Loading...
HomeMy WebLinkAboutContract 26727 ,•• 4. THIS COPY COWAACTOR CITY SECRETARY �COMACMIrS WIaHG CO. CONTRACT NO. �Ae' � clrY SFCRELIRY M MAI AGM OFFICE SPECIFICATIONS --ENGINEERING IHV. TIPW-RLE COPY .r AND CONTRACT DOCUMENTS NORTH BEACH STREET EXPANSION FROM BASSWOOD BOULEVARD TO SHIVER ROAD D.O.E. NO. 3246 IN THE CITY OF FORT WORTH, TEXAS r FILE No. K-1659 2001 KENNETH L. BARR BOB TERRELL OR MAYOR CITY MANAGER r HUGO A. MALANGA,PE -DIRECTOR DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS A. DOUGLAS RADEMAKER,PE - DIRECTOR DEPARTMENT OF ENGINEERING l� OF tF !®1 .... t. ••DOJ E A'LEN... a C&B NO.010308.010 f; - NCO CITY��t aly City of Fort Worth, Texas mayor and Council COmmunicati0n DATE F'FFEF'FNi:E r10VREF' L�`�� NAME F- 4/17/01 C-18561 20GILCO 1 of 2 E=' APPROPRIATION ORDINANCES AND AWARD OF CONTRACT TO GILCO CONTRACTING, INC. FOR THE WIDENING OF NORTH BEACH STREET FROM BASSWOOD BOULEVARD TO SHIVER ROAD RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing the estimated receipts and appropriations in the Future Improvements Projects of the Special Assessments Fund in the amount of $929,507.00 .r from developer contributions; and 2. Authorize the transfer of $929,507.00 from the Special Assessments Fund to the Street Improvements Fund; and 3. Adopt the attached appropriation ordinance increasing the estimated receipts and appropriations in the Street Improvements fund in the amount of$929,507.00 from developer contributions; and 4. Authorize the City Manager to execute a contract with Gilco Contracting, Inc. in the amount of $4,226,271.15 and 320 working days for the widening of North Beach Street from Basswood Boulevard to Shiver Road. DISCUSSION: On April 11, 2000 (M&C C-17975), the City Council authorized the City Manager to execute an engineering services agreement with Carter & Burgess, Inc. to prepare the plans and specifications for the widening of North Beach Street from Basswood Boulevard to Shiver Road for a lump sum fee of $349,700.00. North Beach Street is an important north-south arterial thoroughfare in the northeast portion of Fort Worth. The street improvement will serve the rapid residential development that is occurring along the North Beach Street corridor and will provide improved access to newly constructed schools and future development. The project will construct a 6-lane divided boulevard from Basswood Boulevard to North Tarrant Parkway. New traffic signals will be provided at Prewett Road, Summerfields Boulevard, Thompson Road, and North Tarrant Parkway. A sidewalk will be provided on the east side of North Beach Street from Basswood Boulevard to Thompson Road, and on both sides of North Beach Street from Thompson Road to North Tarrant Parkway. The project will also construct the east half (or 3 lanes) of •. North Beach Street from North Tarrant Parkway to Shiver Road. A sidewalk will be provided on the east side of North Beach Street from North Tarrant Parkway to Shiver Road. The majority of properties along North Beach Street have been platted and dedicated through the subdivision review process, and money has been collected from developers through Community Facilities Agreements in connection with the platting of property. The remaining funds will come from the 1998 Capital Improvement Program fund and the unfunded Critical Capital Projects Fund. City of Fort Worth, Texas mayor and council Communication 4/17/01 C-18561 20GILCO 2 of 2 APPROPRIATION ORDINANCES AND AWARD OF CONTRACT TO GILCO .� CONTRACTING, INC. FOR THE WIDENING OF NORTH BEACH STREET FROM BASSWOOD BOULEVARD TO SHIVER ROAD The project was advertised for bid on March 1 and 8, 2001. On April 5, 2001, the following bids were received: BIDDERS AMOUNT TIME OF COMPLETION Gilco Contractinq, Inc. $4,226,271.15 320 Working Days .� Orval Hall Excavating Company $4,289,841.84 Site Concrete, Inc. $4,342,829.18 Mario Sinacola & Sons $4,343,326.81 Ed Bell Construction Company $4,389,000.00 APAC-Texas, Inc. $4,587,083.80 Jackson Construction, Inc. $4,590,117.45 Tiseo Paving Company $4,647,695.55 Gilco Contracting, Inc. is in compliance with the City's M/WBE Ordinance by committing to 30% M/WBE x participation. The City's goal on this project is 30%. This project is located in COUNCIL DISTRICT 4, Mapsco 36N, 36J, and 36E. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon adoption of the attached appropriation ordinances and completion of the above recommendations, funds will be available in the current capital budgets, as appropriated, of the Street Improvements Fund, the New Development Fund, and the Parks and Community Services Fund. MG:k .. Submitted for City Manager's FUND JACCOUNTI CENTER I AMOUNT CITY SECRETARY Office by: (to) 1)GS94 488100 020941369010 $ 929,507.00 Mike Groomer 6140 1) GS94 541200 020941369010 $ 929,507.00 Originating Department Head: 2&3) C115 488100 020115136296 $ 929,507.00 3) C115 541200 020115136296 $ 929,507.00 .. Hugo Malanga 7801 (from) APPROVED 4/17/01 ORDINANCE NO. 14594 AND 14595 2)GS94 541200 020941369010 $ 929,507.00 Additional Information Contact: 4)C113 541200 020113136296 $ 651,832.68 4) C115 541200 020115136296 $3,064,244.90 4) C181 541200 080181046200 $ 97,367.00 .. Hugo Mal anga 7801 4)GS90 1 541200 1 020901362960 1 $ 412,826.57 Ordinance No. AN ORDINANCE INCREASING THE ESTIMATED RECEIPTS AND APPROPRIATIONS IN THE SPECIAL ASSESSMENT FUND IN THE AMOUNT OF $929,507 FROM AVAILABLE FUNDS FOR THE PURPOSE OF FUNDING A CONTRACT TO GILCO CONTRACTING, INC., FOR THE WIDENING OF NORTH BEACH STREET;MAKING THIS ORDINANCE CUMULATIVE OF PRIOR ORDINANCES AND REPEALING ALL PRIOR ORDINANCES IN CONFLICT HEREWITH; AND PROVIDING AN EFFECTIVE DATE. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF FORT WORTH,TEXAS: SECTION 1. That in addition to those amounts allocated to the various City departments for the Fiscal Year 2000-01 and in the Budget of the City Manager, there shall also be increased estimated receipts and appropriations in the Special Assessment Fund in the amount of$929,507 from available funds for the purpose of funding a contract to Gilco Contracting,Inc.,for the widening of North Beach Street. SECTION 2. Should any portion, section or part of a section of this ordinance be declared invalid, inoperative or void for any reason by a court of competent jurisdiction,such decision,opinion or judgment shall in no way impair the remaining portions,sections,or parts of sections of this ordinance,which said remaining provisions shall be and remain in full force and effect. SECTION 3. That this ordinance shall be cumulative of Ordinance No. 14286 and all other ordinances and appropriations amending the same except in those instances where the provisions of this ordinance are in direct conflict with such other ordinances and appropriations, in which instance said conflicting provisions of said prior ordinances and appropriations are hereby expressly repealed. SECTION 4. This ordinance shall take effect upon adoption. APPRO S TO FORM AND LEGALITY: Assistant dty Attorney ADOPTED AND EFFECTIVE: 11117 Ordinance No. 6� AN ORDINANCE INCREASING THE ESTIMATED RECEIPTS AND APPROPRIATIONS IN THE STREET IMPROVEMENTS FUND IN THE AMOUNT OF$929,507 FROM AVAILABLE FUNDS FOR THE PURPOSE OF FUNDING A CONTRACT TO GILCO CONTRACTING, INC., FOR THE WIDENING OF NORTH BEACH STREET;MAKING THIS ORDINANCE CUMULATIVE OF PRIOR ORDINANCES AND REPEALING ALL PRIOR ORDINANCES IN CONFLICT HEREWITH; AND PROVIDING AN EFFECTIVE DATE. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF FORT WORTH,TEXAS: SECTION 1. That in addition to those amounts allocated to the various City departments for the Fiscal Year 2000-01 and in the Budget of the City Manager, there shall also be increased estimated receipts and appropriations in the Street Improvement Fund in the amount of$929,507 from available funds for the purpose of funding a contract to Gilco Contracting,Inc.,for the widening of North Beach Street. SECTION 2. Should any portion, section or part of a section of this ordinance be declared invalid, inoperative or void for any reason by a court of competent jurisdiction,such decision, opinion or judgment shall in no way impair the remaining portions,sections,or parts of sections of this ordinance,which said remaining provisions shall be and remain in full force and effect. SECTION 3. That this ordinance shall be cumulative of Ordinance No. 14286 and all other ordinances and appropriations amending the same except in those instances where the provisions of this ordinance are in direct conflict with such other ordinances and appropriations, in which instance said conflicting provisions of said prior ordinances and appropriations are hereby expressly repealed. SECTION 4. This ordinance shall take effect upon adoption. APPROVEDAS FORM AND LEGALITY: Assistant Cit-Attorney ADOPTED AND EFFECTIVE: 7 ADDENDUM NO. 2 y SPECIFICATIONS AND CONTRACT DOCUMENTS FOR NORTH BEACH STREET EXPANSION BASSWOOD BOULEVARD TO SHIVER ROAD D.O.E. NO. 3246 FILE NO. K-1659 IN THE CITY OF FORT WORTH, TEXAS The purpose of this addendum is to clarify the following points and make the following corrections: 1. In the Proposal section, correct Pay Item#3 to read: PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 3. 1 L.S. UTILITY ADJUSTMENT _ Fifteen Thousand Dollars& $ 15,000.00 $ 15,000.00 No Cents Per S.F. 2. In the Proposal section, add Pay Item#80 to read: PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 80. 54 C.Y. RETAINING WALL ALONG SIDEWALK Dollars& $ $ Cents Per S.F. This Pay Item refers to the combination sidewalk/retaining wall (City of Fort Worth Detail S-M13) called out on Sheets 18 and 19. The quantity specified refers to the total concrete required for the retaining wall and the 10"thick base supporting the wall. The concrete for the 4' wide sidewalk(4"thick) is included in the quantity of Pay Item#20. 3. Modify Pay Item#3 of the Special Provisions to read as follows: PAY ITEM#3 —UTILITY ADJUSTMENT: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. This item does not include adjustments of major underground utilities such as water, sanitary sewer, or storm drain mains. An C&B No.010308.010.1.0001 3 April 2001 Page 1 of 2 arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor's' responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the contractor at the contractor's expense. The payment to the contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent(10%)to cover the cost of bond and overhead incurred by the contractor in handling the utility adjustments. R This Addendum and all revisions noted herein are hereby made a part of the Bid Documents for the Project. The Bidders shall acknowledge receipt of this Addendum by signing below and enclosing said signed copy with the sealed bid.'Receipt of this Addendum shall also be acknowledged in the Proposal section of the sealed bid. CARTER&BURGESS,INC. Don E. Allen P.E. #60506 RECEIPT ACKNOWLEDGED: Date C&B No.010308.010.1.0001 3 April 2001 Page 2 of 2 ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR NORTH BEACH STREET EXPANSION BASSWOOD BOULEVARD TO SHIVER ROAD D.O.E. NO. 3246 FILE NO. K-1659 IN THE CITY OF FORT WORTH, TEXAS g The purpose of this addendum is to clarify the following points and make the following corrections: 1. In the Proposal section, correct Pay Item#10 to read: PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 10. 41,000 C.Y. UNCLASSIFIED STREET EXCAVATION $ $ Dollars& Cents Per S.F. 2. In the Proposal section, correct Pay Item#11 to read: PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 11. 1300 C.Y. BORROW Dollars& $ $ Cents Per S.F. ' 3. In the Proposal section, correct Pay Item#41 to read: PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 41. 1 EA. 66"CONCRETE HEADWALL Dollars& $ $ Cents Per S.F. C&B No.010308.010.1.0001 28 March 2001 Page 1 of 4 4. In the Proposal section, correct Pay Item#53 to read: PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 53. 633 C.Y. WALLS/APRONS FOR 10-10'X10'MBC Dollars& $ $ Cents Per S.F. This quantity is an estimate and is for bidding purposes only. For the portions of the wingwalls that exceed the TXDOT maximum height of 16 feet, follow the dimensions and reinforcing steel requirements for walls up to 16 feet, and bid accordingly. 5. In the Proposal section, correct Pay Item#55 to read: PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 55. 1200 C.Y. UNCLASSIFIED CHANNEL EXCAVATION $ $ Dollars& a Cents Per S.F. 6. One (1) school zone marker shall be relocated by the Contractor as a part of this contract. In the Proposal section, add Pay Item#79 to read: PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 79. 1 L.S. SCHOOL ZONE MARKER RELOCATION $ $ Dollars& - Cents Per S.F. 7. The Traffic Control Plan as called out in Pay Item#7 shall be prepared and sealed by a licensed professional engineer and submitted to the City of Fort Worth for approval. 8. Mobilization(Pay Item#1) shall have a maximum limit of 1.5%of the total bid for this project as submitted by the Contractor. 9. Borings logs have been included with this addendum as requested. C&B No.010308.010.1.0001 28 March 2001 Page 2 of 4 10. Pay Item#50 or Pay Item#52 may not be bid as or constructed of Pre-Cast Boxes. Both Culverts must be bid and constructed as Cast-In-Place. 11. When constructing the 3-10'x5' and 1-5'x5' Multiple Box Culvert, it is not necessary to dowel into the existing boxes. The new boxes shall be Cast-In-Place and constructed independent of the existing boxes. Grouting is required between the wall of the existing Box Culvert and the new wall of the proposed Box Culvert. 12. Welded Reinforcing Mats shall not be used in lieu of reinforcing bars in the construction of the two Box Culvert structures. 13. Modify Item#10 of the Special Provisions to read as follows: 4 10. CONSTRUCTION STAKING: Construction stakes for line and grade will be provided by the City as outlined in Section 5.8 of the General Provisions, Standard Specifications for Street and Storm Drain Construction on page 17, as modified herein. One-time staking as supplied by the City shall be limited to: • Offset Control Points: Five (5) offset points for horizontal and vertical control will be provided. • Centerline Control: One set of horizontal centerline stakes spaced at 100' on tangents and 50' on horizontal curves. • Excavation Staking: One set of line and grade stakes offset from each curbline spaced at 100' on tangents and 50' on horizontal and vertical curves, plus control points. • Storm Drainage Staking: One set of offset line and grade stakes for storm drain mains spaced at 100' on tangents and 50' on horizontal curves. Two stakes with grade shall be supplied for all junction boxes, inlets, and structures. • Final Paving Staking: One set of line and grade stakes offset from each curbline spaced at 100' on tangents and 50' on horizontal and vertical curves, plus control points. All staking not specifically set forth in this item, and any restaking for any reason, shall be the responsibility of the Contractor. C&B No.010308.010.1.0001 28 March 2001 Page 3 of 4 This Addendum and all revisions noted herein are hereby made a part of the Bid Documents for the Project. The Bidders shall acknowledge receipt of this Addendum by signing below and enclosing said signed copy with the sealed bid. Receipt of this Addendum shall also be acknowledged in the Proposal section of the sealed bid. CARTER&BURGESS, INC. _, ��PZE OF•TE,��S�'1 Don E. Allen ✓,...:............................ P.E. #60506 DONE ALLEN �� 60506It , `RFG1 S T ER�� r..4r - I0F�5... NGs i0 D�d�ol`� RECEIPT ACKNOWLEDGED: Date C&B No.0 10308.0 10.1.0001 28 March 2001 Page 4 of 4 MATCH LINE B-23 SENEGA SHRIVER ROAD 8-11 B-22 SUMMERFIELDS BLVD B-10 B-21 C7 Z Cn B-9 Z W co Cn B-8 z B-19 QU W W lY M Cn B-7 B-18 U Z m B-6 FE 8-17 O Z s — B-5 AfgN T PREWETT B-18 'q Y B-4 B-15 B-3 THOMPSON B-14 B-2 8-13 B-1 8-12 r MATCH LINE 41"N% LEGEND: APPROXIMATE BORING LOCATION SCALE:1'=80011 North �Qo Proposed Pavements Plan Of Borings Beach Street Expansion Fort Worth, Texas FUGRO SOUTH, INC. Date: Drawn By: -7 Project No.: PLATE B 05/23/00 SMT 0700-1081 LOG OF BORING NO. B- 1 �- PROPOSED PAVEMENTS BEACH STREET EXPANSION FORT WORTH,TEXAS PROJECT NO.0700-1081 TYPE: INTERMITTENT SAMPLING LOCATION: SEE PLAN OF BORINGS LL JO w a0pt] LAYER �� p;e t�; t= zW �a z aIL Y� STRATUM DESCRIPTION ELEV./ a F g NhQ ay X W °_ z z U) w a U L DEPTH 30 �3 a3 JD Qo jw v1- p �► ILZ U az IL 04 3 jU► SURF.ELEVATION:UNKNOWN P4-51 CLAY(CH), Dark Brown to Brown,with roots, limestone fragments and calcareous nodules(probable P 2.5 fill) 1.0 29 55 26 29 CLAY(CH), Dark Brown,trace of gravel P2.5 CLAY(CUCH), Brown to Dark Brown, some 2.0 18 limestone fragments P 1.5 5 P 4.5+ CLAY(CUCH),Yellowish Brown and Brown,some 6.5 P 4.5+ limestone fragments AMR P4-5+ SHALY CLAY(CL),Yellowish Brown and Gray,some 9.0 slickensides 10 -——— --------------------------- 10.0 15 o o w c� a' c� m a_ o g COMPLETION DEPTH: 10.0' WATER LEVEL I SEEPAGE: DRY KEY: DATE DRILLED:5-30-00 UPON COMPLETION: DRY P=Pocket Penetrometer u°, PRIOR TO BACKFILL: DRY Note:All depths are measured in feet. c� . ........ ..... . ..... 01 AT= 4 LOG OF BORING NO. B- 2 PROPOSED PAVEMENTS BEACH STREET EXPANSION FORT WORTH,TEXAS _ PROJECT NO.0700-1081 TYPE: INTERMITTENT SAMPLING LOCATION: SEE PLAN OF BORINGS zr;[ 0 N:� O LL J w Wo LAYER �H oX ��t t=-= z �0a i� - 0 W a 0°IL CY STRATUM DESCRIPTION W z a v a_ 0 o f LL z LL f- X�, ELEV./ <F Q H� H X H— ~= 0 W W H Q VaU DEPTH iO JJ IL 50 QG �W zw o H �zW u IL o N 3 SURF.ELEVATION:UNKNOWN P 4.0 CLAY(CUCH), Dark Brown,with roots, limestone fragments P3.0 23 49 25 24 CLAY(CL), Brown,some gravel and calcareous 1.5 P 3.0 nodules 20 P 4.5+ 5 P 4.5+ CLAY with SAND(CL), Yellowish Brown and Gray, 6.0 some calcareous deposits and trace of limestone P 3.5 fragments 14 41 18 23 P 3.5 10 -——— ———————————————————————————- 10.0 E c� 0 0 a �7 m a_ COMPLETION DEPTH: 10.0' WATER LEVEL/SEEPAGE: DRY KEY: DATE DRILLED:5-18-00 UPON COMPLETION: DRY P=Pocket Penetrometer PRIOR TO BACKFILL: DRY Note:All depths are measured in feet. L LOG OF BORING NO. B- 3 PROPOSED PAVEMENTS BEACH STREET EXPANSION FORT WORTH,TEXAS .� PROJECT NO,0700-1081 TYPE:INTERMITTENT SAMPLING LOCATION: SEE PLAN OF BORINGS `n wp LAYER -o v, �-= ZW IL Z� o W LL Q STRATUM DESCRIPTION w z - v a o> G LL LL a XLu ELEV./ Qr Q� �� ax inWi �= OWE G h a C. DEPTH �Q �� a0 az Quo �m Za CL Z it SURF. ELEVATION:UNKNOWN 0 IL C4 S P2.0 CLAY(CH), Dark Brown, some roots and organics to 28 1 foot, some limestone fragments P 1.5 28 52 25 21 P 2.0 - P 1.5+ 5 P 1.5+ P 3.0 i CLAY(C L), Brown,some clayey sand seams 8.5 P 20 10 ---- --------------------------- 10.0 L 15 ■.r a COMPLETION DEPTH: 10.0' WATER LEVEL 1 SEEPAGE: DRY KEY: DATE DRILLED:5-18-00 UPON COMPLETION: DRY P=Pocket Penetrometer PRIOR TO BACKFILL: DRY Note:All depths are measured in feet. LOG OF BORING NO. B- 4 PROPOSED PAVEMENTS BEACH STREET EXPANSION FORT WORTH,TEXAS PROJECT NO.0700-1081 TYPE: INTERMITTENT SAMPLING LOCATION: SEE PLAN OF BORINGS ~ w apo LAYER �� p, V, ►_-.: ZU �a Z0 LL J p J [L a p STRATUM DESCRIPTION w z a o> p� LL o LL = m a w ELEV./ s ur 5� a►= �" Z w 0 Uj G a H 0'L DEPTH 30 Z� g Sx Z ao pW zy~ azoc U _ an 3 z SURF. ELEVATION:UNKNOWN P 4.5+ CLAY(CH), Dark Brown, roots,trace calcareous 30 53 27 26 nodules and limestone fragments P 4.5+ 19 f P4_5+ CLAY(CL), Brown,some limestone fragments and 2.0 calcareous nodules P 4.5+ CLAY with SAND(CLlCH),Yellowish Brown to 4.0 Yellowish Brown and Gray;some calcareous nodules 5 P 4,5+ and limestone fragments I P 4.5+ P 4.5+ 10 -——— ---------------------------- - 10.0 15 n r L 411 i; a +r. COMPLETION DEPTH: 10.0' WATER LEVEL/SEEPAGE: DRY KEY: i DATE DRILLED:5-30-00 UPON COMPLETION: DRY P=Pocket Penetrometer c Note:All depths are measured in feet. PRIOR TO BACKFILL: DRY nTr • AN LOG OF BORING NO. B- 5 PROPOSED PAVEMENTS BEACH STREET EXPANSION FORT WORTH,TEXAS PROJECT NO.0700-1081 TYPE: INTERMITTENT SAMPLING LOCATION: SEE PLAN OF BORINGS zt-,e x U. o W a pU. STRATUM DESCRIPTION LAYER W Z o:� F.• c~—i a o> H LL 0 LL a YWg; ELEV./ « CY �~ aW zw FO zLUF f gf ina z— O W a a oaW DEPTH 30 �7 0.� gZ ao D zN azn — as 5 Z SURF. ELEVATION:UNKNOWN FILL,Gravelly Clay, Dark Brown and Brown ; I CLAYEY GRAVEL, Brown(possible fill) 1.5 ! t 5 i I � I I P2-0 CLAY(CH), Dark Brown,trace limestone fragments 3.0 31 601 24 36 i _ I I I 5 P 25 P 3.5 CLAY with SAND(CL),Yellowish Brown and Gray 8.0 I P 4.5+ 10 -——— ------------------------- - 10.0 I I I i i I I t I � I ' I COMPLETION DEPTH: 10.0' WATER LEVEL/SEEPAGE: DRY KEY: DATE DRILLED:5-22-00 UPON COMPLETION: DRY P=Pocket Penetrometer PRIOR TO BACKFILL DRY Note:All depths are measured in feet. LOG OF BORING NO. B- 6 PROPOSED PAVEMENTS BEACH STREET EXPANSION FORT WORTH,TEXAS PROJECT NO.0700-1081 TYPE: INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS z�-.z >-0 d: u w°x LL -j w a p LAYER tY 1.: 0; 2: �-Z z{u a z�- 0 LU a.0 C STRATUM DESCRIPTION w z 0 F. y F v a c�> 0 I a D a a w ELEVJ f-w F-" z w F = i z W w Y >- Y51 a�- �� g� wW ww zo J O�'- w0 w ¢ pace DEPTH �0 -�J a� gZ ¢o OW ! zw w azx v SURF.ELEVATION:UNKNOWN P 4.5+ CLAY with GRAVEL(CH), Dark Brown and Brown (possible fill) P 4.5+ CLAY(CH), Dark Brown,trace of gravel 1.0 22 52 21 31 P 4.0 22 I P 2.0 I i 5 P1-5 CLAY(CH),Yellowish Brown 5.0 i i i i y, P 2.0 I CLAY with SAND(CL), Yellowish Brown and Gray 8.0 P 4.0 10 -——— --------------------------- 10.0 ,r i 15 i I Q 0 0 W c� —7 a c� o ° En COMPLETION DEPTH: 10.0' WATER LEVEL I SEEPAGE:DRY KEY: DATE DRILLED:5-22-00 UPON COMPLETION: DRY P=Pocket Penetrometer W ° PRIOR TO BACKFILL: DRY Note:All depths are measured in feet. c� LOG OF BORING NO. B- 7 PROPOSED PAVEMENTS BEACH STREET EXPANSION FORT WORTH,TEXAS PROJECT NO.0700-1081 TYPE:INTERMITTENT SAMPLING LOCATION: SEE PLAN OF BORINGS z�-;t >--.t o-o u °wx U. J h w0 LAYER 0:H Z uZ t_-: zW �a zH O w a O G STRATUM DESCRIPTION w z G ~ v a 0> a L a a W�� ELEVJ Q� Q~ a� aX zw �= 0W� IL IL Y - g� w U) zp Occ G a a �aw DEPTH 30 -+� aJ 50 Qoo >w ZN azor — aN 3 SURF.ELEVATION:UNKNOWN P 2.5 CLAY with GRAVEL(CH), Dark Brown and Brown (possible fill) P 2.0 CLAY(CH), Dark Brown,trace of organics 1.0 29 51 22 29 e P 2.0 35 61 25 36 I i P 2.0 I 5 P 1.5 CLAY(C L), Brown,trace of limestone fragments 6.5 P 1.5 P4.0 CLAY with SAND(CL), Brownish Yellow and Brown, 9.0 some calcareous deposits j 10 -——— -------------------------- 10.0 15 w ca E ca 3 COMPLETION DEPTH: 10.0' WATER LEVEL/SEEPAGE: DRY KEY: DATE DRILLED:5-22-00 UPON COMPLETION: DRY P=Pocket Penetrometer LU PRIOR TO BACKFILL: DRY Note:All depths are measured in feet. LOG OF BORING NO. B- 8 PROPOSED PAVEMENTS BEACH STREET EXPANSION FORT WORTH,TEXAS PROJECT NO.0700-1081 TYPE: INTERMITTENT SAMPLING LOCATION: SEE PLAN OF BORINGS z�x x rx dx U) Wo t_- z ra z� O W IL 0 Q STRATUM DESCRIPTION LAYER W z ? y v a o p I. LL Z LL F o. WCC ELEVl Q� d_ wK zw �= zW� Y gN �,� o 0 W r Q vWt� DEPTH �z JJ o.� go wo jw U� o w w aZ� V O.Z a.N ?� 'y SURF.ELEVATION:UNKNOWN P 4.5+ CLAY(CH), Dark Brown,some calcareous nodules 17 50 26 24 and roots P 4.5+ 16 P 4.5+ CLAY(CL), Brown, some calcareous nodules and 2.0 limestone fragments P 4.5+ 5 P 4.5+ CLAY(CL),Yellowish Red, becoming shaley at 8 feet, 5.0 trace of limestone fragments P 4.5+ P 4.5+ 10 -——— --------------------------- 10.0 _ 15 0 0 w c� a' T m 0 COMPLETION DEPTH: 10.0' WATER LEVEL I SEEPAGE: DRY KEY: DATE DRILLED:5-30-00 UPON COMPLETION: DRY P=Pocket Penetrometer °w PRIOR TO BACKFILL' DRY Note:All depths are measured in feet. c LOG OF BORING NO. B- 9 I_ PROPOSED PAVEMENTS ' BEACH STREET EXPANSION FORT WORTH,TEXAS PROJECT NO.0700-1081 TYPE: INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS k z~;e ;e }: p:� }0 WS - U. U. W O LAYER o r a.' u-e t=: z a z� 0 W F o Q STRATUM DESCRIPTION W z u a c� '�� ,i a r a W�� ELEVJ ar Q~ tet= aX zw �= zWF a x g� W z0 0� W a a uau DEPTH 3z -1� a� go ao OW 01- o a 0 W t0i az QaN 3 z1A a. SURF.ELEVATION:UNKNOWN CLAY(CL), Brown,with gravel 13 34 19 15 18 94 106 CLAY with SAND(CL),Yellowish Brown and Gray, 1.5 P 2.5 some limestone fragments and calcareous deposits LIMESTONE, Tan,with weathered and clay seams 3.0 I I 5 P2-0 CLAY(CL),Yellowish Red and Gray, limestone 5.0 seams at 5 feet P 2.5 -becoming shaley at 9 feet P 4.0 1 10 10.0 15 s W [7 4"• 1: COMPLETION DEPTH: 10.0' WATER LEVEL/SEEPAGE: DRY KEY: f DATE DRILLED:5-30-00 UPON COMPLETION: DRY P=Pocket Penetrometer PRIOR TO BACKFILL:9.5' Note:All depths are measured in feet. LOG OF BORING NO. B-10 PROPOSED PAVEMENTS BEACH STREET EXPANSION FORT WORTH,TEXAS PROJECT NO.0700-1081 TYPE: INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS z�;e d:� m ��a STRATUM DESCRIPTION LAYER w z j F y F u a 0> p~ LL Z LL F a Who: ELEV./ « a vQ,X zw �= ow, G } < t�WO DEPTH 30 �J a� J0 <c Z)w Zvi `i' w azo 0 az_ a,,. 3 0 SURF.ELEVATION:UNKNOWN CLAYEY GRAVEL, Light Brown,some clay seams 11 39 and calcareous deposits P 4.5• 10 34 18 16 ., WEATHERED LIMESTONE,Tan,with clay seams 1.5 CLAY with SAND(CL/CH), Brownish Yellow and 4.0 Brown to Yellowish Brown,with limestone fragments 5 Pis P 3.5 P 3.0 10 -——— -------------------------- 10.0 15 a 0 ul L 'F. COMPLETION DEPTH: 10.0' WATER LEVEL I SEEPAGE: DRY KEY: DATE DRILLED:5-30-00 UPON COMPLETION: DRY P=Pocket Penetrometer PRIOR TO BACKFILL 9.0' Note:All depths are measured in feet. LOG OF BORING NO. B-11 PROPOSED PAVEMENTS BEACH STREET EXPANSION FORT WORTH,TEXAS PROJECT NO.0700-1081 TYPE: INTERMITTENT SAMPLING LOCATION: SEE PLAN OF BORINGS Z►- ae :e p;e — LL I w LL 0 alp LAYER Ix� C, c�� t=:::F z Ix a z� 3f Muj 0.0 Q STRATUM DESCRIPTION w z u a_ o�' IL Yui�� ELEV./ Q� Qg Ng HQK as �= pw� 00.0 DEPTH 30 -� g� Jp ao Mw zU) `n 00. LU V az a ,, 3 �� SURF.ELEVATION:UNKNOWN P 20 CLAY(CH), Dark Brown, roots,trace calcareous 26 59 27 32 97 nodules P 2.5 29 -some limestone fragments at 2 feet P25 WEATHERED LIMESTONE, Tan,with clay seams 3.0 I 5 P1.5 CLAY with SAND(CLICH), Brownish Yellow and 5.0 Brown to Yellowish Brown,with limestone fragments P 1.5 P 4.5+ 10 ---- 10.0 15 a w a 4 COMPLETION DEPTH: 10.0' WATER LEVEL I SEEPAGE: DRY KEY: DATE DRILLED:5-30-00' UPON COMPLETION: DRY P=Pocket Penetrometer PRIOR TO BACKFILL 9.0' Note:All depths are measured in feet. w. Tr LOG OF BORING NO. B-12 PROPOSED PAVEMENTS BEACH STREET EXPANSION FORT WORTH,TEXAS _. PROJECT NO.0700-1081 TYPE: INTERMITTENT SAMPLING LOCATION: SEE PLAN OF BORINGS z�, -0 sae 6 a I- J w w 0 LAYER -e 2 ae t= z �a z FZ- 0 J a.0U.O STRATUM DESCRIPTION w z �' �- c_�a v�' a~ LL v a ELEVJ aL 5~ �Q~ wK zw F= zWF 0. Y J� w U)5i z� O� C w w 0 W DEPTH 30 JJ A. gZ Qc Dw zw azo: � — ar 3 � SURF.ELEVATION:UNKNOWN P 4.0 FILL, Clay with Gravel(CH), Dark Brown P 4.5+ CLAY(CH), Dark Brown,trace limestone fragments 1.0 25 57 26 31 and calcareous nodules P 4.5+ 23 P 4.5+ WEATHERED LIMESTONE, Tan 4.0 5 P 2.5 CLAY(CL), Brownish Yellow and Brown,with 5.0 limestone fragments P 3.0 P 3.0 10 ---- --------------------------- 10.0 15 c {7 ,l u a r '- COMPLETION DEPTH: 10.0' WATER LEVEL I SEEPAGE: DRY KEY: - DATE DRILLED:5-30-00 UPON COMPLETION: DRY P=Pocket Penetrometer PRIOR TO BACKFILL:9.5' Note:All depths are measured in feet. ��I I is1.% 01 ATC I ) LOG OF BORING NO. B-13 PROPOSED PAVEMENTS BEACH STREET EXPANSION FORT WORTH,TEXAS PROJECT NO.0700-1081 TYPE: INTERMITTENT SAMPLING LOCATION: SEE PLAN OF BORINGS U. o w a o STRATUM DESCRIPTION Lu 0 LAYER w z o;e u a o a z o U. F L WIZ ELEV./ a� 0 a HX Ha �= pW� Y22 U IL N 4n 0 W DEPTH 30 �J o gZ Qo 3w zv�i aZK v _ IL C4 3 � SURF. ELEVATION:UNKNOWN FILL, Gravell Clay, Brown 23 F2 CLAY with GRAVEL(CH), Dark Brown,trace roots 0.3 P 2.5 CLAY(CH), Brown,with limestone fragments 1.0 25 52 29 23 P 3.0 P 4.5+ 5 100/5• WEATHERED LIMESTONE, Tan,with clay seams 5.0 1 i LIMESTONE, Light Gray 8.5 100ro- 10 ---- ------------------------ 10.0 "' 15 a c� w E 3 COMPLETION DEPTH: 10.0' WATER LEVEL I SEEPAGE: DRY KEY: DATE DRILLED:5-30-00 UPON COMPLETION: DRY P=Pocket Penetrometer ` PRIOR TO BACKFILL DRY Note:All depths are measured in feet. L -- --- — — -_._ 11%3 A rr- wn _ LOG OF BORING NO. B-14 PROPOSED PAVEMENTS BEACH STREET EXPANSION FORT WORTH,TEXAS {, PROJECT NO.0700-1081 TYPE: INTERMITTENT SAMPLING LOCATION: SEE PLAN OF BORINGS Z I-;e a }0 o;e a p I.- W a O LAYER p;e 2 0 t_ z �pa z� IL CO - I-U- STRATUM DESCRIPTION ELEV./ <F 5 H H x y = z W F W w h oaW DEPTH 30 -�� age gp <c �w zw azo: v o z_ as 3 p SURF.ELEVATION:UNKNOWN SANDY CLAY(CL), Light Brown,trace limestone 19 fragments CLAY(CH), Dark Brown,trace limestone fragments 1.0 22 56 24 32 P 4.0 CLAY with SAND(CL), Light Brown, some limestone 2.0 fragments P 4.0 LIMESTONE,Tan 4.0 5 10a4" LIMESTONE, Light Gray,with shale layers 6.5 loom- 10.0 15 0 c� o w w a 8 COMPLETION DEPTH: 10.0' WATER LEVEL I SEEPAGE: DRY KEY: DATE DRILLED:5-30-00 UPON COMPLETION: DRY P=Pocket Penetrometer °w PRIOR TO BACKFILL: DRY Note:All depths are measured in feet. c� —• •--� —�• •�• •�... M ATC AA LOG OF BORING NO. B-15 6. PROPOSED PAVEMENTS BEACH STREET EXPANSION FORT WORTH,TEXAS PROJECT NO.0700-1081 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS Z LL J W aoo LAYER �F: o; v;e �-= Z �a� z� o J a 0 STRATUM DESCRIPTION W z a v ,�v,L F a Uj ELEV./ aW o~ `�~ HX zw �= zWF W H H oaW DEPTH 30 J g go ac �� za 0 W v az_ dr 5 SURF.ELEVATION:UNKNOWN CLAY(CH), Brown,some limestone fragments CLAY(CH), Dark Brown,trace limestone fragments 0.5 P 1.5 25 58 26 32 P 1.5 P 25 5 P 2.0 22 103 1.7 P 2.0 22 50 19 31 107 2.0 ;- CLAY(CUCH), Brown,trace limestone fragments 7.5 10 P 4.5+ GRAVELLY CLAY(CL), Light Brown 10.0 22 LIMESTONE,Tan 13.0 1 LIMESTONE, Light Gray 14.0 15 -- ---- --=------------------------ 15.0 8 a O C7 0 W C7 a' c? 0 i� y 3 COMPLETION DEPTH: 15.0' WATER LEVEL/SEEPAGE: DRY KEY: DATE DRILLED:5-30-00 UPON COMPLETION: DRY P=Pocket Penetrometer °w PRIOR TO BACKFILL 13.0' Note:All depths are measured in feet. --- - - - - -- ---- r+1 wTr ae LOG OF BORING NO. B-16 PROPOSED PAVEMENTS BEACH STREET EXPANSION FORT WORTH,TEXAS PROJECT NO.0700-1081 TYPE: INTERMITTENT SAMPLING LOCATION: SEE PLAN OF BORINGS Z at ae >x d0 cLLi m°s FZ ~a°Q STRATUM DESCRIPTION LAYER m z o ae F at u a o a a a IL Y�� ELEV./ a►W- QN v'E Hx au' os oW� G a H vpaw DEPTH 30 -�� g� gp Qoa jw zI- azs u az aN 3 SURF.ELEVATION:UNKNOWN r 6"ASPHALT PAVEMENT and 6: GRANULAR BASE P2.5 SANDY CLAY(CL), Brown,some gravel 1.0 13 i P4.5+ CLAY(C L), Dark Brown,some gravel 2.0 22 42 20 22 i P 4.5+ I SANDY CLAY(CL), Brown,with gravel 4.0 I 5 P 4.5+ 21 31 14 17 I CLAYEY GRAVEL, Light Brown,some sand 6.0 sora ---- -------------------------- 8.0 10 ` 15 I I I 0 s COMPLETION DEPTH:8.0' WATER LEVEL I SEEPAGE:8' KEY: DATE DRILLED:5-22-00 UPON COMPLETION: 5' P=Pocket Penetrometer w Note:All depths are measured in feet. ca — - -- - - - -- - ._.� of ATC 4C LOG OF BORING NO. B-17 PROPOSED PAVEMENTS BEACH STREET EXPANSION FORT WORTH,TEXAS PROJECT NO.0700-1081 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS z�x =� }=� p0 u w= LL _ w LU LAYER o:� p;e c2; ! zw �a zI-- 0 W a d STRATUM DESCRIPTION w z � u a o> 0' LL LL 3f M a 2 IL Yea ELEV./ Q� O Ng U, In U) ~= OWE O a a vpaw DEPTH 3a �3 g� gZ Qo �w za azo: p — IL C4 3 0 SURF.ELEVATION:UNKNOWN + P 2.5 CLAY(CH), Dark Brown, some gravel 22 52 25 27 i P 4.5+ P 4.5+ 15 WEATHERED LIMESTONE,Tan,with clay seams 3.0 5 P4.5+ CLAY(CH),Yellowish Brown 5.0 WEATHERED LIMESTONE,Tan,with clay seams 7.0 SHALY CLAY(CL), Yellowish Brown and Gray 8.5 P 3.0 i 10.0 15 S Q m 0 c a a w c� a m N M COMPLETION DEPTH: 10.0' WATER LEVEL/SEEPAGE:DRY KEY: DATE DRILLED:5-30-00 UPON COMPLETION: DRY P=Pocket Penetrometer W PRIOR TO BACKFILL: DRY Note:All depths are measured in feet. LOG OF BORING NO. B-18 PROPOSED PAVEMENTS BEACH STREET EXPANSION FORT WORTH,TEXAS PROJECT NO,0700-1081 TYPE: INTERMITTENT SAMPLING LOCATION: SEE PLAN OF BORINGS Z .e ae X o;e LL -j a w0�- LAYER K� -.e 0-.e t -.c zw �a IL 13 z� 0 Ul F 0 Q STRATUM DESCRIPTION w z M F i=F v n °> LL Z a F I Y ELEVJ « t7 g QN �'� 'nU)a = o w U) CL >• < t1wc� DEPTH 3z -j g� 500 W'D z� u� ° w 00 W v a.z aN =3 ZN z Ix SURF. ELEVATION:UNKNOWN .� 3"ASPHALT PAVEMENT and 4"GRANULAR BASE CLAY(CH), Dark Brown,with limestone fragments 0.6 j P 1.5 24 I P 2.0 24 51 21 30 l Y P 4.5+ I 5 P4.0 CLAY with SAND(CL), Brownish Yellow and Brown, 5.0 with limestone fragments I � I P 4.0 17 46 16 30 -——— ————————————————————————— I —— 8.0 10 - 15 — COMPLETION 015COMPLETION DEPTH:8.0' WATER LEVEL/SEEPAGE: DRY KEY: DATE DRILLED:5-22-00 UPON COMPLETION: DRY P=Pocket Penetrometer W Note:All depths are measured in feet. r■ •�w� w�• .�• • •�•� f11 ATC 40 LOG OF BORING NO. B-19 PROPOSED PAVEMENTS BEACH STREET EXPANSION FORT WORTH,TEXAS PROJECT NO.0700-1081 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS z�-.- 0 r;e C; U. -1 a w O LAYER o:� p 0 u.- 1=-; z ui a z O w o O o STRATUM DESCRIPTION w z r` a_ o> LL LL F a. W�� ELEVJ a� �~ Hr~ Hx zw �= zW� o a �IL z� DEPTH 30 a a_z U) �3 ?a SURF.ELEVATION:UNKNOWN 4"ASPHALT PAVEMENT and 8"GRANULAR BASE P 4.5+ CLAY(CH), Dark Brown,trace roots and gravel 1.0 12 P 1.5 28 55 24 41 P 1.5 5 P4-5+ CLAY with SAND(CL), Brownish Yellow and Brown, 5.0 with limestone fragments / I I P 4.5+ 8.0 10 s 15 2 w c� a [5 vs COMPLETION DEPTH: 8.0' WATER LEVEL I SEEPAGE: DRY KEY: DATE DRILLED:5-22-00 UPON COMPLETION: DRY P=Pocket Penetrometer Note:All depths are measured in feet. a -- -—— — — —- --- ._. P,. •rr A A LOG OF BORING NO. B-20 PROPOSED PAVEMENTS BEACH STREET EXPANSION FORT WORTH,TEXAS PROJECT NO.0700-1081 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS zr�e0 0 O. LL a U.U. h w0�- LAYER o �, ~-= Z ra z~ 0 Uj r OU.Q STRATUM DESCRIPTION w z r r F v a c� A z a IL Y�� ELEV./ « Q� �� urix wui o= zU'F W y Q Vats DEPTH 3Z -A3 aO go � 7w v� o &' oo W t0i a z_ 64 SURF.ELEVATION:UNKNOWN 4"ASPHALT PAVEMENT and 8"GRANULAR BASE P2.5 CLAY(CL), Brown 1.0 25 46 24 22 P 3.0 22 P 3.0 5 P io CLAY(CL), Yellowish Red,some limestone fragments 6.5 P 3.0 -——— --------------------------- 8.0 I 10 15 w c� 4 8 w COMPLETION DEPTH:8.0' WATER LEVEL i SEEPAGE: DRY KEY: ,f DATE DRILLED:5-22-00 UPON COMPLETION: DRY P=Pocket Penetrometer o Note:All depths are measured in feet. W �■ .��� . ... . ■&gift 171 ATC 7A LOG OF BORING NO. B-21 PROPOSED PAVEMENTS BEACH STREET EXPANSION FORT WORTH,TEXAS PROJECT NO.0700-1081 TYPE:INTERMITTENT SAMPLING LOCATION: SEE PLAN OF BORINGS Z�ae at r;� d 0 LL J W aOo LAYER a:I.: a-t 2-t t= z �a z~ o U 0U.O STRATUM DESCRIPTION w z v a o�' p z a. w�� ELEVJ Q� _�~ U) I zw ~= zw� IL YU g� w 5;5i p O� [1 w w y z W DEPTH 3 U �� n IL Qa N D 3 z SURF.ELEVATION:UNKNOWN 4"ASPHALT PAVEMENT and 8"GRANULAR BASE P 1.5+ FILL,Gravelly Clay, Brown(probable fill) 1.0 P2.5 CLAY(CH),Yellowish Brown,trace calcareous 2.0 21 59 22 37 deposits P 1.5+ -with gravel at 5 feet LIMESTONE,Tan 6.0 100/0 -- ---- --------------------------- 8.0 10 15 s LU a c� COMPLETION DEPTH:8.0' WATER LEVEL I SEEPAGE: DRY KEY: M DATE DRILLED:5-22-00 UPON COMPLETION: DRY P=Pocket Penetrometer Note:All depths are measured in feet. U4 0 .�. .�.....�. ..... .�. . ...� r%1 ATC O%A LOG OF BORING NO. B-22 PROPOSED PAVEMENTS BEACH STREET EXPANSION FORT WORTH,TEXAS PROJECT NO.0700-1081 TYPE: INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS s zF.ae ae r-0 O U. w a0o LAYER �� p: v: 1== z �a z� o U.aSTRATUM DESCRIPTION w z F= a_ o o U. CL Y�� ELEVJ a� gg �� Nx as �= OWE G w a 0 W DEPTH 30 -j:1 g� gZ Qoo �3ru ?U) azo: v o.N SURF.ELEVATION:UNKNOWN 3"ASPHALT PAVEMENT and 3"GRANULAR BASE / CLAY with SAND(CL), Reddish Brown,some 0.5 P 2.5 calcareous nodules 19 40 25 15 i P 2.5 CLAY(CH),Yellowish Brown to Light Brown,with 2.0 calcareous deposits and some limestone fragments y P 3.5 i I I 5 P 4.5+ i I P 4.5+ i -——— --------------------------- 8.0 10 I I I 15 I 0 0 W 0 a c? m o � y COMPLETION DEPTH:8.0' WATER LEVEL/SEEPAGE: DRY KEY: DATE DRILLED:55-22-00 UPON COMPLETION: DRY P=Pocket Penetrometer wNote:All depths are measured in feet. �• .w...w wr. .�. . •..w !1I •T'P" AA LOG OF BORING NO. B-23 PROPOSED PAVEMENTS BEACH STREET EXPANSION FORT WORTH,TEXAS PROJECT N0.0700-1081 T TYPE:INTERMITTENT SAMPLING LOCATION: SEE PLAN OF BORINGS Z o;eIL LL J W O LAYER ge p: v.' �'° Z �a. z~ 0 w a 0 STRATUM DESCRIPTION w z v L c7 LU IL f YELEVJ aF �'_ �� HW zw oo zWF g� V) Z_ 0 vOac� DEPTH �� -�� a-� gZ Qc Dw zw w 0 LU V z a s SURF.ELEVATION:UNKNOWN 3"ASPHALT PAVEMENT and 8"GRANULAR BASE), Brown P2.5 CLAY with GRAVEL(CL), Dark Brown 0.9 21 45 22 23 P1-5 CLAY(CH), Dark Brown 2.0 22 P 2.5 5 P 2.0 23 59 22 37 I I i P4.5+ CLAY(CH), Yellowish Brown 7.0 --------------------------------- 8.0 - 10 - 15 i C7 a i7 47 } COMPLETION DEPTH:8.0' WATER LEVEL I SEEPAGE: DRY KEY: DATE DRILLED:5-22-00 UPON COMPLETION: DRY P=Pocket Penetrometer w Note:All depths are measured in feet. L 01 ATC 11 O TERMS AND SYMBOLS USED ON BORING LOGS FOR SOIL SOIL TYPES ®CLAY(CH) _ SHALY CLAY(CH) ®CLAY(CL) ❑SANDY CLAY(CL) Well-Graded Poorly-Graded SILTY SAND(SM) CLAYEY SAND(SC) SAND(SW) SAND(SP) f Well-Graded Poorly-Graded FILL GRAVEL(GW) GRAVEL(GP) ®SILTY GRAVEL(GM) Material SOIL GRAIN SIZE U.S.STANDARD SIEVE 6" 3" 3/4" 4 10 40 200 BOULDERS COBBLES GRAVEL I SAND SILT CLAY COARSE I FINE I COARSE I MEDIUM I FINE 152 76.2 19.1 4.76 2.00 0.420 0.074 0.002 SOIL GRAIN SIZE IN MILIMETERS STRENGTH OF COHESIVE SOILS (2) DENSITY OF GRANULAR SOILS UNDRAINED COMPRESSIVE STRENGTH NUMBER OF BLOWS RELATIVE CONSISTENCY Tons Per Sq.Ft. PER FT.,N DENSITY Very Soft Less Than 0.25 0-4 Very Loose Soft 0.25 to 0.50 4-10 Loose Firm 0.5 to 1.00 10-30 Medium Stiff 1.00 to 2.00 30-50 Dense Very Stiff 2.00 to 4.00 Over 50 Very Dense Hard greater than 4.00 DESCRIPTIVE TERMS FOR SOIL DESCRIPTION CRITERIA MOISTURE Stratified Alternating layers of varying Dry No water evident in sample;fines less material or color with layers than plastic limit. at least 6 mm thick. Moist Sample feels damp;fines near the plastic limit Laminated Alternating layers of varying Very Moist Water visible on sample;fines greater material or color with the plastic limit and less than liquid limit layers less than 6 mm thick. Wet Sample bears free water;fines greater Fissured Breaks along definite planes of than liquid limit. fracture with little resistance INCLUSIONS (1) to fracturing. Parting Inclusion<1/8"thick extending through Slickensided Fracture planes appear polished sample or glossy,sometimes striated. Seam Inclusion 1/8"to 3"thick extending Blocky Cohesive soil that can be broken through sample. Layer Inclusion>3"thick extending through down into small angular lumps sample. which resist further breakdown. Trace <5%of sample. Lensed Inclusions of small pockets of Few 5%to 10%of sample. different soils. Some 10 to 25%of sample. With 30%to 45%of sample. REFERENCES: NOTE: Information on each boring log is a compilation of subsurface conditions 1) ASTM D 2488 and soil and rock classifications obtained from the field as well as from laboratory testing of samples.Strata have been interpreted by commonly 2) Peck,Hanson and Thomburn,(1974), accepted procedures.The stratum lines on the logs may be transitional and Foundation Engineering. approximate in nature.Water level measurements refer only to those observed at the times and places indicated,and may vary with time, geologic condition or construction activity. FUGRO SOUTH, INC. PLATE 24 TERMS AND SYMBOLS USED ON BORING LOGS FOR ROCK ROCK TYPES s SAMPLER TYPES Y ® LIMESTONE © SHALE SANDSTONE ' Thin � Rock wailed Core 4 Tube c� WEATHERED WEATHERED WEATHERED Standard Auger LIMESTONE ® SHALE SANDSTONE •Penetration Sample Test HIGHLY WEATHERED ARGILLACEOUS THD Cone Bag MARL LIMESTONE LIMESTONE ® Penetration Sample Test l� - SOLUTION &VOID CONDITIONS WEATHERING GRADES OF ROCKMASS Void Interstice;a general term for pore Slightly Discoloration indicates space or other openings in rock. weathering of rock material and discontinuity surfaces. Cavities Small solutional concavities. F Moderately Less than half of the rock I Vuggy Containing small cavities,usually material is decomposed or lined with a mineral of different disintegrated to a soil. composition from that of the surrounding rock. Highly More than half of the rock material is decomposed or Vesicular Containing numerous small,unlined disintegrated to a soil. cavities,formed by expansion of gas bubbles or steam during solidification Completely All rock material is of the rock. decomposed and/or disintegrated to soil.The Porous Containing pore,interstices,or original mass structure is other openings which may or may not still largely intact. interconnect. Residual Soil All rock material is Cavernous Containing cavities or caverns, converted to soll.The sometimes quite large. Most frequent mass structure and material L in limestones and dolomites. fabric are destroyed. HARDNESS BEDDING THICKNESS(2) Very Thick >4' Friable Crumbles under hand pressure Thick 2'-4' Low Hardness Can be carved with a knife Thin 2'-2- Moderately Hard Can be scratched easily with a knife Very Thin 1/2"-2" Very Hard Cannot be scratched with a knife Laminated 0.08"-1/2' Thinly-Laminated JOINT DESCRIPTION a SPACING INCLINATION SURFACES Very Close <2" Horizontal 0-5 Slickensided Polished,grooved Close 2"-12" Shallow 5-35 Smooth Planar Medium Close 12"-3' Moderate 35-65 Irregular Undulating or granular Wide >3' Steep 65-85 Rough Jagged or pitted Vertical 85-90 REFERENCES: NOTE: 1)British Standard(1981) Information on each boring log is a compilation of subsurface conditions Code of Practice for Site Investigation and soil and rock classifications obtained from the field as well as from BS 5930. laboratory testing of samples.Strata have been interpreted by commonly accepted procedures.The stratum lines on the logs may be transitional and 2)The Bridge Division,Texas Highway Dept. approximate in nature.Water level measurements refer only to those Foundation Exploration 8 Design Manual observed at the times and places indicated,and may vary with time, 2nd Edition,revised June,1974. geologic condition or construction activity. FUGRO SOUTH, INC. PLATE 25 SPECIFICATIONS AND CONTRACT DOCUMENTS NORTH BEACH STREET EXPANSION FROM BASSWOOD BOULEVARD TO SHIVER ROAD D.O.E. NO. 3246 IN THE CITY OF FORT WORTH,TEXAS FILE No. K-1659 2001 KENNETH L. BARR BOB TERRELL MAYOR CITY MANAGER HUGO A. MALANGA, PE -DIRECTOR DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS A. DOUGLAS RADEMAKER, PE - DIRECTOR DEPARTMENT OF ENGINEERING C&B NO.010308.010 TABLE OF CONTENTS TABLE OF CONTENTS I. Notice to Bidders 2. Special Notice to Bidders 3. Special Instructions to Bidders 4. Proposal 5. Special Provisions 6. Sample Notice of Construction 7. Vendor Compliance to State Law 8. Minority and Women Business Enterprises Specifications 9. Permits/Easements 10. Storm Water Pollution Prevention Plan 11. Certificate of Insurance 12, Contractor Compliance With Worker's Compensation Law 13. Equipment Schedule 14, Experience Record 15. Performance Bond 16. Payment Bond 17, Contract the Contractor being determined to be irresponsible and barred from participation in City work for a period of time of not less than three(3)years. 11. AWARD OF CONTRACT:Contract will be awarded to the lowest responsive bidder.The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of forty-nine(49)days from the date the M/WBE UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation")as appropriate is received by the City. The award of contract,if made,will be within forty-nine(49)days after this documentation is received,but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. 12. PAYMENT:The Contractor will receive full payment(minus 5%retainage)from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. 13. ADDENDA:Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained by contacting the Department of Engineering Construction Division at (817)871-7910.Bids that so not acknowledge all applicable addenda may be rejected as non- responsive. 14. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A.Workers Compensation Insurance Coverage a.Definitions: Certain of coverage("certificate").A copy of a certificate of insurance,a certificate of authority to self-insure issued by the commission,or a coverage agreement(TWCC-81, TWCC-82,TWCC-83,or TWCC-84),showing statutory worker's compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project("subcontractor"in§406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project,regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes,without limitation, independent contractors,subcontractors,leasing companies,motor carriers,owner-operators, employees of any such entity,or employees of any entity which furnishes persons to provide services on the project. "Services"include,without limitation,providing,hauling,or delivering equipment or materials,or providing labor,transportation,or toner services related to a project."Services"does not include activities unrelated to the project,such as food/beverage vendors,office supply deliveries,and delivery of portable toilets. b. The contractor shall provided coverage,based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code,Section 401.011 (44)or all employees of the contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must,prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providing services on a project,and provide to the governmental entity: (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. 1. The contractor shall contractually require each person with whom it contracts to provide services on a project,to: (1) provide coverage,based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas labor Code,Section 401.011 (44)for all of its employees providing services on the project,for the duration of the project; (2) provide to the contractor,prior to that person beginning work on the project,a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project,for the duration of the project; (3) provide the contractor,prior to the end of the coverage period,a new certificate of coverage showing extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts,and provide to the contractor: (a) a certificate of coverage,prior to the other person beginning work on the project;and (b) a new certificate of coverage showing extension of coverage,prior to the end of the coverage period,if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in wiring by certified mail or personal delivery, within ten(10)days after the person knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the project;and (7) contractually require each person with whom it contracts,to perform as required by paragraphs(1)-(7),with the certificates of coverage to be provided to the person for whom they are providing services. j. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project,that the coverage will be based on proper reporting of classification codes and payroll amounts,and that all coverage agreements will be filed with the appropriate insurance carrier or,in the case of a self insured,with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative,criminal,civil penalties or other civil actions. k. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered,and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by _ the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type,and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text,without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker"compensation insurance.This includes persons providing,hauling or delivering equipment or materials,or providing labor or transportation or other service related to the project,regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the _ legal requirement for coverage,to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 15. NON DISCRINUNATION: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 y 13A-29),prohibiting discrimination in employment practices. 16. AGE DISCRIMINATION:In accordance with the policy("Policy")of the Executive Branch of the federal government,contractor covenants that neither it nor any of its officers,members,agents,or employees,will engage in performing this contract,shall,in connection with the employment, advancement or discharge of employees or in connection with the terms,conditions or privileges of their employment,discriminate against person because of their age except on the basis of a bona fide occupational qualification,retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers,members,agents,or employees,or person acting on their behalf,shall specify,in solicitations or advertisements for employees to work on this Contract,a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification,retirement plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend,indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 17. DISCRINIINATION DUE TO DISABILITY:In accordance with the provisions of the Americans with Disabilities Act of 1990("ADA"),Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public,nor in the availability,terms and/or conditions of employment for applicants for employment with,or current employees of Contractor.Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. 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 T 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 a 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 Aw 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 CITY OF FORT WORTH,TEXAS DEPARTMENT OF ENGINEERING SPECIAL PROVISIONS FOR: NORTH BEACH STREET EXPANSION FROM BASSWOOD BOULEVARD TO SHIVER ROAD g FILE No.K-1659 DOE#:3246 1. SCOPE OF WORK: The work covered by these plans and specifications consist of 7"reinforced concrete paving over 6"lime stabilized subgrade and all other miscellaneous items of construction to be performed as outlined in the Plans and Specifications which are necessary to satisfactorily complete the work. 2. AWARD OF CONTRACT: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. INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid. When the quantity of work to be done or materials to be furnished under any major pay item of the contract is more than 125%of the quantity stated in the contract,whether stated by Owner or by Contractor,then either party to the contract,upon demand,shall be entitled to negotiate for revised consideration on the portion of work above 125%of the quantity stated in the contract. When the quantity of the work to be done or materials to be furnished under any major pay item of the contract is less than 75%of the quantity stated in the contract,whether stated by Owner or by Contractor, then either party to the contract,upon demand,shall be entitled to negotiate for revised consideration on the portion of work below 75%of the quantity stated in the contract. This paragraph shall not apply in the event Owner deletes a pay item in its entirety from this contract. A major pay item is defined as any individual bid item included in the proposal that has a total cost equal to or greater than 5 percent of the original contract. A minor pay item is defined as any individual bid item included in the proposal that has a total cost less than 5 percent of the original contract. In the event Owner and Contractor are unable to agree on a negotiated price,Owner and Contractor agree that the consideration will be the actual field cost of the work plus 15%as described herein below,agreed upon in writing by the Contractor and Department of Engineering and approved by the City Council after said work is completed,subject to all other conditions of the contract. As used herein,field cost of the work will include the cost of all workmen,foremen,time keepers,mechanics and laborers;all materials,supplies, trucks,equipment rental for such time as actually used on such work only,plus all power,fuel,lubricants, water and similar operating expenses;and a ratable portion of premiums on performance and payment bonds,public liability,Workers Compensation and all other insurance required by law or by ordinance. The Director of the Department of Engineering will direct the form in which the accounts of actual field cost will be kept and will recommend in writing the method of doing the work and the type and kind of equipment to be used but such work will be performed by the Contractor as an independent Contractor and not as an agent or employee of the City. The 15%of the actual field cost to be paid to the Contractor shall cover and compensate him for profit,overhead,general supervision and field office expense and all other elements of cost and expense not embraced with the actual field cost as herein specified upon request,the Contractor shall provide the Director of Engineering access to all accounts,bills and vouchers relating thereto. 6. 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. 7. 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 y CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Engineering, 1000 Throckmorton Street,2"d Floor,Municipal Building,Fort Worth,Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the Engineer. If not shown,then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 8. 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"nonresponsive"and rejecting bids or voiding contract as appropriate and as determined by the Director of the Department of Engineering. 9. MAINTENANCE STATEMENT:The Contractor shall be responsible for defects in this project due to faulty materials and workmanship,or both,for a period of one(1)year from date of final acceptance of this project by the City Council of the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 10. CONSTRUCTION STAKING:Construction stakes for line and grade will be provided by the City as outlined on page 17,Standard Specifications for Construction,City of Fort Worth. 11. 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 1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways"issued under the authority of the"State of Texas Uniform Act Regulating Traffic on Highways,"codified as Article 6701d 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 @817-871-8774 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 871-8107),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. 12. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work,except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material,if any,which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval;and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work,then such delay will entitle the Contractor to an equivalent extension of time,his application for which shall,however,be subject to the approval of the City Council;and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. - 13. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction as required by Engineer by providing barricades. Barricades,warning and detour signs shall conform to the Standard Specifications"Barriers and Warning and/or Detour Signs,"Item 524 and/or as shown on the plans. Construction signing and barricades shall conform with"1980 Texas Manual on Uniform Traffic Control Devices,Vol.No. l." 14. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material,the contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator("Administrator"),of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth(Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the contractors disposal sites shall be evidenced by a letter signed by the Administrator stating 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 contractors expense. In the event that the contractor disposes of spoil/fill materials at a site without a fill permit or a letter from the administrator approving the disposal site,upon notification by the Director of Engineering,contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 15. 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. 16. QUALITY CONTROL TESTING: (a) The contractor shall furnish,at its own expense,certifications by a private laboratory for all materials proposed to be used on the project,including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate,cement and mortar which are to be used later in the concrete. The contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of in 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. 17. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 18. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels,drilling rigs,pile drivers,hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING—UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work within six feet of high voltage electric lines, notification shall be 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. (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph(c). 19. WATER DEPARTMENT PRE-QUALIFICATIONS: Any contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. 20. 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. (d) "Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract and further,that City shall have access during normal working hours to all appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits." CONSTRUCTION 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 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. 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: Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction.The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, DOE No., Scope of Project (i.e. type of construction activity), actual construction duration within the block,the name of the contractor's foreman and his phone number,the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre- construction notification'flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. 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. PAY ITEM No.2-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. 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. PAY ITEM No.3-UTILITY ADJUSTMENT: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal;however,this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the contractor at the contractor's expense. The payment to the contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the contractor in handling the utility adjustments. PAY ITEM No.4-ADJUST WATER VALVE BOX: Contractor will be responsible for adjusting water valve boxes to match new pavement grade.The water valves themselves will be adjusted by City of Fort Worth Water Department forces. 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 specked parkway grade. The unit price bid will be full payment for materials including all labor,equipment,tools and incidentals necessary to complete the work. PAY ITEM NO 5-MANHOLE ADJUSTMENT: This item shall include adjusting the tops of existing and/or proposed manholes to match proposed grade as shown on the plans or as directed by the Engineer. Standard Specification Item No.450 shall apply except as ~ follows: Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole - sections as per current City Water Department Special Conditions. PAY ITEM No. 10—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 No. 11—BORROW: Fill dirt shall be the responsibility of the Contractor. PAY ITEM No. 14-7"REINFORCED CONCRETE PAVEMENT: (a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement," shall apply. The contractor shall use a six(6) sack concrete mix for all hand placement in the intersections. The unit price bid per square yard shall be full payment for all labor, material, equipment and incidentals necessary to complete the work. (b) Once an evaluation of the pavement is made to determine whether the crack is due to distress or minor shrinkage,the following policy will apply: (1) When the crack is minor and due to shrinkage(cosmetic),then no further treatment will be needed. (2) If the crack is due to distress(structural),the failed pavement must be removed and replaced a minimum of 5 feet. In no case should the remaining portion of the panel be less than 5 feet wide after repairing the failed panel. (3) Any crack within 12 inches of any joint must be removed and replaced a minimum of 5 feet to prevent future spalling of the pavement. (c) All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the Construction Engineer. Screeds will not be allowed except if approved by the Construction Engineer. PAY ITEM No. 16-SILICONE JOINT SEALING FOR CONCRETE PAVEMENT: CITY OF FORT WORTH,TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1,October 18, 1989) (Revision 2,May 12, 1994) 1. SCOPE This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2.(11)"Joint Sealing Materials"of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION- CITY OF FORT WORTH,and Item 2.210"Joint Sealing"of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH TEXAS COUNCIL OF GOVERNMENTS. 3. MATERIALS 3.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification. Before the installation of the joint sealant,the Contractor shall furnish the �. Engineer certification by an independent testing laboratory that the silicone joint sealant meet these requirements. 3.2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated,documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems. Verifiable documentation shall be submitted to the Engineer. Acetic acid cure sealants shall not be accepted. The silicone sealant shall be cold applied. 3.3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Coming 890-SL self-leveling silicone joint sealant as manufactured by Dow Coming Corporation,Midland,MI 48686-0994,or an approved equal. Self-Leveling Silicone Joint Sealant Test Method Test Requirement AS SUPPLIED **** Non Volatile Content,%min. 96 to 99 MIL-S-8802 Extrusion Rate,grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1.206 to 1.340 **** Skin-Over Time,minutes max. 60 **** Cure Time,days 14 to 21 **** Full Adhesion,days 14 to 21 AS CURED-AFTER ASTM D 412,Die C Mod.Elongation,%min. 1400 ASTM D 3583 Modulus @ 150%Elongation,psi max. 9 (Sect. 14 Mod.) ASTM C 719 Movement, 10 cycles @+100/-50% No Failure ASTM D 3583 Adhesion to Concrete,%Elongation min. 600 (Sect. 14 Mod.) ® ASTM D 3583 Adhesion to Asphalt,%Elongation min. 600 (Sect. 14 Mod.) 3.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. .� The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. Reference is made to the"Construction Detail"sheet for the various joint details with their respective dimensions. 4. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement,the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the"Construction Detail"sheet or as directed by the Engineer within 12 hours of the pavement placement. (Note that for the"dummy"joints,the initial 1/4 inch width"green"saw-cut and the`reservoir"saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven (7)days. Then the saw cuts for the joint sealant reservoir shall be made,the joint cleaned,and the joint sealant installed. During the application of the joint sealant,the weather shall not be inclement and the temperature shall be 40F(4C) and rising. 5. EQUIPMENT 5.1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows: 5.2 Concrete Saw:The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 5.3 High Pressure Water Pump:The hi6pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 5.4 Air Compressors:The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free £, water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 5.5 Extrusion Pump:The output shall be capable of supplying a sufficient volume of sealant to the joint. 5.6 Injection Tool:This mechanical device shall apply the sealant uniformly into the joint. 5.7 Sandblaster:The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 5.8 Backer Rod Roller and Tooling Instrument:These devices shall be clean and free of contamination. They shall be compatible with the join depth and width requirements. 6. CONSTRUCTION METHODS 6.1 General:The joint reservoir saw cutting,cleaning,bond breaker installation,and joint sealant placement shall be performed in a continuous sequence of operations 6.2 Sawing Joints:The joints shall be saw-cut to the width and depth as shown on the"Construction Detail'sheet. The faces of the joints shall be uniform in width - and depth along the full length of the joint. 6.3 Cleaning Joints:Immediately after sawing,the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent joint contamination. When the Contractor elects to saw the joint by the dry method,flushing the joint with high pressure water may be deleted. The dust resulting from the sawing shall be removed from the joint by using compressed air.(Paragraph Rev. 1, - October 18, 1989) After complete drying,the joints shall be sandblasted. The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate,one directional passes.Upon the termination of the sandblasting,the joints shall be blown-out using compressed air. The blow tube shall fit into the joints. The blown joint shall be checked for residual dust or other contamination. If F_ any dust or contamination is found,the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning,the bond breaker and sealant shall be placed in the joint. Open,cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape:The bond breaker rod and tae shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 6.4 Joint Sealant:Upon placement of the bond breaker rod and tape,the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F(4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition. T Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints:A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the Engineer the acceptable method for sealant installation. The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. 7. WARRANTY The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City. Also,the Contractor shall provide the Engineer a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for one year after final acceptance of the completed work by the Engineer. 8. BASIS OF PAYMENT Payment will be made at the Contract bid item unit price bid per linear foot(L.F.)as provided in"MEASUREMENT"for"SILICONE JOINT SEALING",which price of shall be full compensation for furnishing all materials and for all preparation,delivery, and application of those sealing materials and for all labor,equipment,tools and incidentals necessary to complete the silicone joint sealing in conformity with the plans and these specifications. PAY ITEM No. 17-7"CONCRETE CURB: The contractor may,at his option,construct either integral or superimposed curb. Standard Specification Item 502 shall apply except as follows:Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty(30)minutes after the concrete in the slab. PAY ITEM No. 18—6"CONCRETE CURB: The Contractor may, at his option, construct either integral or superimposed curb. Standard Specification Item 502 shall apply except as follows: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The Concrete for the curb shall be deposited not more than thirty(30)minutes after the concrete in the slab. PAY ITEM No. 19-REPLACE EXIST.CURB AND GUTTER: This item is included for the purpose and removing and replacing existing curb and gutter in transition areas as determined by the Engineer in the field. The proposed curb and gutter will be of the same dimensions as the existing curb and gutter to be removed. Quantities for this pay item are approximate and are given only to establish a unit price for the work The price bid per linear foot for"REPLACE EXIST. CURB AND GUTTER"as shown in the Proposal will be full payment for materials including all labor,equipment,tools and incidentals necessary to complete the work. PAY ITEM No.22-HMAC TRANSITION(PERMANENT): This item will consist of the finnishing and placing at varying thicknesses an HMAC surface in transition areas where indicated on the plans,as specified in these specifications and at other locations as may be directed by the Engineer. This item shall be governed by all applicable provisions of Standard Specifications Item 312. The price bid per ton HMAC Transition as shown in the Proposal will be full payment for materials including all labor,equipment,tools and incidentals necessary to complete the work. PAY ITEM No.23-HMAC TRANSITION(TEMPORARY): This item will follow all specifications as listed above as stated for HMAC Transition(Permanent). This item shall be governed by all applicable provisions of Standard Specifications Item 312. The price bid will also include removal of HMAC Transition(Temporary)Pavement as the construction phasing and traffic control plan dictated. PAY ITEM No.24-6"PIPE SUBDRAIN: No specific location for this item is designated on the plans. Subdrain shall be installed only if field conditions indicate ground water at subgrade level after excavation and if deemed necessary by the Engineer. PAY ITEM No.48-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. PAY ITEM No.56-TOP SOEL: -- The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth(compacted)over the parkway area and do not include deeper than design depth behind the curb. The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site. Payment will be made on the basis of loose truck volume(full truck with sideboards up)tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed. PAY ITEMS Nos.73-77—SIGNALIZATION: This item to be bid Lump Sum per intersection of said street with North Beach Street. The unit price bid shall include but is not limited to all items listed on Sheet 42 of the North Beach Street Expansion construction plans. (To be printed on Contractor's Letterhead) Date: DOE No: xxxxx PROJECT NAME: MAPSCO LOCATION: <XXE> LIMITS OF CONST.: <Alpha St. between Beta Street and Gamma Ln.) Estimated Duration of Construction on your Street : <XX>days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL < REPLACE WATER AND/OR SEWER LINES - RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: - Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. PROPOSAL TO: Mr. Bob Terrell City Manager Fort Worth,Texas FOR: NORTH BEACH STREET EXPANSION FROM BASSWOOD BOULEVARD TO SHIVER ROAD PROJECT No. FILE No.K-1659 DOE#: 3246 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: SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID '°m S.P. 1. 1 LS. MOBILIZATION T�ng�►] Y r0azz Dollars& O Cents Per LS. 00 $ G 3,4ov.00 S.P. 2. 2 EA. PROJECT DESIGNATION SIGNS J 1"Wo w000p arm Dollars& & D Cents Per EA. $ ZOO.00 $ 4Co.co S.P. 3. 1 LS. UTILITY ADJUSTMENT FI F r8 ra N JJJR u9AuOollars& m 00 uo Cents Per LS. $ 15,00— $ Is,COD S.P. 4. 7 EA. ADJUST WATER VALVE,WATER METER, ETC. ONe wumPj .4n Dollars& $ 100-60 $ 7100.00 tifO Cents Per EA. S.P. 5. 8 EA. ADJUST MANHOLE FOV 1r }OUNy 2ED Dollars& 00 Cents Per EA. $ $ 3 800.aD S.P. 6. 20 LF. CONCRETE ENCASEMENT OF EXISTING 36"WATERLINE T � s& $ �3 .Two 1401496p $ 4��O- uo Cents Per LF. g S.P. 7. 1 LS. TRAFFIC CONTROL PLAN 00e tNOySA-ND Dollars& A.PO Cents Per LS. $ 1.000.00 S.P. 8. 4,202 LF. REMOVE EXISTING CURB&GUTTER Ccpts.t- Dollars& Cents Per LF. $ y .so $ Lip S.P. 9. 16,630 SY. REMOVE AND DISPOSE OF EXISTING ASPHALT PAVEMENT err- Dollars& $ P. 50 $X5.00 '11' Cents Per SY. 41,o00 ,4c�,*�„. .rye S.P. 10. —95,Cr59--CY. UNCLASSIFIED STREET EXCAVATION 106 tX,^ A_ Dollars& _ I? !'0,,,, �-� _Cents Per CY. $ .1�� $ Q ova 112 11. -3", ft CY. BORROW 5&^040v.... Dollars& Cents Per CY. $ _?.60 $ 9176 0 .w 210 12. 1,035 Ton LIME G 1(s+t r Y ri lr E Dollars& Np Cents Per Ton $ 03- 00 $1&30g,00 210 13. 68,990 SY. 6"LIME STABILIZED SUBGRADE Pu M y 1100 Dollars& Lw Cents Per SY. $_Z =D $ l3 S.P. 14. 67,431 SY. 7"REINFORCED CONCRETE PAVEMENT _ 314 ' )WC i: �1 Dollars& 4!-.g,, Cents Per SY. $ f $ S.P. 15. 866 SF. STD. 6"CONCRETE DRIVEWAY T'N JZrr C Dollars& T a u R rY Cents Per SF. $ 3.30 $ 2 8a r S.P. 16. 89,500 LF. SILICONE JOINT SEALANT NO Dollars& E LCs►i rY Cents Per LF. $ 0.80 $ 71, 660.00 S.P. 17. 11,968 LF. 7"CONCRETE CURB 00 Dollars& $aijam r r Cents Per LF. $ 0. 70 $ a 7 .40 S.P. 18. 14,833 LF. 6"CONCRETE CURB 00 Dollars& 51,tT Y Cents Per LF. $ 0. bo $ S.P. 19. 100 LF. REPLACE EXISTING CURB AND GUTTER Ft Fracm Dollars& 00 Cents Per LF. $ 15;.40 $ 1- Sou.40 504 20. 46,028 SF. STD.4"REINFORCED CONCRETE SIDEWALK&LEADWALK T6y O Dollars& tHo(ZtY Cents Per SF. $ Z. 30 $ 1 S MAO O S.P. 21. 33 EA. SIDEWALK RAMPS FI Va H0L*Xf9b Dollars& IVO Cents Per EA.. $ S00.00 $ 16 00.DO S.P. 22. 1,665 Ton H.M.A.C.TRANSITION(6"THICK, 312 PERMANENT ONLY) tLL4 -S.vfb Dollars& $ 3 .�i� $_ L o•LCIo. Cents Per Ton - �— .+w+ S.P. 23. 1,266 Ton H.M.A.C.TRANSITION(6"THICK, 312 TEMPORARY ONLY) Dollars& $ -1-6.00 $ 1481109. b0 Cents Per Ton S.P. 24. 100 LF. 6"PIPE SUBDRAIN T'Wfrl.uE Dollars& 00 Cents Per LF. $ 1Z.00 $ ! Z�00 440 25. 1 EA. REMOVE EXISTING DROP INLET r-we NVNDQarD Dollars& JLVI Cents Per EA. $ zt;00.40 $ 500.00 440 26. 1 LS. REMOVE EXISTING WINGWALLS, TOEWALLS&APRONS et- VVI) Hv1.P1WP Dollars& $ 11100.0 $ 1. 100.Od mo Cents Per LS. 440 27. 28 LF. REMOVE EXISTING 2-6'X6'MBC $Cs tfig"TY F?VO Dollars& #JO Cents Per LF. $ 15.00 $ Z,14V-00 440 28. 66 LF. REMOVE EXISTING 24"RCP 5G VEV Dollars& 00 Cents Per LF. $ -7•00 $ 4(PZ.00 440 29. 80 LF. REMOVE EXISTING 12"RCP 56yay Dollars& 1170 Cents Per LF. $ -7•00 $ .c60- 440 30. 151 LF. 21"CL.III R.C.P. Ph eTY F 1 VG Dollars& 00 Cents Per LF. $ .3-5.,00 $ S+Z8�• 440 31. 177 LF. 24"CL.III R.C.P. Igo R7 Y Dollars& h� IUO Cents Per LF. $ 40.00 $ si — =. 440 32. 310 LF. 27"CL.III R.C.P. T PO IRPr SEvC V Dollars& 1110 Cents Per LF. $ `{'7. 00 $ ( O.G� e�M'e3 ..w 440 33. 38 LF. 30"CL.III R.C.P. F!r f l Dollars& r w 0 Cents Per LF. $ 54-40 $ 1•g7Gld 440 34. 187 LF. 36"CL.III R.C.P. is vg N rY Dollars& 0 M Cents Per LF. $ 71-00 $ 131 777.dO 440 35. 508 LF. 42"CL.III R.C.P. 6168Tr E1y14T Dollars& 00 Cents Per LF. s98. 00 $ 4t iO4�.Db 440 36. 322 LF. 48"CL.III R.C.P. ONB HONDIrap VoO Dollars& NO Cents Per LF. $ 10Z.00 $ 3 ZI y++-045 440 37. 31 LF. 54"CL.III R.C.P. ONs 14002952 FbR7YDollars& A30 Cents Per LF. $ [40.DO $ 4.3 . OO 440 38. 426 LF. 60"CL.III R.C.P. �iVe OAK W0uDW :Ow f llollars& 140 Cents Per LF. $ I&S.00 $ 70+ Z g0.OD 440 39. 177 LF. 66"CL.III R.C.P. tu9p gyIUDR� FIVgDollars& K9d Cents Per LF. $ Z.DS 00 $ _u Z BSS �O 40. 1 EA. 24"CONCRETE HEAD � I �� • 1!O Cents Per EA. $ 1. NO. $ 1. 1-40.00 41. .e EA. 66"CONCRETE HEADWALL ,�. PI USS rjb uS•A AjP Dollars& AJO Cents Per EA. $ 54 400.DO $ dQp,p0 42. 1 EA. 4' SQ.STORM DRAIN MANHOLE T14IZ65 THOUSAND Dollars& NO Cents Per EA. $ A pW.OD $-34-00-0-00 mom 43. 1 EA. 5' SQ.STORM DRAIN_MANHOLE TF1�I R1 t Agony f ouD'Rs�Bars& Nr! Cents Per EA. $ Qy $ 3t 7�00 44. 1 EA. 6' SQ. STORM DRAIN MANHOLE FORTY pyi 1jUNggffD Dollars& wo Cents Per EA. $ 0 $ 1 DO 00 45. 1 EA. TYPE 5 STORM DRAIN MANHOLE FI F'r,f V t106 youp epDollars& /V p Cents Per EA. $5 900.00 $ 00.'PO 444 46. 6 EA. RECESSED 10'INLET. 'TwgA>Tl 006 HUAPPO" Dollars& Pio Cents Per EA. $ Z1406. $ 1 L6�?.� 444 47. 9 EA. RECESSED 20'INLET. T1419Tr F1VG WougemP Dollars& 1uo Cents Per EA. $ ,800,00 $ 311 SOa.Qo S.P. 48. 2,327 LF. TRENCH SAFETY �pG - 525 00 Dollars& ?_Cents Per LF. $ 0. 402 49. 3,100 CY TRENCH EXCAVATION&BACKFILL IJO Dollars& F t FYf Cents Per CY. $ 0 , SD $ 11 550. 00 W 50. 325 CY 3-10'X5'AND 1-5'X5'BOX CULVERT 4%.A . S Ea, `u,''&P• Dollars& Cents Per CY. $ 346•pp $ 125i I OO 51. 53 CY WALLS/APRONS FOR 3-10'X5'AND 1- 5'X5' 10 u 4.406& Dollars& $ 3qe.uo $ .b30.00 . � Cen Per CY. 52, 1,472 CY. 10-10'X10'MULTIPLE BOX CULVERT Fou1i.V W1?1�E_C?F►VCDollars& ISD Cents Per CY. $ 53. -494-- CY. WALLS/APRONS FOR 10-10'X10'MBC �aw►..8u...i..a� �i Dollars& CCentster CY. $ L120.00 $ RIPS (06.00 54. 1,190 SY. ROCK RIPRAP(12"—15" DIA.TYPE `A' no. DRY,THD ITEM 432.4) �j'� �� Dollars& $ .36.DO $ �{/�,h O.00 Qom. Cents Per SY. 1200 4'C 55. 43,8 CY. UNCLASSIFIED CHANNEL EXCAVATION 4u"-.C— Dollars& '4!,w.�Cents Per CY. $ 3.a5 $ 5900.00 r S.P. 56. 7,300 CY. TOP SOIL 116 NINE Dollars& own NO Cents Per CY. $ 9.00 $ 65,700.00 57. 220,000 SF SEEDING ISO Dollars& $ O.0$ $ v? 00.00 E 1(s 44 T Cents Per SF. 58. 1 LS. REMOVE EXISTING TRAFFIC BUTTONS -()}1 Xrf `!ev&V 1+vLvPWyDollars& W Cents Per LS. $ 3, 700.10 $ 9 ZOQ-0 son 59. 1,278 EA TYPE H-CR4 PAVEMENT MARKERS _ njewar Dollars& $ 3.,50 $ 4 47 3.00 Fw PIT Cents Per EA. 60. 4,880 EA TYPE W-4 PAVEMENT MARKERS T14 sCs6 Dollars& $ 00 Cents Per EA. 61. 1,434 EA TYPE Y4 PAVEMENT MARKERS 7 N REIC Dollars& $ 3, 0 0 $ 40 Z.00 No Cents Per EA. 62. 771 EA TYPE II-A-4 PAVEMENT MARKERS Fou 1z Dollars& $ .Do $ 3, 08¢to NO Cents Per EA. -. 63. 4 EA INTERSECTION PAVEMENT STRIPING- CROSSWALKS&STOP $ z 750•y $ 11 L000•00 Tw erun $.amp if usi pa&P o�lars& W Cents Per EA. 64. 1 LS. PAVEMENT STRIPING-N.TARRANT PARKWAY F►PrY Five NuNvaeb Dollars& $ q'vo, $ ! .5w ND Cents Per LS. S.P. 65. 1,800 LF. PROPOSED STANDARD STEEL GUARD 506 RAIL Fovrtrrap Dollars& $ 14.00 $ Z-5.Zara.00 00 Cents Per LF. 66. 55 EA STREET LIGHT POLE-DOUBLE ARM r"' p ASSEMBLY,DAVIT TYPE D40-9T, $ I I u6q.0p $ 90175O,pp GALVANIZED,COMPLETE IN PLACE Onr. 1 �1 Dollars& Cents er EA. 67. 110 EA STREET LIGHT FIXTURE G.E. REFRACTOR,FLAT GLASS LUMINARIE, $ a5em $ R -c* 20OW BPS LAMP,INTEGRAL PHOTOCELL,WITH A SHORTING CAP IN EACH PHOTO CONTROL RECEPTACLE, COMPLETE IN PLACE �.�•r� +�a� Dollars& - C is Per EA. 68. 55 EA TYPE NO.5 CONCRETE DRILLED SHAFT FOUNDATION,WITH ANCHOR BOLTS, $ L00,O $ �t m.to COMPLETE IN PLACE 44 � Dollars& � - Cents Per EA. 69. 8,690 EA 1-1/4"SCHEDULE 40 PVC CONDUIT WITH 246 AND 1-#10 $ 6.00 $ L13,�4�JD•00 Dollars& Cents Per EA. 70. 3,050 EA 1-1/4"SCHEDULE 80 PVC CONDUIT WITH .� 246 AND 1-#10 $ 15.50 $ .00 _ A' Dollars& A4jL6. Cents Per EA. 71. 2 EA PULL O :.. �. Dollars& $ 100 $ 5 ac•OO Centher EA. 72. 3 EA SERVICE POLES two,- %,,. Dollars& $-2j-Z�00$ (og.00 Cents Per EA. Nowl 73. 1 LS. SIGNALIZATION RELOCATION AT BASSWOOD tw&¢ 4%vu!��Ste' U,. Dollars& $ j2j%�Q.. $ 06 �b0.00 —0y,.r11 Cents Per LS. 74. 1 LS. SIGNALIZATION AT PREWITT ROAD S.# 'W-e4� Dollars& Cents Per LS. $ W ,a0 $ LA,30D.flO 75. 1 LS. SIGNALIZATION AT SUMMERFIELD BOULEVARD NOR � �9 �' ollars& $ S$Tp0 Cents Per LS. 76. 1 LS. SIGNALIZATION AT TIJOUTSON ROAD now . Z� a.'il..wa•�l a;,AML ollars& S-9nmdf% Cents Per LS. $ $ Sim•00 wow 77. 1 LS. SIGNALIZATION AT NORTH TARRANT PARKWAYe �'"'"��► (7�a. ollars& 94-6,100- DO Cents Per LS. A"` 78. 1 LS. EROSION CONTROL Swat. ,-*Jo"6" A,., Dollars& uh.rr- Cents Per LS. $jl+&*ifO $ !'200 00 �i. ..w� 9? ' TOTAL BID $ A� LZ0"6 MARKER 0-71 . 15� REFt.DGA T100 Av'p. L bo s'q� CY Etl+uutNG wAL-L Arou� S tD6wAL9 P0 wh. �"'� LEIUTS P�'R G y •�33co�o � )�j�o•d0 saw 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 successful Bidder shall be required to complete the attached Statement of Materials and Other Charges at the time of executing the contract. 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 Three Hundred Twenty(320)Working Days from and after the date for commencing work as set forth in the written Work Order to be issued by the Owner and to pay not less than the"Prevailing Wage Rates for Street,Drainage and Utility Construction"as established by the City of Fort Worth,Texas. 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 t Olp 6 .A. 5. 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) L'� Addendum No.3 (Initials) Addendum No.2(Initials) �i� Addendum No.4(Initials) Respectfully submitted: GO Gd T106" .SVG. By 1Jf1 Le . moi! a')!ra, r, �sIPU1lJT" Address J?, c7. Sox Z 444 Z Foar wojul;, V. 7617-4 Telephone 91'7 S16 —0,516 (SEAL) Date 4 - 57 - 01 VENDOR COMPLIANCE TO STATE LAW 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. Now 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: *►G.' dL. By: —LDA&.-Z �w1Ryp►Tl-1 (Please print -P0 ZQ'q S Signature: Fnd TX. ""I� 1 Z� Title: -Fr"M►opt N'r City State Zip (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION .rr