Loading...
HomeMy WebLinkAboutContract 31836 CITY SECRETARY CONTRACT NO. CITY SECRETARY D.O.E. FILE CONTRACTOR'S BONDING CO. CONSTRUCTION'S COPY SPECIFICATIONS CLIENT DEPARTMENT AND CONTRACT DOCUMENTS 2004 CIP CONTRACT H MEADOWBROOK HILLS DRAINAGE IMPROVEMENTS PROJECT NO. C200 541200 204270007483 DOE No. 4633 IN THE CITY OF FORT WORTH,TEXAS FILE No.K-1855 2004 MIKE MONCRIEF CHARLES R. BOSWELL MAYOR CITY MANAGER ROBERT D. GOODE, P.E. - DIRECTOR - DEPARTMENT OF TRANSPORTATION AND PUBLIC WORDS A. DOUGLAS RADEMAKER, P.E. - DIRECTOR DEPARTM EERING , r t �4J Ar ...........a •:$B .. ....s........•°a O ' DRIG31NAL v w, WNet.org l��k l "ame I Council Agenda I M&C I Employee Directory I Moming Report I A -j ORSf I IT Onlin. I Departments I Site Map print M&C COUNCIL ACTION: Approved on 4/19/2005 -Ord. #16387-04-2005 DATE: 4/19/2005 REFERENCE NO.: **C-20661 LOG NAME: 30MDWBRKHLLS CODE: C TYPE: CONSENT PUBLIC HEARING: NO SUBJECT: Adopt Appropriation Ordinance and Authorize Execution of Contract with McClendon Construction Company, Inc., for Minor Drainage Contract H, Meadowbrook Hills Improvements RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of$61,684.00 from the Water and Sewer Operating Fund to the Water Capital Project Fund in the amount of$30,842.00 and Sewer Capital Project Fund in the amount of$30,842.00; 2. Adopt appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Project Fund in the amount of$30,842.00 and the Sewer Capital Project Fund in the amount of$30,842.00, from available funds; and 3. Authorize the City Manager to execute a contract with McClendon Construction Company, Inc., in the amount of$322,916.45 for 60 working days for construction of the 2004 CIP Minor Drainage Contract H, Meadowbrook Hills Improvements. DISCUSSION: The 2004 Capital Improvement Program (CIP) included funds for the design of capital projects of storm drain facilities to alleviate recurring flooding problems in various locations. On June 29, 2004, (M&C C-20125) the City Council authorized the City Manager to execute an engineering agreement with Teague Nall and Perkins, Inc., for the design of Meadowbrook Hills Drainage Improvements. This design resulted in the recommendation for the construction of storm drain facilities in the following locations: a) Yolanda Drive, from Oak Hill Road to Azteca Drive; b) Oak Hill Road, from Yolanda Drive to Monterrey Drive; and c) Monterrey Drive, from Oak Hill Road to Danciger Road. The work also includes the rehabilitation of the streets by base pulverization and surface overlay with H.M.A.C. (hot mix asphaltic concrete). Selected driveway approaches that were not built to City standards will be reconstructed to prevent public storm water intrusion into private property. The Water Department has determined that water and sewer facilities will also need to be replaced on these streets. Water and sewer construction will be completed under a separate contract. The project was advertised for bid on December 9 and 16, 2004. The following bids were received on January 6, 2005: Bidders Amount Time of Completion McClendon Construction Company, Inc. $322,916.45 60 Working Days JLB Contracting $328,257.78 Stabile &Winn, Inc. $331,987.76 Carter Construction $393,309.35 The low bid for this project consists of$162,283.25 for storm drain construction and $160,633.20 for street pavement rehabilitation. Costs for the installation of the drainage facilities will be funded by the 2004 CIP. The costs associated with the street pavement rehabilitation will be shared equally ($53,544.40 each) between the 2004 CIP, the Water Department, and the Transportation and Public Works Department's Contract Street Maintenance Program. Funding from the 2004 CIP in the amount of$22,075.00 is included for associated storm drain and paving construction survey, project management, pre-construction, materials testing, inspection and project closeout. The contingency fund for possible change orders for storm drain construction and paving is $10,791.38. Funding from the Contract Street Maintenance Program in the amount of$5,194.00 is required for associated paving rehabilitation construction survey, project management, pre-construction, material testing, inspection and project closeout. The contingency funds for possible change orders for pavement construction is $2,677.60. Funding in the amount of$5,462.00 (Water: $2,731.00 and Sewer: $2,731.00) is required for associated paving rehabilitation construction survey, project management, pre-construction, material testing, inspection and project closeout. The contingency fund for possible change orders for pavement rehabilitation is $2,678.00 (Water$1,339.00 and Sewer: $1,339.00). M/WBE—The low bidder, McClendon Construction Company, Inc., is in compliance with the City's M/WBE Ordinance by committing to 50% M/WBE participation. The City's goal on this project is 19%. This project is located in COUNCIL DISTRICT 4, Mapsco 79D. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval and completion of Recommendation 1 and the adoption of the appropriation ordinance, funds will be available in the current capital budgets, as appropriated, of the Water Capital Projects Fund, the Sewer Capital Projects Fund, the Street Improvements Fund and the Contract Street Maintenance Fund. TO Fund/AccounVCenters FROM Fund/Account/Centers U2 $30,842.00 1)PE45 538070 609020 $30,842.00 $30,842.00 1)PE45 538070 709020 $30.842.00 2)P253 531350 604170007452 $630.00 3)P253 541200 604170007483 $26,772.20 2)P253 531350 604170007480 $134.00 3)P258 541200 704170007483 $26,772.20 2)P253 531350 604170007482 $27.00 3)C200 541200 204270007483 $215,827.65 2)P253 541200 604170007483 $28,111.20 3) $53,544.40 2)P253 531350 604170007484 $268.00 2)P253 531350 604170007485 $1,606.00 2)P253 531350 604170007491 $66.00 2)P258 531350 704170007452 $630.00 2)P258 531350 704170007480 $134.00 2)P258 531350 704170007482 $27.00 2)P258 541200 704170007483 $28,111.20 2)P258 531350 704170007484 $268.00 2)P258 531350 704170007485 $11606.00 22P258 531350 704170007491 $66.00 Submitted for City Manager's Offce bT. Marc Ott (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: A. Douglas Rademaker (6157) ATTACHMENTS 30MdwBrkH[ls.pdf SPECIFICATIONS AND CONTRACT DOCUMENTS 2004 CIP CONTRACT H MEADOWBROOK HILLS DRAINAGE IMPROVEMENTS PROJECT NO. C200 541200 204270007483 DOE No. 4633 IN THE CITY OF FORT WORTH,TEXAS FILE No. K-1855 2004 MIKE MONCRIEF CHARLES R. BOSWELL MAYOR CITY MANAGER ROBERT D. GOODE,P.E. -DIRECTOR DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS A. DOUGLAS RADEMAKER,P.E. - DIRECTOR DEPARTMENT OF ENGINEERING or 01 �•-. .NN..N....O...NN.N�.II..� o. TABLE OF CONTENTS 1. Notice to Bidders 2. Special Instructions to Bidders 3. Prevailing Wage Rates 4. Proposal 5. Vendor Compliance to State Law 6. Minority and Women Business Enterprises Specifications 7. Special Provisions 8. Certificate of Insurance 9. Contractor Compliance With Worker's Compensation Law 10. Equipment Schedule 11. Experience Record 12. Performance Bond 13. Payment Bond 14. Maintenance Bond 15. Contract 16. Details APPENDIX A—Right-of-Entry Agreements B—Geotechnical Information NOTICE TO BIDDERS Sealed proposals for the following: FOR: 2004 C11P CONTRACT H MEADOWBROOK HILLS DRAINAGE IMPROVEMENTS PROJECT NO.C200 541200 204270007483 FILE NO.K-1855 DOE#: 4633 Addressed to Mr. Charles R Boswell, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 PM, Thursday, January 6,2005 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the Office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. Sets of documents may be purchased for a non-refundable price of$30.00. Bid security is required in accordance with the Special Instruction to Bidders. 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. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the proposal form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at (817)392-7910. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete specifications book or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time-line stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation. In accord with City of Fort Worth Ordinance No. 15530,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM with Documentation') and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five(5)City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of " NTB-1 Irl': the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. For additional information,contact Richard Argomaniz at(817)392-8653. CHARLES R.BOSWELL MARTY HENDRIX CITY MANAGER CITY SECRETARY A.Douglas Rademaker,P.E. Director,Department of Engineering By Dena Johnson,P.E. Manager,Engineering Services Advertising Dates: December 9,2004 December 16,2004 NTB-2 SPECIAL INSTRUCTION TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five(5%)per cent of the total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten(10)days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory aw» proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. In this connection, the successful bidder shall be required to furnish a performance bond, a payment bond and a maintenance bond, in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253,Texas Government Code. In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or(2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion,will determine the adequacy of the proof required herein. The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City,notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. a If the contract amount is in excess of$25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of$100,000,a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. "" SI-1 All contracts shall require a maintenance bond in the amount of one hundred percent(100%) of the original contract amount to guarantee the work for a period of two(2)years after the date of acceptance of the project from defects in workmanship and/or material. 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. S. 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: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three(3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of the special provision titled "Right to Audit"pertain to this inspection. ' (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs(a)and(b)above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. PP Section 8.9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted. 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering if required for use by the CITY OF FORT WORTH in SI-2 low on determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 8. INSURANCE: Within ten(10)days 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- $500,000 each person, $1,000,000 each occurrence ($2,000,000 aggregate limit); Property Damage - $250,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. 9. ADDITIONAL INSURANCE REOUIREMENTS: a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers'compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups.The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s)covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. FICIAL REC�i,� gglrf � CP. EEL, YU SI-3 R ' `" U°lUnI TM k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. " m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 10. NONRESIDENT BIDDERS: Pursuant to Article 6018, 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. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a minority business enterprise (MBE) and/or women *" business enterprise(WBE)on the contract and payment thereof. Contractor further agrees to S14 a permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less that three(3)years. 12. 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 ninety(90) 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 ninety (90) days after this documentation is received, but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. 13. PAYMENT: The Contractor will receive full payment (minus retainage) from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. 14. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained by contacting the Plans Desk of the Department of Engineering at (817) 392-7910. Bids that so not acknowledge all applicable addenda may be rejected as non-responsive. 15. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. Definitions: Certificate 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, TWCCT83, or TWCC-84), showing statutory worker's compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any suc 1711 CITY Er-AN X SI-5 Ff. IR; 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)for all employees of the contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providing services on a project,and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project;and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter g. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten(10) days after the contractor knew or should have known, 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 SI-6 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 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 which entitles the governmental entity to declare the �"" SI-7 contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy' other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text,without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker" compensation insurance. This includes persons providing, hauling or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage,or to report an employer's failure to provide coverage". 16. NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex, race, religion, color, or national origin and shall comply with the provisions of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through 13A-29),prohibiting discrimination in employment practices. 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any of its officers, members, agents, or employees, who engage in performing this contract shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, or employees, or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification,retirement plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above referenced Policy PW concerning age discrimination in the performance of this Contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not SI-8 unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. 19. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a. The Contractor will receive full payment (less retainage) from the City for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the Contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the City and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, City shall make a progress payment in the amount that City deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. SI-9 CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2000 CLASSIFICATION HOURLY RATE Asphalt Raker $10.32 Asphalt Shoveler $9.75 Batching Plant Weigher $9.65 Carpenter(Rough) $13.64 Concrete Finisher-Paving $10.16 Concrete Finisher Helper(Paving) $9.70 Concrete Finisher-Structures $13.44 Flagger $7.00 Form Builder-Structures $13.44 Form Setter-Paving &Curbs $10.25 Form Setter-Structures $9.75 Laborer-Common $7.64 Laborer-Utility $8.64 Mechanic $13.25 Servicer $10.13 Pipe Layer $7.35 Pipe Layer Helper $6.75 Asphalt Distributor Operator $11.45 Asphalt Paving Machine Operator $11.09 Concrete Paving Saw $10.53 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel(< 1 1/2 CY) $10.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (> 1 1/2 CY) $11.52 Front End Loader(2 1/2 CY&less) $9.94 Front End Loader(over 2 1/2 CY) $9.32 Milling Machine Operator $8.00 Mixer $11.00 Motor Grader Operator(Fine Grade) $12.31 Motor Grader Operator $13.75 Pavement Marking Machine $11.00 Roller, Steel Wheel Plant-Mix Pavements $9.88 Roller, Steel Wheel Other Flatwheel or Tamping $12.12 Roller, Pneumatic, Self-Propelled Scraper $8.02 Traveling Mixer $10.00 Reinforcing Steel Setter(Paving) $9.75 Truck Driver-Single Axle (Light) $8.00 Truck Driver-Tandem Axle Semi-Trailer $10.22 Truck Driver-Lowboy/Float $10.54 Truck Driver-Transit Mix $10.63 Truck Driver-Winch $9.80 PROPOSAL TO: Mr.Charles R.Boswell City Manager Fort Worth,Texas FOR: 2004 CIP CONTRACT H MEADOWBROOK HILLS DRAINAGE IMPROVEMENTS PROJECT No. C200 541200 204270007483 FILE No.K-1855 DOE#: 4633 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 complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Department of Engineering Director of the City of Fort Worth. 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 said work within the time stated and for the following sums,to-wit: PAVING IMPROVEMENTS SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 104 1. 863 L.F. REMOVE EXISTING CONCRETE CURB AND GUTTER Dollars& ents Per L.F. $ 3Z=- $ 2 86 �s 104 2. 21673 S.F. REMOVE EXISTING CONCRETE DRIVEWAYS Dollars& Z 2 7S^' ents Per S.F. $ $ `—7 J .5e 104 3. 153 S.F. REMOVE EXISTING CONCRETE SIDEWALKS Dollars& Cents Per S.F. 106 4. 225 C.Y. UNCLASSIFIED STREET EXCAVATI N /� , -0-� Dollars& Cents Per C.Y. $ Z S $ s P-1 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 4 210 5. 1,151 S.Y. 8-INCH LIME STABILIZED SUBGRADE Q 5 LB/SY) 71 n-eZ Dollars& eo _ 00 4, C Cents Per S.Y. $ $ 3v�s1 j 212 6. 20 Ton LIME FOR SUBGRADE STABILIZ TIO 14 G! - Dollars& I� Cents Per Ton $ 8-5 $ 1706 502 7. 544 L.F. 7-INCH CONCRETE CURB AND 24- INCH G TER Dollars& r L �/ ov 4,1,0 Cents Per L.F. $ 2 7 ' $ 502 8. 235 L.F. LAYDOWN CURB AT DRIVEWAYS LAM(n- -A ( _Dollars& Cents Per L.F. $ 2 — $ 25� 504 9. 153 S.F. 4-INCH CONCRETE SIDEWALK WITH SALVAGED BRICK EDGING ,s'l'y Dollars& 9i� leo Cents Per S.F. $ CO $ S.P. 10. 56 S.F. REMOVE, SALVAGE AND REPLACE B CK SJDEWALK M i/ G-,— Dollars& ov Vc,,o Cents Per S.F. s-13 c o� $ 728 504 11. 2,673 S.F. 6-INCH REINFORCED CONCRETE DRIVEWAY Dollars& -14,C,—Cents Per S.F. $ $ 312 12. 9,383 S.Y. 2-INCH HMAC PAVEMENT(TYPE D) Dollars& (�( Cents Per S.Y. $ [ ?�1 $ �� S'7 312 13. 907 S.Y. 4-INCH HMAC PAVEMENT(TYPE B) Dollars& Q G Cents Per S.Y. $ / �8 $ SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 214 14. 8,476 S.Y. 8-INCH PAVEMENT PULVERIZATION S.P. AND CEMENT TREATMENT Dollars& 64 Cents Per S.Y. $ 2 $ 2-1190 214 15. 128 Ton CEMENT FOR STABILIZING P SJJBGRE(30 LB/SY) Dollars& / x Cents Per Ton $ / )Q '$ S.P. 16. 3 EA. ADJUST WATER METER BOX Thirty-Five Dollars& No Cents Per EA. $ 35.00 $ 105.00 450 17. 1 EA. ADJUST STORM DRAIN MANHOLE TO GRADE Three Hundred Fifty Dollars& No Cents Per EA. $350.00 $ 350.00 450 18. 4 EA ADJUST SANITARY SEWER MANHOLE TO GRADE _Three Hundred Filly Dollars& No Cents Per EA. $350.00 $ 1,400.00_ S.P. 19. 4 EA. CONCRETE COLLAR FOR SEWER MANHOLE / © (AA li![rC 4(&j/Dollars& __bd�,'. Cents Per EA. S.P. 20. 25 L.F. REMOVE AND REPLACE WOODEN F CE i _4W (.^— Dollars& / _Cents Per L.F. $ ( $ 3z S S.P. 21. 1 L.SS'. MODULAR LAR BLOCK RETAININGRETAINING/1U� //_ �lloll5^Q so ars& `w r 49.0--Cents Per L.S. $ Or S.P. 22. 1 L.S. REMOVE, SALVAGE AND REPLACE BRICK RETAINING WALL e""7 u IJA-0� �1_0 co�Sk 4.D Cents Per L.S. $ 45S� ' v �pu P-3 � �?'�:��a�U�ti� V 5'tie 6: SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 118 23. 10,238 S.F. BLOCK SO Dollars& 4 Cents Per S.F. $ $ 2—�76 / S.P. 24. 1 L.S. MISCELLANEOUS UTILITY ADJUSTMENT Two Thousand Dollars& No Cents Per L.S. $ 2,000 $ 2,000 S.P. 25. 2 EA. PROJECT DESIGNATION SIGN Three Hundred Dollars& No Cents Per EA. $ 300.00 $600.00 S.P. 26. 2 EA. ADJUST CURB INLET TO GRADE TlcJZ A,%Qsa4- // Dollars& y Z Cents Per EA. $ $ ` S.P. 27. 1 EA. ADJUST WATER VAULT TO GRADE T�Att 4 (,�Aa llars�& /,� Cents Per EA. $ 3,0 $ sv S.P. 28. 3 EA. ADJUST WATER VALVE BOXES TO GRADE Two Hundred Dollars& $_200.00 $ 600.00 No Cents Per EA. „ S.P. 29. 3 EA. ADJUST IRRIGATION METER BOX T 4 i,A -d-C� (!� Dollars& D� U0 Cents Per EA. $ $ S.P. 30. 1 L.S. EROSION CONTROL AND PROTECTJON(S PP) - lel v i:� vle Dollars& -V.Q Cents Per L.S. $ 21W $ 2 SUBTOTAL PAVING $ 16 P-4 DRAINAGE IMPROVEMENTS SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 100 1. 460 L.F. REMOVE 24-INCH REINFORCED CONCRETJE PIPE Dollars& o z --mo—cents Per L.F. $ '- $ l 3,9 100 2. 21 L.F. REMOVE 18-INCH REINFORCED CONC TE PIPE Dollars& ao e ZD Cents Per L.F. $ 3 $-6 3 —" 440 3. 416 L.F. 30-INCH REINFORCED CONCRETE PIPE( LASS IIn Dollars& $ � –7 Cents Per L.F. $ !�p31Z Z�f o 440 4. 859 L.F. 24-INCH REINFORCED CONCRETE PIPE(C ASS IIn fwa te Cents Per L.F. $ $ 440 5. 129 L.F. 21-INCH REINFORCED CONCRETE PIP LASS IIn Dollars& c ZS^ 76 T 2 Ste' f _ Cents Per L.F. $ �7 �-$ T 402 6. 1300 C.Y. TRENCH EXCAVATION&BACKFILL FOR STORM DRAIN n(,Ag Dollars& t7v /\ Z d.,p Cents Per C.Y. $ $� U 444 7. 8 EA. 10-170 T CUP INL T d#sr &d¢ o 236z z l/1 D Cents Per EA. $ y $ �v 444 8. 3 EA. STANDARD 4-FOOT SQUARE MANHOL US Q ti Dollars& ho Cents Per EA. $ $ r S.P. 9. 949 L.F. 2-INCH TEMPORARY HMAC PAVEMENT REPAIR -e (its Dollars& d_v Ql/lC'� �� t C> Cents Per L.F. 1; P-5 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 312 10. 508 L.F. PERMANENT HMAC PAVEMENT PER FJU2000- 0✓ Dollars& // (,,✓ 22Z�6 1� Cents Per L.F. $ T J $ 100 11. 1 EA. REMOVE EXISTING STORM DRAIN MANHOLE r !�<C Sim uct 0"I fjol s& // d� I_ 4 , �Cents Per EA. $ $ 100 12. 2 EA. REMOVEXIST GF�� LET 14 (IPal �Y7b1 & UAM—Cents Per EA. $ �.�V $ ! S.P. 13. 5 EA EXPLORATORY EXCAVATION(D- HOLE) U "'(41.4s-k [,cam Cents Per EA. $ 2S U $ t/2 v S.P. 14. 20 L.F. ADJUSTATE LIME SERVICE TLAi24tCLI Dollars& id.:, Cents Per L.F. $ �� $ �� v 525 15. 1,404 L.F. TRENCH SAFETY SYSTEM(>5-FOOT DEPTH) / in L10-4 Dollars& / 2 Cents Per L.F. SUBTOTAL DRAINAGE $ TOTAL PROJECT $ 322, 9 (G This contract is issued by an organization which qualifies for exemption pursuant to the provision 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 P-6 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. 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 5 °1 6� CA a Dollars ($ ) 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. (Uwe), 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) Addendum No. 3 (Initials) Addendum No.2(Initials) Addendum No.4(Initials) Res ectfully submitted: By Address McCLENDON CONST. CO., JNC. P. O. BOX 996 BURLESON, TEXAS 76097 Telephone ®_/ =��/-6 (SEAL) Date V "" P-7 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder,nonresident bidders(out-of-State contractors whose corporate offices or principal place of business are outside of the State of Texas)bid projects for construction, improvements,supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-State or nonresident bidders in order for your bid to meet specifications. The failure of out-of-State or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State),our principal place of business,are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in (give State),our principal place of business,are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. BIDDER: By: ( 1�/ \C��G (� (Please print) MCCLENDON CONST. CO., INC. P. O. BOX 996 BURLESON, TEXAS 76097 Signature: A I\Ub= Title: �� S / 6(A City State Zip (Please print) TMS FORM MUST BE RETURNED WITH YOUR QUOTATION FORToRTi City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY N the total dollar value of the contract is$25,000 or more,the MMBE 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 and Women Business Enterprises (M/WBE)in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's MBE/WBE goal on this project is �G %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 MNVBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal,or 2. Good Faith Effort documentation,or; 3. Waiver documentation,or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department,within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date,exclusive of the bid opening date. stated I: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form,if no M/WBE participation: I opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form,if you will received by 5:00 p.m., five (5) City business days after the bid erform all subcontracting/supplier work: opening date,exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date,exclusive of the bid opening date. 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)392-6104. ATTACHMENT IA FORT WORTH City of Fort Worth Page 1 of 4 Subcontr'actor's/Suppliers Utilization Form PRIME COMPANY NAM Cbeck applicable block to describe prime om C C (P14 �(AS 60 MPROJECT NAME: / M/W/DBE NON-M/W/DBE Z r V G7 y C i- �� (0 Gl�r0 C� DATE �/t - r d/ JID Q 201).5 City's M/WBE Project Goal: Prime's M/WBE ProjM Utilization: I PROJECT WMBER l9 -/. 5-0 % Doc q& 3_3 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5)City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. " The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant,Parker,Johnson,Collin,Dallas, Deaton,Ellis,Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor,i.e.,a direct payment from the prime contractor to a subcontractor is considered I"tier, a payment by a subcontractor to its supplier is considered 2°d tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency(NCTRCA),or the Texas Department of Transportation(TX DOT),highway division. Disadvantaged Business Enterprise(DBE)is synonymous with Minority/Women Business Enterprise(M/WBE). If hauling services are utilized,the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm,including M/WBE owner-operators,and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the Iease agreement. Rev.5!30/03 ATTACHMEMTIA FORT WORTH Page 2 of Primes are required to identify A"subcontmetors/suppliers,regardless of status;ie.,Minority,Women and non-M/WBEs. Please list M/WBE firms first,use additional sheets if necessary. CertiHcatlan N (check one) O SUBCONTRACTOR/SUPPLIER T n Company NameI N T Detail Detail Address e M W C x M Subcontracting Work Supplies Purchased Dollar Amount T D W Telephone/Fax r B B R O B E E C T E A M c Xc. tv(050'"i-r)e -2&097 ( X �� �`"'�� AZO/e`f 3 Pk 017 qf7-02SZ a l Pi►lPy u Fi+x�l7/��7-0207 Pq C(a� Cc ,4(Ce Poox COG.s� 2-7 DOQoo , �l7 f'05- 3 76,6 F 17 - 236 ft LQ vr Wlq 7-ra II%-i 2-Foj R,4,k,'- N4�(6 F+ WD'AtTX 7�raS. X 7"rtc ok rack Z��Z —a' � 44(- s7 of ovo Cou(Jv R�# S/3 ( X Tri I N 2 `1/Z c A1v4rG4,7x ?r000y 5 �l*? 25 - 3711 MW ICoC.hQ. F-v f.l 1p c44ss, TK 7(.Po4o Fuel 3920 ?,c7/(cvb-55ID f� (7 282-7457 PrF"14 17-)( 7(pal 76pSo/$/ 2800 4 Se. J� rr r4ci GNQ( � rci La-"e-r re- Rev.5/3QI03 ATTACHMENT IA FORT WORTH Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e.,Minority,Women and non-M/WBEs. Please list M/WBE firms fust,use additional sheets if necessary. Certification f (check one) SUBCONTRACTOR/SUPPLIER T r Company Name i N T Detail Detail Address I M W C X f Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D R 0 E E t C T E � A J Q (a(Jrr- t N i lJD N 3ZS %r�ti, c� N NM4 L - a PO ao>< W3/ o 93 67378 f� Wo,'At TY ADQ4 f �G v '"`1 , 00- 2(o f- 25x9'/ f3« - 24 (- 3oYq ceK Telc SeQdKti o ,3 o)( 2,C)77 / ke(Le riTY, 70Zq f SocEd,�c� 51 aZ 50 (3o6 - bs-/D �l�/ 3o6 - g5o� - M5 Free ea,* Sr k2'. vrliX rv;•tq ,Tx 75063 � . 5-7Z /42-f -695'q 2-cio0 tiG 364 sf N 0-9,1001 -C11F, $t7/v38-�S /I Rev.5/30/03 ATTACHMENT IA FORT WO RT H Page a of a Total Dollar Amount of M/WBE Subcontractors/Suppliers $ / 21 3 S / 2 7 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ to 2/ 2-/7 78 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 2 2'{I 577 y The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval o CbangelAddition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted,it will affect the final compliance determination. By affixing a signature to this form,the Offeror further agrees to provide,directly to the City upon request,complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books,records and files held by their company. The bidder agrees to allow the transmission of interviews with owners,principals,officers, employees - and applicable subcontractors/sWpliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s)on this contract,by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3)years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one(1)year. C 1 �Q�iC Get Authorized SignaturePrinted Signature ?"S I / rr Two Contact NameMde(if dittereat) MtC (Q(A CD(As Ca , ._7"�,� 8r) z5s - 066.6 A, 796 comps r Naw TdepUm r Fax P C) Box �lcr �I �0(40Mcc 4i4dti, mus 14k C4o-, . cc� Addrem E-avA Addren ui son , lX 7097 dlIle) ZDab ov51 9" Rev.5/30/03 CITY OF FORT WORTH,TEXAS DEPARTMENT OF ENGINEERING SPECIAL PROVISIONS I FOR: 2004 CIP CONTRACT H 17MEADOWBROOK HULLS DRAINAGE IMPROVEMENTS PROJECT No. C200 541200 204270007483 FILE No.K-1855 DOE No. 4633 1. SCOPE OF WORK: The work covered by these plans and specifications consist of installation of storm drain facilities and the reconstruction of street pavement and all other miscellaneous items of construction to be performed as outlined in the Plans and Specifications that are necessary to satisfactorily complete the work. This contract includes the work in the following street locations: Yolanda Drive,from Oak Hill Road to Azteca Drive Oak Hill Road, from Monterrey Drive to Yolanda Drive Monterrey Drive, from Oak Hill Road to Danciger Road 2. AWARD OF CONTRACT: Contract may not necessarily be awarded to the lowest bidder. The City Engineer shall evaluate and recommend to the City Council the best bid which is considered to be in the best interest of the City. Contract will be awarded to the lowest responsive bidder. 3. WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities, right-of-ways, easements and/or permits are cleared or obtained. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 4. WORKING DAYS: The Contractor agrees to complete the Contract within the allotted number of working days. 5. RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 6. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications,except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH 7 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS "" SP-1 4 A copy of either of these specifications may be purchased at the Office of the Department of Engineering, 1000 Throckmorton Street, 2°d Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the Engineer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 7. CONTRACT DOCUMENTS: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non- responsive" and rejecting bids or voiding contract as appropriate and as determined by the Director of the Department of Engineering. 8. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two years from date of final acceptance of this project and will be required to replace at its expense any part or all of the project which becomes defective due to these causes. 9. TRAFFIC CONTROL: The contractor shall be responsible for providing, following, and maintaining a traffic control plan during the construction of this project consistent with the provisions set forth in the latest edition of the"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. This traffic control plan shall be submitted for review and approval to Mr. Charles R. Burkett, City Traffic Engineer @817-392-8774 at least 10 working days prior to the pre-construction » + conference. Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin in accordance with the time frame established in the Notice to Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign which has been erected by the City. The Contractor shall not install any sign on a city post, pole,or structure without first obtaining written permission from the Engineer. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871- 7738), to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. 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 SP-2 4. 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 Engineer to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. 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 the 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 to the latest edition of the "Texas Manual on Uniform Traffic Control Devices" 12. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoiVfill 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 4r; contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth(Ordinance No. 11998). 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 fir► 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 that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the contractor's expense. In the event that the contractor disposes of spoiVfill materials at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering, contractor shall remove the spoiVfill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 13. ZONING REQUIREMENTS: 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. QUALITY CONTROL TESTING: (a) The contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. !rye FV SP-3 ��� , Tests of the design concrete mix shall be made b the contractor's laboratory at least nine �) gn Y rY days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete. The contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of in situ material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the contractor for operations requiring testing. The contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. (e) The contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 15. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 16. SAFETY RESTRICTIONS NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING--UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Company) which will erect temporary mechanical barriers, de-energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken in each case. (d) The contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the contractor's sole cost and expense. " SP-4 (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph(c). 17. WATER DEPARTMENT PRE-QUALIFICATIONS: Any contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which shall govern performance of all such work. 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 and photocopy any directly pertinent books, documents, papers and records of the contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor involving transactions to the subcontract and further,that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c) hereof. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photo copy such documents as may be requested by the City. The City agrees to reimburse contractor for the cost of copies as follows: 1. 50 copies and under $0.10 per page. 2. More than 50 copies $0.85 for first page plus $0.15 for each page thereafter. 19. CONSTRUCTION STAKES: The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction(water, sanitary sewer,drainage, etc.),one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter and/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If, in the opinion of the Engineer, a sufficient number of stakes or markings provided by the City have been lost, destroyed, or disturbed, that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place, then the Contractor shall replace such stakes or markings as required. An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes, aaat the U �� Contactor's expense.No claims for delay due to a lack of replacement of construction stakes will be accepted,and time will continue to be charged in accordance with the Contract Documents. 20. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through October 31, with 6:00 a.m. - 10:00 a.m. being critical because emissions from this time period have enough time to bake in the hot atmosphere that leads to early afternoon ozone formation. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting",or equipment burns Ultra Low Sulfur Diesel(ULSD),diesel emulsions,or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. CONSTRUCTION NON-PAY ITEM No. 1 -CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing." However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM No. 2- SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM No. 3 -PROTECTION OF TREES,PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the contractor must obtain a permit from the City Forester before any work(trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of SP-6 Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. NON-PAY ITEM No.4-CONCRETE COLORED SURFACE: Concrete wheelchair ramp surfaces, excluding the side slopes and curb, shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal, shall be used in accordance with manufacturers instructions. Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specifications. The sample, upon approval of the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item. No direct payment will be made for this item and it shall be considered incidental to this contract. The method of application shall be by screen, sifter, sieve, or other means in order to provide for a uniform color distribution. NON-PAY ITEM No. 5—PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include,but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment(and all subsequent payments until completed)of the appropriate bid item(s)will be reduced by 25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. NON-PAY ITEM No. 6—PROJECT SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference. This schedule shall detail all phases of construction, including project clean up, and allow the contractor to complete the work in the allotted time. Contractor will not move on to the jobsite nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in. Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. PP SP-7 NON-PAY ITEM No. 7—NOTIFICATION OF RESIDENTS: In order to cut down on the number of complaints from residents due to the dust generated when saw- cutting joints in concrete pavement, the Contractor shall notify residents, in writing, at least 48 hours in advance of saw-cutting joints during the construction of paving projects. All costs involved with providing such written notice shall be considered subsidiary to this contract. NON-PAY ITEM No. 8—PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: r Prior to beginning construction on any block in the project, the contractor shall, on a block by block 6' basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction.The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, DOE No., Scope of Project(i.e.type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number,the name of the City's inspector and his phone number and the City's after-hours phone number.A sample of the`pre-construction notification' flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. An electronic version of the sample flyer can be obtained from the Construction Office at 871-8306. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. NON-PAY ITEM No. 9—PRE-CONSTRUCTION NEIGHBORHOOD MEETING: After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. NON-PAY ITEM No. 10—WASHED ROCK: All washed rock used for embedment or backfill or as otherwise directed by the Engineer shall be washed, crushed stone and shall meet the following gradation and abrasion: (Actual washing not required if gradation is met) Sieve Size %Retained 1" 0-10 1/2" 40-75 3/8" 55-90 #4 90-100 #8 95-100 Los Angeles Abrasion Test: 50%Maximum wear per A.S.T.M. Designation C-131. SP-8 NON-PAY ITEM No. 11 -TOP SOIL: It is the intent of this project that existing topsoil will be removed, stockpiled and then replaced. Topsoil acquired from on-site sources is not a pay item, but subsidiary to the excavation and sodding bid items. PAY ITEM-REMOVE EXISTING CONCRETE CURB AND GUTTER: This item includes the removal of existing concrete curb and gutter including laydown curb and gutter sections through driveways, as indicated on the plans. The measurement and payment for curb and gutter through driveways shall be considered to a line P-3" behind face of curb. Beyond this line, concrete removed shall be measured and paid for as concrete drive removal. Curb on existing concrete Vie► pavement will be removed with concrete paving without special pay. The edge of all removed areas abutting existing concrete areas to remain shall be saw cut. PAY ITEM-REMOVE EXISTING CONCRETE DRIVEWAY AND SIDEWALK: Sidewalks and driveways shall be removed to the limits as shown on the plans exercising special care to avoid damage to that portion of concrete to remain in place. The edge of removal areas abutting existing concrete areas to remain shall be saw cut. The unit bid price per square foot will be full payment for saw-cutting, removing and disposing of the existing driveways, and sidewalk and all materials, labor, tools, equipment and incidentals necessary to complete the work. PAY ITEM —UNCLASSIFIED STREET EXCAVATION: See Standard Specifications Item No. 106, "Unclassified Street Excavation' for specifications governing this item. Removal of existing penetration or asphalt pavement shall be included in this item. Operations necessary to windrow existing gravel base in order to lower or raise subgrade shall be considered as subsidiary to this item and no additional compensation shall be given as such. During the construction of this project, it is required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the engineer. The intention of the owner is to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent, then actual quantities will be paid for at the unit prices bid. The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities. PAY ITEM-8" LIME STABILIZED SUBGRADE: This item shall be installed in accordance with Std. Spec. Item 210. Quantities bid include stabilization under HMAC transition areas on side streets. Application rate for the hydrated lime shall be 5%.The exact amount and poundage of lime will be calculated by performing a lime series. PAY ITEM-LIME FOR STABILIZED SUBGRADE: This item shall conform to the Std. Spec. Item 212. SP-9 PAY ITEM - 4" STANDARD CONCRETE SIDEWALK LEADWALK AND WHEELCHAIR r RAMP: All applicable provisions of Standard specifications Item 504 "Concrete Sidewalks and Driveways" shall apply. The contractor shall construct standard concrete sidewalk, and wheelchair ramp as shown in the details or as directed by the engineer. The contractor shall not remove any regulatory sign, instructional sign, street name and sign or other sign which has been erected by the City. The contractor shall contact Signs and Marking Division, TPW(Phone 871-8075). All concrete flared surfaces (wheelchair ramp wing or curb) shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal,shall be used in accordance with manufacturers instructions. Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all wheelchair construction. Surface coloring shall be subsidiary to unit price bid for this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution. PAY ITEM—REMOVE, SALVAGE AND REPLACE BRICK SIDEWALK: The contractor shall carefully remove the existing bricks and stockpile them until finished grading is complete. The bricks shall then be replaced to match the original sidewalk in all respects, including brick pattern and mortar color. If any bricks are damaged, or if additional bricks are needed to complete the walkway, the Contractor shall supply matching bricks. This pay item shall be paid for based on the square footage of brick sidewalk to be removed, salvaged and replaced. The furnishing of additional bricks, if necessary,shall be subsidiary to this pay item. PAY ITEM - CONCRETE FLAT WORK (CURB, CURB & GUTTER SIDEWALKS, LEADWALKS,WHEELCHAIR RAMPS AND DRIVEWAYS): Concrete flatwork is defined as curb, curb and gutter, sidewalks, leadwalks, wheelchair ramps and driveways as shown in the plans. This provision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item. Required backfilling and finished grading adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed. No payment will be made for flatwork until the pay item has been completed, which includes backfilling and finished grading. PAY ITEM-H.M.A.C.PAVEMENT(Thickness Tolerances and HMAC Testing Procedures): The base course shall be a 4"deep Type `B" course placed in one lift. The surface course shall be a 2"deep Type"D"course placed in one lift. SP-10 All provisions of Standard Specification No. 312.7 `Construction Tolerance' shall apply except as modified herein: 1) After completion of each asphalt paving course, core tests will be made to determine compliance with the contract specifications. The hot-mix asphaltic concrete pavement will be core drilled by the City of Fort Worth. The thickness of the asphaltic surface will be determined by measurement cores taken at locations determined by the Engineer. The thickness of individual cores will be determined by averaging at least three (3) measurements. If the core measurements indicate a deficiency, the length of the area of such deficient thickness shall be determined by additional cores taken along the length of the pavement in each direction until cores are obtained which are at least of specified thickness. The width of such area shall not be less than yz of the roadway width. t 2) Where the thickness of the base course (as determined from core samples) is more than 15% deficient of the plan thickness, the Contractor shall remove and replace the deficient area at his own expense. If the thickness is less than 15% deficient, the Contractor shall make up the difference in the base thickness with surface course material. 3) The surface course must be the plan thickness. This does not include surface course material used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness. Deficient areas(as determined in item 1) found to be less than the plan thickness will be removed and replaced at the Contractor's expense. 5) No additional payment over the contract price will be made for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications. 6) HMAC Testing Procedure: The contractor is required to submit a Mix Design for both Type`B"and"D"asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated, for the use during density testing. For type"B"asphalt a maximum of 20%rap may be used. No Rap may be used in type"D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type `B" and for Type "D" asphalt will be 91% of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. After a rolling pattern is established,densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type `B" and "D" asphalt. Densities on type `B" must be done before Type"D"asphalt is applied. SP-11 Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied. Upon completion of the application of Type"D" asphalt additional cores must be taken to determine the applied thickness. PAY ITEM —8 INCH PAVEMENT PULVERIZATION AND CEMENT TREATMENT: The contractor shall pulverize the existing pavement to a depth of 8 inches. After the pulverization is completed,the contractor shall temporarily remove and store the 8 inch deep pulverized material,then cut the base 2 inches to provide place for the new 2-inch H.M.A.C. surface. After the undercut operation is completed, the contractor shall spread, mix, and compact the pulverized material to a 95% compaction per the City's Standard Specifications or as directed by the Engineer in the field. A 3.5%portland cement shall be used to mix the pulverized material. After the pulverized material is cured,the contractor shall overlay it with 2 inches of H.M.A.C.within five(5)calendar days. 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 the undercut material. The cement necessary for the completed subgrade and the 2-inch H.M.A.C. surface will be paid by separate pay items. PAY ITEM—CONCRETE COLLAR FOR SEWER MANHOLE: The concrete collar for the sanitary sewer shall be paid for by each and conform to the detail provided in these documents. PAY ITEM—REMOVE AND REPLACE WOOD FENCE: Where it is necessary to remove the existing wood fence to replace the driveway on Oak Hill, the contractor shall replace the fence to equal or better condition than existed prior to construction. The replacement limits are not to be increased above the linear footage quantity listed in the Proposal without the prior approval of the Engineer. This item shall be paid for based on the linear footage of fence removed and replaced. PAY ITEM—MODULAR BLOCK RETAINING WALL: The contractor will be responsible for constructing modular block retaining walls at locations specified in the plans. The retaining walls shall be constructed using details in the plans and shop drawings shall be submitted to the Engineer for approval. Measurement and payment of the retaining walls shall be on a lump sum basis and in accordance with the limits of proposed modular block retaining wall shown in the plans. Payment shall include all labor, preparation, equipment, materials, tools, testing, and incidentals necessary to complete the work. PAY ITEM—REMOVE SALVAGE AND REPLACE BRICK RETAINING WALL: The contractor shall carefully remove the existing bricks and stockpile them until finished grading is complete. The bricks shall then be replaced to match the original retaining wall in all respects, including brick pattern and mortar color. If any bricks are damaged, or if additional bricks are needed to complete the wall,the Contractor shall supply matching bricks. This pay item shall be paid for on a lump sum basis and shall include all labor, materials and incidentals necessary to remove, salvage and SP-12 Ir 6� '1 �;'j:ti�' iTti,It�i g� a replace the existing wall. The furnishing of additional bricks, if necessary, shall be subsidiary to this pay item. PAY ITEM—STORM WATER POLLUTION PREVENTION PLAN: The Contractor shall submit a Storm Water Pollution Prevention Plan (SWPPP) for approval by the Engineer prior to the start of construction activities. This plan shall be prepared in accordance with the requirements of the NCTCOG Standard Specifications for Public Works Construction. The Contractor has the responsibility to provide the SWPPP and to follow its requirements for the duration of the project. This pay item shall include the plan submission, materials, time, equipment and incidentals required to fulfill the plan. The clean up and removal of temporary materials shall be included in this bid item. PAY ITEM -TRENCH SAFETY: Description: This item will consist of the basic requirements which the contractor must comply with in order to provide for the safety and health of workers in a trench. The contractor shall develop, design and implement the trench excavation safety protection system. The contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman. The trench excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration, U.S. Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification. The contractor shall, in addition, comply with all other applicable Federal, State and local rules,regulations and ordinances. Measurement and Payment: All methods used for trench excavation safety protection shall be measured by the linear foot of trench and paid at the unit price in the Proposal, which shall be total compensation for furnishing design, materials, tools, labor, equipment and incidentals necessary, including removal of the system. 17 PRE-BID PAY ITEM-ADJUST WATER METER BOX: This item shall include raising or lowering an existing meter box to the parkway grade specified. No payment will be made for existing boxes which are within 0.1'of specified parkway grade(leave as is). PRE-BID PAY ITEM-ADJUST EXISTING MANHOLE: This item shall include the tops of existing and/or proposed manholes to match proposed grade as shown on the plans or as directed by the Engineer. Standard Specification Item No. 450 shall apply except as follows: Included, as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections as per current City Water Department Special Conditions. The following requirements apply only for asphalt pavement construction(Alternate No. 1). Subsidiary to this item will be the installation of a concrete collar per Water Department GCD Figure 121. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch. Work shall be completed and the street open to traffic within seven(7)calendar days of i�7'j;ii• ;pp SP-13 r beginning work on the manhole. If the Contractor fails to complete the work within seven(7) calendar days,a$100.00 per day liquidated damage will be assessed per manhole per day. PRE-BID PAY ITEM - ADJUST EXISTING WATER VALVE VAULTS: This item shall include raising or lowering the tops of water valve vaults to match proposed pavement or parkway grades per methods acceptable to the City of Fort Worth Water Department. The unit price bid shall be full payment for materials including all labor, equipment,tools, and incidentals necessary to complete the work. The joints of adjusted water valve vaults shall be sealed according to the specifications in the last section of this item titled"Applicable Specifications." PRE-BID PAY ITEM—MISCELLANEOUS UTILITY ADJUSTMENTS: 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 adjustment 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. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. Included in this item is the adjustment or relocation of any underground sprinkler systems as necessary to provide for project construction. PRE-PAY BID ITEM -PROJECT DESIGNATION SIGN: The contractor shall construct and install two (2) Project Designation-Signs and it will be the responsibility of the contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of%" fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction. M The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The unit price bid per each will be full payment for materials including all labor,equipment,tools and incidentals necessary to complete the work. SP-14 s PRE-PAY BID ITEM—ADJUST WATER VALVE BOXES TO GRADE: Contractor will be responsible for adjusting water valve boxes to match new pavement grade. The water valves will be adjusted by City of Fort Worth Water Department forces. The following requirements apply only for asphalt pavement construction (Alternate No. 1). Subsidiary to this item shall be the installation of a concrete collar per attached detail. The concrete collar shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch. Work shall be completed and the street open to traffic within seven (7) calendar days of beginning work on the water valve box. If the Contractor fails to complete the work within seven (7) calendar days, a $100.00 per day liquidated damage will be assessed per water valve box per day. The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. n 4 SP-15 R�M CERTIFICATE OF LIABILITY INSURANCE 04/20/20051 bRODUCER (817)457-6700 FAX (817)457-7246 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION THE SWEENEY COMPANY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1121 E. Loo 820 South HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR Loop ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P 0 Box 8720 Fort Worth, TX 76124-0720 INSURERS AFFORDING COVERAGE NAIC# INSURED McClendon Construction Company, Inc. INSURERA: Twin City Fire Ins Co P.O. Box 999 INSURERB: Interstate Fire & Casualty(Casua ty Market) Burleson, TX 76097 INSURERc: Hartford Underwriters INSURER D: j 1 INSURER E: 'OVERAGES 1THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING I ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR rrr���1 MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ..ISR ADD'1 TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATIONIRM UNITS GENERAL UABIUTY 46 C QT0838 01/31/2005 01/31/2006 EACH OCCURRENCE $ 1,000,00( X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 300,00( CLAIMS MADE M OCCUR MED EXP(Any one person) $ 10,00( A X CONTRACTUAL, XCU PERSONAL&ADV INJURY $ 1,000,00( X SUBCONTRACTORS COV GENERAL AGGREGATE $ 2,000,00( GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,00( POLICY rX I PRO LOC JECT AUTOMOBILE LIABILITY 46 UEN QT0839 01/31/2005 01/31/2006 COMBINED SINGLE LIMIT $ X ANY AUTO (Ea accident) 1,000,00( X ALL OWNED AUTOS BODILY INJURY $ X SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY X TION-OWNEDAUTOS (Per accident) $ PROPERTY DAMAGE $ (Per accident) GARAGE LIABIUTY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY UM0160643 5 01/31/2005 01/31/2006 EACH OCCURRENCE $ 2,000,000 X OCCUR CLAIMS MADE AGGREGATE $ 2,000,000 �B $ HDEDUCTIBLE $ X RETENTION $ 5,000 $ WORKERS COMPENSATION AND 46 WE QT0837 01/31/2005 01/31/2006 X WR HAAT FR EMPLOYERS'LIABIUTY ANY PROPRIETOR/PARTNER/EXECUTNE E.L.EACH ACCIDENT $ 1,000,00( OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYE $ 1,000,00( 11 yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT I $ 1,000,00( OTHER DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES t EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS 004 CIP CONTRACT H MEADOWBROOK HILLS DRAINAGE IMPROVEMENTS, PRO] C200 541200 204270007483, DOE 4633, ILE K-1855. CITY OF FT WORTH, ITS OFFICERS, EMPLOYEES & SERVANTS NAMED ADLN INSURED EXCEPT ON WORKERS )MP, THE GENL LIAB BEING PRIMARY & NON-CONTRIBUTORY, WITH WAIVER OF SUBROGATION ON WORKERS COMP AS EEQUIRED BY WRITTEN CONTRACT. 30 DAY CANC NOTICE AMENDED TO 10 DAY FOR NON-PAY OF PREMIUM CERTIFICATE ELLATI N SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL*MX0IdXft MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, CITY OF FORT WORTH 4KK�(# YllfrXxdXIXIXXd4�KX�(�S��XIXXiKX�1f�(XX 1000 THROCKMORTON ST xxky4x*"NKd(*)O(NMKANXX X)ixx Im*mxxxvxXXXXXXXXX FT WORTH, TX 76102 AU ORIZED REPRESENTATIVE ,AC ORD 25(2001108) OACORD CORPORA N 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.A statement Pq on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate Pq holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s),authorized representative or producer,and the certificate holder,nor does it affirmatively or negatively amend,extend or alter the coverage afforded by the policies listed thereon. ACORD 25(2001108) CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No.4633 and City of Fort Worth Project No. C200 204270007483. CONTRACTOR McClendon Construction Company, Inc. By: Name: DAN MCCLENDON, PRESORT Title: DAN MCCLENDON, PRESIDEWT Date: STATE OF TEXAS § COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared al M 0O(1 Cxl, known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of McClendon Construction Company, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office thisal day of a , 20 . 4 o Notary Public in and f6f the State of Texas ''����°•, TAMMY WILSON Notary Public,State Of Texas My Commission Expires �'••Fo� `o March 07,2009 EQUIPMENT SCHEDULE List of Equipment owned by Bidder that is in serviceable condition and available for use: Portions of work Bidder proposes to sublet in case of Award of Contracts including amount and type: EXPERIENCE RECORD List of projects your organization has successful) completed: Amount Of Contract Type of Work Date Accepted Name and Address of Owner Award List of projects your organization is now engaged in completing: Amount Of Contract Type of Anticipated Name and Address of Owner Award Work Date of Completion List Surety Bonds in force on above incomplete work: Date of Contract Award Type of Work Amount of Name and Address of Bond Bond Surety Bond No. 8196-75-85 PERFORMANCE BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we (1) McClendon Construction Company, Inc. as Principal herein, and (2) Vigilant Insurance Comvam; a corporation organized under the laws of the State of(3) New York—, and who is authorized to issue surety bonds in the State of Texas,Surety herein,are held and firmly bound unto the City of Fort Worth,a municipal corporation located in Tan-ant and Denton Counties,Texas,Obligee herein,in the sum of: THREE HUNDRED TWENTY-TWO THOUSAND NINE HUNDRED SIXTEEN AND 45/100................................................................................................................. ($322,916.45)Dollars for the payment of which sum we bind ourselves,our heirs,executors,administrators, successors and assigns,jointly and severally,firmly by these presents. WHEREAS, Principal has entered into a certain contract with the Obligee dated the 19th of April,2005 a copy of which is attached hereto and made a part hereof,for the construction of: MINOR DRAINAGE CONTRACT H,MEADOWBROOK HILLS IMPROVEMENT NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default,then this obligation shall be void;otherwise,to remain in full force and effect. I IF: E PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives. of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 19thof April,2005. ATTEST: McClen onstruction Company, Inc. (Principal)Secretary PRIM AL BY. Title: DAN McCLENDON. PRESIRIM (SEAL) PO BOX 999 Burleson,TX 76097 (Address) Vigil n Insurance Ca n Witness ai—tJJPrincipal. f5urle P.O. Box 999,Burleson,Texas 76097 Address BY: ATTEST: (Alto in-fact)(5) Mle W. SweeneN (Surety)Secretary 2001Bryan Street, Suite 3400 Dallas Texas 75201 (Address) (S1rA1 r NOTE: Date of Bond must not be prior to date of Contract (1) Correct Name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact. The date of bond shall not be prior to date of Contract. *PBox Surety Jennifer R. Borock 8 Fort Worth, Texas 76124 (Address) ,T This Notice pertains to the following Surety Bond Issued by a member insurer of the Chubb Group of Insurance Companies,including Federal Insurance Company,Vigilant Insurance Company and Pack Indemnity Company. Bond Number. 8196-75-85 POLICYHOLDER DISCLOSURE NOTICE TERRORISM RISK INSURANCE ACT OF 2002 You are hereby notified that pursuant to the Terrorism Risk Insurance Act of 2002 (the "Act') effective November 26, 2002, we are making available to you coverage for losses arising out of certain acts of international terrorism. Terrorism is defined as any act certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States,to be an act of terrorism; to be a violent act or an act that is dangerous to human life, property or infrastructure; to have resulted in damage within the United States, or outside the United States in the case of an air carrier or vessel or the premises of a United States Mission; and to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest, as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. Coverage for acts of terrorism is already included in the captioned Surety Bond. You should know that, effective November 26, 2002, any losses caused by acts of terrorism covered by your Surety Bond will be partially reimbursed by the United States under the formula set forth in the Act. Under this formula, the United States of America pays 90% of covered terrorism losses that exceed the statutorily established deductible to be paid by the insurance company providing the coverage. The portion of your premium that is attributable to coverage for such acts of terrorism is zero, because we could not distinguish (and separately charge for) acts of terrorism from other causes of loss when we calculated your premium. If you have any questions about this notice,please contact your agent or broker. CHLJBIB IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, Texas 78714-9104 Fax # (512) 475-1771 PREMIUM OR CLAIM DISPUTES The address of the surety company making this bond to which any notice of claim should be sent may be obtained by calling the Texas Department of Insurance at the above number. Should you have a dispute concerning your premium or about a claim, you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached document. This notice is given to comply with Section 2253.048, Texas Government Code and Section 53.202, Texas Property Code effective September 1, 2001. Bond No. 8196-75-85 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we,(1)McClendon Construction Company,Inc.,as Principal herein,and(2) Vigilant Insurance Company ,a corporation organized and existing under the laws of the State of(3) NeNv York as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of THREE HUNDRED TWENTY-TWO THOUSAND NINE HUNDRED SIXTEEN AND 45/100......................................... Dollars ($322,916.45) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents: WHEREAS,the Principal has entered into a certain written contract with the Obligee dated the 19th day of April, 2005, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length,for the following project: MINOR DRAINAGE CONTRACT H,MEADOWBROOK HILLS IMPROVEMENT NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant(as defined in Chapter 2253,Texas Government Code,as amended)supplying labor or materials in the prosecution of the work under the contract,then this obligation shall be void;otherwise,to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 19th day of,April 2005. McClendon Construction Comoanv.. Inc. PRI IPA ATTEST: By: Name: DAN I�c;rL-sd . p"tM i' (Principal) Secretary W � � Pri" MEW Title: S E A L) Address: PO BOX 999 ° Burleson, TX 76097 Witness as to Pri ipal Viailan Insurance Company SUR ATTEST: By: ., Name: Kyle W. Sweene y''-,; Attorney in Fac 4;3 F A L) Address: 2001 Bryan Street, Suite*3400 Dallas, Texas 75201 Wit ess as t urety Jennifer R. Borock Telephone Number. 214-754-0777 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attomey-in-Fact. The date of bond shall not be prior to date of Contract. Bond No. 8196-75-85 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § That McClendon Construction Company. Inc. ("Contractor"), as principal, and Vigilant Insurance Company , a corporation organized under the laws of the State of _New York , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas,.("City") in Tarrant County, Texas, the sum of THREE HUNDRED TWENTY-TWO THOUSAND NINE HUNDRED SIXTEEN AND 451100. Dollars ($322,916.45), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors,jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the 19th of A ril, 2005, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: MINOR DRAINAGE CONTRACT Hi MEADOWBROOK HILLS IMPROVEMENT the same being referred to herein and in said contract as the Work and being designated as project number(s) C200 204270007483 and said contract, including all of the specifications, conditions, - addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the m final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in 8 counterparts, each of which shall be deemed an original, this 19th day of April, A.D. 2005. ATTEST: McClendon Construction Company. Inc. (SEAL) Contra By: 4,LCPJJ"L' ?V Secretary Name: DAN McCLEaI00N, PR!'SRW Title: DAN IH o eunn g�M. - -„r�vrrvrvv , o ATTCdf--: : Vi ilant Insurance Company t E A L} Surety - - By: Secretary Name: le W. SwL e Title: Atm- - 2001 Bryan Street, Suite 3400 Dallas, Texas 75201 Address Y. L Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents,That FEDERAL INSURANCE COMPANY,an Indiana corporation,VIGILANT INSURANCE COMPANY,a New York corporation, and PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,do each hereby constitute and appoint Kyle W. Sweeney, Charles D. pr Sweeney, Bobby E. Mayo and Michael A. Sweeney of Fort Worth, Texas------------------------ each as their true and lawful Attomey-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or TM^' executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each A executed and attested these presents and affixed their corporate seals on this 30th day of April, 2003 Kenneth C.Wendel,Assistant Secretary Fra k E.Robe son, ice President po STATE OF NEW JERSEY- ss. County of Somerset On this 30th day of April, 2003 before me,a Notary Public of New Jersey,personally came Kenneth C.Wendel,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the said Kenneth C.Wendel being by me duly swom,did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies;and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority;and that he is acquainted with Frank E.Robertson,and knows him to be Vice President of said Companies;and that the signature of Frank E.Robertson, subscribed to said Power of Attorney is in the genuine handwriting of Frank E.Robertson,and was thereto subscribed by authority of said By-Laws and in deponents presence. Notarial Seal Y'RUMA .c DANA KRUMPFER �Q NOTARYF-P Notary Public,State of New Jersey * No.2297116 7 PUBLIC Commission Expires February 25,2002 Notary Public SII' JE CO CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: "AIL powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman or the President or a Vice President or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed. The signature of each of the following officers: Chairman,President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Ccmpany and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." I,Kenneth C.Wendel,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY (the"Companies)do hereby certify that (i) the foregoing extract of the By-Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of �r Columbia and are authorized by the U.S.Treasury Department;further,Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands,and Federal is licensed in American Samoa,Guam,and each of the Provinces of Canada except Prince Edward Island;and (iii) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of said Companies at Warren,NJ this Ih day of try RANC" V _* _ � ;D a W ! �NDIANP M7SCOgr� 'ti f Fw•Y0� Kenneth C.Wendel,Assi Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903-3485 Fax (908) 903-3656 e-mail: surety@chubb.com Form 1510-0225(Ed.499)CONSENT CITY OF FORT WORTH,TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT This agreement made and entered into this the 19th day of April A.D., 2005, 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 I Ph 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, McClendon Construction Company,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 r certain improvements described as follows: MINOR DRAINAGE CONTRACT H,MEADOWBROOK HILLS IMPROVEMENT 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. 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 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$210 working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of 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 iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold 'harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees.. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. 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 r r and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas, as amended, in the form included in the Contract Documents, and such bonds shall be for 100 percent of the total contract price, and said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 8. Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal 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 THREE HUNDRED TWENTY-T`.:'O THOUSAND NINE HUNDRED SIXTEEN AND 45/100.................................................................................................Dollars,($322,916.45). 7 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the 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. 1 IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in 8 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 8 counterparts with its corporate seal attached. FF Done in Fort Worth,Texas,this the 19th day of Ancil,A.D., 2005. r iI�4 RECOMMENDED: CITY OF FORT WORTH BY: DIRECTOR,DEPARTMENT OF CITY MANAGER ENGINEERING APPROVED: G Marc A. Ott, Assistant Manager TRANSPORTATION/PUBLIC WORKS DIRECTOR ATTEST: McClendon Construction Company,Inc. PO BOX 999 Burleson,TX 76097 CONTRACTOR (A& CITY SECRETARY (SEAL) BY: 02w�-- C-- ,::ouat� DAN NKI.ENDOFI, PRESIDENT Contr c thori atiou TITLE Date McClendon Construction Co., Inc. P.O. Box 999 APPROVED AS TO FORM AND Burleson,TX 76097 LEGALITY: ADDRESS A T. T A O EY November 1960 Revised May 1986 Revised September 1992 vr� � �i PAMIN DETAILS cr- .mow rJ C-) 1-4- 0 vo O X oa w U wLLJ 11/1 �Z W V)Z '. j W Q O ir — [K phi; '/ m U- UW .<::,: % (nUV) W QF'Z� �N D �... ._ % WWW LAJ VN-ctO J Uww z z ut wCD No ma 3 J0ZJo!��� o O 41 cr Z' > 20 3—r— M 0 U uimaom'=NLL.o0 d a 0: W . .=o CY MY zZ XO Law x w Mw3f UN Zz w - V �` ��z Z� OZ T a LLJ LAJ (YZ� N \ \ a ~�ZZ � UQ • O Q O \ CJ U}— J - U(!)V }- . ZF-Q o wOF_ k J z �. LLJv w `' ,�'` \\\ N F�3 N J � ~� W '.. \� (n 1-=-5 - OC O ��f- W `� \. z Q Q N Z w 4 } _ \ Z W_ Wa c O fn :Z \� M w CL 1-O w F- W Q w cr Cy-CL � O�1 U W O (Y j', \ Q 0 O a w (n U>-of)� aw ^ w^v -~ � 3 v ice, �`o cWai a . ti1QZ • \� N O J~wo oO WZO Z r( \� W -°p 2 W -OLLJ } Q f- OF-E: �� \\ w z W WF- 3} V_)U m �w Ut?z �� mi- W�- ¢ LLJ wOZ w mC ` _L d� O F-Q a 3wN� Viz- z f �� _� � z� O O� mV) wW w Of F- Z Z.: N M F- Q N et a'1-- uJ Q _ X N 0,. O cn W X \ CL) zo T CV 0 N iO Z Q U) I------- W I I _ I ; z - -- :_�_ i m 0: ' "NIW.S - - - ----- -- _: EO w da W W Q :3!9 . _ W \\\ Xp CL w z °- - -------- D a- o� � �-- _ w 3 z ,--o z ly- Ll. CO ,1 cr Q � o CCL y w W U �- cr- cr ._J _ D 5'MIN. D .L _ U io WW W -J W n w v , Lu w0 2a LU UJ vi z LL Q m p 3 O � 0- anW a � U = W Z 5,,,_ W En oQ zu� m wp LLJ O ►J- r w Q w mo u, LL < v w z w a F- F- w w C� z0 � wzd O p Q a, LL 2c4w0 p atn > Li OQ d m o L O O + N c E m C - m O C lL m+— Q U L aCC L r � a U U 43 au� i L - 0 w S J + cCJ 0 v Q:w m W Q a� gull + Lj L W. _- a Z > LL. - Q W LJ U CL Qw uJO C1 m N w " •> ' - •> In 071 - - - � L C. `L o;o 1-1 lu w - p . O O Lic 1(�RO O a o. L a 3 D LU ww IU0 oL V 7 pin w 0 3 d U-` °7 fA W L tn x� �/� LLI L� O O O W— c J O !'! �... O O_dy.;+� � LJ .. V � ` v (D au! i Q Ja+oM C . L) au� I — L CL U Li Q Z W �, � = W w 0" . m L �'°�. Q 17- CL LU U W a 0 7 p + W U - LLI F" > mZ -J Q C1 N p O 3 a- L° ON N 3 W W W O M - LU Z g W � O V) N Z Q m w N Z a Z � LLaU � WZ -Z �� W- } 22wZ �Q � �. �Z Q U a Y H Z m w N U) O <Q a co ao. , o tU N LO vri3 a oz \ v JY O _j LLI f-J U m . tea z a►- � - Wo a a� O�Nlcr / cr— w N Q— x W W O 3 �U L.L. 0 000 �a x D WO _jam, '= o-ZZ g _ -O)--w J LL P�// i-2 WW O oauj >-� v 02 - :i W< Q ~ 1-J Nd ZW z Q o -------------- -----------------LLI = F z x w O w� 3 w O w 477 oc7� xaQam °lgUo zaW K .JJ P7- m .. >Ovi V1Jaxm� a Ozad -Jwtwaz _ wWj �3�0&8 \ wZa Q70 Omw ~WN x OPV t'a¢S-jux� 2 '� m W p 'J WG =� L ZL > J OJ _ O W- xLraza O 'f o Co o WO(L W w dF tiam�o w WWvNi � 0a � STREET DIRT- -B- #4 REBARS TYP. I USE CLASS "A" 4 0 (3000#) CONCRETE. a. 3" TYP. N • • 3/4" CHAMFER TYP. .•PVl+1 .' =P1v(7: GROUND 24' MAX. -GRADE RING CASE.1 CASE 2 RAI WE(* 3" MINIMUM CONCRETE COLLAR HEIGHT VARIES CASE 1 COLLAR SHALL EXTEND TO TOP OF 2:27.CONCRETE - (REBAR REQUIRED). CASE 2 SECTIONI "A-A" COLLAR SHALL EXTEND 3" BELOW BOTTOM OF LOWEST GRADE RING (REBAR REQUIRED). E1-20 MATERIAL E2-20 CONSTRUCTION ORT WORT CITY OF FORT WORTH, TEXAS DATE: 09-2004 CONCRETE COLLAR DETAIL SAN-009 4 -0, - . . . A1ww jr !E-1- Fb WORT� ...._T i qw 4l1w 4 _p" 3„ MINE � 3„ COO Ul�f16�0[ lop 7j it C�oopUcoo� Daft FONTS: FORT WORTH LOGO e CHELTINGHAM SOLD ALL OTHER LETTERING = ARIAL SOLD LOGO COLORS: FORT WORTH -PMS 288 LONGHORN-LOGO- PMS 167 PROJECT DESIGNATION SIGN LETTERING - PMS 288 BACKGROUND -WHITE CITY OF FORT WORTH-CONSTRUCTION STANDARD BORDER- BLUE DRAWING N0. DATE: 9-20-02 W I fl' TYPE •C' BACKFILL SEE SPEC. E1-2.4 - ..,..,....:::::•.. MINIMUM 6" INITIAL G.C.D. ^` BACKFILL -COVER •t. cr SAND MATERIAL EMBEDMENT V O do INITIAL BACKFILL LL_ SEESPEC. E1-2.3 G.C.D. Z MINIMUM 6• EMBEDMENT °'' - FOR WATER •LINES UP TO 12 v TYPE 'C' BACKFILL Z SEE SPEC. E1-2.4 Lv MINIMUM INITIAL BACKFILL COVER: G.C.D. - 0 - WATER 6' L i SEWER — 12* CRUSHED STONE OR SAND m STORM DRAIN 12" MATERIAL INITIAL BACKFILL- • • SEE SPEC. E1-2.4(b) OR w • .o E1-2.3 G.C.D. 0 MINIMUM 6• EMBEDMENT ,I CRUSHED STONE 0 SEE SPEC. E1-2.3 = G.C.D. (n SEWER: ALL SIZES < STORM DRAIN: ,;ALL SIZES w :WATER: SIZES 16 AND. LARGER o J Q MATERIAL SPECIFICATIONS . w O SAND GRADATION • LESS THAN 10% OJ PASSING- j200 SIEVE T14E EMBEDMENT AND BACKFILL DETAILS-PROVIDED ON THIS ry 4� P.1: .-:.10 OR LESS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF BOTH THE E1-2.4(b) AND E1-2.3 OF THE G.C.D. AND STD. SPEC. Z ITEM 402 OF THE TPW STANDARD SPECIFICATIONS FOR. O STREET do STORM DRAIN CONSTRUCTION. ALL OTHER U PROVISIONS OF THESE ITEMS SHALL APPLY. CRUSHED STONE GRADAl10N J SIEVE SIZE ' RETAINED Q i— - 1• 0-10 W 1/2' 40-75 WATER, ' SEWER & STORM DRAIN o 3/8• 55-90 'EMBEDMENT AND BACKFILL DETAILS #4 90-100 8 95-100 CITY OF FORT WORTH-CONSTRUCTION STANDARD FIGURE A DATE:2-19-02 TEMPORARY PAVING DETAIL (FOR WATER, SEWER, & STORM DRAIN) NTS MIN. 2" HOT MIX - ASPHALT EXIST. STREET LIMITS OF..TEMPORARY PAVEMENT PAVING REPAIR ; a -i=1 i-lil-iil_I � (j l=1�i=1 i•1= EXIST. BASE I— B'ACKFILL " III I I= (SEE FI URE A) MIN. 6 COMPACTED. =1 FLEX-BASE MATERIAL I_I ' I Il II :�I I � . e�P� III • . _ _ .•. �. EMBEDMENT . (SEE FIGURE A) IIT I:I I f I—III—III—III—III I I I I III I_ - y I CITY OF FORT WORTH-CONSTRUCT °'STANDARD FIGURE B DATE: 8-291 APPENDIX A RIGHT-OF-ENTRY AGREEMENTS 2004 CIP MINOR DRAINAGE CONTRACT H PARCEL# 1 DOE #4633 5900 MONTERREY DR. LOT 14, BLOCK 7, MEADOWBROOK HILLS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TAR.RANT § That the undersigned,hereinafter referred to as"Grantor",does by these presents grant and convey to the City of Fort Worth,TX,herein after referred to as"Grantee"a temporary right of entry onto property described as Lot 14, Block 7, Meadowbrook Hills Addition, 5900 Monterrey Dr,Fort Worth,Tarrant County,Texas,hereinafter referred to as the"Property", for the purpose of grading and parkway improvements. This Right of Entry shall include the right of Grantee and its employees, agents, representatives,or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular,the rights and appurtenances thereto,anywise belonging unto the said Grantee, its successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2004. GRANTOR: Cassandra T. Smith 2004 CIP MINOR DRAINAGE CONTRACT H PARCEL# 2 DOE#4633 5908 MONTERREY DR. LOT 15,BLOCK 7,MEADOWBROOK HILLS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § 1 10 That the undersigned,hereinafter referred to as"Grantor",does by these presents grant and convey to the City of Fort Worth,TX,herein after referred to as"Grantee"a temporary right of entry onto property described as Lot 15, Block 7, Meadowbrook Hills Addition, 5908 Monterrey Dr,Fort Worth,Tarrant County,Texas,hereinafter referred to as the"Property", for the purpose of placing driveway improvements. ki This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular,the rights and appurtenances thereto, anywise belonging unto the said Grantee,its successors and assigns,for the purposes set forth above. Grantee shall restore the Property to the condition it was immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 52004. GRANTOR: John W. Schafer f ;. 2004 CIP MINOR DRAINAGE CONTRACT H PARCEL#3 DOE# 4633 5909 MONTERREY DR. LOT 11,BLOCK 6, MEADOWBROOK HILLS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned,hereinafter referred to as"Grantor",does by these presents grant and convey to the City of Fort Worth,TX,herein after referred to as"Grantee"a temporary right of entry onto property described as Lot 11, Block 6, Meadowbrook Hills Addition, 5909 Monterrey Dr,Fort Worth,Tarrant County,Texas,hereinafter referred to as the"Property", for the purpose of placing driveway, sidewalk and parkway grading improvements. o' This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular,the rights and appurtenances thereto,anywise belonging unto the said Grantee,its successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was immediately prior to accessing the Property under this Right of Entry. r EXECUTED this the day of 92004. GRANTOR: Vada Joye Marlowe 1'' 2004 CIP MINOR DRAINAGE CONTRACT H PARCEL# 4 DOE#4633 6000 MONTERREY DR. LOT 16,BLOCK 7,MEADOWBROOK HILLS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned,hereinafter referred to as"Grantor",does by these presents grant and convey to the City of Fort Worth,TX,herein after referred to as"Grantee"a temporary right ,. of entry onto property described as Lot 16, Block 7, Meadowbrook Hills Addition, 6000 Monterrey Dr,Fort Worth,Tarrant County,Texas,hereinafter referred to as the"Property", for the purpose of placing driveway improvements. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular,the rights and appurtenances thereto,anywise belonging unto the said Grantee,its successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 92004. GRANTOR: Davis Restorations, Inc. 2004 CIP MINOR DRAINAGE CONTRACT H PARCEL #4 DOE #4633 6000 MONTERREY DR. LOT 16,BLOCK 7,MEADOWBROOK HILLS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned,hereinafter referred to as"Grantor",does by these presents grant and convey to the City of Fort Worth,TX,herein after referred to as"Grantee"a temporary right of entry onto property described as Lot 16, Block 7, Meadowbrook Hills Addition, 6000 Monterrey Dr,Fort Worth,Tarrant County,Texas,hereinafter referred to as the"Property", for the purpose of placing driveway and parkway grading improvements. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular,the rights and appurtenances thereto,anywise belonging unto the said Grantee,its successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2004. GRANTOR: Davis Restorations, Inc. 2004 CIP MINOR DRAINAGE CONTRACT H PARCEL#6 DOE#4633 6108 MONTERREY DR. LOT 19,BLOCK 7,MEADOWBROOK HILLS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned,hereinafter referred to as"Grantor",does by these presents grant and convey to the City of Fort Worth,TX,herein after referred to as"Grantee"a temporary right of entry onto property described as Lot 19, Block 7, Meadowbrook Hills Addition, 6108 Monterrey Dr,Fort Worth,Tarrant County,Texas,hereinafter referred to as the"Property", for the purpose of placing storm drain and grading improvements. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular,the rights and appurtenances thereto,anywise belonging unto the said Grantee,its successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 92004. GRANTOR: Neel E. Bobbitt 2004 CIP MINOR DRAINAGE CONTRACT H PARCEL#7 DOE#4633 6109 MONTERREY DR LOT 15,BLOCK 6, MEADOWBROOK HILLS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as"Grantor",does by these presents grant and convey to the City of Fort Worth,TX,herein after referred to as"Grantee"a temporary right of entry onto property described as Lot 15, Block 6, Meadowbrook Hills Addition, 6109 Monterrey Dr,Fort Worth,Tarrant County,Texas,hereinafter referred to as the"Property", for the purpose of placing driveway improvements. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular,the rights and appurtenances thereto,anywise belonging unto the said Grantee, its successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 32004. GRANTOR: Robert L. Helsel a. 2004 CIP MINOR DRAINAGE CONTRACT H PARCEL#8 DOE#4633 6109 YOSEMITE DR. LOT 1, BLOCK 7, STEPP SUBDIVISION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned,hereinafter referred to as"Grantor",does by these presents grant and convey to the City of Fort Worth,TX,herein after referred to as"Grantee"a temporary right of entry onto property described as Lot 1, Block 7, Stepp Subdivision, 6109 Yosemite Dr, Fort Worth,Tarrant County,Texas,hereinafter referred to as the"Property",for the purpose of placing driveway improvements. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular,the rights and appurtenances thereto,anywise belonging unto the said Grantee,its successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2004. GRANTOR: Robert A. Hendricks 2004 CIP MINOR DRAINAGE CONTRACT H PARCEL#9 DOE#4633 1758 OAK HILL ROAD LOT 17,BLOCK 6, MEADOWBROOK HILLS ADDITION w CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned,hereinafter referred to as"Grantor",does by these presents grant and convey to the City of Fort Worth,TX,herein after referred to as"Grantee"a temporary right of entry onto property described as Lot 17,Block 6,Meadowbrook Hills Addition, 1758 Oak Hill Road,Fort Worth,Tarrant County,Texas,hereinafter referred to as the"Property",for the purpose of placing driveway improvements. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular,the rights and appurtenances thereto,anywise belonging unto the said Grantee,its successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 12004. GRANTOR: William E. Langston 2004 CIP MINOR DRAINAGE CONTRACT H PARCEL# 10 DOE# 4633 1766 OAK HILL ROAD LOT 16,BLOCK 6,MEADOWBROOK HILLS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned,hereinafter referred to as"Grantor",does by these presents grant and convey to the City of Fort Worth,TX,herein after referred to as"Grantee"a temporary right of entry onto property described as Lot 16,Block 6,Meadowbrook Hills Addition, 1766 Oak Hill Road,Fort Worth,Tarrant County,Texas,hereinafter referred to as the"Property",for the purpose of placing driveway improvements. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular,the rights and appurtenances thereto,anywise belonging unto the said Grantee,its successors and assigns, for the purposes set forth above. Grantee shall restore the Pro to the condition it was immediate) prior to accessing the Property Y P g Pe Property under this Right of Entry. EXECUTED this the day of ,2004. GRANTOR: Marion Diane Rabon 2004 CIP MINOR DRAINAGE CONTRACT H PARCEL # 11 DOE #4633 6100 YOLANDA DR. LOT 18, BLOCK 6, MEADOWBROOK HILLS ADDITION CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned,hereinafter referred to as"Grantor",does by these presents grant and convey to the City of Fort Worth,TX,herein after referred to as"Grantee"a temporary right of entry onto property described as Lot 18, Block 6, Meadowbrook Hills Addition, 6100 Yolanda Dr,Fort Worth,Tarrant County,Texas,hereinafter referred to as the"Property",for the purpose of placing driveway improvements. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular,the rights and appurtenances thereto,anywise belonging unto the said Grantee,its successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of 12004. GRANTOR: Vernon E. Burge APPENDIX B GEOTECHNICAL INFORMATION i CITY OF FORT WORTH - CONSTRUCTION SERVICES LABORATORY RESULTS' FOR Y TEST HOLE AND PLASTICITY -INDEX PROJECT:-- 2004 CIP CONTRACT H (MONTERREY) DOE NO..:. 4633. ' FUND CODE: 04 HOLE # 1 LAB NO: 42608 LOCATION: 5716 MONTERREY S/4 5. 50" HMAC - 6. 50" RED SAND -W/GRAVEL 8..00"- BROWN SANDY CLAY W/GRAVEL ATTERBURG 'LIMITS: LL: 28. 5.' ---PL: 16. 5 PI: .12..0 SHRKG: 9.,0% MUNSELL COLOR CHART: .6/.3 PALE BROWN SANDY. CLAY UNIT WEIGHT: 146. 0 #/CFT HOLE # 2 LAB- NO:.- 4 2 60 9 LOCATION: 5749 MONTERREY CL' 5. 00" HMAC 4-: 00" BROWN SAND W/GRAVEL 11.00" YELLOWISH BORWN SAND ATTERBURG LIMITS: LL:- 25 . 0 PL: 12. 9 PI: 12 . 1 SHRKG: 1.0% MUNSELL COLOR CHART: 616 BROWNISH YELLOW SANDY CLAY UNIT WEIGHT: 146. 0 #/CFT HOLE`# 3 LAB NO: 42610 LOCATION: 5817 MONTERREY N/4 2. 75" HMAC - 4.25" BROWN CLAY W/GRAVEL' 3:00" GRAYISH -BROWN CLAY - 10:'00" BROWNISH GRAY CLAY ATTERBURG LIMITS: LL: 24 . 1 PL: 13. 6. PI: 10 . 5 SHRKG: 6. 0% MUNSELL COLOR- CHART: 5/4 YELLOWISH BROWN SANDY CLAY UNIT WEIGHT: 136. 0 #/CFT HOLE # 4 LAB NO: 42611 LOCATION: 5900 MONTERREY CL 5. 00" HMAC - 5.00" BROWN SAND W/GRAVEL 10 .00"- YELLOWISH -BROWN- SAND ATTERBURG LIMITS: :LL: 19. 0 PL: 14 . 4 PI : . 4 . 6 SHRKG: 1:0% MUNSELL COLOR CHART: 7/3 VERY PALE BROWN SAND UNIT WEIGHT: 146. 0 #/CFT 2 DOE # 4633 HOLE # 5 LAB NO: 42612 LOCATION: 6008 MONTERREY S/4 5. 00" HMAC _ 6.00" BROWN SANDY CLYA 9. 00" BROWNISH -GRAY CLAY ATTERBURG LIMITS: LL:- 31. 6 PL:- 14. 9 PI: 16.7 SHRKG: 9.0% MUNSELL .COLOR CHART: ' 6/3 PALE BROWN CLAY UNIT ;WEIGHT: 146.0--#/CFT - HOLE # .6 LAB NO: 42613 LOCATION: 6108 MONTERREY CL . 4 . 00" HMAC _ 3. 00" REDDSIH BROWN SAND 13. 00" YELLOWISH RED SAND _ ATTERBURG LIMITS: - LL: 20. 8 PL:._ 15'. 1 PI: - - 5.7 SHRKG: _1-..0% MUNSELL COLOR CHART: 6I6 REDDSIH. YELLOW SAND UNIT-'WEIGHT: .146:0 #/CFT - APPPROVAL: RY JERI ROUTING .` DATE -TESTED: 09-14-04 ABE CALDERON DATE REPORTED: 09727-04 RICHARD ARGOMANIZ TESTED BY: HERNANDEZ FILE 1 CITY OF FORT. WORTH CONSTRUCT-ION SERVICES . LABORATORY RESULTS' FOR TEST HOLE- AND PLASTICITY INDEX PROJECT: . 2004.'CIP .CONTRACT - H (OAKHILL) DOE- NO. : 4633 FUND CODE:- 04 HOLE # 1- LAB NO: 42614 LOCATION: E/4 OF OAKHILL _301 NORTH OF MONTERREY 9:25" HMAC '10:75"- LIGHT . GRAY SANDY CLAY W/GRAVEL ATTERBURG L_IMITSs LL; 25:7_ PL: ' 14.,3.:. .PI: 11.4 SHRKG:. 6 ._0%. MUNSELL COLOR- .CHART: .8/2 VERY PALE BROWN, SANDY CLAY UNIT WEIGHT: " N/A - #/CFT. HOLE) '# 2 LAB NO: 42 615 LOCATION: 1766 OAKHILL CL 11. 50" HMAC _ - 2.-50" RED SAND W/GRAVEL 6.00" REDDSIH BROWN SANDY CLAY W/GRAVEL ATTERBURG LIMITS: LL: 27 . 4 PL: 13. 0 PI: 14 . 4. SHRKG: 7 . 0% MUNSELL COLOR CHART: 6/6 . BROWNISH YELLOW SANDY CLAY UNIT WEIGHT: N/A '#/CFT- HOLE #. 3 LAB NO: 42616 LOCATION: .W/4 OF OAKHILL 20' SOUTH OF YOLANDA 12 .00" HMAC 8 . 00" REDDSIH BROWNjSANDY CLAY W/GRAVEL ATTERBURG, LIMITS: LL: 27 . 9- PL: 11. 9 PI: 16. 0 SHRKG: b. 0% MUNSELL COLOR,-CHART: 6/4- LIGHT-.YELLOWISH BROWN CLAY UNIT WEIGHT: N/A #/CFT APPPROVAL: R JERI ROUTING DATE."TESTED: 09-15-04 ABE CALDERON DATE REPORTED: 09-27-04 RICHARD ARGOMANIZ _ TESTED BY: HERNANDEZ FILE -1 CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY.RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: 2004 C I P CONTRACT- H (YOLANDA) DOE NO. : 4633 FUND CODE: 04 HOLE # 1 LAB NO: 42618 LOCATION: 5900 YOLANDA S/4 5. 00" HMAC 4 .00" BROWN -SANDY :CLAY 2.00"- REDDSIH :.YELLOW: SANDY! CLAY 9. 0.0". REDDS'IH- BROWN SANDY CTIJAY ATTERBURG "LIMITS,. " -LL: . 31. 3 PL: 17 . 2: PI 14 . 1 SHRKG:- 9. 0% MUNSELL COLOR,-'CHART: 5/6 YELLOWISH BROWN SANDY CLAY UNIT WEIGHT: 146.0 #/CtT HOLE # -2 LAB NO: 42619 LOCATION: 5916 YOLANDA CL - 3. 00" HMAC _ 5.50" CONCRETE (COMPRESSIVE - STRENGTH 1491 PSI) 11.50" -REDDSIH BROWN SANDY CLAY ATTERBURG LIMITS: LL: 36. 4 PL: 19. 8 PI: 16. 6 SHRKG: 11. 0% MUNSELL COLOR CHART:. 6/6 BROWNISH YELLOW CLAY UNIT -WEIGHT: N/A #/CFT ` HOLE .# 3 LAB NO: 42620 LOCATION:- 6101 YOLANDA N/4 3. 00" .HMAC 5: 00" CONCRET£° (SAMPLE .DAMAGED..NO PS-I) 2. 00 GRAY 'SAND-W/GRAVEL 10. 00" -GRAY' SANDY CLAY ATTERBURG LIMITS: LL: - 29. 3 PL: 15. 6 PI: � 13. 7 SHRKG: 8 . 0% MUNSELL COLOR CHART: .513 BROWN SANDY CLAY . UNIT WEIGHT: N/A #/CFT HOLE # 4 LAB NO: 42621 LOCATION: 61 n 9 YOIJANDA CL 6. 00" HMAC 3 . 00" BROWN SAND W/GRAVEL -,11._00 BROWNISH RED SANDY CLAY. W/GRAVEL ATTERBURG LIMITS: LL: 38 . 8 PL: 19. 9 PI : 18 . 9 SHRKG: 12 .0% MUNSELL .COLOR CHART: 6/4 LIGHT YELLOWISH BROWN CLAY UNIT WEIGHT: 146. 0 #/CFT 1 ` 2 1°' DOE # 4633 APPPROVAL: RY -JERI '� -ROUT_ ING . DATE TESTED: 09-14-04 ABE CALDERON DATE REPORTED: 09-27=04 RICHARD -ARGOMANIZ :TESTED BY: HERNANDEZ FILE