Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 40443
. " CITY SECRE D.O.E. FILE CITY SECRETARY Lf D~ y 3 FoRr WoRTH NO. · CONTRACTOR'S BONDING CO. CONSTRUCTIO~J1S COPY CLIE-N. DEPARn,. -.H SPECIFICATIONS AND CONTRACT DOCUMENTS FOR DIRKS ROAD -WEST BRYANT IRVIN ROAD TO HARRIS PARKWAY PAVING AND DRAINAGE IMPROVEMENTS Michael J. Moncrief Mayor CITY PROJECT No. 00768 TPW No. C295-541200-203230076883 DECEMBER 2009 William A. Verkest, P.E. Dale A. Fisseler, P. E. City Manager Director, Transportation and Public Works Department S. Frank Crumb , P.E. Director, Water Department OFFICIAL RECORD Richard Zavala CITY SECRETARY Director, Parks and Community Services Departm ~nt FT. WORTH , TX ICC:~ KENNEDY CONSULTING TBPE REG #F-926 PREPARED FOR: The City of Fort Worth 06-18-10 A10:5 8 IN M&C Review Page 1 of 2 Official site of the City of Fort Worth, Texas ~ITV COUNCIL AGENDA COUNCIL ACTION: Approved on 5/18/2010 DATE: 5/18/2010 REFERENCE NO.: C-24241 LOG NAME: 20DIRKS- PHASE1 CODE: C TYPE: PUBLIC NON-CONSENT HEARING: NO SUBJECT: Authorize a Contract in the Amount of $3,041,761 .10 with Jackson Construction , Ltd., for Paving and Drainage Improvements on Dirks Road from Bryant Irvin Road to the Western Limit of the Future Southwest Parkway (COUNCIL DISTRICT 3) RECOMMENDATION: It is recommended that the City Council authorize a contract in the amount of $3,041 ,761 .10 with Jackson Construction, Ltd., for paving and drainage improvements on Dirks Road from Bryant Irvin Road to the Western Limit of the future Southwest Parkway (Project 0768). DISCUSSION: On March 6, 2007, (M&C G-15621) the City Council authorized the sale of $42,325,000 .00 in Certificates of Obligation for the purpose of funding part of the Critical Capital Needs Program . That amount included $7 ,500,000.00 for the design and construction of Dirks Road from Bryant Irvin Road to Granbury Road. On June 16, 2009, (M&C C-23596) the City Council authorized the City Manager to execute an Engineering Agreement with Kennedy Consulting , Ltd ., (KCI) for the design of Dirks Road from Bryant Irvin Road to Granbury Road . Dirks Road will be reconstructed as a six lane divided principal arterial roadway with traffic signal, storm drainage and sidewalk improvements. The construction of Dirks Road has been separated into two phases. Phase I is from Bryant Irvin Road to the western limit of the future Southwest Parkway . Phase 2 is from the eastern limit of the future Southwest Parkway to Granbury Road. On March 23 , 2010 (M&C C-24142) the City authorized the City Manager to execute an lnterlocal Agreement (ILA) with Tarrant County for participation in the construction costs of Phase I. Under this agreement Tarrant County will reimburse the City up to $2,000 ,000 .00 for construction costs in quarterly payments of $400,000 .00 from the Third Quarter 2010 through Third Quarter 2011. The City will provide all project management, inspection and material testing necessary for the project. Phase I of the project was advertised for bid on January 21 and 28 , 2010 in the Fort Worth Star- Telegram . On February 18, 2010 the following bids were received · !Bidders Bid Amount! !Jackson Construction, Ltd . $3,041,761 .10 I iJLB Contracting , LLC $3 ,206,739.25 i !Mario Sinacola & Sons Excavating, Inc $3 ,235 ,148.85 j iMcClendon Construction, Inc . $3,335 ,383.54 !Conatser Construction TX, LP $3 ,388,168.40 !Tiseo Paving Company $3,757,798 .70 I Texas Sterling Construction Company $4,095,156.87 Time of Completion: 400 Calendar Days ttp://apps.cfwnet.org/council_packet/mc _rev ie w.asp?ID =l 3198&councildate=5/18/2 010 FORT\VORTH ~ 5/18/2010 M&C Review Funding in the amount of $195,000.00 is included for associated construction survey, material testing, inspection and project close out. The contingency funds to cover change orders total $152,000.00 . Jackson Construction, Ltd ., is in compliance with the City's M/WBE ordinance by committing to 10 percent M/WBE participation and documenting good faith effort. Jackson Construction, Ltd ., identified several subcontracting and supplier opportunities . However, the M/WBE's contacted in the areas identified did not submit the lowest bids . The City's goal on this project is 21 percent. This project is located in COUNCIL DISTRICT 3, Mapsco 1028, 102C and 1020. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated , of the 2007 Critical Capital Projects Fund. TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 20DIRKS-PHASE l.pdf FROM Fund/Account/Centers C295 541200 203230076883 $3 ,041,761 .10 Fernando Costa (6122) William Verkest (7801) Leon Wilson (8883) -rrttp://apps.cfwnet.org/council_packet/mc _rev iew.asp?ID= 13198&councildate=5/18/2010 Page 2 of2 5/18/2010 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 DIRKS ROAD(BRY ANT IRVIN ROAD TO HARRIS PARKWAY) City Project No. 00768 TPW Project No. C295-541200-203230076883 RELEASE DATE : February 9, 2010 BID RECEIPT DATE: 1:30 PM, February 18, 2010 INFORMATION TO BIDDERS : 1. The Contractor will be Primary Operator and the City will be the Secondary Operator. The Contractor is only responsible for submitting the NOi to TCEQ necessary for the Primary Operator. 2 . The contractor is allowed to use green or non-green cement. 3. PCTB w/ crash cushions will no longer be needed on the project. The Traffic Control Plan sheets 54 , 55 , 58, 59 , 64, 70 will be revised to reflect the use of low profile barrier in all locations instead of full height barrier w/ crash cushion end treatments. On Traffic Control Plan Sheets 48 thru 71 the legend will be revised to remove PCTB and include low profile barrier. The estimated length of low profile barrier necessary is 2340 LF, to be provided by the Contractor (no City stockpile is available). The low profile traffic barrier is considered subsidiary to the lump sum cost of Traffic Control (Paving bid item no. 11). 4. Paving bid item number 53 has been added to the Paving bid form for Temporary Special Shoring . This item shall be in accordance with TxDOT Standard Specification Item No . 403-Temporary Special Shoring . All other items necessary for implementation of the traffic control plan will be considered sub sidiary to the lump sum cost of Traffic Control (Paving bid item no . 11). 5 . Paving bid item number 28 shall have a minimum 7-day compressive strength of 3000psi and shall be hand placed. 6. The miscellaneous roadway details on Sheet 25 will be modified to reflect the corrected callouts on the "Plan of Steel Layout". This includes updating note referring to "Table 1 -Maximum Transverse Contraction Joint Spacing" and updating callout for #6 x 24" Smooth Dowels. 7. Item number 30 in Paving Bid Form -Total quantity of temporary paving should be 7229 SY. Temporary pavement widening callouts on the Traffic Control Sheets will be revised as follows : a . Sheet 48: Change temporary widening quantity from 497 SY to 505 SY b. Sheet 49: Change temporary widening quantity from 409 SY to 418 SY c . Sheet 49: Change temporary widening quantity from 381 SY to 446 SY d . Sheet 52: Change temporary widening quantity from 824 SY to 807 SY e. Sheet 53: Change temporary widening quantity from 864 SY to 847 SY f. Sheet 55 : Change temporary widening quantity from 439 SY to 450 SY g. Sheet 55: Change temporary widening quantity from 638 SY to 603 SY h. Sheet 55 : Change temporary widening quantity from 1350 SY to 1316 SY 8 . There is a discrepancy between the plans and bid form for some o f the Traffic Si gnal items . The contractor shall purchase the indicated items on the bid form from the City. 9 . The following changes are being made to sheet 121 of the Traffic Signal Plans : a . Remove all asterisks I notes indicating "Item shall be provided b y the City and installed by the Contractor". b . In the bid item descriptions for items 4 -11, 20 , 2 1, 27 -29, and 43 -46 , replace phrase 'item provided by the City' with 'item purchased from City'. c . Remove line item 19 , "Signal-Mobilization -Service CS" d. Remove line item 27, "Signal-Traffic Signal Mi scellaneous (Testing , etc .)-Install" e. In Bid Item 7 -Change the "CPMS Record No." from BID-01042 to BID-01046 replacing "32 FT Mast Arm" with "48 FT Mast Arm" f. In Bid Item 31 -Change the unit from "LF" to "EA" and update quantities to replace "I 60 " with "4" for "Bryant Irvin & Dirks Temporary", replace "160" with "4 " for "Dirks & Harris Temporary", and replace "320" with "8" for "Total QUANTITY" g. In Bid Item 28 -Change quantities to replace "2" with "I " for "Dirks & Harris Permanent", replace "2" with "I" for "Total QUANTITY" h. In Bid Item 29 -Change quantities to replace "2" with "I" for "Dirks & Harris Permanent", replace "6" with "5" for "Total QUANTITY" i. ADD A NEW Bid Item (No. 47)-CPMS Record No. BID-01080 -Signal-Type 44 Signal Pole- item purchased from City-Install. Quantities shall be "l" for "Dirks & Harris Permanent" and "I" for "Total QUANTITY" j . ADD A NEW Bid Item (No . 48) -CPMS Record No. BID-01082 -Signal-Type 46 Signal Pole- item purchased from City-Install. Quantities shall be "I " for "Dirks & Harris Permanent" and "l" for"Total QUANTITY" 10 . The following changes are being made to the notes on sheet 123 of the Traffic Signal Plans : a. Replace Note I with: "The Contractor shall purchase all video detection and emergency vehicle preemption equipment and cable from the City of Fort Worth." b . Replace Note 2 with: "The Contractor shall purchase the pole mounted controller and cabinet assembly from the City of Fort Worth ." 11 . The following changes are being made to the notes on sheet I 25 of the Traffic Signal Plans: a. Replace Note 4 with: "The Contractor shall purchase and install pedestal service from the City of Fort Worth ." 12 . The contractor may submit the entire specification book or only the required documentation for bidding purposes. In either case the Paving, Drainage, and Traffic Signal bid form should be downloaded and completed in Excel. The following items must be submitted with the bid package : a. Appropriate Bid Security ~ b. Paving, Drainage and Traffic Signal Bid Forms c . Summary of Bid d. Proposal Cover and Signature Pages e. Vendor Compliance to State Law f. Addenda Index and Receipt 13 . The Paving and Traffic Signal bid forms have been revised . Please download from the Addenda folder in BuzzSaw. 14 . A property owner adjacent to Dirks Road in the project vicinity may have use for excess dirt. Please contact Mark Asaad at 817-335-9900 for additional information . This addendum forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans . Acknowledge receipt of this Addendum in the space provided below, in the Proposal, and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to be rejected as being non-responsive . Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. RECEIPT ACKNOWLEDGED: William A. Verkest, P.E. DIRECTOR TRANSPORTATIOJ:,f AND PUBLIC WORKS DEPARTMENT I .·, \ / ' }: By: ,.__..,r-.'---./ \ Leon Wilson,\Jr., P .E. Transportatioit and Public Works Department CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 DIRKS ROAD (BRYANT IRVIN ROAD TO HARRIS PARKWAY) City Project No. 00768 TPW Project No. C295-541200-203230076883 RELEASE DATE: February 11 , 2010 BID RECEIPT DATE: 1:30 PM, February 18, 2010 INFORMATION TO BIDDERS : 1. The following changes are being made to sheet 121 of the Traffic Signal Plans : a . Bid Item No. 36 -Change the CPMS Record No. from "Special" to "BID-001 2 1 ". b. Bid Item No. 37 & No.38 -Change the CPMS Rec ord No . from "Special" to "BID-00382". c . Bid Iterri No. 39 , 40, 41 , & 42 -Change the CPMS Record No . from "Special" to "BID-01226". d. Bid Item No. 43, 44, 45, & 46-Change the CPMS Record No . from "Special" to "BID-00121". 2 . The Paving and Traffic Signal bid forms have been revised. Please download from the Addenda folder in BuzzSaw. 3 . A CD containing the Paving, Drainage, and Traffic Signal bid forms must be submitted along with the bid package items stated in Addendum No. 1. The submitted hard (pap e r) copy o f the bid forms and bid summary page will be used for official bidding purposes. This addendum forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans . Acknowledge receipt of this Addendum in the space provided below, in the Proposal, and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to be rejected as being non-responsive. Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. RECEIPT ACKNOWLEDGED : AND PUBLIC WORKS DEPARTMENT eon Wilso , Jr., P .E . Transportation and Public Works Department CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 3 DIRKS ROAD (BRYANT IRVIN ROAD TO HARRIS PARKWAY) City Project No. 00768 TPW Project No. C29S-541200-203230076883 RELEASE DATE: February 16 , 2010 BID RECEIPT DATE: 1:30 PM, February 18, 2010 INFORMATION TO BIDDERS: l. The Paving, Drainage and Traffic Signal bid forms have been revised. Please download from the Addenda folder in BuzzSaw. 2. The one course surface treatment referenced on sheets 28 and 31 was intended for the existing asphalt pavement. This surface will treatment will not be necessary. Plans will be revised to delete this note. 3. The contractor must purchase street lights from the City. 4 . The conduit shown in the plans is open-cut. The conduits must be installed before the pavement is constructed. 5 . The contractor shall not edit the bid forms . Only the highlighted green areas are to be completed by the contractor. The contractor may be deemed non-responsive if the bid forms are altered. This addendum forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum in the space provided below, in the Proposal, and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to be rejected as being non-responsive. Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. RECEIPT ACKNOWLEDGED: Leon Wilson, r., P.E. Transportation and Public Works Department FORT WORTH SPECIFICATIONS AND CONTRACT DOCUMENTS FOR DIRKS ROAD -WEST BRYANT IRVIN ROAD TO HARRIS PARKWAY PAVING AND DRAINAGE IMPROVEMENTS Michael J. Moncrief Mayor CITY PROJECT No. 00768 TPW No. C295-541200-203230076883 DECEMBER 2009 William A. Verkest , P.E. Dale A. Fisseler, P.E. City Manager Director, Transportation and Public Works Department S. Frank Crumb , P.E . Director, Water Department Richard Zavala Director, Parks and Community Services Department PREPARED FOR: The City of Fort Worth IICC:11 KENNEDV CONSULTING TBPE REG #F-926 1.3 -PROJECT LOCATION MAP DIRKS ROAD WEST FROM BRYANT RVIN RD TO HARRIS PARKWAY CITY PROJECT NO. 00768 CITY OF FORT WORTH -COUNCIL DISTRICT #3 SECTION 2 -FRONT END DOCUMENTS 2.1 TABLE OF CONTENTS 2.2 NOTICE TO BIDDERS 2.3 COMPREHENSIVE NOTICE TO BIDDERS 2.4 SPECIAL INSTRUCTIONS TO BIDDERS (PAVING-DRAINING) TABLE OF CONTENTS 1 -Project Information ~ 1.1 -M&C PDF ~ 1.2 -Title Page PDF ~ 1.3 -Project Location Map PDF 2 -Front End Documents ~ 2.1 -Table of Contents PDF ~ 2.2 -Notice to Bidders PDF ~ 2.3 -Comprehensive Notice PDF to Bidders ~ 2.4 -Special Instruction to PDF Bidders (paving-drainage) 3 -MWBE Documentation ~ 3.1 -MWBE Special PDF Instructions ~ 3.2-MWBE PDF Subcontractors/Suppliers Utilization Form ~ 3.3 -MWBE Prime Contractor PDF Waiver ~ 3.4 -MWBE Good Faith Effort PDF ~ 3.5 -MWBE Joint Venture PDF 4 -Bid Package ~ 4.1 -Bid Proposal Cover and PDF Signature Sheets ~ 4.2 -Bid Proposal(s) MS-Excel ~ 4.3 -Vendor Compliance to PDF State Law ~ 4.4 -Addenda Index and PDF Receipt 5 -General and Special Conditions ~ 5.1 -Special Provisions PDF (paving -drainage) ~ 5.2 -Wage Rates PDF ~ 5.3 -Compliance with and PDF Enforcement of Prevailing Wage Rates ~ 5.4 -Standard Details PDF (water -sewer) ~ 5.5 -Standard Details PDF (paving -drainage) 6 -Contracts, Bonds and Insurance ~ 6.1 -Certificate of Insurance PDF ~ 6.2 -Contractor Compliance PDF With Workers' Compensation Law ~ 6.3 -Conflict of Interest PDF Questionnaire ~ 6.4 -Performance Bond PDF ~ 6.5 -Payment Bond PDF ~ 6.6 -Maintenance Bond PDF ~ 6. 7 -City of Fort Worth PDF Contract TABLE OF CONTENTS 7-Permits D D D 8-Easement [gl 8.1 -Pate -Right-of-Way PDF Acquisition [gl 8.2 -United States Postal PDF Service -Right-of-Way Acquisition [gl 8.3 -Pate -Permanent PDF Drainage Easement ~ 8.4 -Pate -Temporary PDF Construction Easement [gl 8.5 -United States Postal PDF Service -Temporary Construction Easement 9-Reports [gl 9.1 -Geotechnical Report PDF 10-Addenda D D D NOTICE TO BIDDERS Sealed proposals for the following: Dirks Road(Bryant Irvin Road to Harris Parkway) City Project No. 00768 Addressed to the CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 will be received at the Purchasing Office until 1 :30 PM, Thursday, February 18, 2010 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Contract documents, including plans and specifications for this project may be obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthgov.org/purchasing/ and clicking on the project link . This link will take you to the advertised project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Hard copies of plans and contract documents are also available at City offices. Plans (22" x 34 ") $350.00 Specifications $40.00 The major work will consist of the (approximate) following : Paving 31578 SY 11" Concrete Pavement 37273 SY 8" Lime-Treated Base Drainage 2774 LF Reinforced Concrete Pipe (21" to 48") 92 LF 7'x6' Concrete Box Culvert Traffic Signals Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. Bid security is required in accordance with the Special Instruction to Bidders . Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by completing the Addenda Index and Receipt form . Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line ( on Buzzsaw site) in order to receive notifications regarding the issuance of addenda . It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid . For additional information , please contact Kurt Aungst, P.E ., Engineer, Kennedy Consulting, Ltd . at (972) 542-1754 or by email : kaungst@kci-ltd.com, and/or Leon Wilson, P.E., Project Manager, TPW Department at (817) 392-8883 or by email: leon.wilson@fortworthgov .org . A pre-bid conference will be held on , Wednesday , February 3, 2010 at 9 :00 a.m . in the PMO Conference Room on the 2nd floor of City Hall. Bidders are encouraged to review the plans and specifications prior to the pre-bid conference . Advertising Dates: January 21, 2010 January 28, 2010 Rev 3-13-09_TPW NB-1 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: Dirks Road(Bryant Irvin Road to Harris Parkway) City Project No. 00768 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1:30 PM, Thursday, February 18, 2010 and then publicly opened and read aloud at 2:00 PM in the Council Chambers . Contract documents, including plans and specifications for this project may be obtained on -line by visiting the City of Fort Worth's Purchasing Division website at http://www .fortworthqov.org/purchasinq/ and clicking on the project link. This link will take you to the advertised project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Hard copies of plans and contract documents are also available at City offices. Plans (22" x 34") $350.00 Specifications $40.00 The major work will consist of the (approximate) following: Paving 31578 SY 11" Concrete Pavement 37273 SY 8" Lime-Treated Base Drainage 2774 LF Reinforced Concrete Pipe (21" to 48") 92 LF 7'x6' Concrete Box Culvert Traffic Signals Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. NOTICES All bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7 400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices. Bid security may be required in accordance with Special Instructions to Bidders. The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, if made, will be within ninety (90) days after the opening of bids , but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by completing the Addenda Index and Receipt form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive . All addenda will be made available on-line with the contract documents . Contractors and/or suppliers are requested to register as plan holders on-line (on Rev 3-13-09 _ TPW CNB -1 COMPREHENSIVE NOTICE TO BIDDERS Buzzsaw site) in order to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid. Bidders must complete the PROPOSAL section, including the "Vendor Compliance to State Law", and submit these executed documents or face rejection of the bid as non-responsive. In accord with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City of Fort Worth contracts. A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no later than 5:00 p.m., five (5) City of Fort Worth business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the department to whom delivery was made. Such receipt shall be evidence that the City of Fort Worth received the Documentation. Failure to comply shall render the bid non-responsive. The water and sanitary sewer work must be performed by a contractor that is pre-qualified by the Water Department at the time of the bid opening. A general contractor, who is not pre-qualified by the Water Department, must employ the services of a subcontractor who is pre-qualified. The procedure for pre- qualification is outlined in the "Special Instructions to Bidders (Water-Sewer)". SUBMISSION OF BID AND AWARD OF CONTRACT The proposal within this document is designed as a package. In order to be considered an acceptable bid, the Contractor is required to submit a bid for all work. A bid proposal submittal that is received with only a single proposal unit complete will be rejected as being non-responsive. The Contractor who submits the bid with the lowest price, will be the apparent successful bidder for the project. Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth. For additional information, please contact Kurt Aungst, P.E., Engineer, Kennedy Consulting, Ltd. at (972) 542-1754 or by email: kaungst@kci-ltd.com, and/or Leon Wilson, P.E., Project Manager, TPW Department at (817) 392-8883 or by email : leon.wilson@fortworthgov.org. A pre-bid conference will be held on Wednesday, February 3, 2010 at 9:00 a.m., in the PMO Conference Room on the 2nd floor of City Hall. Bidders are encouraged to review the plans and specifications prior to the pre-bid conference . DALE A. FISSELER, P.E. CITY MANAGER Advertising Dates: January 21, 2010 January 28, 2010 Rev 3-13-09_ TPW \ ); ) ..._ __ i \ By: i •. ~---Leon Wilson, Jr., P.E Transportation & Public Works Department CNB-1 MARTY HENDRIX CITY SECRET ARY SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five percent (5%) of the total of the bid submitted must accompany the bid , and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) days after the contract has been awarded . To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (I) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law . Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion , will determine the adequacy of the proof required herein . 2. PAYMENT, P E R F ORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. In this connection, the successful bidder shall be required to furnish a performance bond and a payment bond , both in a sum equal to the amount of the contract awarded . The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Government Code. In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a s urety on obligations permitted or required under federal law ; or (2) have obtained rein surance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein . The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of $25,000, a Payment Bond shall be executed , in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work . If the contract amount is in excess of$ I 00,000, a Performance Bond shall be executed , in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents . Said bond shall solely be for the protection of the City of Fort Worth . All contracts shall require a maintenance bond in the amount of one hundred percent (100%) of the original contract amount to guarantee the work for a period of two (2) years after the date of acceptance of the project from defects in workmanship and/or material. Rev 3-13-09 3. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1, Item 8, paragraph 8.6, of the "General Provisions" of the Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-a-29) prohibiting discrimination in employment practices. 6. WAGE RATES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of the special provision titled "Right to Audit" pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Section 8.9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted. 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Transportation and Public Works if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 8. INSURANCE: Within ten ( l 0) days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Worker's Compensation and Comprehensive General Liability (Bodily lnjury-$500,000 each person, $1,000,000 each occurrence ($2,000,000 aggregate limit); Property Damage -$250,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. Rev 3-13-09 9. ADDITIONAL INSURANCE REQUIREMENTS: a. The City, its officers , employees and servants shaJI be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d . Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation , non-renewal, and/or material change in policy terms or coverage. A ten days notice shaJI be acceptable in the event of non -payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current AM. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g . Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups . The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. 1. City shaJI not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m . Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents . 10. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. Rev 3-13-09 "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth Ordinance No . 15530 , the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR W AIYER FORM, and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5 :00 p.m ., five (5) City business days after the bid opening date . The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive . Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a minority business enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE . The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less that three (3) years . 12. AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR W AIYER FORM, GOOD FAITH EFFORT FORM, and/or the JOINT VENTURE FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, will be within ninety (90) days after this documentation is received, but in no case will the award be made until all the responsibility of the bidder to whom it is proposed to award the contract has been verified. 13. PAYMENT: The Contractor will receive full payment (minus retainage) from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. Rev 3-13-09 14. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained on-line on City's Buzzsaw site or by contacting the City Project Manager. Bids that so not acknowledge all applicable addenda may be rejected as non-responsive. 15 . CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a . Definitions: Rev 3-13-09 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. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in wiring by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (I) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. Rev 3-13-09 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 CO:MPENSA TION 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". Contact the Texas Workers' Compensation Commission to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 16 . NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex, race, religion, color, or national origin and shall comply with the provisions of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through 13A-29), prohibiting discrimination in employment practices. 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any of its officers, members, agents, or employees, will engage in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms , conditions or privileges of their employment, discriminate against person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, or employees, or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend , indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of Rev 3-13-09 Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with , or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. 19. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. b . Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed , as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e . Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities , or (ii) liquidated damages , city shall make a progress payment in the amount that city deems due and payable . g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days . Rev 3-13-09 SECTION 3 -M/WBE DOCUMENTS 3.1 M/WBE SPECIAL INSTRUCTIONS 3.2 M/WBE SUBCONTRACTORS/SUPPLIERS UTILIZATION FORM 3.3 M/WBE PRIME CONTRACTOR WAIVER 3.4 M/WBE GOOD FAITH EFFORT 3.5 M/WBE JOINT VENTURE . ' FORT WORTH ~ ZL w SE= ___. City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable. POLICY STATEMENT t I I -- '- It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and seNices to the City on a contractual basis . All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's M/WBE goal on this project is __ 2_1 __ % of the total bid COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ord inance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be rece ived by the Managing Department. within the following times allocated, in order for the entire bid to be considered responsive to .the specifications. TIW~9Ti.eior~shiiil ;ae\iv.eTihe _,.MWsfdo6Limentatici.n' i11 pe(sb~)o ~~e '~ppropriate ·eMpl~yee 'pf the inan_~giij$ _:~f p~nrn.1nt Jl_r\?,fir,t~in /f~,~\{/~i~~ .ri3t~ipt)~,u9r ·r~¢Elip1 sh_c!_I( b¢ ~vlde_nce jha_t the ~i!Y .f~Q§)iVElQ the _go:Cu_lll~Qt~!i§nj _rf fu~J rn.~ :a1Lq¢si.!_~g_,_j \Jci~~t:! ¢gpy "fl'!_ i II _!}gt p~ !'i~~~pt~d .! 1. Subcontractor Utilization Form, if goal is met or exceed ed: 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than stated goal : 3. Good Faith Effort and Subcontractor Utilization Form, if no M/WBE artici ation : 4. Prime Contractor Waiver Form, if you will erform all subcontractin /sup lier work: 5. Joint Venture Form, if utilize a joint venture to met or exceed goal. received by 5:00 p.m ., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5 :00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date . received by 5 :00 p.m ., five (5) City business days after the bid openin date, exclusive of the bid openin date . received by 5:00 p.m., five (5) City business days after the bid o enin date, exclusive of the bid opening date . received by 5:00 p.m., five (5) City business days after the bid openin date, exclusive of the bid opening date . FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions , please contact tl1e M/WBE Office at (817) 392-6104. Rev. 11/1 /05 FORT WORTH ~ City of Fort Worth Subcontractors/Suppliers Utilization Form '-' \ ATTACHMENT 1 A Page 1 of 4 PRIME COMPANY NAME : Check applicable block to describe prime '- Jackson Construction, Ltd. I M/W/DBE I XI ('J ON-M/W/DBE PROJECT NAME : I I Dirks Road -West BID DATE' 2/ L8 /1 0 City's M/WBE Project Goal: Prime 's M/WBE Project Utilization : PROJECT NUMBER 21 % 9 % 007 68 Identify fill subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business 'days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid spedfications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant , Parker , Johnson , Collin, Dallas , Denton , Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the le',£el of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its sup.plier is considered 2nd tier . ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or doing business at the time of bid opening within the Mar ketp la ce, that have been determined to be bonafide minority or women businesses by the North Central Te xas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns anc operates c1t least one fully licensed and operational truck to be used on the contract. The M/WBE may lease tr~¢ks 'from another M/WBE firm, including MNVBE. owner-operators, and receive full M/WBE er-edit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned b the M/WBE as outlined in the lease a reement. Rev. 5/30/0: ATTACHMENT 1A Primes are required to identify ALL subcontractors/suppliers , regardless of status ; i.e ., Minority, Women and non-M/WBEs . Please list M/WBE firms first , use additional sheets if necessary . Certification N SUBCONTRACTOR/SUPPLIER (check one) 0 Company Name N n Detail Subcontracting Detail Supplies C T Dollar Amt. Address T T X M Work Purchased Telephone/Fax I M W R D w E B B C 0 B R E E A T E J/M Materials, Inc. P . 0 . Box 496 Alvord , Texas 76225 800 .856 .8733 940.427 .2789 1 X Rock $ 16,637 .28 J/M Materials, Inc. P . 0 . Box 496 Alvord, Texas 76225 800 .856.8733 940 .427 .2789 1 X Sand $ 25 ,128 .00 J/M Materials , Inc . P. 0 . Box 496 Alvord , Texas 76225 800 .856 .8733 Hauling by Dump 940.427 .2789 1 X Truck $ 62 ,136 .57 Green Scaping 8917 Hawk Avenue North Richland Hills, TX 76180 817 .577 .9299 817 .577 .9331 1 X Landscaping & Irrigation $ 104 ,011 .00 MMG Disposal 1400 Bradley Lane Carrollton, Texas 75007 214.208 .2600 817 .509 .0495 1 X Portable Toilets $ 850 .00 Cowtown Traffic Control , Inc. 112 W . Jessamine Street Fort Worth, Texas 76110 817.924.4524 Traffic 817 .926 .2725 1 X Control/Barricades $ 12,463 .91 Storm Water Management PO Box 16406 Fort Worth, Texas 76162 817 .975.9307 866 .228 .1586 1 X Erosion Control $ 5 ,000 .00 Green Scap ing 8917 Hawk Avenue North Richland Hills, TX 76180 817 .577.9299 817 .577 .9331 1 X Brick Pavers $ 18 ,757 .00 Road Master Striping 1301 S. McKinney Rice, Texas 75155 903 .326.4530 Pavement 903 .326.4671 1 X Markings/Striping $ 51 ,312 .00 Southern Star P. 0 . Box 961094 Fort Worth , Texas 76161 972 .621 .0345 X Concrete Redi-mix $ 83 ,593.70 ATTACHMENT 1A Primes are required to identify ALL subcontractors/suppliers , regardless of status ; i.e ., Minority , Women ¥0 non-M/WBEs . Please list M/WBE firms first , use additional sheets if necessary . \ Certification N 0 SUBCONTRACTOR/SUPPLIER (check one) \ 0 / Company Name N n Detail Subcontracting Detail SupplieS...-c, C T Dollar Amt. Address T T X M Work Purchased 0 I w w ?" Telephone/Fax M R D E B B C 0 B J R E E A T E \l Tren Tech Company /'-' 828 Howell Drive "\ (\ Coppell , Texas 75019 972 .304 .2171 972 .304 .2171 X Trench Safety Design $ 600 .00 White Cap Construction Supply P. 0 . Box 2455 Fort Worth, Texas 76113 817 .332.4117 Miscellaneous 817.429 .2852 X Materials $ 8 ,206 .00 CMC Construction Service PO Box 121133 Dallas , Texas 75312 972 .877 .3193 214 .637 .1145 X Steel/Rebar $ 55,460 .00 Hanson Pipe & Precast PO Box 120001 Dallas , Texas 75312 214 .525 .5898 X Pipe $ 120 ,987.31 Crossroads , LP 5012 David Strickland Road Fort Worth , Texas 76119 817 .759 .1199 817 .759 .1135 X Street Signs $ 6 ,525.00 G & G Saw & Seal 4008 Forest Lawn Balch Springs , Texas 75180 214 .882 .0200 X Joint Sealing $ 12 ,000 .00 Durable Specialties PO Box 381788 Duncanville , Texas 75138 972 .296 .6324 972 .780 .7411 X Traffic Signal Installation $ 315 ,165.00 Reynolds Asphalt P . 0 . Box 370 Euless , Texas 76039 817 .267.3131 817 .267 .1878 X Asphalt Paving $ 152,000 .00 Craig Olden , Inc. PO Box 5000 Little Elm , Texas 75068 972.294 .5000 972.294 .2664 X Excavation $ 55,000 .00 ATTACHMENT 1A Primes are required to identify ALL subcontractors/suppliers , regardless of status ; i.e., Minority , Women and non-'M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. I"'\ Certlflcatlon \ N 0 SUBCONTRACTOR/SUPPLIER (check one) 0 \ n -' Company Name N Detail Subcontracting Detail Supplies ., C T Dollar Amt. Address T T X M Work Purchased u Telephone/Fax I M w R D w )?"" E B B C 0 B .. R E E A T E ;;:, ''"' TexOp ;;,, PO Box 427 ," --., Roanoke, Texas 76262 .. 940 .648.1455 940 .648 .1457 X Excavation $ 30 ,500 .00 Beall Lime Service 1001 W. Euless Blvd . Suite 100 Euless, Texas 76040 817 .835 .4058 817 .835.4044 X Lime $ 102,951 .00 FORT WORTH --...,..,-. Total Dollar Amount of M/WBE Subcontractors/Suppliers $ Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ (. \'-i I I'- '-I C -1.; 296 ,295~7 5 .. \. 9 4 2 , 9 8 8 . Ojl I' " 1 ,239 ,283 .7 6 ATTAC H M E N T 11 Page 4 of, The . Contractor will not make additions, deletions , or substitutions to this certified list without the prior approva of lthei Minority and Women Business Enterprise Office Man.ager or designee through . the , submittal . of ·a ':'-,.:;_).~.·1i,,~.· , . '(.,. · •·• ;.. . ,·-·. ·:-•. ,. -, .... ;.. ·.-./1:~.,;...;--... .,·. •, ... ·,· • · · -~ .-.· , •. - ·Regue_st for Approval of Chang~lA;dd1t1on. ·A_oy .unJu§.tifieJI ,,cha.r:i ge or :delet19n shall qe 9 material breach o1 w.-..-'1; ... ·. :',,•\~.,.·.!!';~ ·f •''I ·· ;~ ·, · : .. ~ •. ' ·.•/:··-·. ··'.• •. J.,.,!,, ' ·, .··i_.;',i.'-,._.··~~·t·\o~c-'"~-(•_\. .. ,,,:~-' • .. ,.,--,· ) ,--··-.:-•._• · •·· c o ntract and niay result in debarment in accord with the p roce·aures outlined in the ordinance . The contractor 'sh~i1 ,s'ubmit" a detailed explanation of howthe reciu'ested .ch~·B.ci~1 ac1dition or deletion wm affe ct the committed M/WBE goal. If the detail explanation is not submitted , it will affect the final compliance -determination. By affixing a s ignature to this form , the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actua l work performed by . all subcontractors , including M/W/DBE(s) arrangements subm itted with the bid . The Offeror also agrees to allow an audit and/or examination of any books , records and files held by their company. The bidder agrees to allow the transmission of interviews with owners , principals , officers, employees and applicable subcontractors/suppl iers/contractors participating on the contract that will substant iate the actual work performed by the M/W /DBE(s) on this contract, by an authorized officer or employee of the City . Any intentional and/or knowing misrep resentation of facts will be grounds for terminat ing the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal , State or Local laws concerning fal se statements . Any failure to comply with this ordinance and create a material breach of contract may result in a de termination of an irresponsib le Offerer and barred from participat ing in City work for a period of time not less t han one (1) year. Title Troy L. Jacks on Printed Signature Vic e -Pres id e nt of JC I Par tn er s, I n c ., Genera l P ar t n e r Contact Name/Title (if different) Jackso n Co n s t r u c ti o n, Lt d. 8 1 7 .572 .3303 8 17.47 8 .04 4 3 Company Name Telephone and/or Fax 51 1 2 S un Va ll ey Dr i ve Address E-mail Address For t Wo r th, TX 7 6 11 9 2/25 /1 0 City/State/Z ip Date Rev. 5/3 0 /03 ATTACHMENT 1C Page 1 of 3 FORT WORTH '--, -------· City of Fort Worth Good Faith Effort Form PR IM E COMPAN Y NAME : Check app licab l e block to describe Jackson Construction, Ltd. p ri me I M/W/DBE I X I PROJECT NAME : NON-M/W/DBE Dirks Road West BID DAT E 2/18/10 - City 's M/WBE Project Goal : PROJECT NUMBER % 00768 21 lf .you 'have failed to secu re M/WBE participation 'arid yi,'ii'ha ve 'subcon tracting an d/or supplier bpp c>rt iin ities or if your DBE parti cipation 'is 'ie ss H1:n'tti '{'ci tyis ·proje ct ·g'oal /ybil ~mt.~t·cofilpYete'"this" form :-·ti:;i\;~1·r;,i~: ~Ja:-:·;··\: '.";~·l'\),>--. S:, ·; .. If the bidder's method of compliance with the M/WBE goal is b as ed upon demonstration o f a "good faith effort", the b i dde r will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compl iance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud , intenti onal and/or knowing misrepresentation the facts or intentional discrimination by the bidde r . 1.) Please list each and every subcontr acting and/or supplier opportunity} fo r the completion of t his project, regardless of whethe r it is to be provided by a M/WBE o r non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportun ity through the 2 nd tie r. . (Use additionaf~heets, i f necessary) List of Subcontracting Opportunities List of Supplier Opportuniti es Asphalt Pavin g Pipe ./ Street Signs Portable Toilets :....-J) Traffic Signal Install ~· Steel/Rebar 'i\iil ' Pavement Marking s Lime - Erosion Control Concrete Redi -Mix =:.Jt· Excavation Rock f Landscaping/Irrigation Systems Sand Joint Sealing Hauling by Dump Truck i t Traffic Control/Barricades Brick Pavers Trench Safety Systems I ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office . _x __ Yes __ No ..) Date of List ing 1 2/ ' --~, 1 4 / 09 <) 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or sup plier areas previously listed, at least ten calendar days prior to bid opening by mail , exclusive of the.day the bids are opened? ~ ~ X __ Yes __ No ," ., (If yes, attach M/WBE mail listi ng to include name of firm and address and a dated copy of le ft.e r mailed.) 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? X __ Yes (If yes , attach list to include name of M/WBE firm , person contacted , phone number and date and time of contact.) __ No NOTE: A facsimile may be used to comply with either 3 or 4 , but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is -ten (10) or less, the bfdde r must contact the entire list tc> be in compliance w ·ith questions 3 and 4. If the list of M/WBEs for·a particular subcontracting/supplier opportunity is t en '(10) or more, the bidder must contact at least two- thi r ds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? _X_Yes • __ No ·,. 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, incl ude a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant document ation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection Se e Att ac h e d :,hee t Rev . 05/30/03 'Tc ADDITIONAL INFORMATION: ATTACHMENT 1C Page 3 of 3 Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of_!ime not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's ~B~E Off ce. !',,,,., ~L"l_---------------~~ Troy L. Jackson AuthorizSignat e Printed Signature Vice -Pres ident of JCI Partners, Inc., General Partner Title Contact Name and Title (if different) Jackson Construction, Ltd. 817.572 .3303 817.478 .0443 Company Name 5112 Sun Valley Drive Address Fort Worth, Texas 76119 City/State/Zip Phone Number Email Address 2/25/10 Date Fax Number Rev. 05/30/03 I ~- FORTW"ORTH "-,-·w --- PRIME COMPANY NAME: Jackson Construction, PROJECT NAME: Dirks Road -West City's M/WBE Project Goal: 21 % City of Fort Worth Prime Contractor Waiver Form Ltd. PROJECT NUMBER 00076 8 ATTACHMENT 1 B Page 1 of 1 Check applicable block to describe prime J MtwtoBE Jx J NON-M/W/DBE 2 / l s8}~ ~ATE I If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if b..o1b. answers are yes. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this D NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes , please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business . XK NO The bidder further agrees to provide , directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment therefore and any proposed changes to the original _M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of '"any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City . Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal , State or Local laws concerning false statements . Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Troy L. Jackson Printed Signature Vice-President of JCI Partners, Inc., General Partner Titl e Jackson Construction, Ltd . Contact Name (if different) 8 17.572.3303 81 7.47 8 .0443 Company Name Phone Number Fax Numbe r 5112 Sun Valley Drive Address Fort Worth, TX 76119 City/State/Zip Email Address 2/25/10 Date Rev . 5/30/03 PROPOSAL TO: MR. DALE A. FISSLER, P.E. Fort Worth, Tex as City Manager Fort Worth, Texas FOR: Dirks Road -West City Project No.: 00768 UNITS /SECTIONS: UNIT I-PAVING UNIT II -DRAINAGE UNIT III -TRAFFIC SIGNALS Pursuant to the foregoing "Notice to Bidders ," the undersigned has examined the plans, specifications and the site, understands the amount of work to be done , and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications , and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth. If required by this project, Contractor must be pre-qualified in accordance with the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums, to wit: Total quantities given in the bid proposal may not reflect actual quantities, by represent the best accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. Special Note: All contractors_are advised th a t one contract will be awarded to the lowest combined bid for all Units/Sections. City of Fort Worth P,01~•"'"'"'" wLsON Project 00768 -DIRKS ROAD WEST Unit/Section: PAVING C295-541200-203230076883 Date City Project I Your Ven dor Numb er Your Company Name Bid It ems Line Number 10 11 12 13 14 15 16 17 18 19 20 2 1 22 23 24 25 26 27 23 29 30 3 1 32 33 34 35 36 37 38 39 40 41 4 2 4 3 44 45 4 6 47 43 2/16/2010 768 CPMS Record Number BI0-00100 BI0-01228 BI0-01228 BID-00126 BID -00127 810-00 130 BID-00134 BID-00137 BI0-00147 BID-00177 BID-00181 8 10-00182 BID-00 1M BID-0018~ BI0-00373 BID-00380 810-00381 BlD-00387 810-0039 1 BID-00396 BID-00393 BID-00393 BID-00399 BID-00413 BID-00414 BID-00426 BID-00429 BID-00429 BID-00429 BID-00430 BID-00430 BID-00449 BID-00462 BI0-00465 BID-00469 810-00472 BI0-00486 8 10-00496 BI0-00504 BI0 -0052& 810-01227 BID-00535 810-00752 810-00aDO 810-00&0 1 810-00a.42 BIO-OOa.43 810-00a.47 Material ServiceCS Other Other Other ServiceCS SlHI Ve1:1etdon v,o,talon Soit ServiceCS SarvicaCS Ve n elation Vaoet.a ti on SarvicaCS Coooer Conl'ler Co1u1er PVC Assemblv Assamblv Assemblv Assamblv SarvicaCS Masonrv ServiceCS Concrete Concrete Concrete Concrete Asphalt As halt Asp halt Concrete Cl av SarvicaCS ServicaCS Lima Lima StHI Concrete Concrala Assembtv SarvicaCS Assamblv Va aa talion Concrete Concrala SarvicaCS Contractor Ins tructions: FIii in gr••n calls with your CFWVe ndor ID, your Company Name and your bid amounts. Wh e n your bid Is complete, save and c lose. Print and submtt hud copy oftha bldform. You maynow s ubmltthls bld Oescriotion Storm Water Pollution Preventi on Plan> Than 1 Ac SWPPP -lnstaN Miscellaneous Time & Materials -tnstal ~EE PROTECTIOO FEN CE AND ROOT Miscellaneous Time & Materials -In stall lRAISED STON E PLANTER WALL\ Fence -Install ffi-EMOVE AND REPLACE\ Fence -Remove Fance-Temo orarv-Ins tall /PLACE AND REMOVE' G-ass-Hvdromulch Seadinn -Install Grass-Sod -Install Too-;o ~ -In stall Markin .,-Stri in" & Handica" Svmhol -Install Traffic Conlrol -lnstan Tree -lns tan Tre e Protactio n Per R•olacement -Install 'TRANSPLANT\ Tl'lle R•moval -Remove Ca bl e-Num 8 Bal'II -lnstaa Cable-Num 3 X HH W BLACK -lnstal Cable-Num 8 X HHWWHITE -Install Conduit-2 In ch -Insta ll Elecrical Ground Box -lnstaD Eleclrical Service incl R•lav -Install Liaht-lllumination Assemblv -Insta ll ITYPE 0251 Li ht-Illumination Assemblv -Install tTYPE 040\ Licht-Illumination Assemb1v -Remove Retaininn Wall-Modular -lnstaa Utifitv Adiuslment -R•oair Un it of Measure Lumo S um Lum" Sum Lumn Sum Linear Foot Linear Foot Linea r Foo t Snu are Ya rd S"uareYard Cub ic Y ard Lum" Sum Lumo Sum Each Lum" Sum Linear Foot Linear Foot Lin ear Foot Lin ear Foot Ea ch Ea ch Ea ch Each Each Snuare Foot Lumn Sum Curb & Gutter-7 Inch w/18 Inch GJttar -Install Linear Fool Pavem ent-Non Grean Cement -Ins tall t1 1• CONCRETE STR EET P AVEMENT TYP E fl Sau are Yard Pavement-Non Grean Cement -Install t 11 • CONCRETE STR EET PAVEMENT TYP E Ill\ Snuare Y ard Pavem•nt-Non Grean Cement-Install t6• CONCRETE DRIVEWAY PAVEMENTI Sauare Yard Pavemen t-lnstaR ~MPORARY PAVING\ S"uare Yard Pavement-Install ts• ASPHAL TIC CONCR ETE PAVEMENT TXOOT TYPE Bl Snuare Yard Pavem•nt-3 lnch •TvDe O -lnstan (3• ASPHALTIC CONCR ETE PAV EMENT TXOOTTYPE 0' S"uare Y ard Pavem•nt-Header -Insta ll Linear Foot Pa vement-Paver On Concrete Bue -ln:stall S"uare Foot Pavement-Silicone Joint Sealant -lnstaD Linear Foot Pa vem•nt-Unclassffied Street Excavalion -Remove Cubic Y ard Subnrade--' W\ch -Lim• Stabilized -Install Snuare Yard Sub orade-l.ime for Stabilization -Install '45#/S .Y .' Ton Sian~ro·ect Oesinnation -Install Each Walk-lnstaa S"uar• Foot Walk-ADA 1/i/healchair Ramn -Install Each Walk-Handrail -Install ITYDOT TYPE 0 ' Lin ea r Foot Va ult-Vault Adiustment to Grade -Rehab Each lrrinalion Sv.tem w /C onlrol & Electrical Service -Ins tall Lum" Sum Landscaoino-o er Plans -In stall Lumn Sum Curb-6 Inch -ln stal LinHrFoot Curb-7 Inch -lnsta l Linear Foot Val ve Box-Adius lment -S ervices Each Quantitv 1.00 1.00 1.00 2046.00 4566.00 2238 .00 17860.00 t.500.00 4393.00 1.00 1.00 4 .00 1.00 1.00 625 .00 735.00 735.00 625.00 6 .00 2.00 2.00 2.00 1.00 235.00 1.00 20.00 304&7 .00 1043.00 356.00 7229 .00 3075 .00 3008 .00 196 .00 5437.00 20322.00 42 139 .00 37203 .00 837.00 2 .00 31560 .00 15.00 25 .00 3.00 1.00 1.00 33&.00 10921.00 10.00 Your Unit Price ····· .·.· ......... $17.00 . ••. ..$56 000 •. 00.· • ••••· •././iS400cOOi · • ··•··•••• i:$270 :00 : · .-•·· ·•: i S30cOO $25 000 .00 $300 .00 Your Bid $1 1 000.00 $8 000 .00 $2 000.00 $2 046 .00 $2 233.00 $2 23&.00 $13 395.00 $29 750.00 $74 63 1.00 $56 000 .00 $75 000 .00 $1 600.00 $40 000.00 $4 000 .00 $625 .00 $735 .00 $735 .00 $5 625 .00 $3 900 .00 $4 200 .00 $3 000 .00 $4 400 .00 $270.00 $3 550 .00 $25 000 .00 $1 500 .00 $914 6 10 .00 $43 806 .00 $12 460 .00 $130 122 .00 $58 425 .00 $42 112 .00 $1 960 .00 $35 340 .50 $20 322.00 $311 32&.60 $74 4 16.00 $11 5 506.00 $700.00 $94 sao .oo $12 000 .00 $2 750.00 $3 000.00 $41 000 .00 $5 000 .00 $333 .00 $10 921.00 $3000.00 49 810-0034& Each 3.00 $105 .00 50 810-01029 Asumblv Sion.Small-Ground Mount-Fumish & In stall -ln sta l Each 19 .00 $6 650.00 51 810-01057 A.ssamblv Sianal-Concrate Foundalion Tvne 4 -Install Each 2.00 $1 520.00 52 810-0105& Assemblv Sional-Concrela Foundalon Tvne 5 -Install Each 2 .00 $1 960.00 53 810-01203 SarviceCS Brid e-Tamnorarv Shorina -lnslal fTEMPORARY SHORING FOR TRAFFIC CONTROL\ Sauara Foot 5000.00 $60 000.00 Total B i d Thi s Unit $2,3&5 ,065.10 City of Fort Worth Proj ect Manager : WI LSON Project 00768 -DIRKS ROAD WEST Unit/Section: Dat e City Proj ect # Your V e ndo r Number You r Company Nam e Bid Items Line Number 3 4 8 9 10 11 12 13 14 15 16 17 18 19 DRAINAGE C295 541200 203230076883 2/16/2 010 768 CPMS Record Number BID-00069 BID-00070 BID-00080 BID -0008 1 BID-00082 BID-00083 BID-00085 BID-00086 BID-00087 BID-00094 BID -00 10 1 BID-00 11 1 BID-00 11 3 BID-00 117 BID -00 11 8 BID-00372 BID-00535 BID -0084 1 BID -00886 Material Concrete ServiceCS ServiceCS Concrete Concrete Concrete Concrete Concrete Conc rete Rock ServiceCS Concrete Concrete Concrete Concrete ServiceCS Assem bl v Concrete Concrete Contract o r Instruction s : Fill in g r een cell s wit h y o ur CFW V endor ID, y o ur Co mpa ny Na m e a nd your b id amou nts. W hen your bid is com pl et e, save and close. P rint a nd s u bmit hard copy of the b id fomi . Headwall -Install Headwall -Remove Pioe -Remove Pi pe-2 1 In ch-C L Ill -Install Pipe-24 Inch-C L Il l -Install Pioe-30 Inch-C L Ill -Install Pi oe -36 Inch-C L Ill -Install Pipe-42 In ch-C L Ill -I ns tall Pipe-48 In ch -C L Ill -Install Description Ri oRao-< Than 18 Inch Rock-Insta ll Und assifie d T rench Excavation & Backfill -Install lnlet-Recessed-10 Ft -Install lnlet-Recessed-20 Ft -Install Manhole·> Than 4 Ft -l nstetl Manhole-4 Ft -Install Tre nc h Safety System 5 Foot De pth -I nstall Wa lk-H andrai l -Install fTXDOT TYPE PR1 l Concrete·Encaseme nt -Install Box C ulvert-7 Ft x 6 Ft -Install You m ay now submit t h is bid Unit of Measure Cubic Yard Lump Sum Linear Foot Linear Foot Li near Foot Li near Foot Li near Foot Linear Foot Linear Foot C ubic Ya rd C ubic Yard Each Each Each Each Linear Foot UnearFoot Linear Foot Linear Foot Quantity 80.00 1.00 326.00 333.00 538.00 60 1.00 657.00 180.00 42 7.00 67 .00 2685 .00 2.00 9.00 4 .00 1.00 2828 .00 60 .00 36 .00 80.00 Total Bid This Unit Your Unit Price ~50 J)O · ·/'.$J 1~:oir // .··.·.·. · .... ·. $1;0() $1:00 I Your Bid $28,000.00 $1 ,500.00 $2,608.00 $14,985.00 $27,976.00 $39,666.00 $55,188.00 $20,340.00 $56,364.00 $5 ,025.00 $2,685.00 $5 ,600 .00 $39,600.00 $10,000.00 $2,4 00 .00 $2,828.00 $5,700.00 $1,260.00 $3 1,200 .00 $352 ,925 .00 City of Fort Wort h P,oJ~t Managu, W ILSON Project 00 76 8 -DIRKS ROAD W EST Un it/Section : TRAFFIC SI GNALS C295-541200-20323007688 3 Oat• City P rojact • Your Vendor Nu m b er Your Company Name Bid Items Line Number 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 2/16/2010 768 CPM S Reco rd Number BID-00121 BID-00382 BID-00382 BtD-01226 010.01226 810-01226 BID-01226 810-00121 810-00121 010.00 121 010.00 121 010.00378 BIQ.00380 810·00381 810·0 1034 810-01230 810-01038 BI0-01046 810-01048 810-0 1049 810-01050 010.01051 810-01052 810-0 1054 8 10·01057 810-01058 810-01059 810-01060 BID-01062 BI0-01065 810-01066 BID-01067 010.01068 BJQ.01069 010.01010 010.01011 BJ0.01079 BI0-01081 810·01084 810·01085 810-01108 810-01109 010.01115 810·01116 BI0-01080 Mat eria l Other PVC PVC Coooar Cor,r,er CODD er Cor,r,er Other Other Other Other CooDer CODDer CODDer Assemblv Assemblv Assemblv Assemblv Assemblv Assemblv Assemblv Assemblv Assemblv Assemblv Assemblv Assembty Assemblv Assemblv Assemblv Assembtv Assemblv Assembtv Assemblv Assembly Assembtv Assembly Assemblv Assembly Assembtv Assemblv st.~ st.~ Assemblv Assemblv Assembty Contnctor Instructions: FIii in grHn cells with your CFWVendor ID, your Comp any N ame an d your bid amounts. When you r bid Is complete, save and c lose. P rint and s u bmit hard copy of t h e b ldform. You may n ow sub mit this bid Unit of Description Measure Miscen.neous Time & Materials -lnstaU (SIGNAL.SPAN WIRE 3/8 INCH ) Linear Fool Conduit -lnstaU !SCHEDULE 40 PVC 3 INCH OPEN CUTI Linear Fool Conduit -lnstan (SCHEDULE 40 PVC 2 INCH OPEN cun Linear Fool Cable-Elecbical -Install l20 CONDUCTOR #14 STRANDED CABLEl linear F oot Cable-Elecbical -Inst.al (4 CONDUCTOR #14 STRANDED CABLE) ll'learFoot Cable-Elecbical -In st.al l8 CONDUCTOR #14 STRANDED CABLEl Linear Foot Cable-Elecbical -lnstaa (10 CONDUCTOR #14 STRANDED CABLE) Linear Foot Miscenaneous Time & Materials -Install (R10-12 (LEFT TURN YIELD ON GREEN) MAST ARM S IGN • ITEM PURCHASED FROM CITY) Each Miscellaneous lime & Materials -Install (R3-8 VAR (LANE USAGE) MAST ARM SIGN· ITEM PURCHASED FROM CITYl Each Miscelaneous Time & Materials -Inst.an (METRO OVERHEAD STREET SIGN • ITEM Each MiscenaneousTime & Materials -Inst.al (R10-5 (LEFT ON GREEN ARRON ONLY) MAST ARM SIGN -ITEM PURCHASED FROM CrTYl Each Cab l e-Num a Bar. -Install Linear Foot Cable-N um 8XHHW B LACK -Install Linear Foot Cable-Num 8XHHWWHITE -Install Linear Foot Siona~10 Ft Pedestal Pole-item i:iurchased tom Citv -lnstal Each Sional.170E Controller/Cabinet P°'e-Mnl·ilem ourchased Tom lie Citv -lnstan Each Sion•1·170E Controller/Cabinet Gmd-Mnt·it•m i:iurch ased from Citv-Install Each Sional-48 Ft Mast Arm-item urchased from Cilv -Install Each Sional.56 Ft MastArm·item i:iurchased from Citv -Install Each Sionaf.60 Ft Mast Arm-item urchased fi-om Citv -install Each Sional-8 Ft StHI lioht Assemblv-it.m i:iurchased from Citv-Inst.an Each Sional-Base for 10 Ft or 14 Ft Pedestal Pole Auemblv -lnstaH frTEM PURCHASED FROM Each Sional-Cabinet ConCTet. Foundation -Install Each Sional-Concret. Founddon Tvae 1 -Install Each Sional-Concret. Foundation Twe 4 -Insta ll Each Signal-Concret. Foundation Type 5 -Install Each Sianal-Eleciical Service -Install Each Sic:ina l-lntemational P edestian Siana! Type P -Install Each Siona I-Mast Ann Stabilizer -Inst.al Each Sianal-Oi:>ticom Cable and Det.ctors·ilem i:iurchased i'om Citv-Install Lump Sum Sianal-Pedntal Service -Inst.an Each Sic:inal-Pedestrian Pushbu tton & Sian Assembly -lnstaij Each Sional-Salvaae E xistin a Traffic Si nal Eouioment -Remove Lumo Sum Sianal-Sional Head 3 Secion Type A Type B -lnstaN Each Sional-Sional Head 4 Section Tvae C Tvae O -lnstaa E ach Sianal-Sion•I Head 5Secion H ouse Head Type E -Inst.al Each Sion al-Tvae 43 Si n•I Pole-it.m riurchased from Citv -Install E ach Si on al-Type 45 Sic:inal Pole-it.m r,urchased from Citv -Ins ta ll Each Sianal-VIVDS-item i:iurchased from Citv-Install Luma Sum Sian•I-Wood Pol• -Inst.al Each Conduit-Rioid Metal 3 Inch -Install Linear Foot Conduit-Ri id Metal 2 Inch-Install Linear Foot Electrical Ground Box will Lid ,nd Ai:iron • L an1e -Inst.al Each Eleciical Ground Box wili Lid and Aaron -Sman -Insta ll Each Sion al ·TVD• 44 Signal Pole-item r,urchased from Citv-lnstal Each Your Un it Quantitv Pri ce Your Bid 398S.OO $2'_00, $7 970.00 1260.00 >S1 1,00: $21420.00 160.00 ·. $9,00 $1440.00 1400.00 .·:. .· ··.· $3,00· $4 200 .00 920.00 ·.·.·.·.·.·.· .·:·.·.·.· ·S.1 .00· $920.00 690.00 .. ··:$2 ,00. $1 380.00 330.00 .· .SJ :oo : $990.00 ···•:: < 2.00 ,,. $640.00 1.00 .::··· """"" $380.00 6.00 ·.$$WOO: $3 240.00 . :·• ..... : : 4 .00 s:i:io,oo-: $1 320.00 1420.00 $1'.liOi $1420.00 2355.00 :• ·noo:: $2 355.00 2355.00 ,,: ··$too·• $2 355.00 1.00 ·/S980cOO: $980.00 2.00 • :s1f2bifOO $16400.00 2.00 ·:: Sff000,00 $34 000 .00 1.00 ···fttmi:-oo:· $2 700 .00 3.00 i$4SOO'.OO•· $13 500 .00 2.00 : :ss:oooJiO:. $10 000 .00 6.00 .. .,$420,00 $2 520 .00 1.00 .:5320,00·. $320.00 2.00 ·. ·: · :SZ700;00·. $5400.00 1.00 .. : :.:·$t20Ji0:' $720.00 2.00 $&20,00:. $1 640.00 6.00 · si;soiroo : $15 600.00 2.00 .ss20,oo. $1 040.00 12.00 ·· $54<too $6 (80.00 6 .00 .·:·ssuo : $308.00 2.00 · ·Sif:1.00:·00 $12 200.00 2.00 ":S520c00 $1 040.00 12 .00 .· .. .::_,$i1JO _OQ: $2 400 .00 2.00 .· ··Sl"l!OO,OO· $3 200 .00 25 .00 $900:00' $22 500 .00 3.00 ::snoo,oo· $3 600 .00 1.00 $1 -£0!LOO. $1 500 .00 1.00 $4•·5-00 ,00 $4 600.00 5.00 ·.ss:soo:·oo:. $27 500.00 2.00 nsooo,oo-$30 000 .00 uo ·tf 600,00 $12 800.00 50.00 ·. :$13 ,00 $650.00 165.00 ··"H(i>o $1 815.00 3 .00 $2 100.00 7.00 ·>.'l:RQfl.fV1: $4 830.00 1.00 :• 55 ,,..,.00:-$5 200.00 46 810-01082 Assembly Signal-Type 46 Signal Pole-ilam purch ased from City-lnstaa Each 1.00 s6 200.00 I sa 200.00 I Total B i d T his Un it $303,771 .00 SUMMARY OF BID UNIT I-PAVING UNIT I TOTAL $ 2 .385. 065 IO I ~ UNIT II -DRAINAGE UNIT II TOT AL $ 35~( cra.s ~ • UNIT III -TRAFFIC SIGNALS UNIT III TOT AL $ 303J 77 /~ *TOTAL BID $ 3,, D Lf J7 7 bl ~ *This total must agree with the total figure shown in Proposal, TOT AL AMOUNT BID for Unit I, Unit II , and Unit III in the bound contract. -,. Within ten ( 10) days after notification by the City of Fort Worth , the undersigned will ex ecute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents , for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth , Texas, in the event the contract and bond or bonds are not executed and delivered within the time abo ve set forth , as liquidated damages for the delay and additional work caused thereby. If as a requirement of this project, the undersigned bidder certified that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects, and that they have read and thoroughly understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assured that it s employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400 . The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to complete the contract within four hundred ( 400) calender days after beginning construction as set forth in the written work order to be furni shed by the Owner. (Circle and complete A or B below, a s applicable) A. The principal place of busine ss of our company is in the State of _______ _ a. Nonresident bidders in the State of , our principal place of busines s, are required to be percent lower than resident bidders by state law. A copy of the statute is attached . b . Nonresident bidders in the State of , our principal place of business , are not required to uri'tlerbid resident bidders. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Company: ~~mG:n;-tQJ.dim, ct-&. 0 Address : 5 \ \;), ~ \JaUey Orh)<2 H.\ilir:\-\~;TY-7f21t9 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that , in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction , improvements , supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specifications . The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State), our principa l 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: ~U~ ltd~~ By:___,/_-fff~\J._rt_. ~------'---=---a,----'---- Company ~Please print) F~. \ l©f 1vi;JX 7 b L lCf City/State/Zip President of JCI Partners , Title: ____ ln_c_.,_G_e_n_e_r_a_l P_a_rt_n_e_r __ _ (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION ADDENDA INDEX AND RECEIPT Addenda Date Receipt Number LlE fJfrJ,o "?A~ Tu.D o/1,Jio 1J?llt a./J te/10 . mreu .-fXi . -~ SECTION 5-GENERAL AND SPECIAL CONDITIONS 5.1 SPECIAL PROVISIONS (PAVING -DRAINAGE) 5.2 WAGE RATES 5.3 COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE RATES 5.4 STANDARD DETAILS (WATER-SEWER) 5.5 STANDARD DETAILS (PAIVING -DRAINAGE) SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK ....................................................................................................... SP-4 2. AWARD OF CONTRACT ............................................................................................. SP-4 3. PRECONSTRUCTION CONFERENCE ....................................................................... SP-4 4 . EXAMINATION OF SITE ............................................................................................. SP-4 5. BID SUBMITTAL .......................................................................................................... SP-5 6. WATER FOR CONSTRUCTION .................................................................................. SP-5 7. SANITARY FACILITIES FOR WORKMERS ................................................................ SP-5 8. PAYMENT .................................................................................................................... SP-5 9. SUBSIDIARY WORK .................................................................................................... SP-5 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC .......................................................................................................... SP-5 11. WAGE RATES .............................................................................................................. SP-5 12. EXISTING UTILITIES ................................................................................................... SP-7 13. PARKWAY CONSTRUCTION ...................................................................................... SP-7 14. MATERIAL STORAGE ................................................................................................. SP-7 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS ................................................................................................ SP-7 16. INCREASE OR DECREASE IN QUANTITIES ............................................................. SP-7 17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS .................................... SP-7 18. EQUAL EMPLOYMENT PROVISIONS ........................................................................ SP-8 19. MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE) COMPLIANCE .............................................................................................. SP-8 20. FINAL CLEAN UP ...................................................................................................... SP-10 21. CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATION LAW .............................................................................................. SP-10 22. SUBSTITUTIONS ....................................................................................................... SP-13 23 . MECHANICS AND MATERIALSMEN'S LIEN ............................................................ SP-13 24. WORK ORDER DELAY ............................................................................................. SP-13 25. CALENDAR DAYS .................................................................................................... SP-13 26 . RIGHT TO ABANDON ............................................................................................... SP-14 27. CONSTRUCTION SPECIFICATIONS ....................................................................... SP-14 28. MAINTENANCE STATEMENT .................................................................................. SP-14 29. DELAYS ......................................................................................................... SP-14 30. DETOURS AND BARRICADES ................................................................................ SP-14 31. DISPOSAL OF SPOIUFILL MATERIAL .................................................................... SP-15 32. QUALITY CONTROL TESTING ................................................................................ SP-15 33. PROPERTY ACCESS ............................................................................................... SP-16 34. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES ....................... SP-16 35. WATER DEPARTMENT PRE-QUALIFICATIONS .................................................... SP-16 36. RIGHT TO AUDIT ...................................................................................................... SP-16 37. CONSTRUCTION STAKES .................................................... SP-17 38. LOCATION OF NEW WALKS AND DRIVEWAYS ................................................... SP-17 39. EARLY WARNING SYSTEM FOR CONSTRUCTION ............................................... SP-17 40 . AIR POLLUTION WATCH DAYS ............................................................................... SP-18 Rev 12-3-09 SP-1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION ITEMS: 41. 42. 43. 44. 45. 46. 47. 48 . 49. 50 . 51. 52. 53. 54. 55. 56. 57. 58. 59. 60. 61. 62 . 63. 64. 65. 66. 67. 68. 69. 70. 71. 72. PAY ITEM - PAY ITEM - PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM - PAY ITEM- UNCLASSIFIED STREET EXCAVATION ........................................ SP-19 11" REINFORCED CONCRETE PAVEMENT ................................. SP-19 SILICONE JOINT SEALING ............................................................ SP-19 7" CONCRETE CURB ...................................................................... SP-23 RETAINING WALL ........................................................................... SP-24 REPLACE EXIST. CURB AND GUTIER ........................................ SP-24 HMAC TRANSITION ........................................................................ SP-24 6" PIPE SUBDRAIN ......................................................................... SP-24 TRENCH SAFETY ........................................................................... SP-24 8" THICK LIME STABILIZED SUBGRADE AND CEMENT FOR SUBGRADE STABILIZATION ........................................................ SP-25 PAY ITEM -8" HMAC PAVEMENT (THICKNESS TOLERANCES AND HMAC TESTING PROCEDURES) .............................................................. SP-25 PAY ITEM -CONCRETE FLAT WORK (CURB, CURB & GUTIER, SIDEWALKS, PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM- PAY ITEM - LEADWALKS, WHEELCHAIR RAMPS AND DRIVEWAYS) ........... SP-26 REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS, STEPS, LEADWALKS AND WHEELCHAIR RAMPS ...................... SP-27 REMOVE EXISTING CURB AND GUTIER .................................... SP-27 REMOVE EXISTING CURB INLET ................................................. SP-27 6" REINFORCED CONCRETE DRIVEWAY .................................... SP-27 REMOVE AND CONSTRUCT CONCRETE STEPS ........................ SP-27 6' STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAMP ...................................................................... SP-27 REMOVE AND REPLACE FENCE .................................................. SP-28 STANDARD 7" CURB AND 18" GUTIER ....................................... SP-28 REMOVE AND RECONSTRUCT MAILBOXES/MISCELLANEOUSSP-29 BORROW ......................................................................................... SP-29 CEMENT STABILIZATION .............................................................. SP-29 CEMENT .......................................................................................... SP-29 NEW 1" (MIN) CONCRETE VALLEY GUTIER ............................... SP-29 STORM DRAIN INLETS .................................................................. SP-30 TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN ....................................................................... SP-30 PAY ITEM -STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE) ....................... SP-30 PRE BID ITEM -PROJECT DESIGNATION SIGN .................................................... SP-32 PRE BID ITEM -UTILITY ADJUSTMENT .................................................................. SP-33 PRE BID ITEM -TOP SOIL ........................................................................................ SP-33 PRE BID ITEM -ADJUST WATER VALVE BOX ....................................................... SP-33 SPECIAL PROVISIONS FOR Rev 12-3-09 SP-2 73 . 74. 75. 76. 77. 78. 79. 80. 81. 82. 83. 84 . 85. 86. 87. 88. 89. 90 . 91 . 92. 93. STREET AND STORM DRAIN IMPROVEMENTS Table of Contents PRE BID ITEM - PRE BID ITEM - NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM - MANHOLE ADJUSTMENT ........................................................ SP-34 ADJUST WATER METER BOX ................................................. SP-34 ACCEPTANCE OF CONCRETE PAVEMENT ........................... SP-34 CLEARING AND GRUBBING .................................................... SP-38 SPRINKLING FOR DUST CONTROL. ....................................... SP-38 PROTECTION OF TREES, PLANTS AND SOILS ..................... SP-38 CONCRETE COLORED SURFACE ......................................... SP-38 PROJECT CLEAN-UP ............................................................... SP-39 PROJECT SCHEDULE .............................................................. SP-39 SCHEDULE TIERS SPECIAL INSTRUCTIONS ........................ SP-41 NON-PAY ITEM -NOTIFICATION OF RESIDENTS .............................................. SP-42 NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM - NON-PAY ITEM - BEGINNING CONSTRUCTION ................................................. SP-42 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............. SP-42 WASHED ROCK ....................................................................... SP-43 SAWCUT OF EXISTING CONCRETE ....................................... SP-43 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ............................................................... SP-43 TIE-IN INTO STORM DRAIN STRUCTURE .............................. SP-44 SPRINKLER HEAD ADJUSTMENT ........................................... SP-44 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ... SP-44 TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) .......................................................................... SP-44 PAY ITEM -TRAFFIC CONTROL ................................................................ SP-46 Rev 12-3-09 SP-3 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: Dirks Road -West CITY PROJECT NO.: 00768 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following : paving, drainage, and traffic signals, and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. 2. AWARD OF CONTRACT: Submission of Bids: Unit 1, Unit II, and Unit Ill constitute a package. If the Contractor submits a bid on Unit 1, Unit II, and Unit Ill and has the lowest responsive proposal price, the Contractor will be the apparent successful bidder for this project. Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City. 3. PRECONSTRUCTION CONFERENCE: The successful Contractor, Design Consultant, and City shall meet at the call of the City for a preconstruction conference before any of its work begins on this project. At this time, details of sequencing of the work, contact individuals for each party, request for survey, and pay requests will be covered. Prior to the meeting, the Contractor shall prepare schedules showing the sequencing and progress of their work and its effect on others . A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction. 4. EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. During the construction of this project, it is required that all parkways be excavated and shaped including bar ditches at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the ENGINEER. During construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes . 5. BID SUBMITTAL: Bidders shall submit a complete package, including ALL completed forms that must be submitted with the Proposal (including Vendor Compliance to State Law, Bid Proposals, and Bid Bond). Failure to provide a complete bid package may be Rev 12-3-09 SP-4 grounds for designating bids as "non-responsive " and rejecting bids as appropriate and as determined by the Director of the Transportation and Public Works Department. 6. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor at his own expense . 7. SANITARY FACILITIES FOR WORKERS : The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. 8. PAYMENT : The Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the ENGINEER per actual field measurement. 9 . SUBSIDIARY WORK: Any and all work specifically governed by documentary requ irement for the projects , such as conditions imposed by the Plans , the General Contract Documents or these special Contract Documents , in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item or work, the cost of which shall be included in the price bid in the Proposal for each bid item , including but not limited to surface restoration cleanup and relocation of mailboxes. All objectionable matter required to be removed from within the right-of-way and not particularly described under these specifications shall be covered by Item No. 102 "Clearing and Grubbing " and shall be subsidiary to the other items of the contract. 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction ". 11. WAGE RATES : Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 . Such prevailing wage rates are included in these contract documents . Penalty for Violation . A contractor or any subcontractor who does not pay the prevailing wage shall , upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs , pursuant to Texas Government Code 2258.023 . Rev 12-3-09 SP-5 Complaints of Violations and City Determination of Good Cause . On receipt of information , including a complaint by a worker, concerning an alleged violation of 2258.023 , Texas Government Code , by a contractor or subcontractor, the City shall make an initial determination, before the 31st day afte r the date the City receives the information , as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the cont ractor or subcontractor and any affected worker of its initial determination . Upon the City 's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258 , the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates , such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved . An issue relating to an alleged violation of Section 2258.023 , Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons . The City is not a party in the a rbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction . Records to be Maintained . The contractor and each subcontractor shall , for a period of three (3) years following the date of acceptance of the work , maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract ; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection . Pay Estimates. With each partial payment estimate or payroll period , whichever is less, the contractor shall submit an affidavit stating that the contractor has complied w ith the requirements of Chapter 2258 , Texas Government Code . Posting of Wage Rates . The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section .) Rev 12-3-09 SP-6 12 . EXISTING UTILITIES : The locations and dimensions shown on the plans relative to existing utilities are based on the best information available. It shall be the Contractor's responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance . The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities and any losses to the utility City due to disruption of service resulting from the Contractor's operations shall be at the Contractor's expense. 13 . PARKWAY CONSTRUCTION : During the construction of this project , it will be required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Director of the Transportation and Public Works Department. 14. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission from the property owner. 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS : The Contractor shall take adequate measures to protect all existing structures , improvements and utilities , which may be encountered . The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Design Consultant to be accurate as to extent, location and depth, they are shown on the plans as the best information available at the time of design , from the Owners of the utilities involved and from evidences found on the ground . 16 . INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid . No additional compensation shall be paid to Contractor for errors in the quantities . Final payment will be based upon field measurements. The City reserves the right to alter the quantities of the work to be performed or to extend o r shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered , increased or decreased at the unit prices as established in the contract documents . No allowance will be made for any changes in anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents . Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but not to the various depth categories . 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS : Contractor Covenants and agrees to indemnify City 's Design Engineer and Architect , and their personnel at the project site for Contractor's sole negligence . In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense , the City , its officers , servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury , including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers , agents, employees , subcontractors, licensees or invitees , whether or not any such injury, Rev 12-3-09 SP-7 damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers , servants and employees and any damage , loss or destruction to property of the City aris ing from the performance of any of the terms and conditions of this Contract , whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may , if deemed approp riate , refuse to accep t bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 18 . EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code Sect ions 13-A-21 through 12-A-29) prohibit ing discrimination in employments practices . The Contractor shall post the required notice to that effect on the project site , and at his request , will be provided by assistance by the City of Fort Worth 's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. 19 . MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE : In accordance with City of Fort Worth Ordinance No. 15530 , the City has goals for the participation of minority business enterprises and women business enterprises in City contracts . The Ordinance is incorporated in these specifications by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary . Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM , as applicable , must be submitted within fine (5) city business days after bid opening. Failure to comply shall render the bid non-responsive . Upon request , Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. Contractor further agrees to permit an audit and/or examination of any books , records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of acts (other than a negligent misrepresentation) and /or the commission fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal , state , or local laws or ordinances relating to false statement. Further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time not less than three years . Rev 12-3-09 SP -8 The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids. Failure to comply with the City 's M/WBE Ordinance, or to demonstrate "good faith effort", shall result in a bid being rendered non-responsive to specifications. Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors to the City 's M/WBE office. The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals . The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid. The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable. Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non- responsive. Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work. Whenever a change order exceeds 10% of the original contract , the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the contract shall: 1. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid , and , 2 . If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform with his forces , the Contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City , and , 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM , if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers. Justification for change may be granted for the following: a. Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance . b. Failure of Subcontractor to provide required general liability of other insurance. Rev 12-3-09 SP-9 c. Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan . d. Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City, the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs . 20. FINAL CLEAN-UP: Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed . No more than seven days shall elapse after completion of construction before the roadway and R.OW. is cleaned up to the satisfaction of the ENGINEER. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative . This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials , and in general preparing the site of the work in an orderly manner and appearance. 21. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. DEFINITIONS: b. Certification of coverage ("Certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, OR TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project , for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406 .096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees . This includes , without limitation, independent Contractors, subcontractors, leasing companies, motor carriers, City-operators , employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing , hauling , or delivering equipment or materials , or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets . The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the Contractor providing services on the project , for the duration of the project. Rev 12-3-09 SP-10 c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d . If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. g. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. h. The Contractor shall post on each project site a notice, in the text , form and manner prescribed by the Texas Worker's Compensation, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. i. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) (2) (3) Rev 12-3-09 provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code , Section 401 .011 (44) for all of its employees providing services on the project, for the duration of the project; provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage , if the coverage SP-11 period shown on the current certificate of coverage ends during the duration of the project ; (4) obtain form each other person with whom it contracts , and provide to the Contractor: (a) a certificate of coverage , prior to the other person beginning work on the project ; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period , if the coverage period shown on the current certificate of coverage ends during the duration of the project; (c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (d) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known , of any change that materially affects the provision of coverage of any person providing services on the project ; and (e) contractually require each person with whom it contracts, to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services . 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 appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation . Providing false or misleading information may subject the Contractor to administrative , criminal , civil penalties or other civil actions . k. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten day 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 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 Rev 12-3-09 SP-12 and any other language common to the Worker population . The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation insurance . This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identify of their employer or status as an employee ." Call the Texas Worker's Compensation Commission at 512-463-3642 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". 22. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the ENGINEER to make a substitution for the material that has been specified . Where the term "or equal", or "or approved equal " is used , it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable , as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed substitutes is procured by the Contractor. Where the term "or equal", or "approved equal " is not used in the specifications , this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal , and the ENGINEER, as the representative of the City, shall be the sole judge of the acceptability of substitutions . The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications . 23. MECHANICS AND MATERIALMEN 'S LIEN: The Contractor shall be required to execute a release of mechanics and materialmen's liens upon receipt of payment. 24. WORK ORDER DELAY: All utilities and right-of-way 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. 25. CALENDAR DAYS: The Contractor agrees to complete the Contract within the allotted number of calendar days. 26. RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City . 27. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: Rev 12-3-09 SP-13 STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIF/CATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Transportation and Public Works, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the ENGINEER. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor . General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 28 . MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both , for a period of two (2) years from date of final acceptance of this project and will be required to replace at his expense any part or all of the project which becomes defective due to these causes . 29. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the 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 Director of the Transportation and Public Works Department and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval ; and the action thereon by the Council shall be final and binding . If delay is caused by specific orders given by the ENGINEER to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work , then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council ; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 30 . DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction as required by ENGINEER by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans . Construction signing and barricades shall conform with the latest version of the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" 31. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Transportation and Public Works acting as the City of Fort Worth's Flood Plain Adm inistrator ("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 Rev 12-3-09 SP-14 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 Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill materials at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Transportation and Public Works, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section . 32. QUALITY CONTROL TESTING: (a) The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project , including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of on site material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project 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. 33. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the ENGINEER. 34 . SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: Rev 12-3-09 SP-15 (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). 35 . 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. 36 . RIGHT TO AUDIT: (a) Contractor agrees that the City shall , until the expiration of three (3) years after final payment under this contract have access to and the right to examine and photocopy any directly pertinent books , documents , papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended aud its. (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 Rev 12-3-09 SP-16 audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits . (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 37. CONSTRUCTION STAKES: The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework . These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage, etc.), one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter and/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain , transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished . If, in the opinion of the ENGINEER, a sufficient number of stakes or markings provided by the City have been lost, destroyed , or disturbed, that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place , then the Contractor shall replace such stakes or markings as required . An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes, at the Contactor's expense. No claims for delay due to a lack of replacement of construction stakes will be accepted , and time will continue to be charged in accordance with the Contract Documents. 38. LOCATION OF NEW WALKS AND DRIVEWAYS: The Contractor will make every effort to protect existing trees within the parkway, with the approval of the ENGINEER , the Contractor may re-locate proposed new driveways and walks around existing trees to minimize damage to trees . 39 . EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable : The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the Contractor is less than the percentage of time allowed by 20% or more (example : 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken : 1. A letter will be mailed to the Contractor by certified mail , return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the Contractor receives such a letter, the Contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. Rev 12-3-09 SP-17 2. The Project Manager and the Directors of the Department of Transportation and Public Works, Water Department, and Department of Transportation and Public Works will be made aware of the situation . If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3 . Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Transportation and Public Works Department's Public Information Officer. 4. Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified. The Transportation and Public Works Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 5 . If the Contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 40. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area , runs from May 1, through OCTOBER 31, with 6:00 a.m. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION . The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service , will issue the Air Pollution Watch by 3:00 p .m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a .m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a .m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG . If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month . CONSTRUCTION 41. PAY ITEM -UNCLASSIFIED STREET EXCAVATION: See Standard Specifications Item No. 106, "Unclassified Street Excavation" for specifications governing this item. Removal of existing penetration or asphalt pavement shall be included in this item. Rev 12-3-09 SP-18 Operations necessary to windrow existing gravel base in order to lower or raise subgrade shall be considered as subsidiary to this item and no additional compensation shall be given as such. During the construction of this project, it is required that all parkways be excavated and shaped at the same time the roadway is excavated . Excess excavation will be disposed of at locations approved by the ENGINEER. The intention of the City is to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent, then actual quantities will be paid for at the unit prices bid. The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities. 42. PAY ITEM -11" 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) Concrete pavement acceptance shall be as set forth in "Concrete Pavement Acceptance" within these Special Provisions. (c) All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the ENGINEER. Screeds will not be allowed except if approved by the ENGINEER. 43. PAY ITEM -SILICONE JOINT SEALING FOR CONCRETE PAVEMENT: 1. SCOPE CITY OF FORT WORTH , TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1, October 18, 1989) (Revision 2 , May 12, 1994) This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2 . (11) "Joint Sealing Materials" of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH, and Item 2.210 "Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS. 2. MATERIALS Rev 12-3-09 SP-19 2 .1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification. Before the installation of the joint sealant, the Contractor shall furnish the ENGINEER certification by an independent testing laboratory that the silicone joint sealant meet these requirements . 2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated , documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems. Verifiable documentation shall be submitted to the ENGINEER. Acetic acid cure sealants shall not be accepted. The silicone sealant shall be cold applied . 2 .3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation, Midland , Ml 48686- 0994 , or an approved equal. Self-Leveling Silicone Joint Sealant Test Method Test Requirement AS SUPPLIED **** Non Volatile Content, % min. 96 to 99 MIL-S-8802 Extrusion Rate , grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1.206 to 1.340 **** Skin-Over Time , minutes max. 60 **** Cure Time , days 14 to 21 **** Full Adhesion , days 14 to 21 AS CURED- ASTM D 412 , Die 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 m in. 600 (Sect. 14 Mod .) ASTM D 3583 Adhesion to Asphalt ,% Elongation min. 600 (Sect. 14 Mod .) 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall Rev 12-3-09 SP-20 occur between them. Reference is made to the "Construction Detail " sheet for the various joint details with their respective dimensions. 3. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail " sheet or as directed by the ENGINEER within 12 hours of the pavement placement. (Note that for the "dummy" joints , the initial 1/4 inch width "green " saw-cut and the "reservoir" saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven (7) days. Then the saw cuts for the joint sealant reservoir shall be made , the joint cleaned , and the joint sealant installed. During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F (4C) and rising. 4. EQUIPMENT 4 .1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the ENGINEER prior to the beginning of the work . The minimum requirements for construction equipment shall be as follows : 4.2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions . 4.3 High Pressure Water Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 4.4 Air Compressors: The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm . There shall be suitable reaps for the removal of all free water and oil from the compressed a ir. The blow-tube shall fir into the saw-cut joint. 4.5 Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 4.6 Injection Tool : This mechanical device shall apply the sealant uniformly into the joint. 4 . 7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4 . 4.8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination. They shall be compatible with the join depth and width requirements . 5. CONSTRUCTION METHODS Rev 12-3-09 SP-21 5.1 General: The joint reservoir saw cutting , cleaning , bond breaker installation , and joint sealant placement shall be performed in a cont inuous sequence of operations 5 .2 Sawing Joints: The joints shall be saw-cut to the width and depth as shown on the "Construction Detail " sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5.3 Cleaning Joints: Immediately after sawing , the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent joint contamination. When the Contractor elects to saw the joint by the dry method , flushing the joint w ith high pressure water may be deleted . The dust resulting from the sawing shall be removed from the joint by using compressed air. (Parag raph Rev. 1, October 18 , 1989) After complete drying, the joints shall be sandblas ted. The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes. Upon the termination of the sandblasting , the joints shall be blown-out using compressed air. The blow tube shall fit into the joints. The blown joint shall be checked for residual dust or other contamination . If any dust or contamination is found , the sandblasting and blowing shall be repeated until the joint is cleaned . Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning , the bond breaker and sealant shall be placed in the joint. Open, cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape : The bond breaker rod and tae shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape , the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and dry. Rev 12-3-09 Unsatisfactorily sealed joints shall be refilled . Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition. Traffic shall not be allowed on the fresh sealant until it becomes tack-free. SP -22 Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the ENGINEER the acceptable method for sealant installation. The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. 6. WARRANTY The Contractor shall provide the ENGINEER a manufacturer's written guarantee on all joint sealing materials . The manufacturer shall agree to provide any replacement material free of charge to the City. Also, the Contractor shall provide the ENGINEER a written warranty on all sealed joints . The Contractor shall agree to replace any failed joints at no cost to the City . Both warranties shall be for two years after final acceptance of the completed work by the ENGINEER. 7. BASIS OF PAYMENT Payment will be made at the Contract bid item unit price bid per linear foot (L.F .) as provided in "MEASUREMENT" for "SILICONE JOINT SEALING ", which price of shall be full compensation for furnishing all materials and for all preparation , delivery, and application of those sealing materials and for all labor, equipment, tools and incidentals necessary to complete the silicone joint sealing in conformity with the plans and these specifications . 44. PAY ITEM -7" CONCRETE CURB: The Contractor may, at his option , construct either integral or superimposed curb. Standard Specification Item 502 shall apply except as follows : Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. If the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill operation is complete. Rev 12-3-09 SP-23 45. PAY ITEM -RETAINING WALL: This item will consist of placing retaining walls in locations and at heights determined by the ENGINEER in the field. All applicable section of City of Fort Worth Standard Specification item 518 shall apply except as follows: Retaining wall shall be constructed per City of Fort Worth Construction Standard Drawing No. S-M13 "Retaining Wall with Sidewalk" where applicable . All existing brick and/or stone retaining walls not significantly impacted by proposed grade changes will be protected . Replacement of retaining walls not impacted by proposed grade changes will be at the expense of the Contractor. 46. PAY ITEM -REPLACE EXIST. CURB AND 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 exis t ing curb and gutter to be removed. Quantities for this pay item are approximate and are given only to establish a unit price for the work The price bid per linear foot for "REPLACE EXIST. CURB AND GUTTER" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 47 . PAY ITEM -HMAC TRANSITION: This item will consist of the furnishing and placing at varying thicknesses an HMAC surface in transition areas where indicated on the plans, as specified in these specifications and at other locations as may be directed by the ENGINEER. This item shall be governed by all applicable provisions of Standard Specifications Item 312 . The price bid per ton HMAC Transition as shown in the Proposal will be full payment for materials including all labor, equipment , tools and incidentals necessary to complete the work . 48 . PAY ITEM - - 6" PIPE SUBDRAIN : No specific location for this item is designated on the plans . Subdrain shall be installed only if field conditions indicate ground water at subgrade level after excavation and if deemed necessary by the ENGINEER. 49 . PAY ITEM -TRENCH SAFETY: Description: This item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench . The Contractor shall develop , design and implement the trench excavation safety protection system. The Contractor shall bear the sole responsib ility 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 add ition, comply with all other applicable Federal, State and local rules , regulations and ordinances . Rev 12-3-09 SP-24 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. Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the existing ground to the bottom of the pipe. 50 . PAY ITEM -8" THICK LIME STABILIZED SUBGRADE & CEMENT FOR SUBGRADE STABILIZATION: See Standard Specifications Item No . 210, "Lime Treatment (Material Manipulation)" and Specification Item No. 212, "Hydrated Lime and Lime Slurry" for specifications governing this item. Quantities for this pay item are approximate and are given only to establish a unit price for the work. The price bid per square yard for "8" THICK LIME STABILIZED SUBGRADE" as shown in the Proposal will be full payment for all labor, equipment, tools and incidentals necessary to complete the work. The price bid per ton for "LIME FOR SUBGRADE STABILIZATION" as shown in the Proposal will be full payment for materials necessary to complete the work . 51. PAY ITEM -8" H.M.A.C. PAVEMENT (Thickness Tolerances and HMAC Testing Procedures): The base course shall be a 5" deep Type "B" course placed in two lifts . The surface course shall be a 3" deep Type "D" course placed in two lifts. All provisions of Standard Specification No. 312.7 'Construction Tolerance ' shall apply except as modified herein: 1) After completion of each asphalt paving course, core tests will be made to determine compliance with the contract specifications. The hot-mix asphaltic concrete pavement will be core drilled by the City of Fort Worth. The thickness of the asphaltic surface will be determined by measurement cores taken at locations determined by the ENGINEER. The thickness of individual cores will be determined by averaging at least three (3) measurements. If the core measurements indicate a deficiency, the length of the area of such deficient thickness shall be determined by additional cores taken along the length of the pavement in each direction until cores are obtained which are at least of specified thickness. The width of such area shall not be less than ~ of the roadway width . 2) When the thickness of the base course (as determined from core samples) is more than 15% deficient of the plan thickness, the Contractor shall remove and replace the deficient area at his own expense. If the thickness is less than 15% deficient, the Contractor shall make up the difference in the base thickness with surface course material. 3) The surface course must be the plan thickness. This does not include surface course material used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness. Deficient areas (as determined in item 1) found to be less than the plan thickness will be removed and replaced at the Contractor's expense. Rev 12-3-09 SP-25 5) No additional payment over the contract price will be made for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications . 6) HMAC Testing Procedure: The Contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. Th is should be submitted at the Pre-Construction Conference. This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated , if one has not been previously calculated , for the use during density testing . For type "B" asphalt a maximum of 20% rap may be used . No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the Contractor is approved for placement of the asphalt. The Contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B " and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all aspha lt testing. After a rolling pattern is established , densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B " must be done before Type "D" asphalt is applied. Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness . 52 . PAY ITEM -CONCRETE FLAT WORK (CURB, CURB & GUTTER SIDEWALKS, LEADWALKS, WHEELCHAIR RAMPS AND DRIVEWAYS): Concrete flatwork is defined as curb , curb and gutter, sidewalks, leadwalks , wheelchair ramps and driveways as shown in the plans. This provision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item. Required backfilling and finished grading adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed . No payment will be made for flatwork until the pay item has been completed, which includes backfilling and finished grading . Rev 12-3-09 SP-26 53. PAY ITEM -REMOVE EXISTING CONCRETE SIDEWALK . DRIVEWAYS. STEPS. LEADWALKS AND WHEEL CHAIR RAMPS: This item includes removal of existing concrete sidewalks , driveways , steps , leadwalks and wheelchair ramps at location shown on the plans or as designed by the ENGINEER. See Item No. 104 "Removing Old Concrete ", for Specifications governing this item . 54. PAY ITEM -REMOVE EXISTING CURB AND GUTTER: Where shown on the plans or where designated by the ENGINEER , existing curb and or gutter and existing laid down curb shall be removed and disposed of in a manner satisfactory to the ENGINEER. Measurement will be by the linear foot for curb and gutter, laydown curb removed , and for all labor, tools, and incidentals necessary to complete the job . 55. PAY ITEM -REMOVE EXISTING CURB INLET: This item shall include all labor, materials , and equipment necessary to remove and dispose of the existing inlet and removal and connection of the existing RCCP lead pipe inlet as shown on the Plans and as directed by the ENGINEER. 56 . PAY ITEM-6" THICK REINFORCED CONCRETE DRIVEWAY: See Standard Specification Item No . 504, "Concrete Sidewalks and Driveways " for specifications governing this item as well as details S-S5 and S-S5A. The price bid per square foot for "6'' THICK REINFORCED CONCRETE DRIVEWAY" as shown in the Proposal will be full payment for materials including all labor, equipment , tools and incidentals necessary to complete the work. 57. PAY ITEM-REMOVE AND CONSTRUCT CONCRETE STEPS: See Standard Specification Item No . 516 , "Concrete Steps " for specifications governing this item as well as details SM-3 . The price bid per each for "REMOVE CONCRETE STEPS " and "CONSTRUCT CONCRETE STEPS " as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the removal and construction of each set of concrete steps . 58. PAY ITEM - 6' STANDARD CONCRETE SIDEWALK. LEADWALK AND WHEELCHAIR RAMP : All applicable provisions of standard Specifications Item 104 "Removing Old Concrete " and Item 504 "Concrete Sidewalk Driveways " shall apply except as herein modified. The Contrador shall construct standard concrete wheelchai r ramps as shown on the enclosed details , or as directed by the ENGINEER. The Contractor shall not remove any regulatory sign , instruction sign, street name and sign or other sign which has been erected by the City . The Contractor shall contact Signs and Marking Division , TPW (Phone 817-392-7738). Rev 12-3-09 SP-27 All concrete flared surfaces shall be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake type , and shall be used in accordance with manufacturers instructions . "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the ENGINEER , meeting the aforementioned specification . The sample , upon approval by the ENGINEER, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item . The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution." 59 . PAY ITEM -REMOVE AND REPLACE FENCE : This item shall include the removal and reconstruction of the ex isting fence at the locations shown on the plans or where deemed necessary by the ENGINEER. The Contractor shall exercise caution in removing and salvaging the materials to they may be used in reconstructing the fence. Their constructed fence shall be equal in every way, or superior, to the fence removed. The Contractor shall be responsible for keeping livestock within the fenced areas during construction operation and while removing and relocating the fence, and for any damage or injury sustained by persons, livestock or property on account of any act of omission , neglect or misconduct of his agents, employees, or subcontractors . The unit price per linear foot shown on the Proposal shall be full compensation for all materials , labor, equipments, tools and incidentals necessary to complete the work. 60. PAY ITEM -STANDARD 7" CURB AND 18 " GUTTER: All provisions of Standard Specification No. 502 'Concrete Curb and Gutter' shall apply except as modified herein: Subsidiary to the unit price bid per linear foot shall be the following: A minimum of 5" or greater as required depth of stabilized subgrade properly compacted under the proposed curb and gutter as shown in the construction details. If the Contractor fails to backfill either in from of the gutter or behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb and gutter shall be reduced by 25% until the backfill operation is complete . Standard Specifications Item No. 502 , shall apply except as herein modified . Concrete shall have minimum compressive strength of three thousand (3 ,000) pounds per square inch in twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. 61 . PAY ITEM -REMOVE AND RECONSTRUCT MAILBOXES/ MISCELLANEOUS: This item includes the removal and reconstruction of existing mailboxes, brick walls, flowerbed trim and miscellaneous items within the right of way which may be damaged or Rev 12-3-09 SP-28 removed during construction . When possible, the Contractor shall salvage existing materials for reuse in the replacement or repair of damaged or removed items. Items which are to be repaired or reconstructed should look architecturally the same in material and appearance and should be reconstructed or repaired in a better or new condition. All applicable provisions of City of Fort Worth Construction Standards shall apply. 62. PAY ITEM-BORROW: The non-expansive earth fill should consist of soil materials with a liquid limit of 35 or less, a plasticity index between 8 and 20, a minimum of 35 percent passing the No . 200 sieve, a minimum of 85 percent passing the No . 4 sieve, and which are free of organics or other deleterious materials. When compacted to the recommended moisture and density, the material should have a maximum free swell value of 0.5 percent and a maximum hydraulic conductivity (permeability) of 1 E-05 cm/sec , as determined by laboratory testing of remolded specimens of the actual materials proposed for the non-expansive earth fill. 63 . PAY ITEM-CEMENT STABILZATION: All applicable provisions of Item 214 , 'Portland Cement Treatment' shall apply. 64 . PAY ITEM -CEMENT: All applicable provisions of Item 214 , 'Portland Cement Treatment ' shall apply. 65. PAY ITEM-NEW 1" (MIN) CONCRETE VALLEY GUTTER: This item shall include the construction of concrete valley gutters at various locations to be determined in field . Removal of existing , asphalt pavement, concrete base , curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2 :27 concrete base and crushed limestone to a depth as directed by the ENGINEER and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item. See standard specification Item 314 "Concrete Pavement", 312 "Hot-Mix Asphaltic Concrete", Item No . 104, "Removing Old Concrete", Item No . 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley gutter at a time , and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. 66 . PAY ITEM -STORM DRAIN INLETS: Rev 12-3-09 SP-29 An alternative method of construction for these items will be "Pre-Cast" manholes and inlets . If the Contractor desires to use this method , he must submit details for the construction to the Transportation and Public Works Department fore review and approval if said details are acceptable. The Pre-Cast construction must be equal or superior to the strength requirements for this item as set out in Item 444 , "Manholes and Inlets" and said construction shall be in compliance with all other requirements of Item 444 where applicable . 67. PAY ITEM -TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN: Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area . Payment will be made for the quantity of earth excavated/backfilled . The placing of fill shall be subsidiary to the trench excavation/backfill price . Excess material which is obtained from excavating the trench shall be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications. All excavated material which is unacceptable as fill material shall become the property of the Contractor to be hauled off the site and disposed of properly . Unacceptable material shall be , but not limited to : rocks , concrete , asphalt, debris , etc. The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices. 68 . PAY ITEM -STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE): PERMIT: As defined by Texas Comm ission on Environmental Quality (TCEQ) regulations , a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that resu lt in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The Contractor is defined as an "operator" by state regulations and is required to obtain a permit. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized , can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres , the Contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the ENGINEER. It serves as a notification to the TCEQ of construction activity as well as a commitment that the Contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the Contractor moving on site and shall include the required $325 application fee (if mailed) or $225 (if e- filed). The NOi shall be mailed to : Rev 12-3-09 SP -30 BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O. Box 13087 Austin, TX 78711-3087 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin, TX 78753 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the Contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the ENGINEER. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O. Box 13087 Austin, TX 78711-3087 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin, TX 78753 A copy of the NOi and NOT shall be sent to: City of Fort Worth Department of Environmental Management 1000 Throckmorton Street Fort Worth, TX 76102 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Transportation and Public Works . The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the ENGINEER shall be prepared and implemented at least 48 hours before the commencement of construction activities . The SWPPP shall be Rev 12 -3-09 SP-31 incorporated into in the contract documents. The Contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the ENGINEER for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP . Modifications may be required to fully conform to the requirements of the Permit. The Contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the Contractor must be prepared and submitted by the Contractor to the ENGINEER for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized . SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required. However, a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes , interceptor swales, sediment traps and basins, pipe slope drain , inlet protection , stabilized construction entrances, seeding , sodding, mulching , soil retention blankets, or other structural or non- structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the ENGINEER for approval. PAYMENT FOR SWPPP IMPLEMENTATION : Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. 69 . PRE BID ITEM -PROJECT DESIGNATION SIGN: The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction . Maintenance will include painting and repairs as directed by the ENGINEER. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint , painting and lettering on the signs shall be approved by the ENGINEER. The height and arrangement of the lettering shall be in accordance 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. Rev 12-3-09 SP-32 The unit price bid per each will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 70. PRE BID ITEM -UTILITY ADJUSTMENT: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner 's 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 . 71. PRE BID ITEM -TOP SOIL: The proposed quantities shown are calculated to provide topsoil 6 inches in depth (compacted) over the parkway area and do not include deeper than design depth behind the curb . The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site. Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed. 72. PRE BID ITEM -ADJUST WATER VALVE BOX : Contractor will be responsible for adjusting water valve boxes to match new pavement grade. The water valves themselves will be adjusted by City of Fort Worth Water Department forces . The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 73. PRE BID ITEM -MANHOLE ADJUSTMENT : This item shall include adjusting the tops of existing and/or proposed manholes to match proposed grade as shown on the plans or as directed by the ENGINEER. Standard Specification Item No . 450 shall apply except as follows: Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections as per current City Water Department Special Conditions . 74. PRE BID ITEM -ADJUST WATER METER BOX: This item shall include raising or lowering an existing meter box to the parkway grade specified . No payment will be made for existing boxes, which are within 0.1' of specified parkway grade. Rev 12-3-09 SP-33 The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 75. NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT: The concrete pavement acceptance policy shall be as follows: A. Penalty for Deficient Pavement Thickness. There shall be no acceptance of deficient pavement thickness other than the tolerances specified below. 1. Pavement thickness deficiency up to 0.25-inch will be considered as satisfactory and the contract unit price will be used for payment if the average thickness within the project meets or exceeds the specified designed thickness. 2 . Deficiencies of greater than 0.25 -inch shall be removed and replaced with pavement of plan thickness at contractor's entire expense. B. Cracked Concrete Acceptance Policy. The criteria for acceptance or rejection of reinforced concrete that is cracked is as follows : 1. DEFINITIONS a. Minor crack -A crack of no more than 5 feet in length and does not extend i.) from the edge of a slab or from a pavement joint, or; ii.) the depth to the reinforcement steel of the concrete slab, or; iii.) an intermediate crack that is designated as a minor crack under Monitor Pavement Option 2 . b. Intermediate Crack -A crack that extends from any edge of slab or joint a distance of no more than 5 feet. c. Structural or Major crack -A crack i.) of greater than 5 feet , or; ii.) that extends from the edge of a slab or from a pavement joint to any other edge of slab or joint, or; iii.) extends the full depth of the concrete slab, or; iv .) an intermediate crack that is designated as a structural crack under Monitor Pavement Option 2. d. City Engineer -In the application of this policy, the City Engineer is the Director of the Department of Transportation and Public Works or his designee . 2. ACCEPTABLE PAVEMENT-NO ACTION IS NECESSARY: A concrete panel with four (4) or less minor cracks as defined above is acceptable. (See Figure 1 ). Rev 12-3-09 SP-34 No action is necessary and no routing and sealing is allowed. ------- ~ PLAN PROFILE Figure 1 -No action is necessary 3. MONITORED PAVEMENT A concrete pavement with one intermediate crack as defined above may be acceptable . The contractor has two options . Option No. 1 -The panel may be removed and replaced at contractor expense . Option No. 2 -The limit of the crack shall be identified for future reference by drilling a 1 /2 " hole at the free end of the crack and sealing the crack with an approved epoxy material. If at the end of the warranty period the crack has not propagated then the crack will be designated as a minor crack. If the crack has propagated then the crack is considered a structural crack. 4. STRUCTURALLY CRACKED PAVEMENT -FULL PANEL REPLACEMENT IS REQUIRED: A. If a panel contains greater than four (4) minor cracks and those cracks are determined to be caused primarily by a deficiency of material or workmanship , the panel must be removed and. replaced by the Contractor at his own expense. (See Figure 2) Rev 12-3-09 SP-35 ------ h (\/ d Tnt"T' PLAN Figure 2 -Full panel replacement is required. PROFI L E B. All concrete panels with any structural or major crack as defined above that is determined to be caused , primarily, by a deficiency of material or workmanship must be removed and replaced in their entirety by the Contractor at his own expense. (See Figures 3 and 4 below) PLAN PROFILE Figure 3 -Full panel replacement is required. PLAN PROFILE Figure 4 -Full panel replacement is required. Rev 12-3-09 SP-36 C. If the edge of existing concrete pavement is damaged during the construction of adjacent pavement; the damaged panel(s) must be removed and replaced in its entirety by the Contractor at his own expense. 5. APPLICATION AND FINAL DETERMINATION OF POLICY It is not the intention of this policy that the Contractor is required to remove and replace at his own expense any concrete that cracks due primarily to causes other than his own materials and/or workmanship . While cracks may be caused by a combination of factors, a primary cause can be determined . It is the policy that if a deficiency of materials and/or workmanship be found to be the primary cause of a crack or cracks, then the contractor shall remove and replace the panels that contain the structural crack or cracks at no expense to the City . If cracks exist in the project , the City Engineer or his/her designee will make the determination if the crack is minor or structural. If the crack is structural, the Contractor and the City will attempt to agree on the cause or causes of the crack . If the Contractor and City agree that the cause of a structural crack requiring removal and replacement is due primarily to Contractor's deficient material or workmanship, the concrete pavement will be removed and replaced at Contractor's entire expense . If the Contractor and City cannot agree as to the cause of a structural crack, the City may hire an independent geotechnical engineer to perform testing and analysis to determine the cause of the crack. The contractor will escrow 50% of the proposed costs of the geotechnical contract with the City. The contractor and the City shall use the services of a geotechnical firm acceptable to both parties. If the geotechnical engineer determines that the primary cause of a structural crack is due to Contractor's deficient material or workmanship, the deficient concrete pavement will be removed and replaced at Contractor's entire expense and the Contractor will also pay the City for the balance of the cost of the geotechnical investigation over and above the amount that has previously been escrowed . If the geotechnical engineer determines that the primary cause of the structural crack is not due to Contractor's deficient material or workmanship, the concrete pavement will not be removed and replaced without additional compensation to the Contractor. In turn , the Contractor's escrowed funds, as described above, will be released. Rev 12-3-09 SP-37 76. NON-PAY ITEM -CLEARING AND GRUBBING : All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102 , "Clearing and Grubbing ." However, no direct payment will be made for this item and it shall be considered incidental to this contract. 77. NON -PAY ITEM -SPRINKLING FOR DUST CONTROL : All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control " shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. 78. NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns , yards , shrubs , trees , etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work . By ordinance , the Contractor must obtain a perm it 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. 79. NON-PAY ITEM -CONCRETE COLORED SURFACE: Concrete wheelchair ramp surfaces , excluding the side slopes and curb, shall be colored with LITHOCHROME color hardener or equal. A brick red color , a dry-shake hardener manufactured by L.M. Scofield Company or equal, shall be used in accordance with manufacturers instructions. Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension , or other dimension approved by the ENGINEER, meeting the aforementioned specifications . The sample, upon approval of the ENGINEER, shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item. No direct payment will be made for this item and it shall be considered incidental to this contract. The method of application shall be by screen , sifter , sieve, or other means in order to provide for a uniform color distribution. Rev 12 -3-09 SP-38 80 . NON-PAY ITEM -PROJECT CLEAN-UP : The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the ENGINEER as the work progresses or as needed. If, in the opinion of the ENGINEER it is necessary, clean up shall be done on a daily basis . Clean up work shall include , but not be limited to : • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organ ized 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. 81. NON-PAY ITEM -PROJECT SCHEDULE: Before commencing any work under this contract, the CONTRACTOR shall submit to the OWNER a draft detailed basel ine construction schedule that meets the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Contract. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: -Primavera (Version 6 .1 or later or approved by OWNER) -Primavera Contractor (Version 6.1 or later or approved by OWNER) -Primavera SureTrak (Version 3.x or later or approved by OWNER) -Microsoft Project (Version 2003/2007 or later or approved by OWNER) It is suggested that the CONTRACTOR employ or retain the services of a qualified Project Scheduler to develop the required schedules. A qualified Project Scheduler would have the following minimum capabilities and experience. a. Experience preparing and maintaining detailed schedules, as well as 1 year of experience using approved scheduling software systems as defined in this specification . b. Knowledge of Critical Path Method of schedul ing and the ability to analyze schedules to determine duration , resource allocation, and logic issues. c. Understanding of construction work processes to the extent that a logical critical path method schedule can be developed , maintained , and progressed that accurately represents the scope of work performed. 81.(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall develop , submit and review the draft detailed baseline construction schedule with the OWNER to demonstrate the CONTRACTOR 's understanding of the contract requirements and approach for performing the work . The CONTRACTOR will prepare the final detailed baseline Rev 12-3-09 SP-39 construction schedule based on OWNER comments , if any . The CONTRACTOR 's first (1st) payment application will only be processed after the detailed baseline construction schedule has been submitted by the CONTRACTOR and accepted by the OWNER. The following guidelines shall be adhered to in preparing the baseline construction schedule. a. Milestone dates and final project completion dates shall be developed to conform to the time constraints , sequencing requirements , and completion time . b. The construction progress shall be divided into activities with time durations no greater than 20 work days . Fabrication, delivery and submittal activities are exceptions to this guideline. c. Activity durations shall be in work days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. The critical path shall be clearly shown on the construction schedule . e. Float time is defined as the amount of time between the earliest start date and the late start date using CPM. Float time is a shared and expiring resource and is not for the exclusive use or benefit of the CONTRACTOR or OWNER. f . Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall be div ided into general activities as indicated in the Schedule Guidance Document and each general activity shall be broken down into sub- activities in enough detail to achieve sub-activities of no greater than 20 days duration . The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this contract document by reference for all purposes , the same as if copies verbatim herein . For each general activity, the construction schedule shall identify all trades or subcontracts applicable to the project whose work is represented by activities that follow the guidelines of this section . For each of the trades or subcontracts applicable to the project, the construction schedule shall indicate the following : procurement , construction , pre-acceptance activities , and events in their logical sequence for equipment and materials . Include applicable activit ies and milestones such as : 1. Mi lestone for formal Notice to Proceed 2. Milestone for Final Completion or other completion dates specified in the contract documents 3. Preparation and transmittal of submittals 4. Submittal review periods 5 . Shop fabrication and delivery 6. Erection and installation 7. Transmittal of manufacturer's operation and maintenance instructions 8 . Installed equipment and material testing 9. Owner's operator instructions (if applicable) 10 . Final inspection 11. Operational testing 81(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepare and submit monthly to the OWNER for approval the updated schedule in accordance with Section 81 and 82 and the OWNER 's Schedule Guidance Document inclusive. As the Work Rev 12-3-09 SP-40 progresses , the CONTRACTOR shall enter into the schedule and record actual progress as described in the Schedule Guidance Document. The updated schedule submittal shall also include a concise narrative report that highlights the following , if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule , • Coordination issues the OWNER should be aware of or can assist with , • Other schedule-related issues that the CONTRACTOR wishes to communicate to the OWNER. a. The CONTRACTOR's monthly progress payment applications will not be accepted and processed for payment without monthly schedule updates , submitted in the time and manner required by this specification and the Schedule Guidance Document, and which accurately reflects the allowable costs due under the Contract Documents and is accepted by the OWNER. b. Only one schedule update will be required per month in accordance with the Schedule Guidance Document and this specification. c . Failure to maintain the Schedule in an accepted status may result in the OWNER withholding payment to the CONTRACTOR until the schedule is accepted. 81(c) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in the opinion of the OWNER, work accomplished falls behind that scheduled , the CONTRACTOR shall take such action as necessary to improve his progress . In addition , the OWNER may require the CONTRACTOR to submit a revised schedule demonstrating his program and proposed plan to make up lag in schedule progress and to ensure completion of the Work within the allotted Contract time. Failure of the CONTRACTOR to comply with these requirements shall be considered grounds for determination by the OWNER that the CONTRACTOR is failing to execute the Work with due diligence as will ensure completion within the time specified in the Contract. 82 . SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule for all projects shall be Tier 3 unless otherwise stated in the contract documents . The requirements for each Tier are described below. CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document provided in the Contract Documents. TIER 3 COST LOADING SPECIAL INSTRUCTIONS : 1. At a minimum, each Activity Breakdown Structure (ABS) in the scheduling software shall be cost-loaded with the total contract dollars associated with the respective ABS elements . TIER 4 COST LOADING SPECIAL INSTRUCTIONS : 1. Adhere to all Tier 3 requirements , and additionally the following : Rev 12-3-09 SP-41 2. Work (Schedule of Values Pay Items using the OWNER's standard items) shall be loaded into the scheduling software using the "NON-LABOR" resource type showing the quantity of work to be done along with the corresponding value of the work measured in dollars. It is intended that Earned Value will be calculated as the schedule resources are progressed. TIER 5 COST LOADING SPECIAL INSTRUCTIONS : 1. Adhere to all Tier 4 requirements , and additionally the following: • Labor resources (Man-Hours) shall be loaded into the scheduling software using the "LABOR" resource type with man-hours and without cost. 83 . NON-PAY ITEM -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 cons t ruction of paving projects. All costs involved with providing such written notice shall be considered subsidiary to this contract. 84 . NON -PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project, the Contractor shall , on a block by block basis , prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction . The notice shall be prepared as follows : The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead 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 817- 392-8306. All work involved with the pre-construction notification flyer shall be conside red subsidiary to the contract price and no additional compensation shall be made . 85. NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING: After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the ENGINEER. The Contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule , including construction start date , and answer Rev 12-3-09 SP-42 any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. 86. NON-PAY ITEM -WASHED ROCK: All washed rock used for embedment or backfill or as otherwise directed by the ENGINEER shall washed, crushed stone and shall meet the following gradation and abrasion: (Actual washing not required if gradation is met) Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S .T .M. Designation C-131. 87. NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE: When existing concrete or H .M.A.C. is cut, such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses. All sawing shall be subsidiary to the unit cost of the respective item. 88. NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES: The Contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the recycling process commences for a particular street. The Contractor shall attempt to include the ENGINEER (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum to two (2) working days before recycling begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the Contractor's responsibility to notify the utility companies that he has commenced work on the project. As the recycling is completed (within the same day) the Contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the Contractor shall notify the utilities of this completion and indicate that start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company AT&T TXU ATMOS Energy Dig TESS Telephone Number 817 -338-627 5 1-800-233-2133 817-215-0366 880-344-8377 Of course, under the terms of this contract, the Contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Rev 12-3-09 SP-43 Any deviation from the above procedure and allotted working days may result in the shut down of the recycling operation by the ENGINEER. The Contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. 89. NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE : The cost for making lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the respective lines. 90. NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT : The adjustment and/or relocation of sprinkler heads encountered shall be paid for under utility adjustment in the proposal section. No other compensation will be provided. 91. NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS: A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks, etc., will be required. The fees are as follows: The street permit fee is $50.00 per permit with payment due at the time of permit application. A re-inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete . Payment is due prior to the City performing re-inspection. Payment by the Contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. 92. NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE): A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the ENGINEER for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measure unless otherwise directed by the ENGINEER and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dames, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch , plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIRMENTS : The ENGINEER has the authority to define erodible earth and the authority to limit the surface are of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation , borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water course, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches , mats, seeding or other control devices or methods directed by the ENGINEER as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features Rev 12-3-09 SP-44 on the project. The ENGINEER will limit the area of preparing right-of-way , clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR 'S capability and progress in keeping the finish grading , mulching , seeding , and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the ENGINEER. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 2 . Frequent fordings of live streams will not be permitted ; therefore , temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessary. Unless otherwise approved in writing by the ENGINEER , mechanized equipment shall not be operated in live streams . 3. When work areas or material sources are located in or adjacent to live streams , such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream . Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 4. All waterways shall be cleared as soon as practicable of false work, piling , debris or other obstructions placed during construction operations that are not part of the finished work . 5. The Contractor shall take sufficient precautions to prevent pollution of streams , lakes and reservoirs with fuels, oils, bitumens , calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish . E. SUBMITTAL: Prior to the start of the applicable construction , the Contractor shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodib le-earth material to a minimum. He shall also subm it for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of waste materials. No work shall be started until the soil-erosion control schedules and methods of operations have been reviewed and approved by the ENGINEER. F. MEASUREMENT AND PAYMENT: All work , materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. 93. TRAFFIC CONTROL : Rev 12-3-09 SP-45 The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways ," codified as Article 6701 d Vernon's Civil Statutes , pertinent sections being Section Nos. 27, 29, 30 and 31. Unless otherwise included as part of the Construction documents, the Contractor shall submit a traffic control plan (duly sealed, signed and dated by a Registered Professional Engineer (P.E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the preconstruction conference. The P.E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals" on the City's Buzzsaw website . Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin in accordance with the timeframe mutually established in the 'Notice to Proceed ' issued the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 871-7738) to remove the sign. In the case of regulatory signs , the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign . If the temporary sign is not installed correctly or if it does not meet the required specifications , the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods " as determination by the City Traffic Engineer. The lump sum pay item for traffic control shall cover design, and / or installation and maintenance of the traffic control plans . Rev 12-3-09 SP-46 (To be printed on Contractor 's Letterhead) Date : ----- CityNo: __ PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for: MAPSCO LOCATION: -- LIMITS OF CONST.: -------------Estimated Duration of Construction on your Street : _ days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL < REPLACE WATER AND/OR SEWER LINES -RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF TIDS NOTICE. IF YOU HA VE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. Rev 12-3-09 SP-47 HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Operator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane , Clamshell, Backhoe, Derrick, Dragline, Shovel Operator Electrician Fla1n1:er Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Oiler Painter, Structures Pavement Marking Machine Operator Pipelayer Reinforcing Steel Setter, Pav ing Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel/Tamping Roller Operator, Steel Wheel , Plant Mix Pavement Scraper Operator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver, Lowboy-Float Truck Driver, Single Axle, Heavy Truck Driver, Single Axle, Light Truck Driver, Tandem Axle , Semi-Trailer Truck Driver, Transit-Mix Wagon Drill , Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10 .06 $13 .99 $12 .78 $11.01 $ 8.80 $14 .15 $ 9 .88 $13 .22 $12.80 $12 .85 $13 .27 $12 .00 $13 .63 $12.50 $13 .56 $14 .50 $10 .61 $14 .12 $18.12 $ 8.43 $11.63 $11.83 $13.67 $16 .30 $12 .62 $ 9.18 $10.65 $16 .97 $11.83 $11.58 $15 .20 $14 .50 $14 .98 $13 .17 $10.04 $11.04 $14 .86 $16 .29 $11.07 $10 .92 $11.28 $11.42 $12.32 $12 .33 $10 .92 $12 .60 $12.91 $12 .03 $14 .93 $11.47 $10 .91 $11.75 $12 .08 $14.00 $13.57 $10.09 Classification AC Mechanic AC Mechanic Helper Acoustical Ceilin~ Mechanic Bricklayer/Stone Mason Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Drywall Mechanic Drywall Helper Drywall Taper Drywall Taper Helper Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper Floor Laver (Resilient) Floor Layer Helper Glazier Glazier Helper Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Painter Helper Pipefitter Pipefitter Helper Plasterer Plasterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY I I I i Hrly Rate Classification $21.69 Plumber $12.00 Plumber Helper $15.24 Reinforcin~ Steel Setter $19.12 Roofer $10.10 Roofer Helper $16.23 Sheet Metal Worker $11. 91 Sheet Metal Worker Helper $13.49 Sprinkler System Installer $13.12 Sprinkler System Installer Helper $14.62 Steel Worker Structural $10 . 91 Concrete Pump Crane , Clamsheel, Backhoe, Derrick, D'Line $13 .00 Shovel $9 .00 Forklift $20 .20 Front End Loader $14.43 Truck Driver $19 .86 Welder $12.00 Welder Helper $20.00 $13.00 $18.00 $13 .00 $14.78 $11.25 $10.27 $13 .18 $16.10 $14.83 $8.00 $18.85 $12 .83 $17.25 $12.25 Hrly Rate $20.43 $14.90 $10.00 $14.00 $10.00 $16.96 $12.31 $18 .00 $9.00 $17.43 $20.50 $17. 76 $12 .63 $10.50 $14.91 $16.06 $9 .75 Compliance with and Enforcement of Prevailing Wage Laws (a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. (c) Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph ( c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. ( e) Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. (f) Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above . ~' ::J I ~ lJ I Q_ 0 Q:'. Q_ SIDEWALK WATER MAIN BEHIND CURB E1 -17 MATERIAL E2-17 CONSTRUCTION 20" 1 · 2'-6" • 1 CURB PAVEMENT MA TERIA L LIST WATER MAIN IN STREET @ STANDARD CORPORATION @ BLUE VINYL TAPE, 3" WIDE, 6" ABOV E GROUND © STANDARD CURB STOP & go · ELBOW @ AREA TO BE BACK FI LLED WITH SAND CITY OF FORT WORTH , TEXAS ONE-INCH WATER SERVICE DETAIL DATE : FEB . 2009 WTR-001A WATER MAIN IN STREET E1-17 MA TERIAL E2-17 CONSTRUCTION 2· 6" CURB I• --1 PAVEMENT © MA TERI AL LIST @ STANDARD CORPORATION @ FLARE CONNECTION TO CORPORATION © COPPER TUBING (TYPE K) @ FLARE CONNE CTION & 90" ELBOW ® ANGLE VALVE (FEMALE I.P. TO FL G.) 2 : ::> 02 1-. z t') - 2 © WATER MAIN BEHIND CURB ® BRONZE METER FLANGE © ® CD BRON ZE METER FLANGE (F LG. TO M.I.P .) BRONZE METER FLANGE HOR IZONTAL TYPE CHE CK VAL VE (FEM . I.P. TO FEM . 1.P .) EQUAL TO CRANE NO. 2 0 COMPLETE WITH PIPE PLUG Q) 10 MIL. BLUE VINYL TAPE 3" WIDE, END OF SERVICE TO 6" ABOVE GROUND . CITY OF FORT WORTH , TEXAS DATE : FEB . 2009 1-1/2 & 2-INCH WATER SERVICE DETAIL WTR-0018 NOTE: PAVEMENT OR OTHER SURFACE MATERIAL DETAIL PERTAINS TO ALL GATE VALVE SIZES 4" THRU 12" OR LARGER, AS DIRECTED. WATER MAIN E1-10 MATERIAL E2-10 CONSTRUCTION .......... · r .c., I I .J....---1... .:.-r-,-~ I I I I I I I I I CONCRETE COLLAR PER DETAIL WTR-004 ,__--tt------IF VALVE OPERATING NUT IS MORE THAN 3' BELOW PAVEMENT SURF ACE, PROVIDE EXTENSION STEM TO 1' BELOW PAVEMENT SUR FA CE. (SEE DETAIL WTR-003) •---MCKINLEY IRON AND STEEL CO., NO. YB5 THREE PIECE VA L VE BOX OR APPROVED EQUAL. ..----GATE VALVE TORQUE BOLTS PRIOR TO BACKFILL CITY OF FORT WORTH , TEXAS GATE VALVE AND BOX DATE : FEB . 2009 WTR-002 3000 P.S.I. @ 28 DAY CONCRETE WITH A.S.T.M. #5 @ 12" CTR. GRADE 60 K.S.I. RE INFORCEMENT V VALVE BOX OPENING REQUIRED FOR VALVES 3" AND LARGER INSIDE VAULT o'-9" #5 X !~" CTR.-+-,..ia•.11 2'-6" ';,a (FOR ACCESS ~ OPENING) -~---1Jli" CLEAR (TYP.) 1'-6" 1k3'1'e!±---#~~@ 12" CTR. L RE~TIO~l 1 OF FLOW 2'-6" KEYED JOINT THRUST BLOCK SYMBOLS: e -FITTINGS AND MATERIALS LIST ITEMS, (SEE SHEET N0.2) SEC TIO N 8 -8 TURBINE METER BY-PASS METER PIPE PIPE SIZE DIA . DIA . A B 3" 4" 2" 13'-0" 2'-7" 4 " 4" 2" 13'-7Jli" 3'-2Jli" 6" 6" 4" 15'-5" 4'-1Jli" 8" 8" 6" 16'-4" 4'-3" 10· 10" 6" 18'-10" 6'-3" NOTES: 1. ALL THRUST BLOCKING SHALL BE IN ACCORDANCE WITH FIGURE (9) OF THE GENERAL CONTRACT DOCUMENTS. C 2'-7" 2· -7" 3'-5}/i" 4 '-3" 4'-9" 2 . IF VALVE OPERATING NUT IS MORE THAN (3) FEET BELOW GROUND OR PAVING SURFACE, PROVIDE EXTENS IO N STEM TO ONE-FOOT BELOW GROUND OR PAVING SURFACE. 3. ACCESS OPENING CENTERED OVER METER . PIP ING DIMENSIONS D E F G H J 2'-8" 8" 2'-6" 1'-0" 1'-6" 1'-6" 2'-8" 8" 2'-5" 1'-2" 1'-6" 1'-5" 2'-8" 1'-4" 1·-2~· 2'-3.la" 1'-6" 1'-6" 2'-8" 2'-0" 11%" 2 '-618" 1'-6" 1'-6 " 2'-8" 3'-o" 6" 3'-5" 1'-8" 11.)a" 6. 6-INCH TURBINE METER IS THE MINIMUM METER SIZE WITH 6-INCH DIA. BY-PASS FOR FIRE PROTECTION. 7. ALL METERS INSTALLED TO BE COMBINATION TYPE . 8. WATER SAMPLING POINT FOR 3-INCH OR LARGER METERS. A.) H-20 LOADING-24"x40" C.I. FRAME AND 9 . WATER SAMPLING STATION-ECLIPSE NO . 88 COVER MARKED "WATER", McK INLEY (KM. OR APPROVED EQUAL. 24"x40") OR EQUAL. B.) NON H-20 LOADING 30"x36" STEEL SINGLE LEAF DOOR , BILCO TYPE J MODEL OR EQUAL. WATER SAMPLING STATION REQUIRED 8 6'-6" I ------8"• A VAU LT - PLAN 18" CONC. PIPE FOR SUMP SECTION A-A 4 . CONCRETE FINISHES SHALL BE IN ACCORDANCE WITH SECTION E2-20 OF THE GENERAL CONTRACT DOCUMENTS . 5. WRAP ALL PIPING PENETRATIONS THROUGH WALL WITH 8 MIL POLYETHYLENE . CI TY O F FOR T WORTH, T EXAS COMBINATION TURBINE METER VAULT INSTALLATION WITH BYPASS C DIRECTION 'M-lh-r=-....r1111--~ OF FLOW DATE: FEB. 2009 WTR-024 SHE ET 1 OF 2 FITTINGS AND MA TERIALS LIST 3• METER Willi 2• BYPASS CD 4-INCH X 2-INCH BRONZE TAP SA DDLE (DOUBLE STRAP) W/ COR PORATION STOP (FLARED) ® 4-INCH D.I. PIPE (C LASS 51) 0 4-IN CH GATE VALVE (MECHANI CAL JOINT /RETAIN ER GLA ND ) G) 4-INCH X 3-INCH REDUCER (MECHAN ICAL JOINT/P.E.) W/ 3-INCH D.I. FLANGED ADAPTER ® 0 (j) 3-I NCH TUR BO -METER, FLAN GE (PURCHASED BY CONTRACTOR FROM WATER DEPT.) 4-INCH X 3-INCH REDUCER (FLANGE) 4-INCH FLANGE COUPLING ADAPTER 4-INCH BR ONZE TAP SADD LE (2 -INCH TAP SIZE), 2-INCH DIA. BRASS NIPPLE (THREADED), 2-INCH BRASS GATE VALVE (THREADED) AND 2-INCH BRA SS PLUG (THREADED) ® 2 -INCH CO PPER TUBING (TYPE "K") 0 2-I NCH 90' ELBOW (FLARED) @ 2-INCH BRASS GATE VA LVE W/ (2) 2 -IN CH BRASS MALE FITTING ADAPTER (FLARED TO THREAD) @ 5.l.-lN CH C.I. VALVE BOX AND COVER (MARKED "WATER") @ 4-INCH BRONZ E TAP SADDLE (3/4-INCH TAPSIZE); 3 /4 -INCH DIA. BRA SS NIPPLE (THREAD); 3 /4-INCH BRASS GATE VALVE (THREAD) AND 3/4-INCH BRA SS PLUG (THREAD). (THIS OUTLET IS FOR WATER SAMPLE STATION ATTACHMENT AS REQUIRED) 4• METER Willi 2• BYPASS CD 4-INCH X 2-INCH BRONZE TAP SADDLE (DOUBLE STRAP) W/ CO RPORATION STOP (FLARED) ® 4 -INCH D.I. PIPE (CLASS 51) 0 4-INCH GATE VA LVE (MECHANICAL JOINT /R ETAINER GLAND ) © 4-IN CH D.I. FLANGE ADAPTER ® 4-INCH TURBO-METER, FLANGE (PURCHASED BY CONTRACTOR FROM WATER DEPT.) 0 (j) 4 -INCH FLANGE COUPLING ADAPTER 4-IN CH BRONZE TAP SADDLE (2-INCH TAP SIZE), 2-INCH DIA. BRASS NIPPLE (THREADED), 2-INCH BRASS GATE VALVE (THREADED) AND 2-IN CH BRASS PLUG (THREADED) ® 2 -INCH COPPER TUBING (TYPE "K ") 0 2-INCH 90' ELBOW (FLARED) @ 2-INCH BRAS S GATE VALVE W/ (2) 2-INCH BRA SS MALE FITTING ADAPTER (FLARED TO THREAD) @ 5~-INCH C.I. VALVE BO X AND COVER (MARKED "W ATER ") @ 4-INCH BRONZE TAP SADDLE (3/4-INC H TAP SIZE); 3 /4-INCH DIA . BRASS NIPPLE (THREAD); 3 /4-INCH BRA SS GATE VALVE (THREAD) AND 3 /4 -INCH BRASS PLUG (THREAD). (THIS OUTLET IS FOR WATER SAMPLE STATION ATTACHMENT AS REQUIRED) NOTE : A LL THREADED JOINT SHALL CONFO RM TO THE AMERICAN NATIONAL TAPER PIPE THREAD , A S A 82.1 OR FG GGG -P-351A. s• METER W]H 4• BYPASS CD 6-INCH X 6-INCH X 4-INCH D.I. TEE (MECHANICAL JO INT /RETA IN ER GLAND) ® 6-IN CH D.I. PIPE (CL ASS 51) 0 6-INCH GATE VALVE (MECHANICAL JOINT /RETAINER GLAND) © 6-INCH D.I. FLANGE ADAPTER ® 6-INCH TURBO-METER W/ STRAINER (PURCHASED BY CONTRACTOR FROM WATER DEPT.) 0 (j) 6-INCH FLANGE COUPLING ADAPTER 6-INCH BRONZE TAP SADDLE (2-INCH TAP SIZE), 2-INCH DIA . BRAS S NIPP LE (THREADED), 2-INCH BRASS GATE VALVE (THREADED) AND 2-INCH BRAS S PLUG (THREADED) ® 4 -INCH D.I. PIPE (C LASS 51) 0 4-INCH 90' BEND (MECHANICAL JOINT/RETAINER GLAND) @ 4 -INCH GATE VALVE (MECHANICAL JOINT /RETAINER GLAND) @ 5.l.-lNCH C.I. VALVE BO X AND COVE R (MAR KED "WATER") @ 6-INCH BRONZE TAP SADDLE (3/4-INCH TAP SIZE ); 3 /4-INCH DIA . BRASS NIPPLE (THREAD); 3/4-INCH BRASS GATE VALVE (THREAD) AND 3 /4-INCH BRASS PLUG (THREAD). (THIS OUTLET IS FOR WATER SAMPLE STATI ON ATTACHMENT AS REQUIRED) a• METER Willi s· BYPASS CD 8-INCH X 8-INCH x 6-INCH D.I. TEE (MECHANICAL JOINT/R ETA INER GLAND) ® 8-INCH D.I. PIPE (C LAS S 51) 0 8-INCH GATE VALVE (MECHANICAL JOINT/RETAINER GLAND) © 8-INCH D.I. FLANGE ADAPTER ® 8-INCH TURBO -METER W/ STRAINER (PURCHASED BY CONTRACTOR FROM WATER DEPT .) 0 (j) 8-INCH FLANGE COUPLING ADAPTER 8-INCH BRONZE TAP SADDLE (2-INCH TAP SIZE), 2-INCH DIA . BRASS NIPPLE (THREADED), 2 -INCH BRASS GATE VALVE (THREADED ) AND 2 -INCH BRAS S PLUG (THREADED) ® 6-INCH D.I. PIPE (CLA SS 51) 0 6-INCH 90' BEND (M ECHA NICAL JOINT/RETAINER GLAND) @ 6-INCH GATE VALVE (ME CHAN IC AL JOINT/RETAINER GLA ND) @ 5.J.-IN CH C.I. VAL VE BO X AND COVER (MAR KED "WATER") @ 8-INCH BRONZE TAP SA DDLE (3/4-INCH TAPSIZE); 3 /4 -INCH DIA . BRASS NIPPLE (THREAD); 3/4-INCH BRA SS GATE VALVE (THREAD ) AND 3/4-INCH BRASS PLUG (THREAD). (THIS OUTLET IS FOR WATER S AMPLE STATION ATTACHMENT AS REQUIRED) l o· METER W]H s· BYPASS CD 10-INCH X 10-INCH x 6-INCH D.I. TEE (MEC HANI CAL JOINT/RETAINER GLAND) ® 10 -INCH D.I. PIPE (CLASS 5 1) 0 10-INCH GAT E VAL VE (MECHANICAL JOIN T /RETAINER GLAND ) © 10-INCH D.I. FLANGE ADAPTER ® 10-INCH TURB O-METER W/ STRAINER (PURC HA SED BY CON TRA CTOR FROM WATER DEPT.) 0 (j) 10-INCH FLANGE COUPLING ADAPTER 10-INCH BRONZE TAP SAD DLE (2-INCH TAP SIZE), 2 -INCH DIA. BRASS NIPPLE (THREADED), 2-I NCH BRA SS GATE VALVE (TH REA DED) AND 2-INCH BRA SS PLU G (THREADED) ® 6-INCH D.I. PIPE (CL AS S 51) 0 6-IN CH go· BEND (MECHANICAL JOINT /RETAINER GLAND) @ 6-INCH GATE VALVE (MECHANI CAL JOIN T/RETAINER GLAND) @ 5\-INCH C.I. VA LVE BOX AND COVER (MARKED "WATER") @ 10-IN CH BRONZE TAP SAD DLE (3/4 -IN CH TAPSIZE); 3/4-INCH DIA. BRA SS NIPPLE (THREAD ); 3/4-INCH BRA SS GATE VALVE (THREAD ) AND 3/4-INC H BRASS PLUG (TH READ ). (TH IS OUTLET IS FOR WATER SAMPLE STATION ATTACHMENT AS REQUIRED) CITY O F FORT WORT H , TEXAS COMBINATION TURBINE METER VAULT INSTALLATION WITH BYPASS DA TE : FEB . 2009 WTR-024 SHEET 2 OF 2 11 }g" I ·[283mm f I Fl i I --\1 COVER SECTION 12 ~" [327mm] 74" LETTERING (RECESSED FLUSH) 11 %" 1 ~" h2s9mm(1 SJ I 9 ~ .. I ~ 12" .· [251~m j [305mm] [ 476mm] BOX SECTION _J_ %" [16mm] 18" 20" [508mm] I· 18 )'4" • I [ 464mm] ,. 16 74" .. , [ 425mm] I-21" ·I [533mm] 24" [610mm] BOX SECTION 1 ~"R [R38mm] NOTE : FORT WOR T H LO GO IS OPTIONAL. *FOR NON-PAVED AREAS ONLY. CITY OF FORT WORTH , TEXAS CLASS 'A' STANDARD PLASTIC METER BOX FOR %11 & 1" METERS DATE : FEB. 2009 WTR-026 /1 \I ll llll '""' ll ll 111n ll ]ll[ """ ll 11 } } \,) i I} a:: ~ ~" ;!I u JI lJ.J ) C) -· < ~ ) )~ i I) 3: ~ :;o ~ ~ D l " l[ llll 111f " 1111' ll lf ll • ll'n n'J!' 1 w w} Ir PLAN VIE W 26 w· [679mm] 13)',," 11 13)',," i C) )<) 11 lf Ir 1\ ~ ~ V I 15 14s" [386mm] 1 12"R [R38mm] L 18" 15 11s" [ 457mm] [392mm] Ll ----:,ii,- I / / \ ' ' _...,.___ 3" [7 6mm] t ---~4" [102mm] BOX SECTION 14" [356mm] j [337mm] II [337mm] Ir 1 %" _1_[ 44mm] NOTE: FORT WORTH LOGO IS OPTIONAL. I- rtttt/~ COVER SECTION _ji} l\o" [8mm] 30" [762mm] 27" [686mm] 1 %" [ 44mm] 25" [635mm] BOX SECTION ·1 1 12" [305mm] _l -I *FOR NON-PAVED AREAS ONLY . CITY OF FORT WORTH , TEXAS CLASS 'B' STANDARD PLASTIC METER BOX FOR 1 >'2 11 & 2" METERS DATE : FEB . 2009 WTR-027 I 1 18 %" %"_J 14 12 " [368mm] 17" [432mm] [ 467mm] [16mm] j j ~"' J 2"R [R5 1MM] PLAN VIEW COVER SECTIO N 1 114'' 16 .Y:2" [419mm] 2 Ya" --1 l-- [54mm] mo~~UJ __ r~[3,8!~] 1fo" --If-~o/,5" t [8mm] [8mm] COVER SECT ION ,~ 18 ~" ~, [479mm] _t /I V, /, L1 ri .. ; ; [38mm] / , 20 Y,," [514mm] BOX SECTION [298mm] BOX SECTION NOTE: FORT WORTH LOGO IS OPTIO NAL. *FOR NON-PAVED AREAS ON LY. CITY O F FORT WORTH , T EX A S CLASS "C" STANDARD PLASTIC METER BOX FOR 2 -%" METERS DA TE: FEB . 2009 WTR-028 8 " USE #3 BARS X 3'-2" @ 22" O.C., UNLESS CONNECTING TO PAVEMENT, THEN USE #3 BARS X 5'-3 " @ 22" O.C . 34'' CHAMFER 3'-0" 24" . ,.... A .,. A :::_j PLAN VIEW #3 BARS @ 12" O.C. (REAR FACE , REAR WALL) #3 BARS @ 18" O.C. (NEAR FACE, REAR WALL) 8"f- #4 BAR X 11'-0" NOTES : 1. DIMENSION "D" (DEPTH) FOR ALL STANDARD 10' INLETS SHALL BE 4' -0 " AT THE UPPER END AND 4'-8" AT THE OUTLET END (MEASURED FROM THE TOP OF CURB). FOR NON-STANDARD INLETS THE DEPTH WILL BE SHOWN ON THE PLANS . 2 . DIMENSION "A" SHALL BE THE GUTTER DIMENSION IN USE ON THE PROJECT. (2) #4 BARS X 15' -9" 3 . IF MANHOLE DEPTH IS OVER 5'-o", STEPS WILL BE REQU IRED AND SHALL BE CONSTRUCTED PER DRAWING SD-013. B A (SEE NOTE 2) J 4 . GUTTER CONSTRUCTION IN FRONT OF INLET (AS SHOWN) IS TO BE CONSIDERED AS PART OF SAME. 5 . ALL EXPOSED SURFACES ARE TO BE WELL FINISHED . EXCAVATION FOR INLET IS TO BE INCLUDED IN PRICE BID FOR SAME . #3 BARS @ 18" O.C. (FRONT FACE, FRONT WALL) A 1'-0" -~--~-~ VAR IES (SEE FACE OF CURB #3 BAR X 15'-9" RADIUS AND- SLOPE AS STD . CURB NOTE 2) i-.. TOP OF CURB END OF INLET TO BE NEAR CURB CORNER 7 " GRADE OF GUTTER AT INLET C/L ro 10'-0" OPENING PAY LIM IT OF INLET ELEVATION VIEW 3'-0" STD . CURB AND GUTTER -#3 BARS BENT INTO WALL (/) w ~ <( > 8 " : <O ,-.. w I- 0 0 z w w (/) ~ TOP OF GUTTER \ TOP OF CURB ? _l ro #4 BARS AT 8" 0 .C. ~ BOTH WAYS 1"x4" KEYWAY--- OR #3 L-BAR @ 3'-4 8 " O.C. IN LIEU OF KEYWAY T SECTION A-A CITY OF FORT WORTH, TEXAS STANDARD 10' STORM DRAIN INLET REVISED DATE: 11-2009 DATE: 06-2007 SD-001 RING AND COVER TO BE CONSTRUC TED OVER OUTLET ·o I N FACE OF CURB , .. (2) #3 BARS @ 6 " O.C . 3'-4" -I SECTION A-A - -- - --,-- - - - - -- -- - - - - 18" DEPRESSED _____ .....___} (SEE NOTE 3) PLAN VIEW 5'-0" lO FACE OF CURB 8 " THICK WALL AT CENTER OF DOUBLE 1 O' INLET (2) #6 BARS @ 6" O.C. ONLY IN CENTER WA LL OF DOUBLE 10' INLET 20'-8" 5 '-0" TOP OF CURB L) I I 10'-o" I 8"~ ---------- ELEVATION VIEW NOTES : 1. ONE DOUBLE 1 o · INLET SHALL CONSIST OF TWO STANDARD 1 o· REINFORCED CONCRE TE INLETS CONSTRUCTED TOGETHER AS A SINGLE UN IT WITH TH E ADJACENT ENDS OF THE TWO INLETS REMOVED AND JOINED TOGETHER SO AS TO FORM A CONTINUOUS BOX INLET HAVING A 20' -8" LENGTH OPENING . PROVIDE AN 8" CENTER WALL AS SHOWN IN SECTION A -A . 2 . SEE DRAWING NO . SD-001 FOR FIN ISHED INLET DETAILS . 3 . DIMENSION "A" SHALL MATCH GUTTER DIMENSION IN USE ON THE PROJECT. CITY OF FORT WORTH, TEXAS RECESSED DOUBLE 1 O' STORM DRAIN INLET DATE: 06-2007 SD-003 in . . v 0 I I in -v 3-#4 BARS, AS SHOWN . <Xl CITY STANDARD MANHOLE FRAME AND COVER 5'-4" PLAN VIEW BARS T #4 BARS C 6 " O.C.B .W. HOOKED AT EACH END 5-#4 x 9" BARS TO BIND BRICK TO TOP SLAB 8 " 8 " 2 W TYPICAL--j f-- TYPICAL CORNER DETAIL PLAN VIEW BARS E--~ #4 BARS @ 18" OUTSIDE FACE ~ 1. MATERIALS AND WORKMANSHIP SHALL CONFORM WITH THE REQUIREMENTS OF CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STANDARD CONCRETE MANHOLES . 2. LAYERS OF REINFORCING STEEL NEAREST THE INTERIOR AND EXTERIOR SURF ACE SHALL HA VE A COVER OF 2" TO THE CENTER OF BARS, UNLESS OTHERWISE NOTED . 3 . EXCAVATION FOR MANHOLE TO BE INCLUDED IN THE UNITS PRICE BID FOR MANHOLE . ---BARS C ~---.--1--~ #4 BARS@ 18" INSIDE FACE MORTAR COVER ONE OR MORE COURSES 2 W VITRIFIED BRICK C.I. MANHOLE STEPS BARS F-#4 AT 12 "-12" SPREAD BARS AT 18" STAGGERED (REINF . ~~~_J_ 8 ~.-(!!T!....YP_.) __ -~--i.-1-J~A.r ~_, Ir~ T 18" MAX. J BARS T-#4 BARS @ 6 " O.C.B .W. t!:! 0 z BARS D ------1.J..4'.J+.,_-....1+-.-1----J'--l--l-....LJ.L-'- #4 BARS@ 18" ~~-----,~ ............ ~~ PLASTIC STEPS MA Y BE USED) TOP OF PIPE #4 BARS @ ---1"x4" KEY OR #4 BARS 8 " O.C.B.W . @ 8" C-C IN LIEU OF ~ KEYWAY SECTION B-B VERTICAL BARS #4 BARS AT 18" (IF WALL HEIGHT IS OVER 6' USE STEEL REBAR SPACERS) w w l/l OUTSIDE FACE SLOPE 3.f1" TO DRAIN .__,,_.___,._. ____ #4 DOWELS 0 NOTE : DEPTH "D" SHALL BE SHOWN ON STORM DRAIN PLAN AND PROFILE SHEETS . SECTION A-A CITY OF FORT WORTH, TEXAS STANDARD 4' SQUARE MANHOLE 18" ALL AROUND EXCEPT IN WAY OF PIPE NOTE : SLOPE INVERT OF M.H. AS INDICATED ON PLAN & PROFILE SHEET . DATE: 06-2007 SD-006 ;,. b I I t0 in 3-/14 BARS, AS SHOWN ~--A PLAN VIEW BARS T /15 BARS 0 8 " O.C.B.W. HOOKED AT EACH END B" 2 W TYPICAL-j 1--- TYP I CAL CORNER DETAIL PLAN VIEW ~ 1. MATERIALS AND WORKMANSHIP SHALL CONFORM WITH THE REQUIREMENTS OF CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STANDARD CONCRETE MANHOLES . 2 . LAYERS OF REINFORCING STEEL NEAREST THE INTERIOR AND EXTERIOR SURF ACE SHALL HA VE A COVER OF 2" TO THE CENTER OF BARS, UNLESS OTHERWISE NOTED . 3 . EXCAVATION FOR MANHOLE TO BE INCLUDED IN THE UNITS PRICE BID FOR MANHOLE. CITY STANDARD MANHOLE FRAME AND COVER 5 -/14 x 9" BARS ---BARS C TO BIND BRICK TO TOP SLAB BARS E--- /14 BARS C 18" OUTSIDE FACE ---'-+----I----/14 BARS O 18" MORT AR COVER ONE OR MORE C.I. MANHOLE STEPS COURSES 2 W AT 12 " -12" SPREAD VITRIFIED BRICK STAGGERED (REINF . BARS F-/14 PLASTIC STEPS MAY L-~B~AR~S~A:.!_TJ1~B::_" --~~T'"'1 BE USED) TOP OF PIPE #5 BARS O -1"x4" KEY OR #4 BARS 0 B" O.C.B.W. B" C-C IN LIEU OF KEYWAY SECTION B-B INSIDE FACE BARS C /14 BARS O 18" INSIDE FACE #5 BARS @ B" O.C.B.W. BARS D .J...U...1...1....-'---'-''-----'----~~4..._+-11.U..-1-1---BARS B /14 BARS O 18 " /14 BARS O 9 " ~ 0 z OUTSIDE FACE INSIDE FACE VERTICAL BARS #4 BARS AT 1 B" (IF WALL HEIGHT IS OVER 6' USE STEEL REBAR SPACERS) SLOPE 3i" TO DRAIN u.J u.J V) 11~--l....---!....-+-++.t-+---+--/14 DOWELS 0 NOTE: DEPTH "D" SHALL BE SHOWN ON STORM DRAIN PLAN AND PROFILE SHEETS . SECTION A-A CITY OF FORT WORTH, TEXAS STANDARD 5' SQUARE MANHOLE 1 B" ALL AROUND EXCEPT IN WAY OF PIPE NOTE : SLOPE INVERT OF M.H. AS INDICATED ON PLAN & PROFILE SHEET. DATE: 06-2007 SD-007 1/4 I.D . (LARGE PIPE) 1/8 CIRCUMFERENCE (TYP .) _..___,,-t--1/4 I.D. (LARGE PIPE) O.D . (LARGE PIPE) + 1'-0" • • ......... • a.: <.O >-I- '-' 3 " (TYP .) ......... w a.. a.. wo c., I 0::: • <( ~ -:::-+ ci 0 #3 BARS BENT 1· AS SHOWN • ci 0 #3 BARS @ 14" O.C. (CIRCUMFERENTIAL) 1'-6" g" g" SECTION A-A CITY OF FORT WORTH, TEXAS REINFORCED CONCRETE COLLAR -1 I- I I I DATE: 06-2007 SD-011 MANHOLE FRAME & COVER SHOWN, (NEENAH R-1688 OR EQUAL 280 LBS.) FOR INLET, COVER MAY BE 20" (NEENAH R-1737 OR EQUAL, 185 LBS .) PLAN OF FRAME 25 34" ,, .. 1------2_4" ____ _ 2" J_ 3" 3 , .. I """ 1 4=3~='4 .. "'"- 1 ----2-2-~-.. _..J......_ _ ___.t: 1 =4=34= .. 1 74 :: • . • 32" • . • :: SECTION C-C 14" CORRUGATION CITY OF FORT WORTH, TEXAS STANDARD CAST IRON FRAME & COVER DATE: 06-2007 SD-012 A L <.D NOTE : AL TERNA TE DESIGNS MAY BE SUBMITTED FOR APPROVAL BY THE ENGINEER . 6" SECTION A-A 12" 5 ~ .. 1,f' <.D 3 W 7" ------J,('' i----------~ 1-s" ]_ 1 1'\ 1 PLAN VIEW CITY OF FORT WORTH, TEXAS CAST IRON MANHOLE STEPS A J DATE : 06-2007 SD-013 I 0 s I i I 1_ i -I T 6" #4 BAR (SEE NOTE) 3" SEE REINFORCEMENT FOR CONCRETE PLUG I I j L_ T = LENGTH OF PIPE GROOVE -~ REINFORCEMENT FOR CONCRETE PLUG PIPE SIZE REINFORCED DISTANCE s BAR c-c 18"-33" #2 12" BOTH WAYS 1/2 T 36"-54" #3 12" BOTH WAYS 1/3 T 60"-84" #4 12" BOTH WAYS 1/4 T NOTE: STEEL HANDLE FOR REINFORCED CONCRETE PIPE PLUG SHALL BE LOCATED 1/4 I.D. ABOVE CENTER POINT OF PLUG . TWO STEEL HANDLES WILL BE REQUIRED ON PLUGS OF 36" PIPES OR LARGER AND SHALL BE PLACED 1/4 I.D. APART AND 1/4 I.D. ABOVE CENTER OF PLUG . CITY OF FORT WORTH, TEXAS REINFORCED CONCRETE PIPE PLUG DATE: 06-2007 SD-014 Texas Universal Triangular Slipbase System SLIP BASE CONCRETE FOUNDATION DETAIL Bolt Keeper Plato 5/8" structural bolts (3), nuts (3), and washers (6) por ASTM A325 or A449 and galvanized per Item 445 "Galvanizing.· Bolt length is 2 1/2" for new lI]J Post 10 BWG Tubing (See General Note 1) Sl i p Base Casting Ins tallation and _.... ~ 4" if lifting -----"\ Lil1ing Spacer spacer is used . "'' ,,, C%, (used, only when f-?J ig~ ~ retroritllng SLI p BASE \'i I r I Old sy~tom ---1 stub wrth ... ;." Stub ~.:::.·.·:\.:: 3/4 • di~meter hole. -----1 If required In the plans. provide a 7" x 1/2' diameter galvanized rod : .".: .. ... ·. 1.\, .. ·.·,,..·.· ·.: .. _ ...... ' ... .... ,, . .. .. .. .. ... -. ·_ ........ : . : lifting ramp) 36" or #4 rcbar. .. ....... .... _ ..... 42 " ,. :.: ... · ... ·.· .. :. :· .. , ........... .. . . ·.,: ..... ~. NorHeinforced ~.'. ·.':; ·.-·_:;.: ·:-\ _L Concrete Footing . '.· .' .·: ', :.". : .' · • (shall be used , • . ' •. , • i .',.-· ·, · ,' .; ·,.' · unless noted , ' .", • : : · :. ·-: . -; ·, · -: : el sewhere in the ~-" .. ·: · .... : • . ·. '. ·., : ". plans). Foundation , , . .' ',•\: , -• .',.'.":: . • • '. ·, · should tako approx. • ·' · , : · · ··,' · · 2.5 cf of concrete. ·. : • · _.. · •.· · ·: .',·_: ·. : •. ~; . . .... ' ... · . . .... ~ : : . · .. : ....... : ' ........................... i-----12" Dia Post Detail E GENERAL NOTE : ---l ......_ Bottom of post should not extend beyond bottom of collar. 1. Materi al used as post with th i s system shall conform to the following specifications : 10 BWG Tubing (2.875" outside diameter) 0.134" nominal wall thicKnoss SeamleH or electric-res istance welded steel tubing or pipe Stul shall bo HS LAS Gr 55 per ASTM A 1011 or ASTM A 1008 Othor stools may be used if they meet the followi ng : 55 ,000 PSI minimum yield strength 70,000 PSI minimum tensile strength 20% minimum elongation in 2' Walt th i ckness (uncoated) shall be w i1h l n tho range ol0.1 22 " to 0 .138' Outs ide diameter (uncoated) shall be within the rang e of 2 .867' to 2.883" Galvani;:ation per ASTM A123 or ASTM A653 G210 . For pre coated steel lubing (ASTM A653), recoa t tube outs ide d iameter wold seam by me1allizing with zinc wire par ASTM 8833. SLIP BASE CONCRETE SURFACE MOUNT DETAIL SLIP BASE \ r-6'min -1 to edge 1 or joint {l:::'.:<1/:\:]\: ::'./1t \ •. -.' ~ ·~~~~ ~i~~~:e:·~:nc 0 r~to ·:~~~~:-, 8 places (embed a minimum of 5 112' and torque to min . of 50 ft-lbs). Anchor may be oxpans l on or adhesive type . Concrete anchor consists of 5/8" diameter stud bolt with LINC series bolt threads on the upper end. Heavy hex nut per ASTM A563, and hardened washer per ASTM F436 . The stud bolt shall have minimum yield and ultima1e tensile strengths of 50 and 75 KSI, respectively . Nuts, bolts and washOrs shall be galvanized per Item 445 , "Galvaniz- ing .• Top of bolt shall extend at lea ot flu oh wi th top of tho out when Installed. The anchor. when installed in 4000 psi normal - weight concrete with a 5 1/2" minimum embedment , shall have a minimum allowable tension and shear of 3900 and 3100 ps i , respectively . Adhesi ve type anchors shall have stud bolts ins talled with Typo Ill epoxy per DMS-6100, 'Epoxies and Adhesives." Adhes ive anchors may be loaded after adequate epoxy cu re time, pe r the manufacture r's re comm an datloM. DE PT O F TR A N S P ORTAT IO N AN D P UBLI C WORKS 'O RT WORTH TRAFFIC SERVICES DIVI S ION SIGN POST CONCRETE BASE DETAIL DRAWN BY : JOE T. RADENZ DATE :7-10-08 APPROVED DV : MARK MATHIS DAT E: 7 -1 6 -08 .... ··~·--·-~· -··-~·' .. DRAWING No.: 34 18 SH EET No . I OF 1 4 ' -O" mPMS 288 (Blue) r-PMS 725 (Brown) \ \ \ 2" \\ \ f-t- \ , ' I I ------'~------....------------L Citj\of Fo~t Worth ORT\Vi , RTH Pr.oi.e _ct N.qrne This proj ect is funded by the City of Fort Worth (2007 Critical Capital Program) and Tarrant Coun t y Commiss ioners Court (2006 Tarran t Coun ty Bond Program)- Contractor: - Contractors Name __ -+- Scheduled Completion Date Year _______ --+- Questions on this project , call 817-871 -8306 (f eekdays 7 :30 a.m . -4 :30 p.m .) I , \ _ _PMS 288 (Blue) ''--White on all Body Text ..... ~----------4' -0 "---------+-1 Fonts Used City of Fort Worth (Cheltenham Bold Italic) Project Block of text (Arial Bold) ~ ' 1.25" ~ .75" -0) co ·~ 1.75" ' ~ (,.) ~ ..... ~ (,.) I\) ~ ..... ~ ~ U'I 4 .25 " 1" 1" 2" •If SECTION 6 -CONTRACTS, BONDS AND INSURANCE 6.1 CERTIFICATE OF INSURANCE 6.2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 6.3 CONFLICT OF INTEREST QUESTIONNAIRE 6.4 PERFORMANCE BOND 6.5 PAYMENT BOND 6.6 MAINTENANCE BOND 6.7 CITY OF FORT WORTH CONTRACT PERFORMANCE BOND 2306959 THE ST A TE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we (1) Jackson Construction, Ltd. as Principal herein, and (2) Independence* • a corporation organized under the laws of the State of (3) TX / CA , and who is authorized to issue surety bonds in the State of Texas, Surety herein , are held and firmly bound unto th e City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties , Texas, Obligee herein , in the sum of: Three Million Forty-one Thousand Seven Hundred Sixty-one and 10/100 ............................................................ .. ($3,041,761.10) Dollars for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns , jointly and severally, firmly by these presents . WHEREAS, Principal has entered into a certain contract with the Obligee dated the 18th of May, 2010 a copy of which is attached hereto and made a p art hereof, for the construction of: Paving and Drainage Improvements on Dirks Road from Bryant Irvin Road to the Western Limit of the Future Southwest Parkway (Council District 3) NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void ; otherwise, to remain in full force and effect. *Casualty and Surety Company and Insurance Company of the West PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute , to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 181h of May, 2010. ATTEbf~ (Principal) Secretary (SEAL) 5112 Sun Valley DR., Fort Worth,,TX 76119 ~~\ Jackson Construction, Ltd. PRIN~IP L (4) BY,c ~-~H.aj son TWefresid nt o l Partners, Inc. General Partner 5112 Sun Valley Dr. Fort Worth, TX 76119 (Address) Independence ~asuaity ,ety Company* (Surety)Secrear 15305 North Dallas Parkway, #1100, Addison, J!OOl (Address) (SEAL) ~.0M u~ ~ essas to Surety J 15305 North Dallas Parkway, (Address) f/1100, Addison, TX 75001 NOTE: Date of Bond must not be prior to date of Contract (1) Correct Name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telephone number of surety must be stated . In addition, an original copy of Power of Attorney shall be .attached to Bond by Attorney-in-Fact. The date of bond shall not be prior to date of Contract. ~ and Insurance Company of the West No. 0004782 ICWGROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint JACK M. CROWLEY, PATRICIA A. SMITH, JOBETH WELLS their true and lawful Attorney(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January, 2008. J'~vt?g'~ Jeffrey D. Sweeney, Assistant Secretary State of California } ss . County of San Diego INSURANCE COMP ANY OF THE WEST EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY J . Douglas Browne, Senior Vice President On May 21, 2009 , before me, JoAnn Pache, Notary Public, personally appeared J. Douglas Browne and Jeffrey D. Sweeney, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. I ___ I , r 1 • a ____ • n r _ 1 •_ ., e JOANN PACHE Y -MOTA_._-.--~_-·_* __ 1 ___ -_, .-. f1 8 SAN OEGO COUNlY 9 I My CommlNIGn &plrea _ APRIL 30. 2013 · z 2 a _ e e e rn e e e . a . cJ JoAnn Pache, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies : "RESOLVED : That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attorney(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings , and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER : That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures ; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying ." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked , and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force . IN WITNESS WHEREOF, I have set my hand this 18th day of May , 2010 c)~vt?,8-0 Jeffrey D. Sweeney, Assistant Secretary To verify the authefitietfy"bf this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division . Please refer to the Power of:Attomey Number, the above named individual(s) and details of the bond to which the power is attached . For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real , San Diego, CA 92130-2045 or call (858) 350-2400. � * L ■ 1 ■� � 1 1 � � � ! � ■ 1 � � ■ } ' � I THE STATE OF TEXAS COUNTY OF TARRANT § § § PAYMENT BOND f/2306959 KNOW ALL BY THESE PRESENTS : That we , (I) Jackson Construction, Ltd., as Principal herein, and (2) Independence Casualty* ___ , a corporation organized and existing under the laws of the State of (3) TX / CA , as surety, are held and finnly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas , Obligee herein, in the amount of Three Million Forty-one Thousand Seven Hundred Sixty-one and 10/100 ........................................................................ Dollars ($3,041,761.10) for the payment whereof, the said Principal and Surety bind themselves and their heirs , executors, administrators, successors and as s igns , jointly and severally, finnly by these presents : WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 18th day of May , 201 O, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length , for the following project: Paving and Drainage Improvements on Dirks Road from Bryant Irvin Road to the Western Limit of the Future Southwest Parkway (Council District 3) NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH , that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253 , Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void ; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code , as amended , and all liabilities on this bond shall be detennined in accordance with the provisions of said statute , to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 18th day of, May, 2010. *and Surety Company and Insurance Company of the West Jackson Construction, Ltd. PRI~ By ~up~ Name: Larry H. Jackson Title: President of JCI Partners, Inc. (SE AL) ~ General Partner Address: 5112 Sun Valley Dr. Fort Worth, TX 76119 Independence Casualty and Surety Company Company of West ~' . m, cretary Name: Jack M. Crowley Attorney in Fact (SE AL) Address :15305 North Dallas Parkway, #110( \A~ f1A.L;:--;, Witness as to Surety Addison, TX 75001 Telephone Number: 972-715-6232 NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety . State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. No. 0004782 ICWGROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under th e laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint JACK M. CROWLEY, PATRICIA A. SMITH, JOBETH WELLS their true and lawful Attorney(s )-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January, 2008. Jeffrey D. Sweeney, Assistant Secretary State of California } ss. County of San Diego INSURANCE COMP ANY OF THE WEST EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY J. Douglas Browne, Senior Vice President On May 21, 2009 , before me, JoAnn Pache, Notary Public , personally appeared J . Douglas Browne and Jeffrey D. Sweeney, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State ofCalifomia that the foregoing paragraph is true and correct. Witness my hand and official seal. I _e r 1 I 1 , • • • .. •. .· r _ 1 , .. , • JOANN PACHE ... . COMM.. IM. #1846804. · . · ·. . MGTAJW~ H '.~ DEGOCOUNTV B I My~~J . ~~~ .. ~~ s:s cue ooze a .c JoAnn Pache, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the res pecti ve Boards of Directors of each of the Companies: "RESOLVED : That the President, an Executive or Senior Vice President of the Company , together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attorney(s)-in-Fact to date, execute, sign , sea l, and deliver on behalf of the Company, fidelity and surety bonds , undertakings , and other similar contracts of suretyship , and any related documents . RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures ; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed . The facsimile representations referred to herein may be afflXed by stamping, printing, typing, or photocopying .• CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force . IN WITNESS WHEREOF, !have set my hand this 18th day of May 2010 Jh.,/18~ Jeffrey D. Sweeney, Assistant Secretary To verify the authei!tiettybfthis Power of Attorney you may call 1-800-877-11 l I and ask for the Surety Division. Please refer to the Power of.Attorney Number, the above named individual(s) and details of the bond to which the power is attached . For information or filing claims, please contact Surety Claims, !CW Group , 11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. MAINTENANCE BOND 1/2 306959 THE ST A TE OF TEXAS § COUNTY OF TARRANT § That Jackson Construction, Ltd. ("Contractor"), as principal , and Independence Casualty* __ _. a corporation organized under the laws of the State of TX / CA , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas , ("City") in Tarrant County , Texas , the sum of Three Million Forty-one Thousand Seven Hundred Sixty-one and 10/100 ......................................................................................................................................... Dollars ($3,041,761.10), lawful money of the United States , for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves , their heirs, executors, administrators, assigns and successors, jointly and severally . This obligation is conditioned , however, that: WHEREAS , said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the 18th of May , 2010 , a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements : Paving and Drainage Improvements on Dirks Road from Bryant Irvin Road to the Western Limit of the Future Southwest Parkway (Council District 3) the same being referred to herein and in said contract as the Work and being designated as project number(s) C295-541200-203230076883 and said contract , including all of the specifications, conditions , addenda , change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and , WHEREAS, in said Contract , Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City ; and WHEREAS , said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period , if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, *and Surety Company and Insurance Company of the West WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided . NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted . IN WITNESS WHEREOF , this instrument is executed in z counterparts, each of which shall be deemed an original, this 18th day of May, A.D .2010. ATTEST : (SE AL) ATT (SE AL) \A~ Ru,),tr= Secretary Jackson Construction, Ltd. Contractor Name: Larry H. Jackson Title : President of JCI Partners I Inc. General Partner Independence Casualty and Surety Company and Insurance Company of the West Surety By:. ___ +=--~----.L..--- Name :_-Lo..u:u..A-.u....--'-'-.1..U.l"-'--"~----- Title: Attorney in Fact Address 15305 North Dallas Parkway, #1100 Addison, TX 75001 No. 0004782 ICWGROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas , (collectively referred to as the "Companies"), do hereby appoint JACK M. CROWLEY, PATRICIA A . SMITH, JOBETH WELLS their true and lawful Attorney(s )-in-Fact with authority to date, execute, sign , seal , and deliver on behalf of the Companies , fidelity and surety bonds , undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its dul y authorized officers this 2nd day of January, 2008 . Jeffrey D. Sweeney, Assistant Secretary State of California } ss. County of San Diego INSURANCE COMPANY OF THE WEST EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY J . Douglas Browne, Senior Vice President On May 21 , 2009 , before me , JoAnn Pache, Notary Public , personally appeared J . Douglas Browne and Jeffrey D. Sweeney, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are sub scribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities , and that by their signatures on the instrument, the ent ity upon beha lf of which th e persons acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Ca lifornia that the foregoing paragraph is true and correct. Witness my hand and official sea l. I T I •. •. I T ••• •. . . .• ..... , • JOANN PACHE .. -~· #1846tlp4 .. H.. ·-.,~.~ ... · COUNTY B I MyeommfMlon r . . ·~ 30 "VH· . : N'"ntlo t 4,V' . S .. CSU ¥¥4¥ .J OJ JoAnn Pache , Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following re solutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice Pres ident of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attorney(s)-in-Fact to date, execute, sign , seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakin gs, and other similar contracts of suretyshi p, and any related documents . RESOLVED FURTHER : That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures ; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals , and such facsimile representations shall have the same force and effect as if manually affixed . The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked , and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this 18th day of __ __,M""'a.,..y,___ ____ _,, 2 0 10 c)-?fy.t?,,#~ Jeffrey D. Sweeney, Assistant Secretary To verify the autherttiettybf this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of-Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims , please contact Surety Claims , ICW Group, 11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. THE STATE OF TEXAS COUNTY OFT ARRANT CITY OF FORT WORTH. TEXAS CONTRACT KNOW ALL BY THESE PRESENTS This agreement made and entered into this the 18th day of May A.O., 2010, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.O . 1924 , under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city, and the City of Fort Worth being hereinafter termed Owner, Jackson Construction, Ltd., HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows : I. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Paving and Drainage Improvements on Dirks Road from Bryant Irvin Road to the Western Limit of the Future Southwest Parkway {Council District 3) 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein . 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten ( 10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4 . The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the ins eGt km na-a~~ OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 400 calendar days . If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $630 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City 's engineer and architect, and their personnel at the project site for Contractor's sole negligence . In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss , property damage, personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner. its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage , loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety performance of the terms and stipulations of the Contract and for the payment to CITY SECRETARY FT. WORTH, TX and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Texas Government Code Section 2253 , as amended, in the form included in the Contract Documents, and such bonds shall be for 100 percent ( 100%) of the total contract price, and said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth . 8. Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom , the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Pay ment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be Three Million Forty-one Thousand Seven Hundred Sixty-one and 10/100 ................................................................................................................... Dollars, ($3,041,761.10). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth , Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein . 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in 1 counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in 1 counterparts with its corporate seal attached. Done in Fort Worth, Tex as, this the 18th day of May, A.D., 2010. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX APPROVAL RECOMMENDED: «<J.LLy?~ WILLIAM A. vEST,P.E. DIRECTOR, DEPARTMENT OF TRANSPORTATION/PUBLIC WORKS ATTEST : Jackson Construction, Ltd. 5112 Sun Valley Dr. Fort Worth, TX 76119 CONTRACTOR BY:brH~ President of JCI Partners , Inc .• General Partner TITLE 5 \ \ d. $.J.Y) \] 0 \ \ey ~\ ()e, \=--\-. lU)r~ J\)G 7 b \ l 9 ADDRESS November 1960 Revised May 1986 Revised September 1992 Revised March 2006 CITY OF FORT WORTH FERNANDO COST A , ASST CITY MANAGER APPROVED AS TO FORM AND LEGALITY: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX :PESCfUPTIONS ,(Continuec;f from Page 4) Additional Insured as required by written contract. Waiver of Subrogation applies in favor of The City of Fort Worth. AMS 25.3 (2001/08) 3 of 3 #S272682/M272187 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C .A. Labor Code §406 .96 (2000), as amended, Contractor certifies that it provides workers' compensation i nsurance coverage for all of its employees employed on City of Fort Worth Project No. C295-541200-203230076883. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR Jackson Construction, Ltd. sk~ Name ~n~i~ Title : Inc . Gene ra l Partne r Date: 5J~JJO I~ the undersigned authority, on this day personally appeared '-'!!::!...!....µ....l....:.....:.!..!i..2::::::::~~;;·L""...J, known to me to be the person whose name is subscribed to the fore oing instrument, and acknowledged to me that he executed the same as the act and deed of Jackson Construction, Ltd. for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this ~~ay of ......... __ ,.......__, 20 IO . SECTION 7 -PERMITS � � � � r +w � � 1 ; ,, _ , � � , .. ., � � � ���` � , � � � � � � �� ..� � SECTION 8 -EASEMENT 8.1 PATE -RIGHT-OF-WAY ACQUISITION 8.2 UNITED STATES POSTAL SERVICE-RIGHT OF-WAY ACQUISITION 8.3 PATE -PERMANENT DRAINAGE EASEMENT 8.4 PATE -TEMPORARY CONSTRUCTION EASEMENT 8.5 UNITED STATES POSTAL SERVICE -TEMPORARY CONSTRUCTION EASEMENT PARCEL NO. 1-PTt RIGHT-OF-WAY ACQUISITION CITY OF FORT WORTH DIRKS ROAD PROJECT J. F. HEATH SURVEY, ABSTRACT NO. 641 EXHIBIT "A" Being a 5.498 acre tract of land situated in the J. F. Heath Survey, Abstract No . 641. City of Fort Worth, Tarrant County, Texas , and being a portion of two tracts of land described as Tract No . 1 and Tract No. 2 deeded to A. M. Pate, Jr. as recorded in Volume 6691, Page 475 of the Deed Records of Tarrant County, Texas, said 5.498 acre tract of land being more particularly described by metes and bounds as follows : BEGINNING at a survey nail with washer stamped "GORRONDONA" set for the northwest comer of said Tract No. l, said survey nail with washer stamped "GORRONDONA being in Dirks Road (C.R. 1043), a variable width right-of-way; THENCE South 88 degrees 06 minutes 35 seconds East, with the north line of said Tract No. and with said Dirks Road , passing at a distance of 2508.98 feet a survey nail with washer stamped "GORRONDONA" set for the northeast comer of said Tract No. I and for the northwest corner of said Tract No . 2, in all, a distance of 3698.24 feet to a survey nail with washer stamped "GORRONDONA" set for comer; THENCE South 01 degrees 53 minutes 25 seconds West, a distance of 65.00 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA" set for corner in the proposed south right-of-way line of said Dirks Road; THENCE North 88 degrees 06 minutes 35 seconds West, with the proposed south right-of-way line of said Dirks Road, a distanc..-e of 3671.39 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA" set for comer in the west line of said Tract No. 1, said 5/8 inch iron rod with cap stamped "GORRONDONA" being in the east line of a tract of land described as Tract #1 deeded to S. W . Richardson as recorded in Volume 1846, Page 549 of said Deed Records of Tarrant County, Texas; THENCE North 20 degrees 33 minutes 15 seconds West, with the west line of said Tract No. 1 and with the east line of said Tract #I, passing at a distance of 41.75 feet a fence comer found in the existing south right-of-way line of said Dirks Road, and passing at a distance of 46.43 feet a point for the northeast comer of said Tract #1, said point being in the existing south right-of-way line of said Dirks Road, in all, a di stance of 70.33 feet to the POINT OF BEGINNING , and containing 239,513 square feet or 5.498 acres of land, more or less. Approximately 81,473 square feet or 1.870 acres lies within the existing right-of-way of Dirks Road . Page I of 2 WR RON DONA & ,\SSOCJA'ITS . INC. 6707 BREN1W00D ST AIR RD . SUITE 50 FORT WORTH . TEX ,\S 76 112 817 -496-1424 FAX 8 17 -496-1768 PARCEL NO. 1-Yfl RIGHT-OF -WAY ACQUISITION CITY OF FORT WORTH DIRKS ROAD PROJECT J. F. HEATH SURVEY, ABSTRACT NO. 641 Notes: (I) A plat of even survey date herewith accompanie s this legal de scription . (2) All bearings are referenced to the project control for State Highway 121 . All bearings and di stances are surface. Date: September 12 , 2008 \~ 8 17 --196 -1424 FAX 8 17-4%-176S TRACT #1 S. W. RICHAR DSON VOLU ME 1846, PAGE 549 D.R.T .C.T. J. F. HEATH SURVEY ABSTRACT NO. 641 NOTES: (1) A LEGAL DESCRIPTION Of EVEN SURVEY DATE HEREWITH ACCOMPANIES THIS PLAT . (2) BEARINGS AR E REFEREN CED TO THE PROJECT CONTROL FOR STATE HIGHWAY 121. BEARINGS ANO DISTANCES SHOWN ARE SURFACE . 100 I EXHIBIT 22 35 50 0 100 I I I SCALE IN FEET "B" 37 36 EXISTINC RIGHT--ClF.:.._WAY B~ BRIERCLIFF ESTATES CABINET A, SLIDE 4 785 P.R .T.C.T . 51 TRACT NO. 1 TRACT NO . 2 A. M. PATE , JR. VOLUME 6691. PAGE 475 O.R.T.C.T. 52 City or Fort Worth DIRKS ROAD PROJECT 1000 THROCKMORTON STREET • FORT WORlH , TEXAS 76102 PARC L NO . 1 -P 1 TPW No. 0076 OWNER ; A. M. PATE, JR. DAIT : 9-12-2008 PAGE 1 Of 5 SURVEY ; J . F. HEATH SURVEY, ABSTRACT NO. 641 JOB NO . 0704-1977 SCALE: 1• = 100' LOCATION: CITY OF FORT WORTH TARRANT COUNTY TEXAS CHK BY: CS DRAWN BY : RK RIGHT -OF-WAY AC UISITION AREA : 239 513 S .FT. OR 5 .498 ACRES CADD FILE : 1977 Exhibits .dw GORRONOONA & ASSOCIATES. INC . 6707 BRENTWOOD STAIR ROAD, SUIIT 50 FORT WORTH , TX . 76112 817-496-1424 FAX 817-496-1768 R I BLOCK 2 EXHIBIT BRIERCLIFF ESTATES) I CABI NET B. SLIDE 2272 1- P.R .T.C.T . Z Z C) I ~ I 2 ~>~ >-a: 0 a: -a: al NOTES : I RIG~WAY J. F. HEATH SURVEY ABSTRACT NO. 641 ( 1) A LEGAL DESCRIPTION OF EVEN SURVEY DATE HEREWITH ACCOMPANIES TH IS PLAT. (2) BEAR INGS AR E REFERENCED TO THE PROJECT CONTROL FOR STATE HIGHWAY 121 . BEARINGS AND DI STANCES SHOWN ARE SURFACE. / / PARCEL NO. AREA 5 .498 ACRES (2J9,51J SQ .FT.) TRACT NO. 1 TRACT NO. 2 A. M. PATE, JR. VOLUME 6691, PAGE 475 D.R.T,C.T. "B" 100 I 50 0 ' ! PORTION OF LOT 1, BLOCK 1 RALL RANCH ADDITION 5.812 ACRES (BY DEED) UNI TED STATES POSTAL SERVICE VOLUME 13576, PAGE 2 68 D.R.T.C.T. 100 I ·;_:.-:· -~~,... SCALE IN FEET . ~--,~~,.fu ;;/. -~t<:-.Q~ le,·-~~ f2JTW01m1 c·t r Fi t w th A 0 ~~~)$T[9.:.-1.11\ a-i,;m ~ 0 ~· _· Ti' ~ 0 ,· ;,;,·r.-----' __ r_oo_TH_R'r?l'iiKMMO"l'FRT-:ON:,;,,S.-TRrn'EETrno-:•;,=:F;::;~=-r-T l'l'l'WO~RTH'!'l'l:,':T'T_EX_As_1?_10_2 -,r~m-T~~D'l"'l/;-:_n_/(,_5_J_:_c_ 0 _f_n_-,J.--l<f'w...•. ,0f_~r~1~:·1-0} PARCEL NO . 1-PT1 I RIGHT-OF-WAY ACCQUISITION TPW No. J076B ),_VJ < · ·u ~,-. a-0:c-W,-,=N,-::E:R-:-: _A..,.. _M-=-. -:P-,,:A:-:T,::Ec.-:, ,...J-=R.,..,. ,::.,..,=-=-~==-:-=:-:-:-::--::-:-:--------------+-D-A_TE_: _9_-_12_-_2_00_8_--+_P_A_GE_2_0..,F,...5_---,--t \ ~~;'~tt;(J :i)! · · ()~ 1' \ SURVEY: J. F. HEATH SURVEY, ABSTRACT NO. 641 JOB NO . 07D4-1977 SCALE : 1· ~ 100· ~ RICHARD •• 'd:7 a--L.,..0....,,C_A,,,T_IO....,,N....,,:,--C...,1TY-,---O..,,.F..,,..,..,F..,..,O,..,,RT=W.,...,O......,...RT,,.H""',,_TA..,,.R.,,,RA.,,....,,N,...,T....,,...,C-=O....,,U..,N=TY=-.....,,.,·T.,..E..,XA=-S..,..,,.,,__-==-=c--------t-c-H_K_BY_: _c_s ____ o_RA_w_N_BY_,_R_K __ --1REGISTERED PR'ut....,., _,.; L LAND suRv OR RIGHT-OF-WAY ACQUISITION AREA: 239 513 SQ.FT . OR 5 .496 ACRES CADD FILE : 1977 Exhibits.dwg ND . 5527 GORRONDONA & ASSOCIATES . INC . 6707 BRENTWOOD STAIR ROAD , SUITE 50 FORT WORTH , TX . 76112 817-496-1424 FAX 817-496-1766 EXHIBIT "B" PORTION or LOT 1, l:lLOCK 1 RALL RANCH ADDITION 5.812 AC RES (BY DEEll) UNITED STATES POSTAL SERVIC E. VC:lLCJMC 1J576, PAC ( 268 10.R.T.C .T. PROPOSED RIGHT-Of'-WAY 5 / / J. F. HEATH ABSTRACT SURVEY NO. 641 NOTES : (ll. A LEC/\L DESCRIPTION or EVEN SURVEY DATE HEREWITH ACCOMPANIES Tl115 ,•PLAT . (2) l:lEARINGS AR E. REF ERENCED ')o Tf'i 't PROJ ECT CONTROL FOR STAI E HIGHWAY \21. BEARINGS ANO DISTANCES SHOWN ARE SURFACE . TRACT NO. 1 TRACT NO. 2 A. M. PATE, JR . 1/0UJt.lE 6691, PAGE 475 D.R.T.C.T. PARCEL NO. 1-PT1 AREA 5 .498 ACR ES (239,513 so.n .) 100 I ROAD 50 0 100 1 __ 1 ' SC~E IN FEET Ci.ty or Fort Worth DIRKS ROAD PROJECT 1.0 00, THROCKMORTON STREET ' FORT WORTH , TEXAS 76102 RI H -OF-WAY ACC UISI ION OWNER : A. M. PATE, JR . DATE: 9 -12-2008 PAGE J ·of~ SURVEY : J . F. HEATH SURVEY, ABSTRACT NO . 641 JOB NO .• 0704-1977 SCALE : 1' -100' LOCATION: CrTY OF FORT WORTH TARRANT COUNTY TEXAS CHK BY : CS DRAWN BY : RK RIGHT-OF-WAY AC UISITON AREA: 239 513 S .FT. OR 5.498. ACRES CAOD flLE : 1977 Exhlbibi.d1fg GORRONOONA & ASSOCIATES, INC . 6707 BREN'TWOOO STAIR ROAD, SUITE 50 fORT WORTH. TX. 76'112 '817 -496-1424 fAX 817-4960:..176B : (.) : .~ BLOCK 8 QUAIL RIDGE ESTATES CABINET A, SLIDE 4337 P.R.T.C.T. EXHIBIT "B" -1-~ ~~~~ ~ ~ BLOCK B '-I ~ :;:j ~ QUAIL RIDGE ESTATES "j ~ .$2 ~ / 12 CABINET A, SLIDE 5279 ~ ~ r-----~"'----RKlHT~~AY -I 4 P.R.T.r ~ PASSING AT 2508.98' ----l.----RIGHT--OF-WAY =0 sET SU!;MY NAIL • EXISTING CITY LIMIT LIN[ DIRKS ROAD (C.R. 1043) -1.1110 ACRES 4 13 .. ---W/WASHER GORRONOONA CITY Of FOR!._WORTH ( (81 ,473 SQ .FT.) , .. -------· ·-----------·------------.. -------·-___ __ _ VARIABLE WIDTH RIGHT-OF-WAY) EXIST,.LNG ASPIW.T ROAD WITHIN EXISTING 1 00--00--f-oot-oo---ioo--N I I APPROXIMATE LOCATION I PERMANENT EASEMENT CITY OF FORT WORTH I I BURIED GAS I PIPELINE PARCEL NO. 1-PT1 AREA VOLUME 8524, PAGE 1106 1 D.R.T.C.T. f--20.0· 5.498 ACRES (239 ,513 SQ .FT.) --- oo--3671.39' --00-00 I I I I I TRACT NO. 1 TRACT NO. 2 A. M. PATE, JR . VOLUME 6691. PAGE 475 O.R.T.C.T. J. F. HEATH SURVEY ABSTRACT NO. 641 NOTES : (1) A LEGAL DESCRIPTION OF EVEN SURVEY DATE HEREWITH ACCOMPANIES 1 HIS PLAT. (2) BEARINGS ARE REFERENCED TO THE PROJECT CONTROL FOR STATE HIGHWAY 121 . BEARINGS AND DISTANCES SHOWN ARE SURFACE . 100 I 50 0 100 ; __ 1 I SCALE IN FEET City or Fort Worth DIRKS ROAD PROJECT 1000 THROCKMORTON STREET • FORT WORTH . TEXAS 76102 TPW No. 00 66 OWNER: A. M. PATE, JR . DATE: 9-12-2008 PAGE 4 OF 5 SURVEY: J. F. HEATH SURVEY, ABSTRACT NO . 641 JOB NO. 0704-1977 SCALE : 1• • 100' LOCATION: CITY OF FORT WORTH TARRANT COUNTY TEXAS CHK BY: CS DRAWN BY : RK RIGHT-OF-WAY ACQUISITION AREA: 239 513 SQ.FT. OR 5.496 ACRES CAOD FILE : 1977 Exhibits.dw GORRONDONA & ASSOCIATES , INC . 6707 BRENTWOOD STAIR ROAD , SUITE 50 FORT WORTH . TX . 76112 817-496-1424 FAX 817-496-1768 NOTES : BLOCK 10 I "--i QUAIL RIDGE ESTATES CABIN ET A, SLID E 52 79 5 2 l]''· J ___ __. EXHIBIT "B" 6 ~ l" JJ en~ a: ;: a: ~ < a: I< a.. \ \ TRACT NO . 1 TRACT NO . 2 A. M. PATE, JR . VOLUME 6691, PAGE 475 D.R.T.C.T. (1) A LEGAL DESCRIPTION OF EVEN SURVEY DATE HEREW ITH ACCOMPANIES THIS PLAT . 100 50 0 100 (2) BEARINGS ARE RffERENCED TO TH E PROJECT CONTROL FOR STATE HIGHWAY 121 . BEARINGS AND DISTANCES SHOWN ARE SURFACE. I l.;..._I -1 SCALE IN FEET LOT 1, BLOCK 1 SOTHWEST AMBULATORY CENTER ADDITION CABINET . SLIDE P.R.T.C.T. ...___ -- .. .. J. F. HEATH SURVEY ABSTRACT NO. 641 - ,,.<!f!{fe~-:.~ /;.\? 0.t QF ri-;:,~, ORTWO _RT.. T h DIRKS ROAD ,~'t":is~;J;·1s::~~i~ City O Fort Wort PROJECT \~:)i:'.~~t~RP:K .t:~i~~[;.·v~:·1/~ 1000 THROCKMORTON STR EET • FORT WORTH, TE XAS 76102 \~· -'<' ~r2-. _s --==--:,;~~=~---------,,-,,:,~~--:T=~=---.:,-------=~~~==--------+--'I~ . ,,, ::i.; , ,. . s~ .- ._6,,..,~""'R="Nc..,,E~=-~=--AN=-~'...,·M=-·1_;,..,.:=-;.,..,,~='". :-J-=R.,.,. ,=,..,=-,---,-==-:--==...,...,.IR::-IG-H-:,T..,.-.,..·O_F_-_w_A_Y_A_c_c_:o_L.Jl-~III-UN ____ __.l--~:_::_:_~_-0_1~---~o_o:_e6_8_+-PAG_E_5_0F,,..--5_......,....__.y <J;:-1~J}li6:i· \ SURVEY: J . F . HEATH SURVEY, ABSTRACT NO. 641 JOB NO . 0704 -1977 SCALE : 1· -100 · RICHARD -y _L;:;.O;;..C""'A.;..T.;..IO;;..N...;.:;....;:C.;.;ITY...;_..;;O.;..F~fO..;;..;..;RT"'--W-0..;;..;..;RTH--"----TA""'R""'RA __ N"'"'T ___ C-O-U .... N __ TY .... '--'.T-E __ X __ A_S ___________ c_H_K_BY_: _c_s ___ ..... o_RA_W_N_BY_:_R_K __ --1REGISTERED PROF'8\foNAL LANO suRVOOR RIGHT-OF-WAY ACQUISITION AREA: 239 513 SQ.FT. OR 5.498 ACRES CADD FlLE : 1977 Exh ibits .dwg NO . 5527 GORRONDONA & ASSOCIATES . INC . 6707 BRENTWOOD STA IR ROAD , SUITE 50 FORT WORTH , TX . 7611 2 817-496-1424 FAX 817-496-1768 PARCEL NO. l-PT2 RIGHT-OF-WAY ACQUISITION CITY OF FORT WORTH DIRKS ROAD PROJECT J. F. HEATH SURVEY, ABSTRACT NO. 641 EXHIBIT "A" Being a 1.184 acre tract of land situated in the J. F. Heath Survey , Ab stract No. 641, City of Fort Worth, Tarrant County , Texas, and being a portion of a tract of land described as Tract No . 2 deeded to A . M. Pate, Jr. a s recorded in Volume 6691, Page 475 of the Deed Records of Tarrant County, Texas, said I . 184 acre tract of land being more particularly de scribed by metes and bounds a s follows : BEGINNING at a survey nail with washer stamped "GORRONDONA" set in the north line of said Tract No . 2, said survey nail with washer stamped "GORRONDONA being in Dirks Road (C.R . 1043), a variable width right-of-way , said s urvey nail with wa sher s tamped "GORRONDONA" being in the proposed west right-of-way line of State Highway 121 , from which a survey nail with washer stamped "GORRONDONA" set for comer in the north line of said Tract No . 2 bears South 88 degrees 06 minutes 35 seconds East. a distance of 138 .24 feet ; THENCE South 06 degree s 47 minutes 33 seconds West ; with the propo sed west right -of-way line of said State Highway 121, passing at a distance of 35.47 feet a 5/8 inch iron rod with cap stamped "GORRONDONA" found for comer in the e xi sting south right-of-way line of said Dirks Road, in all , a di stance of 116 .10 fe e t to a 5/8 inch iron rod with cap stamped "GORRONDONA" set for the intersection of the proposed south right-of-way line of said Dirks Road with the propo sed west right-of-way I ine of said State Highway 121, from which a 5/8 inch iron rod with cap stamped "GORRONDONA" found for corner in the propo sed west right-of-way line of said State Highway 121 bears South 06 degrees 47 minutes 33 seconds West, a di stance of 342.49 feet ; THENCE North 78 degrees 31 minutes 40 seconds West , with the propo sed south right-of-way line of said Dirks Road , a distance of 176 .73 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA" set for c omer; THENCE North 83 degrees 17 minutes 06 seconds West, with the proposed south right-of-way line of said Dirks Road, a di stance of 179.86 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA" set for comer; THENCE North 86 degrees 36 minute s 43 seconds West, with the proposed south right-of-way line of said Dirks Road, a di stance of 99.40 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA" set for comer; THENCE North 77 degrees 51 minutes 33 seconds We st, with the propo sed south right-of-way line of said Dirks Road , a di stance of 20 .36 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA" set for comer; Page l of 2 GO RR ONDONA & ASSOC I ATES. INC. 6707 BRENTWOO D STAIR RD . SU ITE 50 FO RT WORTH . TEXAS 76 11 ! K17--+%-1 424 FAX 8 17--+96 -1768 PARCEL NO. l-PT2 RIGHT-OF-WAY ACQUISITION CITY OF FORT WORTH DIRKS ROAD PROJECT J. F. HEATH SURVEY, ABSTRACT NO . 641 THENCE North 88 degrees 08 minute s 37 seconds We st, with the proposed south right-of-way line of said Dirks Road, a di stanc e of 162.46 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA" set for corner ; THENCE North 88 degrees 06 minutes 35 seconds West, with the proposed south right-of-way line of said Dirks Road, a di s tance of 7 .15 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA" set for comer; THENCE North O I degree s 53 minutes 25 seconds East, a di stance of 65 .00 feet to a s urvey nail with washer stamped "GORRONDONA" set for come r in the north line of said Tract No. 2, said s urvey nail with wa s her stamped "GORRONDONA" being in said Dirks Road; THENCE South 88 degrees 06 minutes 35 seconds East, with the north line of said Trac t No . 2 and with Dirk s Road, a di s ta nce of 652 .41 feet to the POINT OF BEGINNING , and containing 51,562 s quare feet or 1.184 ac res of land, more or le ss. Approximately 19, I 05 square feet or 0.439 acres lies within the exi s ting right-of-way of Dirks Road. Notes: (I) A plat of even s urvey date he rewith accompanies th is legal description . (2) All bearings arc referenced to the project c ontrol for Sta te Highway 12 1. All bearings and di stances are surface . Date: September 12, 2008 \< R . h d K d .r\ · _. · · Ji-K' -, :. i<.\ 1c ar cnne y '.:,:;; R!CHti"· 0 \ic;,,.k, .. ·":."\ Registered Professional Ql~d .SIU;V~y,ol '.":f ~Y .. _y/ \ ..c, v Ol./ .. ...,. v/ Texas No . 5527 , <~· .'O~r-"'-·•'r~:(~. r;'f/1"/ \~:fi;;. ·"°."-.>8 ;,;•.J' .,, \.. V S n-ii\l v ,:ili "· ..,, ''1'1.,,.'-0 ·, ... ,·,;g.Gf-;--'-" Page 2 of 2 GORR O NDON A & ASSOC IATES. INC . 6707 BR ENTW OOD STA IR RD . S UITE 50 FO RT WO RTH . 11:XA S 76 11 2 8 17-496-l.t 2.t !'A X 8 17-.t96-l 768 ·-·--·----·-·-·· ......... ·"..,.::... ---- N 88"06'35"W 7.15' \ \ EXHIBIT LOT 1, BLOCK 1 SOTHWEST AMBULATORY CENTER ADDITION CAB INET • SLIDE P.R.T.C.T . .....___ - - N 7751'33"W 20.36' "B" J. F. HEATH SURVEY ABSTRACT NO. 641 TRACT NO. 2 A. M. PATE, JR. PARCEL NO. 1-PT2 AREA VOLUME 6691 , PAGE 475 D.R.T.C.T. 1.164 ACRES (51 ,562 SO .FT .) APPROXIMATE LOCATION-----< tr'1· i~ ~~ t;; • ........... :.:,:_ S 06"47'33"W .. --!_! s.1 o· ... __ ..... "CORRONOONA' C\I >-..... o<C >-w 3: <( en , 3: 0 U. I Cl. 9 C, Qt-I CC I W Cl. C, t- ee <C ... _____ 10.0 ' EASEMENT OF RIG HT-OF-WAY T.E.S.CO. FND 5/8"1R W/CN' t- NOTES : (1) A LEGAL DE SCRIPTION OF EVEN SURVEY DATE HEREWITH ACCOMPAN IES TH IS PLAT. (2) BEARINGS ARE REFERENCED TO THE PROJEC T CONTROL FOR STATE HIGHWAY 121 . BEARIN GS 100 50 0 I I_I AND DISTANCES SHOWN ARE SURFACE. SCALE IN FEET 100 ' VOUJME 483 1, PAGE J84 D.R.T.C .T. OWNER : A. M. PATE, JR . DATE: 9-12-2006 PAGE 1 OF 1 "GORRONOONA" en SURVEY: J . F. HEATH SURVEY ABSTRACT NO . 641 JOB NO . 0704-1977 SCALE : 1· -100· LOCATION: CllY OF FORT WORTH. TARRANT COUNlY TEXAS CHK BY: cs DRAWN BY : RK RIGHT -OF-WAY ACQUISITION AREA: 51 562 SQ.FT . OR 1. 184 ACRES CADD FI LE: 1977 Exhibi ts.dw GORRONDONA & ASSOC IATES , INC . 6707 BRENTWOOD STAIR ROAD . SUITE 50 FORT WORTH. TX . 76112 617-496-1424 FAX 617 -496-1766 PARCEL NO. 1-PT3 RIGHT-OF-WAY ACQUISITION CITY OF FORT WORTH DIRKS ROAD PROJECT J. F. HEATH SURVEY, ABSTRACT NO. 641 EXHIBIT "A" Being a 0.692 acre tract of land situated in the J. F. Heath Survey , Abstract No . 641 , City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land described as Tract No . 2 deeded to A. M. Pate, Jr. as recorded in Volume 6691, Page 475 of the Deed Records of Tarrant County, Texas, said 0 .692 acre tract of land being more particularly described by metes and bounds as follows: BEGINNING at a survey nail with washer stamped "GORRONDONA" set for the northeast corner of said Tract No. 2, said survey nail with washer stamped "GORRONDONA being in Dirks Road (C.R. 1043), a variable width right-of-way, said survey nail with wa'lher stamped "GORRONDONA" also being in the westerly right-of-way line of the Fort Worth & Western Railroad (a 100.0' right-of-way); THENCE South 14 degrees 54 minutes 03 seconds West, with the easterly line of said Tract No. 2 and with the westerly right-of-way line of said Fort Worth & Western Railroad, passing at a distance of 28.26 feet a fence corner found for corner in the existing southerly right-of-way line of said Dirks Road, in all, a distance of 65.91 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA'' set for corner in the proposed southerly right-of-way line of said Dirks Road; THENCE North 74 degrees 30 minutes 36 seconds West, with the proposed southerly right-of- way line of said Dirks Road, a distance of 91. 71 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA" set for comer; THENCE North 76 degrees 47 minutes 55 seconds West, with the proposed southerly right-of- way line of said Dirks Road, a distance of 315.03 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA " set for comer; THENCE South 57 degrees 09 minutes 02 seconds West, with the proposed southerly right-of- way line of said Dirks Road, a distance of 34.70 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA" set for comer in the proposed easterly right-of-way line of State Highway 121, from which a 5/8 inch iron rod with cap stamped "GORRONDONA" found for corner in the proposed easterly right-of-way line of said State Highway 121 bears South 11 degrees 05 minutes 59 seconds West, a distance of 1137.62 feet; Page 1 of 2 GORRONDONA&ASSOCIATES .INC. 6707BREN1W00DSTAIRRD. S1JITE 50 FORTWORTH ,TEXAS 7611 2 8 17-496-1424 FAX 8 17-496-1768 PARCEL N0.1-PT3 RIGHT-OF-WAY ACQUISITION CITY OF FORT WORTH DIRKS ROAD PROJECT J. F. HEATH SURVEY, ABSTRACT NO. 641 THENCE North 11 degrees 05 minutes 59 seconds East. with the proposed easterly right-of-way line of said State Highway 121, a distance of 35.89 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA" found for comer; THENCE North 14 degrees 45 minutes 35 seconds East, with the proposed easterly right-of-way line of said State Highway 121, passing at a distance of 38.53 feet a 5/8 inch iron rod with cap stamped "GORRONDONA" found for comer in the existing southerly right- of-way line of said Dirks Road. in all, a distance of 64.11 feet to a survey nail with washer stamped "GORRONDONA'' set for comer in the northerly line of said Tract No. 2. said survey nail with washer stamped "GORRONDONA" being in Dirks Road; THENCE South 75 degrees 06 minutes 35 seconds East, with the northerly line of said Tract No. 2 and with said Dirks Road, a distance of 432.47 feet to the POINT OF BEGINNING, and containing 30,147 square feet or 0.692 acres of land, more or less . Approximately 11.793 square feet or 0.271 acres lies within the existing right-of-way of Dirks Road . Notes: (1) (2) A plat of even survey date herewith accompanies this legal description. All bearings are referenced to the project control for State Highway 121. All bearings and distances are surface. Date: September 12, 2008 Richard Kennedy //5~. · .. '. Y.-'z'.'.l,J· . /~~\ Registered Professional ~"'"Ji~¥illf~f~\SY .. '1J T N 5527 ~·, ·"'-1 .,~_r .,-;:.~· ,-V exas o . ~,·\<,{I . "Fr.,-.·-,cr>· .. .._Q-, .,·, .., , ,;. .. -........ ;\ ,, ~,· \:J.>,. ,'f[) ~·. F=-:,·~\·"·:-..(\V/ • ... ~~-1 • .... vn ~ l*--:?/ ·-<~:;;ef/!-~./ Page 2 of 2 GORRONDONA & ASSOCIA lF..S. INC. 6707 BREN1W00D STAIR RO . SUITE 50 FORT WORTH . TEXAS 76112 8 17-496-1 42-1 FAX 817-4%-1768 PROPOSED RIGHT-OF-WAY STATE HIGHWAY 121 NOTES : FNO 5/8"1R W/CAP "GORRONOONA" ( 1) A LEGAL DESCRIPTION OF EVEN SURVEY DATE HEREWITH ACCOMPANIES THIS PLAT . (2 ) BEARINGS ARE REFERENCED TO THE PROJECT CONTROL FOR STATE HIGHWAY 12 1. BEAR INGS 100 50 0 I ! L EXHIBIT "B" DIRK BRAN CH, L.P. VOLUM E 13506, PAGE 2 96 D.R.T.C.T. J. F. HEATH SURVEY AREA 0 .692 ACRES (30.147 SQ.FT.) ABSTRACT TRACT NO. 1 TRACT NO. 2 A. M. PATE, JR. VOLUME 6691, PAGE 475 D.R.T.C.T. 100 I NO. 641 !J I 7 AND DISTANCES SHOWN ARE SURFACE. SCALE IN FEET OWNER : A. M. PATE, JR. DATE: 9-12 -2008 PAGE 1 OF 1 I I I l SURVEY : J. F. HEATH SURVEY, ABSTRACT NO. 641 JOB NO . 0704-1977 SCALE: 1• • 100' LOCATION : CITY OF FORT WORTH TARRANT COUNTY TEXAS CHK BY : cs DRAWN BY : RK RIGHT-OF-WAY AC UISITION AREA: 30 147 SQ .FT . OR 0.692 ACRES CADD FlLE : 1977 Exhibitsdw GORRONDONA & ASSOCIATES , INC . 6707 BRENTWOOD STAIR ROAD . SUITE 50 • f'ORT WORTH, TX . 76112 817 -496-1424 FAX 817-496-1768 PARCEL NO. 5 RIGHT.()f.WA Y ACQUISITION CITY OF FORT WORTH DIRKS ROAD PROJECT PORTION OF LOT l , BLOCK J, RALL RANCH ADDITION EXHIBIT "A'' Being a 0 .020 acre tract of land situated in the J. F . Heath Survey. Absrracl No . 64 I. City of Fort Worth. Tarrant County. Texas. and h~ing a portion of Loi I. Block I of Rall Ranch Addition , an addition 10 the City of Fort Worth. Tarrant County , Texas as recorded in Volume 388-178, Page 32 of the Plat Reco rds of Tarrant Coun ty , Texas. said portion of Lot I being deeded to United States Po,ilal Service as recorded in Volume 13576, Page 268 of the Deed Rec.:urds of Tarrant County, Texas. said 0 .020 acre tract of land being more particularly described by metes and bounds as follows : COMI\O:NCING at a 3/4 inch iron rod found for rhe southeast corner of sai d Lot I, said 3/4 inch iron rod being the west corner of Lot 4, Block I of Quail Ridge Estates Phase 2, an additio n to the City of Fort Worth , Tarrant County. Texas as recorded in Volume 388-20 I, Page 20 of said Plat Record s of Tarrant Counly. Texas, said 3/4 inch iron rod also being the south corner of Lot 5. Block I of said Qu ai l Ridge Estates phase 2. said 3/4 inch iron rod also heing in the existing north righ1 -of-way line of Dirks Road (C.R . 1043). a variable width right -of-way. from which a 5/8 inch iron ro<l with ca p s tamped ··Dunaway" found for the northwest comer of said Lot 5 and for rhe s outhwe s t comer of Lot 6, Block I of said Quai l Ridge Estates Phase 2 bears North O I degrees 52 mi11u1es 54 seconds East. a distance of 82.59 feet and North 03 degrees 49 minutes 31 se conds West, a distance of 57 .78 fe e t; THENCE North 88 degrees 07 minutes 06 second s West , with the south line of said Lot l and with the existing north right -of-way line of said Dirk s Ro ad, a distan ce of 558 .78 feet to a 5/8 inch iro n rod with cap stamped "GORRONDONA" set for the POINT OF BEGINNING ; THENCE North 88 degrees 07 minutes 06 seconds West, with the south line of said Lot l and with the existing north right -of-way line of said Dirks Road , a distance of 4 1.22 feet 10 a point for the sou thwest comer of said Lot l. sai d point being the int ersec1 ion of the exi s ting north right -uf-\"UY line of sa id Dirk s Road witJ1 the existing east right -of-way line of Bryant Irvin Road (a I 30 .0' right-of-way); THENCE North O I degrees 52 minutes 54 seconds East, with the west line of sai d Lot I and with the existing east right-of-way line of said Bry an t Irvin Road. a di s tan ce of 41 .22 feel to a 5/8 inch iron rod with cap stamped "GORRONDONA" set for the intersection of th e exis ting ea,1 right -of-way line of said Bryant Irvin Road with the proposed north right - of-way line of said Dirk s Road. from which a 5/8 in c h iron rod with cap stamped "G ORRONDONA'' set for comer in the we<,! line of sa id Lot I and in the e .i:.is1ing east right -o f-way line of said Bryant Irvin Road bears North O I degrees 52 minutes 54 second~ Easl. a di s tance of 4 l .37 feet : Page J of 2 C~ll!IHJ!'.ll<~'IA&,\\"XIAll ·.\.INI h '07 1ll!i 'Nl\l"r)(Jll'il ,\lf<RI) Sllfll:~I HlHrW<>IHH .TE\,\S 16 112 ~17 .~'lti -l J .'J b\:l.~l l ,J % 1:hW " PARCEL NO. 5 RIGHT-OF-WAY ACQlllSITION CITY Of' .FORT WORTH UI RKS ROAD PROJECT PORTJON OF LOT 1, BLOCK 1, RALL RA.NCH ADDfTION THENCE South 43 degrees 07 minutes 06 seconds East. with rhe pro po..,ed north right-of-way line of said Dirks Road. a distance of 58 .30 feet to the POINT OF BEGINNING . and containing 850 square feet or 0.020 acres o f land . mo re or less. Notes (I) A plat of even survey <late herewith accompm1ies this legal description . (2) All bearings are referern:ed to the projec t control for State Highwa y 12 l . All bearings and distances are surfa ce . Date : Scptcmher 24. 2008 Ri chard Kenned y . Regis icred Profcssi o nar Tcxa, No . 5527 Page 2 of 2 C.{lllKCl !'i/)01',\,\.\\',IX l-\ll.\ I N! h~fl7t.lRF1'1W OOl)YfAll<k l> ,l'lfl-.'ill !Ol<l'\\'Olfll l.J'I .X A.\ 7h1 1} ~l'--l'-tl 14;4 I A .X ~1 7 4"fl ·l ·:t,H 0 \ -< 0 ·;: cc "" 'C z ' .... > ;} ,. a: .t. I \:.., :1 \ I-:r .. , z ..:··, <( ~~ >-, .. cc ro ~!>~~•{VP ~t>(),;~· N 01 ·52• 5<(. "E '4-1 ,2'2' ~ EXHIBIT "8" RALL RANCH AD])JTJON 1/fXUlolE .)88-1111, ?~ ~ i>.~.r .c 1. , \ QUML RID<;t: E.',rJ. T F.S: \ f>JO. ~'F: :! ' "ti)): -:,:t,0 ~ ~~ · ~'-·"'::: ),t A~~i-i ( · ):·i,· :-,::.. . \ ... \ 6 ·, '·. 5 .812 ACRES (BY OttD) UNITtD SiA.1ES PCSTAL SERV!C( VOLV'*( 1 l516.. P1'Gf t&a O.R.T.C,l . t ~· t t fr"_. W/t>J> PAACU NO. 5 AAf), 0 .¢;'{> ."/.:.~!::~ i~~ ~>·~: PROPOSED RlGHT -OF-wA:f S -"Y07 '00"t !>8.30' ... ..... ... ....... -~ ·-· -···-······-···· \-PRO?OSE O RIGHT-OF -Wl>.Y ~~'-:.:: -~0 : )..._ V ;;.1..:~ .. ,:;: v~~: ~:\t~· ~:~~: :-..4.;:;!: 4 "':- ---5.!IJ l!' --- DIRKS ROAD (C .R. 1043) /·011:i/1~£: v.~o n< i>IC>st -,o~ .. w'-~·' ... --................ ~--· _, ..... ..,,........... .' .. ~ ... ~.,.-" )I Ot-4<J ':31"'W s1 .nr J . F. H£ATH SURVEY ABSTRACT NO. 641 DIRKS ROAD PROJECT ,S 4 .. '.' 1 ... •:, .... •····· ..... .. PARCEL NO. lPD PERMANENT DRAINAGE EASEMENT CITY OF FORT WORTH DIRKS ROAD PROJECT J. F. HEATH SURVEY, ABSTRACT NO. 641 EXHIBIT "A" Being a 0 .184 acre tract of land situated in the J. F. Heath Survey, Abstract No . 641, City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land described as Tract No . 1 deeded to A. M. Pate, Jr. as recorded in Volume 6691, Page 475 of the Deed Records of Tarrant County, Texa1,, said 0 .184 acre tract of land being more particularly described by metes and bounds as follows: BEGINNING at a point for comer in the proposed southerly right-of-way line of Dirks Road (C.R. 1043), a variable width right-of-way, from which a 5/8 inch iron rod with cap stamped "GORRONDONA" set for comer in the proposed southerly right-of-way line of said Dirks Road bears South 88 degrees 08 minutes 37 seconds East, a distance of 149 .66 feet; THENCE South 02 degrees 50 minutes 12 seconds West, a distance of 14.99 feet to a point for comer; THENCE South 88 degrees 06 minutes 35 seconds West, a distance of 200.00 feet to a point for comer; THENCE North 01 degrees 53 minutes 25 seconds East, a distance of 40.00 feet to a point for comer in the proposed south right-of-way line of said Dirks Road, from which a 5/8 inch iron rod with cap stamped "GORRONDONA" set for the intersection of the west line of said Tract No. 1 with the proposed south right-of-way line of said Dirks Road bears North 88 degrees 06 minutes 35 seconds West, a distance of 2277.39 feet ; THENCE South 88 degrees 06 minutes 35 seconds East, with the proposed south right-of-way line of said Dirks Road, a distance of 200.00 feet to the POINT OF BEGINNING, and containing 8,000 square feet or 0.184 acres of land , more or less. Page 1 of 2 UO RRON llONA & ASSOC IATES. INC. 6707 BRENTWOOD STAIR RD . SUITE 50 FORT WORTH, TEXA S 76112 8 17--t 96-l424 FAX 817--t96-l 768 PARCEL NO. lPD PERMANENT DRAINAGE EASEMENT CITY OF FORT WORTH DIRKS ROAD PROJECT J. F. HEATH SURVEY, ABSTRACT NO. 641 Notes: (1) (2) A plat of even survey date herewith accompanies this legal description. All bearings are referenced to the project control for State Highway 121. All bearings and distances are surface. Date: March 13, 2009 EXHIBIT "B" 11 ~ BLOCK 8 QUAIL RIDGE 4 " ESTATES " CABINETP .tt.2.lf.E 4337 / 12 4 s_ -.. -.. _ .. __ .. _1~:·::::::::~·:::::::.:-h:::;::·.:: ·:~::· .. :\·~ ,., __ ,.,_ .. _ .. J. F. HEATH SURVEY ~:::~::::-·•::~;-~.:> ··>:.: ~-('~SEE DETAIL "~~RIEDGAST .. -::L~ .. -- ABSTRACT NO. 641 N 88"06'J5'"W I PIPEI.INE \ LINE TABLE LINE BEARING TRACT Hl ~ S. W. RIC HARDSON \ L-1 N 88"06 35 "W L-2 S 01"53"25"W L-3 N 01"53'25"E VO LUM E 1846, PAGE 5 49 \ D.R .T.C.T. \ NOTES: (1) A LEGAL DESCRIPTION OF EVEN SU RVEY DATE HEREWITH AC COM PANI ES THI S PLAT. (2) BEARIN GS AR E RE FERENCED TO TH E PROJECT CONTROL FOR STATE HIGHWAY 12 1. BEARINGS AND DISTAN CES SHOWN ARE SUR FAC E. DISTANCE 7 .01 40.00 40.00 100 I 50 0 _, SCALE IN FEET PERMANENT DRAINAGE EASEMENT 0 .184 ACRES ce .ooo so.n.J 100 l TRACT NO. 1 TRACT NO . 2 A. M. PATE, JR . IIOLUME 6691, PAGE 475 O.R.T.C .T. City or Fort Worth DIRKS ROAD PROJECT 1000 THR OCKMORTON STR EET • FORT WO RTH , TEXAS 76102 ARCEL NO. 1 PD PERMANENT TPW No . 00768 OWNER: A. M. PATE, JR. DATE: 03-13-2009 PAGE 1 OF 1 SURVEY: J. F. HEATH SURVEY, ABSTRACT NO . 641 JOB NO . 0 704-1977 SCA LE: , • = 1 oo · LOCATION : CITY OF FORT WORTH, TARRANT COUNTY TEXAS CHK BY : CS DRAWN BY : RK PERMANENT DRAINAGE EASEMENT AREA: 8 000 SQ.FT . OR 0 .184 ACRES CADD FILE : 1977 Exh ib its.dwg I I I / I ,.. / / ,.. .... ----- / ___ _ ........ GORRONDONA & ASSOCIATES , INC . 6707 BRENTWOOD STAIR ROAD, SUITE 50 FORT WORTH, TX . 76112 817-496-1424 FAX 817-496-1768 / ,,. / / / I I I I PARCEL N0.1TC-PT1 TEMPORARY CONSTRUCTION EASEMENT CITY OF FORT WORTH DIRKS ROAD PROJECT J. F. HEATH SURVEY, ABSTRACT NO. 641 EXHIBIT "A" Being a 2.129 acre tract of land situated in the J. F . Heath Survey, Abstract No. 641, City of Fort Worth, Tarrant County, Texas, and being a portion of two tracts of land described as Tract No. l and Tract No. 2 deeded to A. M. Pate, Jr. as recorded in Volume 6691, Page 475 of the Deed Records of Tarrant County, Texas, said 2.296 acre tract of land being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod with cap stamped "GORRONDONA" set for corner in the proposed southerly right-of-way line of Dirks Road (C.R. 1043), a variable width right-of- way; THENCE North 88 degrees 08 minutes 37 seconds West, with the proposed southerly right- of-way line of said Dirks Road, a distance of 162.46 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA" set for corner; THENCE North 88 degrees 06 minutes 35 seconds West, with the proposed southerly right-of-way line of said Dirks Road, a distance of 7.15 feet to the POINT OF BEGINNING; THENCE South 01 degrees 53 minutes 25 seconds West, a distance of 50.00 feet to a point for corner; THENCE North 88 degrees 06 minutes 35 seconds West, a distance of 594.00 feet to a point for corner; THENCE South 01 degrees 53 minutes 25 seconds West, a distance of 36.00 feet to a point for corner; THENCE North 88 degrees 06 minutes 35 seconds West, a distance of 810.00 feet lo a point for corner; THENCE North O 1 degrees 53 minutes 25 seconds East, a distance of 76.00 feet to a point for corner; THENCE North 88 degrees 06 minutes 35 seconds West, a distance of 140.00 feet to a point for corner; THENCE North 01 degrees 53 minutes 25 seconds Ea,;t, a distance of 10.00 feet to a point for corner in the proposed southerly right-of-way line of said Dirks Road; Page l of 2 GORRONDONA & ASSOCIATES . INC. 6707 BRENTWOOD STAIR RD . SUITE 50 FORT WORTH . TEXAS 76112 817 -496-14'.!4 FAX 817496-1768 PARCEL NO. lTC-PTl TEMPORARY CONSTRUCTION EASEMENT CITY OF FORT WORTH DIRKS ROAD PROJECT J. F. HEATH SURVEY, ABSTRACT NO. 641 THENCE South 88 degrees 06 minutes 35 seconds East, with the proposed southerly right-of- way line of said Dirks Road, a distance of 150.00 feet to a point for corner; THENCE South 01 degrees 53 minutes 25 seconds West, a distance of 40.00 feet to a point for corner; THENCE South 88 degrees 06 minutes 35 seconds East, a distance of 200.00 feet to a point for corner; THENCE North 01 degrees 53 minutes 25 seconds East, a distance of 40.00 feet to a point for corner in the proposed southerly right-of-way line of said Dirks Road; THENCE South 88 degrees 06 minutes 35 seconds East, with the proposed southerly right-of- way line of said Dirks Road, a distance of 1194.00 feet to the POINT OF BEGINNING, and containing 92,760 square feet or 2.129 acres of land, more or less. Notes: ( 1) (2) A plat of even survey date herewith accompanies this legal description . All bearings are referenced to the project control for State Highway 121 . All bearings and distances are surface. Date : April 14, 2009 Richard Kenned~ :11oi.t;,{o~:1:ti~rn\· . ~, // Registered Profe~·~ · ~i~iia§~~eY,f Y \' , ., · ;r.<:c:~h.i' · ($~o/ Texas No . 5527 \y ._ "l.1,-,..:, ~~-~.-:.· .,;.'i,v Y/ '"C:-• .., 0' ''-'\I -.. -- ·, ... -..~" (_,; < .[:J.,·.,. ... · '· -~~\::;J_/;,;..,/ ·-,, Page 2 of 2 GORRONDONA & ASSOCIATES, INC. 6 707 BRENTWOOD STAIR RD. SUITE .'iO FORT WORTH. TEXAS 7611 2 8 17 -4%-1424 FAX 8 17 -496 -1768 EXHIB .IT "B" [J:_. 2 3 4 L-7 >-w:; !~~lk~~iillitj'"9~!8ll!!~,;r~~~~~~~t~r~&1g~~!?i'li~ / .... / ~ c.o : I TEMPORARY CONSTRUCTION ..... ____ .,.., I I E'ASEMENT SEE DETAIL •A• :::> • (/) 0 : : 2. 129 ACRES 1 I 112.780 NIT SQ .Ff. z :r: I-1- <Cu W<( :r: 0::: 1-. (/) La... CD • <( --, NOTES : I I I ! ~1g I I I -., I iii iii APPROXlll-''TE LOCATION I 8 8 PERIMNENT EASEMENT : c I! voffJJE ~;~.~~06 I ~ "' D.R.T.C.T.-----1 l-20.0· I I I I I I f I I I I I I I I (1) A. LEGAL. DESC RIPTJON OF EVEN SURVEY DA.TE HEREWITli ACCOMPANIES THIS PLAT . 200 I (2) BEARINGS ARE: REFERENCED TO THE PROJECT CONTROL FOR STA.TE HIGf'lWA'I' 121. BEAAINCS AND ' DISTANCES SHOWN A.R E SURF.OCE. TRACT N0. 1 TRACT NO. 2 A. M. PATE, JR. VOUJME 8691, PN.E 475 O.R.T.C.T. 100 0 I_' SCALE IN f'EET PARCEL NO. 1 TC-PTl TEMPORARY CONSTRUCTIO OWNER: A. M. PATE, JR . SURVEY: J. F. HEATH SURVEY, ABSTRACT 'NO . 641 LOCATION: CITY. OF FORT WORTH TARRANT COUNTY TEXAS 200 I TEMPORARY CONSTRUCTION EASEMENT AREA:. 92 760 SQ.FT. OR 2. 129 ACRES GORRONDONA ck ASSOCIATES, INC . 6707 BRENTWOOD STAIR ROAD; SUITE 50 I I P.O.C. / / __ .,. ., .. " / I I ,' / LINE L-1 L-2 L-3 L-4 L-5 L-6 L-7 L-8 L-9 L-10 L-11 DIRKS ROAD PROJECT o. 00 68 JOB NO. 0704-19n SCALE: 1" -200' CHI< B'I': CS DRAWN B'I': RK CADO 1FJLE: ,19n Exhlbits.dw LINE TABLE BEARING DISTANCE N BB"OB'37"W 162.46 N BB"06'35"W 7.15 S 01"53'25"W 50.00 S 01"53'25"W 36.00 N 01"53'25"E 76.00 N 88"06'35"W 140.00 N 01•53 '2S"E 10.00 S BB'06'35"E 150.00 S 01'53'25"W 40.00 S 88'06'.JS"E 200.00 N 01'53'25"E . 40.00 FORT WORTH , TX . 76112 81 7-496~1 424 FAX 817-496-1768 PARCEL NO. 1TC-PT2 TEMPORARY CONSTRUCTION EASEMENT CITY OF FORT WORTH DIRKS ROAD PROJECT J. F. HEATH SURVEY, ABSTRACT NO. 641 EXHIBIT "A" Being a 0 .115 acre tract of land situated in the J . F . Heath Survey, Ab stract No. 641, City of Fort Worth , Tarrant County, Texas, and being a portion of a tract of land described as Tract No. I deeded to A . M . Pate, Jr. as recorded in Volume 6691, Page 475 of the Deed Records of Tarrant County, Texas. said 0 .115 acre tract of land being more particularly described by metes and bounds a s follows: COMMENCING at a s urvey nail with washer stamped "GORRONDONA" set for the northwest comer of said Tract No. I, said survey nail with washer stamped "GORRONDONA" being in Dirks Road (C .R. I 043), a variable width right-of-way ; THENCE South 20 degree s 33 minutes 15 seconds East , with the westerly line of said Tract No . I, a distance of 70.33 feet to a 5/8 inch iron rod with cap stamped "GORRONDONA" set for the intersection of the westerly line of said Tract No . I with the proposed southerly right-of-way line of said Dirks Road; THENCE North 88 degrees 06 minute s 35 seconds West, with the proposed southerly right-of-way line of said Dirks Road, a distance of 927 .39 feet to the POINT OF BEGINNING; THENCE South 88 degrees 06 minutes 35 seconds East, with the proposed southerly right-of-way line of sa id Dirks Road, a distance of 501 .53 feet to a point for comer; THENCE South OJ degrees 53 minutes 25 seconds West, a distance of 10 .00 feet to a point for comer: THENCE North 88 degrees 06 minutes 35 seconds Wt::st, a di stance of 501.53 feet to a point for corner; THENCE North 01 degrees 53 minutes 25 seconds East, a distance of 10.00 feet to the POINT OF Notes : BEGINNING , and containing 5,015 square feet or 0 .115 acres of land , more or less . (I) A plat of even survey date herewith accompanies this legal description. (2) All bearings are referenced to the project control for State Highway 121. All bearings and distances arn surface. Date : November 29. 2007 --, ~<,_ C,c59'1'o,::\. Ric~ard Kennedy . ,_-::·::· · ·· ~ _· .' ' \, Registered Professional Land *~rveyorr•< , :y;:~·,· ,:~) Texas No . 5527 .) -;. ;:. . ., ' J I ,:/ ,/ . . ._1/ \"t:'c0.;~<~::-/eai~ l of l GORRONDONA & ASSOC IATES . IN C. 6707 BRENnVOODSTAIR RD . SUITE 50 FORT WORTH TEXAS 76 112 81 7-4%-14]4 FAX 8 17-4%-1 768 / ,I / ~~ ,L _ -EXHIBIT "B" a:i . - - \._ DIRKS ROAD (C.R. 1043) -------=-=='.:'.'.'."'._"".""',.-~~ ""'"'-="=' ----------~~~ ~UM~E - p ~. ~-·-----------==---=---------------==--~---··----·-·----···--==---=--------·-.:~-=-~-------~~~~-~~~~~~:~~-~~-~-.:~-.~::---· lot H ll H JI NOTES : (1) A LEGAL DESCRIPTION OF EVEN SURVEY DATE HEREWITH ACCOMPANIES THIS PLAT. (2) BEARINGS ARE REFERENCED TO THE PROJECT CONTROL FOR STATE HIGHWAY 121 . BEARINGS AND DISTANCES SHOWN ARE SURFACE . OWNER: A. M. PATE, JR. 100 I 50 0 I. ! u If •• 501.53' PARCEL NO. 1TC-PT2 AREA 0 .115 ACRES (5,015 SQ .FT.) TRACT NO . 1 TRACT NO. 2 A. M. PATE, JR. VOLUME 6691, PAGE 475 D.R.T.C.T. 100 ' SCALE IN FEET JI I( J( H fl J. F. If II PROPOSED RIGHT-OF-WAY ll -1G-1G-IG71G-s 01·53'25"W 1 o.oo· BURIED GAS PIPELINE HEATH SURVEY ABSTRACT NO. 641 LINE TABLE LINE I BEARING I DISTANCE L-1 I s 20·33'15"E I 70.33 DIRKS ROAD PROJECT 68 PAGE 1 OF 1 SURVEY: J. F. HEATH SURVEY, ABSTRACT NO. 641 JOB NO. 0704-1977 SCALE : 1" = 100' LOCATION: CITY OF FORT WORTH TARRANT COUNlY TEXAS CHK BY: CS DRAWN BY: RK TEMPORARY CONSTRUCTION EASEMENT AREA: 5 015 SQ .FT. OR 0.115 ACRES CADD FILE: 1977 Exhibits.dw GORRONDONA & ASSOCIATES, INC . 6707 BRENTWOOD STAIR ROAD, SUITE 50 FORT WORTH, TX . 76112 817-496-1424 FAX 817-496-1768 PARCEL NO. 1TC-PT3 TEMPORARY CONSTRUCTION EASEMENT CITY OF FORT WORTH DIRKS ROAD PROJECT J. F. HEATH SURVEY, ABSTRACT NO. 641 EXHIBIT "A" Being a 0.353 acre tract of land situated in the J. F. Heath Survey, Abstract No. 641, City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land described as Tract No. 2 deeded to A. M . Pate, Jr. as recorded in Volume 6691, Page 475 of the Deed Records of Tarrant County, Texas, said 0 .709 acre tract of land being more particularly described by metes and bounds as follows : BEGINNING at a point in the east line of said Tract No. 2 and in the west right-of-way line of the Fort Worth & Western Railroad, from which a 5/8 inch iron rod with cap stamped "GORRONDONA" se t for the intersection of the proposed southerly right-of-way line of Dirks Road (a variable width right-of-way) with the east line of said Tract No . 2 and with the west right-of-way line of said Fort Worth & Western Railroad bears North 14 degrees 54 minutes 03 seconds East, a distance of 35 .00 feet; THENCE South 14 degrees 54 minutes 03 seconds West, with the east line of said Tract No. 2 and with the west right-of-way line of said Fort Worth & Western Railroad, a distance of 42.91 feet to a point for corner; THENCE North 74 degrees 30 minutes 36 seconds West, a distance of 402.26 feet to a point for comer; THENCE North 11 degrees 05 minutes 59 seconds Eas t, a distance of 30.49 feet to a point for comer; THENCE South 76 degrees 47 minutes 55 seconds East, a distance of 313.03 feet to a point for comer; THENCE South 74 degrees 30 minutes 36 seconds East, a distance of 91.37 feet to the POINT OF Notes : BEGINNING, and containing 15,360 square feet or 0.353 acres of land , more or less . (I) A plat of even survey date herewith accompanies this legal description. (2) All bearings are referenced to the project control for State Highway 121. All bearings and distances are surface. Richard Kennedyi;. ·:'.'_ ;?-?.)~':;'°9·'.i.'' ,~ : 1 Registered Prof~~io~Jii4§,l,l..~p'O~ f Texas No . 5527 l't·, · ·· ·_; ·St..']· ·. · ·· · ·,11 '){"" , .. 1~_ --~ ,-:.~:f~·.:-~'fl ._., (4 . .;;,.£S-'-'-"-.1 ' . ,.·-':'-V/ ·v .. 1--tti :...· ·.-;. -l;_~t) "r1 ··.,.'> ' .. ,. )!1P·-4~,_;.~;;;i --"!:}.~1 ~ ,.,, '~-I~~ ·--~-~\~~-· Page 1 of 1 GORRONDONA & ASSOCIATES, INC . 67(17 BRENTWOOD STAIR RD . SUITE 50 FORT WORTH. TEXAS 76 11 2 8 17 -496-1424 FAX 817-496-1768 EXISllNC /ISPIW..T ROAD -Ilg --.. ---... --,.._ .. _ 8lJfllCD . GAS_/ PIPCUNE PROPQSED RIGHT-OF-WAY STATE HIGHWAY 121 DIRK BRANCH , L-P. VOLUME 13506, PAGE 296 D.R.T.C.l . / TEMPORARY CONSTRUCTION EASEMENT / O •. JSJ ACRES P~HE~~; ;__ TRACT N0: 5·~ so:FT.) / TRACT NO. 2 A. M. PATE, JR. / VOLUME 6691, PAGE 475 I O.R.T.C.T. NOTES : (I) A LEG.\l ,DESCRIPTION or EVEN SURVEY DATE HEREWITH ACCOMPANIES THIS PLAT. 100 (2) BEARINGS ARE RErERENCEO TO TI-iE PROJECI CONT,ROL FOR STATE HIGHWAY 1°21 . BEARINGS ANO DISTANCES SHOWN ARE SURFACE . I l 50 0 100 11 I'--. _,--~, I SCALE IN FEET City ot= Fort Worth DIRKS ROAD PROJECT TPW No. 00 68 OWNER: A. M. PATE, JR. OA1£: ·04-14-2009 PAGE 1 or I SURVEY: J. F. HEATH SURVEY, ABSTRACT NO. 641 JOB NO. 0704-1977 SCALE: 1• -100' LOCATION: CITY OF FORT WORTH TARRANT COUNlY TEXAS CHK BY: CS , D~WN BY: RK TEMPORARY CONSTRUCTION EASEMENT AREA: 15 360 SQ.FT . OR 0.353 ACRES CADD . FILE: 1977 Exhibits.dw ------- LINE TABLE LINE Be.ARING DISTANCE L-1 S 14•54•03-w 42.91 L-2 N 11·os 5;"E 30.49 L-3 S 7+'30'38"E 91.37 L-4 N 14'54'03"E 35.00 GORRONOONA <!c ASSOCIATES, INC. 6707 ,BRfHlWOOD STAIR ROAD, sum: 50 FORT WORTH. n<. 76112 817-496-1424 FAX '817-496-1.768 PARCEL NO. STC TEMPORARY CONSTRUCTION EASEMENT CITY OF FORT WORTH DIRKS ROAD PROJECT PORTION OF LOT 1, BLOCK 1, RALL RANCH ADDITION EXHIBIT "A" Being a 0.033 acre tract of la nd situated in the J . F. Heath Survey, Abstract No . 641, City of Fort Worth, Tarrant County. Texas. and being a portion of Lot 1. Block 1 of Rall Ranch Addition, an addition to the City of Fort Worth. Tarrant County, Texas as record e d in Volume 388 -178 , Page 32 of the Plat Records of Tarrant County, Texas, said portion of Lot l bei ng deeded to United States Postal Servi ce as recorded in Volume 13576, Page 268 of th e Deed Records of TaITant County, Texas. sa id 0.033 acre tract of land being more particularly de scri be d b y metes and bounds as follows : BEGINNING at a point in the south line of said Lot I and in the north right-of-way line of Dirks Road (C.R . 1043),a variable width right-of-way, from which a 3/4 inch iron rod found for the southeast comer of sa id Lot 1 bears South 88 degrees 07 minutes 06 seco nds East. a distance of 214.80 feet; THENCE North 88 degrees 07 minutes 06 seconds West , with the south line of said Lot I and with the north right -of-w ay line of said Dirks Road, a distance of 62.00 feet to a point for corner, from which a 5/8 inch iron rod with cap stamped "GORRONDONA" set for the intersection of the proposed north right-of-way line of said Dirks Road with the existing north right-of-way line of sa id Dirks Road bears North 88 degrees 07 minutes 06 seconds West, a distance of 281.97 feet; THENCE North 01 degrees 52 minutes 54 seconds Ea st, a di stance of 23.07 feet to a point for comer; THENCE South 88 degrees 06 minutes 35 seconds East, a di s tance of 62.00 feet to a point for corner; THENCE South 01 degrees 52 minutes 54 seconds West , a distance of 23.06 feet to the POINT OF BEGINNING. and containing 1,430 square feet or 0.033 acres of land. more or le ss . Pagel of 2 GORRONDONA & ASSOC I A ITS. INC. 6707 BRENnVOOD STA IR RO . SU ITF. 50 FORT WO RTH . TEXAS 76 11 2 8 17-496-1424 FAX 8 17-496 -1768 PARCEL NO. STC TEMPORARY CONSTRUCTION EASEMENT CITY OF FORT WORTH DIRKS ROAD PROJECT PORTION OF LOT l , BLOCK l, RALL RANCH ADDITION Notes : (I) A plat of even survey date herewith accompanies this legal description. (2) All bearings are referenced to the project contro l for State Hi ghway 121 . All bearings and distances are s Uiface . Date: September 24, 2008 Richard Kennedy Regi stered Profes s ional Texas No. 5527 . -- GORRONOONA & A~SOCIATES . INC. 67 07 BRENTWOOD STA IR RD . SUITE .'i O FORT WORTH . TEX AS 76 11 2 8 17-496 -14 24 f'AX 8 17-4%-1768 I ) I I / 0 <C 0 a: z > a: 1-z <C >-a: co ------- \ EXHIBIT "B" 1 RALL RANCH ADDITION VOLUME 3BB-17B, PAGE 32 P.R .T.C.T . 5 .812 ACRES (BY DEED) UNITED STATES POSTAL SERVICE VOLUME 13576, PAGE 268 D.R.T.C.T. CD PROPOSED RIGHT-OF-WAY PARCEL NO. 5TC AREA 0 .033 ACRES (1,430 SQ .FT .) S 88"06'35"E N 01"52'54"E S 01"52'54"W 162.00' N BB"07'0S"W 23.07'---.........._ 'it-:. "".'::::::.':::~ ~ 23.06' 2B1 97' °'i ................. V° S BB"07'06"E SET 5/B"IR W/CAf' ___ -·------~:-:-:-:,:-:-.-:·:·:.:::::-::)\~c== _ 214.80' "GORRONDONA" 62.00' - N 88"07'06"W DIRKS ROAD (C.R. 1043) -----__ (VARI AB LE W~TH_31GHT-OF-WAYL _ PROPOSED RIGHT-OF-WAY TRACT NO. 1 A. M. PATE , JR . VOLUME 6691, PAGE 475 D.R.T .C.T . J. F. HEATH SURVEY ABSTRACT NO. 641 City oF Fort Worth DIRKS ROAD PROJECT 100D THROCK MORTON STREET • FORT WORTH . TEXAS 76102 PARCEL NO. 5TC TEMPORARY CONSTRUCTION EASEMENT TPW No . 00768 OWNER : UNITED STATES POSTAL SERVICE DATE : 9/24/2006 PAGE 1 OF 1 SUBDIVISION : PORTION OF LOT 1 , BLOCK 1, RALL RANCH ADDITION JOB NO . 0704-1977 SC ALE : 1 • = 100' LOCATION : CITY OF FORT WORTH TARRANT COUNTY TEXAS CHK BY: CS DRAWN BY : RK RIGHT-OF-WAY AC UISITION AREA: 1 430 SQ.FT. OR 0.033 ACRES CADD FILE : 1977 Exh i bits .dwg \ QUAIL RIDGE ESTATES \ PHASE 2 I VOL UM E 3 BB -201 , PAGE 20 \ P.R.T.C.T . 1-- I '- ' 6 / GORRONDONA & ASSOCIATES. INC . 6707 BRENlWOOO STAIR ROAD, SUITE 50 FORT WORTH, TX . 76112 817 -496-1424 FAX 817-496-1768 SECTION 9 -REPORTS 9.1 GEOTECHNICAL REPORT GEOTECHNICAL STUDY DIRKS ROAD -WEST FORT WORTH, TEXAS SUBMITTED TO KENNEDY CONSULTING, LTD. 1871 HARROUN A VENUE, SUITE 101 MCKINNEY, TEXAS 75069 BY HVJ ASSOCIATES, INC. DALLAS, TEXAS OCTOBER 22, 2009 REPORT NO. DG-08-17000-BG2 HVJ ASSOCIATES October 22, 2009 Mr. Kurt Aungst, P E Kennedy Consulting, Ltd. 1871 Harroun Avenue, Suite 101 Mckinney, Texas 75069 Re: Geotechnical Study Dirks Road Improvement-West Fort Worth, Texas Owner: City of Fort Worth HVJ Report No. DG-08-17000-BG2 Dear Mr. Aungst: Houston Austi n Dallas San An t o nio 9200 King Arthur Dr. Dallas.TX 75247-3610 214 .678.0227 Ph 214.678.0228 Fax www.hvj.com Submitted herein is the report of our geotechnical investigation for the above referenced project. The study was conducted in ge neral accordance with our proposal number DG-08-17000-BG2, dated September 28, 2008, and is subject to the limitations presented in this report. We appreciate the opportunity of working with yo u on this project. Please read the entire report and notify us if there are questions co ncerning this report or if we may be of further assistance . Sincerely, HVJ ASSOCIATES, INC. Texas · · · n No. F-000646 FF /HE/ZA/JP: jp ~ ...... ,,,,,, -• ~ OF 7'. \I .:".c,.~~·· ·····,f-r.:•, ;''?··· * ··:-r.r•, '*... ....,..,. ,... ··*1. , ............................... ..,._ ~ FADI N. FARAJ 1. -,._ ................................ , \ ~... 96101 /~s 1, ?a,: .. < ic ..... .c.~. ·'.jl_-• e. ·.. C.1'1-' •• • ... -•, .s>s ....... ~ .:- ,, 10NAL ~"~-,,,,,,.,.._~ 10 /22 /2009 The seal appearing o n this document was authorized by Fadi N. Faraj, P.E. 9670 7 on October 22, 2009. Alteration of a sealed document w ith o ut proper notification to the re spo nsible engineer is an offense under the Texa s Engin eering Practice Act. The following li sts the pages which complete this rep ort: • Main Text -13 pages • Appendix A -11 pages • Pl ates -15 pages • Appendix B -2 pages Ziad R. AlAawar, Ph.D. Staff Engineer CONTENTS 1 EXECUTIVE SUMMARY ................................................................................................ I 2 INTRODUCTION ............................................................................................................ 1 2.1 Project Description ............................................................................................................. ! 2.2 Geo technical Inves ti ga ti on Program ................................................................................... 1 3 FIELD INVESTIGATION ............................................................................................... 1 3.1 Geo technical Borings .......................................................................................................... 1 3.2 Sampling Methods .............................................................................................................. 1 3.3 Water Leve l Measurements ................................................................................................. 2 4 LABORATORY TESTING ............................................................................................... 2 5 SITE CHARACTE RIZATION ......................................................................................... 3 5.1 General Geology ................................................................................................................. 3 5.2 Soil Stratigraphy .................................................................................................................. 3 5.3 Groundwater Conditions .................................................................................................... 4 5.4 Sulfate, Chloride and pH Analysis Test Results ................................................................... 4 6 PAVEMENT DESIGN RECOMMENDATIONS .......................................................... .4 6.1 General ............................................................................................................................... 4 6.2 Moisture-Density Relationship ........................................................................................... 4 6.3 CBR Value .......................................................................................................................... 4 6.4 Ri gid Pave ment Section ...................................................................................................... 4 6.5 Ri gid Pave ment Thickness and Load Capacity .................................................................... 5 6.6 Preparation of Subgrade ..................................................................................................... 7 6.7 Flexible Pavement Transition Section (One Year Temporary D es ign) ................................ 7 7 MONITORING ................................................................................................................. 8 8 D ES IGN REVIEW ........................................................................................................... 8 9 LIMITATIONS .................................................................................................................. 8 ILLUSTRATIONS P late GEOLO G Y MA P ............................................................................................................................................. 1 PLAN OF BO RIN G S ......................................................................................................................... 2A -2E BO RIN G LO GS ........................................................................................................................................ 3 -9 KEY TO TERMS U SE D ON BO RING LOGS ......................................................................... 10A - 10B APPENDICES A ppendix SULFATE, CH LO RID E AND PH T EST RESULT S .............................................................................. A SUMMARY OF LABO RAT O RY TEST RESULT S ................................................................................. B 1 EXECUTIVE SUMMARY HVJ Associates, Inc. was retained by Kennedy Consulting, Ltd. to provide geotechnical services for the proposed Dirks Road Improvement -West Project in Fort Worth, Texas . The project will involve roadway improvements consisting of a new pavement design that will be installed along D irks R oad from about 700 feet west of SH 121 to just east of Bryant Irvin Road in Fort Worth, Texas. The total length of the proposed improvements will be about 3,250 feet. The purpose of the geotechnical investigation is to provide geotechnical recommendations for the proposed roadway improvements. Subsurface conditions were evaluated by drilling a total of seven (7) borings, which are referred to throughout this report as R-1 through R-7. All of these borings were drilled to a depth of 10 to 11 feet and the samples obtained form the borings were used for the pavement design. A brief summary of the investigational findings is as follows: 1. Based on our field investigation, descriptions of the subsurface soils are presented below: R-1 and R-2. The subsurface soils for borings R-1 and R-2 consist of very stiff to hard dark gray fat clays at the top one to two feet of subgrade underlain by tan limestone bedrock. Limestone at the top two to five feet is weathered underlain by much harder, unweathered limestone. R-3 and R-4. The subsurface soils for borings R-3 and R-4 consist of lean clay and sandy lean clay soils to the termination depth of the borings. Weathered limestone was encountered at the top two feet in boring R-3. However, this upper material was augured and so only a grab sample was obtained. R-5 and R-6. The locations of borings R-5 and R-6 both have 4" of asphalt pavement underlain by 8" of base material. Immediately underlying the asphalt pavement and fill material is stiff to very stiff, dark gray, gray, brown, and tan fat cl ay . &l.. The subsurface soil for boring R-7 consists of stratified layers of both lean and fat clay and limestone from the ground surface to a depth of six feet below existing grade . Underlying these strata is limestone bedrock, which extended from 6 feet below existing grade to the depth at which the boring was terminated. It is important to note that there is an 18-inch layer of limestone from 2.5 to 6 feet below existing grade; this material was augured and so only a grab sample was obtained. 2 . Groundwater was not encountered during drilling. However, it should be noted that moisture conditions encountered at the time of drilling may not accurately reflect the true groundwater conditions, and therefore should only be considered to be approximate . It should also be noted that groundwater levels will fluctuate with seasonal changes in climatic conditions . 3. Pavement design recommendations were provided for a rigid concrete pavement based on City of Fort Worth P avement Design Standards Manual 2005 and ass uming the streets are classified as Arterial. Also temporary pavement design recommendations were provided in this report. Please note that this executive summary does not full y relate our findings and opinions . Those findings and opinions are only presented through our full report. 2 INTRODUCTION 2.1 Project Description HVJ Associates, Inc. was retained by Kennedy Consulting, Ltd. to provide geotechnical services for the proposed D irks R oad Improvement -West Project in Fort Worth, Texas. The project will involve roadway improvements, which will consist of a new pavement design that will be installed along D irks R oad from about 700 feet west of SH 121 to just east of Bryant Irvin R oad in Fort Worth, Texas. The total length of the proposed roadway improvements will be about 3,250 feet. The purpose of the geotechnical investigation is to provide geotechnical recommendations for the pavement design. Pavement design was performed in accordance with City of Fort Worth requirements (Pavement D esign Standards Manual 2005). 2.2 Geotechnical Investigation Program The primary objectives of this study were to gather information on subsurface conditions at the site and to provide recommendations for utilities and pavement. The objectives were accomplished by: 1. Drilling seven (7) soil borings to determine soil stratigraphy and to obtain samples for laboratory testing; 2. Performing laboratory tests to determine physical and engineering characteristics of the soils; and 3 . Performing engineering analyses to develop design guidelines and recommendations. Subsequent sections of this report contain descriptions of the field exploration, laboratory-testing program, general subsurface conditions, design recommendations, and construction considerations. 3 FIELD INVESTIGATION 3.1 Geotechnical Borings The field exploration program undertaken at the project site was performed between August 21, 2009 and August 25, 2009 . Subsurface conditions were evaluated by drilling a total of seven (7) borings, which are referred to throughout this report as R-1 through R-7 . All of these borings were drilled to a termination depth of 10 to 11 feet and the samples obtained form the borings were used for the pavement design. In borings R-5 and R-6 , the p avement was augered and the thicknesses of the pavement and the underlying base material were both measured. A site plan showing the approximate b oring locations is presented on the Plan of Borings, presented in Plates 2A through 2D. 3.2 Samp lin g Methods Where possible, soil samples were obtained continuously to a depth of 10 feet below existing grade . Cohesive soil samples were obtained with a three-inch, thin-walled (Shelby) tube sampler in general accordance with ASTM D -1587 standard. Granular soils were sampled with the Standard P enetration Test (SP1) sampler in accordance with ASTM D15 86 standard. Each sample was removed from the sampler in the field, carefully examined, and classified according to the Unified Soils Classifi cation System. The shear strengths of the cohesive soils were estimated in the field with 1 5.3 Groundwater Conditions Groundwater was not encountered during drilling. However, it should be noted that moisture conditions encountered at the time of drilling m ay n ot accurately reflect the true groundwater conditions, and therefore should only be considered to be approximate. It should also be noted that groundwater levels will fluctuate with seasonal changes in climatic conditions. 5.4 Sulfate, Chloride and pH Analysis Test Res ults The results of sulfate and chloride an alysis performed on in-situ moist sample are presented below. Boring No. R-1 through R-7 Table 5.2 Chemical Test Results Depth (feet) 1-3 Total Sulfate (mg/kg) 80.8 Total Chloride (mg/kg) 60.0 pH (pH Units) 7.85 The results of sulfate analysis based on test method E300 performed on in-situ moist sample show that the concentration of availab le sulfate in the soil is low. The threshold/trigger level of sulfate that can lead to expansive mineral (Ettringite) formation is >1000 ppm (or 1000 mg/kg). 6 PAVEMENT DESIGN RECOMMENDATIONS 6.1 General We understand that the project will also involve the reconstruction of the pavement along the west side of Dirks Road considered in this report. 6.2 Moisture-D ensity Relationship Based on the results of a standard Proctor test, the maximum dry density (MDD) of the composite sample obtained from natural on-si te soils was determined to be 106.6 pcf at an optimum moisture content (OMC) of 18 %. The composite sample was classified as tan and brown fat clay. The plasticity index and liquid limit of the composite sample were 41 and 54, respectively. The percent passing No . 200 Sieve was 87 . 6.3 CBR Value A design CB R value of 1.3% is estimated at 95 % of MDD corresponding to 101.3 pcf. 6.4 Ri gid Pavement Section The recommendations presented in this report for the pavement design were developed in accordance with the "AASHTO Guide for D esign of Pavement Structures", 1993 Edition. The design procedure for determining concrete slab thickness for rigid pavement is based on an extension of the algorithms that were originally developed from the AASHTO R oad Test. The categories required for the design of pavement includes: (a) design variables, (b) performance criteria, (c) pavement structural characteristics, (d) material properties for structural design, and (e) reinforcement variables. P arameters relative to these categories are discussed below. 4 Traffic Load and Design Period. Based on City of Fort Worth Pave ment Design Standards Manual 2005, and assuming the streets are classified as Arterial, we have estimated a traffic loading of 13,500,000 ESAL (18-Kip equivalent single axle load). This estimate is based on annual ESAL of 300,000, a growth rate of 2.5 %, and a design life of 30 years in accordance with the City of Fort Worth Pavement Design Standards Manual. Reliability Level and Overall Standard Deviation. A reliability le vel (R) of 95 percent was selected for the pavement design performance. A mean value of the overall standard deviation (So) was selected to be 0.35 for rigid pavement. Serviceability. The serviceability of a pavement is defined as its ability to serve the type of traffic that uses the facility. The condition of the pavement after the performance period is characterized by a Terminal Serviceability Index (P J, which is a function of the p ave ment structure. We recommend that a Terminal Serviceability Index of 2.5 be used for all pavements. Since the time at which a given pavement structure reaches its terminal serviceability depends on traffic volume and the original or initial serviceability (P 0 ), some consideration also must be given to the selection of P 0 • As obtained at the AASHTO Road Test, a P O value of 4.5 was selected. Drainage. The treatment for the expected level of drainage for a rigid pavement is through the use of a drainage coefficient, Cd. A Cd value of 1.2 was selected for good quality of drainage. We have assumed that good quality drainage will be used on this project. Load Transfer. The load transfer coefficient, J, is a factor used in rigid pave ment design to account for the ability of a concrete pavement structure to transfer load across discontinuities, such as joints. Based on the values developed by AASHTO, a mean value of the load transfer coefficient 0) of 3.2 was selected for the design of jointed reinforced concrete pavement with tied curbs. Loss of Support. This factor, LS, was included in the design of rigid pavement to account for the potential loss of support arising from sub base erosion and/ or differential vertical soil movement. An LS value of 1.0 was selected according to the AASHTO suggestion for the condition of stabilized soils beneath the pavement. Effective Modulus of Subgrade Reaction. Based on the California Be aring Ratio of 1.3 %, we have estimated a subgrade resilient modulus of 1,950 psi. Based on the loss of support factor (LS) de~cribed previously (LS= 1.0), an effective modulus of subgrade reaction (k) was found to be 116 pe1. Concrete Riastic Modulus and Modulus of Rupture. A mean value of 600 psi for S'c was selected for the design. A value of 3.12 x 106 psi was used for the modulus of elasticity of the concrete (Ee) using the correlation recommended by the American Concrete Institute. Ee= 57,000(f'c)O·S Where, Ee = elastic modulus of concrete in psi and, f'c = compressive strength of concrete in psi; a value of 3000 psi is used here. 6.5 Rigid Pavement Thickness and Load Capacity Based on the above parameters, a minimum of 11-inch thick concrete pavement is recommended for a 30-year design life period. In addition, we recommend that eight inches of the subgrade soils 5 be stabilized with 6% to 8% lime by dry weight since the subgrade soil is expected to be cohesive type (fat clays, sandy clays, lean clays, sandy lean clays ... ). If cohesionless soil type (sands, clayey sands ... ) is encountered at the subgrade at any location, 2% lime and 8% fly ash by dry weight is recommended to be used . The 6% lime will be equivalent to 40 pounds per square yard. The 2% lime and the 8% fl y ash will be equivalent to 10 and 50 pounds per square yard, respectively. The above amounts for stabilization are provided for estimation purposes . The exact amount of lime and fl y ash should be determined by testing the exposed subgrade during construction. Reinforcing Steel Requirement: Longitudinal and transverse reinforcing steel is required to resist warping stresses in the pavement section and to hold pavement cracks that develop tightly closed. In addition, reinforcement is required at pavement joints in order to prevent deflections across the joint. Recommendations for reinforcement at pavement joints are described in the AASHTO Pavement Design Manual. The amount of longitudinal and transverse reinforcement required depends on the distance between pavement joints. Various bar sizes and spacings can be used to satisfy these reinforcement requirements, and the overall cross-sectional area of steel (A s) required per foot of slab width can be calculated as follows: Where: A =FLW s 2f s A s Required cross-sectional area of reinforcing steel per foot of width F Coefficient of resistance between slab and subgrade L Distance between free transverse joints or between free longitudinal edges, feet W Weight of pavement slab, psf fs Allowable working stress in the steel, psi Slab Length . This refers to the joint spacing or distance, L, between free transverse or longitudinal joints. Steel Working Stress. The allowable working stress (fs) in steel reinforcement is a value equivalent to 75 percent of the steel yield strength. Friction Factor. This factor, F, represents the frictional resistance between the bottom of the slab and the top of the underlying subbase or subgrade layer. Based on City of Fort Worth Pavement Design Standards Manual 2005, Friction Factors between pavement slab and material beneath slab shall be in accordance with Part II -Table 2.8 of the AASHTO Design Guide, except the friction factor for natural subgrade shall be no less than 1 .0 . Based on the values recommended by AASHTO, a friction factor of 1.8 can be used for the condition of stabilized soils beneath the pavement. Steel Requirements The design consultant should determine reinforcing schedule after the joint spacing (Lin the equation above) is determined. Based on City of Fort Worth Pavement Design Standards Manual 2005, all rigid pavements shall be jointed reinforced concrete pavements QRCP) or continuously reinforced concrete pavements (CRCP). Only steel reinforcement will be allowed . No plain jointed concrete pavements QCP) will be allowed . Continuously reinforced concrete pavements (CRCP) will be allowed only if approved in advance in writing b y the Engineer. 6 Reinforcement for JRCP shall be designed in accordance with Part II -Section 3.4 of the AASHTO Design Guide, except maximum spacing for number 3 reinforcing bars shall be 24 inches center to center, and for larger bars the maximum spacing shall be 36 inches center to center. Reinforcement for CRCP (if CRCP is allowed by the Engineer) shall be designed in accordance with Part II -Section 3.4 of the AASHTO Design Guide, except transverse reinforcement shall have a maximum spacing for number 3 reinforcing bars of 24 inches center to center, and for larger bars the maximum spacing shall be 36 inches center to center. 6.6 Preparation of Subgrade The subgrade soils along the pavement alignment generally consist of both cohesive and cohesionless soils. We recommend that at least eight inches of the subgrade be stabilized. Stabilization of the subgrade should increase the modulus of subgrade reaction and provide subgrade stability for construction during inclement weather. In addition, subgrade stabilization should enhance long-term pavement performance by reducing the tendency of the soil to displace by pumping. We recommend the following procedures for subgrade preparation. 1. Clear the existing pavement section. 2. Strip the surface soil to suitable depths. In areas where soft, compressible or loose soils are encountered, additional stripping may be required. Stripping should extend a minimum of two feet beyond the edge of the proposed pavement where possible. 3. Surfaces exposed after stripping should be proof-rolled in accordance with TxDOT Standard Specification Item 216 or equivalent City of Fort Worth specification. If rutting develops, tire pressures should be reduced. The purpose of the proof-rolling operation is to identify any underlying zones or pockets of soft soils and to remove such weak materials. 4. Before stabilizing the subgrade, scarify the upper eight inches of exposed surface as required, mix with lime if subgrade soils are cohesive or with lime and fly ash if subgrade soils are cohesionless, and compact it to 95 percent of standard proctor maximum dry density (ASTM D698). The amount of lime or lime and fly ash shall be determined for subgrade soils by conducting laboratory tests on the exposed subgrade material during construction. 6.7 Flexible Pavement Transition Section (One Year Temporary Desiga) ReJiabiJicy Level and Overajj Standard Deviation. A reliability level (R) of 90 percent was selected for the pavement design performance. A mean value of the overall standard deviation (S o) was selected to be 0.44 for flexible pavement. Based on the above design parameters, the Design Structural Number (SN) for the design traffic loading of 300,000 ESAL was computed as 4.25. These design parameters assume a design life of one year for a street classification of Arterial. These values were used in conjunction with structural layer coefficients for flexible pavements to obtain the following recommended section for flexible pavement. Other alternative sections can lead to the same Design Structural Number (SN). 7 Altern ativ e Se ction Thickness Layer SN (i) 300,000 ESAL (in ches) Coefficient Hot Mix Asphaltic Concrete Surface 8 0.44 3.52 Lime / Flyash Stabilized Subgrade 8 0 .11 0.88 Total Thicknes s 16 4.4 7 MONITORING We recommend that b ackfill be monitored b y an accredited tes ting laboratory to verify that construction is performed in conformance with project specifications. HVJ Associates routinely provides these services and would be pleased to do so for thi s project. 8 D E SIGN REVIEW HVJ Associates, Inc. should review the design and construction plans and specifications prior to release to make certain that the geotechnical recommendations and design criteria presented herein have been properly interpreted. 9 LIMITATIONS This investigation was performed for the exclusive us e of Kennedy Consulting, Ltd. for the proposed D irks Road Improvement -West in Fort Worth, Texas . HVJ Associates, Inc. has endeavored to comply with generally accepted geotechnical engineering practice common in the local area. HVJ Associates, Inc. makes no warranty, express or implied. The analyses and recommendations contained in this report are based on data obtained from subsurface exploration, laboratory testing, the project information provi ded to us and our experience with similar soils and site conditions. The methods used indicate subsurface conditions only at the specific locations where samples were obtained, only at the time they were obtained, and only to the depths penetrated. Samples cannot be relied on to accurately reflect the strata variations that usually exist between sampling locations . Should any subsurface conditions other than those described in our boring logs be encountered, HVJ Associates, Inc. should be immediately notified so that further inves ti gation and supplemental recommendations can be provided. 8 PLATES N t DATE: 09/23 /09 9200 Kiniz Anhur Dr. Dallas. TX 7S247 2 14-678-0227 2 14-678-0228 Fax APPROVED BY: ZA GEOLOGY MAP Dirk s Road -West PREPARED BY: DB PROJECT NO .: DRAWING NO .: DGOR-17000 PLATE I e HORZ O' 20 ' 40 ' 80' !-S-----I VERT O' 4' B' SCALE [N FEET BEGIN PROJECT l DIRKS TEMPORARY CONNECTOR STA 26+00.00 = l DIRKS RD STA 106+00.00 (5. 98' LT) PI STATION PI NORTHINC PI EASTING DEL TA DEGREE OF CURVE TJ\NGENT LENGTH flADIUS PC STATION PT STATION END DlRKS TEMPORARY CONNECTOR BEGIN FULL ROAD CONSTRUCTION { DIRKS TEMPORARY CONNECTOR STA 29+20.03 = ~ DIRKS RD STA 109+19 .96 = 111•1q,20 -6,120,457.37 • 2, 2Q6, 7:,5. 06 • 2• 04' 54.06' = 5• 31' q9, 73' 18. 82 -37. 64 -1,036.0D -110 ... 95.31 = 111•33.02 IR Tl 9?00 K.,1ArduDriv< o.Jlu,T-7U47-36LO UU7'.0221 1'11 21 u ,n1.0221 fu DA TE , 09/2 Jn009 APPROVED BY : PREPARED BY : ZA DIRKS ROAD -WEST, PLAN OF BO RINGS PROJ ECT NO., DG08 I 7000-BG2 DRAWIN G NO ., PLATE 2A RE e HORZ O' 20' 40 ' 80 ' ,.....____ I VERT O' ~· 8 ' SCALE [N FEET I I I ' ... EXISTI!!!_G JITY R, 0, 'I'. _ ... ---------- -.... 0 • I a i _ _ !):.!5TCNG CITY RI D. ii. ---------~----------ht -~ -.---1,.--.-- 'j>if~t?~li.~ ..!'.!I'!'.-:-~.:o.:..~----" ---~-" -··-··-"-··-··-"-··-··-" -··-··-"-··-··-11---··-" -··-··-•1----··-fl-~PORAR Y CONSTRuci'iori EASEMENT '1200 Klll1J,\nh,rl}n\,t Ddu..Ta .. 752"7•1'10 21~fln.0227 PII DATE: 09/21 /2009 APPROVED BY: PREPARED BY : ZA RE DIRKS ROAD-WEST: PLAN O F BOR ING S PROJECT NO.: DRAWING NO.: 0008 17000--BG2 PLATE 28 D e HORZ O' 20 ' 40' 80 ' i--.~ I VERT O' -t ' 8' SCALE [N FEET ,a • B • ... ~ 0 GI C --~----,1 -- r --~ A -"""°""'-f I - I , ------•*---..... ---It! _____ T .. I ______ .,.. ____ ..-bl - CUL VERT DK 1 ,i -PR OPOSED DRAIBAGE EASEMENT - -\ L A ~--~--~--L---~ 9200Kiq/u1hurllm'c Oa!IM.Ta. ... 7520-l610 2J.U11.0227111 21·Ui71.0lllfu APPROVED BY : PREPARED BY : DAT E: 09/21 /2009 ZA RE DIRKS ROAD-WEST: PLAN OF BORI NGS PROJECT NO .: DRAWI NG NO.: 1Xi08 I 7000-BG2 PLATE 2C ,, -.,. S JDEWALll WALL ·R~-- " ------ffl -----IN -·-----91-·•-••-DI ___ ,, __ I e HORZ O' 20' 40' 80' ,..._,__ r VERT O' 4' B' SCALE [N FEET PI STATION PI NORTHING PI EASTING DELTA DECREE Of CUR Y E TANGE:NT LENGTH RADIUS PC STATION PT STATION • 131•91. 19 • ti,920,,H.01 2,301, ~1 o. 34 -e· 30' o;i.. 51 " • 5• 31 ' ~9.7~" • 22.61 4~. 22 1,036.00 • 137'68. 51 -.. • 13B•1~. 79 FIR ST ROW OF TREES TO BE R El,!:lV I I EIC I~TING ClfY I!. O. W. TEI\PCJ1ARV CONSTRUCT ION EASEIIENT 9:ZOOKia1,.,..Drwc Ddaa,TGM7'2H-J610 ?L4.fi71.02l1 Pll 2L4.li71.022-f u APPROVED BY : PREPARED BY : DATE: 09/2 1/2 009 Z A RE DIRKS ROAD-WEST: PLAN OF BORINGS PROJECT NO.: DRAWING NO.: DG08 i 7000-BG2 PLATE 20 l'I STATION • lH•'!ll.19 \ ___ ___,, F' I NOIITI-II NG • 6 1 92(11 36~, 07 PI EA:i,TING • 2, :)01, Q10 , 34 DEL lA 2' 30' 03 , 57' CLTJ J DECREE. OF CURVE. = 5' 31' 0 . 7J3' TANGENT • Z2. lil LrnGTH • 45. 22 RAD IIJ:;. • 1 , 03i. 00 PC STATION = 1H•i8.\H ' Pl STATION • 1311•1 l. 19 \ .._ BE REMDVED I PROPOSED CITY R. D.111. ---------------=1 ---• -----. ------. ---·--. ---·--. ---· -~ ------. ---·--. ------.. ------·, 1 TEMPORARY CONSTRUCTION E.A:i,EMENT ----------------- e HORZ O' 20' 40 ' 80' t-w-----I VE RT O' 4' S' SCALE [N FEET 9200 1t•1AnlrMDrrvc 0.U.U..l"Cll.lln247•J6LO 21 4.671.0227 1'11 APPROVED BY: PREPARED BY : DATE: 09/2 1/2009 ZA RE DlRKS ROAD-WEST: PLAN OF BOR INGS PROJECT NO .: DRAWING NO .: DG08 I 7000-BG2 PLATE 2E Proj ect: West Dirks Road Boring No .: R-1 Groundwater during drill ing : Dry Groundwater after drilling : Dry ELEV . DEPTH , FEET SOIL SYM BO LS SAM PLER SYM BOLS AN D FIELD TEST DAT A LOG OF BORING Date : 8/24 /2009 North ing : 6,920 ,503 .0 Easting : 2 ,298 ,909.0 SOIL/ROCK CLASSIFICATION UJ (!)> z UJ iiiii'i cno <( 0 (l.N ~ iii z u. UJ t) Cl Cl. ~ Project No.: DG-08-17000 Elevation : 770 .79 feet Station : Dirks Rd 112+87.09 Offse t: 56 .86 ' LT SHEAR STRENGTH , TSF • • • )I( 0.5 1.0 1.5 2.0 ~ci z Cl MOIST URE O CONTENT, % I----.L_--------1------------------1----1--I PLAST IC LIMIT t-------1 LI QUI D LI MI T b Cl ; 77 0 765 :i: 760 ~ (!) >-' en w ;,: Cl c§ Ct: en "' Ct: 15 N (!) Cil 6 g ,._ ;i; 0 Cl (!) z 5 10 15 f2 0 Cil ..J Shear Types : 0 en LL 0 (!) 0 THD 23/6" 35/6" THD 50/5.25'' 39/6" TH D 50/1.5" 50/0.75" . ·tan ,· we athered : "L1NIESTONE'.' ............................... . 85 110 . 'ia n, LiMESTONE .' ... " ................ " ... """ ....... " ...... . • = Hand Penet. • = Torvane .& = Unconf. Comp . ..,.__ _________ _ ASSOCIATE S 10 20 30 40 50 70 80 90 .53 0 * = UU Triaxial PLATE 3 Project: West Dirks Road Boring No.: R-2 Groundwater during drilling : Dry Groundwater after drilling : Dry LOG OF BORING Date : 8/21/2009 Northing : 6,920,486 .0 Easting: 2 ,299 ,2 12.0 SOIL/ROCK CLASSIFICATION ~ iii Zu.. W (.) oc.. ~ Project No .: DG-08-17000 Elevation : 767 .61 feet Station: Dirks Rd 115+89 .75 Offset: 49 .15'LT SHEAR STREN GTH , TSF • • • )I( 0 .5 1.0 1.5 2.0 ELEV. DEPTH, FEET SOIL SY MB OLS SAM PLER SYM BOLS AND FIELD TE ST DATA 0 MOISTURE O CO NTENT, % 1-----L.---------+-------------------1---+---lpLASTIC LIMI T 1----1 LI QUID LIMI T 10 20 30 40 50 60 70 80 90 0 765 5 760 10 THO 50/4 .75" . 'ia ri , weaih erecl', LINIESTONE°. ................................. . 50/6" THo 5010.5" · ·ia n: UMEsfoiilE : · · · · · · ·· · · ·· · ·· · · · · · · · ··· · · · · ·· · · · · · · · ·· · · · · · · · · 50/0.25" THO 50/0.5" 50/0.25" THO 50/1.5" 50/0 .25" 91 112 0 11--+--+----+---I .15 ~ 755 a:: 0 N l'.) a, 0 8 .... :i; 0 0 l'.) z a' 0 a, ...J 6 (J) IL 0 l'.) 0 15 Shear Types : • = Hand Penet. -',__ _________ _ • = Torvane J;,, = Unconf. Comp . * = UU Triaxial PLATE 4 ASSOC I ATE S Project: West Dirks Road Boring No .: R-3 Groundwater during drilling: Dry Groundwater after drilling : Dry ELE V. DEPTH , FEET SOIL SYM BOLS SAMPLER SYMBOLS AND FIELD TEST DATA LOG OF BORING Date: 8/21/2009 Northing: 6 ,920,465 .0 Easting : 2 ,299 ,756 .0 SOIL/ROCK CLASSIFICATION UJ C!l> z UJ cncn C/Jo <(O 0..N ~ en Zu.. UJ u 00.. >-0:: Project No .: DG-08-17000 Elevation : 753 .12 feet Station : Dirks Rd 121+34.41 Offset: 46 .19' LT SHEAR STRENGTH , TSF • • • )I( 0.5 1.0 1.5 2.0 ~ci z Cl MOISTURE O CONTENT,% t-----~--------+--------------------+---t-----1 PLASTIC LIMIT 1---------l LI QUI D LIMIT 750 745 8 74 0 a, 6 g .... ~ 0 (.'.) 0 10 15 z i:i: 0 a, Shear Types: ....I 0 Cl) u. 0 (.'.) · · iaii : weaifiei-ec1 : · i.liv1est0Ne·. · wi poci<eis · al iiai,c1 : · · · · · · · · · 21-17-13 · Very siitt"to ·tiarc1 : ·6i-owri". · s..;;~.iov· L"EAt,:.i-cLW tci:.i : · · · · · · · w/ weath ered limesto ne inclusions . 20-19-20 -w/ c al ca reous gravel at 10' • = Hand Penet. • = Torvane • = Unconf. Comp. g ___________ _ ASSOCIATES 10 20 30 40 50 60 70 80 90 0 * = UU Triaxial PLATE 5 Project: West Dirks Road Boring No.: R-4 Groundwater during drilling: Dry Groundwater after drilling : Dry ELEV. DEPTH , FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA LOG OF BORING Date : 8/21/2009 Northing: 6 ,920,461.0 Easting: 2,300,132.0 SOIL/ROCK CLASSIFICATION w ~> zw ciicii en o -0:: 0 Q. N ~ cii Zu.. WU Cl a. ~ Project No.: DG-08-17000 Elevation: 742 .80 feet Station: Dirks Rd 125+10.44 Offset: 54 .52' LT SHEAR STRENGTH , TSF • • • * 0.5 1.0 1.5 2.0 *o z Cl MOISTURE O CONTENT, % l------'-----------1---------------------",__---l----l PLASTIC LIMIT t-----i LIQUID LIMIT >-0 (!) j J: -, 0.. (!) ,-: Cl) w ;,: 0 c§ (l'. Cl) "' 74 0 735 ~ 730 N (!) a, 0 8 ,-.. d, 9 (!) 0 (!) 0 10 15 z a'. 0 a, Shear Types : ...J 6 Cl) LL 0 (!) . ·very siif( brown ." ·sANDYLEAN ·cl.AV (CLi : ............... . . . siitt "tci ·very ·siit( "ciar1di"rowri", LEAt•i° ci..A 'v" wi ·siirii:i ....... . (CL). 73 82 • = Hand Penet. • = Torvane A= Unconf. Comp . '3.._ _________ _ ASSOCIATES 118 113 10 20 30 40 50 \ \ \ \ * = UU Triaxial \ \ \ \ \ 70 80 90 PLATE 6 Project: West Dirks Road Boring No .: R-5 Groundwater during drilling : Dry Groundwater after drilling : Dry ELEV. DEPTH, FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA LOG OF BORING Date : 8/25/2009 Northing: 6 ,920,427 .0 Easting : 2 ,300,431 .0 SOIL/ROCK CLASSIFICATION w C.,> zw cnui cno <( 0 Q..N ~ en zu.. W(.) Cl c.. >-a: Project No.: DG-08-17000 Elevation: 756 .24 feet Station: Dirks Rd 128+10.39 Offset: 30 .57' LT SHEAR STRENGTH , TSF • • • )I( 0.5 1.0 1.5 2.0 ~ci z Cl MOISTURE O CONTENT, % 1-----'----------+--------------------,1----+---i PLASTIC LIMIT 1--------l LIQUID LIMIT ~ D {!) ~ I ~ 755 750 (!) 745 ~ en w s: D ~ en ,:'. a:: i5 N {!) Cl/ 0 g .... ~ 0 D {!) 0 10 15 . ·4·,,· of ASPHAL T.PAVEMENt.· ................................. . . 'rf of ·sASE 'MAi'ERiAC (fiilf .................................. . 97 91 97 96 102 z iY 0 "' ...J Shear Types: • = Hand Penet. • = Torvane • = Unconf. Comp . i5 en LL 0 {!) 0 ...J..._ _________ _ ASSOC I ATES 10 20 30 40 50 60 70 80 90 \ \ \ \ ' I I I I • I I I I I I • * = UU Triaxial PLATE 7 >- Project: West Dirks Road Boring No.: R-6 Groundwater during drilling: Dry Groundwater after drilling : Dry ELEV. DEPTH , FEET SOIL SYMBOLS SAM PLER SYMBOLS AND FIELD TEST DATA LOG OF BORING Date : 8/25/2009 Northing : 6,920,377.0 Easting : 2 ,300 ,870 .0 SOIL/ROCK CLASSIFICATION UJ ('.)> ~~ (J)o <{ 0 Q..N ~ cii Zu.. UJ (.) oa.. ~ Project No .: DG-08-17000 Elevation : 755 .31 feet Station : Dirks Rd 132+50.59 Offset: 5.17' LT SHEAR STRENGTH , TSF • • • )I( 0.5 1.0 1.5 2.0 ~c:i z 0 MOISTURE O CONTENT , % 1------'-----------,------------------~----,---1 PLASTIC LIMIT f-----i LIQUID LIMIT 10 20 30 40 50 60 70 80 90 . ·4· .. · Of ASPi-iAL T 'PAVEMENT .................................. . 755 .. a·,, Of ·eASE i,1AtERiAC (fii1)'. .................................. . · Very siit( gray ·i:A'r"cLAv ·(ci-if · · · · ·· · · · · · · · · · · · · .. · · · · · · · · · · · -w/ calcareous nodules below 4' 5 750 10 94 103 115 89 92 ' I I • ' I I I I I I • ~ 745 ~ ~ C1 >-Cl) lU ~ 0 ~ a: (/) "' a: 0 "' (!) ~ 0 0 .... ;i; ~ 0 (!) z ir 0 CD ...J 6 (/) u. 0 (!) 0 15 Shear Types : • = Hand Penet. -'._ _________ _ • = Torvane A= Unconf. Comp . * = UU Triaxial PLATE 8 ASSOC I ATES Project: West Dirks Road Boring No.: R-7 Groundwater during drilling : Dry Groundwater after drilling: Dry ELEV. DEPTH , FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA LOG OF BORING Date : 8/21/2009 Northing : 6 ,920 ,412.0 Easting : 2 ,301 ,171 .0 SOIL/ROCK CLASSIFICATION w c.!l> zw en en enc <{O Q.N ~ en Zu.. W t) ac.. >- Project No.: DG-08-17000 Elevation : 756 .05 feet Station: Dirks Rd 135+50.58 Offset: 39 .86' LT SHEAR STRENGTH , TSF • • • * 0.5 1.0 1.5 2.0 ~o z a: a MOISTURE O CONTENT, % 1-----'--------------l------------------l---------l---1 PLASTIC LIMIT 1----------l LIQUID LIMIT >-0 (.!) j I 755 750 ~ 745 (.!) i-: U) w ',! 0 @ U) " er: 15 N (.!) Cl'.l 6 g .... ;;; ~ 0 (.!) 0 5 10 15 z a' 0 (D Shear Types: ...J 0 U) LL 0 (.!) 0 . ·tan ,· LiMEfitONE : .............................................. . · · ti'rown·. ·sandy·.· i=Af ci..A v· ici-ii' wi ·11niesicirie · · · · · · · · · · inclusions . THo 5011.5· · ·iaii .' LiMEsfoiilit ·wHfi. c1a:;,·iayers·.· · · · · · · · · · · ·· · · · .. ·· ·· · · · · .. 50/0.75" THO 50/0.5" 50/0 .25" 97 93 61 • = Hand Penet. • = Torvane .._ = Unconf. Comp. _, __________ _ ASSO C I ATES 10 20 30 50 60 70 80 90 0 * = UU Triaxial PLATE 9 SOIL SYMBOLS SAMPLER TYPES Soi l Types I Thin Walled 0 No Recovery ~ illIII] [TI ~ Shelby Tube Clay Silt Sand Gravel 0 Split Barrel [I Auger Modifiers ~ • CJ ~=~: • 6 o'l. I] Liner Tube B Jar Sample Clayey Silty Sandy Cemented Construction Materials WATER LEVEL SYMBOLS ~ ~ ... \ -m] ~ Groundwater level determined during ; ' , -=--~,~1i -=-drill in g operations <-... <..:..., Asphaltic Stabil ized Fill or Portland Groundwater level after drilling in ~ Concrete Base Debris Cement open borehole or piezometer Concrete SOIL GRAIN SIZE Particle Size or Sieve Classification Particle Size No. (U.S. Standard) Clay < 0 .002 mm < 0.002 mm Silt 0.002 -0.075 mm 0.002 mm -#200 sieve Sand 0.075 - 4 .75 mm #200 sieve -#4 sieve Gravel 4.75 -75 mm #4 sieve -3 in. Cobble 75 -200 mm 3 in . - 8 in. Boulder > 200 mm > 8 in. DENSITY OF COHESIONLESS SOILS CONS I STENCY OF COHESIVE SOILS 3/6 50 /4 " 0/18" Descriptive Term Very Loose Loose Medium Dense Dense Very De nse Penetration Res istance "N" * Blows/Foot 0 - 4 4 -10 10 -30 30 -50 > 50 Cons istenq, Very Solt Solt Firm Stiff Very Stiff Hard PENETRATION RESISTANCE Blows required to penetrate each of three consecutive 6-inch increments per ASTM D-1586 * If more than 50 blows are required, driving is discontinued and penetration at 50 blows is noted Sampler penetrated full depth under weight of drill rods and hammer Undrai ned Shear Strength (tsf) 0 -0.125 0.125 -0.25 0 .25 -0.5 0.5 -1.0 1.0 - 2 .0 > 2.0 * The N value is taken as the blows required to penetrate the final 12 inches Sllckenslded Fissured Inclusion Parting Seam Layer Laminated Stratified TERMS DESCRIBING SOIL STRUCTURE Fractu re planes appear polished or glossy, sometimes striated Br eaks along definite planes of fracture with little resistance to fracturing Small pockets of different soils, such as small lenses of sand scattered through a mass of clay Inclusion less than 1/4 inch th ick extending th rough the sample Inclusion 1/4 inch to 3 inches th ick extending through the sample Inclusion greater than 3 inches thick extending through the sample So il sample composed of alternating partings of different soil type So il sample composed of alternating seams or layers of different soil type Intermixed Calcareous Ferrous Nodule Soi l sample composed of pockets of d ifferent soil type and laminated or stratified structure is not evident Having appreciable quantities of calcium carbonate Ha vin g appreciable quantities of iron A small mass of irregular shape :noo Kiniz Mhur Dr. Dallas, T X 75247 214-678-0227 214-678--0228 Fax KEY TO T ERM S AND SYM BOLS US ED O N BOR I NG LOG S PROJECT NO.: I DRAWING NO.: DG0 817000 PLATE 10 A ROCK TYPES SAMPLER TYPES m Limestone rn Shale CJ Sandstone I Thin-Walled [IJ Rock Core Tube • Weathered ffl Weathered ~ Weathered ~ Standard B Auger Sample Limestone Shale Sandstone Penetration Test • Highly II Dolomite ~ Granite § THD Cone I] Bag Sample Weathered Penetration Limestone Test HARDNESS SOLUTION AND VOID CONDITIONS Friable Crumbles under hand pressure Void Cavities Vuggy Interstice; a general term for pore space or other openings in rock . Small solutional concavities. Containing small cavities, usually lined with a mineral of different composition from that of the surrounding rock . Vesicular Co ntaining numerous small, unlined cavities, formed by expansion of gas bubbles or steam during solidification of the rock. Porous Contain ing pores, interstices, or other openings which may or may not interconnect. Cavernous Containing cavi t ies or caverns, sometimes quite large. Most frequent in limestones and dolomites . Low Hardness Can be carved with a knife Moderately Hard Can be scratched easily with a knife Very Hard Cannot be scratched with a kn ife WEATHERING GRADES OF ROCKMASS <1 l Slightly Moderately Highly Completely Residual Soil Discoloration indicates weathering of rock material and discontinuity surfaces. Less than half of the rock material is decomposed or disintegrated to a soil. More than half of the roc k material is decomposed or disintegrated to a soil. All rock material is decomposed and/or disintegrated into soil. The original mass structure is still largely intact. All rock material is converted to soil. The mass structure and material fabric are destroyed . JOINT DESCRIPTION SPACING Very Close Close Medium Close Wide REFERENCES : <2" 2"-12 11 12"-3' >3' INCLINATION Horizontal Shallow Moderate Steep Vertical (1) British Standard (1981) Code of Pra ctice for Site Investigation, BS 5930 . (2) The Bridge Div., Tx . Highway Dept. Foundation Exgloration & Design Manual, 2nd Division , revised June, 1974. Information on each boring log is a compilation of subsurface conditions and soil and rock classifications obt ained from the field as well as from labo ratory testing of samp les. Strata have been interpreted by commonly accepted procedures . The stratum lines on the logs may be transitional and 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. 0-5 5-35 35-65 65-85 85-90 SURFACES Slickensided Smooth Irregular Rough Polished, grooved Planar Undu lating or granular Jagged or pitted BEDDING THICKNESS <2 l Very Thick Thick Thin Very Thin Laminated Thinly Laminated 9200 Kinie Arthllf Dr. D::allas,TX75247 214-678-0227 214-678--0228 Fax >4' 2'-4' 2"-2' 1/2"-2" 0.08"-1/2" <0 .08" KEY T O T ERMS A ND SYMBO LS USED O N BO RIN G LOG S PROJECT NO .: I DRAWING NO .: DG0 8 I 7000 PLAT E IO B APPENDIX A SULFATE, CHLORIDE AND PH TEST RESULTS Analytical Report 344295 for HVJ Associates-Dallas Project Manager: Fadi Faraj Dirks Road DGOS-17000 18-SEP-09 9701 Harry Hines Blvd, Dallas, TX 75220 Ph:(214) 902-0300 Fax:(214) 351-9139 Xenco -H o uston (EPA Lab code: TX00122): Texas (T104704215 -0 8-TX), Arizona (AZ0738), Arkansas (08-039-0), Connecticut (PH-0102), Florida (E871002) Illinoi s (002082), Indiana (C-TX-02), Iowa (392), Kansas (E-10380), Kentucky (45), Louisiana (0305 4) New Hampshire (297408), New Jersey (TX00 7), New York (11763), Oklahoma (92 18), Pennsylvania (68-03610) Rhode Island (LA000308), USDA (S-44102) Xe nco -Atl ant a (EPA Lab Code: GA00046): F lorida (E87428), North Carolina (483), South Carolina (98015), Utah (AALI1), West Virginia (362), Kentucky (85) Louisiana (04 17 6), US DA (P330-07-00105) Xe nc o -Mi ami (EPA Lab code : FLO 1152): F lorid a (E86678), Mary land (330) Xenco-Tampa Mobi le (EPA Lab code : FLO 1212): Florida (E84900) Xenco-Odessa (EPA Lab code : TX00158): Texas (T104704400-08-TX) Xenco-Dallas (EPA Lab code: TX01468): Texas (Tl04704295-08-TX) Xenco -Corp us Chris ti (EPA Lab code: TX02613): Texas (T104704370-0 8-TX) Xenco -Bo ca Raton (EPA Lab Code: FL00449): F lorida(E 86240), South Caro lin a(9603l001 ), Louisiana(04 l 54), Georgi a(9 l 7) Page 1 of 10 18-SEP-09 Project Manager: Fadi Faraj HVJ Associates-Dallas 9200 King Arthur Dr. Dallas , TX 75247 Reference: XENCO Report No: 344295 Dirks Road Project Address: Fort Worth Fadi Faraj: We are reporting to you the results of the analyses performed on the samples received under the project name referenced above and identified with the XENCO Report Number 344295. All results being reported under this Report Number apply to the samples analyzed and properly identified with a Laboratory ID number. Subcontracted analyses are identified in this report with either the NELAC certification number of the subcontract lab in the analyst ID field , or the complete subcontracted report attached to this report. Unless otherwise noted in a Case Narrative , all data reported in this Analytical Report are in compliance with NELAC standards. Estimation of data uncertainty for this report is found in the quality control section of this report unless otherwise noted. Should insufficient sample be provided to the laboratory to meet the method and NELAC Matrix Duplicate and Matrix Spike requirements , then the data will be analyzed, evaluated and reported using all other available quality control measures. The validity and integrity of this report will remain intact as long as it is accompanied by this letter and reproduced in full , unless written approval is granted by XENCO Laboratories. This report will be filed for at least 5 years in our archives after which time it will be destroyed without further notice , unless otherwise arranged with you. The samples received, and described as recorded in Report No. 344295 will be filed for 60 days, and after that time they will be properly disposed without further notice , unless otherwise arranged with you. We reserve the right to return to you any unused samples , extracts or solutions related to them if we consider so necessary ( e.g., samples identified as hazardous waste , sample sizes exceeding analytical standard practices, controlled substances under regulated protocols, etc). We thank you for selecting XENCO Laboratories to serve your analytical needs . If you have any questions concerning this report, please feel free to contact us at any time . Respectfully, - Carlos Castro Managing Director, Texas Recipient of the Prestigious Small Business Administration Award of Excellence in 1994. Certified and approved by numerou s States and Agencies. A Small Busin ess and Minority Statu s Company that deli vers SER VI CE and QUA LITY Houston -Dallas -San Antonio -Austin -Tampa -Miami -Atlanta -Corpus Christi -Latin America Page 2 of 10 CASE NARRATIVE Client N ame: H VJ Associates-Dallas Projec t N ame: Dirks Road Pr oject ID: DGOB -17000 Work Order Numbe r : 344295 Sample receipt non conformances and Comments: None Report Date: l 8-SEP-09 Date Received: 09/11 /2009 Sample receipt Non Conformances and Comments per Sample: None Analytical Non Conformances and Comments: Batch: LBA -772170 Soil pH by SW-846 9045C None Batch : LBA-772728 Sulfate by SW-846 9038 None Batch : LBA-772779 Total Chloride by EPA 325.3 None Page 3 of 10 Certificate of Analysis Summary 344295 HVJ Ass ociates -D all as, Dall as, TX Project Id : DG08-l 7000 Contact: Fadi Faraj Project Location : Fort Worth Proj ect Na me: Dirks Road lab Id: 344295 -00 1 Analysis R equested Field Id: RI-R7-W Depth : 1-3 ft Matrix: SOIL Sa mp led: Aug-24-09 I I :00 Soil pH by EPA 9045C Extracted: A 11 a lyzed: Sep-14-09 13: 13 U11its/Rl: SU RL pH 7 .85 S ul fate by SW-846 9038 Extracte d : A 11alyzed: Sep-1 7-09 09:45 U11 its/Rl: mg/kg RL Su lfate 80.8 10 .0 Total C hl o ri de by EPA325.3 Extracted: A 11a lyze d: Sep-17-09 I 0:40 U11 its/Rl: mg/kg RL Chl o rid e 60 .0 50.0 This an alyt ical repo n , and the ent ire data pack age it represents, has bee n made for yo ur exclus ive and confiden tial use. The interpretatio ns and res ults expressed throughout thi s an alyti cal re port re present the best judgme nt of XENCO La borat ori es. XENCO Laboratori es assumes no res ponsibil ity and makes no warranty to the end use o f th e data hereb y prese nted. Our li a bility is limit ed to the amo unt in vo iced for thi s work ord er unless otherwise agreed to in writ ing. 344295 -00 2 RWB-E 1-3 ft SOIL A ug -24-09 I I :00 Se p-14-09 13 :13 SU RL 8.47 Sep-1 7-09 09:45 mg/kg RL 3 1.2 10.0 Sep-17-09 10:40 mg/kg RL BRL 50.0 S in ce 1990 Houston -Dallas -San Antonio -Au stin -Tampa -Miami -Lati n America -At lanta -Corpus Christi P age 4 ol 10 Date Received in La b : Fri Sep-11-09 0 I :59 pm Report Date: l 8-SE P-09 Project Ma nager: Monica Tobar .__ Carlos Ca Managing Director, Texas ( ___ F_l_a_g_g_in_g_C_ri_te_r_ia ___ ) X In our quality control review of the data a QC deficiency was observed and flagged as noted . MS/MSD recoveries were found to be outside of the laboratory control limits due to possible matrix /chemical interference, or a concentration of target analyte high enough to effect the recovery of the spike concentration. This condition could also effect the relative percent difference in the MS/MSD. B A target analyte or common laboratory contaminant was identified in the method blank. Its presence indicates possible field or laboratory contamination. D The sample(s) were diluted due to targets detected over the highest point of the calibration curve, or due to matrix interference. Dilution factors are included in the final results . The result is from a diluted sample. E The data exceeds the upper calibration limit; therefore , the concentration is reported as estimated. F RPD exceeded lab control limits . J The target analyte was positively identified below the MQL and above the SQL. U Analyte was not detected. L The LCS data for this analytical batch was reported below the laboratory control limits for this analyte . The department supervisor and QA Director reviewed data. The samples were either reanalyzed or flagged as estimated concentrations. H The LCS data for this analytical batch was reported above the laboratory control limits. Supporting QC Data were reviewed by the Department Supervisor and QA Director. Data were determined to be valid for reporting. K Sample analyzed outside of recommended hold time. JN A combination of the "N" and the "J" qualifier. The analysis indicates that the analyte is "tentatively identified" and the associated numerical value may not be consistent with the amount actually present in the environmental sample. BRL Below Reporting Limit. RL Reporting Limit * Outside XENCO's scope ofNELAC Accreditation. Recipient of the Prestigious Small Business Administration Award of Excellence in 1994. Certified and approved by numerous States and Agencies. A Small Business and Minority Status Company that delivers SERVICE and QUALITY Houston -Dallas -San Antonio -Corpus Christi -Midland/Odessa -Tampa -Miami -Latin America 4143 Greenbriar Dr, Stafford, Tx 77477 970 I Harry Hines Blvd , Dallas, TX 75220 5332 Bl ackberry Dri ve, San Antonio TX 78238 2505 North Falkenburg Rd , Tampa, FL 33619 5757 NW 158th St , Miami Lakes , FL 330 14 12 600 West 1-20 East, Odessa , TX 79765 842 Cantwell La ne , Corpus C hri sti, TX 78408 Page 5 of 10 Phone Fax (28 I) 240-4200 (28 I) 240-428 0 (214) 902 0300 (214) 351-9 13 9 (210) 509-3334 (2 10) 509-3335 (813) 620-2000 (8 I 3) 620-2033 (305) 823-8500 (305) 823-8555 (432) 563-1800 (432) 563-1713 (36 1) 884-0 37 1 (361) 884-91 16 Work Order#: 344295 Analyst: JOR Lab Batch ID : 772728 Sample: 772728-1-BK S BS / BSD Recoveries Project Name: Dirks Road Date Prepared: 09 /17/2009 Batch#: I Project ID: DGO S-17000 Date Analyzed: 09 /17/2009 Matrix: So lid Units: mg/kg BLANK /BLANK SPIKE I BLANK SPIKE DUPLICATE RECOVERY STUDY Blank Spike Blank Sulfate by SW-846 9038 Sample Result Added Spike Analytes Sulfate Analyst: JOR Lab Batch ID: 772779 IA) <1.00 Sample: 772779-1-B KS Result (BJ ICJ 20.0 19.8 Date Prepared: 09 / I 7 /2009 Batch#: Blank S pike %R (DJ 99 Spike Blank Added Spike Duplicate IE) Re s ult (F] 20 19.1 Blk. S pk Control Dup. RPO Limits %R % %R (GJ 96 4 80-120 Date Analyzed: 09/17/2009 Matrix: So lid Control Limits %RPO 20 Units: mg/kg BLANK /BLANK SPIKE I BLANK SPIKE DUPLICATE RECOVERY STUDY Total Chloride by EPA 325.3 Analytes C hloride Relative Percent Difference RPO = 200*1(C-F)/(C+F)I Blank Spike Recovery [DJ = I OO*(C)/[B) Blank Spike Duplicate Recovery [G) = I OO*(F)/[E) A ll results are based on MDL and Va lid ated for QC Purposes Blank Spike Sample Result Added IA) (BJ <5.00 50.0 Blank Blank Spike Spike Result %R ICJ (DJ 5 1.0 102 Page 6 of 10 Spike Blank Blk. Spk Control Control Added Spike Dup. RPO Limits Limits Duplicate %R % %R %RPO (El Result (F) (GJ 50 53.5 10 7 5 75 -1 25 30 Flag Flag Work Order # : 344295 Lab Batch ID : 772728 Date Analyzed: 09/17/2009 Reportin g Units: mg/kg Sulfate by SW-846 9038 Analytes Sul fa te Lab Batch ID: 772779 Date Analyzed: 09/17/2009 Reporting Units: mg/kg Total Chloride by EPA 325.3 Analytes Chl orid e Ma tri x Spik e Perce nt Recovery [DJ = I oo •(C-A)/B Rel a ti ve Perc ent Difference RPD = 200•l(C-F)/(C+F)I _____ F_o_r_m_3_-_M_S_I_M_SD_R_ec_o_v_e_ri_e_s ___ )J Project Name: Dirks Road QC-Sample ID : 344295 -00 I S Date Prepared: 09/17/2009 Batch#: Analyst: JOR Project ID: DG08-l 7000 Matrix: Soi l MATRIX SPIKE/ MATRIX S PIKE DUPLICAT E RECOVERY STU DY Parent Spiked Sa mpl e Sa mple Spike Re sult Res ult Added !CJ IA] (BJ 80.8 200 284 QC-Sample ID: 344295-00 1 S Date Pr epared: 09 /17/2009 Spiked Duplicate Spiked Co ntrol Sa mple Spike Spiked Sa mple Dup . RPO Limits %R Add ed Res ult !Fl %R % %R !DJ IE] !GI 102 200 287 10 3 I 80-120 Batch #: Matrix: Soil A nalyst: JOR MATRIX SPIKE/ MATRIX S PIKE DUPLICATE RECOVERY STU DY Par ent Spiked Sa mpl e Spik ed Duplicate Spik ed Control Sa mpl e Spike Res ult Sa mple Spik e Spiked Sa mple Dup . RPO Limit s Res ult Added !CJ %R Add ed Result IF] %R % %R IA] (BJ ID] IE] !G] 60 .0 500 570 102 500 590 106 3 75-125 Matri x Spike Dupli cate Percent Recovery (G] = I oo•(F-A)/E ND = Not Detected, J = Present Be low Re port in g Limit, 8 = Present in Bl ank , NR = Not Requ es ted, I = In terference, NA = No t Applicabl eN = Sec Narrative, EQL = Es timated Q uant itation Limit Page 7 of 10 Co ntrol Limits Flag %RPO 20 Co ntrol Limits Flag %RPO 30 (..__ ___ S_a_m.....;;p;._I_e_D_u....;:p=--1-ic_a_t_e_R_e_c_o_v_er.....;;y ___ J Project Name: Dirks Road Work Order#: 344295 Lab Batch #: 772 170 Date Analyzed: 09 /14/2009 QC-Sample ID: 344295 -00 ID D Date Prepared : 09/1 4/2009 Batch#: I Project ID: DGOS -1 7000 An alys t:ANA Matri x: Soil Reporting Units : SU SAMPLE / SAMPLE DUPLICATE RECOVERY Soil pH by EPA 9045C Parent Sampl e Sample Control Res ult Duplicate RPD Limits Flag IA) Res ult %RPO Analyte (BJ IPH 7.87 7.87 0 20 Spike Re lative Difference RP D 200 • I (8-A)/(B+A) I All Results are based on MDL and validated for QC purposes. BRL - Be low Reporting Limit Page 8 of 10 8 9 10 D 4143 Greenbriar Drive, Stafford, Tx 77477 281 -240-4200 D 5332 Bl ackberry Drive , San Antonio. Tx 78238 210-509-3334 97 01 Harry Hines Blvd ., Dall as, Tx 75220 2 14-902-0300 Company-City ~\\I .. ~s Phone 214 G ,-e 027.-:,- Proj Name-Location D Prev io usly done at XENCO Project ID Dw\t.~ llo.J. -h"\-vJo..,t\\ ~o& -\"l<>Oo ~~~:!~t~c~~C~;~-~~,-LA.-Ms~Nc.JP~~~------------------------------ e-Ma i1 Results to D PM and Fax No: '2.1 t, , +t? oi: ---~J:hi!A}-~ \.\V}._to M __ l _ZALaAwA~_@~V}.(o.M --------- Invoice to D Acco un ti ng D Inc . Invo ice with Final Report i°'lnvoice must have a P .O Bill to :_ +\'l;t ASSo~e..s ---~'2-~ ":~A"'i\iw ~.·1o.u .. s;J)(,_rS __ _ Quote/Pricing : P.O No: 0:,-s,g O Call for P.O . Reg Program: UST DRY-CLEAN Land-Fill Waste-Disp NPDES DW TRRP Sample ID Sampling Date Time ANALYSIS REQUEST & CHAIN OF CUSTODY RECORD D 12600 W est 1-20 East, Odessa . Tx 79765 432 -56~1800 D 842 Cantwell, Corpus Christi . T x 78408 361-884-0371 Lab Only: Serial#: 2 3 8 5 0 4 TAT:ASAP 5h 12h 24h 48h 3d 5d 7d 10d StandardTATisprojectspecifi c. It is typically 5-7 Working Days for level II and 10+ Working days for level Ill and IV data . Page of f 1~ . :'i . _ . Upon signings this COC yo u acc ept XENCO te rms and Condi~ons unless otherwise agreed on writing . Reports are the lnteHe ctua l Property of XENCO until p ai d. Samples held 30 days after fin al report is e-mailed unless hereby requested. Rush rges and Collection Fees are pre-approved if needed. Preservatives: Various (V ). HCI pH<2 (H). H2S04 pH<2 (S), HN03 pH <2 ( , Asbc Acid&N one (NA), See Label (L ). Other (0) ---------- Cont. Size : 4oz (4), 8oz (8), 32oz (32), 40ml VOA (40 ), 1L (1 ). 500ml (5), Tedlar Bag (B), Various (V), Other _____ Cont. Type : Glass Amb (A), Glass Clear (C), Plastic (P), Va ri ous (V) Matrix: Air (A), Product (P), Solid(S ), Water (W), Liquid (L) Committed to Excellence in Service and Quality www.xenco .com Notice: Signature of this document and relinquishment of these samples constitutes a valid purchase order from client company to Xenco Laboratories and its affiliates, subcontractors and assigns under Xenco's standard terms and conditions of service unless previoiusly negotiated under a fully executed client contract. 2 Prelogin / Nonconformc:nce Report -Sample Log-!n Client: Lab ID#: --------------------- S 2m p b E ~ce ipt Ch eck list [! !• :~ L.~...: .. ~;:!ng c cntJinr?r_in $~::;-': c c n:i!"'.:!,~! .. ~---.. ---___ -_ ...... _. _______ . Yes :·:o ,, ,;;!· • . ·-··----------------···------------------=- : 3 . Custod__Doa ls intact on shippi :1::; cont~'ne• (~.r;.<Jl2 .'i":.'~ ·: '-·· · __ . _ .... ______ lf.::__ _________ . __ (2\_ ....... . G:::"chc1 in of Custody pres ent? : 6 ~:i"· ; ·" ; ,-. ,: ~ ---:-, ... -:-~·""' ,: ,,-~ -..J-:'") \~~ '. ,,:,-. : fo. Sample 1nstruc .. ons c o .. 1pld~,..:...£.:.•:'"' o , cu _,.,,,,. --------·-· (r'-'., _____ .. · ............ __ _! !c.A .. / t I? Y . /.,--·,-:;_,\ ,"· ·nym1ssmg cxrasarr..9-es _.___ ······--····-----·· c_:~ r! __ _; ____ _ l7. Chain of custody sig~:~9 wl2_~..!2_!_g iingui si1'"d I :r.,.:e iv_:d'~ _____ _J___(5_; .. -.. :----'·L: ___________ _ B.Chainofcustodyagreeswithsampl..:!_k!.n l :·s n ________________ J _@~ __ i __ tJc _________ ···-···· _ ... _ ..... ( ·, ; I \qt I /'"\'\ • Uo,~J>le me td , IJ'rnpertl es acme wlth_c ha lo o.1 ccstcd ,? . ! -gr ' lfo 11 . s 'a rnp!es in proper container / bottle? . : €!?; I . JC ----------- 12. Sam les roperly preserved? ·----------1 tfei, i . ~l\o __ : ____ N/A · _____ I ~. ; L13. Sample co ntai ne r intact? -------·· __ ~:.;,! __ . ~,•::-____________________ , kt Sufficient sample amount for indi cated t es t(s)? _________ l __ ~_i _____ t'lc __ · --··· ·····-..... ______ : '_15 . A ll samples !eceived within s ufficie_~b.~!-~!~~_? ____ ···----------~-f.'2s : : .. _: ,:; -----~-____ _ [1_?· Subcontract of samole(s)? _ · Y:::c ·-·---r ::. _______ ;~: ---·-__________ : i ~ 1 7 . \'QC sample have zero head S D3 C c,? ·re~------~:i)_ ___ .. --lS::J· ____ --··-·-·--· i 1 8. Cooler 1 No . I Cool e r 2 No. I Cool er 3 f~(:;. , Co_~ic•· 4 i~-:). ________ C'0_:t'2.: __ ~~;..::, ________ _ ~--~-i ----------·· ·-c -V , .:: i '..J ----------· -------·--···· -----------------· ________ , ... --···-··- ; : . ~- Conta ct : ---------Contcicted by: ____ _ Regarding: ·-------------------- Corrective Action Taken : APPENDIXB SUMMARY OF LABORATORY TESTING RESULTS Project: West Dirks Roadl Lo -catio n : Dallas, Te xas Numb e r : DG-08 -17000•-B G2 Shear Boreho le Yo Pa ss 11'.!00 S!r en gt h Wale r Wet De nsity P o-ckef Pe n . No. De Dlh (ft], liauid limit P lastic Li mit Pl Sie •,e H dl Content IYol ln·cfl> rldl R-1 o 1.5 R -2 1 43 14, 2 9 85 5 .52, 13 .2 ·125 R-3 2 e.2 R-4 5 7.0 R-5 12 0 .'613 11 5 .3 R-2 ·1 eo 22 28 9 1 13.1e, 16.2 130 R-3 1 C,2 8.3 R-3 e 27 16 1 1 9.3 R-3 8 1.5 R-4 o l.5 R-4 1 13 .1 R-4 2 O.S3 R-4 3 4 •6 19 28 73 23 R -4 4 u R -4 5 ·1 .31 12.5 132 .7 R-4 8 1 R-4 7 37 14 23 82 15.5 R -4 ,B 11.5 R -4 9 1.n 22 .2, 137 .B R -5 1 10.2, R -5 2 0 .75 R-5 3 59 23 25 97 0.57 w.e, 1'1 B.4 R -5 4 1.oa R-5 5 1 27 .1 123.3 R-5 8 0 .92 R-5 7 eo 23 37 ~·e 27 .i R -5 B 0 .92 R -5 9 0.89 23 .1 126 R ~B 0 .3 1.17 R ~B 2 1.33 R ~ 3 5-5 23 2,2 1<4 1.38 211 .13 1n.e. R -8 4 U3 R-8 5 1.2 1 13.9 131.e, R-8 8 1.25 R-8 7 e1 23 39 eg R -8 B l.32, R -5 g ~ R-7 0 1 R -7 1 3 1 2S 3 97 1 .2 ::!Re. 120.9 R-7 3 2.7 R-7 5 eg ·15 53 61 15.4 ~ 6 120 S. Dairy Ashfo rd Road Houston, Texas 77072 -1010 281.933. 7388 Ph 281.933.7293 Fax DA TE: 09/23 /2009 I APPROVED BY : ZA I PREPARED BY : ZA DIRKS ROAD -W EST LABORATORY SUMMARY PROJECT NO .: I DRAWING NO .: DG-0 8-l 7000-BG2 PLATE 8 -1 SECTION 10 -ADDENDA i � M � � � . � � I i ' r �, � � � i 3 � 1 '�1 � � . . . N � � i � � � � � � � �