -...J -' 0 0 N :i,. )> $ ~ N N 0 0 0 N 0 N ... WN A-....J :-=--~-=-: __ ---· -± ~--· --·--------· -· -----· -------·-rTr ··- (./) . -H'S) :::0 IS.) rr, rr,-. 3423 N TERRY ST,· .FORT WORTH _.jj CAMPOS, ZENAIDO & FRANCISCA :::o 3423 N TERR Y ST ~ < FORT WORTH T X 761~6 m (.f) FOSTEPCO HEIGHTS ADD I TION o-~· BLK 55 LO T 24 :2 '.). DEED VOl_: 011 978 v> ,. ~:: i; DEED PAGE: 1825 J. :~~/,,'~ '" , D • R • T • C • T • ~~ V WROUGH J I RON F[N(E X I CD 1--1 . ~; BRIC~ P I LLARS ,'.'.r ~~:~l<""i :E r WINGWAL L ·--33>- CS) ...... _. ·-........ _ -·-.... -·-·tJl .. _ ...................... l'- ----··m------·---·----·. -------_-.r I CD Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3500 N Terry St BLOCK 41, LOT 11, 12, FOSTEPCO _HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned , hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry o:nto property described as BLOCK 41, LOT 11, 12, FOSTEPCO HEIGHTS ADDITION also described as 3500 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right- of-Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees , agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with ail and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ________ , 2007. GRANTOR: (Please Print) (Signature) :- 0 CJ) 0 w ~ w --i CD .., < r 0 N --i (j') a. tO :::J co --w --N 0 0 --..J ....>. ....>. w --..J u, co )> $ -:o:o zrnrn r "U 3: rnro -iD< nrn rn D nz co :0 CD 3500 N TERRY ST, FORT WORTH MARTINEZ, RAFAEL ETUX FLORA N 3220 DECATUR AVE o ........ · -.................. -... -..... · ····FtJ~T -wORTH " ·r-x · -=;g106 ......... -·· ----..... . 0 0 N 0 FOSTEPCO HEIGHTS ADDITION BLK 41 LOT 11 BLK 41 LOTS 11 & 12 DEED VOL: 010054 DEED PAGE: 1413 D.R.T.C.T. rn X I t--1 aJ t--1 ~ :z ... 7 ;,: D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O .E. 5397 Contract # 42 3501 N Terry St BLOCK 42, LOT 13, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City ofFort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 42, LOT 13, FOSTEPCO HEIGHTS ADDITION also described as 3501 N Terry St, Fort Worth , Tarrant County, Texas , hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007 . ------------ GRANTOR: (Please Print) (Signature) --0 0) 0 w w ;;i ~ r 0 -i (J) Cl.. (0 :::J CXl --w --N 0 0 -.J -' q 0 CJ1 0 0 )> s: N 0 0 0 N 0 ............. _ ............. -.... Ul ._, ............ _ .......... -. ..0 --:. --~-:.-=:.-=:.-= .:.-:: -~:.-=-.:-= .:::-J:.... -. - . -. - . - . - . - . - . - . - . -. - . -. - . - . I CD •••• .... •-•••-"•"·•••A•o -·· """"" .-•• ~~ .. --§a --;;... . . . :it CS,) l:: • ~ Ul :t t iBr: z --'---·---. ---·-·--·-----------·---··--·--FTl»-· ~ ~o X (J)"'O -Ir -l> zz C) CJ) CJ) l> --1< OJ> :0- 3:r l> CJCD :or l> rn z,i BLOCK 42 3501 N TERRY ST, FORT WORTH MENA, ARMANDO ETUX MARIA 3 501 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 42 LOT 13 INSTRUMENT : ·0205377852 O .R.T.C.T. I aJ -----:0 ---------------------·-------' ______________ .D __ Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3503 N Terry St BLOCK 42, LOT 14, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the CityofFort Worth, TX, herein after referred to as "Grantee" a temporary right of eritry onto property described as BLOCK 42, LOT 14, FOSTEPCO HEIGHTS ADDITION also described as 3503 N Ten)' St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Gr_antor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) --0 0) 0 w w -i (0 -, -=2 r 0 -i 0 Cl.. co ::, co --w --N 0 0 --.J -' q 0 ;;J w w )> s: ~ N . ·-~ .. ·~ ...... ~ N 0 .... 0 N 0 -tr -D zz CHI> (/) l> --t< OD :o-::s::r l> ow :or l> rn ;.: c·· z "' 3503 N TERRY S T , FORT WO RTH MOTA, JAVIER ET UX BRENDA V 3503 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 42 LOT 1 4 INSTRUMEN T: 02060g 0 808 rn X I rn O.R.T .C. T. Fl -1 , I ~---~----·-------·------------------------------------- In \ D /,;; I '..' I ..... -----l Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave . N. Hampton Street-NE 32nd St. to E . Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3504 N Terry St BLOCK 41, LOT 10, FOSTEPCO HE~GHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Granter", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 41 , LOT 10, FOSTEPCO HEIGHTS ADDITION also described as 3504 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee arid its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ________ , 2007. GRANTOR : (Please Print) (Signature) :.- 0 0) 0 w ~ w -! (D -, '< r 0 N -! Cf) Q. co ::::l co ---w ---N 0 0 -.J _.. _.. w co N co )> s: N 0 ..... 0 3504 N TERRY ST, FORT WORTH RODRIGUEZ , ROSE ETVIR FEDERICO 3504 N TERR Y ST FOR T WORTH TX 76105 FOSTEPCO HEIGHTS ADDITION BLK 41 LOT 10 INSTRUMENT: 0203355872 O.R.T.C . T. 0 C1J J ""-- ----------------------------·--. ----· -----------~(:)- N 0 r ······ L_ ., ? rn ...... :;.: "' 1--i Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3506 N Jerry St BLOCK Al, LOT 9, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 41, LOT 9, FOSTEPCO HEIGHTS ADDITION also described as 3506 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of _______ ~ 2007. GRANTOR: (Please Print) (Signature) :..- 0 0) 0 w ~ w -i Cl) ..., '< r 0 N -i (f) a. (0 ::J co --w --N 0 0 -.J ..... ..... w c.o c.n -.J )> $ . ----fll,1·"' -6 ---------·---·-·-·---·---·-·---·-·-----·-·-8i·-~ '-"- I\.) 0 0 0 I\.) 0 ~ 0 3505 N TERRY ST , FORT WORTH GONZALEZ, FERNANDO ET UX MA 3506 N TERRY ST FORT WORTH TX 76 105 FOSTEPCO HEIGHTS ADDITION BLI< 4 1 LOT g DEED VOL: 006148 DEED PAGE: 0866 D.R.T.C.T. ·'h'._J u,. I~:· :z: r~r, r"1 :r: J. ... z r· .. 7 :,.· X I rn Ll __ : ___ --~-------------D ----· --1 tiJ 0 Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Teny St-NE 301h St. to NE 35th St. D.O.E. 5397 Contract# 42 3507 N Ten-y St BLOCK 42, LOT 15, 16, FOSTEPCO _HE IGHTS ADDITION CITY OF FORT \VORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does b y these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 42, LOT 15, 16, FOSTEPCO HEIGHTS ADDITION also described as 3507 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right- of-Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED thi s the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) _. 0 0 CX) u, 0 )> s: ...... 0 0 rv 0 ·-, I ........... I . 0 .. -\ .•• --. . . -...•.. --. -. --. -. -..... -..... --. - . -. -• .... -. -. --• -... t; I t, i · _ _J ~) -z r rn X 1 . 1 ~~~~. N A~~~~r OST . F ORT WORTH I I 3507 N TERRY ~>T 1--1 ~--t. ---. -----~g~k~~-T-~£-i~n;~ :D-f-T-H)N ------·---ITJ -c'ii'?:---{ . . ~~ 1 , BI_K 42 LOTS 15 & 16 1--1 ! DEED VOL: 016576 "''> ' DEED PAGE: 02gg R D.R.T.C.T. D I I I i:"'"'_.l' . .n ...-J __ ------···--------- ----•. -·------ - -------------... --------·-----· -_, ' r--1 I I i ! --. -\ I I I , I I I o----~ Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. . d N. Hampton Street-NE 32n St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3508 N Terry St BLOCK41, LOT 8, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 41, LOT 8, FOSTEPCO HEIGHTS ADDITION also described as 3508 N Terry St , Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of _______ ,. 2007. GRANTOR: (Please Print) (Signature) 6 0) 0 (,,.) w -I CD ~ r 0 -I r,n a. co :J co --w N 0 0 ---.I ..... ..... :.,;.. 0 w N )> s: N 0 0 0 3508 N TERRY ST, FORT WORTH GONZALEZ, ENRIQUE ETU X MARIA 3 508 N TERRY ST FORT WORTH TX 75106 FOSTEPCO HE IGHTS ADDITION B L K 41 LOT 8 DEED VOL: 008205 DEED · PAGE: 1536 D.R.T.C.T. (:) !:[·•;·>' .............. L.i,· t~ fFt -___ , Al (y-J X I () rn q ,:i • '1 n -I ~ ....... -·~--.... ~ .. -~ -. ~ .. - Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E . Long Ave. N . Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3509 N Terry St BLOCK 42, LOT 17 , FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the unders igned , hereinafter referr ed to as "Grantor", does by thes e pres ents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property des cribed as BLO CK 42 , LOT 17, FOSTEPCO HEIGHTSADDITION also described as 3509 N Ten-y St, F ort Worth , Tarrant County, Tex as, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the puTP,oses set forth above . Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007 . ------------ GRANTOR : (Please Print) (Signature) 6 0) 0 u.l w -i (1) ~ r 0 -l (/) 0. (0 ::i co --0.l N 0 0 -...J _. q 0 CD N u.l )> s: ·-~---- N 0 .... 0 0 N 0 0 f ·l I 1 ~= .. --f -· 1-~--1 · -· ·-· -· --·-· -· ----· -· ----· ---· -· -· -· -· ---rn · - ~.~ \ X I l__\ 3509 N TERRY ST, FOR T WORTH I l) -SALVADOR, TORRES I]~ ,. 3509 N TERRY ST FORT WORTH TX 76105 FOSTEPCO HEIGHTS ADDITION BLK 42 LOT 17 DEED VOL: 000000 DEED PAGE: 000 0 D.R. T.C. T. CD -I 't i -------~--. -. -----. ---. --. -. -. --. -. --· -·-. -. ---. -. -. -. -. -. -~ Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3510 N Teny St BLOCK 41, LOT 7, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after refened to as "Grantee" a temporary right of entry onto property described as BLOCK 41, LOT 7, FOSTEPCO HEIGHTS ADDITION also described as 3510 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007 . ------------ GRANTOR: (Please Print) . (Signature) --0 CJ) 0 w w -l ro ..... < r 0 -l (f) Cl. :0 ::, Cf) --w --N 0 0 -....J ...... ...... .t,.. ...... . . ...... (Jl )> ~ ~ N N 0 0 0 N 0 .fl,. 0 r'""'---. (:) -··· ----·-- - ------ -----·----· ----__ .. ------- --¥-• .• -·-.. ___ -· 3510 N TERRY ST, FORT WORTH ZENTENO, JOSE L ETUS CARMEN 3407 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 41 LOT 7 DEED VOL: 008736 DEED PAGE: 1 728 O.R.T.C.T. L ... ·---··-.. --·-.. ·-·----. -.. ·---_ .. _ .. ----.. ··--. ----.. ·-...... _ ... ···-. ·-·-.. __ .. -··-. ---]'"'"" ~ '(. ~3t" ~' ~ if' ¥k~ ~l_, I ·'··""'' (I) Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave . N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3511 N Teny St BLOCK 42, LOT 18, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT § Thatthe.undersigned, hereinafter referred to as "Grantor", doe s by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 42, LOT 18 , FOSTEPCO HEIGHTS ADDITION also described as 3511 N Teny St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above . Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) ........ --0 0) 0 (,.) ~ w -i (ll ..., '< r 0 -i N (f) 0.. (0 ::, co w --N 0 0 "'1 ..... 0 ..... 0 0 .:,. )> ~ N 0 N 0 ::n ~' ...._,_.,..J ~(\ ~ 'J :'iJ I • ,f'-) ~/- I I ··1--+ \ \ \ cr---1 \C0 I q . ~ . [~~ ' -.__, __ . ·---. --. -. -. -. -. -----. -------. ---------. --- 3511 N TERRY ST, FORT ·w.OR TH LERMA, TIRSO ETUX MARIA 3511 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HE I GH TS ADDITION BLK 42 LOT 18 DEED VOL: 009085 DEED PAGE= 030g D,R,T.C.T. f. .,, rn X I · CD 1--i D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3512 N Terry St BLOCK 41, LOT 6; FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 41, LOT 6, FOSTEPCO HEIGHTS ADDITION also described as 3512 N Terry St, Fort Worth, Tarrant County, Texas , hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 2007. -----------~ GRANTOR: (Please Print) (Signature) --0 0) 0 w ~ w -l (1) -, '< r 0 N -l (J) Q. (0 :, co --. w --N 0 0 -..J ...,. ...,. ~ ...,. ~ N )> ~ N 0 .... 0 0 N 0 3512 N TERRY ST, FORT WORTH CASTRUITA, ALBERTO ETUX ROSALI 3512 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 41 LOT 6 DEED VOL: 007970 DEED PAGE: 2133 D.R.T.C.T. .. --· ----.. ·------.. _ --.. ----~ --------------· ------------ .. -I (lJ Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D .O.E. 5397 Contract# 42 3513 N Terry St BLOCK 42, LOT 19 , FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned , hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property describ ed as BLOCK 42, LOT 19, FOSTEPCO HEIGHTS ADDITION also described as 3513 N Teny St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ________ , 2007 . GRANTOR: (Please Print) (Signature) 6 (J) 0 w f w ~ CD ..., ..., '< r 0 ~ N (fJ a.. co :J co --w · --N 0 0 -..J _,. 0 _,. 0 w +:,. )> s: • 5 vW •· M • H •• W--~ •• - N 0 _. 0 N 0 w 't -i :,:) 'Tl .. , : :;: -------------------__ . ---------------. ---------------fll ~-X :z~ r·:o r~ 3513 N TERRY sT. FORT woRTH I ~c, HE RNA /\JDEZ , ILARIO ETU X MAR I A 1736 INDEPENDENCE RO BL UE MOUND TX 76 131 FOSTE PCO HEIG HTS ADDI T ION BLK 42 LOT 19 DEED VOL: 01277 4 DEE D PAGE = 0186 O.R.T.C.T • CD -I .. ---·-.. ·-----...... ---------.... _ .. -----------... __ -----........ -...... --·--.. -·------·---D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 301h St. to NE 35th St. D.O.E. 5397 Contract# 42 3514 N Terry St BLOCK 41, LOT 5, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § ·That the undersigned, hereinafter referred to as "Grantor'', does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 41, LOT 5, FOSTEPCO HEIGHTS ADDITION also described as 3514 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line . Upon execution of this agreement, Grantor will grant Grantee and its contractor access to th e Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) --0 0) 0 (.,..) w -l (1) ..., '< r 0 -l V> Cl. (Q ::i o:i --(.,..) --N 0 0 --,J .... .... ::,;. !'? N .i,.. )> s: ~ N N 0 .... 0 0 N 0 ,r.:-r.: ----------------------··---------------·---- 3514 N TERR Y ST, FORT WORTH DEBUSK, BOBBIE WHEELER 2921 FIELD ST HALTOM CITY TX 76117 FOSTEPCO HEIGHTS ADDITION BLK 41 LOT 5 DEED VOL: 009537 DEED PAGE: 1498 D.R. T.C.T. ------------------------------------------·-- (IJ 1--1 Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D .O.E. 5397 Contract# 42 3515 N Terry St BLOCK 42, LOT 20, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned , hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 42, LOT 20, FOSTEPCO HEIGHTS ADDITION also described . as 3 515 N Teny St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line . Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such tim e as the project is completed and approved by the Grantee, at which time tlie above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) --0 0) 0 w ~ (..0 --, (1) -, ~ r 0 N --, Cf) Cl.. co ::i co w --N 0 0 -...J . S' ..... 0 -----..... ..... ..... .i:,. )> ~ N 0 _. 0 0 N 0 3515 N TERRY ST, FORT WORTH · GRIFFITH. ETHEL IRENE TRUST ETHEL I GRIFFITH TR 12/04 11936 SHOAL CREEK DR FRISCO TX 75035 FOSTEPCO HEIGHTS ADDITION BI_K 42 l_O T 20 INSTRUMENT: 0205231136 O.R.T.C.T. ··-· -----· ----.. -------------------· -----------.. -----.. - (IJ ~ -t D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract # 42 3516 N Terry St BLOCK 41, LOT 4, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee'.' a temporary right of entry onto property described as BLOCK 41, LOT 4, FOSTEPCO HEIGHTS ADDITION also described as 3516 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void . This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) --0 0) 0 w (;.) -i (1) -, '< r 0 -i (J) 0. <O ::, CXl --. w --N 0 0 -...J ...... ...... _.,. !'J (J1 (;.) )> s: ~ N _. 0 0 N 0 3516 N TERRY ST, FORT WORTH ORINGOERFF, 0 C ]51(; N T[RR Y ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITI ON BLK 41 LOT 4 DEED VOL: 000000 DEED PAGE: 0000 O.R.T.C.T. . ---. -· . -. -. ----,I I .. ·I 0-~ . ; ).,,-::::.. . -· . -. fFJ · - X I aJ Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O .E. 5397 Contract# 42 3517 N Terry St BLOCK 42, LOT 21, FOSTEPCO HEIGHTS ADDITION · CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Gran tor", does by these presents grant and convey to the City ofF ort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 42, LOT 21 , FOSTEPCO HEIGHTS ADDITION also described as 3517 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line.· Upon execution of this agreement, Granter will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above des~ribed temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was inimmediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) --0 0) 0 w w ~ ~ r 0 -, U) 0. (Cl ::, CXl .__ w N 0 0 --J ..... !=?·-----·· _. 0 0 N 0 r"~ • _> ___ ----------------· --·----· ---------------- . ---. -rn 3517 N TERRY ST, FORT WORTH GRIFFITH, ETHEL IRENE TRUST ETHEL I GRIFFITH TRUST 1 1g35 SHOAL CREEK OR FRI SCO TX 75035 FOSTEPCO HEIGHTS ADDITION BLI< 42 LOT 21 IN STRUMENT: 0205247850 D.R. T.C. T. X I ITJ 1---1 D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N . Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3518 N Teny St BLOCK 41 , LOT 3, FOSTEPCO HEIGHTS ADDITION -,··•. CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § That the undersigned, hereinafter referred to as "Grantor", does by thes e presents grant and convey. to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property de s cribed as BLOCK 41 , LOT 3, FOSTEPCO HEIGHTS ADDITION al so described as 3518 N Ten-y St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line . Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpo se stated herein , until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry , together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee , is successors and assigns , for the purposes set forth above. Grantee shall restore the Property to the condition it was in. immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) --0 CJ) 0 (,J ~ <.,..) -I (1) -, ~ r 0 N -i (J) Q_ co ::, 00 --(.v --N 0 0 -..J ...... ...... '.t>. (.v N 0) )> ~ N 0 0 0 N 0 ······-.. ··-··· --·-·-· --······ . -·-· ---.. -----·--.. ·------·· .. -·-··-. ··--. ······-----·-. -·-· . ·--· .. ·-·---··---····-· -··-···· -····-· ·r+- 3518 N TERRY ST, FORT WORTH REYES, HECTOR J AVIER 3103 N NICHOLS ST FORT WORTH TX 76106 FOSTEPCO HE IGHTS ADDITION DEED VOL: 014535 DEl;O PAGE: 0234 O.R.T,C .T. •""' ;! ., r··, II ~_:,J fFI W-• •• •-•• -•>-M• M -••••• M • •-• -~ -u , I -·-r X I Cl) -I _:_ I _____ ])_ Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3519 N Terry St BLOCK 42, LOT 22, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTYOFTARRANT § Thatthe undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 42, LOT 22, FOSTEPCO HEIGHTS ADDITION also described as 3519 N Teny St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpo se of constructing the extension of the driveway beyond the Ri ght-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee , at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives , or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ________ , 2007. GRANTOR: (Please Print) (Signature) ---0 0) 0 <.,.) w ~ -I (1) .., '< r 0 -I N (/) 0. (0 :::, CX> --<.,.) --N 0 0 -.J ....J,, q -.l.. -• --• - !':' N 0 )> s: 0 0 l"v 0 ; -·-···-·1 , ~ I ,. I .. :' t · ----I . i--=~,. __ ---. ----. ---· -------· --. ---··· . -------. --------. ---nl 3519 N TERRY ST, FORT WORTH REYES, LUIS A ETUX OLGA P 3521 N TERRY ST FORT WORTH TX 76106 FOST EPCO HEIGHTS ADD IT ION BLK 42 LOT 22 DEED VOL: 008657 DEED PAGE: 1 CJ55 O.R.T.C,T, f~ -----·----.. ·----. ---------·----·-------------------- (') :;:: :t,, J j z "' ~~7 X I CD ---f D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract # 42 3520 NTerry St BLOCK 41, LOT 2, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § . That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 41, LOT 2, FOSTEPCO HEIGHTS ADDITION also described as 3520 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) --0 (J) 0 w w -I (1) --, '< r 0 -I 0 Cl. co :, o:> --w --N 0 0 -.,J ->. ..... .:,.. ~ <.n (!) )> s:: ~ N _. 0 0 N 0 3520 N TERRY ST, FORT WORTH REYTHEA, MARIA I 3520 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDITION BLK 41 LOT 2 DEED VOL: 011608 DEED PAGE~ 1 g07 O,R,T,C.T. 2. :x ::!;::·;;:1"'' ?;,r:· ""r'l r .... ,..., , 1§ (~I <'.'. r .. --l---- 1 ,_ .. ----, __ -----------------------·· ---·------------------·-~: ') I I i . ----fT-l -- x I OJ -I _] "' -~---~-.. ---~-- ,1-~ ' ("; . :c I l> Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32°d St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. D.O.E. 5397 Contract# 42 3521 N Terry St BLOCK 42, LOT 23, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to a s "Grantor", doe s by th es e presents grant and convey to the City of Fort Worth, TX, herein after referr ed to as "Grantee" a temporary right of entry onto property described as BLOCK 4 2, LOT 23 , FOSTEPCO HEIGHTS ADDITION also described as 3521 N Terry St, Fort Worth, Tarrant County, Texas , her einafter referred to as the "Property", for the purpo s e of constructing the extension of the driveway beyond the Right-of- Way line. Upon ex e cution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry , together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR: (Please Print) (Signature) 6 CYl 0 w w -, (1) ~ r 0 -, (J) a. (0 :::, CX> w N 0 0 -..J ...I. 0 N 0 .... 0 0 N 0 ·----··--\ -r:-' -----·--------·--. ------·-------------------fll li',:.: .. :.: ><: ~ 3521 N TERRY ST . FORT WORTH ~-REYES' LU Is A ETUX OLGA p I X r-3521 N TERRY ST r --=7 FORT WORTH TX 76106 ~ FOS TEPCO HEIGHTS ADDITION ; BL K 42 LOT 23 ;:~ I DEED VOL : 00 7 9 73 DEE D P A GE: 1040 ·-~-"--···--¥.. ~Do R . T, C , T, (D 1--1 -f D Pavement Reconstruction , Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave. N. Terry St-NE 30th St. to NE 35th St. . D.O.E. 5397 Contract# 42 3522 N Terry St BLOCK 41 , LOT 1, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 41, LOT 1, FOSTEPCO HEIGHTS ADDITION also described as 3522 N Ten-y St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2007. ------------ GRANTOR : (Please Print) (Signature) :-- 0 (J) 0 (;J c,.> -l (D ...., '< r 0 -l (J) Cl.. (0 ::, CXl .._ (;J .._ N 0 0 --.I _. _. :i:,;. .t,. :i:,;. .t,. )> $ ~ N N 0 ..... 0 0 N 0 .p. 0 --------------------· -------------------------__ ·z:::~ 3522 N TERRY ST. FORT WORTH GOCH I, JUAN ETUX ROSALBA A 3522 N TERRY ST FORT WORTH TX 76106 FOSTEPCO HEIGHTS ADDI T ION BLK 4 1 LOT 1 DEED VOL: 011576 DEED PAGE: 1 7 50 D.R. T.C. T. -<- ········-·······-······· ~-··-·•O, ... ->HOO>·-HH~-mHH.C•j~H,._ NE 35TH STREET -----·-·-·-·. --·-----·-------------- '• ....... ,..,.,y, ....... ... ........... ~ .....•. f\) ..0 ~ co I co L: :..:~ <' "' ;~ f" ---------- rn X I CD 1--1 D Pavement Reconstruction, Water and Sewer Replacement NE 29th Street-Weber St. to Schwartz Ave. N. Hampton Street-NE 32nd St. to E. Long Ave . N. Terry St-NE 30 1h St. to NE 35th St. D.O.E. 5397 Contract# 42 3523. N Terry St BLOCK 42; LOT 24, FOSTEPCO HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned , hereinafter referred to as "Grantor", does by these presents grant and convey to the City ofF ort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as BLOCK 42, LOT 24, FOSTEPCO HEIGHTS ADDITION also described as 3523 N Terry St, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of constructing the extension of the driveway beyond the Right-of- Way line. Upon execution of this agreement, Grantor will grant Grantee and its contractor access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ___ day of ________ ., 2007. GRAl'JTOR : (Please Print) (Signature) 6 a> 0 W . w -1 (1) ~ r 0 -1 (./) Cl.. CD :::i CXl --w --N 0 0 -..J q ---·-- N 0 .... 0 0 N 0 f } ::r ,.,. 3523 N TERRY ST, FORT WORTH GRIFFITH, DONALD OLIVER 11936 SHOAL CREEK OR FRISCO TX 75035 FOSTEPCO HEIGHTS ADDITION BLK 42 l_OT 24 INSTRUMENT: 0205231142 O,R,T.C . T. t ------~ ~ ~-'"'~\ ~" F_,Wf r--·------ ... ·-.... --........ -~ ........ ~_... .. , U1 rll X I rn ·-·---D 6)---------------------------- -' - SECTION 9 -REPORTS 9.1 GEOTECHNICAL STUDY GEOTECHNICAL ENGINEERING STUDY PAVEMENT DESIGN-CONTRACT 42 N. TERRY STREET, HAMPTON STREET, AND N.E. 29 TH STREET FORT WORTH, TEXAS Presented To: Multatech Engineering, Inc. May 2006 CMJ ENGINEERING, INC. May 2, 2007 Report No. 771-07-04 Multatech Engineering, Inc. 1407 Texas Street, Suite 200 Fort Worth , Texas 76102-3428 Attn: Mr. Bruce Nelson, P.E. GEOTECHNICAL ENGINEERING STUDY PAVEMENT DESIGN-CONTRACT 42 7636 Pebble Drive Fort Wortb, Texas 76118 www.cmjengr.com N. TERRY STREET, HAMPTON STREET, AND N.E. 29 TH STREET FORT WORTH, TEXAS Dear Mr . Nelson: Submitted here are the results of a geotechnical engineering study for the referenced project. This study was performed in general accordance with CMJ Proposal 06-1752 dated December 18 , 2006 . The geotechnical services were authorized on March 2 , 2007 by Mr. Jack A Otteson, P.E., Vice President of Multatech Engineering, Inc. Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report. We would appreciate the opportunity to be considered for providing the materials engineering and geotechnical observation services during the construction phase of this project. We appreciate the opportunity to be of service to Multatech Engineering, Inc. Please contact us if you have any questions or if we may be of further service at this time. Respectfully submitted , CMJ ENGINEERIN , NC. _ ........... ,,,, --E,OF 1.1::-,, ....-,~!········~-4-.... \ , . . ' , <a.··· * . •7_,S, t. '•. . * ' , . . ~ ,... ··*' 1"'""" , •• : •••••••••••• ·······~· ...... ~ <(,fl~ I~:.~.~ ............... .'.~~: l' . . , . '• ~-97402 :ft, P. Sappington, IV, P.E. 1 cf• I. ....• ~«;.:' · l -<''• liCENS.-:v ,•"' Engineer l ·~ '•• '~•' r:S. .., \'\S's ·······~~v--97402 \\ IONAL ~ -:--. 0 . ,,,,, ........ -... 0 S'" copies submitted: (3) Mr. Bruce Nelson , P.E.; Multatech Engineering , Inc . Phone (817) 284-9400 Fax (817) 589-9993 Metro (817) 589-9992 TABLE OF CONTENTS Page 1.0 INTRODUCTION -------------------------------------------------------------------------------------------------------1 2.0 FIELD EXPLORATION AND LABORATORY TESTING ------------------------------------------------------2 3. 0 SU BS U RF ACE CONDITIONS---------------------------------------------------------------------------------------4 4. 0 PAVEMENT DES I G N -------------------------------------------------------------------------------------------------5 5. 0 EARTHWORK ---------------------------------------------------------------------------------------------------------11 6.0 CONSTRUCTION OBSERVATIONS ----------------------------------------------------------------------------12 7 . 0 REPORT CLOSURE -------------------------------------------------------------------------------------------------13 APPENDIX A Plate Plan of Borings ---------------------------------------------------------------------------------------------------A.1 A -A.1 c Unified Soi I CI ass ifi cation System----------------------------------------------------------------------------------------A. 2 Key to Classification and Symbols --------------------------------------------------------------------------------------A.3 Logs of Borings -------·-----------------------------------------------------------------------------------------·----A.4 -A.14 Triaxial Shear Test Reports -----------------------------------------------------------------------------------A.15 ·--A.22 Free Swell Test Results -----------------------------------------------------------------------------------------------------A.23 Lime Series Test Results-------------------------------------------------------------------------------------------------A.2 4 Soluble Sulfate Test Results --------------------------------------------------------------------------------------------A.25 APPENDIX B Plate Pavement Thickness Design --------------------------------------------------------------------------------------8.1 -B.2 Report No. 771-07-04 ClvfJ ENGINEERJNG, L"IC. 1.0 INTRODUCTION 1.1 General This report presents the results of a geotechnical engineering study for total pavement reconstruction of three streets in Fort Worth including : N. Terry Street (N.E. 35th Street to N.E. 30 th Street), Hampton Street (Long Avenue to N.E. 32nd Street) and N.E. 29th Street (Weber Street to Schwartz Street) in Fort Worth , Texas . The approximate combined total project length is 4,500 linear feet. This report conforms to the City of Fort Worth Pavement Design Standards Manual , 2005 Edition. Plates A.1 A, A.1 B, AND A.1 c depict the approximate locations of exploration borings . 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered , develop recommendations for the type or types of pavement subgrade preparation and modification , provide pavement design gu idelines , and provide earthwork recommendations. To accomplish its intended purposes , the study has been conducted in the following phases : (1) drilling sample bOiings to determine the general subsurface conditions and to obtain samples for testing ; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials ; and (3) performing engineering analyses , using the field and laboratory data to develop geotechnical recommendations for the proposed construction . The design is currently in progress and the locations and/or elevations of the structure could change. Once the final design is near completion (80-percent to 90-percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. 1.3 Report Format The text of the report is contained in Sections 1 through 7. All plates and large tables are contained in Appendix A. The alpha-numeric plate and table numbers identify the appendix in which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Report No. 771-07-04 CMJ ENGINEERING, INC. Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration · Subsurface materials at the project site were explored by eleven (11) vertical soil borings. Borings B-1 through B-11 were drilled to depths of 10 feet below existing grades. The borings were drilled with truck mounted drilling equipment using continuous flight augers at the approximate locations shown on the Plans of Borings, Plates A.1 A, A.1 B, AND A.1 c. The boring logs are included on Plates A.4 through A.14 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3 . Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled (Shelby) tube samplers at the locations shown on the logs of borings . The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection . The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed , and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25 -inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs . When the capacity of the penetrometer is exceeded, the value is tabulated as 4 .5+. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TxDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow . This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is Report No. 771-07-04 CMJ ENGINEERING, INC. 2 tabulated at respective test depths , as blows per 6 inches on the log . In hard materials (rock or rock-like), the penetrometer cone is driven with the resulting penetrations , in inches , recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective test ing depths on the boring logs. Ground-water observations durlng and after completion of the borings are shown on the upper right of the boring log. Upon completion of the borings, the ,bore holes were backfilled with hydrat ed bentonite chips and properly plugged at the surface with asphalt. 2.2 Laboratory Testing Laboratory soil tests were performed on selected rep resentative samples recovered from the borings . In addition to the classification tests (liquid limits , plastic limits, and percent passing th e No. 200 sieve), mo isture content , unconfined compressive strength , and unit weight tests were performed . Results of the laboratory classification tests , moisture content , un confin ed compr ess iv e strength , and unit weight tests conduct ed for this project are included on the boring lo gs. Eight triaxial shear tests were performed on specimens from selected samples to evaluate she ar strength properties of the subgrade soils . The triaxial shear tests included unconsolidated- undrained (UU) tests . These tests were performed for CMJ Engineering , Inc . by ML Testing, LLC. The results of the triaxial tests are presented on Plates A.15 through A.22 . Four swell tests were performed on specimens from selected samples of the clays. These test s were performed to help in evaluating the swell potential of soils in the area of the proposed pavements . The results of the swell tests are presented on Plate A.23. Three Eades and Grim Lime Series tests were performed on selected samples to identify th e appropriate concentration of lime to add to soils for stabilization purposes . The results of the lim e series tests are presented on Plate A.24 . Six soluble sulfate tests were conducted on selected soil samples recovered from the borings . The su lfate testing was conducted to help identify sulfate-induced heaving potential of the soils. Sulfate-induced heaving can cause detrimental volumetric changes to a lime stabilized subgrad e. The result of the sulfate tests are presented on Plate A.25. Report No . 771-07-04 CMJ E NGINEERING, I NC. 3 The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. 3.0 SUBSURFACE CONDITIONS 3.1 Site Geologies The Dallas Sheet of the Geologic Atlas of Texas indicates the N. Terry Street and N.E. 29th Street project sites spans across two geologic formations. These sites are located within portions of the Fort Worth Limestone and Duck Creek Limestone Formations of the Lower Cretaceous Age . Higher elevations of these project sites can consist of the Fort Worth Limestone Formation. The Fort Worth Limestone is approximately 30 feet thick and consists of limestone and clay or shale, with the limestone portions typically being relatively hard. This formation typically weathers to form relat ively shallow deposits of active clay soils. During wet periods of the year, appreciable amounts of ground-water can be found near the top of the formation. The Duck Creek Formation can be found in the lower elevations of these sites and consists of limestone with some shaly portions. This formation is over 60 feet thick and typically weathers to form relatively deep active clay soils. These clays often contain significant quantities of limestone fragments. Ground water is usually present along the interface of the limestone and the overlying residual clays within this formation. The Hampton Street project site is considered to be entirely located within the Duck Creek Limestone geologic formation. 3.2 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings are discussed below. Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate . Pavement is present at all the borings locations , consisting of various thicknesses of asphalt and gravel , sand , clayey sand , and sandy clay base materials. Asphalt is present at the surface at all boring locations and is consistently 2 inches in thickness. Base material thicknesses range from approximately 4 to 1 O inches in thickness and is present beneath the asphalt surfacing in all borings except Borings B-7 and B-10 . No significant fills were noted within the borings . Report No. 771-07-04 CMJ ENGINEERING, INC. 4 _j Natural soils consist of light brown , brown , light grayish brown, tan, and gray silty clays and clays , often with limes tone fragments and calcareous nodules. Selected borings contain abundant limestone fragments within the clays . These clays had tested Liquid Limits (LL) ranging from 27 to 60 and Plasticity Indices (Pl) ranging from 12 to 39 and are classified as CL and CH by the uses. Borings B-5 , B-6 , B-8 , and B-9 were terminated within these clays at a depth of 1 O feet. A tan limestone layer is present at a depth of 1 foot in Boring B-3 and is one foot in thickness. Intact units of tan limestone are next present in Borings B-1 through B-4, B-7 , B-10 , and B-11 at depths of 1 to 6 feet. The tan limestone contains clay seams 1n most borings and is soft to very hard (sedimentary rock basis), with Texas Cone Penetrometer (THO) test values of 0.5 to 11 .5 inches per 100 blows. 3 .3 Ground-Water Observations The borings were drilled using cont inuous flight augers in order to observe ground-water seepage du ring drilling . Ground-water seepage was encountered during drilling in Borings B-8 and B-9 at 8- foot depths and were dry at completion. All other borings were dry during drilling and at comp letion of drilling operations . While it is not possible to accurately predict the magnitude of subsurface water fluctuation that might occur based upon these short-term observations , it should be recognized that ground-water conditions will vary with fluctuations in rainfall. Fluctuations of the ground-water level can occur due to seasonal variations in th e amount of ra infall; site topography and runoff ; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. Ground-water can trap atop limestone or occur in joints in the clays or via more permeable strata. 4.0PAVEMENT DESIGN 4.1 Pavement Subgrade Considerations 4 .1.1 General The performance of the pavement for this reconstruct ion project depends upon several factors including: th e character Lstics of the supporting soil ; the magnitude and frequ ency of wheel load applications ; the quality of construction materials; the contractor's placement and workmanship abilities ; and the desired period of design life . The success of t he pavement subgrade is subgrade Report No . 771-07-04 · CMJ ENGIN EE!-UNG, INC. 5 soil strength and control of water. Adequate subgrade performance can be achieved by modifying or stabilizing the existing soils used to construct the pavement subgrade. Pavement sections are susceptible to edge distress as edge support deteriorates over time. Therefore , care must be taken to provide and maintain proper edge support. In conjunction with a stabilized subgrade or flexible base course underlying the pavement, it is recommended that the stabilized subgrade or flexible base extend a minimum of 12 inches beyond the surface course on each side of the street. Maintenance should be provided when edge support deteriorates. 4.1.2 Subqrade Preparation Anticipated subgrade materials generally consist of variable materials. Excavation at this site could expose limestone or low to moderately active silty clays or clays. These higher plasticity clays, those with a Plasticity index (Pi) of 20 or greater, are subject to loss in support value with the moisture increases which occur beneath pavement sections. They react with hydrated lime, which serves to improve and maintain their support value. Treatment of these soils with hydrated lime will improve their subgrade characteristics to support area paving. A visual observation of the pavement subgrade should be considered following rough grading to determine specific materials which are present that would benefit from the addition of lime. Cuts can expose the limestone. These limestones provide excellent support in an undisturbed condition; however, they are difficult to cut to finished grade and some fill may be required. Pulverization and compaction equipment often break down the limestone to a material that also benefits from stabilization, although large rock fragments hamper conventional mixing procedures. Depending on the required grades, it may be advisable to undercut such areas and place a material suitable for stabilization or to place a lime stabilized clay. Where abrupt material changes are encountered (i.e., from limestones subgrades to clay subgrades), transitional · subgrade preparation should be performed. Excavation of the limestone should take place at the limestone/clay interface to a depth of 8 feet, and should transition upward away from the interface at a slope of 1 H: 1 V. The excavation should be benched in such a manner as to provide a good contact between the two materials and allow relatively horizontal lift placement. This transition serves to minimize potential differential movement between the two subgrade conditions . This can best be evaluated by an on-site inspection after rough grading is completed . Report No. 771-07-04 C:MJ ENGINEERING, IN C. 6 Seasonal water seeps can occur where the tan limestones are approached or exposed by cuts . Subsoil drains may be required in some areas to intercept this seepage. This can be evaluated after grading has been performed. 4.2 Potential Vertical Movements Estimates of expansive movement potential have been estimated using TxDOT Test Method Tex 124-E. Movement potential is variable due to the variable presence of tan limestone. Potential vertical movements on the order of less than 1 and up to 1.5 inches are estimated in most years, except in the vicinity of Boring B-6 on N . Terry Street. Clays encountered within Boring B-6 are highly active, with potential vertical movements on the order of up to 4 inches. Movements in excess of these estimates can occur if poor drainage, excessive water collection, leaking pipelines, etc. occur. Any such excessive water conditions should be rectified as soon as possible . In order to minimize rainwater infiltration through the pavement surface, and thereby minimizing future upward movement of the pavement slabs, all cracks and joints in the pavement should be sealed on a routine basis after construction . 4.3 Sulfate-Induced Heaving Soluble sulfate testing was conducted to check for sulfate-induced heaving potential. Sulfate- induced heaving is caused when hydrated lime is added to a soil with high sulfate concentration . The lime reacts with the sulfates to cause potentially large volumetric changes in the soil. Portland cement also produces lime as a byproduct of hydration, and therefore also reacts with sulfates . Soluble sulfate levels in soils on the order of 2,000 parts-per-million (ppm) or less are usually of low concern and warrant only observation of the subgrade during the stabilization process. The soluble sulfate levels of the tested samples ranged from <100 to 419 ppm . Since the samples tested were below 2,000 ppm, a single treatment process is recommended. The single treatment is described in Section 4.4. In addition, it is recommended that during the curing period of the lime treatment, the subgrade be supplied with ample moisture to allow proper hydration, and it should be checked for any volumetric changes that may indicate a sulfate-induced heaving condition.· 4.4 Pavement Subgrade Preparation Lime stabilization is recommended for all subgrade areas with plastic to highly plastic clays , typically with a Pl of 20 or greater. Prior to lime addition, the subgrade should be proofrolled with Report No. 771-07-04 CMJ ENGINEERING, INC. 7 i I I. heavy pneumatic equipment. Any soft or pumping areas should be undercut to a firm subgrade and properly backfilled as described in the City of Fort Worth Pavement Design Standards manual , 2005 Edition, Special Technical Specification (STS). According to the City of Fort Worth Pavement Design Standards Manual, 2005 Edition , Special Technical Specification, STS-003 Earthwork , Sect ion 3.07, the stabilized subgrade should be scarified to a minimum depth of 6 inches and uniformly C?mpacted to a minimum of 100 percent of Standard Proctor density (ASTM D 698), near minus 2 to plus 3 percentage points of the optimum moisture content determined by that test. It should then be protected and maintained in a moist condition until the pavement is placed. The presence of limestone fragments , gravel, and calcareous nodules in the surficial soils can complicate mixing of the soil and lime. It is recommended a minimum of 7 percent hydrated lime be used to stabilize the clay subgrade soils along N. Terry Street, and 6 pe rcent hydrated lime for Hampton and N .E. 29th Streets. The amount of hydrated lime requi red to stabilize the subgrade should be on the order of 33 pounds per square yard for N. Terry Street based on a dry unit weight of 105 pcf and 32 pounds per square yard for Hampton and N.E . 29 th Streets based on a dry unit weight of 115 pcf for a 6-inch dept h. The hydrated lime should be thoroughly mixed and blended with th e upper 6 inches of the clay subgrade (TxDOT Item 260). The hydrated lime shou ld me et the requirements of Item 260 (Type A) in the Texas Department of Transportat ion (TxDOT) Standard Specifications for Construction of Highways, Streets and Bridges , 2004 Edition. As an alternative to lime stabilization , consideration can be given to substituting a suitable flexible base on an equal basis. This option is particularly advisable in pavement areas with a shallow limestone subgrade. 4.4.1 Subqrade Preparation Considerations It is recommended that subgrade stabilization extend to at least one foot beyond pavement edges to aid in reducing pavement movements and crncking along the curb line due to seasonal moisture variations after construction. Each construction area shoul d be shaped to allow drainage of surface water during earthwork operations, and surface water should be pumped immediately from each construction area after each rain and a firm subgrade condition maintained. Water should not be allowed to pond in order to prevent percolation and subgrade softening, and subgrade treatments should be added to the subgrade after removal of all surface vegetation and debris . Report No. 771-07-04 CMJ ENGI NEERING, INc. 8 -'- Sand should be specifically prohibited ben eath pavement areas , since these more porous soils can allow water inflow, resulting in heave and strength loss of subgrade soils (lime stabilized soil will be allowed for fine g rading). After fine grading each area in preparation for paving , the subgrade surface should be lightly moistened , as needed , and recompacted to obtain a tight non-yielding subgrade. Surface drainage is critical to the performance of this pavement. Water should be allowed to exit the pavement surface quickly. This can be accomplished by maintaining at least 1 percent slope of the finished grades and discharging the water into drainage structures. All pavement construction should be performed in accordance with the procedures provided in Section 4.5 . 4.5 Pavement Sections At the time of this investigation , site paving plans or veh icie traffic studies we re no t available . Pavement analyses were performed using methods outlined in the AASHTO Guide for Design of Pavement Structures, 1993 Edition, published by the American Association of State Highway and Transportation Officials. The design equations were solved using AASHTO Pavement An al ysis Software. In the AASHTO method , traffic loads are expressed in Equivalent 18-kip Single Axle Loads (ESAL) over the design life of the pavement structure . Based on the results of the field and laboratory investigation and on soil plasticity properties, the following design parameters were used in our thickness design calculations for the proposed streets (soil parameters were conservatively established for the soils that are expected to exhibit lower bearing strengths): Subgrade Soils ........................................................ Silty Clay/ Clay Design Life ..... : ........................................................ 25 years Initial Serviceability .................................................. 4.5 Terminal Serviceability ............................................ 2.0 Reliability ................................................................. 80% Overall Deviation ..................................................... 0.35 Load Transfer Coefficient ........................................ 2.7 Drainage Coefficient (rigid) ...................................... 0. 70 Drainage Coefficient (flexible) .................................. 0.40 Design CBR (subgrade) .......................................... 4 Adjusted Design CBR (lime stabilized) .................... 12 Loss of Support ....................................................... 1.0 Concrete Modulus of Elasticty ................................. 3 ,604 ,997 psi Concrete Modulus of Rupture .................................. 630 psi Report No. 771-07-0 4 CMJ E NGIN EERING, I NC. 9 The following rigid and flexible pavement sections are provided for a Residential -Rural (low volume) street street classification. Detailed pavement design calculations and assumptions are presented on Plates B.1 and B.2. The design ESALS were provided in the City of Fort Worth Pavement Design Standards Manual, 2005 Edition. The following pavement section is suitable for the previously mentioned assumptions . Any deviation from these assumptions should be brought to our attention immediately in order to assess their impact on our recommendations. Pavement Section Street Growth Design Thickness Material Classification Factor ESAL (in.) 7 PCC 6 Lime Stabilized Subgrade HMAC Type D Residential -Rural No 625,000 2 (low-volume) Growth 6 HMAC Type B 6 Lime Stabilized Subgrade AccOiding to the City of Fort \"Jorth Pavement Design Standards Manual , 2005 Edition, the allowable drainage coefficient for rigid concrete slabs placed directly on a lime stabilized clay subgrade without a permeable base layer must be no greater than 0.7. For flexible pavements , the maximum allowable drainage coefficient for modifying base and sub-base structural layer coefficients without a permeable base layer connected to an edge drain system is equal to 0.4. 4.6 Pavement Material Requirements Material and process specifications are required to be in accordance with the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Special Technical Specification. These specifications generally include the following references to TxDOT Standard Specifications for Construction of Highways, Streets and Bridges, 2004 Edition. Reinforced Portland Cement Concrete: Reinforced Portland cement concrete pavement should consist of Portland cement concrete having a 28-day compressive strength of at least 3,500 psi. The ·mix should be designed in accordance with Item 360, Texas Department of Transportation Standard Specifications for Construct ion and Maintenance of Highways, Streets, and Bridges, 2004 Edition using 3 to 6 percent air entrainment. The pavement should be adequately reinforced with temperature steel and all pavement joints should be placed and constructed in accordance with the City of Fort Worth Pavement Design Standards Manua l, 2005 Edition, Section 4.5.4. Report No. 771-07-04 C.MJ ENGINEERING, IN C. 10 ..,_ Hot Mix Asphaltic Concrete Surface Course: Item 340, Type D, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways , Streets, and Bridges, 2004 Edition. Hot Mix Asphaltic Concrete Base Course: Item 340, Type A or B, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets , and Bridges , 2004 Edition. Lime Stabilized Subgrade: Lime treatment for base course (road mix) -Item 260, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition . 4.7 General Pavement Considerations The design of the pavement drainage and grading should consider the potential for differential ground movement due to future . soil swelling of up to 1.5 inches except in the area of Boring B-6 which is on the order of 4 inches . In order to minimize rainwater infiltration through the pavement surface, and thereby minimizing future upv,.1ard movement of th e pavement slabs , all cracks and joints in the pavement should be sealed on a routine basis after construction. Proper surface drainage in the shoulders is also critical to long term performance of the pavement. Water allowed to pond adjacent to the pavement will result in loss of edge and subgrade support and an increase in post construction heave of the pavement. 5.0 EARTHWORK 5.1 City of Fort Worth Required Specifications The City of Fort Worth Pavement Design Standards Manual, 2005 Edition , Special Technical Specification (STS) covers the requirements for general earthwork, undercutting excavation and backfill for unstable subgrades for City Streets including excavation, compacted earth fill , flowable fill, and trench backfill. The design engineer may refer to this specification directly in the contract documents . Related requirements are found within the Special Techn ical Specification. 5.2 Utilities Seasonal water seeps can occur where the tan limestones are approached or exposed by cuts. Subsoil drains may be required in some areas to intercept this seepage. Report No. 771-07-04 Cl\1J ENGINEERING, INC. 11 Based on the exploration borings , tan limestone in thin seams and major intact units were encountered in selected areas. This limestone is generally moderately hard to very hard and may require heavy duty specialized equipment for excavation. In addition, overexcavation should be anticipated within the limestone with clay seams. Overexcavation may result from large blocks or chunks breaking along either weathered or clay seams beyond the planned excavation. Unusual problems with caving soils or collaps ing materials were not noted at the boring locations. Care should be taken that utility cuts are not left open for extended periods, and that the cuts are properly backfilled. Backfilling should be accomplished with properly compacted impermeable soils, rather than granular materials in accordance with the City of Fort Worth Pavement Design Standards Manual, 2005 Edition , Special Technical Specification (STS). Trench excavations should be sloped or braced in the interest of safety. Attention is drawn to OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding trench excavations greater than 5 feet in depth . 5.3 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construct ion , and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. 6.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions . In the analysis , the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However , quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions , to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the Report No. n,-07-04 CMJ ENGINEERING , INC. 12 recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 7.0 REPORT CLOSURE The borings for this study were selected by CMJ Engineering, Inc. The locations and elevations of the borings should be considered accurate only to the degree implied by the methods used in their determination. The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials . The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual-manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. With regard to ground-water conditions, this report presents data on ground-water levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground-water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations , on pumping capacities necessary to dewater the excavations , or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and Report No. 771-07-04 CMJ ENGINEERING, INC. 13 cannot be fully predicted by mere soil samples , test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore , provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses , conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is , the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations , we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site , if conditions have changed due either to natural causes or to construction operations at or adjacent to the site , or if structure locations , structural loads or f inish grades are changed , we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations , considering the changed conditions and/or time lapse . Further , it is urged that CMJ Engineering, Inc . be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs , statements , test results, boring logs , diagrams, etc . should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should Report No. 771-07-04 CMJ E NGINEERING, INC. 14 ..L indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficab ility, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Multatech Engineering, Inc. for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. * * * * Report No . 771-07-04 CMJ E NG INEERI N G,l NC. 15 L[G[NO: N.E. 5TH STREET I ~ N ~ Boring Location ~ B-1 j I REET II l N.E. ~fND ST MATCHLINE --- -- --l-1---- -- B-2:,;. N.E. 34THSTREET L---1"-r I ~--,,-i-~~-- I-u UJ UJ ~ '/ C/) ii ~ "'< (.J UJ -Q. t:2 < B-3 ~ I FLoNGAVE ===> l NUE I N. E. 132ND STREET MATCHUNE -- - - --I -I---- - I 11 1 ( 11 1- lli ~ C/) ~ __ __J ~ --~UJ Q. < I n PLAN OF BORINGS C MJENGINEERING, INC. CMJ PROJECT No. 771-07-04 CONTRACT 42-PAVEMENT DESIGN N. TERRY STREET FORT WORTH, TEXAS l l ~ B-5 N.E. ~I ST STRE ET ~B-6 Ii '-- 'J I '- t:2 ~ B-7 N.E. , 'JTH STR EET '- 0 II 150 Approximate Scale PLATE A.IA 300 feel N. E. 34 TH STREET LEGEND: ~ Boring Location LONG AVENUE N.E. 31ST STREET CMJENGINEERING, INC. CMJ PROJECT No.· 77/-07-04 8 -8 PLAN OF BORINGS CONTRACT 42-PAVEMENT DESIGN HAMPTON STREET FORT WORTH, TEXAS 0 150 Approximate Scole PLATE A.la ~ N f 300 feet ~ LEGEND: 4 Boring Location N j -B-11 - I ~ N. E. 29TH STREET &I -~ -8-10 I-I-I- lJ.J :ti :ti lJ.J e: e: e: (/) (/) (/) 0::: :::i ~ lJ.J ....J i :::i 0::: -.I ~ ::i::: (J (/) 0 100 200 feel ' Approximole Scale CM J ENGINEERlNG, INC. PLAN OF BORINGS CONTRACT 42-PAVEMENT DESIGN PLATE N. E. 29TH STREET A.le CMJ PROJECT No . 77/-07-04 FORT WORTH, TEXAS Major Divisions Grp. Sym. Typical Names Laboratory Classification Criteria I Well-graded gravels, gravel- GW sand mixtures, little or no ~ ro ~ ·a Oso (03/ r Cu= --greater than 4: Cc= ---between 1 and 3 fines en -a Ql C 010 ~0 x 0 60 J ~ 0~1---------------------liol (j)(/)2 ~ Poorly graded gravels, gravel GP sand mixtures, little or no fines ·ro Cl (I) (/) ro 0 u ooc m - - E ~ ~ Gi Not meeting all gradation requirements for GW -c.5 ro ~ (9 ~ (9 "Ct-------------,--------------i -~ o: I S c.9 .!:: Liquid and Plastic limits --~ ~ GM Silty gravels, gravel-sand-silt (1). ·Bl .r: cu 00 mixtures 2: ~ ~(1)(1) ~Ql ~ ! -~ below "A" line or p .I. Liquid and plastic limits 1 ~ greater than 4 plotting in hatched zone ~ ~1--------------1 between 4 and 7 are C U) cu := .I:: 0 ..... (/) .... (I) "C OJ (I) .... 3 :0 i§ t----t---------------10"cij (I) CU (I) O ~ ·g O GC Clayey gravels, gravel-sand-·!;l ~ ~a.. cci c.9 a. clay mixtures ·m z <ll 0 6 ~ borderline cases Liquid and Plastic limits ~ above "A" line with P .I. requiring use of dual : .s symbols : 1:: greater than 7 : (J) C CU 'iu-;;; 0>= $ Ol~ E :5 :~t-----------~---------~ ' cu (I)·-(/) .... .... (I) cu ..... 0 cu 0 E <ll £ -0 -ro .I:: .... 0 .... ~ 00 Well-graded sands, gravelly ~ ~ ] -g .§ SW sands , little or no fines j ~ (/) CU O '-C ~ (l)C Clo § a, § 0 t----t----------------1-g ~ :.:: 0 .N_ (I) (I) Poorly graded sands; cu .::: ....: c OE ~-cm cu (/) ·-SP gravelly sands, little or no c (/) (I) o ~ru d ro~ ~ID :o 1 cq 0 50 (030J2 Cu= --greater than 6: C c=-------between 1 and 3 010 0,0 X 0 50 Not meeting all gradation requirements for SW (/) <ll iii fines ~ :: (I) a. ..... ;;; -g ~ ·oo(l)l----1---+-------------! 0 0 0. N Ci-------------,---------- ,u Cll -(/) Ql l!) .,.... ~ £ CUo"St O <ll !l> (J) ~ ci (/) c OJ g> § ~ aia. Liquid and Plastic limits _ -z ~ Silty sands, sand-silt cu c .r: .r: o o . :g O SM c ai ;,; ..... -N below "A" line or P.I. less Liquid and plastic limits _E,_ ~ c ..= f:: mixtures (I) ~ ;;:: (/) (I) ..--'h 4 -1 :5 £ m 00 2 ~g fil o .8 u an plotting between 4 and 7 Q) > <ll ·en 0 0 N ci z C cu £ (/) .... '5 ~ (J) iii -c E :g (/) 'iu -~ ._ _ 9' .!!! ~2 ·-Cll LL E -0 -iii .I:: C cu £ C (I) £ <ll 0 6 ·s;: ~ (l)c 1----t----------------1 <ll c .8 __J ~ tn 1------------1 are borderline cases >~ a.o<ll (/) cut;: <lloiro -g~ £s-a Liquid and Plastic limits above "A" line with P .I. greater than 7 requiring use of dual symbols cu ~ SC Clayey sands, sand-clay E ~ ~ U) §: mixtures 2 ~ -~ s l!) C cu (/) .I:: >,- SQ © o ro "C (I) C '-CU OJ (/J :t:: :: E $ ~~~ ML Inorganic silts and very fine sands, rock flour, silty or clayey fine sands, or clayey silts with slight plasticity Inorganic clays of low to CL medium plasticity, gravelly clays, sandy clays, silty clays , and lean clays OL Organic silts and organic silty clays of low plasticity MH CH Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts Inorganic clays of high plasticity, fat clays fiO,.....----i,-----,r-----!~-r----,------+-----+------,-----+~---,r / !i::nl-----+--+--1----+---+--t--C-H-t--/~r-v--r--i----1 4n1--:--+---+---+---l----+---t---++--t---+----1 ! 301--1--+--+---l---+---,1'/'-----i/--+---+----! OH ar d MH i .. v •l-/ 2~0!---+---+---1---1--r/-l---+---+--+---+---1 / / CL V 7""'-°'~ "-'ls· .. c..,"Jt,...,...,.A ,~ '-'-Y/C"C7'1 ,.,, ...... ~ Mla1dOL 4 V u u r u ~ 0 6 Cf) = -c ·s CT d OH Organic clays of medium to high plasticity, organic silts o'---'---L---'-----L---'----'----'---'---'---~ O 10 20 30 40 50 60 70 80 90 100 u Pt Peat and other highly organic soils UNIFIED SOIL CLASSIFICATION SYSTEM Liqu id Limit Plasticity Chart u PLATE A.2 SOIL OR ROCK TYPES --=-GRAVEL •••• • • SAND SILT CLAYEY LEAN CLAY SILTY HIGHLY PLASTIC CLAY CONGLOMERATE Shelby Tube Auger Split Spoon TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50% Passing No. 200 Sieve) Descriptive Item Penetrometer Reading, (tsf) Soft 0.0 to 1.0 Firm 1.0to1 .5 Stiff 1.5to3.0 Very Stiff 3.0 to 4 .5 Hard 4 .5+ Coarse Grained Soils (More than 50% Retained on No. 200 Sieve) Penetration Resistance Descriptive Item (blows/foot) 0 to 4 4 to 10 10 to 30 30 to 50 Over50 Soil Structure Very Loose Loose Medium Dense Dense Very Dense Relative Density 0 to 20% 20 to 40% 40 to 70% 70 to 90% 90 to 100% Contains appreciable deposits of calcium carbonate ; generally nodular Having inclined planes ofweakness that are slick and glossy in appearance Composed of thin layers of varying color or texture Containing cracks, sometimes filled with fine sand or silt Rock Core Cone No Pen Rec;:overy Calcareous Slickensided Laminated Fissured lnterbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Soft Moderately Hard Hard Very Hard Can be remolded in hand; corresponds in consistency up to very stiff in soils Can be scratched with fingernail Can be scratched easily with knife ; cannot be scratched with fingernail Difficult to scratch with knife Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material ; Quartz, calcite , dolomite, siderite , Degree of Weathering Unweathered Slightly Weathered Weathered Extremely Weathered and iron oxide are common cementing materials. and iron oxide are common cementing materials . Rock in its natural state before be ing exposed to atmospheric agents Noted predominantly by color change with no disintegrated zones Complete color change with zones of slightly decomposed rock Complete color change with consistency , texture , and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 f-a (!) .., :::; u Project No. 771-07-04 I Bo ri ng No . 8-1 Project CMJ ENGINEERING INC. ~ Pavement Design -Contract 42 N. Terry St., Hampton St., NE 29th St. -Fort Worth , Texas Lo cation Water Observations See Plate A.1 Dry during drilling; dry at complet ion Co mpletion Depth 10 .0 ' I Comp letion Date 3 -21 -07 .Surface Elevation N/A Typ e CME-55, w/ 6" CFA u::: .c 0.. Q) 0 -(/) 0 Ql .0 -E a. >-E Cl) ~ Stratum Description -!::\ ASPHALT, 2 inches thick \GRAVEL BASE, 4 inches thick SIL TY CLAY, fight brown , w/ abundant weathered -h_ limestone fragments, hard LIM ESTONE , tan , w/ clay seams, soft f r -~------------------------ 0 0 o.~ N 0 .i:, z -ct] O>~ cf?. # u. Ql U) 0:: u.: <= 0 ·-Ql-u 3 <= • (/) > w a ..Q Ql ~ (/) Ql ct] __ a: o:: CD a.. I-a.. Cl) 4 .5+ 42 100/9.25' 100/5.5" ~ ~ .?;-·u 0 () 0 ~:=I ~:=I :;::::; X (/) Ql rrE ro E ct] i:, ::J ::J a: ::J a: .E: 33 19 14 cf?. ~it Ql -~::i :5 C 0~ -Ql (/)-·-<= ;!: en 0 O <= .0 20 ::) _J 8 9 L C: ti i:, .Q c ~i'h § Q.c u E ::, <= 0 0 ::) 0 a... • ..,. I u I L ~I 1 ~ L I w 1Ll----'---'-'-----'---------------------'---~-~-~-~---'---'---'---'---'----1 8 .LOG OF .BOR ING NO .. B-1 PLATE A.4 1 ..J '--------------------------------------------------1 1--- 0 Cl :E u -, a. Cl ... 9 .._ 9 .: .._ Cl z ii': 0 m u. 0 . Cl 0 ...J Project No. I Bo rin g No. Project ENGINEERING INC. - Pavement Design -Contract 42 771-07-04 8-2 N. Terry St., Hampton St., NE 29th St. -Fort Worth , Tex as CMJ Location Water Observations See Plate A.1 Dry during drilling ; dry at completion Completion I Comp letion Depth 10.0' Date 3 -21-07 Surface Elevation Type N/A CME-55, w/ 6" CFA Li:'. 0 Cl) 0 Q) 0 C LL ..c: .n 0. O.~ N a. E E 0 ~ ~Li:'. -o .Q rr >, <1l Stratum Description • "O z 0 ~ ~ fQ Q) en ~ 0 en -<1l rn'#. ~ ocf:. Q) -2:-:::i ~ LL Ql L. -.;:: 11) U) ~ C ·u :J C 0 0 U) a:: u.: ·-Q)-"O --Q) 0£2 C c.. "O t3~ :;:: )( o n.c 0 0 S: C . Cl)> ·5 ::: Cl) Q) Cl)-=:: (I) u E ::, a .2 Q) ~ gj _~ o-E ro E <1l "O ·-C w 0 O C .n CO 0 a:: a:: ro o..1-o.. en ::i ::i 0:: ::i 0:::.E: 20 :::) __J ::>OD.. -ASPHALT, 2 inches thick r 3 - -~ ~ -1\ GRAVEL BASE, 10 inches thick, w/ brown sand I 10 -Sil TY CLAY, light brown, w/ limestone frag m ents, 4.5+ 73 35 19 16 14 -hard r -~ --F;=C LIM ESTONE, tan, w/ clay seams, soft 100/11 .5' -5 ~ -- t-- _P-r- r-r- ~ ~ 100/9" -10-------------------------- I I I I i I I ! LOG OF BO RING NO . 8-2 PLATE A .5 >-Cl (!) :E u -, a. (!) " 0 ,-!. 9 .... .... (!) z ii: 0 m u. 0 (!) 0 ...J P roject No. I Boring No. Project CMJ ENGINEERING INC. 4 Pavement Design -Contract 42 771-07-04 B-3 N. Terry St., Hampton St., NE 29th St. -Fort Worth , Texas Location Water Observations I See Plate A.1 Dry during drilling ; dry at completion L Completion I Completion Depth 10 .0' Date 3-21-07 Surface Elevation Type NIA CME -55 , w/ 6" CFA ii: 0 U) 0 Q) 0 ..; r.-.0 ~ .... oi N cU.. a. E o.S 0 "if!. ~ii: -0 .Q d >. ro Stratum Description .-0 z Q) U) (/J Q) (/J CJ) -ro O)~ ~ Q) -.§ ~~ 0 ~ u.. Q) ~ ()~ :JC c:::; "if!. 0 ul Cl:'. u.: C 0 ·c3 0~ C~-0 0 ·-Q)-~~ ~~ :;:: X -Q) 0 0. C u :,i: C . U) > U) Q) U) -~Cl) o E :, w a .Q Q) ~ ~~ o-E ro E (1]-C:, ·-C 0 O C .0 coo \ Cl:'. Cl:'. Ill a.. t-a.. CJ) ::J ::J a: ::J a: .E: 20 :::) _J ::,on.. -ASPHALT, 2 inches thick r 4 I --r\ GRAVEL BAS E, 10 inches thick, w/ brown sand -r ~ 4 ... f-- -~ ~ -r\ LIM ESTONE, tan r 4 .5+ 73 34 20 14 18 -SILTY CLAY, light brown, w/ calcareous nodules 4 .5+ 18 f i -and weathered limestone fragments, hard r -~ 100/2.5" L -s-~ LIMESTONE, tan, w/ clay seams, soft to moderately hard f---'• r---r f--_P-,-. -100/5" n--1u-b-1 --------------------------I I I I I I I ~ B-3 PLATE A.6 I LOG OF BO RING NO . --, a. ~ ... 0 ..:. C/ ;::: ..... (!) z ii'. 0 IIJ u.. 0 (!) 0 ...J Project No. I Boring No. Project ENGINEERING INC. - Pavement Design -Con tract 42 771-07-04 8-4 N. Terry St., Hampton St., NE 29th St. -Fort Worth , Texas CMJ Location Wa ter Observa tions See Plate A .1 Dry during drilling ; dry at completion Completion I Completion Depth 10.0' Date 3-21-07 Surface Elevation Type NIA CME-55 , w / 6" CFA u::: 0 rJ) 0 Q) 0 cit .r:.-..Cl 0. ~ cii N a. E E o.~ 0 "#. ~ii: TI .Q ci->. co Stratum Description • "O z ~~~ Q) (/) (/) -co O)°#-.?:-Q) -0 "#. ~ LL Ql "#. 0~ ·u :5 C ~::i ;.;::::: Q) VJ 0 ui a:: U: C Of:2 C ~ "O 0 ·-ai "O -~~ :;:, X -Q) 0 0. C 0 3: C . rJ) > ·s :=: rJ) Q) oo-::: ti) u E::, a ..Q Q) (/) ~.92 o-E ~E co "O ·-C w 0 O C .0 coo \ Cl'.'. Ct'. ro a. r-Q.(/) :.::i:.::i a. :.::i O:::.E: ~o ::J.....1 ::JO a. -ASPHALT, 2 inches thick r -5 f- =~ ~ ,GRAVEL BASE, 10 inches thick, w/ brown sand I 4 .5+ 56 36 21 15 10 f-SIL TY CLAY, brown, w/ abundant limestone -' fragments, hard r --p= LI MEST ON E, tan, w/ clay seams, soft 100/9" -5 ~ - -_f--Lr- ~ -~ 00/6.75' -10-------------------------- I I I I I i ! LOG OF BORI NG NO . 8-4 P LATE A .7 .., 0.. (!) 9 9 .... .... (!) z ii: 0 Project No . 771-07-04 Locatio n I Boring No. 8-5 Project CMJ ENGINEERING INC. L" -, Pavement Design -Contract 42 N. Terry St., Hampton St., NE 29th St. -Fort Worth, Texas See Plate A .1 Water Observations I Dry during drilling ; dry at completion Q Com pl etion De pth 10.0' I Co m pletio n Date 3-21 -07 it 0 "' (l) .c .0 a. a. E E >, "' (l) (/) 0 (/) ---- =I I >- >-- >-5-1~ -- >-- 11 ---- e-10- Surfa ce Elevati on N/A Type CME-55, w/ 6" CFA Stratum Description -..;A=S=P==H=A=L=T:!., .=2.:.:in.:.:c.:.:h,=,es.:_.::.t h::.,:ic.:.:k:.._,~-------.J/;_ -r\GRAVEL BASE, 10 inches t h ick 1 SIL TY CLAY , lig ht grayish brown , w/ abu ndant calcareous nodu les and weathered limes t on e -r----.. frag me nts, hard SIL TY CLAY , ta n , w/ weathere d limestone f ragme nts, ha rd cf! u w a:: ~ 0 0 0 a:: Cl ~ C: Q ._ • -cJ u:: "' (l). .; a:: u.: ,;: C . ..Q (l) Cf.! ma.1- 4 .5+ 4 .5+ 4 .5+ 4 .5+ 4.5+ 4.5+ 4 .5+ 4 .5+ 0 0 N ~ 0 0 z (l) -:i C: -(l) ui - ·-C Oo :a u O>~ ~ u "* .c :§ C: ai 0 ·;;; -cJ -~~· X U) > ·s ;!: ui (l) Cl!.~ er E "'E "' -cJ a.(/) ::::i::::i O:::::::i 0:::E 6 55 36 19 17 16 17 12 13 85 41 20 21 17 23 22 20 14 ~ it ~ ;j 0~ ;:: (/) C: .0 ::i ...1 109 I ~I c: U::: 0 . Hf~ .,.::::: Q) U) C: ~ -0 0 0. C u E::, C: 0 0 ::> u Cl.. I T I u I i..., I LI L L ~1---..L..-.LI.----'-----------------------'----'---'----'-----'----'----'--~---'---~--... 0 g LOG OF BORING NO . 8-5 PLATE A.8 -'L------------------------------------------------~ (') z iI: 0 m u. 0 (') 0 ...J Proj ect No. I Bori ng No. Project ENGINEERING INC. - Pavement Design -Contract 42 771-07-04 B-6 N. Terry St., Hampton St., NE 29th St. -Fort Worth , Texas CMJ Location Water Observations See Plate A.1 Dry during drilling ; dry at completion Completion I Completion Depth 10.0' Date 3-21-07 Surface Elevation Type N/A CME-55 , wt 6" CFA u:: 0 (/) 0 Q) 0 cir .c .0 a. ~ g1 N n. E E 0 --0 ::R ~it TI .Q c:i->, ro Stratum Description .cl z 0 0 ~~~ Q) Cf) 0 Cf) -ro o,6' "if. .2:-Q) -2:':::i "if. ::!< LL Ql 0~ ·u :5C ;: Q) C/l 0 en a::: u.: C: ~~ C ~ TI 0 ·-(]) 32 __.-~~ ~x -Q) 0 a. C: u ,';: C . (/) > ::,·-(/) Q) (/)-u E::, w a _Q Q) U) (/) (]) CT E ro E <1l TI ·-C ·-(/) ro._ 0 O C: .n C: 0 0 Cl'.'. Cl'.'. ro o.. f-0.. Cf) ::J ::J a:: ::J -C: 20 ::J __J ::) u 0.. 0..----ASPHA LT, 2 inches thick ;-4 - -~ -, GRAVEL BASE, 10 inches thick, w/ brown sand 4 .5+ 77 48 19 29 17 102 -SIL TY CLAY / CLAY, light brown and brown, w/ 4.5+ 14 -limestone fragments , ha rd r ~ -" 4 .5+ 11 --CLAY, light brown and gray, w/ limestone fragments 4.5+ 15 ,-5-and calcareous nodules, very stiff to hard --3.75 15 >----stiff, 7' to 8' 2 .75 85 60 21 39 20 >--- >---4.5+ 17 ~10--------------------------- I I L OG OF BOR IN G NO. 8-6 PLATE A.9 I I I I -, a. (!) ~ ,-.. 9 .::. ,-.. (!) z ii: 0 al u.. 0 (!) 0 _, Project No . I Bo ring No . Proj e ct Pavement Design -Contract 42 ENGINEERING INC. ·u 771-07-04 8-7 N. Terry St., Hampton St., NE 29th St . -Fort Worth , Texas CMJ Locatio n Water Observati ons ~ See Plate A.1 Dry during drilling ; dry at completion Comp letion I Completio n Depth 10 .0' Date 3-21-07 Surface E levati o n Type I N/A CME -55 , w/ 6" CFA u:: 0 (/) 0 Q) 0 c U:: .c· .n n. ~ en N a. E E o .~ 0 ::R ~Ci: -c .Q c:i->, <II Stratum Description . -c z 0 0 ~~~ Q) en -<II ]:;, Q) -0 en ::R -;I!. !:!:: Q) c,;;>: ::R o'#. :;c ~::i I+: Q) U) C 0 ·;:; C ~-0 0 (/) 0::: u.: ·-a," -0 -O Q 0 ~-~ :.;:; X -Q) 0 0. c:: (..) 3 c:: . (/) > ·s~ (/) Q) 1/)-u E :::, ~.!!1 ·-c:: ;:: (/) \ w a .Q Q) ~ CT E ro E "'-c Oo c:: .n coo 0::: 0::: al a... I-a... U) ::::i::::i a:: ::::i a: .E 20 :::)__J ::::i (..) a... ASPHALT , 2 inches t hick r 4 .5+ 75 58 21 37 22 ---!\_CLAY , brown, w/ ca lcareou s nod ules and limesto ne I I --fra gme nts, hard r 4 .5+ 36 46 20 26 11 --SIL TY CLAY , brown an d li g ht bro wn , w / abundant 4 .5+ 12 I limestone f ra gments and c al care ou s nod ules, hard --4 .5+ 33 32 18 14 9 -J -5-4 .5+ 12 --¢= LIMESTONE , t an, ha rd -I -=¢ --100/2 .5" -~ -1 u-....L.. -------------------------I -L LJ L ) L l r - LOG OF BORING NO . 8-7 PLATE A.10 C) z a: 0 co IL 0 C) 0 ....I Project No . I Boring No. Project ENGINEERING INC. - Pavement Design -Contract 42 771-07-04 8-8 N. Terry St., Hampton St., NE 29th St. -Fort Worth , Te x as CMJ Location Water Observations See Plate A.1 Seepage at 8' during d r illing ; dry at completi on Completion I Completion D epth 10.0' Date 3-21-07 Surface Elevation Type N/A CME-55 , w / 6" CFA U:: 0 IJ) 0 a, 0 cu'. .c ..0 0. a.t N a. E E 0 ~ ~ii -c .Q c:i->, ro Stratum Description . tJ z 0 ~~~ a, Cl) Cf) -ro en~ .?:-a, -0 cf. LL a, ~ ucft. ~-;::,:::; ..;:: Q) U) cf. U) 0:: u.: C 0 .·u :, C 0~ C ~ -0 ·-ai "Cl -~~ :;:: X -a, 0 C. C 0 0 :!: C . IJ) > ·s:::: <Jl a, "'-:'!:: u:i u E :, <Jl a, rn E ·-C w a .Q a,~ "'·-a-E rn -ci 0 0 C..o CO 0 \ n:: n:: ro a.. f--a..(/) :.::::LJ 0::::.J 0:: .E: 20 :::::l.....J :::::ioo... , __ ASPHALT, 2 inches thick / 7 -~ II !\GRAVEL BAS E, 10 inches thick, w/ brown sand r 4 .5+ 11 121 ~ -SIL TY CLAY, light brown and tan, w/ abundant 4.0 8 limestone fragments and calcareous nodules, very 4 .5+ 34 37 16 21 8 '---stiff to hard 4.5+ 15 ~5-1~ 4.5+ 8 -firm to stiff, 6' to 1 o· 2.25 17 '---1.75 15 '---1.75 27 14 13 ~ ' 1.0 13 ~10--~------------------------ ~ I L OG OF B ORING NO. B-8 PLATE A .11 I I I I I --, a. (!) ..,. 0 ,:. S'. ... ... (!) z ii': 0 a, u. 0 (!) 0 ...J CMJ ENGINEERING INC.~ P roject No. I Boring No. Project Pavement Des i gn -Cont ract 42 771-07-04 8-9 N. Terry St., Hampt on St., NE 29 th St. -Fort Worth , Texas Location Water Observations See Plate A .1 Seepage at 8' during drilling ; dry at completion ~ Completion I Completion D epth 10.0' Date 3-21-07 Surface Elevation Type L N/A CME-55 , w/ 6 " CFA u'. 0 (/) 0 Q) 0 cu:'. .c .n a. a.~ N 0. • E E 0 ~ ~ii TI .Q tJ >, ro Stratum Description . TI z ~ :i1 Q) (/) Cl) -ro rn 'cf:?. .?;-Q) -0 ~ lL Q) ~ 0~ :5C c::i ·-Q) U, ~ U) a: u.: C ·o § Q. C 0 ·-ai TI -~=-=-=x -Q) 0~ 0 S: C . (/) > ·s ;!: en a, en -~ en u E :::, ~-~ rn E ·-C w a .Q Q) ~ o-E <1l TI 0 O C.n coo 0:: 0:: []] a..1-a.. (/) :.J :.J 0:::::J a:: .E: 20 ::> _J ::> 0 Q. ·--\ASPHALT, 2 inches thick /' 6 I I -~ -\GRAVEL BASE, 10 inches thick, w/ brown sand -/ ~~1 4.5+ 50 33 14 19 15 115 -, '--SIL TY CLAY, brown, w/ abundan t limestone 4.5+ 15 I '--fragments and calcareous nodules, hard 1.0 18 111 -firm to stiff, 3' to 7' 1.25 13 1 ~5-2.25 17 '--13 ~ - -soft, 7' to 10' 0.5 52 35 14 21 17 ~ H~ w 0.5 21 '-10-~~ -~------------------------I 8' i I I I I I I C L L .. L l l l l LOG OF BORIN G NO. B-9 PLATE A .12 1 l-o (!) ~ u ..., a. (!) " 0 ,.:. 9 .... .... (!) z ii:: 0 m LL 0 (!) 0 ...J Project No. I Borin8~1Q Project Pavement Design -Contract 42 ENGlNEERJNG INC. - 771-07-04 N. Terry St., Hampton St., NE 29th St. -Fort Worth, Texas CMJ Locati on Water Observations See Plate A.1 Dry during drilling; dry at completion Completion I Co m pletion De pth 10.0' Date 3-21-07 Surface Elevation Type NIA CME-55, w/ 6" CFA u: 0 U) 0 a, 0 cti .D. 0. L-g; N .c E E 0 ~u: -o.2 & n. 0 .-~ >, ro Stratum Description • -0 z 0 a, U) (/) a, (/) Cf) -ro 0>'#. Z' a, -.§ ~ en 0 -g2. ~ u.. a, ~ u #. ·u =iC ~:; 0 ui a::: u.: C 0 052 C ~-0 0 ·-ai ~ _.-~:'::.-:;:: )( -a, 0 0. C 0 ~ C . U) > U)-:::,·-U) a, ·-C ~ Cl) '-' E:::, w a ..Q a,~ U) a, rrE ~-~ ro -o 0 O ro -c.D. CO 0 \ a::: er: co Q. I-0.. (/) :.:J:.:J Q._J -c 2:0 :)_J :)0Q. o.__ p \. ASPHALT, 2 inches thick / 4.5+ 90 41 19 22 19 --S IL TY CLAY, light brown and brown , w/ a bu ndant 4.5+ 16 108 -calcareous nodules and limestone fragments, hard 4.5+ 14 --~1 4.5+ 19 --4.5+ 49 32 20 12 14 -5-~~ 4.5+ 13 -;=r= LIMESTONE, tan , w/ clay seams, very hard --=¢ 100/0.75' -10 ....L.. ------------------------- ~ I ' I I I I I I I I ' : I I I ' LOG O F BORI NG NO. B-10 PLATE A.13 ~ ~ i! b 1: ~ ~ u ~ (!) .; 9 9 ;: ,_ (!) z ir 0 a, u. 0 (!) 0 ...J Project No. I Boring No. Project Pavement Design -Contract 42 '--'-'-'.1.J -· --· --·-· ·---·-J 771-07-04 8-11 N. Terry St., Hampton St., NE 29th St. -Fort Worth, Texas ,.i CMJ Location Water Observations I' See Plate A.1 Dry during drilling; dry at completion Completion I Completion Depth 10.0' Date 3-21-07 Surface Elevation Type I NIA CME-55, w/ 6" CFA u:: -(I) 0 0 (!) 0 c~ r ..c .0 -a.~ N E o.. 0 ~u:: 0 . Q. >-E ~ ]~fr (!) (/) <U Stratum Description . 'O z 0 0 -<U .c (!) -0 (/) ~ u.. (!) Cl;;,: ~ 0-;fl. ~ :j ~ Ti :JC i;:: Q) (J) 0 0 ul 0::: u.: C: -0 0 S2 C: ~ 'O 0 ·-(!) 'O -ti-~ :;:, X -<1> 0 Q. C: (.) 3: C: • (I)> ·s~ (I)(!) (/)--~ ui u E::, w a .Q (!) ~ gJ .!!1 CT E rn E rn -a ·-C: Oo C: .0 C: 0 0 0::: 0::: CD 0.. I-0.. (/) :.::i:.::i a: :.::i a: .!: '.2 (.) ::::,__, ::i (.) 0.. -ASPHALT, 2 inches thick I 32 39 16 23 9 ..... -~ -!\SANDY CLAY AND CLAYEY SAND, w/ gravel (fill) -r I -LIMESTONE, tan, w/ clay seams, very hard ..... -h-1-I ..... 100/0.5" :J rT -s -~ ..... ..... =+ I --T -~ 100/1" -10--r------------------------_L I -y ~ u I ~ ~ ~ ~ ~ ~ ~ LOG OF BORING NO. 8-11 PLATE A.14 T ' I 2 .25 RESULTS .. , .. ···=-·-:·-·'.··<··· ·•.·· .. ··!·· ........ : .. .; ... ••}··!··l··!·· ···>··=···>·<··· •. ··i··•··.. ··>·<··· --------. .. , .. ···>··:-··:···~·· .. ; ...... ; .. ···>· tsf .. : .... ~--~-. ·=·. -~ .... : ...... ; .... .: .. . .: ... :, .... : .. ; .. : .. ; .................................. . C, 1 . 44 .. 1 .... .: .. .; .. .:. . .: ... -; ...... ~-... .: .. . .. 'P . deg 0 .. \ ... -~-. ~-~-!---~ ... -~--.... ~-... ~-------~ . . . . ·:· ··:-.. . . : .. : .. : .. ! .. . ..... ,. ..... -~ .. . ·:-. ·:· .... ~ .. : .. : .. : .... ·:-. ·=-. -;-. ·:· .. .. : . . . . ·: ... : .. ·;·. ·:·.. . . ~ . . . . .. : .. . .. : .. 0 .. f·· ···=···=···=···'.··· . -:· ··'.·.. . . :-.. : .. : .. ~ ..... :, . •:•. -:-. -:-.. ....... ., .. , .. , ....... ,. ..... . (/J (/J 4l L +-' (/) L a 4l .c (/) .... (/J ..... (/J (/J (I) L +-' (/) L 0 ..... a > 4l 0 1 . 50 0 .75 0 6 .00 5 .00 4.00 3.0 0 2.00 1 .00 0 .. / .. ( .. j ... j ..... / .. }) ... } .. --~--~ ... (.) .. .. ; .. : .. .: .. .: ..... ;. .. ;. .. ; .. ; .... ; .. : .. ,: .. .; ..... ;. .. ;. .. ; .. ; .... , .. : .. .: .. .: .. . . . .. : .. : .. : .. .: ... ··~ .. ;. .. : .. ; .... ; .. : .. : .. .: ..... ;. .. ;. .. :. .. : .... :·. : .. : .. .:.. . . ··:-··: ··: .. : .... :•• :·· ':·· ~--.. ·:"· ·:. ·:· ·: .... :-. :·· :··~·· .. ·:-· ·:' .. ; .. : .. . . . . . •·. , .. .; ..... : ... ;. .. ;. .. ; . . .. ; .. ; .. ~-. .; .. . . .• : . ·!·. -:·. ·:·. ..: ... ~ "! .. ! .... ! .. ~-· -:·. ·:· .. ··:· ··~ .. ; .. ; .... !-. ~---:·· ~-.... : ... ; .. ; .. !' ... ; .. ~--~ ... ; ..... :,, .; . -~·.; .... ; .. . . i •. .; ... : ... :, . • ·=· .. ; ... ;. .. ; . . . . ; .. \ .. \ ... ;.. . .. : ... :, .. :· .. ! .. . . i .. ~ .. ~-.. : . . . .. ; ..• : ..• ; .. ; . . . . i .. { ... ; ... ;. . . .. ; •.. ; ... ~ .. ; .. .. i .• ; •• ;. .. ; • . . • ; .. ; •• ~-. ,. • .. .;. •• ; .. ;. .. i •••• ; .. ; •• .; .. .,: ..... : ... ; •• ;. •• ; .... ; .. . . . . ...... _ ..... ;. .. : .. ;. .. ; .... : .. : .. : .. .: .... ·=-. -~. ·: .. ~ .... : .. : .. : .. .: ..... :. .. :. .. :. .. : .... ; .. : .. .: .. .: ..... :. .. :. .. : .. : .... : .. . . . . 0 0 .7 5 1. 50 2 .25 3 .00 ··:-··>· . . . . . .. . .. : ... : .. ~ .. ; .. . . ; .. : ... : .. .: .. .. ; .. : ... : .. .,: .. . : .. :-.. :. ":· . . . : .. : .. : .. : . ··:·--··:"·:·· ··:··:··:··:· ............................. ··:-·-:··:··:·· ··:··:-·-:··-:·· 0 5 10 15 Ax ial Strain , % Norma l Stress, tsf SAMPL E NO . _J <( H 1- H z H 1- (/) w I- I- <( WATER CONTENT, % DR Y DENSITY, p c f SATURATION, % VOID RATIO DIAMETER, in HEIGHT, 1 n WAT ER CONTENT,% DRY DENSITY , p c f SATURATION, % VOID RATIO DIAMETER, 1 n HEIGHT , 1 n Time to failure, min BACK PRESSURE, tsf CELL PRESSURE, tsf tsf tsf FAILURE STRESS, POR E PRESSURE , TYPE OF TEST : 2 0 ULTIMATE STRES S, tsf POR E PRESSURE, ts f 01 FAILURE, tsf 03 FAILURE, tsf Unconsolidated undra i ned SAMPLE TY P E: Undisturbed DESCRIPTION : Clay, brown LL= PL= PI= CLIENT: CMJ PROJECT: 1 6.7 10 2 .4 7 1 .8 0 .6 1 6 2.85 3.5 0 2 1 .8 10 2.4 93.9 0.6 1 6 2 .85 3.5 0 3.24 .3 .60 2 .88 2.8 7 3.24 0.36 3.75 SPECIFIC GRAVITY= 2 .6 5 REMARKS : SAMPLE LOC ATION : 8-6@ 1 .0'-2.0 ' PROJ. NO . 7 7 1-07-04 DATE: 4 /10/07 TRIAXIAL SHEAR TE S T REP OR T 4.50 FIG . NO . PLATE A.16 '+- (I) +-' (/) (/) (!J L +-' U) L 0 (!J .c U) '+- (I) +-' (/) (/) <IJ L +-' U) L 0 +-' 0 > (!J 0 1 . 50 1 . 00 0 .50 0 6 ; :){; 5.00 4 .0 0 3 .0 0 2 .0 0 1 . 00 0 RESULTS C , tsf 1 . 1 6 4> • deg 0 0 0 0.50 0 5 1 0 Ax i a .I Strain , TYPE OF TEST: Unconsol i doted undra i n e d 1 5 % ··.···.··· ••:••t··=·· ···>··:•••:•• ··.···.··· .. ; .. ; .. ; ....... : ... ;. .. :,. .. : ... :. .... : .. ; .. ; ...... ,: ... : ... : .. .~ ... :. .... : .. : .. : ...... ~--.:. .. :.. . . . . ···:-··:-··: .. :·· '"'."'.'""'.' .. '.'" ···:-··: .. :-.. :·· ··:··:·· .. ·: .. ·~. -~ .. ) .... : .. '.·. ,: .. ·: ..... :·· ·t .. ~ .. ! .... : .. '.·. .. <·. -:, . •} .. i .... : .. :-•• : ... ; ..... : .. ,: •• -:, •• : •••• : •• ~-. . . . . . . .. ·:··~. -~. ·! ..•• !·. ~-. ·: .. ·:·· .. ,: .. -~. -~ ...... :·. '.·. . . ••:•• ......... . •i•• .. .. .; •. ,: ... : .. ; .... ; .. , ... ;. .. ; ..... ; .. .; ... ;-...... ( .. ; .... ; ..... ; ... ; ........ i·· ... : ... ; .. : .. ; .... : .. , .. .,: .. .; .... ,: ... ; .. ; ...... ; .. ; .. ... :. .. : .. : .. : .... ; .. : .. .: .. .:: ..... :. .. :. .. : ...... : .. : .. . . . . . . . . . 1 .00 1 . 50 2 .00 Normal Stress, tsf SAMPLE NO . WATER CONTENT, % _J DR Y DENSITY , pcf <( H SATURATION, % I-VOID RATIO H z DIAMETER, 1n H HEIGHT , ,n WATER CONTENT, % I-DR Y DENSITY , pcf U) w SATURATION, % I-VOID RATIO I-DIAMETER. in <( HEIGHT , ,n Time to failure , min BACK PRESSURE, ts f CELL PRESSURE, tsf FAILURE STRESS, tsf PORE PRESSURE, tsf 2 0 ULTIMATE STRESS, tsf PORE PRESSURE, tsf 01 FAILURE, tsf 03 FAILURE, tsf ...... . ;. .. ; .... . .. : .. : ........ : .. 19 .0 9 6 .9 7 1 .3 0 .70 8 1 . .35 3 .0 0 2 6.2 96.9 98. 1 0.708 1 . .35 3 .00 2 .5 2 2 .88 2.32 1 . 5 7 2 .68 0.36 2.50 .. ; ... 3.00 SAMPLE TYPE : Remold CLIENT: CMJ DESCRIPTION : w/ 7% I ime LL= PL= S PECIFIC GRAVITY= 2.6 5 REMARKS : FIG. NO . PI= PROJECT : SAMPLE LOCATION : 8-6@ 1 .0 '-2.0' PROJ . NO.: 771-0 7 -04 DATE : 4 /23/07 TRIAXIAL S HEAR TE S T REPORT PLATE A.17 0.60 RESULTS .. , ..... ,.) ... :···=··· .. ; .. , .. ( .. ; ... ) ... , ... :···'··· .. ; .. ( .. , .. ,.. · · · .. , .. , .. , .. , .. ···:·· ··=··-=··· ·<··· ··:·· . ·•-:•••:•••:•• ..... (/) +' (/) (/) V L +' (/) L 0 V .c (/) ..... (/) +' (/) (/) QJ L +' (/) L 0 +' 0 > ill 0 0 .40 0.2 0 0 0 .9 0 0 .7 5 0 .60 0 .45 0 .3 0 0 . 15 0 1------------J··•·· ···=···:···:··-:··· .. ; .. ; .. ; .. , .. ···:···=···'··-:··· .. , .. , .. , .. , .... , ... ;. . .; .. .; ..... , .. , .. , .. , .. ···>· f .. : .... :· . .;:. ··:·. ·=-.... : .. ; .. : .. ; .... ~-· ~-.. : .. ·;" .. ··: ··~ .. : ··~·· .. "":·· .; .. ·:· .. ;. .... : .. ; .. ; .. :· ... :· . 1-c_:._t_s ___ o_._2_8_..J .. : .. ··'··~···:···'·· .. : .. : .. : .. : .... : .. , .. .:. .. , .... : .. : .. : .. : .... ; .. ; ... , .. : .... : .. : .. : .. : .... ; .. 1---4>_._d_e_g __ o __ __.··=·· .. , .. , ... , ... , .... , .. ; .. ; .. , .... ; .. ; ... , .. : .... , .. , .. , .. ; .... , .. , ... ~ .. ; .. ··:··:··:··:·· .. , .. · ·: .... :· · ·:· .. :. · ·:· · · · ·: · · f · ·: · ·: .. · · ·(· · ·(· · ·:· .. 1. · · · -~ · · f · · 1 · · f · · .. ·:· · ·(· · ~-· ·)· .. · -~ · · 1 · ·: · · 1 · · · · ·\· · 1---T_A_N__:.P __ o~--1,)."." ."}.}}.)."." _-_-;_-_-;_-_-;_-__ ;_-_-_-_-.~·_-_·;-_-_-;·_-_-;·_-_-."."!.".")."_";_-_-;.-_-_-_-_-;·_-_t/\."." _·_-;.-.-;._-;_-_-'._-_-_-_-_-:·_- 0 0.20 0 .40 0 .60 0.80 0 -: . . . . : .. ! .. ~ ... :· . . . . . ....... ·: .. '.'. .. '. . . . . ~ .. :· . ·:· . ·:· . .. : .. :-. ·:· . ·:. . . . : .. : .. : .. ~ . . . ·:· . ·:· . : .. ! . . . . ~ .. :-. ·:· . -::· . ······-········ ·····---···-·· . . . . ' ' ... ..: .. ..: .. : .. : .... : .. :.. .. : .. ..: .. . ; .. :. . . .. : .. .: .. ~ .. : . . . . ; .. : .. : .. .: .. . .: .. ..: .. ; .. ; .... ; .. :. .. :. . .: .. .: .. ~ .. ~ .. . . ~-.. : ... : ... : .. . . .. . ..·. .·.. . .. -:-. ·:-. ~-. : .. . . ; . -:-. -:•. ·=· . .. : . .-......... . . ..,.::::;::;:: :::::::::::::::: :r.· :::::::~:: .................. ,., .. ·:······:···:·· .. : .. : .. : .. ~. . . ·:-. -:·. : .. : . . .. : . -~ .. :. . ~-. ................ : .. .: .. ; .. : .... : .. :. . .: .. .: .. . . . . . . . . . . . . . . ..... -·. -· . . . . . .............. . . . . /-:·(·:-·:-::::::::::::· ::::::::::::::: ::::::::::::::: . ··{--i--:--:--.............. --.--·.···.···.·· . :-..... _ .. ·.·. . ..... : .. : ... •. . --:---:--~ .. : . . . -:-.. ; .. -:---:· . Normal Stress, tsf SAMPLE NO. WATER CONTENT , % _J ORY DENSITY . p c f <( H SATURATION, % f-VOID RATIO H z DIAMETER, i n H HEIGHT, in WATER CONTENT, % f-ORY DENSITY, pcf (/) w SATURATION, % f-VOID RATIO f-DIAMETER, i n <( HEIGHT, in Time to failure, min BACK PRESSURE , tsf .....•....................•. ···:··'.'.··:··!·' ··:··:-··:··-::·· CELL PRESSURE , tsf FAILURE STRESS , tsf PORE PRESSURE. tsf 2 0 ULTIMATE STRESS, tsf ..................... ·:··:-·····:-·-:··:··:·· ··:··:-·-:-·-:·· 5 10 15 Axi al Stra i n, % PORE PRESSURE, tsf 11 . 0 1 2 1 . 1 79 .6 0 .36 7 2 .76 3 .85 13 .7 1 2 1 . 1 99.3 0 .36 7 2.7 6 3 .85 3.24 J .60 0 .56 0 .56 TYPE OF TEST : 01 FAILURE, 03 FAILURE, tsf tsf 0.9 2 0.36 Unconsolidated undra i n e d SAMPLE TYPE : Undisturbed DESCRIPTION: Cal e, clay, tan LL= PL= PI= CLIENT : CMJ PROJECT : . . . . ··.···.··· .. , .... , .. . ···=···=··-'.·· .. : ... :. .... ; .... ; .. .. : ... :. .... : .... : .. . ···>··:···:·· ..... ; .. . ···:·-·=···:-· . ··-=··<··-;,. ............. . -~ ....... . . . . .. . ~-. ~-... -~. -: .. : .... . •,•. •.• ... -~ .. :, .. ; .... .. .. ; ... ; .. ··i··i·· 1 . 00 1 . 2 0 l L L L ( SPECIFIC GRAVITY= 2.65 REMARKS : SAMPLE LOCATION: B-8@ 1 .0 '-2 .0' L FIG. NO . 771-07-04 DATE : 4 /1 0/0 7 1 t--------------------:____:_ _______ " REP ORT ,~ PLATE A.18 ii PROJ . NO . TRIAXIAL S HEAR TEST (/1 (/1 V L +" (/) 1 . 20 0.80 RESULTS ·<····· ........ ···-···.·· .. :. .............. ..: .. .: .. . C , tsf 1 . 01 L 0 V .c U1 0.40 ::::::::;.::::.::: ::F .H +: 4:L.:::;.::: J+:rr ::i::r:.::+ :::~+ri:: :::.:?+:.::: ::::::::::::::: :::::::::: ... :::::::::::::: ::!::::::::~:: · : .N:.·· .. .. :·. :··:··":"' .. -~ .. : .. : .. : .... : .. : .. ;, . .: .. •••• ••• ••• ""'" • •••~ ,u••: ••:•j ••••••••"••-•' • ••:.••: ••• ••:•• ••:,,;,,;,, ".'.'' ,,,:. .• :..,0,,: .. •• ;,,;•••••-:•• •• •~••:••:••:•• ••:•• :••:••':•• •• •• • •• ••• •• •• • •• • •• • ••• ........ , ....... ..: ... ; .. ; .. ;/ ......... , ......... ; ... , .. , .. , .... , .. , .. , .. , ..... , ... ; .. ; .. ; .... , .. ; .. , .. , ..... , ... , .. , .. , .... , .. , .. , ... , .... . . . • . . ' ...... •,•. . .. ;. . <· .. i ... . . . . i •. \•. ~-. ·:· ••. -:-• -:-.. ~ •• : •••• i •. i ... : .. ·:· .... :. ·<· •. ; .. i •••• ; •• ~ .• -:-• -: .• .; .. .; •• -:-.• i ..•. i •• ·>. -: ··i , . .. , .. , .. , ............. , .. , ...... , .. , .. , .. ._ ..... ;. .. :, .. ; .. ; ....•..•.. , ... : .... ,: ... :, .. ; .. ; .... ; .. ;: .. .;: .. .; ..................... , .. , .. , ..... . 0 . . . . . -· ·-·. -· .. ··~ .. : .. : ...... 1 .. ; .. ~ .. .: ... "':' ··: .. : ··:·· ..... :·· ( ":·· ... :. "'." ·: ....... :·. :·. :·· -:·· ... :. .. :.. .. : .. : .... : .. ; .. ; .. ~-. 0 0 .40 0.80 1 .20 1. 60 .._ (/1 -+-' (/1 (/1 ill L +" U1 L 0 +" 0 > V 0 6.00 5 .00 4 .00 3.00 2.00 1. 00 0 ·: .. ! . . . . ~ .. :· . -:· . ·:-. .. ~. ·~. ·:·. ·:·. . . ~ .. ! .. ! ~ .. ~ . . . . ~ .. :· . ·:· . ·:· . .............................. ···:··-:··:··:·· ··:··:-··:-·-:·· : : ... : .. .:.,;,.: .... : .. :. . .: .. ..: .. . . .: .. .: .. ~ .. : . . . . : .. :. .. : .. .: .. ... ...... '• ............... ·-........ . ; .. : .... : .. :. .. : .. .: .. .. j.,: ... :, .. :. ... ; .. ; .. ; .. · ... • ... · ... · .. ··(··!··!··'.· ••:,-: .. :,: . . ":··:-··:···:·· ··:··:··:··:-............................ ······-········ . . . . ... ............................ ······-········ ....... ··-··-· .:: .. :..y.l,<.; . , . ., ........... .. ::;;n:::::: :.:.::. ;: ...... -....... , .. : .... .. .................................................... . . . . . . Normal Stress, tsf -.. -- SAMPLE 1'10 . WATER CONTENT, % _J DRY DENSITY , pcf <( H SATURATION, % I-VOID RATIO H z DIAMETER, ,n H HEIGHT, 1n WATER CONTENT, % I-DRY DENSITY, pcf U) w SATURATION , % I-VOID RATIO I-DIAMETER, in <( HEIGHT, 1n Time to failure, min BACK PRESSURE , tsf CELL PRE SSURE, tsf FAILURE STRESS, tsf PORE PRESSURE. tsf 0 5 10 15 20 ULTIMATE STRESS, tsf Ax ial Strain, % TYPE OF TEST: Unconsolidated undrained SAMPLE TYPE: Undisturbed DESCRIPTION: Cale . clay, brown LL= PL= PI= PORE PRESSURE, tsf 01 FAILURE, 03 FAILURE, CLIENT: CMJ PROJECT: tsf tsf 1 4.9 11 4. 5 8 8.6 0 .4 4 5 2 .7 6 3 .30 16 .6 114. 5 99.0 0 .445 2 .76 3 .3 0 3.24 3.60 2.03 2 .03 2 .39 0 .36 i•· ••• :· 2 .00 SPECIFIC GRAVITY= 2.65 REMARKS : SAMPLE LOCATION: 8-9@ 1 .0'-2.0' PROJ . NO. 771-07-04 DATE: 4 /10/07 TRIAXIAL SHEAR TEST REPORT .., .. , . .;' . . ". .; 2 .40 FIG. NO. PLATE A.19 3 .00 . ··:·· ........... :,. .. .. . ..... ~-. RESULTS 1----------~ ....... , ... : .. ,: .. ,: ... .. ; .... .: .. .: ... ; ... :. .. C, ts f 2 . 11 ............. _ ... .. . . . . -:·. -:·.. • -~ .... I .. ~ ••.. ·>· ·=· .. : ... : .... -~-. i .. ;. -~-.... : ... : .. --:·-·=··· ··i·· .. ; .. ; ..... ;. .. :,,,:,,.; ..... ;. .. ; .. j.,; •.... ; .•. ; .• . . . .. . . .: ... :. . . . . ~ . . . . ; .. : . . . . ..: .. .: ... : ... :. . . . . ; .. ; .. ; .. ; . . . . ..: .. ..: .. . . . . . . . ·-··-·· .............. ·····-···-··-·· ..... : .. : .. : .... .: .. .: .. ••:••• .... ·l··i·· ···=···:·• . .................. . .. ········ . ·-··-·· ~_.:,---------1 . . cp . d e g O t-:-i-:--:-:--c-i-:-.. :-.. -'-.. ..:.... +. .-'-... -,. ..., .. ,-.. ,'-.. t-.. -,-, _..,.._...,._ , ."""'. ,-; .. -. ;:-.. _:-_ .. .,..._, _..,.._; .+. _...,._: """' .. ;--, .. :-... '-: .. t-. _..:...; .. ..:...; .. ~--1-:.... .. .:... .. ..:... .. ..:.. .. _+_ ._:. .•. ..:.... __ ..:..._ :....:....i '+- (/) ..., (/) (/) V L ..., U1 L 0 V .c U1 2 .00 1. 00 0 6 .00 TAN o 0 0 1 .00 . -:·. •:• . . . . ~ . . . . ! .. ~.. . . -:-. -;, . <· .. ·:·. . . • ~ •. t •• ! .. ~.. . . ·:·. •:·. .. ··!··!·· , .. :···:·· .. .. .. .. ... ; .. . •:• . .;. . . . . : . . .. ; .. ,: . . . . ·=·. -:-. ·: .. ·:.. . . . ;· .. ~ .. ! .. ! . . . . -:-. •:• . ·<··· . .. ·l··!·· •••:•••:-• ~-= :: =~.::: 2.00 3.00 4.00 5.00 Norma I St r ,ss, ts f SAMPLE Nl'.L ..... ~ . ... . ... . . . ~ ........ ~ . . . ·;-. -: .. ~ .. : . . . . : .. :-. ·:· . -:· . WATER CONTENT ,% DRY DENSITY. pcf SATURATION, % VOID RATIO DTAMETER , in HEIGHT, 1 n 15.0 104 .2 67 .5 0 .588 1 .35 3.00 5 .00 . . . ............... .............................. ·····-·····-·· _J <( H 1- H z H . . . '+- (/) ..., (JJ (/) V L +' U1 L 0 +' 0 > V 0 4 .00 3.00 2 .00 1 . 00 ..... : ..... -:· . . . : .. : .. ~ .. :-. . . .... •' ..... ' .. 0 0 5 10 15 Axial Strain , TYPE OF TEST: Unconsolidated undrained SAMPLE TYPE: Remold DESCRIPTION : w/ 6% ime LL= PL= SPECIFIC GRAVITY= 2 .65 REMARKS : PI= % 1- (/J w I- I- <( WATER CONTENT,% DRY DENSITY, pcf SATURATION,% VOID RATIO DIAMETER, in HEIGHT, 1 n Time to failure, min BACK PRESSURE, tsf CELL PRESSURE, tsf FAILURE STRESS, tsf PORE PRESSURE. tsf 20 ULTIMATE STRESS, tsf PORE PRESSURE, tsf 01 FAILURE, tsf 03 FAILURE. tsf CLIENT: CMJ PROJECT: 19 .4 104 .2 87.6 0.588 1. 35 3.00 2.52 2.88 4.22 2 .00 4.58 0.36 SAMPLE LOCATION : 8-9@ 1 .0'-2.0' PROJ . NO . 771-07-04 DATE: 4/23/07 TRIAXIAL SHEAR TEST REPORT 6.00 FIG. NO. PLATE A.20 I ...... (/J +' (/J (/J V L +' (/) L a V .r: (/J ..... (/J +' (/) (/) (lJ L +' (/) L 0 +' a > (lJ 0 1 . 50 1 . 00 0 .50 0 5 .00 4 .00 3 .00 2.00 1 .00 0 0 RESULTS .. ~. . . .. : ... : ... : ... ;. . . . . i .. ~ . . . . ~.. . .. : ... : ... : ... ;. . . . . ~ . . . . . . i.. .. .: ... : ... : .. _______ __J .. ; .• ···:···'.··-:··-:··· .. ; •• ; ...• ; .••.. ,. •• = ... : .. .; ..... ; ...... ; .. ···>··>·<·· C, tsf 1 .04 .. i .... .: .. ..: ... :. .. ;. .... ; .. ~ .... ; .... ~--.:.. .. ~ .. ~ .... ~ ...... ~ .... .: .. ..: ... :.. . .. ....... .: .. ..: .. .:. .. : .... ; .. : .... : .... .: .. ..:: .. .:. .. :. .... : ...... : .... ~--..: .. ·-· -------~ . . . . 4i . deg 0 TAN p 0 _____ ...,): ::;::):::;:::;:: ::;::;:: ::;:: ::;::;:::(;:: ::;:: :: ::( ::L:::;:: .. {. . . . ·=-. ,; .. -:-.. :-. . . . : .. : . . . . : . . . .. :, . -: .. -:-. <· . . • . : • . . . • . ~ . . . . ·>. ·=· . -:· . _;_,. ..=... . .... ···········-·· _______ ............ . . . . ::;::::::::::: :::;::;:::::::: ::::: ··!···:·· ::r:: .. ;::::: ::;::i::U:: :::;::;::(:: ::U::n:: ... ; .. , ... ••••• ! ....... ; • ~---1 .. ': .... -:-. -:-.. : .. : .... {·. {·. -:-.. ; .. .. ~ .. ~--~-. ~-... ·;" --: --: .. : .... ~--. ~-. ~-.. ··;" .. ~--~ .. : .... i .• ~-. ~--~--. --~--: ··=--~ .... ; .. ~-. .: .. ..: .. . -:-. :·. ~· ·:· .. ··:-··: ••: ··: .... :-.. .: .. -:· ... ·:-..... ; .. : .... : .. : .. ..: .. .: .... -~· .:. ·=··:· ... ; .. : .. ~-· ~-· ................. .. :::::;:::::::: :::;::::::::::: ·:,::;::;::r :::;::;::;::::: ::;::!::U:: :::t::;:::::::: :::::U:t :::'.:::::'.::::: ·· ..• : .•. :.,,;,.;, ••. ; .• .; .. .,; ••• ; •• ••<···:-·•T·•i•· ··i•·'···>··>· ... : .. .; ... ; .. ; .. . . . . . . . . ··~ .. :. ··: .. : .... ; .. ~ .. .; .. ..; ..... : .. -~-.; .. ; .... ; .. ~-. .; .. .; ..... :. .. :, .. ; .. : ... . . . -~ .. :. .. ~ .. : .... : .. : .. : .. .: ..... :. . -:-.. : .. : .... : .. ; .. .: .. .:. . . . •:-.. : .. :. .. = ... . ···:-.... ·: ··: .. ••: .. :--:·· ~-· .. -~ .. :. ..... : ....... ~-..... -... ·-~-·-· .:. ·: ... . . . . . . ··:·. -~ ··~·· ~ .... ; .. i•• ~ ... ; .. ···:·· .; .. ; .. ~ .... ~-. ~--~--·:· .... ; ... ; . -~·.; .. ••l•••:•••:···>· . .. :. -·~ ··~ .. ! ., .. ~-· ~ .. ·:·· ·:·· .. ·!· .. :.' .; .. ; .... i-. ~--·=·· ·!·· ... : ... : ... ; .. !'. .... ' ... -·. -· ... ·;". ,' .. : .. : . . . . : .. ~ .. ~-. .:. . . . .:. .. :. .. : .. ~ .... : .. ;., ..: .. ..: ..... :. .. :. .. : ": .... ; .. ; .. :·. ~-. 0.50 1 .00 . ·. ' ·:-' .. : . ' : .. : . -:· ... -:· . ·:-. ·:-. ~ . . . . :· . -:• . •:-. •:• . ,: .. ~ .. . . : . -:· . ·:· . ·:-. ··:··:··:···:·· ··:··:··:··:· ···:··-:··:··:·· ··:··:··:··-:·· .... ·-· ....... ' ... ·-. ·-. -·. . . . ..... ,, ........... : .. ..: .. ..: .. : .... : .. :. .. : .. ..: .. . . .. : .... ; .. ; .. : .. :. .... : .. .; .. ; .. ; .... ; .. :. .. ;. . .; .. .. ' .... '',"'\''I'" ••t••.•••,•••,•• .... · .. ········.•··.·· . . . . . . . . ··:···>··>·:·· ··'.-·<···'.···>· .. ·:· . ·:· . : .. ~ . . . . ~ .. :· . ·:· . ·:· . ...... ·: .. : .. : . . . . ~ . ·:-. ·:-. -:· . . . . ................ .............. . . ; .. ; . • .. • . . <· . ·'. .. ~ .. : . . . . : . <· . • •.•. . ! .. : .. : ...... : ... : .. ~ .. i .. . . ~ .. : .. ··:··:··:··:·····:··-:··:··:·· ··:··:-· ····:-·-:··:··:·· ··:··:· . . 1. 50 2 .00 Normal Stress, tsf SAMPLE NO . WATER CONTENT , % ~ OR Y DENSITY, pc f H SATURATION , % ~ VOID RATIO ~ DIAMETER , i n HEIGHT, in WATER CONTENT ,% t; ORY DENSITY, pc f w SATURATION , % I-VOID RA TIO ~ DIAMETER , i n HEIGHT , 1 n Time to failure, min BACK PRESSURE, tsf CELL PRESSURE, t s f FAILURE STRESS, tsf ··:··:··:.,-:·· ··:··:··:··:· ··:··:··:··:·· ·····:-· 0 5 10 1 5 2 0 Ax ial Stra i n , % TYPE OF TEST: PORE PRESSURE, ts f ULTIMATE STRESS , tsf PORE PRESSURE, tsf 01 FAILURE, ts f Unconsolidated undrained 03 FAILURE , tsf SAMPLE TYPE: Undisturbed CLIENT : CMJ DESCRIPTION : Cale . clay brown PROJECT : LL= PL= PI= 15.9 107 .8 78.7 0.535 2 .75 3 .9 0 18.8 1 07 .8 93.3 0 .5 35 2.75 3 .90 3.24 3 .60 2 .08 2.08 2 .44 0.3 6 2.50 SPECIFIC GRAVIT Y= 2 .6 5 REMAR KS : SAMPLE LOCATION : 8-10 @ 1 .0 '-2 .0' PROJ. NO . 77 1-0 7-04 DATE : 4/10/07 TRIAXIAL SHEAR TEST REP ORT 3.00 FIG . NO . PLATE A.21 .... (/) +-' (/) (/) <I) L +-' V) L 0 <I) .c. V) .... (/) +-' (/) (/) <I) L +-' V) L 0 0 > <I) 0 0 .60 0 .40 0.20 0 0.90 0 .75 0.60 0.45 0 .30 0 .1 5 0 RES UL TS .. j.. ... : .. -: .. ·( .. ,: ... "i··i"1-·(· ... : .. ,( .. -: .. ·:··· .. ; .. j .. ; .. j .... ; ... : .. (·( .. , .. j .. ; .. ; .. > ... : ... : .. ,: ... ; ...... ; .. ;) .. ; .... ; ... 1-------------1 ··~·· ···:···:···:···:··· ··~··!··'.··!·· ···:···:· .. :···:··· ··~--~··!··!·· ··~···:···:--·:··· .. ;, .. ; .. j •• : ••••• = ... = ... = ... : ..... ~ .. : .. ; .. ; ... ·.···.···.···:·· .. ; . · · · · · . . · · · · · · · · · · · · · --~-.; .. : .. L ... i.. i.) .. -~--.. i .. i .. :· .. ; .... ~-. ~-.. ~. -~ .. c, ts f o. 37 .. ,.: ::;::i:::::::: ::;::;::;::;:: ::;::r:::::: ::;:Li:\: ::;::i:::I:::: ... :--' .. , .. , .... ) .. , .. ~ ... , .... : .. : .. : .. , .... , .. ~ .. , .. , .. • 0 0 • ,;, ,;, ,.;, 0 0 ,,:.,,,,,: o• :., •• ~--~--~•• ~-• 0 ••:' 00 0 ,,: ••: 00 00 :• 0 :•• .: •• :• 0 0 .:., •:'• :, •:• 0 • • :• • ;,, ;,,:•• 00 .:.. -~-.; 0 -~-0 0 0 ~-• ;, • ~-0 ~-• • ,,: 0 ,: '.: • 0 • 0 0 0 0 :. • ;, 0 ;, 0 -0 • 0 H '0 0 0 O o • • • ............... .............. ............... .. -~ .......... . ••-:,,,;. .. ;,-:-- ··············· ............... ............... ::::::::;:::::: ::/:::l::l:t ::i::;::rL :::!:::l:Y:::: ::i::U::L :::t::l::'.:t: ::::::::;::::: :::;:::;::U:: ::(::Lt :::U::U:: ::l:-i::!:J :::::::::::::: :::::::::::::: ::u:::::t :::::L:t:;:: :::t:::::i ::::: :rp::t :::q :t( ::n::p:: :::;::;:::::::: ::i::q::t :::r::/ :::::]:: :::::t:n ::::"• ., .. , .. 0 0.20 0.40 0.60 0.80 1 .00 1. 20 0 ' ' ~ • -:• • -'.• • •:-• • ' -: • • ! • • : • -'.• • • • •'• • ,• • • I• • I ' • ' • \ • • '• • ,•. • •'• • ....... , .. , .. , ........ · ...... , .. , .... \.,•, .. • ..... . . . .. . .. .. ; .. ; .. ; .. ; .... ,: ... : .. ; .. ;: ............. , .. .. ~ .. : . ·:· . ·:· . . . : .. : .. : .. : . . . ... . ... . . . . . . . . .............. . .............. ············· ···=··-········ ·····-·····.: .. : .. : .. : ... : .... ; .. ; .. : . . . ; . -~ .. : ... :. . . . : .. ; .. ; .. ~. . .. : .. .: .. : .. ; . . . . ; .. :. .. : .. .: .. . . . . . ... . ·=· .. :, . ,:, . i • • • • : . ,: •. ·=· . ·> • . -=· .. :• . •:. . . . ! .. ! .. i . -:• • . • <· .• :, . ~ .• ~ • . • . : • <· . •:• .. ; • • • • ••• • ••• •• • • ..... l •• ~ •• ·.. • • -:• • ,:, • ·> . : . . . . :, . -:• . -:• . •:• . '"\' .. : .. ';" .. :" , .. , .. , ... ,; .. ,; .. , .. ' .... , .. , ":" , .. .. : .. \+ .. : .. : .. ; .. : . .,: .. ; .. ;) .... : .. : .. : .. ; .. ::1 Tth }j\+ jJJJ: ? + f T .. ~. -~ .. : ... :. . . . : .. ; .. ; .. ~. . .. :. .. ~ .. ; .. : ... ;. . . . ~ .. ; .. ; .. ~ ..... : ... : .. ; .. ; . . . . ; .. : ... : ... : .. .• : . ,: .. <· . -:-• . . ~ .. ; .. ! • .;. . . • ,: .•. :, • ·> . ! .. . . ;. . <· . -:-.. ; .. .. :, . ,: .. -:• . ,:-. . . ~ .. : .. : .. :• . . .. ; ... :, . ~ .. : . . . . :-. -'.· . -:• .. ; .. ..... · ... · ... ·.. . ..... ' .. ' .. ~. . .. · ... · .. , .. '.. . . \ . . . . . . . . . . . . . .. : . ·: . ·:· . ·:· . . . ~ .. : .. : .. : . . . ·:· . -: .. ~ .. ~ .. . . : .. :-. ·:· . -:· . .. : .. : . ·:· . ·:· . . . : .. : .. ~ .. : .... ·:· . -:· . : .. ! . . . .............. . . . .. .... ·: .. -··:· ...... :· ·: "'.' .. ":" ·-·· :" '." . ·: ··;-. ·:-· -:·. 5 10 15 20 Axial Strain, % Normal <;tress, tsf SAMPLC:: NO . WATER CONTENT, % _J ORY DENSITY, pcf <{ H SATURATION, % I-VO.ID RATIO H z DIAMETER, ,n H HEIGHT, in WATER CONTENT, % I-ORY DENSITY, pcf (/) w SATURATION, % I-VOID RATIO I-DIAMETER, in <{ HEIGHT, ,n Time to failure, min BACK PRESSURE, tsf CELL PRESSURE , tsf FAILURE STRESS, tsf 17 .0 102 .4 73 . 1 0.616 1 .35 3.00 21 . 1 102.4 90.6 0 .6 16 1 .35 3 .00 2.52 2.88 0 .73 0 .30 TYPE OF TEST : PORE PRESSURE, tsf ULTIMATE STRESS, tsf PORE PRESSURE, tsf 01 FAILURE, tsf 03 FAILURE, tsf 1 .69 0.36 Unconsol id ated undrained SAMPLE TYPE : Remold DESCRIPTION : w/ 6% I ,me LL= PL= S PECIFIC GRAVITY= 2.65 REMARKS : FIG . NO. PI= CLIENT : CMJ PROJECT : SAMPLE LOCATION : 8-10@ 1 .0'-2.0' PROJ. NO. 771-07-04 DATE: 4/23/07 TRIAXIA L SHEAR TEST REPORT PLATE A.22 FREE SWELL TEST RESULTS Project: Pavement Design -Contract 42 N. Terry St., Hampton St., NE 29th St. -Fort Worth, Texas Project No.: 771-07-04 B-6 7-8 Clay 60 21 39 20.0 21 .9 0.7 B-7 2 -3 Silty Sandy 46 20 26 11.1 17.2 0.1 Cla B-8 3-4 Sandy Clay 37 16 21 8 .2 15 .9 0.0 8-10 4 -5 Silty Sandy 32 20 12 13.9 16 .4 0.1 Cla Free swell tests performed at approximate overburden pressure CMJ ENGINEERING, INC. PLATE A.23 LIME SERIES TEST RESULTS Project: Pavement Design -Contract 42 N. Terry St., Hampton St., NE 29th St. -Fort Worth, Texas Project No.: 771-07-04 Boring No.: B-6 Depth: 2' to 3' Material: Silty Clay Percent Lime pH 0 8.1 2 12.20 4 12.31 6 12.35 8 12.37 10 12.38 Boring No.: B-8 Depth : 2' to 3 ' Material: Sandy Clay Percent Lime pH 0 7.70 2 12.12 4 12.21 6 12.22 8 12.22 10 12.23 Boring No.: B-10 Depth: 2' to 3' Material: Silty Clay Percent Lime pH 0 8.38 2 12.17 4 12.24 6 12.27 8 12.29 10 12.30 CMJ ENGINEERING, INC. PLATE A.24 SOLUBLE SULFATE TEST RESULTS Project: Pavement Design -Contract 42 N. Terry St., Hampton St., NE 29th St. -Fort Worth, Texas Project No.: 771-07-04 Boring No.: B-2 Depth: 1' to 2' Material: Silty Clay Method Result TxDOT Tex 145-E 106 mg/kg Boring No.: B-5 Depth: 1' to 2' Material: Sandy Silty Clay Method Result TxDOT Tex 145-E <100 mg/kg . Boring No.: B-6 Depth: 2' to 3' Material: Silty Clay Method Result TxDOT Tex 145-E <100 mg/kg Boring No.: B-7 Depth : 2" to 1' Material: Clay Method Result TxDOT Tex 145-E 114 mg/kg Boring No.: B-9 Depth: 2' to 3' Material: Silty Sandy Clay Method Result TxDOT Tex 145-E 419 mg/kg Boring No.: B-10 . Depth: 2" to 1' Material: Clay Method Result TxDOT Tex 145-E 114 mg/kg Note: 1.) 1 mg/kg= 1 part per million CMJ ENGINEERING, INC. PLATE A.25 WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: The City of Fort Worth Company: Multatech Engineering, Inc. Contractor: CMJ Engineering, Inc. Project Description : N. Terry St., Hampton St., and N.E. 29th Street Location : Fort Worth, Texas Rigid Pavement Design/Evaluation 6 .84 inches Load Transfer, J PCC Thickness Design ESALs Reliability , Overall Deviation Modulus of Rupture Modulus of Elasticity 625 ,000 80 .00 0.35 630 percent psi Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Serviceability Terminal Serviceability 3 ,604,997 psi Modulus of Subgrade Reaction (k-value) Determination Resilient Modulus of the Subgrade Resilient Modulus of the Subbase Subbase Thickness Depth to Rigid Foundation Loss of Support Value (0, 1,2,3) Modulus of Subgrade Reaction Wednesday, May 2 , 2007 8 :57:57 AM Engineer: JPS 5,014.5 psi 10 ,636.6 psi 6.00 inches 0 .00 feet 1.0 78 .10 psilin 2.70 78 psi/in 0 .70 4 .50 2 .00 PLATE B.1 I WinPAS Pavement Thickness Des i gn According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Flexible Design Inputs Agency : Company : The City of Fort Worth Multatech Engineering, Inc. CMJ Engineering , Inc. Contracto r: roject Description: Location : N. Terry St., Hampton St., and N.E. 29th Street Fort Worth , Texas Flexible Pavement Design/Evaluation Structural Number Design ESALs Reliability Overall Deviation Layer Pavement Design/Evaluation Layer Material HMAC Type D HMAC Type B LSS 3.26 625 ,000 80.00 percent 0.45 Layer Coefficient 0.42 0.38 0.08 0.00 0.00 0.00 Wednesday , May 2, 200 7 9:00 :12A M Engin ee r:J PS Soil Resilient Modulus Initial Serviceability Terminal Serviceability Drainage Layer Coefficient Thickness 1.00 2.00 1.00 6 .00 0.40 6.00 0.00 0.00 0.00 0.00 0.00 0 .00 E ;:,1, 5 ,014 .50 psi 4.50 2.00 Layer SN 0.84 2.28 0.19 0.00 0.00 0.00 3.31 PLATE 8.2