Loading...
HomeMy WebLinkAboutContract 26281 ' CITY SECRETARY CONTRACT NO. g- Tests corT to SPECIFICATION MMACfO S1010MCO. CQT SFcwAay AND `�..Cj1Y Nl MGM OFF0 CONTRACT DOCUMENTSErvwlwS� T/PW-FU COPT FOR H.M.A.C. SURFACE OVERLAY (2000-6) —� AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS PROJECT NO. GS93-020930522100 2000 pm p sm on KENNETH L. BARR BOB TERRELL am MAYOR CITY MANAGER HUGO A. MALANGA, P.E. , DIRECTOR DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS A. DOUGLAS RADEMAKER, P.E . , DIRECTOR DEPARTMENT OF ENGINEERING PREPARED BY TRANSPORTATION AND PUBLIC WORKS D � NT ENGINEERING COORDINATION ' EXHIBIT "A" * Won RD , I1 EMU 42 a ``". 3-- City of Fort Worth, Texas "vigor and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 9/26/00 **C-18248 1 20PTREE 1 of 2 SUBJECT APPROPRIATION ORDINANCE AND AWARD OF CONTRACT TO PEACHTREE CONSTRUCTION FOR HMAC SURFACE OVERLAY 2000-6 AT VARIOUS LOCATIONS RECOMMENDATION: It is recommended that the City Council: 1. Authorize the City Manager to transfer $84,947.69 from the Water and Sewer Operating Fund to the Sewer Capital Project Fund; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Project Fund in the amount of$84,947.69 from available funds; and 3. Authorize the City Manager to execute a contract with Peachtree Construction in the amount of $679,581.50 for 100 working days for hot mix asphalt concrete (HMAC) Surface Overlay 2000-6. DISCUSSION: In the 1999-2000 Contract Major Maintenance Program, various types of street maintenance techniques are grouped into,specific contract packages. HMAC Surface Overlay 2000-6 provides for surface and base rehabilitation, replacement of failed curb and gutter, and driveway approaches for asphalt streets at various locations. The streets included in this contract are currently under construction for the replacement of water and/or sewer lines or have recently had water and/or sewer lines replaced. The Transportation and Public Works Department has determined that curb-to-curb restoration of the pavement surface is the best option for the repair of these streets. The costs for repair of these streets will be shared equally (50/50) between the Water Department and the Transportation and Public Works Department. The following list details the limits for each of the streets included in this project: STREET FROM TO Clara Street Rosedale Street South Mistletoe Boulevard Hamsted Street Sharondale Street Hemphill Street Hawthorne Avenue Warner Road Forest Park Boulevard Hobart Street Edgecliff Road California Parkway South Lynnfield Drive Ayers Avenue Hampshire Boulevard McPherson Street Stadium Drive Shirley Avenue Mission Street Granbury Road Bewick Street Putnam Street Greenlee Street Meadowbrook Drive Sharondale Street James Avenue Hodgson Street Townsend Drive Dickson Street Biddison Street Wooten Drive Keswick Drive Westcreek Drive City of Fort Worth, Texas "afJor find Council communication DATE REFERENCE NUMBER LOG NAME PAGE 9/26100 **C-18248 20PTREE 2 of 2 SUBJECT APPROPRIATION ORDINANCE AND AWARD OF CONTRACT TO PEACHTREE CONSTRUCTION FOR HMAC SURFACE OVERLAY 2000-6 AT VARIOUS LOCATIONS This project is located in COUNCIL DISTRICTS 5, 6, 8 and 9. This project was advertised for bid on March 23 and 30, 2000. On April 20, 2000, the following bids were received: BIDDERS AMOUNT Peachtree Construction $679.581.50 J. L. Bertram Construction & Engineering, Inc. $679,951.85 Sutton & Associates, Inc. $684,878.75 Branch & Sons Contractors, Inc. $725,922.50 Austin Bridge & Road, Inc. $801,350.80 Peachtree Construction is in compliance with the City's M/WBE Ordinance by committing to 10% M/WBE participation and documenting good faith effort. Peachtree Construction identified several subcontracting and supplier opportunities. However, the M/WBEs contacted in the areas identified did not respond or did not submit the lowest bids. The City's goal on this project is 18%. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval and completion of recommendation 1 aipd adoption of the attached appropriation ordinance, funds will be available in the current capital budgets of the Water and Sewer Capital Projects Fund, the Contract Street Maintenance Fund, and the Street Improvements Fund. MG:k Submitted for City Manager's FUND A NTOU CENTER AMOUNT CITY SECRETARY Office by: (to) 1&2)PS58 472045 070580175270 $84,947.69 Mike Groomer 6140 2)PS58 541200 070580175270 $84,947.69 APPROVED Originating Department Read: CITY COUNCIL. Hugo Malanga 7801 (from) SEP 26 2000 Additional Information Contact: 3)GS93 541200 020930522100 $334,790.75 3)0111 541200 020111053217 $ 5,000.00 l'Fr 3)PW53 541200 060530175980 $254,843.06 City se=Starq Of thg 3)PS58 541200 070580175270 $84,947.69 City�f rnit Y10Ttt:,Taxes Najib Fares 7802 1)PE45 538070 0709020 $84,947.69 Adooted Ordinance 010. _/y3SIt Ordinance No. / 3 7 AN ORDINANCE INCREASING THE ESTIMATED RECEIPTS AND APPROPRIATIONS IN THE SEWER CAPITAL PROJECTS FUND IN THE AMOUNT OF$84,947.69 FROM AVAILABLE FUNDS FOR THE PURPOSE OF FUNDING A CONTRACT WITH PEACHTREE CONSTRUCTION FOR HMAC SURFACE OVERLAY AT VARIOUS LOCATIONS; PROVIDING FOR A SEVERABILITY CLAUSE; MAKING THIS ORDINANCE CUMULATIVE OF PRIOR ORDINANCES AND REPEALING ALL PRIOR ORDINANCES IN CONFLICT HEREWITH; AND PROVIDING AN EFFECTIVE DATE. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF FORT WORTH,TEXAS: SECTION 1. That in addition to those amounts allocated to the various City departments for the Fiscal Year 1999-00 and in the Budget of the City Manager,there shall also be increased estimated receipts and appropriations in the Sewer Capital Projects Fund in the amount of$84,947.69 from available funds for the purpose of funding a contract with Peachtree Construction for HMAC surface overlay at various locations. SECTION 2. That should any portion,section or part of a section of this ordinance be declared invalid,inoperative or void for any reason by a court of competent jurisdiction,such decision,opinion or judgment shall in no way impair the remaining portions,sections, or parts of sections of this ordinance,which said remaining provisions shall be and remain in full force and effect. SECTION 3. That this ordinance shall be cumulative of Ordinance No. 13886 and all other ordinances and appropriations amending the same except in those instances where the provisions of this ordinance are in direct conflict with such other ordinances and i appropriations, in which instance said conflicting provisions of said prior ordinances and appropriations are hereby expressly repealed. SECTION 4. This ordinance shall take effect and be in full force after the date of its passage,and it is so ordained. APPROVED AS TO FORM AND LEGALITY: Assistant Attorney Date Adopted 9--A?7-ov Effective SPECIFICATIONS AND CONTRACT DOCUMENTS FOR H.M.A.C. SURFACE OVERLAY (2000-6) AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS PROJECT NO. GS93-020930522100 2000 A. DOUGLAS RADEMAKER, P.E. DATE DIRECTOR, DEPARTMENT OF ENGINEERING IL4INJ 4i�L'2'4 L==. �i- Z3- Z��o GEORGE A. 0HMANESH, P.E. DATE ASSISTANT DIUVICTOR TRANSPORTAT N ICS DEPARTMENT DOO KIM, P.E. v DATE CAP AL,-- 7PROENGINNER WATER DEPARTMENT . J:SyS ERNUS, P.E. DATE ATANT DIRECTOR TPORTATION AND PUBLIC WORKS DEPARTMENT TABLE OF CONTENTS 1. Notice to Bidders 2. Special Instructions to Bidders 3. Prevailing Wage Rates 4. Proposal 5. Vendor Compliance 6. Disadvantaged Business Enterprise 7. Special Provisions 8. Contractor Compliance with Worker's Compensation Law 9. Certificate of Insurance 10. Performance Bond 11. Payment Bond 12. Contract 13. Project Designation Sign 14. Details 15. Street Locations NOTICE TO BIDDERS Sealed proposals for the following project : H.M.A.C. SURFACE OVERLAY (2000-6) AT VARIOUS LOCATIONS Project No. GS93-020930522100 Addressed to Mr. Bob Terrell, City Manger of the City of Fort 1 Worth, Texas will be received at The Purchasing Office until 1:30 P.M. ,April 20, 2000 and then publicly opened and read aloud at 2 : 00 P.M. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas . ® A pre-bid conference will be held at 9: 00 A.M. ,April 4 , 2000 in the Transportation and Public Works Conference Room 270, 2nd floor, Municipal Building. One set of documents will be provided to prospective bidders for a deposit of twenty dollars ($20 . 00) : such deposit will be refunded if the document is returned in good condition within 10 days after bids are opened. Additional sets may be purchased on a non-refundable basis for twenty dollars ($20 . 00) per set . For additional information contact Mr. Najib N. Fares at (817) 871-7802 . Bob Terrell Hugo Malanga, Director City Manger Transportation and Public Works PUBLICATION: By: 3 - 2109 March 23, 2000 Najxb N. Fares, P.E. , March 30, 2000 Street and Storm Drainage, TPW SPECIAL NSTRUCTION TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five(5%)per cent of the total of the bid submitted must accompany the bid,and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten(10)days after the contract has been awarded. To be an acceptable surety on the bond,(1)the name of the surety shall be included on the current U.S.Treasury,or(2)the surety must have capital and surplus equal to ten times the limit of the bond. The surety must be licensed to do business in the state of Texas. The amount of the bond shall not exceed the amount shown on the treasury list or one-tenth(1/10)the total capital and surplus. 2. PAYMENT BOND AND PERFORMANCE BOND: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract " awarded. In this connection,the successful bidder shall be required to furnish a performance bond as well as payment bond,both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Article 5160 of the Revised Civil Statutes of Texas,as amended. In order for a surety to be acceptable to the City,(1)the name of the surety shall be included on the current U.S.Treasury List of Acceptable Sureties(Circular 870),or(2)the surety must have capital and surplus equal to ten times the amount of the bond. The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list or one-tenth(1/10)of the total capital and surplus. If reinsurance is required,the company writing the to reinsurance must be authorized,accredited or trusteed to do business in Texas. No sureties will be accepted by the City which are at the time in default or delinquent on any bonds or 40 which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City,notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of$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 S 100,000,a Performance Bond shall be executed,in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications,and contract documents. Said bond shall solely be for the protection of the City of fort Worth. 3. LIQUIDATED DAMAGES:The Contractor's attention is called to Part 1,Item 8,paragraph 8.6,of the"General Provisions"of the Standard Specifications for Construction of the City of Fort Worth, Texas,concerning liquidated damages for late completion of projects. 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal,the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No.7278 as amended by City Ordinance No.7400(Fort Worth City Code Section 13-A-21 through 13-a-29)prohibiting discrimination in employment practices. 6. NAGE RATES:All bidders will be required to comply with provision 5159a of"Vernons Annotated Civil Statutes"of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth,Texas and set forth in Contract Documents for this project. 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement,if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 8. INSURANCE: Within ten(10)days of receipt of notice of award of contract,the Contractor must provide,along with executed contract documents and appropriate bonds,proof of insurance for Worker's Compensation and Comprehensive General Liability(Bodily Injury-5250,000 each person, 5500,000 each occurrence;Property Damage-$300,000 each occurrence). The City reserves the right F to request any other insurance coverages as may be required by each individual project. I NONRESIDENT BIDDERS:Pursuant to Article 601g,Texas Revised Civil Statutes,the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. "Nonresident bidder"means a bidder whose principal place of business is not in this state,but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder'means a bidder whose principal place of business is in this state,and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 10. MINORITY AND WOMEN BUSINESS ENTERPRISES:In accord with City of Fort Worth k Ordinance No. 11923,as amended by Ordinance 13471,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the office of the City Secretary.In addition,the bidder shall submit the MBE/WBE UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FOR:NI("Documentation")as appropriate. The Documentation must be received no later than 5:00 p.m.,five(5)City business days after the bid opening date. The �- bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the Documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request,Contractor agrees to provide to owner complete and accurate information regarding actual work performed by Minority Business Enterprise(WBE)on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books,records or files in its , possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts(other than a negligent misrepresentation)and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiation action under appropriate federal,state or local laws or ordinances relating to false statement;further,any such misrepresentation(other than a negligent misrepresentation)and/or commission of fraud will result in N the Contractor being determined to be irresponsible and barred from participation in City work for a period of time of not less than three(3)years. 11. AWARD OF CONTRACT:Contract will be awarded to the lowest responsive bidder.The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of forty-nine(49)days from the date the M/WBE UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation")as appropriate is received by the City. The award of contract,if made,will be within forty-nine(49)days after this documentation is received,but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. F 12. PAYMENT:The Contractor will receive full payment(minus S%retain age)from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. 13. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding,the status of addenda may be obtained by contacting the Department of Engineering Construction Division at r (817)871-7910.Bids that so not acknowledge all applicable addenda may be rejected as non- responsive. 14. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A.Workers Compensation Insurance Coverage a.Definitions: Certain of coverage("certificate').A copy of a certificate of insurance,a certificate of authority to self-insure issued by the commission,or a coverage agreement(TWCC-81, ■ TWCC-82,TWCC-83,or TWCC-84),showing statutory worker's compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the project. r Duration of the project-includes the time from the beginning of the work on the project until the contractor'stperson's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project("subcontractor"in 8406.096)-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 ML g. The contractor shall notify the governmental entity in writing by certified mail or personal delivery,within ten(10)days after the contractor knew or should have.known, of any change that materially affects the provision of coverage of any person providing services on the project. h. The contractor shall post on each project site a notice,in the text,form and manner prescribed by the Texas Worker's Compensation Commission,informing all persons providing services on the project that they are required to be covered,and stating how a person may verify coverage and report lack of coverage. 1. The contractor shall contractually require each person with whom it contracts to provide OP 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 4 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 Ohm materially affects the provision of coverage of any person providing services on the project;and (7) contractually require each person with whom it contracts,to perform as required by " paragraphs(1)-(7),with the certificates of coverage to be provided to the person for whom they are providing services. j. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project,that the coverage will be based on r 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 Fm the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered,and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type,and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text,without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" rF The law requires that each person working on this site or providing services related to this construction project must be covered by worker"compensation insurance.This includes persons providing,hauling or delivering equipment or materials,or providing labor or transportation or other service related to the project,regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage,to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 15. NON DISCRIMINATION:The contractor shall not discriminate against any person or persons because of sex,race,religion,color,or national origin and shall comply with the provisions of City Ordinance 7278,as amended by City Ordinance 7400(Fort Worth City Code Sections 13A-21 through 13A-29),prohibiting discrimination in employment practices. 16. AGE DISCRIMINATION: In accordance with the policy("Policy")of the Executive Branch of the federal government,contractor covenants that neither it nor any of its officers,members,agents,or employees,will engage in performing this contract,shall,in connection with the employment, advancement or discharge of employees or in connection with the terms,conditions or privileges of their employment,discriminate against person because of their age except on the basis of a bona fide occupational qualification,retirement plan or statutory requirement. P0 PE 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 die Policy and will defend, indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination r in the performance of this Contract. 17. DISC RINIINATION 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'sprovisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. Revised March 15, 1996 IF CITY OF FORT WORTH HIGHWAY CONTRUCTION PREVAILING WAGE RATE FOR 1999 CLASSIFACTION HOURLY RATE AIR TOOL OPERATOR $9.00 ASPHALT RAKER 9.55 ASPHALT SHOVELER 8.80 BATCHING PLANT WEIGHER 11.51 CARPENTER 10.30 CONCRETE FINISHER-PAVING 10.50 CONCRETE FINISHER-STRUCTURES 9.83 CONCRETE RUBBER 8.84 ELECTRICIAN 15.37 FLAGGER 7.55 FORM BUILDER-STRUCTURES 9.83 FORM LINER-PAVING & CURB 9.00 FORM SETTER-PAVING &CURB 9.24 FORM SETTER-STRUCTURES 9.09 LABORER-COMMON 7.32 LABORER-UTILITY 8.94 MECHANIC 12.68 OILER 10.17 SERVICER 9.41 PAIN'T'ER-STRUCTURES 11.00 PIPE LAYER 8.98 BLASTER 11.50 ASPHALT DISTRIBUTOR OPERATOR 10.29 ASHPALT PAVING MACHINE 10.30 BROOM OR SWEEPER OPERATOR 8.72 BULLDOZER 10.74 CONCRETE CURING MACHINE 9.25 CONCRETE FINISHING MACHINE 11.13 CONCRETE PAVING JOINT MACHINE 10.42 CONCRETE PAVING JOINT SEALER 9.00 CONCRETE PAVING SAW 10.39 CONCRETE PAVING SPREADER 10.50 SLIPFORM MACHINE OPERATOR 9.92 CRANE,CLAMSHELL, BACKHOE,DERRICK,DRAGLINE,SHOVEL 11.04 FOUNDATION DRILL OPERATOR CRAWLER MOUNTED 10.00 FOUNDATION DRILL OPERATOR TRUCK MOUNTED 11.83 FRONG END LOADER 9.96 MILLING MACHINE OPERATOR 8.62 MIXER 10.30 MOTOR GRADER OPERATOR FINE GRADE 11.97 MOTOR GRADE OPERATOR 10.96 1 CITY OF FORT NORTH HIGHWAY CONTRUCTION PREVAILING NAGE RATE FOR 1999 CLASSIFACTION HOURLY RATE PAVEMENT MARKING MACHINE 7.32 ROLLER, STEEL WHEEL PLANT-MLX PAVEMENTS 9.06 ROLLER, STEEL WHEEL OTHER FLATWHEEL OR TAMPING 8.59 ROLLER,PNEUMATIC, SELF-PROPELLED SCRAPER 8AS SCRAPER 9.63 TRACTOR-CRANVLER TYPE 10.58 TRACTOR-PNEUMATIC 9.15 TRAVELING MIXER 8.83 WAGON-DRILL,BORING MACHINE 12.00 REINFORCING STEEL SETTER PAVING 13.21 REINFORCING STEEL SETTER STRUCTURES 13.31 STEEL WORKER-STRUCTURAL. 14.80 SPREADER BOX OPERATOR 10.00 WORK ZONE BARRICADE 7.32 TRUCK DRIVER-SINGLE AXLE LIGHT 8.965 TRUCK DRIVER-SINGLE AXLE HEAVY 9.02 TRUCK DRIVER-TANDEM AXLE SEMI TRAILER 8.77 TRUCK DRIVER-L01NVBOY/FLOAT 10.44 TRUCK DRIVER-TRANSIT MIX 9.47 TRUCK DRIVER-WINCH 9.00 VIBRATOR OPERATOR-HAND TYPE 7.32 WELDER 11.57 2 P R O P O S A L TO: MR. BOB TERRELL Fort Worth, Texas City Manager Fort Worth, Texas FOR: H.M.A.C. SURFACE OVERLAY (2000-6) AT VARIOUS LOCATIONS PROJECT NO. GS93-020930522100 Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Department of Engineering of the City of Fort Worth. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding on and awarding the contract. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance and Payment Bond approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums, to-wit: SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 1 2 Ea. Project Designation Sign @ Two-Hundred Dollars & No Cents Per Ea. $ 200.00 $ 400.00 S.P. 2 Lump Sum Utility Adjustment @ Six-Thousand Dollars & No Cents Per L.S. $6,000.00 $ 6,000.00 406 3 47 Ea. Manhole Adjustment @ 450 Two-Hundred and Fifty Dollars & S.P. No Cents Per Ea. $ 250.00 $11,750.00 406 4 71 Ea. Water Valve Boxes Adjustment @ 450 Two-Hundred Dollars 6 S.P. No Cents Per Ea. $ 200.00 $14,200.00 S.P. 5 3 Ea. Water Meter Boxes Adjustment @ Thirty-Five Dollars & No Cents Per Ea. $ 35.00 $ 105.00 P-1 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 104 6 5,635 L.F. Removal and Replacement of 502 Concrete Curb and Gutter @ S.P. P F7EIE-4 Dollars & F'IFT`t Cents Per L.F. $ �Sr'� $ 81,342 GO 104 7 1,480 S.Y. Removal and Replacement of 6" 504 Concrete Driveway @ S.P. -N12TY- SIX Dollars & F02o.OcIFTY Cents Per S.Y. $ 3��3 $ Sq, 104 8 861 S.Y. Removal and Replacement of 4" 504 Concrete Sidewalks @ S.P. 'TN%QT"Y Dollars & Ap No Cents Per S.Y. $ $ 2S,830.00 300 9 20 C.Y. Removal and .Replacement of 304 H.M.A.C. Pavement and 312 Base (Base Repair) @ S.P. OtJL 14uN1'_')2fb I FIFT(Dollars & �p ►JQ Cents Per C.Y. $ $ 3,0Op.00 208 10 1001C.Y. Graded Crushed Stones @ S.P. -T-WEI_ Iy Dollars & No Cents Per C.Y. $ 2.0 $ ?,GL1ZC7� S.P. 11 4,782 L.F. Wedge Milling 2" to 0" Depth 5.0' Wide @ -TWO Dollars & fJo Cents Per L.F. $ 2 qR $ 9,97okco S.P. 12 4 Ea. Butt Joint-Milled @ -Tv 24£, wuwD2 FO Dollars & NO Cents Per Ea. $ 3W $ $ 112-Oac0 300 13 20 Ton H.M.A.C. Level-Up @ 312 S l YT,tf. FIVE Dollars & qR No Cents Per Ton $ 6S $ ,300•ac 312 14 61,500 S.Y. 2" H.M.A.C. Surface Course 313 (Type "D" Mix) @ S.P. -M 2F_t- Dollars & FI F 1'N -TR LE Cents Per S.Y. $ 3 53 $ 211,09S.00 104 15 100 S.Y. Removal & Replacement of 7" 314 Concrete Valley Gutter @ S.P. F I F--r%r _Dollars & Q h-+o Cents Per S.Y. $ $ 314 16 100 S.Y. New 7" Concrete Valley Gutter @ S.P. FIFTY Dollars & f-70 Cents Per S.Y. $ So , $ Giox-00 P-2 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 104 17 22 S.Y. Standard 4" Reinforced Concrete 505 Wheelchair Ramps @ S.P. F I FT Y Dollars & s N0 Cents Per S.Y. $ �O $ 1,100•00 402 18 800 L.F. 6" PVC Perforated Pipe Subdrain @ 500 5\110C Dollars & 620 IJO Cents Per L.F. $ �'!� $ Ste• S.P. 502 19 550 L.F. New Concrete Curb and Gutter @ TMJ I(Z_-rrLfu J Dollars & ` V(F:7y Cents Per L.F. $ `3c'o $ 142sAO 504 20 20 S.Y. New 4" Concrete Sidewalk @ TW F>-J"- E-iC,µT Dollars & Na Cents Per S.Y. $ Z8 $ C300.00 214 21 53,900 S.Y. 8" Pavement Pulverization @ S.P. _rw o Dollars & '2_0 7Wf nJ1�t Cents Per S.Y. $ 2 $ .80C)o 214 22 862 Ton Cement @ opt WUW02ti0 RVE.Dollars & No Cents Per Ton $ $ 91050.00 S.P. 23 5 Ea. Remobilization @ Five Hundred Dollars & No Cents Per Ea. $ 500.00 $ 2,500.00 106 24 100 C.Y. Unclassified Street Excavation S.P. TL,V i uuli- Dollars & f..iz Cents Per C.Y. $ (Z 91 $ `,ZLY1 S.P. 25 5000 S.Y. 2" Surface Milling @ owe Dollars & FI 1✓-ry Cents Per S.Y. $ � $ �,50aao S.P. 26 1 Ea. Removal and Replacement of Top of 5' Drainage Inlet SJ✓LJ4.o w U roe iD Dollars & No Cents per Ea. $ $ '100,00 S.P. 27 1 Ea. Removal and Replacement of Top of 10' Drainage Inlet NJ" wul'iDem Dollars & 111,00.00 GO No Cents per Ea. $ 9� $ TOTAL BID $ 0 9, P-3 This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Taxes. All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under House Bill 11, enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29) , prohibiting discrimination in, employment practices. The undersigned agrees to complete all work covered by these contract documents within One-Hundred (100) Working Days from and after the date for commencing work as set forth in the written Work order to be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction" as established by the City of Fort Worth, Texas. E, The Contractor shall start work within 15 calendar days of executing the contract. Within ten (10) days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond for the faithful performance of this contract. The attached deposit check in the sum of 51, AM10QV.T 610 Dollars ($ ) is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. I (we) , acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. 1 (Initials) Respectfully submitted, Addendum No. 2 (Initials) PEACHMCONSTMON Addendum No. 3 (Initials) By: -�BARRY MW Address: P.O.BOX 821198 FT.WORTH,TX. 7618 1198 (Seal) 817.4"70 Date: 4- 2 o-CO Telephone: P-4 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as a low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the state of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in (give state), our principal place of business are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. Bidder: PEACHTREE CONSTRUCTION J.BARRY CLARK Company By (Please Print) P.O.BOX 821196 - Address Signature FT.WORTH,A 76182-1198 PRESIDENT City/State/Zip Title (Please Print) THIS-FORM MUST BE RETURNED WITH YOUR QUO T b'jION 1l ATTACHMENT to Page 1,0,f 2 City of Fort Worth ` Minority and Women Business Enterprise ,Specifications MBEIWBE UTILIZATION ' M PEACHIREEC016I C110N APR 14 20, 2ck:)O RIME COMPANY NAME BID DATE WMAC SURFACe 0NE2LA`f CGS y0�3CS2.Z(00 ROJECT NAME PROJECT NUMBER 5 rCITV S blAVQE PROJECT COAL: 1870 1111AVQE PERCENTAGEACIIIEVED: failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department An or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in theibid being considered non-responsive to bid specifications. I Xhe undersigned bidder agrees to enter into a formal agreement with the MBE and/or WBE firms for work listed in this chedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing Riisrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered on-responsive to specifications. Company Name,Contact Name, Certified Specify All Contracting Specify Ail Items to be Dollar Amount Address,and Telephone No. Scope of Work(') Supplied(') oo m x r U r Z . McftYAN NAyl.lr- "AVL A(►4QE4kn JW'-( STI NE TT Fe.om QVkme4 1- l P o., 8ux lbbg ____._ AP11t- 4 crr-H%X, 2 124,ow.o0 Q.OAN01C�,TIC "lb2{e2 PLA - LU W A T-ev CAA—I N N AV�. 4Qo1c EN 2100 W.. SVLVAf l► Fo2T Wo 2T1A�'1h�"11.11 \NESTN ILL C0"G r all ) 834- 89 l9 STAs6wiz& l'QIJCKI r- N AV L. AS P I4 k LTT-0 ICA4 C�Q►.cY _ .log P:O_gow 336 _! w 101000.O0 12gGtLvut►t1:,_ 15 J'j • tin) M1WSEs must be located in the 9(nine)county marketplace or currently doing business in the marketplace at the time of bid. Specify all areas in which MWBE's are to be utilized and/or items to be supplied: �) A complete listing of items to be supplied is required in order to receive credit toward the MIWBE goal. n -'i Identify each Tier level. Tier:Means the level of subcontracting below the prime contractor/consultant,i.e.,a direct payment from the prime contractor to a subcontractor Is considered 1"tier,a payment by a subcontractor to Its supplier is considered 2"tier. THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m.,FIVE(5)CITY BUSINESS DAYS AFTER BID OPENING,EXCLUSIVE OF THE BID OPENING DATE Rev.612/98 It Pages 1 and 2 of Attachment 1A must be received by the Managing Department �ATTACHMENT 1A 1 Page 2 of 2 City of Fort Worth Minority and Women Business Enterprise Specifications MBE/WBE UTILIZATION Company Name,Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount Address,and Telephone No. Scope of Work(') Supplied(*) -.; U u 2 ~S 5T1ATt W 10 E -MvGICI tiC, -MU 014 eyce-% VA4 Ck Acyl E wc-kv kT%b f--) Heart F.D. OoX 338 joe x iTE -m Dow 2, r� 10,SOQ.Oa eX<..VGt.JklSy7"4 -1S0E.'1 pop &Sade- 9AV116' . 2 'iI I- 1Zo3 C ►, G co fLoOSFvEt-T 9012P-ELL SUPPLY l3oND S14NS 271?A 6e. AJ-' AVE. f�►�t2Q.�G�oES I. 3�Soaoo poen- uw tz rg TK.16 RC2 (69) SIL 4924 _ Bet:*w^ Pe%cL Tauc,01►-� v,►.uL t-ttu.E� ENC+ • PQ.� £. MATER.► hL P2.i>t-1 Si we-s-r VIM IJ M-9 eEIs-Tv 'D04 2. 41 3S 00 A.ZL'L .TYc -Ito Fol tm)S-rV-0`. 681,-0 -093 'he bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding tctual work performed by all subcontractors, including MBE(s) and/or WBE(s) arrangements submitted with this bid. he bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that rill substantiate the actual work performed by the MBEs) and/or WBE(s) on this contract, by an authorized officer or employee of the City. Any Intentional and/or knowing misrepresentation of facts will be grounds for terminating the ('ontract or debarment from City work for a period of not less than three (3)years and for initiating action under Federal, tate or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material reach of contract may result In a determination of an Irresponsible offeror and barred from participating in City work r a period of time not less than one (1)year. ALL MBEs and WBEs MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD LkuthorLd Signature Printed Signature PREIRIM J.BARRY CLARK PRl1CYT Ttie Contact Name and Title (if different) PEACHTREECONSTRUCTION 817468M �-orripany Name Telephone Number(s) R P.O.BOX 821198 ems-880-OS66 ddress Fax Number FT.WORTH,TX. 76182-1198 - 11Pe.1 V 2S,2000 ^i .ty/State/Zip Code LDate w THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m.,FIVE(5)CITY BUSINESS DAYS AFTER BID OPENING,EXCLUSIVE OF THE BID OPENING DATE Rev.612/98 LPages 1 and 2 of Attachment 1A must be received by the Managing Department ATTACHMENT 1C Pagel of 3 City of Fort Worth'-1ffl Minority and Women Business Enlerprlse GOOD FAITH EFFORT PEACHTREE CONSTRUCTION V e m 2o, 2000 Prime Company Name Bid Date HMA SUQp1►CE OVERLAY C1E-6) CAS 93- 0204-WS 2ZIco Project Name Project Number If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your MlWBE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City.' Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Faiiufef to _comple_te ..this form, Ip::�its- entirety with so Cedng -documenfafion, and received. byr'the , ManaglrigtDe.partment on.oe before'6:00`p:m.five (5) Ci ty:business days Ifiter bId opening;excI ive'of Vd opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity (DO NOT LIST NAMES OF FIRMS)which will be used in the completion of this project, regardless of whether it is to be provided by a M1WBE or non- M/WBE. (Use additional sheets, If necessary) List of: Subcontracting Opportunities List of: Supplier Opportunities CoIJCe£� eEP%-kCE"r.MT CONCQET'� sU6GQll0E ST1►41 L.1 Z AT1 o al CIEM EM' r tAILLIV-16► CWO HJWBL ARMS 10 HAP-ICET) VAVLitJC% r ATTACHME T1 A Page�2 of 3 2.) Did you obtain a current list of MIWBE firms from the City's MIWBE Office's The list is considered in compliance,if It is not more than 3 months old from the'date of bid opening. Aa Yes Date of Listing 3 / %s I ILQ0 No 3.) Did you solicit bids from MIWBE firms,within the subcontracting and/or supplier areas previously listed,at least ten calendar days prior to bid opening by mail,exclusive of the day the bids are opened? Yes If yes, attach MIWBE mail listing to include name of firm and address and a dated No copy of letter mailed. - 4.) Did you solicit bids from MIWBE 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? Yes If yes,attach list to include name of MIWBE firm, person contacted, No phone number and date and time of contact. NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide MIWBE name, date, time, fax number and documentation faxed. NOTE: If a SIC list of MIWBE is ten or less,the bidder must contact the entire list to be in compliance with questions 3 and:4. If;a sic.list of M/WBE Is more than ten, the bidder must contact at least two-thirds of the list but not loss 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? r __NZYes No r6.) If MIWBE bids were received and rejected,you must: (1) List the MIWBE firms and the reason(s) for rejection(i.e.,quotation not commercially reasonable, qualifications, etc.) and (2) Attach affidavit and/or documentation to support the reason(s) listed below(i.e.. letters, memos, bids,telephone calls, meetings,etc.) A (Please use additional sheets,lfnecessary,and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection EE r r R Sheet1 Company Name Telephone Contacted By Scope of Work Reason for Rejection Bick's Construction 817-429-6107 Fax Asphalt Paving NO RESPONSE Branch & Sons 817-477-5409 Fax Asphalt Paving NO RESPONSE BRJ Paving Inc. 817-478-1672 Fax Asphalt Paving NO RESPONSE Brooks Paving 817-795-8040 Letter Asphalt Pavin NO RESPONSE Bush Concrete 214-374-2009 Letter Asphalt Paving NO RESPONSE C.J.Evans 817-560-3044 Fax Asphalt Paving NO RESPONSE H R Metals 972-223-3568 Fax Asphalt Paving NO RESPONSE Howard Construction 817-921-1401 Fax Asphalt Paving NO RESPONSE I Joe Steel Co. 972-953-0946 Fax Asphalt Paving NO RESPONSE New Star Gradin 214-398-8557 Fax Asphalt Paving NO RESPONSE Shankle Concrete 214-320-1187 Fax Asphalt Paving NO RESPONSE E A.L.Ta for Construction 214-879-0500 Fax Concrete Paving NO RESPONSE Addison-Harrington 972-488-1751 Fax Concrete Paving NO RESPONSE Alex Walton 214-337-6156 Fax Concrete Paving NO RESPONSE Allied Builders Inc. 972-224-8883 Fax Concrete Paving NO RESPONSE Arens Corporation 817-294-6110 Letter Concrete Paving NO RESPONSE Arredondo Construction 817-926-1851 Fax Concrete Paving NO RESPONSE Artco International 214-428-4151 Fax Concrete Paving NO RESPONSE B.T. Construction 817-346-4653 Fax Concrete Paving NO RESPONSE Barden McNead 817-498-9333 Fax Concrete Paving NO RESPONSE Brinkman Construction 972-274-1177 Fax Concrete Paving PRICE NOT COMPETITIVE Briscoe Construction 817-926-5343 Fax Concrete Paving NO RESPONSE Brooks Contractors 817-534-3233 Letter Concrete Paving PRICE NOT COMPETITIVE Brown's Construction 972-524-8002 Fax Concrete Paving NO RESPONSE t Camino Construction 972-436-2868 Fax Concrete Paving NO RESPONSE Charlie Vasquez 817-923-9874 Letter Concrete Paving NO RESPONSE Copeland Concrete 214-942-6738 Fax Concrete Paving NO RESPONSE Daltx Construction Co. 972-304-3048 Letter Concrete Paving NO RESPONSE Danny Chavez Cement 972-564-9377 Fax Concrete Paving NO RESPONSE Davila Construction 817-654-9948 Letter Concrete Paving NO RESPONSE Earl's General Const. 214-467-8886 Letter Concrete Paving NO RESPONSE 1 F.R.Concrete 817-923-4858 Fax Concrete Paving NO RESPONSE Fidelity Contractors 972-393-4207 Fax Concrete Paving NO RESPONSE General Concrete 972-263-2670 Fax Concrete Paving NO RESPONSE Gomez Construction 817-572-2085 Letter Concrete Paving NO RESPONSE Inca Contractors 214-630-9423 Fax Concrete Paving NO RESPONSE Innovative Corp. 817-263-9062 Fax Concrete Paving NO RESPONSE Intrepid Contactors 817-232-2052 Fax Concrete Pavin2 NO RESPONSE J.E.M. IV Company 214-376-3955 Letter Concrete Paving NO RESPONSE J.R. Speedway Const. 214-942-4348 Fax Concrete Paving NO RESPONSE Jerusalem Corp. 972-690-0246 Letter Concrete Paving NO RESPONSE JS Constructors 817-431-0997 Fax Concrete Paving NO RESPONSE L&E Hart Enterprises 972-517-7852 Fax Concrete Paving NO RESPONSE Lake Richardson Fax Concrete Paving NO RESPONSE Construction Co. 817-536-1806 Fax Concrete Paving NO RESPONSE Luzam Construction Co. 817-83-7108 Letter Concrete Paving NO RESPONSE M & D Construction 817-483-7108 Fax Concrete Paving NO RESPONSE Morales Concrete 817-927-0950 Fax Concrete Paving NO RESPONSE MT Builders, Inc. 214-632-8277 Letter Concrete Paving NO RESPONSE Omega Contracting 214-689-3815 Fax Concrete Paving NO RESPONSE Page 1 y Sheetl On cha Industries 972-495-3734 Letter Concrete Pavinq NO RESPONSE P& E Engineering 972-304-0553 Fax Concrete Paving NO RESPONSE R & B Concrete 972-254-8153 Fax Concrete Paving NO RESPONSE Rambo Contracting 817-568-0030 Fax Concrete Paving NO RESPONSE R-Con Constructor 817-563-6838 Fax Concrete Paving NO RESPONSE Santos Construction 972-296-5813 Letter Concrete Paving NO RESPONSE Serna Concrete 817-625-0464 Letter Concrete Paving NO RESPONSE SMR Construction 972-231-7272 Fax Concrete Paving NO RESPONSE Solis& Solis Const. 817-268-2490 Fax Concrete Paving NO RESPONSE Tops M.H.Construction 940-565-0837 Fax Concrete Paving NO RESPONSE Valencia Contracting 817-923-2337 Letter Concrete Paving NO RESPONSE Yoko Construction 214-331-5330 Fax Concrete Paving NO RESPONSE A.Garza Trucking 214-741-9232 Fax Hauling NO RESPONSE A-1 Trucking 817-281-0076 Fax Hauling NO RESPONSE Abel Material Inc. 817-478-8998 Fax Hauling NO RESPONSE _ Armadillo Trucking Co. 214-532-1577 Letter Hauling LETTER RETURNED ATCO Construction 817-834-2055 Letter Hauling NO RESPONSE Avant Trucking Co. 940-648-8004 Fax Hauling NO RESPONSE B & D Materials 214-391-4394 Letter Hauling NO RESPONSE B.Jacobs Trucking 817-377-1933 Letter Hauling NO RESPONSE B.Miles Trucking 817-551-7097 Fax Hauling NO RESPONSE Banda Truckinq Co. 817-625-1862 Letter Haulinq NO RESPONSE �- Big Game Transport. 972-288-9649 Letter Hauling NO RESPONSE Boone Enterprises Inc. 817-496-0701 Fax Hauling NO RESPONSE Bussey Trucking Inc. 214-630-5654 Letter Hauling NO RESPONSE CCO Hauling 817-625-0164 Letter Hauling QUOTED HOURLY HAUL RATE Cesco Contractors 817-561-6008 Fax Hauling NO RESPONSE Clemons Trucking 972-228-0201 Fax Hauling NO RESPONSE CRR Trucking 214-631-7480 Letter Hauling NO RESPONSE D.E.E.R.Truckin 972-228-4615 Fax Hauling NO RESPONSE Dennis Hodges 214-372-0723 Letter Hauling NO RESPONSE Double T Trucking 817-473-8355 Fax Hauling NO RESPONSE Dowdy-Ferry Sand 940-648-3777 Fax Hauling NO RESPONSE E.L.Darden Truckin 214-376-0151 Letter Hauling NO RESPONSE E.McDaniel Trucking 817-429-8230 Letter Hauling NO RESPONSE - Euros ace 214-819-6910 Fax Hauling NO RESPONSE Godfrey Thompson 817-535-3984 Letter Hauling NO RESPONSE Grand Aim Enterprises 972-289-6031 Letter Hauling NO RESPONSE Guevara Dump Truck 972-896-5430 Letter Hauling NO RESPONSE H.J.G.Truckin 817-834-7181 Fax Hauling NO RESPONSE Henry& Eva Trucking 214-337-0752 Letter Hauling NO RESPONSE Hodges & Sons 972-225-6248 Letter Hauling NO RESPONSE Holmon Trucking 972-269-7567 Letter Haulinq NO RESPONSE J.S.Truckin Co. 214-659-0933 Letter Hauling NO RESPONSE J.C.Truckin 817-572-5712 Fax Hauling NO RESPONSE Joe Hernandez 972-869-1694 Fax Hauling NO RESPONSE Johnson & Johnson Haulinq NO RESPONSE Trucking Services 871-370-1754 Letter Hauling NO RESPONSE Kairos Construction 817-465-9479 Fax Hauling NO RESPONSE Kennard & Sons 817-737-2302 Letter Hauling NO RESPONSE Page 2 Sheetl L&E Trucking Co. 972-838-2010 Fax Hauling NO RESPONSE Larry Rambo Trucking 817-551-6539 Fax Hauling NO RESPONSE Lerma Trucking 817-536-2942 Letter Hauling NO RESPONSE f Logan Trucking 972-908-1080 Fax Hauling NO RESPONSE Lynda Kay, Inc. 940-427-3428 Fax Hauling NO RESPONSE Manuel's Trucking 972-660-3844 Fax Hauling NO RESPONSE McCauleyDirt Co. 817-478-0384 Fax Hauling NO RESPONSE Mitchell's Excavating 214-331-1691 Fax Hauling NO RESPONSE North Texas Trucking 800-395-3960 Fax Hauling NO RESPONSE Orr Contractors 972-293-6473 Letter Hauling NO RESPONSE P &C Contractors 972-286-7131 Fax Hauling NO RESPONSE Ramon Trucking 817-926-4486 Letter Hauling NO RESPONSE Rocha Trucking 972-264-9122 Letter Hauling NO RESPONSE S& B Trucking 214-388-0889 Letter Hauling NO RESPONSE * Satchell Trucking 817-531-8779 Letter Hauling NO RESPONSE Shar Trucking 972-287-3266 Fax Hauling NO RESPONSE _ Sunset Transportation 817-589-7063 Fax Hauling NO RESPONSE Technique Transport. 817-540-4508 Fax Hauling NO RESPONSE Ted Alvarez Trucking 972-660-6455 Fax Hauling NO RESPONSE Texas Rose Express 817-645-7324 Fax Hauling NO RESPONSE Tomas Reyes Trucking 214-631-2711 Fax Hauling NO RESPONSE Trinity Transport Co. 817-831-7865 Fax Hauling NO RESPONSE Tuckers Earth Haulers 817-571-2777 Fax Hauling NO RESPONSE Vasquez Trucking 817-531-2930 Letter Hauling NO RESPONSE Woodberry Transport. 214-374-3633 Fax Hauling NO RESPONSE 1 Page 3 ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. A5 YOU cAp SEE WE MODE AN HQ.AST fFMW-r -'v iiCEIVE dips room H 1W6L. Flamm. eAn -M No AyA l L. I WE WA p vE e Y FF-w EycMN 2f-S pob-o Tv a,�ri e E Qy>`sr F4.wfe. ACWAu.y QUP L ANY MICfS. AS `lou CAr-J5-SL 2 NAv4, Au.Ae- tQ -trr£, C,o�JGe4Tz v✓oex Te W£STN u. CO1✓s? -�+EY WFaL r1V1%s41,-,nAuY wv`E2 Tk4*J oue N£.1C r 810'. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a-period of time not less than one (1) year. Ll The undersigned certifies that the information provided and the IVIMBE(s) listed was/were contacted in good faith.' It is° understood that any IVIMBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's IVIMBE Office. ej BARRY CLARK Autho ed Signature Printed Signature J.BARRY CLARK PRERM Title Contact Name and Title (if different) pF�( 1TR!£COfVMTAUCIION 817-4995410 Company Name Telephone Number(s) L P.O.Box 821198 2GO-884- 0% b Address Fax Number FT.WORTH,TX. 781821198 &P21 L 25 I Laoo City/State/Zip Date CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR: H.M.A.C. SURFACE OVERLAY (2000-6) AT VARIOUS LOCATIONS PROJECT NO. GS93-020930522100 1. SCOPE OF WORK: The work covered by these details and specifications consists of the surface rehabilitation of existing pavement. Including the addition of a new surface layer of H.M.A.C. as described in the Special Provision of these specifications. The work shall include all other miscellaneous items of construction to be performed as outlined in the details and specifications which are necessary to satisfactorily complete the work. The contractor is encouraged to conduct site visits and survey all these possibilities. The contractor shall verify these locations with the Construction Engineer. For street locations see list at the back of this document. Additional locations may be added if needed. All short cul-de-sac streets and turnouts that intersect with a street listed above shall be included in this contract, even though they may not be listed due to their size. The contractor shall mill, clean, apply tack coat, overlay and adjust facilities. Included, in addition to the resurfacing process, will be the removal (only) of all traffic buttons, removal and replacement of concrete curb and gutter, base repair, and all other miscellaneous items of construction to be performed as outlined in these specifications which are necessary to satisfactorily complete the work. Total quantities given in the bid proposal may not reflect actual quantities, but represent the best accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. 2. Contract will be awarded to the lowest responsible and responsive bidder. 3. The Contractor agrees to complete the Contract within the allotted number of days. If the Contractor fails to complete the work within the number of days specified, liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Construction of the City of Fort Worth, Texas. 4. The City reserves the right to abandon, without obligation to the Contractor, any part of the project, or the entire project, at any time before the Contractor begins any construction work authorized by the City. 5. This contract and project are governed by the two following published SP-1 specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION-CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH CENTRAL TEXAS A copy of these specifications may be purchased at the office of the Department of Engineering, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the designer. If not shown, then applicable published specifications in any of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 6. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate and as determined by the Director of the Transportation and Public Works Department. 7. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of one (1) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 8. TRAFFIC CONTROL: The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Vernon's Civil Statues, pertinent sections being Section Nos. 27, 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Depart- ment, Signs and Markings Division (phone number 871-8075) , to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. SP-2 The Contractor shall limit his work within one continuous lane of traffic at a time to minimize interruption to the flow of traffic. 9. PAYMENT: The Contractor will receive bi-weekly payment (minus 5% retainage) from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. 10. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. 11. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction, as required by Engineer, by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs", Item 524, and/or as shown on the plans. Construction signing and barricades shall conform with the latest edition of the "Texas Manual on Uniform Traffic Control Devices, Vol. No. 111. 12. DISPOSAL OF SPOIL/FILL INTERIAL: Prior to the disposing of any spoil/fill material, the contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator ("Administrator") , of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administra- tor to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056) . All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the contractors disposal sites shall be evidenced by a letter signed by the Administrator stating SP-3 that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at contractors expense. In the event that the contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of the Department of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 13. During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 14. Final cleanup work shall be done for this project as soon as the work has been completed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. 15. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 16. CONSTRUCTION SCHEDULE: It shall be the responsibility of the Contractor to furnish` the Construction Engineer, prior to construction, a schedule outlining the anticipated time each phase of construction will begin and be completed, including sufficient time being allowed for cleanup. 17. SAFETY RESTRICTIONS - WORK :BEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (1) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING --UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (2) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hood connections. (3) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Co.) which will erect temporary mechanical barriers, de- energize the line, or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company, and shall record action taken in each case. SP-4 (4) The Contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (5) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3) . 18. RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the °subcontract, have access to and the right to examine any directly pertinent books, documents, papers, and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. CONSTRUCTION The City of Fort Worth maintains a "CONFINED SPACE ENTRY PROGRAM" for its employees and all contractors and their sub-contractors must comply with this program as a condition of the contract. All active sewer manholes, regardless of depth, are defined as "permit required confined spaces". Contractors will be required to complete the "CONFINED SPACE ENTRY PERMIT" used by the Fort Worth Water Department (Field Operations Division) for each entry and possess and use the equipment necessary to comply with this program. The cost of complying with this program will be considered subsidiary to the pay items involving work in confined spaces (e.g. vacuum testing, cleaning, televising, construction, etc.) . NON-PAY ITEM NO. 1 - SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item No. 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. SP-5 NON-PAY ITEM NO. 2 - REMOVAL OF TRAFFIC BUTTONS AND TEMPORARY LANE TAPE: All traffic buttons shall be removed from the existing asphalt surface before resurfacing begins. The contractor shall be responsible for the removal of all buttons. Upon completion of the job the City will install new buttons after proper notification. The contractor shall also be responsible for all materials, equipment and labor to place temporary adhesive lane marking tape, at locations as directed by the Construction Engineer, to direct traffic flow until permanent markers are installed. The contractor shall notify the Construction Engineer to arrange for the replacement of the buttons and adhesive lane markers (arrows, etc.) . All costs to the contractor shall be figured as subsidiary to this contract. NON-PAY ITEM NO. 3 - LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES: The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the contractors responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: SP-6 Company Telephone Number Contact Person Southwestern Bell Telephone 338-6275 "Hot Line" Texas Utilities 336-9411 Mr. Roy Kruger Ext. 2121 Lone Star 336-8381 Mr. Jim Bennett Ext. 6982 City of Fort Worth, 871-8100 Mr. Jim Bob Wakefield Street Light and Signal Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. PAY ITEM NO. 1 - PROJECT DESIGNATION SIGN: The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting, and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of 3/4" fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer, and in place at the project site upon commencement of construc- tion. The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support, and maintenance shall be to the satisfaction of the Engineer. SP-7 The unit price pre bid per each will be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 2 - UTILITY 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's responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjust- ments. PAY ITEM NO. 3 - MANHOLE ADJUSTMENT: This item shall include adjusting the tops of existing manhole to match proposed grade as shown on the plans, in the detail at the back of this document or as directed by the Engineer. Standard Specification Item Nos. 450 "Adjusting Manholes and Inlets" and 406 "Concrete for Structures" shall apply except as herein modified. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Work shall be completed and street open to traffic within seven(7)calendar days. If the contractor fails to complete the work within seven(7)calendar days, a $100 dollars liquidated damage will be assessed per each manhole per day. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing manholes. The Engineer will field verify this inventory and provide the Contractor replacements for broken manhole covers. The contractor shall replace the manhole covers which are damaged during construction at no cost to the City. SP-8 Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections, as per current City Water Department Special Conditions. The unit price pre bid per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 4 - WATER VALVE BOXES ADJUSTMENT: Contractor will be responsible for adjusting water valve boxes to match new pavement grade. The water valves themselves will be adjusted by City of Fort Worth Water Department forces. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing water valve boxes. The Engineer will field verify this inventory and provide the Contractor replacements for broken valve boxes. The contractor shall replace the valve boxes which are damaged during construction at no cost to the City. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Work shall be completed and street open to traffic within seven (7) calendar days. If the contractor fails to complete the work within seven (7) calendar days, a $100 dollar liquidated damage will be assessed per each water valve box per day. The unit price pre bid per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 5 - WATER METER BOX ADJUSTMENT: This item only apply when the adjacent curb and gutter has been determined to be removed and replaced as directed by the Engineer. The adjustment shall include raising or lowering the existing water meter box to the proper grade. The unit price pre bid per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 6 - REMOVAL AND REPLACEMENT OF CONCRETE CURB AND GUTTER: These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in like kind, as governed by the standard City Specifications. Pay limits for laydown curb and gutter are as shown in Drawing No. S-S5 of the Standard Specifications. Included, and figured subsidiary to this unit price, will SP-9 be the required excavation into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul-off of the removed material to a suitable dump site. The street void shall be filled with H.M.A.C. "Type D" mix and compacted to standard City densities and top soil, if needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during construction shall be replaced with same or better at no cost to the City. Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of demolition to date of completion. if the contractor fails to complete the work within fourteen (14) calendar days, a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY ITEM NO. 7 - REMOVAL AND REPLACEMENT OF 6" CONCRETE DRIVEWAYS: This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul- off of the* removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-SS of the Standard Specifications. The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the work. PAY ITEM NO. 8 - REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK: This item shall include the removal and replacement of existing concrete sidewalk due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways". The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the removal and replacement work. PAY ITEM NO. 9 - REMOVAL AND REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE: The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure. The Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular SP-10 fashion. The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable sub-base. The total depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal for which the Engineer will select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site. After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with "Type D" surface mix. This item will always be used even if no base improvements are required. The proposed H.M.A.C. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness will not exceed 611. Before the patch layers are applied, any loose material, mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils, and Emulsions", 304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY ITEM NO. 10 - GRADED CRUSHED STONES: This item shall be used to repair the failed base material in areas exceed 6" deep as directed by the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No. 206 "Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY ITEM NO. 11 - WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE: 1. Description This item shall consist of milling the existing pavement from the lip of gutter at a depth of 2" and transitioning to match the existing pavement (0" cut) at a minimum width of 51 . The existing pavement to be milled will either be asphalt, concrete, or brick pavement. The ` removal and disposal of the milled materials shall be as directed by SP-11 the Engineer. The milled surface shall provide a smooth surface free from gouges, ridges, oil film, and other imperfections of workmanship and shall have a uniform textured appearance. In all situations where the existing H.M.A.C. surface contacts the curb face the wedge milling shall include the removal of the existing asphalt covering the gutter up to and along the face of curb. The wedge milling operations for this project will be performed in a continuous manner along both sides of the street. Details of milling locations are at the back of this document. Contractor is required to begin the overlay, within five (5) calendar days from the date of the wedge milling completion of any one street. Should the contractor fail to meet this condition, the wedge milling will be shut down, and liquidated damage of $500.00 per day per street will be assessed until all wedge milled streets are overlayed. The overlay, once begun on a street shall continue uninterrupted until complete. The Contractor shall haul-off the removed material to a suitable dump site. 2. Equipment The equipment for removing the pavement surface shall be a power operatod milling machine or other equal or better mechanical means capable of removing, in either one pass or two passes, the necessary pavement thickness in a five-foot minimum width. The equipment shall be self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. The machine shall be equipped with an integral loading and reclaiming means to immediately remove material being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. Adequate back-up equipment (mechanical street sweepers, loaders, water truck, etc.) and personnel will also be provided to keep flying dust to a minimum and to insure that all cuttings are removed from street surface daily. Stockpiling of planed material will not be permitted on the project site unless designated by the Engineer. The machine shall be equipped with means to control dust created by the cutting action and shall have a manual system providing for uniformly varying the depth of cut while the machine is in motion thereby making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. The speed of the machine shall be variable in order to leave the desired grid pattern specified under Surface Texture. The unit price bid per linear feet shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work. Sp-12 PAY ITEM NO. 12 - BUTT JOINTS - MILLED: Description.: This item requires the contractor to mill "butt joints" into the existing surface, in association with the wedge milling operation (PAY ITEM NO. 9) to the depth and at locations as described below. The but joint will provide a full width transition section, whereby the new overlay shall maintain constant depth at the point the new overlay is terminated and the new surface elevation matches the existing pavement. The construction activities, performance standards and equipment needed for the butt joints milling operations shall be governed by the special provisions of Pay Item No. 9 - Wedge Milling. The configuration of the butt joints is described in more detail below. General details of butt joint locations - along with wedge milling in general - are shown in plan form at the back of this document. Construction Details: Prior to the milling of the butt joints, the contractor shall consult with the construction Engineer for proper location of these joints and verify that the selected limits of the projects street are correct. The general locations for butt joints are at all beginning and ending points of streets listed in the project and as more graphically detailed at the back of this specification book. The joints are also required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. Each butt joint shall be 20 feet long and milled out across the full width of the street section to a tapered depth of 211. This milled area shall be tapered within the 20 feet to a depth from 0" to 2" at a line adjacent to the beginning and ending points or intermediate transverse items. This butt joint - when overlayed - will consist of a asphalt section that will transition the new overlay to match the existing pavement elevation. The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. Measurement and Payment: Butt joints as prescribed above, will be measured by the unit of each butt joint milled. The disposal of excess material involved will not be measured for payment. Each butt joint-milled, measured as above, complete-in place-in accordance with these specifications, will be paid for at the unit price shown in the proposal for "Butt Joints". The unit price bid per each shall be full compensation for all milling, including material haul-off, tools, labor, equipment and incidentals necessary to complete the required work. SP-13 PAY ITEM NO. 14 - 2" H.M.A.C. SURFACE COURSE (TYPE "D" MiX) : All applicable provisions of Standard Specifications, Item Nos. 312 "Hot- Mix Asphaltic Concrete" and 313 "Central Plant Recycling-Asphalt Concrete" shall apply to the construction methods for this portion of the project. Standard Specification 312.5 (1) shall be revised as follows: The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising, the tempera- ture being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as necessary. The unit price bid per square yard of H.M.A.C. complete and in place, shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 15 - REMOVAL AND REPLACEMENT OF 7" CONCRETE VALLEY GUTTER: This item • shall include the removal and reconstruction of existing concrete valley gutters at locations to be determined in field: Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. See standard specification Item No. 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base and Drawing No. S-S6." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". Asphalt base material may be required at times as directed by the Engineer to expedite the work at locations idenfified in the field. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work ` shall be completed on each half within seven (7) calendar days. SP-14 If the contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO. 16 - NEW 7" CONCRETE VALLEY GUTTER: This item shall include the construction of concrete valley gutters at various locations to be determined in field. Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item. See standard specification Item No. 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base and Drawing No: S-S6." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314, "Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the Contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO. 17 - NEW 4" STANDARD WHEELCHAIR RAMP: The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the Engineer. The removal of existing substandard wheelchair ramps and sidewalk as required for the installation of new wheelchair ramps shall be subsidiary to this pay item. The removal and replacement of existing curb and gutter as required for the installation of new wheelchair ramps shall be included SP-15 in Pay Item 5 (Removal and Replacement of Curb and Gutter) . Pay limits for laydown curb and gutter are as shown in the Standard Pay Limit Detail (WR- 1) . The pay limit will extend from 9" outside the lip of gutter to 15" back from the face of curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will start 15" back from the face of curb and encompass the remainder of the ramp and sidewalk. All applicable provision of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways" shall apply except as herein modified. All concrete flared surface shall be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be used in accordance with manufactures instructions. Concrete stain may be applied after concrete is poured (Product sold by BAER) . "Contractor shall provide a colored sample concrete panel of one foot by one foot by 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." The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to compete the work. PAY ITEM NO. 18 - 6" PERFORATED PIPE SUBDRAIN: This item shall consist of furnishing and installing 6" perforated subdrain and filter material all as shown on the enclosed details, or as directed by the Engineer. All applicable provision of standard Specifications Item 500 "SUBDRAINS" shall apply except as herein modified. The pipe material shall be poly vinyl chloride (PVC) with the standard dimensional ration of 35 (SDR35) and meet the ASTM D 1784. Filter fabric shall have the capability of passing ground water without transporting the soil placed around the filter fabric. The fabric shall be constructed exclusively of synthetic thermoplastic fibers and may be either woven or nonwoven to form a mat of uniform quality. Fabric fibers may be either continuous or discontinuous and oriented in either a random or a aligned pattern throughout the fabric. The fabric shall be mildew resistant, rot proof, shall be satisfactory for use in a wet soil and aggregate environment, contain ultraviolet stabilizers and have nonravelling edges. The fabric shall meet the following requirements when sampled and tested in accordance with the methods indicated. SP-16 Test Original Physical Properties Method Requirements Fabric weight, on an ambient SDHPT Test Method 4.0 minimum for under temperature air-dried tension Tex-616-J drains and Slope free sample, expressed in "Testing of Construc- Stabilization, 6.0 oz/sq. yd. tion Fibers" minimum for Gabions Revetment Water flow rate by falling Tex-616-J 80 minimum head method, 7.9 inches (20 cm) to 3.9 inches (10 cm) on 2 inch ID cylinder with 1 inch diameter orifice, with flow rate expressed in gal/sq. ft/minute. Breaking load in either ASTM Designation: 100 minimum machine or cross-machine D 1682 grab method G direction, expressed as modified by Tex- in pounds. -616-J Equivalent 'opening size CW-02215, US Army 70 to 100 (US Standard sieve no.) Corps of Engineers, Civil Works Construction Guide Specification. "Plastic Filter Fabric", November, 1977. "Apparent elongation" at ASTM Designation: 100 maximum breaking load in either D 1682 grab method G machine or cross-machine as modified by Tex direction, expressed as -616-J percent. The "Filter Fabric" shall be installed in accordance with the manufacturer's recommendations, as indicated or as directed by the Engineer. When lapping is required, it shall be in accordance with the manufacturer's recommendations. Backfilling around the Filter Fabric shall be done in such a way as not to damage the Filter Fabric material during the placement. The unit price bid per L.F. shall be full compensation for all labor, materials, equipments, tools, and incidentals necessary to complete the work. SP-17 PAY ITEM NO. 21 - 8" PAVEMENT PULVERIZATION: Contractor shall pulverize the existing pavement to a depth of 811. After pulverization is completed, contractor shall temporary remove and store the 8" deep pulverized material, then cut the base 2" to provide place for the new 2" H.M.A.C. surface. The 2" base cut shall start at a depth of 8" from the existing pulverized surface. After the undercut operation is completed, contractor shall spread, mix, and compact the pulverized material to a 95% compaction per City's Standard Specifications or as directed by the Engineer in the field. A 5% portland cement shall be used to mix the pulverized material. If the existing pavement has a combination of 10" H.M.A.0 and crushed stone/gravel, undercut will not be required, the contractor will pulverize 10" inches, the 2" inch cut will be taken from the 10" pulverized material. (see soil test report) After the pulverized material is cured, the contractor shall overlay it with 2" H.M.A.C. surface within five (5) calendar days. If the contractor fails to begin the work within five (5) calendar days, a $200 dollars liquidated damage will be assessed per block per day. The unit price bid per square yard shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, and dispose of the undercut material. The 2" H.M.A.C. surface will be paid by separate item. PAY ITEM NO. 23 - REMOBILIZATION: This item shall compensate the Contractor to remobilize personnel, equipment, supplies, and material to perform an additional work as directed by the Engineer. Remobilization will be considered when concrete "Flat-work" has been completed, personnel and equipments were demobilized, and the street is clean and ready for the overlay. Remobilization shall be determined by the Engineer. Any Remobilization without the approval of the Engineer will not be compensated. The unit price per bid per each will be full compensation for all labor, equipment, material, tools, and all incidentals necessary to complete the work. PAY ITEM NO. 24 - UNCLASSIFIED STREET EXCAVATION: This item will be used if additional excavation is needed that is not covered by Pay Item No. 21 - " 8" PAVEMENT PULVERIZATION". Additional Excavation is the removal of the excessive crown and base to bring the new base to proper grade & City standard specifications for street reconstruction. All applicable provisions of Item 106 shall apply, work shall be paid per cubic yard. SP-18 PAY ITEM NO. 25 - 2" SURFACE MILLING: This item shall consist of milling the existing pavement at a depth of 211. All applicable provisions of Item No. 11 "Wedge Milling" shall apply. The unit price bid per square yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY ITEM NO. 26 and 27 REMOVAL AND REPLACEMENT OF 7" THICK DRAINAGE INLET TOPS: This item shall include the removal and replacement of the 7" thick drainage inlet tops of one (1) 5-foot and one (1) 10-foot drainage inlet openings, respectively. The removal and replacement of the drainage inlet tops shall be in accordance with Standard Specification Item NO. 450 "Adjusting Manholes and Inlets", as shown in the Drawing NO. S-S01 and S- S02 and as directed by the construction engineer. The unit price per bid per each will be full compensation for all labor, equipment, material, tools, and all incidentals necessary to complete the work. END OF SECTION SP-14 Equipment Schedule List of equipment owned by Bidder that is in serviceable condition and available for use 6 Portions of work bidder proposes to sublet in case of Award of Contracts including amount and type: r F F r i i Experience Record List of projects your organization has successfully completed: AMOUNT OF TYPE OF WORK DATE NAME AND ADDRESS CONTRACT AWARD ACCEPTED OF OWNER List of projects your organization is now engaged in completing: AMOUNT OF TYPE OF WORK ANTICIPATED DATE NAME AND ADDRESS CONTRACT AWARD OF CO4IPLETION OF OWNER List Surety Bonds in Force on above incomplete work: AMOUNT OF T-kTE OF WORK AMOUNT OF BOND NAME AND ADDRESS CONTRACT AWARD BOND OF OWNER CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT This agreement made and entered into this the 26th day of September , 2000 by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.D., 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city, and the City of Fort Worth being hereinafter termed Owner, and Peachtree Construction HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: HMAC SURFACE OVERLAY 2000-6 AT VARIOUS LOCATIONS Designated as project number, GS93-020930522100 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. 'NTY Kfi°:`s' H 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of_ 100 (One Hundred) working days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $ 315.00 per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications, and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete the same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if, in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said Plans and Specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6. Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and Cho WED) p��. 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 inLM or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas, as amended, in the form included in the Contract Documents, and such bonds shall be 100 percent (100%) of the total contract price, and the said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 8. Said City agrees and binds itself to pay, and the said agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates N/A shall be SIX HUNDRED SEVENTY NINE THOUSAND, FIVE HUNDRED EIGHTY ONE DOLLARS AND FIFTY CENTS $679,581.50 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copies verbatim herein. 11. The Contractor shall procure and shall maintain during the life of this contract insurance as specified in paragraph 8 of Special Instruction to Bidders of this contract documents. 12. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. N WITNESSETH WHEREOF, the City of Fort Worth has caused this instrument to be signed in Six 6 counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers to Six 6 counterparts with its corporate seal attached. ME c-4 Done in Fort Worth, Texas, this the 26th day of September , 20 00 . RECOMMENDED: CITY OF FO T WO t DIRECTOR, DEPARTMENT OF ASSISTANT CITY MANAGER ENGINEERING APPROVED: DIRECTOR, TRANSPORTATION AND PUBLIC WORKS PEACHTREE CONSTRUCTION ATTEST: (Contractor) T ITY SECRETAR �J (SEAL) BY: (Representative) PRESIDENT (TITLE) P.O.BOX 021198 APPROVED AS TO FORM & (Address) LEGALITY: FT.WORTH,TX. 76182-1196 (City/State/Zip) ASSIS ANT CITY ATTORNEY contract Authorization November 1960 Revised May 1986 c0 (J Revised September 1992 Date Revised January 1993 Revised April 1999 Revised June 1999 wP BOND NO. KC8423 PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENT: That we (1) Peachtree Construction (2) Compal of Texas hereinafter called Principal and (3) a corporation organized and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas hereinafter called Owner, in the penal sum of: Six Hundred Seventy Nine Thousand,Five Hundred Eighty One Dollars and Fifty Cents $679,581.50 Dollars in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we hereby bind ourselves, our heirs, executors, administrators, and successors,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth,the Owner, dated the 26th day of September,2000, a copy of which is hereto attached and made a part hereof, for the construction of: HMAC SURFACE OVERLAY 2000-6 AT VARIOUS LOCATIONS designated as Project Number G03-02093015221'09 a copy of which contract is hereto attached, referred to, and made a part hereof as fully and to the same extent as if copies at length herein, such project and construction being hereinafter referred to as the"work". NOW THEREFORE, if the Principal shall well, truly and faithfully perform the work in accordance with the plans, specification, and contract document during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time alteration or addition to the terms of the contract or to the work or to the specifications. AMPERBOND.FRM IN WITNESS WHEREOF, this instrument is executed in 6 Counterparts each one of which shall be deemed an original,this the 26th day of September 2000. Peachtree Construction Principal (4) ATTEST: 40 2 By: �- � - (Principal) Secretary J.BARRY CLARK PRESIDENT (Printed Nanneditle) (SEAL) P.O_ Box 821198 ADDRESS Fort Worth, Tx 76182-1198 2700 NE Loop 10, Suite 125 CITY/STATE/ZIP 4 San Antonio, 41 78217 Fidelity and Guaranty Insurance Underwriters, Inc. (Address) (Surety) AT 'E W. rety) Secretary By: h (Attorney-in-Fact) (5) (SEA) Steven B. Siddons L14-�- (Printed Attorney-in-Fact) r Witness s to Surety ' Note: Date of Bond must not be prior to date of Contract (1) Correct name of Contractor (2) A Corporation,a Partnership or and ' Individual,as case may be (3) Correct Name of Surety (4) If Contractor is partnership all Partners should execute bond (5) A true copy of Power of Attorney shall be attached to bond by Attorney-in-Fact AMPERBOND.FRM Bond No. KC8423 PAYMENT BOND THE STATE OF TEXAS BOND NO. 141503264 COUNTY OF TARRANT KNOW ALL MEN BY THESES PRESENTS: That we, Peachtree Construction a corporation of Tarrant County, Texas hereinafter called Principal and (3)_ a corporation organized and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to in the penal sum of: Six Hundred Seventy Nine Thousand,Five Hundred Eighty One Dollars and Fifty Cents $679,581.50 lawful money of the United States,to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth,the Owner dated the 26th day of September-,2000. a copy of which is hereto attached and made a part hereof, for the construction of: HMAC SURFACE OVERLAY 2000-6 AT VARIOUS LOCATIONS designated as Project Number GS93-020930522100 copy of which contract is hereto attached, referred to, and made a part hereof as fully and to the same extent as if copied at length herein, such project and construction being hereinafter referred to as the"works". NOW, THEREFORE, the condition of the obligation is such that, if the Principal shall promptly make payment to all claimants as defined in Article 5160 of the Revised Civil Statutes of Texas. supplying labor and materials in the prosecution of the work provided for in said Contract, then this obligation shall be null and void, otherwise it shall remain in full force and effect. THIS BOND IS MADE AND ENTERED into solely for the protection of all claimants supplying labor and material in the prosecution of the work provided for in said Contract, as claimants are defined in said Article 5160, and all such claimants shall have a direct right of action under the bond as provided in Article 5160 of the Revised Civil Statutes. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, State of Texas, and that the said Surety, for value received, hereby stipulates and agrees that no change extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specification accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or the specifications. A:15PAYBOND.FRM PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder whose claim shall be unsatisfied. IN WITNESSETH WHEREOF,this instrument is executed in 6 counterparts, each one of which shall be deemed an original, this the 26th day of September , 2000. Peachtree Construction t Principal (4) ATTEST: bi BY: (Principal) S cretary y I-BARRY CLARK (Printed Name/Title) (SEAL) P_O. Box 821198 ADDRESS Fort Worth, TX 76182-1198 CITY/STATE/ZIP 2700 NE Loop 410, Suite 125 Fidelity and Guaranty Insurance _ San Antonio, TX 78217 Underwriters, Inc. (Address) (Surety) A17 (*-Pty) Secretary By: (Attorney-in-Fact}(5) ` Steven B. Siddons (Printed Attorney-in-Fac4) (SEAL ,) W itn ss as to Surety Note: Date of Bond must not be prior to date of Contract ° (l) Correct name of Contractor (2) A Corporation, a Partnership or and Individual,as case may be (3) Correct Name of Surety (4) if Contractor is Partnership all Partners should execute bond A:k5PAY13OND.FRM The&Pdu� POWER OF ATTORNEY �Q Seaboard Surety Company United States Fidelity and Guaranty Company SL Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company SL Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. SL Paul Mercury Insurance Company Power of Attorney No. 20928 Certificate No. 4 16' KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,and that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein coWetn,ely called the"Companies"),and that the Companies do hereby make,constitute and appoint Robert C.Siddons,Robert C.Fricke,Bettye Ann Rogers,Linda Edwards, Douglas J.Wealty,Steven B.Siddons,James F.Siddons, Holly Gravenor and Lorrie Scott of the City of Austin ,State Texas ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign its name as surety to,and to execute,seal and acknowledge any and all bonds,undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed this 2nd day of September 1999 Seaboard Surety Company United States Fidelity and Guaranty Company SL Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company SL Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. SL Paul Mercury Insurance Company ,,poSwtl, w,irt �yffr,ttb -mtltY ' \A� �' g •,7. �%Jptu, 'x 1927 ^�® ,3— � � t� r' 1977 1 MICHAEL B.KEEGAN,Yce President R.9 i+EAL,/�e i\S8A7� ��7 �•� t9Jr /� /� W State of Maryland City of Baltimore MICHAEL R.MCKn3BEN,Assistant Secretary On this 2nd day of Se to� 1499. ,before me,the undersigned officer,personally appeared Michael B.Keegan and Michael R.McKibben,who acknowledged themselves to btt t ce P*deet and Assistant Secretary,respectively,of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insuraaee Opihp"St.Paul M`trttry Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Gubartty Insoruce Ui{dcAilers,Inc.and that they,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing the names of thetorporations by themselves as duly authorized�oofficeceer'ss.. In Witness Whereof,1 hereunto se[my hand and official seal. e� �} C� �T'�RF My Commission expires the 13th day of July,2002. ' s REBECCA EASLEY-ONOKALA,Notary Public �Af CIT'I This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.on September 2,1998,which resolutions are now in full force and effect,reading as follows: RESOLVED,that in connection with the fidelity and surety insurance business of the Company,all bonds,undertakings,contracts and other instruments relating to said business may be signed,executed,and acknowledged by persons or entities appointed as Attonvey(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s)of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman,or the President,or any Vice President,or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations.The signature of such officers may be engraved,printed or lithographed.The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and subject to any limitations set forth therein,any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company,and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached;and RESOLVED FURTHER,that Attomey(s)-in-Fact shall have the power and authority,and,in any case,subject to the terms and limitations of the Power of Attorney issued them,to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings,and other writings obligatory in the nature thereof,and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I,Michael R.McKibben,Assistant Secretary of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Corttpony, St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. I IN TESTIMONY WHEREOF,I hereunto set my hand this 2GT�/\day of IC(�. 1927 �,J��' ��� :seacj^ tsrta 1977 1951 Michael R.McKibben,Assistant Secretary r°•� AIN J To verify the authenticity of this Power of Attorney,call 1-800-421-3880 and ask jar rhe Power of-Auarney clerk. Please refer to the Power ofANorney number, the above-named individuals and the details of the bond to which the power is allached. 86326 Rev.4-99 Printed in U.S.A. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor, Peachtree Construction certifies that it provides worker's compensation insurance coverage for all of its employees employed on City of Fort Worth project HMAC Surface Overlay 2000-6 at Various Locations project number, GS93-020930522100. By: >< e �0� 3 �Qo Date STATE OF TEXAS 3 COUNTY OF TARRANT 3 BEFORE ME, the undersigned authority, on this day personally appeared J.BARRY CLARK , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of PU0MEEC0NMLCPM for the purposes and considerations therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this aft day of 0CIQBtZ , 20p. ,4!+� CHERYL A HOHENBERGER '+yp " MY COMMISSION EXPIRES Notary Public in and for the State of Texas 1 'n4(nr. �,2004 (a) Contractor agrees to provide to the City a certificate showing that it has obtained a policy of workers compensation insurance covering each of its employees on the project in compliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this section. (b) Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of workers compensation insurance covering each employee employed on the project. Contractor will not permit any subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy of all such certificates to the City. A:13WORKCOM.FRM 7-1 ACORD,M CERTIFICATE OF LIABILITY INSURANCEDATE(MM/DD/YY) 09/29/2000 PRODUCER 817-737-4943 FAX 817-737-4947 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION K & S Group, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR Frank Siddons Insurance Fort Worth ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 4021 Hwy 377 South Fort Worth, Tx 76116 INSURERS AFFORDING COVERAGE INSURED Peachtree Construction, Ltd. INSURER k- ZURICH COMMERCIAL INSURANCE P.o. Box 821198 INSURER e: AMERICAN INTERNATIONAL GROUP Fort Worth, TX 76182-1198 INSURER C: INSURER D: 817-498-5470 Fax: 800-880-0568 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YY DATE MM/DD/YY LIMITS GENERAL LIABILITY CON987054S3 05/12/2000 05/12/2001 EACHOCCURRENCE $ 1,000,00 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) $ 300,000 y CLAIMS MADE lil OCCUR MED EXP(Any one person) $ 10,000 A X Per Project Aggr.. PERSONAL 8 ADV INJURY S 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY PRO LOC JECT AUTOMOBILE LIABILITY ON98705495 05/12/2000 05/12/2001 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1,000,000 w ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per peraan) $ A X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) A PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS LIABILITY BE7396183 05/12/2000 05/12/2001 EACH OCCURRENCE $ 4,000,00 X OCCUR F�CLAIMS MADE AGGREGATE E 4,000,000 B $ DEDUCTIBLE $ RETENTION $ $ WORKERS COIMPENSATIONAND C098705578 05/12/2000 05/12/2001 X TORY LIMITNG STATU_S ER EMPLOYERS'LIABILITY E.L.EACH ACCIDENT E 500,00 A E.L.DISEASE-EA EMPLOYEE E 500,000 E.L.DISEASE-POLICY LIMIT $ S00,000 OTHER 1 DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS roject: HMAC Surface Overlay 2000-6 at Various Locations Project No. : Gs93-020930522100 I CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Fort Worth BUT FAILURE TO MAL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 1000 Throckmorton Street OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. Fort Worth, TX 76102 AUTHORIZED REPRNTATNE ACORD 25S(7197) FAX: (817)871-8092 CACORD CORPORATION 1988 CERTIFICATE OF INSURANCE STANDARD FORM BY INSURER � z Q U J d V V I m d Dco O O Ln m z w CL m O 0 a Q m - w z � �- � U � z < � Q z z o z 0 L.L, C� w z � U O Q 9- , 0 O W �--- U ~ I- U W W W - 3 � 0 F--- (2� V) CL „ 0- , z C) z_ W Q1 Go y O 01 W � t Z � .Z O C9 ~ W o J J W}. NyQ W CQzwm O Q W w O p F- E-w 11 w W W 1p <-W N J hW�F-tn F W V W V ¢ Q t :,- ti � :1 31: v O W z = U Q V ul H ai �-- o _V 3c m It w 4t Z it W O Ct 'W .. C z �. it 0 W = W W } 0 J U.L m z m O O y W t W O Z 2 I► lDYWiLN03 NI lON iovdiN0o NJ J.ON �t •u I1, 11 III 11 set ru �� III III •.► i n • lil III iq� :.. �-�• III' 1iH •• fill `�• qa ...+ III III III IIII III '• see Ill ill Ill IIII lr ••f .rr• III '�! III 1111 •�� II... n I y ��• III �'' ... Ili ... 11 ill I III :,. 'll III • ��� Ill ii ...! Ili ��� III - ''•' 111; •�• III • ll 1111 �� III! 111 ill III ill nl 111 ... III '�l 111 M N' iil •r• ,ll I1, � •�• Ili �� '� Ill ... ,11 Ili illto Y • 111 ll. �Iti -� 111 11 Ili I V r I11 .. Ill �� II► .. t11 III Iil III • •• 111 •rr in III •rr 111 lh. .:• - •rr i • 1! 111 1p ". ire 4 Iil Il ii�;1 �I III. • o 4 o+ o PIS H o Q1 1 > ujW ze Q 49 i = r I. m W i ~ m N m u W .J w D Ji d =W o� m pZ {d N UJ i V • w w N Y J c w cc a' mot 0 ZWy W m _Zc �- y 2 1- W 0.CC Z Z c� O F. ZZ F- m 4i q o W w in V � t- .-J z = = Qtj w } 00 4cU 7 Q J W - = a' w = �. w 9 }• fx J _OW , _ F: X O O F O < o Q W J� N o It OC k. O w a J ao0 NF=- F- Z (; j IL = ►- < O 000 } J 91 4 wwo 0cc uj 1-00 _ .j Z 4Lz W It Cl aj < mss Z W _ W e F- O W Z .i. till 1 111 Ill Itl .. r CJI It ;lilt.�l��, r' TO i 111 �1'y iu III 11 .. rel ,�' - - � _ • Ail Ill III . N• r .�� ... is • 49 i . •, +. Ill ... ,lli .. w ' .••1 �I! •~ iii. '.'~ y�_y.�il��l, ��� Ill if �, • �_ •. si .0 + ii MANHOLE WATER VALVE 1/2 W T_YP 4.0' M H 2.0' W V 8 - #4 BARS TYP. �� c PLACED MIN 3" BELOW SURFACE / c �• _3" TYP. ' Y- 4 PVMT '" ` PVMT f� BASE BASE i ti GRADE RINGS AND RAM NECK CONCRETE COLLAR HEIGHT VARIES 1. ALL CONCRETE USED SHALL BE 300 0 PSI. 2. CONCRETE COLLAR SHALL EXTEND TO THE BOTTOM OF BASE (MIN.). 3. CONCRETE COLLAR SHALL BE: a) 4' x 4' for MANHOLE b) 2' x 2' for WATER VALVE. CONCRETE COLLAR for MANHOLE and WATER VALVE NTS February 1993 • A sOuARE IEET Of VALLET GUTTER YEASUREO IROM SACK-OP-CURT TO SACK-OI-CURS C1c►ArtSgN iOtNTi TRANSITION t V l TRAI1SITtON AREA(WIOTH AS REOUIRE01 OWrrT /HAL"oxT TER lMti A JO(MfE L-40— FLAN VIEW Not to See/4 Ae Mvert Adcard thea/010 4fpth &ad to leis them JN rzt Oiplk ri//be regAtted 14,0//8,114 rot/dr vwtters, Tee tomfrictor art// Dt rmgt</re4 to fart lh♦ pallor evltA meter brtore 16eJo0lr orcy/eo: T'CORCRETE EXIST,a.M.AZ. VALLEY rvM7 R WE GUTTER 2 KALA.0 _t M0.3 t 24'C—C TRNNLITION r O NO.34 144C-C I 1 21 KSLA.C. TRANSITION 'T EXIST,KM.At- so ITEM NO.302 ryu'T USE CONCRETE USE Crushed CONCIIETE USE fi Limestone RESIDENTIAL STREETS SECTION 'A —A' Not to $Coto The T Iraintorcad concrete rs'lloy shallreplace the W 71of the paremaat bled the remolnlaQ portion of povament to bd constructed lnclud/ag tubgrcde lrectmenl, fn accordance w/14 the typical parlay eeclloo. The concrete volley rill be pdv«aed according 10 city standards for concrete carb and gullie. The concrete sAall be of iroshed and screened aggregate W/th 4 mfa. of f/ve f5)jacks of cement per cubleyord Of concrete . with a minimum compressive strength of 3,000 pounds per square inch n seven days. SONCRETE WAL L EY DEMILS