Loading...
HomeMy WebLinkAboutContract 26333 . r CITY SECRETARY CONTRACT NQ. pour SPECIFICATION -----� aowoiN co. AND pmrs�cot>�+r CONTRACT DOCUMENTS -"' _Cfly M GM 0FHCE ...,....r.-_1NOVrEMO M. FOR ..,.,_;,r,. T/Mi-FU COPY H.M.A.C. SURFACE OVERLAY (2000-11) AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS P, PROJECT NO. GS93-020930522140 2000 L A KENNETH L. BARR BOB TERRELL MAYOR CITY MANAGER HUGO A. MALANGA, P,,E . , DIRECTOR DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS A. DOUGLAS RADEMAKER, P.E. , DIRECTOR DEPARTMENT OF ENGINEERING PREPARED BY TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ENGINEERING COORDINATIO1.v OF EXHIBIT "A" F;.......,F+� ��f SUSAN L SCHWIMGER 69469WP �`�,�NA1.®�..® City of Fort Worth, Texas 4velljor And Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 10/17/00 **C-18291 20APAC2 1 of 2 SUBJECT AWARD OF CONTRACT TO APAC-TEXAS, INC. FOR HMAC SURFACE OVERLAY N 2000-11 AT VARIOUS LOCATIONS 4 RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with APAC- Texas, Inc. in the amount of $724,333.00 and 60 working days for hot mix asphalt concrete (HMAC) Surface Overlay 2000-11. DISCUSSION: In the 1999-2000 Contract Major Maintenance Program, various types of street maintenance techniques are grouped into specific contract packages funded from the Contract Street Maintenance Fund. HMAC Surface Overlay 2000-11 provides for surface and base rehabilitation on asphalt streets which have no curb and gutter in order to improve the riding surface. No concrete curb and gutter and driveway approach work will be done on these streets. The following list details the limits for each of the streets included in this project: Street From To Brookland Avenue Maywood Street South Dead end Fairland Street Westland Avenue Longvue Avenue Fay Boulevard Kuban Boulevard North Dead end " Kenwood Avenue Richland Avenue South Dead end Kuban Boulevard Fay Boulevard Williams Road Kuban Boulevard Williams Road Sandy Lane Lowery Road Cooks Lane East Dead end Maywood Street Longvue Avenue Westland Avenue Palo Alto Drive Santa Monica Drive Highway 80 San Jacinto Drive Santa Clara Drive Highway 80 Santa Clara Drive Alemeda Street Longvue Avenue Santa Monica Drive Longvue Avenue Alemeda Street Santa Paula Drive Alemeda Street Longvue Avenue Westland Avenue Richland Avenue South Dead end Williams Road Anderson Boulevard John T. White Road " Williams Road Kuban Boulevard Randol Mill Road Winter Street Sandy Lane Williams Road This project is located in COUNCIL DISTRICTS 4 and 7. City of Fort Worth, Texas "floor And coun"R Communication DATE REFERENCE NUMBER LOCO NAME PAGE 10/17/00 **C-18291 1 20APAC2 2 of 2 SUBJECT AWARD OF CONTRACT TO APAC-TEXAS, INC. FOR HMAC SURFACE OVERLAY 2000-11 AT VARIOUS LOCATIONS This project was advertised for bid on July 27, 2000, and August 3, 2000. On August 24, 2000, the following bids were received: Bidders Amount .I APAC-Texas, Inc. $724,333.00 J. L. Bertram Construction & Engineering, Inc. $734,776.00 Peachtree Construction $747,955.00 Branch & Sons Contractors, Inc. $759,899.00 Sutton &Associates, Inc. $788,892.00 Kelly Construction Company, LLC $789,472.05 The low bidder, APAC-Texas, Inc. is in compliance with the City's M/WBE Ordinance by submission of the prime contractor waiver form. The City's goal on this project is 14%. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Contract Street Maintenance Fund. MG:j Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) Mike Groomer 6140 APPROVED CITY COUNCIL Originating Department Head: Hugo Malanga 7801 (from) OCT 17 20M GS93 542100 020930522140 $724,333.00 � ) Additional Information Contact: -l�Gtiw Co: -rofofthe Cif Hugo Malanga 7801 ?etas SPECIFICATIONS AND CONTRACT DOCUMENTS FOR H.M.A.C. SURFACE OVERLAY (2000-11) AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS PROJECT NO. GS93-020930522140 2000 A. DOUGLAS RADEMAKER, P.E. DATE DIRECTOR, DEPARTMENTENGINEERING 'A Z's- GEORGE A. BEHMANESH,P.E. DATE ASSISTAN DIRECT TRANSP TAT PUBLIC WORKS DEPARTMENT DOO KIM, P.E. DATE CAPIT PROJECT ENGINEE WATER DEPARTMENT JOE MS, P.E. DATE ASSI T T DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT 3 TABLE OF CONTENTS 1. Notice to Bidders 2. Special Instructions to Bidders 3. Prevailing Wage Rates 4. Proposal 5. Vendor Compliance 6. Disadvantaged Business Enterprise 7. Special Provisions B. Contractor Compliance with Worker's Compensation Law 9. Certificate of Insurance 10. Performance Bond 11. Payment Bond 12. Contract 13. Project Designation Sign 14. Details 15. Street Locations SPECIAL INSTRUCTION TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidders 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 bond,(1)the name of the surety shall be included on the current U.S.Treasury,or(2)the surety must have capital and surplus equal to ten times the limit of the bond. The surety must be licensed to do business in the state of Texas. The amount of the bond shall not exceed the amount shown on the treasury list or one-tenth(1110)the total capital and surplus. 2. PAY' ENT BOND AND PERFOPNL LANCE BOND: 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 as well as 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 Article 5160 of the Revised Civil Statutes of Texas,as amended. In order for a surety to be acceptable to the City,(1)the name of the surety shall be included on the current U.S.Treasury List of Acceptable Sureties(Circular 870),or(2)the surety must have capital and surplus equal to ten times the amount of the bond. The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list or R- one-tenth(1/10)of the total capital and surplus. If reinsurance is required,the company writing the reinsurance must be authorized,accredited or trusteed to do business in Texas. No sureties will be accepted by the City which are at the time in default or delinquent on any bonds or a" which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City,notice will be given to 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 525,000 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 S 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. 3. LIQUIDATED DAMAGES:The Contractor's attention is called to Part 1,Item 8,paragraph 8.6,of the"General Provisions"of the Standard Specifications for Construction of the City of Fort Worth, Texas,concerning liquidated damages for late completion of projects. 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal,the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. EMPLOYMENT:All bidders will be required to comply with City Ordinance No.7278 as amended by City Ordinance No.7400(Fort Worth City Code Section 13-A-21 through 13-a-29)prohibiting discrimination in employment practices. 6. WAGE RATES:All bidders will be required to comply with provision 5159a of"Vernons Annotated Civil Statutes"of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth,Texas and set forth in Contract Documents for this project. 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement,if required,is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. .� S. INSURANCE:Within ten(10)days of receipt of notice of award of contract,the Contractor must provide,along with executed contract documents and appropriate bonds,proof of insurance for Worker's Compensation and Comprehensive General Liability(Bodily Injury-5250,000 each person, S500,000 each occurrence;Property Damage-S300,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. NONRESIDENT BIDDERS:Pursuant to Article 601g,Texas Revised Civil Statutes,the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. "Nonresident bidder'means a bidder whose principal place of business is not in this state,but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder'means a bidder whose principal place of business is in this state,and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 10. MINORITY AND WOMEN BUSINESS ENTERPRISES:In accord with City of Fort Worth Ordinance No. 11923,as amended by Ordinance 13471,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the office of the City Secretary.In addition,the bidder shall submit the MBE/WBE UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM("Documentation")as appropriate. The Documentation must be received no later than 5:00 p.m.,five(5)City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the Documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request,Contractor agrees to provide to owner complete and accurate information regarding actual work performed by Minority 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 NVBE. 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 initiation 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 t MM the Contractor being determined to be irresponsible and barred from participation in City work for a period of time of not less than three(3)years. 11. AWARD 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 forty-nine(49)days from the date the M/WBE UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation")as appropriate is received by the City. The award of contract,if made,will be within forty-nine(49)days after this documentation is received,but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. 12. PAYNIENT:The Contractor will receive full payment(minus 5%retain age)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. 13. ADDENDA:Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding,the status of addenda may be obtained by contacting the Department of Engineering Construction Division at (817)871-7910.Bids that so not acknowledge all applicable addenda may be rejected as non- responsive, 14. CONTRACTOR COMPLIANCE WITH WORITR'S COhIPENSATION LA`V: 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'slperson's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project("subcontractor"iii 5406.096)-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, pa independent contractors,subcontractors,leasing companies,motor carriers,owner-operators, employees of any such entity,or employees of any entity which furnishes persons to provide , services on the project. "Services"include,without limitation,providing,hauling,or delivering equipment or materials,or providing labor,transportation,or toner services related *- to a project."Services"does not include activities unrelated to the project,such as food/beverage vendors,office supply deliveries,and delivery of portable toilets. b. The contractor shall provided coverage,based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code,Section 401.011 (44)or all employees of the contractor pfoviding 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. Ps 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 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(10)days after the person knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the project;and (7) contractually require each person with whom it contracts,to perform as required by paragraphs(1)-(7),with the certificates of coverage to be provided to the person for whom they are providing services. j.• By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project,that the coverage will be based on P 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" ,r 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 512440-3789 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". 15. 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. 16. AGE DISCRIMINATION: In accordance with the policy("Policy")of the Executive Branch of the federal government,contractor covenants that neither it nor any of its officers,members,agents,or employees,will engage in performing this contract,shall,in connection with the employment, advancement or discharge of employees or in connection with the terms,conditions or privileges of their employment,discriminate against person because of their age except on the basis of a bona fide occupational qualification,retirement plan or statuAory requirement. RM 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. W Contractor warrants it will fully comply with the Policy and will defend,indemnify and hold City -harmless;against any*and all claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 17. DISCRINIIYATION 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'&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. Revised March 15, 1996 • CITY OF FORT WORTH HIGHWAY CONTRUCTION PREVAILING WAGE RATE FOR 1999 CLASSIFACTION HOURLY RA'Z'E AIR TOOL OPERATOR S9.00 ASPHALT RAKER 9.55 ASPHALT SHOVELER 8.80 BATCHING PLANT WEIGHER 11.51 CARPENTER 10.30 CONCRETE FIlIaSHER-PAVING 10.50 CONCRETE FlINISHER-STRUCTURES 9.83 CONCRETE RUBBER 8.84 ELECTRICIAN 15.37 FLAGGER 7.55 FORM BUILDER-STRUCTURES 9.83 FORM LINER-PAVR,!G & CURB 9.00 FORM SETTER-PAVING & CURB 9.24 FORM SETTER-STRUCTURES 9.09 LABORER-CO.,\l iON 7.32 LABORER-UTILITY 8.94 MECHANIC 12.63 OILER 10.17 SERVICER 9.41 PAIII'TER-STRUCTURES 11.00 PIPE LAYER 8.98 BLASTER 11.50 ASPHALT DISTRIBUTOR OPERATOR 10.29 ASHPALT PAVING MACHINE 10.30 BROOM OR SWEEPER OPERATOR 8.72 BULLDOZER 10.74 CONCRETE CURING MACHINE 9.25 CONCRETE FINISHING MACHINE 11.13 CONCRETE PAVING JOINT MACHINE 10.42 CONCRETE PAVING JOINT SEALER 9.00 CONCRETE PAVING SAW 10.39 CONCRETE PAVTNG SPREADER 10.50 SLIPFORM MACHINE OPERATOR 9.92 CRANE, CLAMSHELL, BACKHOE,DERRICK,DRAGLINE, SHOVEL 11.04 FOUNDATION DRILL OPERATOR CRAWLER MOUNTED 10.00 FOUINMATION DRILL OPERATOR TRUCK MOUNTED 11.83 FRONG END LOADER 9.96 MILLING MACHINE,OPERATOR 8.62 MIXER 10.30 MOTOR GRADER OPERATOR FINE GRADE 11.97 MOTOR GRADE OPERATOR 10.96 1 CITY OF FORT WORTH HIGHWAY CONTRUCTION PREVAILING LAVAGE RATE FOR 1999 CLASSIFACTI0N HOURLY RATE PAVEMENT MARKII-IG MACHINE 7.32 ROLLER, STEEL WHEEL PLANT-MIX PAVEMENTS 9.06 ROLLER, STEEL WHEEL OTHER FLATWHEEL OR TAIvLPING 8.59 ROLLER, PNEUMATIC, SELF-PROPELLED SCRAPER SAS SCRAPER 9.63 TRACTOR-CRAWLER TYPE 10.5s TRACTOR-PNEUMATIC 9.15 TRAVELING MIXER 8.83 WAGON-DRILL,BORri IG MACHINE 12.00 REINFORCING STEEL SETTER PAVING 13.21 REINFORCING STEEL SETTER STRUCTURES 13.31 STEEL WORKER-STRUCTURAL 14.80 SPREADER BOX OPERATOR 10.00 WORK ZONE BARRICADE 7.32 TRUCK DRIVER-SINGLE AXLE LIGHT 8.965 TRUCK DRIVER-SINGLE AXLE HEAVY 9.02 TRUCK DRIVER-TANDEM AXLE SEMI TRAILER 8.77 TRUCK DRIVER-I_OWBOY/FLOAT 10.44 TRUCK DRIVER=[TRANSIT MIX 9.47 TRUCK DRIVER-WINCH 9.00 VIBRATOR OPERATOR-HAND TYPE 7.32 WELDER 11.57 2 P R O P O S A L TO: MR. BOB TERRELL Fort Worth, Texas City Manager Fort Worth, Texas FOR: H.M.A.C. SURFACE OVERLAY (2000-11) AT VARIOUS LOCATIONS PROJECT NO. GS93-020930522140 Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Department of Engineering of the City of Fort Worth. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding on and awarding the contract. Additional locations may be added if needed as directed by the Engineer. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance and Payment Bond approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums, to-wit: SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 1 2 Ea. Project Designation Sign @ Two-Hundred Dollars 6 No Cents Per Ea. $ 200.00 $ 400.00 S.P. 2 Lump Sum Utility Adjustment @ Two-Thousand Dollars 6 No Cents Per L.S. $2,000.00 $ 2,000.00 406 3 3 Ea. Manhole Adjustment @ 450 Two-Hundred and Fifty Dollars & S.P. No Cents Per Ea. $ 250.00 $ 750.00 406 4 3 Ea. Water Valve Boxes Adjustment @ 450 Two-Hundred Dollars S.P. No Cents Per Ea. $ 200.00 $ 600.00 S.P. 5 3 Ea. Water Meter Boxes Adjustment @ Thirty-Five Dollars 6 No Cents Per Ea. $ 35.0l $ 105.00 P-1 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 300 6 587 C.Y. Removal and Replacement of 304 H.M.A.C. Pavement and 312 Base (Base Repair) @ S.P. cmJ6 fiyida44 6126 Dollars & ( NO Cents Per C.Y. $ $ c�/�"G3 S 208 7 150 C.Y. Graded Crushed Stones @ S.P. 6l6'rTdT44W Dollars & FIrtTY Cents Per C.Y. $ l$� $ 2 300 8 120 Ton H.M.A.C. Level-Up @ 312 r1ri-I FIY16 Dollars & k p Cents Per Ton $ 5J $ (off 312 9 136,300 S.Y. 2" H.M.A.C. Surface Course 313 (Type "D" Mix) @ S.P. -( e" Dollars & p 5,1>4 Cents Per S.Y. $ 3 6 $ �{ 214 10 49,500 S.Y. 8" Pavement Pulverization @ S.P. INJ6 Dollars & g L SQ51Y $j�./1q'Cents Per S.Y. $ $ 214 11 842 Ton Cement @ V*Ht2,-, Tame Dollars & Q2 co Cents Per Ton $ $�' $ 7011% S.P. 12 5 Ea. Remobilization @ Five Hundred Dollars & No Cents Per Ea. $ 500.00 $ 2,500.00 106 13 200 C.Y. Unclassified Street Excavation S.P. 'Tww46 Dollars & ov At Cents Per C.Y. $ $ 24 y0c. TOTAL BID $ 72-Y., jpw 333 P-2 This contract is issued by an organization which qualifies for exemption pursuant to the previsions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Taxes. All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under House Bill 11, enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29) , prohibiting discrimination in, employment practices. The undersigned agrees to complete all work covered by these contract documents within Sixty ( 60 ) Working Days from and after the date for commencing work as set forth in the written Work order to be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction" as established by the City of Fort Worth, Texas. The Contractor shall start work within 15 calendar days of executing the contract. Within ten (10) days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond for the faithful performance of this contract. The attached deposit check in the sum of Dollars ($ ) is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. I (we) , acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. 1 (Initials) Respectfullysuubmmitte�sd,` ,pr Addendum No. 2 (Initials) APAG - TEXAS, INV. Addendum No. 3 (Initials) By: MICHAEL R BA) ER BRANCH MANAGER Address: Vv+�z r� .Tx,M1,61 (Seal) Date: Telephone: 217 336-asa; P-3 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as a low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside 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 to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in (give state), our principal place of business are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. Bidder: APAC - TEXAS, INC. M{CHAEL R. BAXTER Company P.O. SOX 180", By (Pleas Print) FORT WOR-f H, TX 76101 Address S' nature BRANCH MANAGER City/State/Zip Title (Please Print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BiDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than$25,000,the M/WBE goal Is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority/Women Business Enterprises (M/WBE)in the procurement of all goods and services to the City on a contractual basis. The objective of the Policy is to increase the use of MIWBE firms to a level comparable to the availability of M/WBEs that provide goods and services directly or indirectly to the City. All requirements and regulations stated in the City's current r Minority and Women Business Enterprise Ordinance apply to this bid. M WBE PROJECT GOALS The City's MBEMBE goal on this project is X of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal,or; 2. Good Faith Effort documentation,or; 3. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents>&t be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1.MMBE Utilization Form,if goal received by 5:00 p.m.,five(5)City business days after the is met or exceeded: bid opening date,exclusive of the bid opening date. 2.Good Faith Effort Form and M/WBE received by 5:00 p.m.,five(5)City business days after the r Utilization Form, if participation is bid opening date,exclusive of the bid opening date. less than stated goal: 3.Good Faith Effort Form if no received by 5:00 p.m.,five(5)City business days after the participation: bid opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form: received by 5:00 p.m.,five(5)City business days after the bid opening date,exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE,WiLL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. . Any questions,please contact the M/WBE Office at(817)871-6104. Rev.6/19/00 l� ATTACHMENT 1A Page 1 of 2 city of Fort Worth Minority and Women Business Enterprise Specifications MBE/WBE UTILIZATION PRIME COMPANY NAME BID DATE PROJECT NAME PROJECT NUMBER 1 CITY'S&I/WBE PROJECT GOAL: M/WBE PERCEilTAGE ACHIEVED: .'allure to complete this form, in its entirety with supporting 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 reing considered non-responsive to bid specifications. The undersigned bidder agrees to enter into a formai agreement with the MBE and/or WBE firms for work listed 1n this chedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing ..iisrepresentation of facts is grounds for consideration. of disquaiification and will result in the bid being considered non-responsive to specifications. a Company Name,Contact Name, Certified Specify ALLContracting Specify AU Items to be Dollar Amount Address,and Telephone No. Scope of Work(7 Supplied(*) ~ t �L Z vs f= i . r MMIBEs must be located in the 9(nine)county marketplace or currently doing business in the marketplace at the time of bid. L) Specify all areas in which MWBE's are to be utilized and/or Items to be supplied: 1(*) A complete listing of items to be supplied is required In order to receive credit toward the M/WBE goal Identify each Tier level. Tier:Means the level of subcontracting below the prime contractoriconsultant,i.e.,a direct payment from the prime contractor to a subcontractor is considered 1"tier,a payment by a subcontractor to Its supplier is considered 2nd tier. THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m.,FIVE(5)CITY BUSINESS DAYS AFTER BID OPENING,EXCLUSIVE OF THE BID OPENING DATE Rev.6/2/98 Pages 1 and 2 of Attachment 1A must be received by the Managing Department ATTACHMENT 1A Page 2 of 2 city of Fort Worth Minority and Women Business Enterprise Specifications MBE/WBE UTILIZATION Company Name,Contact Name, Certified Specify All Contracting Specify AI.(Items to be Dollar Amount Address,and Telephone No. a Scope of Work(') Supplied(') p v� I IF o y F Z rctu e bidder further agrees to provide, directly to the City upon request, complete and accurate information'regarding al work performed by all subcontractors, Including MBEs) and/or WBE(s) arrangements submitted with this bid. e bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that .Will substantiate the actual work performed by the MBE(s) and/or WBE(s) on this contract, by an authorized officer or mployee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the ontract or debarment from City work for a period of not less than three (3) years and for Initiating action under Federal, tate or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material reach of contract may result in a determination of an irresponsible offeror and barred from participating in City work )r a period of time not less than one(1)year. .� ALL MBEs and WBEs MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD Authorized Signature Printed Signature tie Contact Name and Title(if different) .ompany Name Telephone Number(s) ,,Address . Fax Number ilty/State/Zip Code Date s THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 .m. FIVE 5 CITY BUSINESS DAYS AFTER BID OPENING,EXCLUSIVE OF THE BID OPENING DATE Rev.612/98 Paaes 1 and 2 of Attachment 1A must be received by the Managing Department ATTACHMENT 1B Page 1 of 1 City of Fort Worth Minority and Women Business Enterprise Specifications Prime Contractor Waiver APAC - TEXAS, INC. FT.. WORTH HMAC OVERLAY (2000-11) Prime Company Name 'Project Name 08/24/00 G893-020930522140 Bid Opening Date Project Number If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO,then you must complete ATTACHMENT 1C. This form is only applicable if bAAh answers are yes. Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 12:m.. five j5) City business days afterid'o ep nind, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid spec1flcations:%4P- Will you perform this entire contract without subcontractors? Yes No If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice arid provide-an operational profile of your business. � � Will you perform this entire contract without suppliers? { '7,44 Yes ''` ` No if yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and rovide an inventory profile of your business. th4 , -r-P y, The bidder further agrees to provide, directly to the City upon request, complete and accurate Information regarding actual work performed by all subcontractors, Including MBEs) and/or WBE(s) on this contract, the payment therefore and any proposed changes to the original MBE(s) and/or WBE (s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and fifes held by their company that will substantiate the actual work performed by the MBE(s) and/or WBE(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 creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work fora period of time not less th n one (1) year. MICHAEL-R. 19XTER ` Authoylzed Signature Printed Signature i BRANCH MANAGER Title Contact Name (if different) r ADAC - TEXAS, INC. (817) 336-0521 Company Name Contact Telephone Number (s) d 1901 COLD SPRINGS RD. FT. WORTH,TX 76102 (817) 877-4908 Address Fax Number i Rev.VM8 i amn AP U'-Texas, Inc. Fort Worth Branch 1901 Cold Springs Road P.O.Box 1807 Fort Worth,Texas 76101 (817)336-0521 FAX(817)877-4908 August 29, 2000 City Manager's Office Minority/Women Business Enterprise Office 1000 Throckmorton Street Fort Worth, Texas 76102 Reference: FORT WORTH HMAC SURFACE OVERLAY(2000-11) Due to the scope of work on the above referenced project, this particular project will be constructed using only APAC-Texas, Inc.forces. However, since it is normal practice for APAC to actively recruit minority participation for any work which is subcontracted, we have included the paperwork necessary to complete the"Good Faith Effort"for this particular project. If any additional information is necessary, please contact me at(817)336-05212. Thank you in advance for your assistance. Sincerely, — Kevin Flowers Estimator amn APAC-Tees, Lac. Fort Worth Branch 1901 Cold Springs Road P.O.Box 1807 Fort Worth,Texas 76101 (817)336-0521 FAX(817)877-4908 August 29, 2000 City Manager's Office Minority/Women Business Enterprise Office 1000 Throckmorton Street Fort Worth, Texas 76102 Reference: FORT WORTH HMAC SURFACE OVERLAY(2000-11) The purpose of this letter is to provide an explanation to the fact that the above referenced project will be constructed without the use of any new suppliers. The only suppliers that would be utilized on a project of this nature would involve hot mix material suppliers. It is APAC'S policy to use the same material suppliers to ensure the overall quality of our construction products. These material suppliers are evaluated on an annual bases to ensure that our products are of the highest quality and most economical to our customers. If any additional information is necessary, please contact me at(817) 336-05212. Thank you in advance for your assistance. Sincerely, a� Kevin Flowers Estimator A ATTACHMENT IC Page 1 of 3 City of Fort Worth ■■ Minority and Women Business Enterprise rl GOOD FAITH EFFORT AAC — TEXAS, INC. 06'124/00-- " Prime Company Name Bid Date FORT WORTH HMAC OVERLAY (2000-11) Project Name Project Number If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your M/WBE participation Is less than the City's project goal,you]pusA complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City,. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 500 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. 1.) Please list each and every subcontracting and/or supplier opportunity(DO NOT LIST NAMES OF FIRMS) which will be used in the completion of this project, regardless of whether it is to be provided by a M/WBE or non- M/WBE. (Use additional sheets,If necessary) List of: Subcontracting Opportunities List of: Supplier ier Opportunities t (NONE) ALL WORK WILL BE PERFORMED BY APAC FORCES. Rev.6/2/98 ra ATTACHMENT 1C Page 2 of 3 rq 2.) Did you obtain a current list of M/WBE firms from the City's M/WBE Office? The list is considered in , compliance, if it is not more than 3 months old from the date of bid opening. • X Yes Date of Listing 07 '119 / 00 No 3.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail,exclusive of the day the bids are opened? X Yes If yes,attach M/WBE mail listing to include name of firm and address and a dated No copy of letter mailed. 4.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously �. listed, at least ten calendar days prior to bid opening by telephone,exclusive°of the day the bids are opened? X Yes If yes,attach list to include�name of MIWBE firm, person contacted, No phone number and dak and SINS of contact. NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile Is used, attach the fax confirmation, which is to rovide MMBE name, date, time, fax number and documentation faxed. NOTE: If a SIC list of M/WBE Is ten or less, the.bidder must contact the entire list to be in compliance with questions 3 and 4. If a sic list of M/WBE is more than ten, the bidder.must contact at least two-thirds of the list but not less than ten to be In compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential MIWBEs or Information regarding the location of plans and specifications in order to assist the M/WBEs? X Yes No 6.) if M/WBE bids were received and rejected,you must: (1) List the M/WBE firms and the reason(s)for rejection(i.e.,quotation not commercially reasonable, qualifications,etc.)and ■ (2) Attach affidavit and/or documentation to support the reason(s) listed below(i.e.. letters,memos, bids,telephone calls, meetings,etc.) (Please use additional sheets,If necessary,and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection (NO QUOTES RECEIVED) F ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional Information you feel will further explain your good and honest efforts to obtain MIWBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. ' Any intentional and/or knowing misrepresentation of facts will be , grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating°action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an Irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that _any M/WBE(s) listed in Attachment IN C will be contacted and the reasons for not using them will be verified by the City's M B M e. . Z MICHAEL R. .BAXTER AuthorizO Signature Printed Signature BRANCH MANAGER Title Contact Name and Title (if different) APAC - TEXAS, INC. (817) 336-0621 Company Name ' Telephone Number(s) 1901 COLD SPRINGS RD. (817) 877-4908 ` Address Fax Number FORT_ WORTH,' TEXAS 76102 08/29/00 City/State/Zip Date Row rl?19R MIME REQUIRED DOCUMENTATION RECEIPT Transportation & Public Works Official Date: /-3 o/ CrD Official Time: Bid Date: Project Name: Project Manager: Forms Submitted By Name: Company: R Received By: j� CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR: H.M.A.C. SURFACE OVERLAY (2000-11) AT VARIOUS LOCATIONS PROJECT NO. GS93-020930522140 1. SCOPE OF WORK: The work covered by these details and specifications consists of the surface rehabilitation of existing pavement. Including the addition of a• new surface layer of H.M.A.C. as described in the Special Provision of these specifications. The work shall include all other miscellaneous items of construction to be performed as outlined in the details and specifications which are necessary to satisfactorily complete the work. The contractor is encouraged to conduct site visits and survey all these possibilities. The contractor shall verify these locations with the Construction Engineer. For street locations see list at the back of this document. Additional locations may be added if needed as directed by the Engineer. All short cul-de-sac streets and turnouts that intersect with a street listed above shall be included in this contract, even though they may not be listed due to their size. The contractor shall clean, apply tack coat, overlay and adjust facilities. Included, in addition to the resurfacing process, will be the removal (only) of all traffic buttons, removal and replacement of H.M.A.C. base and all other miscellaneous items of construction to be performed as outlined in these specifications which are necessary to satisfactorily complete the work. Total quantities given in the bid proposal may not reflect actual quantities, but 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. 2. Contract will be awarded to the lowest responsible and responsive bidder. 3. The Contractor agrees to complete the Contract within the allotted number of days. If the Contractor fails to complete the work within the number of days specified, liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Construction of the City of Fort Worth, Texas. 4. The City reserves the right to abandon, without obligation to the Contractor, any part of the project, or the entire project, at any time before the Contractor begins any construction work authorized by the City. 5. This contract and project are governed by the two following published SP-1 I specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION-CITY OF FORT WORTH AND STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH CENTRAL TEXAS. A copy 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 designer. If not shown, then applicable published specifications in any 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. 6. Bidders shall not separate, detach or remove any portion, segment or 1P sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate and as determined by the Director of the Transportation and Public Works Department. 7. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of one (1) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 8. TRAFFIC CONTROL: The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Vernon's Civil Statues, pertinent sections being Section Nos. 27, 29, 30 and 31. 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 Depart- ment, Signs and Markings Division (phone number 871-8075) , to remove the R sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. SP-2 The Contractor shall limit his work within one continuous lane of traffic at a time to minimize interruption to the flow of traffic. 9. PAYMENT: The Contractor will receive bi-weekly payment (minus 5% 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. 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 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. 11. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction, as required by Engineer, by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs", Item 524, and/or as shown on the plans. Construction signing and barricades shall conform with the latest edition of the "Texas Manual on Uniform Traffic Control Devices, Vol. No. 111. 12. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator ("Administrator") , of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administra- tor to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056) . All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the contractors disposal sites shall be evidenced by a letter signed by the Administrator stating SP-3 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 contractors expense. In the event that the contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of the Department of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 13. 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. 14. Final cleanup work shall be done for this project as soon as the work has been completed. No more than seven days shall elapse after completion of construction before the roadway and right-o£-way is cleaned up to the satisfaction of: the Engineer. 15. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 16. CONSTRUCTION SCHEDULE: It shall be the responsibility of the Contractor to furnish the! Construction Engineer, prior to construction, a schedule outlining the ,anticipated time each phase of construction will begin and be completed, including sufficient time being allowed for cleanup. 17. 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 an insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hood connections. (3) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Co. ) which will erect temporary mechanical barriers, de- energize the line, or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company, and shall record action taken in each case. SP-9 (4) The Contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (5) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3) . 18. 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 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 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 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 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. CONSTRUCTION The City of Fort Worth maintains a "CONFINED SPACE ENTRY PROGRAM" for its employees and all contractors and their sub-contractors must comply with this program as a condition of the contract. All active sewer manholes, regardless of depth, are defined as "permit required confined spaces". Contractors will be required to complete the "CONFINED SPACE ENTRY PERMIT" used by the Fort Worth Water Department (Field Operations Division) for each entry and possess and use the equipment necessary to comply with this program. The cost of complying with this program will be considered subsidiary to the pay items involving work in confined spaces (e.g. vacuum testing, cleaning, televising, construction, etc.) . NON-PAY ITEM NO. 1 - SPRIIMING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item No. 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. SP-5 NON-PAY ITEM 210. 2 - REMOVAL OF TRAFFIC BUTTONS AND TEMPORARY LANE TAPE: All traffic buttons shall be removed from the existing asphalt surface before resurfacing begins. The contractor shall be responsible for the removal of all buttons. Upon completion of the job the City will install new buttons after proper notification. The contractor shall also be responsible for all materials, equipment and labor to place temporary adhesive lane marking tape, at locations as directed by the Construction Engineer, to direct traffic flow until permanent markers are installed. The contractor shall notify the Construction Engineer to arrange for the replacement of the buttons and adhesive lane markers (arrows, etc.) . All costs to the contractor shall be figured as subsidiary to this contract. NON-PAY ITEM NO. 3 - 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: Company Telephone Number Contact Person Southwestern Bell Telephone 338-6275 "Hot Line" Texas Utilities 336-9411 Mr. Roy Kruger Ext. 2121 Lone Star 336-8381 Mr. Jim Bennett Ext. 6982 City of Fort Worth, 871-8100 Mr. Jim Bob Wakefield Street Light and Signal 1P 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. SP-6 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. PAY ITEM NO. 1 - PROJECT DESIGNATION SIGN: The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the 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 with the enclosed detail. The sign shall be constructed of 3/4" 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 construc- tion. 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 pre bid per each will be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 2 - UTILITY ADJUSTM. NT: This item is :included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer, and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No SP-7 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 adjust- ments. PAY ITEM NO. 3 - MANHOLE ADJUSTMENT: This item shall include adjusting the tops of existing manhole to match proposed grade as shown on the plans, in the detail at the back of this document or as directed by the Engineer. Standard Specification Item Nos. 450 "Adjusting Manholes and Inlets" and 406 "Concrete for Structures" shall apply except as herein modified. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Work shall be completed and street open to traffic within seven(7)calendar days. If the contractor fails to complete the work within seven(7)calendar days, a $100 dollars liquidated damage will be assessed per each manhole per day. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing manholes. The Engineer will field verify this ` inventory and provide the Contractor replacements for broken manhole covers. The contractor shall replace the manhole covers which are damaged during construction at no cost to the City. Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections, as per current City Water Department Special Conditions. The unit price pre bid per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 4 - WATER VALVE BOXES ADJUSTMENT: 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. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing water valve boxes. The Engineer will field verify this inventory and provide the Contractor replacements for broken valve �, SP-8 boxes. The contractor shall replace the valve boxes which are damaged during construction at no cost to the City. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Work shall be completed and street open to traffic within seven (7) calendar days. If the contractor fails to complete the work within seven (7) calendar days, a $100 dollar liquidated damage will be assessed per each water valve box per .day. The unit price pre bid per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 5 - WATER METER BOX ADJUJS'" 'T: This item only apply when the adjacent curb and gutter has been determined to be removed and replaced as directed by the Engineer. The adjustment shall include raising or lowering the existing water meter box to the proper grade. The unit price pre bid per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the ,r. work. PAY ITEM NO. 6 - REMOVAL AND REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE: The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure. The Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion. The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable sub-base. The total depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal for which the Engineer will select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site. After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with Type "D" surface mix. This item will always be used even if no base improvements are required. The proposed H.M.A.C. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness will not exceed 611. Before the patch layers are applied, any loose material, mud and/or water shall be removed. A liquid SP-9 r asphalt tack coast shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each :Lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oily;, and Emulsions", 304 "Prime Coat", and 312 "Hot-Mix Ph 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. PAY ITEM NO. 7 -- 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. r 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. PAY ITEM NO. 9 - 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) : All applicable provisions of Standard Specifications, Item Nos. 312 "Hot- Mix Asphaltic Concrete" 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 tempera- ture being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as necessary. The unit price bid per square yard of H.M.A.C. complete and in place, shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 10 - 8" PAVEMENT PULVERIZATION: Contractor shall pulverize the existing pavement to a depth of 8". After pulverization is completed, contractor shall temporary remove and store the 8" deep pulverized material, then cut the base 2" to provide place for �. SP-10 r 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 5% Portland cement shall be used to mix the pulverized material. If the existing pavement has a combination of 10" H.M.A.0 and crushed stone/gravel, undercut will not be required, the contractor will pulverize 10" inches, the 2" inch cut will be taken from the 10" pulverized material. (see soil test report) After the pulverized material is cured, the contractor shall overlay it with 2" H.M.A.C. surface within five (5) calendar days. If the contractor fails to begin the work within five (5) calendar days, a $200 dollars r liquidated damage will be assessed per block per day. l The unit price bid per square yard 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 2" H.M.A.C. surface will be paid by separate item. PAY ITEM NO. 12 - REMOBILIZATION: This item shall compensate the Contractor to remobilize personnel, equipment, supplies, and material to perform an additional work as directed by the Engineer. Remobilization will be considered when personnel and equipments were demobilized, and the street is completed. Remobilization shall be determined by the Engineer. Any Remobilization without the approval of the Engineer will not be compensated. The unit price per bid per each will be full compensation for all labor, equipment, material, tools, and all incidentals necessary to complete the work. PAY ITEM NO. 1:3 - UNCLASSIFIED STREET EXCAVATION: This item will be used if additional excavation is needed that is not covered by Pay Item No. 10 - 118" "PAVEMENT PULVERIZATION". Additional Excavation is the removal of the excessive crown and base to bring the new base to proper grade & City standard specifications for street reconstruction. All applicable provisions of Item 106,"Unclassified Street Excavation" shall apply, work shall be paid per cubic yard. END OF SECTION SP-11 CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT This agreement made and entered into this the 17th day of October , 20 00 by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.D., 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city, and the City of Fort Worth being hereinafter termed Owner, and APAC-Texas. Inc. HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: HMAC SURFACE OVERLAY 2000-11 AT VARIOUS LOCATIONS Designated as project number, GS93-020930522140 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 same as if written herein. C-1 C DMI s 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 60 (Sixty) 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 as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $ 315.00 per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications, and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete the same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if, in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said Plans and Specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6. Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and A V u h T o F all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officeivs, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas, as amended, in the form included in the Contract Documents, and such bonds shall be 100 percent (100%) of the total contract price, and the said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 8. Said City agrees and binds itself to pay, and the said 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 SEVEN HUNDRED TWENTY FOUR THOUSAND, THREE HUNDRED THIRTY THREE DOLLARS AND NO CENTS $724,333.00 Fr-- �� .._.. `_SCOGMD P pprr1�� C-3 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 copies verbatim herein. 11. The Contractor shall procure and shall maintain during the life of this contract insurance as specified in paragraph 8 of Special Instruction to Bidders of this contract documents. 12. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. N WITNESSETH WHEREOF, the City of Fort Worth has caused this instrument to be signed in Six 6 counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in Six 6 counterparts with its corporate seal attached. a Jrn� �i(PEC o nul . C-4 Done in Fort Worth, Texas, this the 17th day of October , 20 00 . RECOMMENDED: CITY OF FORT V7H DIRECTOR, DEPARTMENT OF ASSISTANT CI MANAGER ENGINEERING rAPPROVED: DIRE NSPORTATI N AND APAC -TEXAS, We. PUBLIC WORKS ATTEST: (Contractor) CITY SEC ETARY d- (SEAL) BY: (Representa ive) MICHAEL R BAXTER BRANCH MANAGER (TITLE) APPROVED AS TO FORM & (Address) LEGALITY: P. Q. SOX 11V? FG&T WOKM TX 7*wf (City/State/Zip) ASSI ANT C A RNEY P - 81A R Contract Authorization November 1960 Revised May 1986 Revised September 1992 Date Revised January 1993 Revised April 1999 Revised June 1999 05MCNAL ISCORDD FT, r C-5 Flo PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENT: That we (1) APAC-Texas,Inc. (2) Company of Texas hereinafter called Principal and (3) Liberty Mutual Insurance Company 9 a corporation organized and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas hereinafter called Owner, in the penal sum of: Seven Hundred Twenty Four Thousand,Three Hundred Thirty Three Dollars and No Cents $724,333.00 Dollars in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we hereby bind ourselves, our heirs, executors,administrators, and successors,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth,the Owner, dated the 17th day of October ,2000, a copy of which is hereto attached and made a part hereof,for the construction of: HMAC SURFACE OVERLAY 2000-11 AT VARIOUS LOCATIONS designated as Project Number Gs93-020930522140 , a copy of which contract is hereto attached, referred to, and made a part hereof as fully and to the same extent as if copies at length herein, such project and construction being hereinafter referred to as the"work". NOW THEREFORE, if the Principal shall well, truly and faithfully perform the work in accordance with the plans, specification, and contract document during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the owner all outlay and expense which the Owner may incur in making good any default,then this obligation shall be void;otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time alteration or addition to the terms of the contract or to the work or to the specifications. AMPERBOND.FRM IN WITNESS WHEREOF, this instrument is executed in 6 Counterparts each one of which shall be deemed an original,this the 17th day of October i 2000. t" P:r% r5 Nr,- Principal (4) ATTEST: t By: (Princi Fa Secre t dy MICHAEL AXTER RRANCH MANAGER (Printed Name/Title) (SEAL) P 0. T%x 76 04 ADDRESS CITY/STATE/ZIP 301 Commerce St. , Ste. 2101 Fort Worth, TX 76102 Liberty Mutual Insurance Company (Address) (Surety) ATTEST: (Surety) Secretary fj' N'e, Y• (Attorney-in-F t)(5) AL) Elaine Wakefield (Printed Attorney-in-Fact) Witness as to Sure y Note: Date of Bond must not be prior to date of Contract (1) Correct name of Contractor (2) A Corporation,a Partnership or and Individual,as case may be (3) Correct Name of Surety (4) If Contractor is partnership all Partners should execute bond (S) A true copy of Power of Attorney shall be attached to bond by Attorney-in-Fact A:14PERBOND.FRM PAYMENT BOND THE STATE OF TEXAS COUNTY OFTARRANT KNOW ALL MEN BY THESES PRESENTS: That we. _1PAC-Texas, Inc. a corporation of_ Tarrant County, Texas , hereinafter called Principal and (3) Liberty Mutual Insurance Company , a corporation organized and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas. hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to in the penal sum of: Seven Hundred Twenty Four Thousand,Three Hundred Thirty Three Dollars and No Cents $724,333.00 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner dated the 17th day of October , 2000, a copy of which is hereto attached and made a part hereof, for the construction of: HMAC SURFACE OVERLAY 2000-11 AT VARIOUS LOCATIONS designated as Project Number GS93-020930522140 copy of which contract is hereto attached, referred to, and made a part hereof as fully and to the same extent as if copied at length herein, such project and construction being hereinafter referred to as the"works". NOW, THEREFORE, the condition of the obligation is such that, if the Principal shall promptly make payment to all claimants as defined in Article 5160 of the Revised Civil Statutes of Texas, supplying labor and materials in the prosecution of the work provided for in said Contract, then this obligation shall be null and void, otherwise it shall remain in full force and effect. THIS BOND IS MADE AND ENTERED into solely for the protection of all claimants supplying labor and material in the prosecution of the work provided for in said Contract, as claimants are defined in said Article 5160, and all such claimants shall have a direct right of action under the bond as provided in Article 5160 of the Revised Civil Statutes. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, State of Texas, and that the said Surety, for value received, hereby stipulates and agrees that no change extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specification accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or the specifications. .. A:\5PAYBOND.FRM PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder whose claim shall be unsatisfied. IN WITNESSETH WHEREOF,this instrument is executed in 6 counterparts, each one of which shall be deemed an original,this the 17th day of October ,2000. APAC -TEXAS, W. P ' c' 1(4) ATTEST: , &'z4-.dj) BY: (Princ' al Secreta MICHAEL R TF_R BRANCH MANAGFR (Printed Name/Title) (SEAL) PO§LT WORD TX -M"4 ADDRESS CITY/STATE/ZIP 301 Commerce St. , Ste. 2101 Fort Worth, TX 76102 Liberty Mutual Insurance Company �- (Address) (Surety) ATTEST: t (Surety) Secretary By: (Attorney-in-Wt)(5) Elaine Wakefield (Printed Attomey-in-Fact) Wltne as to Surety Note: Date of Bond must not be prior to date of Contract (l) Correct name of Contractor (2) A Corporation, a Partnership or and Individual,as case may be (3) Correct Name of Surety (4) If Contractor is Partnership all Partners should execute bond a THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 542738 This Power of Attorney limits the act of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts mutual insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint, DIANE ESTEP, CYNTHIA PREWITT, JAMES M. RUTLEDGE, ELAINE WAKEFIELD, RANDY WHITE, LINDA F. HUGHES,ALL OF THE CITY OF FORT WORTH, STATE OF TEXAS................................... ....................................................... ........................................ ... ......... .................... ............................... .................................................w....... ...................................................................:.....................,........................................ ..................................................„.......................................................................... .......................................................... ...................... ............................... .. ......................................................... ..................................................................... each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding FIFTFFN MILLION ANn Qp/1 DOLLARS ($15,000,000.00'"*"* ) each, and the execution of such bonds or ; undertakings, in pursuance of these presents,shall be as binding upon the Company as if they had been duly signed by the president and attested by a Z the secretary of the Company in their own proper persons. a a ` That this power is made and executed pursuant to and by authority of the following By-law and Authorization: C ARTICLE XVI-Execution of Contracts:Section 5.Surety Bonds and Undertakings. a YAny officer or other official of the company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the ; t C company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety C obligations. Such attorneys in-fact,subject to the limitations set forth in their respective powers of attorney, shall have full ower to bind the a 91 P P Y, P t y company by their signature and execution of any such instruments and to attach thereto the seal of the company. When so executed such — l: d Im instruments shall be as binding as if signed by the president and attested by the secretary. v t- u ` By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attomeys-in-fact: d U C N > Pursuant to Article XVI,Section 5 of the By-laws,Assistant Secretary Garnet W. Elliott is hereby authorized to appoint such attorneys-in-fact p C �p as may be necessary to act in behalf of the company to make, execute,seal, acknowledge and deliver as surety any and all undertakings, Q^ r�bonds,recognizances and other surety obligations. w , d W That the By-law and the Authorization above set forth are true copies thereof and are now in full force and effect. Z O L at c — L IN WITNESS WHEREOF, this instrument has been subscribed by its authorized officer and the corporate seal of the said Liberty Mutual Insurance 3 a O Company has been affixed t in Plymouth Meeting,Pennsylvania this 23rd day of March1999 CL 0 E i ' L s bt91LIBERTY MUTUAL INSURANCE COMPANY L C LO t: By }% GZ.Qamet W.Elliott,Assistant Secretary 'O j C � }; COMMONWEALTH OF PENNSYLVANIA ss =S ;a COUNTY OF MONTGOMERY 1t C «v 0 = On this 23rd day of March A.D. 1999 , before me, a Notary Public, personally came the individual, known toE a > d me to be the therein desc" idual and officer of Liberty Mutual Insurance Company who executed the preceding instrument,and he acknowled- L r E ged that he executed a! a the seal affixed to the said preceding instrument is the corporate seal of said company;and that said corporate =a seal and his signatu as duty affixed and subscribed to the said instrument by authority and direction of the said company. O IN TESTIMO REOF,I set my hand and affix my official seat at PIyrnoLq Meeting,P ,the ay arid year first above written. 04. * OF * NOTARIAL Not S E�S� ~' DONNA E BHIELpS,Notary Public 4 Plymoutti.Twp,Montgomery County Notary Public 2 FS1�P hiy Comrn;ss;on€xpues Feb.2.2002 NSyotp �G E I, the undersigne tretary of Liberty Mutual Insurance Company,do hereby certify that the original power of attorney of which the foregoing is a full,true and c c copy,is in full force and effect on the date of this certificate;and I do further certify that the officer who executed the said power of attorney was one of the officers specially authorized by the chairman or the president to appoint any attomey-in-fact as provided in Article XVI,Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate may be signed by facsimile under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company wherever appearing upon a certified copy of any power of attorney issued by the company, shall be valid and binding upon the company with the same force and effect as though manually affixed. 7 IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company,this 17th _day of Octobgr 2000 sistant ec etary THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN INCEPTI E AFTER March 23 -120 01 %ov_n i irmoj,%1 C Vr IrV%-)UKANLor_ THIS CERTIFICATE 1S ISSUED AS A MATTER OF INFORMATION°ONL Y.kNI)CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS " CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. Name and Address of Agency Company Companies Affording Coverages 0 Ur;,-d Service Agency, Inc. Letter P Office Box 11765 A Pacific Employers Insurance Company Lexington, Kentucky 40577 B C Name and Address of Insured p APAC— Texas, Inc. E FORT WORTH BRANCH F P.O. Box 1807 G Fort Worth, Texas 76101 H I This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. Company Policy Limits of Liability in Thousands(0001 Letter Type of Insurance Policy NumberDate n Policy Occurrence Aggregate GENERAL LIABILITY PERSONAL INJURY A ® ISem F I LAB 26609 12/01/01 BINCLUDING DILY NJ AY a a ®PREMI -OPERAws ® o'A1°D�� Effective: PROPERTY DAMAGE $ $ HAZAR®IADERGF0MNAZIIRD 12/1/98 ®PRooucrsica�PLEr� OPERATM HAZARD SCMTWCnXK PaAAHCE PERSONAL INJURY, SWAD FORY PROPEIM PPRRODILY PERTRDAMAGEDAMAGE $ 1,000 $ 1,000 19NDEPBq@1rCOMFAGTOFtS,.. COMBINED ®PERS NALtiiM AUTOMOBILE LIABILITY BODILY INJURY(EACH $ PERSOM BODILY WJURY®COWREH9WEFORM LAB 26609 12/01/01 OCC RENCEH $ A ®owm PROPERTY DAMAGE $ A SHRED Effective: IN,)URY AND ®N�►�� PROPERTYBYDAMAGE $ 1211/98COMBINED 1,000 EXCESS LIABILITY © UMBRELLA FORM B001LY INJURY AND PROPERTY DAMAGE $ $ ❑ OTHER THAN UMBRELLA FORM COMBINED WLR C4 266134-A STATUTORY A WORKERS'C�PENSATION 12/01 BOO EMPLOYERS LIABILITY $ 1,000 EACH ACCIDENT) $ $ $ $ eSCRFnONOFOPERATIONSILOCATIONSWHICLES •"SEE REVERSE SIDE. H.M.A.C. SURFACE OVERLAY(2000-11) , Project # GS93-020930522140 to .NCELLAr Should any of the above described policies be cancelled before the expiration date thereof,the issuing company will endeavor to mail ' 30 days written notice to the below named certificate holder,but failure to mail such notice shall impose no obligation or liability of any _ kind upon the company. Jn Address of Certificate Holder Date Issued: 10/19/00 City of Fort Worth 1000 Throckmorton Street Fort Worth , Texas 76102 K . AUTHORIZED SIGNATURE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor, APAC-Texas, Inc. certifies that it provides worker's compensation insurance coverage for all of its employees employed on City of Fort Worth project HMAC Surface Overlay 2000-11 at Various Locations project number, GS93- 020930522140. By: »id _L R"`ff7!C<_TyH BRANCH MANAGER Title ld/l9/00 Date STATE OF TEXAS 3 COUNTY OF TARRANT 3 BEFORE ME, the undersigned authority, on this day personally appeared MICHAEL R. BAXTER , 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 APAC -TEXAS, , for the purposes and considerations therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this /4 i-h, day of Q r-to ber MARY SIMPSO (14 N �« NOTARY PUBLIC Notary Public in and for the State of Texas STATE OF TEXAS My Comm. Exp. 07-09-2001 lion (a) Contractor agrees to fr(Tvi-7delo the City a certificate showing that it has obtained a policy of workers compensation insurance covering each of its employees on the project in compliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this section. (b) Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of workers compensation insurance covering each employee employed on the project. Contractor will not permit any subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy of all such certificates to the City. AA3W0RKC0M.FRM -911 : z Q U W � J d 1`•ILV \I I m a Oco U S • .-� �-- z W CL a G w 1�mz Q m z Q � Q z z o � Z o w C� w I-- z UV) z Q w a w � � zw O �. U ~ I- U w w w --D cl� O E-- rr cn � „ o- , z MANHOLE WATER VALVE ' 1/2 W TYP 4.0' M H 2.0' W V c � 8 - #4 BARS TYP. PLACED MIN 3" BELOW SURFACE ' �• • _3" TYP. A O • \ G/ O 4 PVMT �y='may`' PVMT BASE • �' BASE i GRADE RINGS AND RAM NECK i CONCRETE COLLAR HEIGHT VARIES 1. ALL CONCRETE USED SHALL BE 300 0 PSI. Z. CONCRETE COLLAR SHALL EXTEND TO THE BOTTOM OF BASE (MIN.). 3. CONCRETE COLLAR SHALL BE: a) 4' x 4' for MANHOLE b) Z' x Z' for WATER VALVE. CONCRETE COLLAR for MANHOLE andL WATER VALVE NTS February 1993 CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: LOWERY ROAD (COOKS LANE TO WEST DEAD END) DOE NO. : 0909 FUND CODE: 03 HOLE #1 LAB NO: 69895 LOCATION: 8027 LOWERY RD. N/4 2.250 HMAC `t C g.C30" r+ffi A C I SJN01-j C l l y G✓,;vet 5.75" BROWN SDANDY CLAY W/GRAVEL 1 7-,00� S►9Nd-( 1 A`� 12.00" REDDISH BROWN SANDY CLAY Q. 1�: t2 U- UNIT WEIGHT: 134 .0 LBS PER CUBIC FOOT HOLE #2 ��� LAB T10: 69896 LOCATION: 7971 LOWERY RD. CL " 5.25" BROWN CLAY W/GRAVEL (STABILIZED MATERIAL) (��/ HM V4C�!1 1�t� , G r,n�e 1 3.50" BROWN SANDY CLAY W/GRAVEL 9.00" BOWN SANDY CLAY NU U(vD� iZ C' Lk i UNIT WEIGHT: 136.0 LBS PER CUBIC FOOT HOLE #3 LAB NO: 69897 rLOCATION: 7905 LOWERY RD. S/4 _ 2 .50" HMAC9,o0Hr�,,F , elAll tt 6. 50" BROWNISH GRAY CLAY W/GRAVEL (STABILIZED MATERIAL) L1,0of/ CIAL/ 11.00" BROWN SANDY CLAY X2 ;2 C U UNIT WEIGHT: 135.0 LBS PER CUBIC FOOT HOLE #4 LAB NO: 69898 � LOCATION: 7813 LOWERY RD. N/4 1.00" HMAC /D -7.00 ` H Pig F C. , CIA ,G(A e 6.00" BROWNISH GRAY CLAY W/GRAVEL (STABILIZED MATERIAL) C3,00'' S'r,r;y Clpy 13.00" YELLOWISH BROWN SANDY CLAY UNIT WEIGHT: 132.0 LBS PER CUBIC FOOT c -41 APPROVAL: RY JERI ROUTING DATE TESTED: 07-25-00 JOSEPH GAGLIARDI DATE REPORTED: 07-26-00 ABE CALDERON TESTED BY: CORRAL NAJIB FARES FILE CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: PALO ALTO DRIVE (SANTA CLARA TO HWY. 80) DOE NO. : 0909 FUND CODE: 03 HOLE #1 LAB NO: 69903 LOCATION: 121' SOUTH OF SANTA CLARA DR. W/4 1.25" HMAC — ------ �r qA0`' NvY�19C.�SRN4yC(��l Gr,�del — 7.75" PALE BROWN SANDY CLAY W/GRAVEL �� C —Uv" C��y 11.00" DARK BROWN CLAY _ � u�I Y�_ Lk I UNIT WEIGHT: 130.0 LBS PERCUBIC FOOT HOLE #2 LAB NO: 69904 LOCATION: 123' SOUTH OF SA14TA PAULA DR. CL 10 8.25m PALE BROWN CLAY W/GRAVEL 10.00" DARK BROWN CLAY _ o U VUO_r_c2 C ti.-r UNIT WEIGHT: 132 .0 LBS PER CUBIC FOOT HOLE #3 LAB NO: 69905 LOCATION: 124' NORTH OF PALO PINTO DR. E/41.000 7.00" VERY PALE BROWN CLAY' W/GRAVEL lit' CBOQ" Nm�9LC.LAy , (�Kav-el -4,6e)" C I A-y 0 12.00" DARK BROWN CLAY - UNIT WEIGHT: 130.0 LBS PER CUBIC FOOT APPROVAL: VRYJERI ROUTING DATE TESTED: 07-25-00 JOSEPH GAGLIARDI DATE REPORTED: 07-26-00 ABE CALDERON TESTED BY: CORRAL NAJIB FARES FILE CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: WILLIAMS ROAD (ANDERSON TO JOHN T. WHITE) DOE NO. : 0909 FUND CODE: 03 HOLE #1 LAB NO: 69901 LOCATION: 1136 WILLIAMS RD. E/4 ___ 1.00" HMAC 1D'� Ay , 6- A 1 9.00" BROWN SANDY CLAY W/GRAVEL 10.00" BROWN SANDY CLAY No u nr0=2 C�,, _UNIT WEIGHT: 130.0 LBS PER CUBIC FOOT_ HOLE #2 LAB NO: 69902 LOCATION: 1101 WILLIAMS RD. CL 1.00" HMAC �,' x.00" )4APG S���fl� C I&-i 6.00" BROWN SANDY CLAY W/GRAVEL f E 3 pol' S�}N v�� C %�4L 12.00" BROWN SANDY CLAY _ UNIT WEIGHT: 130.0 LBS PER CUBIC FOOT LL APPROVAL: (RY JERI ROUTING M DATE TESTED: 07-25-00 JOSEPH GAGLIARDI DATE REPORTED: 07-26-00 ABE CALDERON TESTED BY: CORRAL NAJIB FARES y FILE �T CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: WILLIAMS ROAD (JOHN T. WHITE RD. TO KUBAN) DOE NO. : 0909 FUND CODE: 03 HOLE #1 LAB NO: 69899 LOCATION: 802 WILLIAMS RD. W/4 N 8.00" YELMAC /011LOWISH BROWN SANDY CLAY W/GRAVEL (-�MV�C SANO� G17 CrrgUG� . 10.00" BROWN SANDY CLAY NO u N 0E V-T UNIT WEIGHT: 133.0 LHS PER CUBIC FOOT HOLE #2 LAB NO: 69900 s-, LOCATION: 300' NORTH OF JOHN T. WHITE RD. CL 2.00" HMAC Ip" 144Af,,C pjry 0tA1-1, L--rAJQ� 8.00" BROWN SANDY CLP_Y W/GRAVEL ' 10.00" BROWN SANDY CLAY No U doQ )? eUT UNIT WEIGHT: 133.0 LBS PER CUBIC FOOT APPROVAL: c/, RY JERI ROUTING DATE TESTED: 07-25-00 JOSEPH GAGLIARDI DATE REPORTED: 07-26-00 ABE CALDERON TESTED BY: CORRAL NAJIB FARES FILE HMAC SURFACE OVERLAY (2000-11) STREET FROM TO TYPE MAP LM CD BROOKLAND AV MAYWOOD ST S DEADEND OL 72P 0.18 7 FAIRLAND ST WESTLAND AV LONGVUE AV OL 72Q 0.32 7 FAY BLVD KUBAN BLVD N DEADEND OL 66U 0.32 4 KENWOOD AV RICHLAND AV S DEADEND OL 72P 0.93 7 KUBAN BLVD FAY BLVD WILLIAMS RD OL 66U 0.28 4 KUBAN BLVD WILLIAMS RD SANDY LA OL 66U 0.42 4 LOWERY RD COOKS LA E DEADEND POL 66U 1.03 4 MAYWOOD ST LONGVUE AV WESTLAND AV OL 72Q 0.33 7 PALO ALTO DR SANTA MONICA DR HWY 80 POL 72M 0.48 7 SAN JACINTO DR SANTA CLARA DR HWY 80 OL 72Q 0.57 7 SANTA CLARA DR ALEMEDA ST LONGVUE AV OL 72M 1.56 7 SANTA MONICA DR LONGVUE AV ALEMEDA ST OL 72M 1.56 7 SANTA PAULA DR ALEMEDA ST LONGVUE AV OL 72Q 1.56 7 WESTLAND AV RICHLAND AV S DEADEND OL 72P 1.03 7 WILLIAMS RD ANDERSON BLVD JOHN T WHITE RD POL 66U 0.42 4 WILLIAMS RD KUBAN BLVD RANDOL MILL RD OL 66U 1.87 4 WINTER ST SANDY LA WILLIAMS RD OL 66Q 0.46 4 Total Lane Miles 13.32 POL=Pulverized Overlay OL=Overlay Wednesday,July 26,2000