Loading...
HomeMy WebLinkAboutContract 26597 E O.E. FILE CONTRACTOR'S BONDING CO. CITY SECRETARY �p CONSTPUCTION'S COPY CONTRACT NO. CLIENI DEMCATIONS AND CONTRACT DOCUMENTS FOR 1998 CAPITAL IMPROVEMENTS PROJECTS PAVEMENT REHABILITATION OF PELHAM ROAD (From Clayton Road to Camp Bowie Blvd.) IN THE CITY OF FORT WORTH, TEXAS TPW PROJECT NO.: C-1 15-030115095116 D.O.E. NO: 3079 , Y Dale A. Fisseler, P.E. A. Douglas Rademaker, P.E. Hugo Malanga, P.E. Director Director Director Water Department Department of Engineering T/PW Department PREPARED BY 4 NZ DUNAWAY ASSOCIATES, INC. ENGINEERS•PLANNERS•SURVEYORS •OF• • P.•• 1501 Merrimac Circle,Suite 100 • �'�• �•••;��1 Fort Worth,Texas 76107 * •� ��� Phone 817.335.1121 Fax 817.335.7437 �.................. . *f November 2000 i DANIEL OCHINCIUC• .. � :.....85654 5654....:.. DAI No. 2000114 1 , S•, 'D G���: �%%Q0NAL EN�•� ►v c,l/ �� 2p rj City of Fort Worth, Texas "floor and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 2/20/01 **C-18464 30PELHAM 1 of 2 SUBJECT AWARD OF CONTRACT TO STABILE & WINN, INC. FOR RECONSTRUCTION OF PELHAM ROAD CLAYTON ROAD TO CAMP BOWIE BOULEVARD RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Stabile & Winn, Inc. in the amount of$191,328.60 for the reconstruction of Pelham Road (Clayton Road to Camp Bowie Boulevard) with new concrete pavement. DISCUSSION: On May 23, 2000 (M&C G-12926), the City Council approved the deletion of the Westcreek Drive reconstruction project from the 1998 Capital Improvement Program (CIP). On the same M&C, the City Council added Pelham Road from Clayton Road to Camp Bowie Boulevard to the 1998 CIP by utilizing a portion of the savings from the deletion of the Westcreek Drive project. The street improvements include 6-inch lime stabilized subgrade and reinforced concrete pavement, construction of standard concrete curb and gutter, driveway approaches and sidewalks where shown on the plans. The project was advertised for bid on November 16 and 23, 2000. On January 11, 2001, the following bids were received: Bidder Amount Time of Completion Stabile & Winn. Inc. $191,328.60 60 Working Days McClendon Construction Company, Inc. $196,239.90 Branch and Sons Contractor's, Inc. $208,599.75 J. L. Bertram Construction and Engineering, Inc. $213,299.88 Jackson Construction, Inc. $216,160.10 Richard Carr Construction Company $229,824.21 Century Services Company $298,746.10 Stabile & Winn, Inc. is in compliance with the City's M/WBE Ordinance by committing to 6% MYWBE participation and documenting good faith effort. Stabile & Winn, Inc. identified several subcontracting and supplier opportunities, however, the M/WBEs contacted in the areas identified did not respond or submit the lowest bid. The City's goal on this project is 15%. The project is located in COUNCIL DISTRICT 3, Mapsco 74P. The contingency for possible change orders is $9,566.00. City of Fort Worth, Texas "111jor And Council Izommunicalflon DATE REFERENCE NUMBER LOG NAME PAGE 2/20/01 **C-18464 1 30PELHAM 2 of 2 SUBJECT AWARD OF CONTRACT TO STABILE & WINN, INC. FOR RECONSTRUCTION OF PELHAM ROAD CLAYTON ROAD TO CAMP BOWIE BOULEVARD FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements Fund. MG:k Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) t Mike Groomer 6140 APPROVED CITY COUNCIL Originating Department Head: A.Douglas Rademaker 6157 (from) FEB 20 2001 C115 541200 020115040611 $191,328.60 Additional Information Contact: City Secretary of the City of Fort Worth,Texas A.Douglas Rademaker 6157 CITY OF FORT WORTH, TEXAS DEPARTMENT OF ENGINEERING ADDENDUM NO. 1 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 1998 CAPITAL IMPROVEMENTS PROJECTS PAVEMENT REHABILITATION OF PELHAM ROAD (From Clayton Road to Camp Bowie Blvd.) �. D.O.E. Project No. 3079 T/PW Project No. C115-030115095116 Addendum Issued: December 11,2000 Bids Received Until: January 11,2001, 1:30 p.m. F The Contract Documents for the subject project are hereby revised or amended as follows: I. SPECIFICATIONS A. Part 1 — Notice to Bidders • Changed Bid Date to January 11, 2001 [See Page 1-1] B. Part 2 — Comprehensive Notice to Bidders • Changed Bid Date to January 11, 2001 (See Page 2-11 C. Part 6 - Proposal • Pay Item 27, changed bid quantity from 150 CY to 10 CY". (See Page 64)] • Added Pay Item No. 29—50 LF, remove and replace channel link fence. (See Page 6-41 • Added Pay Item No. 30—50 LF, remove and replace wood fence. (See Page 6-4] • Added Pay Item No. 31 —25 TN, 3-inch HMAC pavement repair(repairs adjacent to the curb and valley gutter) . (See Page 64] D. Part 7— Special Conditions • Changed Pay Item No. 1 to read as follows: "All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing". This includes the creek behind the lots south of Pelham. However, no direct payment will be made for this item and it shall be considered incidental to this contract.. (See Page 7-81 BIDDER SHALL ATTACH THE REPLACEMENT PAGES TO ORIGINAL DOCUMENTS 2=114 Mdendumt oo-12tt DO.doc -1 - CITY OF FORT WORTH, TEXAS DEPARTMENT OF ENGINEERING ADDENDUM NO. 1 This Addendum forms a part of the Contract Documents referenced above and modifies the original Contract Documents and plans. Acknowledge receipt of this Addendum on the space provided below and on Page "6-5" of your Bid Proposal and note on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject bidder to disqualification. RECEIPT ACKNOWLEDGED: By: w By: _ Rick rice, P.E.and Manager Title: Consultant Services (DOE) R& Address: -Jr, i ,. Fwd 96 i 7 9 Telephone: COPi.- 8'407- E0JC 2000114_Addenduml_00-1211_DO.doc -2- NOTICE TO BIDDERS Sealed Proposals for the following: FOR: 1998 CAPITAL IMPROVEMENT PROJECTS Pavement Rehabilitation of Pelham Road From Clayton Road to Camp Bowie Blvd. D.O.E. No.:3079 UNIT II: PAVING REHABILITATION OF PELHAM ROAD FROM CLAYTON ROAD TO CAMP BOWIE BLVD. TPW PROJECT NO.: C-115-0301150-95116 Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 p.m., Thursday, January 11, 2001, and then publicly opened and read aloud at 2:00 p.m., in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the office of the v Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth,Texas. One set of plans and documents will be provided for a deposit of fifty dollars($50.00). o A Pre-Bid Conference will be held on December 5, 2000 at 9:00 a.m. in Room 255A of the Department of : Engineering conference room. All bidders are encouraged to attend. r 0 The major work on the above-referenced project shall consist of the following: e o� 3,553 SY 5-inch HMAC pavement 2,105 LF Standard curb and gutter 4 5,816 SF 6-inch reinforced concrete driveway 344 SF 4-inch standard concrete sidewalk, leadwalk and wheelchair ramp For additional information, please contact Mr. Daniel Ochinciuc, P.E. at (817) 335-1121, or Ms. Dena Johnson, P.E. at(817)871-7866. .y Advertising Dates: It 1 November 16, 2000 t a November 23, 2000 y 2000114 Spm_00-1115 DO.d®c (�) COMPREHENSIVE NOTICE TO BIDDERS Sealed Proposals for the following: FOR: 1998 CAPITAL IMPROVEMENT PROJECTS Pavement Rehabilitation of Pelham Road From Clayton Road to Camp Bowie Blvd. D.O.E. No.:3079 UNIT II: PAVING REHABILITATION OF PELHAM ROAD FROM CLAYTON ROAD TO CAMP BOWIE BLVD. TPW PROJECT NO.: C-115-0301150-95116 Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 p.m., Thursday, January 11, 2001, and then publicly opened and read aloud 401 at 2:00 p.m. in the Council Chambers. Plans, Specifications and Contract Documents for this project may It be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. A fifty dollar ($50.00) deposit is required for the first set of documents and v additional sets may be purchased on a non-refundable basis for fifty dollars ($50.00) per set. These documents contain additional information for prospective bidders. o A Pre-Bid Conference will be held on December 5, at 9:00 a.m. in Room 255A of the Department of Engineering conference room. All bidders are encouraged to attend. i All bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the c State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278, as y, amended by City Ordinance No. 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. 4 Bid security is required in accordance with Paragraph 1 of the Special Instructions to Bidders. o� d v The major work on the above-referenced project shall consist of the following: 4 i 3,553 SY 5-inch HMAC pavement 2,105 LF Standard curb and gutter 5,816 SF 6-inch reinforced concrete driveway 344 SF 4-Inch standard concrete sidewalk, leadwalk and wheelchair ramp C Included in the above will be all other items of construction as outlined in the Plans and Specifications. e 41. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may t 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 all the responsibility of the bidder to whom it is proposed to award the contract has been verified. SUBMISSION OF BIDS: The contract will be awarded to the responsive low bidder. 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 at (817) 871-7910. Bids that do not acknowledge all applicable addenda may be rejected as non-responsive. In accord with the City of Fort Worth Ordinance No. 11923, as amended, 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 M/WBE 2000114_Spem_00-1115 DO.doc 2 (1) SPECIAL CONDITIONS CITY OF FORT WORTH TRANSPORTATION &PUBLIC WORKS DEPARTMENT When concrete is being placed adjacent to an existing pavement, that part of the equipment which is supported on existing pavement shall be equipped with protective pads on crawler tracks or rubber- tired wheels offset to run a sufficient distance from the edge of the pavement to avoid breaking or cracking the pavement edge. Final finishing for slip form pavement construction shall be to the tolerance as specified in Section 314.5(8). 33. CUTTING OF CONCRETE: When existing concrete is cut, such cut shall be made with a concrete saw.All sawing shall be subsidiary to the unit cost of the respective item. 34. SANITARY FACILITIES FOR WORKMEN: The Contractor shall provide all necessary sanitary conveniences for the use of workmen at the project site. Specific attention is directed to this requirement. 35. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project such as conditions imposed by the Plans, the General Contract Documents or these Special 'b Contract Documents, in which no specified item for bid has been provided in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price in the Proposal for each bid item. Surface restoration, cleanup and relocation of mailboxes are general r items of work which fall in the category of subsidiary work. i 36. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular e attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the Standard Specifications. 4 r CONSTRUCTION d NON-PAY ITEM NO. 1 — CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard d Specification Item 102, "Clearing and Grubbing". This includes the creek behind the lots south of y Pelham. However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM NO. 2 — SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard � Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. h L NON-PAY ITEM NO. 3 — BARRICADES AND TRAFFIC CONTROL: Contractor shall be responsible for providing barricades and traffic control as set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" and per Standard Specification Item No. 524, "Barrier and Warning Cq and/or Detour Signs", Fort Worth Public Works. Payment for traffic control and traffic control devices shall be considered subsidiary to work performed as stated in Standard Specification Item No. 524, City of Fort Worth and no additional compensation will be allocated. NON-PAY ITEM NO. 4—MAINTAINING ACCESS: Contractor shall be responsible for maintaining access to all homes and businesses during construction. 200011400_Specs_00-1115 DO_SpecCond(TPW).doc 7 (8) CITY OF FORT WORTH, TEXAS DEPARTMENT OF ENGINEERING ADDENDUM NO. 2 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 1998 CAPITAL IMPROVEMENTS PROJECTS CONTRACT 21 PAVEMENT REHABILITATION OF PELHAM ROAD (From Clayton Road to Camp Bowie Blvd.) D.O.E. Project No. 3079 T/PW Project No.C115-030115095116 Addendum Issued: January 9,2001 Bids Received Until: January 18,2001, 1:30 p.m. The Contract Documents for the subject project are hereby revised or amended as follows: I. SPECIFICATIONS A. Part 1 — Notice to Bidders • Changed Bid Date to January 18, 2001 [See Page 1-1] B. Part 2 —Comprehensive Notice to Bidders • Changed Bid Date to January 18, 2001 [See Page 2-1] BIDDER SHALL ATTACH THE REPLACEMENT PAGES TO ORIGINAL DOCUMENTS This Addendum forms a part of the Contract Documents referenced above and modifies the original Contract Documents and plans. Acknowledge receipt of this Addendum on the space provided below and on Page "6-5" of your Bid Proposal and note on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject bidder to disqualification. RECEIPT ACKNOWLEDGED: 440 By: By: rif'I.sf Rick Trice, P.E.and Manager Title: .00 Services(DOE) �Bo793do Address: v6��Swlw, ii s �i�9 Telephone: JW7- aV"V?- Z4o8L 2CC0113_AddendurrQ_01-0109 DO.dcc 1 NOTICE TO BIDDERS Sealed Proposals for the following: FOR: 1998 CAPITAL IMPROVEMENT PROJECTS Pavement Rehabilitation of Pelham Road From Clayton Road to Camp Bowie Blvd. D.O.E. No.:3079 UNIT II: PAVING REHABILITATION OF PELHAM ROAD FROM CLAYTON ROAD TO CAMP BOWIE BLVD. TPW PROJECT NO.: C-115-0301150-95116 Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 p.m., Thursday, January 18, 2001, and then publicly opened and read aloud at 2:00 p.m., in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the office of the c Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas.One set of plans and documents will be provided for a deposit of fifty dollars ($50.00). A Pre-Bid Conference will be held on December 5, 2000 at 9:00 a.m. in Room 255A of the Department of Engineering conference room. All bidders are encouraged to attend. ' The major work on the above-referenced project shall consist of the following: - 3,553 SY 5-inch HMAC pavement 2,105 LF Standard curb and gutter 5,816 SF 6-inch reinforced concrete driveway 344 SF 4-inch standard concrete sidewalk, leadwalk and wheelchair ramp For additional information, please contact Mr. Daniel Ochinciuc, P.E. at (817) 335-1121, or Ms. Dena Johnson, P.E. at(817)871-7866. Advertising Dates: November 16, 2000 November 23, 2000 2000114_Spea 00-1115 DO.doc �� COMPREHENSIVE NOTICE TO BIDDERS Sealed Proposals for the following: FOR: 1998 CAPITAL IMPROVEMENT PROJECTS Pavement Rehabilitation of Pelham Road From Clayton Road to Camp Bowie Blvd. D.O.E. No.:3079 UNIT II: PAVING REHABILITATION OF PELHAM ROAD FROM CLAYTON ROAD TO CAMP BOWIE BLVD. TPW PROJECT NO.: C-115-0301150-95116 Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 p.m., Thursday, January 18, 2001, and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. A fifty dollar ($50.00) deposit is required for the first set of documents and additional sets may be purchased on a non-refundable basis for fifty dollars ($50.00) per set. These documents contain additional information for prospective bidders. A Pre-Bid Conference will be held on December 5, at 9:00 a.m. in Room 255A of the Department of Engineering conference room. All bidders are encouraged to attend. L All bidders will be required to comply with Provision 5159a of"Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278, as It amended by City Ordinance No. 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. Bid security is required in accordance with Paragraph 1 of the Special Instructions to Bidders. The major work on the above-referenced project shall consist of the following: 3,553 SY 5-inch HMAC pavement 2,105 LF Standard curb and gutter 5,816 SF 6-inch reinforced concrete driveway 344 SF 4-inch standard concrete sidewalk, leadwalk and wheelchair ramp Included in the above will be all other items of construction as outlined in the Plans and Specifications. 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 all the responsibility of the bidder to whom it is proposed to award the contract has been verified. SUBMISSION OF BIDS: The contract will be awarded to the responsive low bidder. 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 at (817) 871-7910. Bids that do not acknowledge all applicable addenda may be rejected as non-responsive. In accord with the City of Fort Worth Ordinance No. 11923, as amended, 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 M/WBE 2000IIs specs aa»>s oo.aoc 2 (l) CITY OF FORT WORTH, TEXAS DEPARTMENT OF ENGINEERING ADDENDUM NO. 3 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 1998 CAPITAL IMPROVEMENTS PROJECTS CONTRACT 21 PAVEMENT REHABILITATION OF PELHAM ROAD (From Clayton Road to Camp Bowie Blvd.) D.O.E. Project No.3079 T/PW Project No. C115-030115095116 Addendum Issued: January 10, 2001 Bids Received Until: January 18,2001, 1:30 p.m. The Contract Documents for the subject project are hereby revised or amended as follows: I. SPECIFICATIONS .moo A. Part 6— Proposal —Changed Items 19, 20, 22, and 23 ,bo [See Page 6-3 enclosed] C B. Part 7—Special Conditions - Changed o� • Added Non Pay Item No. 5 g [See Page 7-8 7-9, 7-10,and 7-11 enclosed] of C. Plans—Changed location of the Storm Drain v [See Drawing No.4, 7,8 and 9 enclosed] g i v BIDDER SHALL ATTACH THE REPLACEMENT PAGES TO ORIGINAL DOCUMENTS y This Addendum forms a part of the Contract Documents referenced above and modifies the original Contract Documents and plans. Acknowledge receipt of this Addendum on the space provided below and on Page "6-5" of your Bid Proposal and note on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject bidder to disqualification. RECEIPT ACKNOWLEDGED: �.-/ �L�/•`w►wI� - rte. By: .40. Bv: 17 &��w 10 Rick Trice, .E. and Manager Title: A�11=4ir.20 Consultant Services (DOE) '4p,ox Address: S•yr.w.., Tix•d 7�i74 Telephone: 2000114_Addwidum9 01-011O-DO.doc -1 - SPECIAL CONDITIONS CITY OF FORT WORTH TRANSPORTATION & PUBLIC WORKS DEPARTMENT When concrete is being placed adjacent to an existing pavement, that part of the equipment which is supported on existing pavement shall be equipped with protective pads on crawler tracks or rubber- tired wheels offset to run a sufficient distance from the edge of the pavement to avoid breaking or cracking the pavement edge. Final finishing for slip form pavement construction shall be to the tolerance as specified in Section 314.5(8). 33. CUTTING OF CONCRETE: When existing concrete is cut, such cut shall be made with a concrete saw.All sawing shall be subsidiary to the unit cost of the respective item. 34. SANITARY FACILITIES FOR WORKMEN: The Contractor shall provide all necessary sanitary conveniences for the use of workmen at the project site. Specific attention is directed to this requirement. 35. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specified item for bid has been provided in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price in the Proposal for each bid item. Surface restoration, cleanup and relocation of mailboxes are general items of work which fall in the category of subsidiary work. i 36. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular c attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the Standard Specifications. 1 4 r CONSTRUCTION o� NON-PAY ITEM NO. 1 — CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard c Specification Item 102, "Clearing and Grubbing". This includes the creek behind the lots south of rn Pelham. However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM NO. 2 — SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be Z3 made for this item and it shall be considered incidental to this contract. .� V1 NON-PAY ITEM NO. 3 — BARRICADES AND TRAFFIC CONTROL: Contractor shall be responsible for providing barricades and traffic control as set forth in the "1980 Texas Manual on Uniform Traffic Control :a. Devices for Streets and Highways" and per Standard Specification Item No. 524, "Barrier and Warning Cq and/or Detour Signs", Fort Worth Public Works. Payment for traffic control and traffic control devices shall be considered subsidiary to work performed as stated in Standard Specification Item No. 524, City of Fort Worth and no additional compensation will be allocated. NON-PAY ITEM NO. 4 — MAINTAINING ACCESS: Contractor shall be responsible for maintaining access to all homes and businesses during construction. NON-PAY ITEM NO. 5— TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees': 200011400_Specs_00-1115 DO_SpecCond(rPW).doc 7(8) SPECIAL CONDITIONS CITY OF FORT WORTH TRANSPORTATION & PUBLIC WORKS DEPARTMENT B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner. C. NATURAL RESOURCES PROTECTION FENCE 1. Steel "T"=Bar stakes, 6 feet long. 2. Smooth Horse-Wire: 14-!4 gauge(medium gauge) or 12 gauge(heavy gauge). h 3. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or Z red color. V Y 4. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. .y D. ROOT PRUNING .y 1. Survey and stake location of root pruning trenches as shown on drawings. 0 2. Using the approved specified equipment, make a cut a minimum of 36 inches deep 3 in order to minimize damage to the undisturbed root zone. C Q 3. Backfill and compact the trench immediately after trenching. a� 4. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 5. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 6. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified C ZZ methods, equipment and protection. h E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. b F. Tree Pruning shall be considered subsidiary to the project contract price. 200011400_Specs_00-1 1 15_DO_SpecCond(TPW).doc 7 (9) SPECIAL CONDITIONS CITY OF FORT WORTH TRANSPORTATION & PUBLIC WORKS DEPARTMENT PAY ITEM NO. 1 — PROJECT DESIGNATION SIGN: The Contractor shall construct and install one (1) Project Designation Signs for each end of project 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. PAY ITEM NOS. 6. 8, and 9 — DEMOLITION OF CONCRETE FEATURES: This item shall be for sawcutting, removal and disposal of all existing concrete curb, gutter, sidewalks, driveways, and concrete pavement required to construct the new paving improvements as indicated on the plans. Item 104 applies. h v The unit price bid shall be full compensation for all labor, tools, and equipment necessary to complete the work. As subsidiary to this Pay Item, contractor shall provide gravel dikes for pollution prevention as shown on plans or directed by engineer. PAY ITEM NO. 17 — 7-INCH CONCRETE VALLEY GUTTER: This item shall include the construction of concrete valley gutters at various locations to be determined in field. r See Standard Specification Item Nos. 314 "Concrete Pavement', 312 "Hot-Mix Asphaltic Concrete", 106 "Unclassified Street Excavation", and 208 "Flexible Base". Measurement for final quantities of valley o gutter will be by the square foot of concrete pavement and the curb and gutter section will be included. �o The concrete shall be designed to achieve a minimum compressive strength of 3,000 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. 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. q Y PAY ITEM NO. 10 — 6-INCH REINFORCED CONCRETE DRIVEWAY: All applicable provisions of Standard Specifications Item 314, "Concrete Pavement', shall apply. The contractor shall use a five (5) sack concrete mix. The unit price bid per square foot shall be full payment for all labor, material, equipment and incidentals necessary to complete the work. e Pay limits for laydown curb and gutter are as shown in the Standard Pay Limit Detail (WR-1). The pay e limit will extend from 9" outside the lip of the gutter to 15" back from the face of curb. Any asphalt tie-in h shall be subsidiary to the curb and gutter pay item. All applicable provision of Standard Specifications Item No. 504 "Concrete Sidewalk Driveways" shall q apply except as herein modified. PAY ITEM NO. 14 — ADJUST EXISTING MANHOLE RIM TO GRADE: The Contractor shall be responsible to provide all labor, materials, equipment and incidentals necessary to adjust manhole tops, regardless of type, to appropriate grades associated with the street and right-of-way improvements of this project. The unit price for this item is a pre-bid amount of three hundred fifty dollars (S350.00) each and shall be full compensation to complete this work. PAY ITEM NO. 15 — TOPSOIL: This item shall be governed by Item 116 of the City of Fort Worth Standard Specifications for Construction. Locations of the topsoil shall be directed by the Engineer. 200011400_Specs_00-1115_D0_SpecCend(TPW).dec 7 (1 0) SPECIAL CONDITIONS CITY OF FORT WORTH TRANSPORTATION & PUBLIC WORKS DEPARTMENT The proposal quantities shown are calculated to provide topsoil four to six inches in depth (compacted) over the parkway area and do not include material deeper than design depth behind the curb. The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site. Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposed quantities listed. The unit price for this pay item is a pre-bid amount of eleven dollars ($11.00)per cubic yard. PAY ITEM NO. 16 — UNCLASSIFIED STREET EXCAVATION: See Standard Specification Item No. 106, "Unclassified Street Excavation"for specifications governing this item. Removal of existing penetration or asphalt pavement shall be included under this item. V All objectionable material found within the limits of excavation shall be removed from the job site and disposed of in a manner satisfactory to the Engineer. Removal of such shall be subsidiary to this item unless otherwise provided herein. c Operations necessary to windrow existing gravel bare in order to lower or raise subgrade shall be considered a subsidiary to this item and no additional compensation shall be given as such. The intention of the Owner to pay only the plan quantity without measurement. Should either contracting A party be able to show an error in the quantities exceeding 10 percent, then actual quantities will be paid o for the unit price bid. The party requesting the payment of actual rather than plan quantities is $ responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities. Proposed cross sections are available upon request. 4 V PAY ITEM NO. 13—ADJUST WATER VALVE BOXES: Contractor will be responsible for adjusting water valve boxes to match new pavement grade. v The unit price for this item is a pre-bid amount of two hundred fifty dollars ($250.00) each and will be full q payment for materials including all labor, equipment, tools and incidentals necessary to complete the i work. V PAY ITEM NO. 28 — ADJUST WATER METER AND BOX TO GRADE: This item shall consist of the v required removal, adjustment to grade, and any reconstruction required to the top of existing water meter boxes. The unit price for this item is a pre-bid amount of thirty-five dollars ($35.00) each and shall be for all h materials, labor and tools required to complete the work. b 200011400_Speer_00-7715_DO_SpecCond(TPW).doc 7 (11) 01/17/2001 17:02 8173357437 DUNAWAY ASSOC. PAGE 02/02 CITY OF FORT WORTH,TEXAS DEPARTMENT OF ENGINEERING ADDENDUM NO. 4 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 1998 CAPITAL IMPROVEMENTS PROJECTS CONTRACT 21 PAVEMENT REHABILITATION OF PELHAM ROAD (From Clayton Road to Camp Bowie Blvd.) D.O:E. Project No.3079 T/PW Project No.C115-030115095116 Addendum Issued: January 10,2001 Bids Received Until: January 18,2001,1:30 p.m. The Contract Documents for the subject project are hereby revised or amended as follows: A. This is a clarification of Addendum #1, Paraaurap_h 1- . Part 7 Special Conditions All Trees, (natural vegetation) and rocks shall not be removed from the creek. Trees shall be protected. However, debris, garbage, cans, tires shall be removed from the creek within the limits of the project. This Addendum forms a part of the Contract Documents referenced above and modifies the original Contract Documents and plans. Acknowledge receipt of this Addendum on the space provided below and on Page "6-5" of your Bid Proposal and note on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject bidder to disqualification. RECEIPT ACKNOWLEDGED: By By; &A Rick rice, P.E.and Manager Title: Consultant Services (DOE) ,A1►,61r.% 79�� Address: - Telephone: r&i.7- ZedK 200011A-yob ArrA_01-0117 oo.aa -1 - TABLE OF CONTENTS 1 NOTICE TO BIDDERS 2 COMPREHENSIVE NOTICE TO BIDDERS 3 PREVAILING WAGE RATES 4 SPECIAL INSTRUCTIONS TO BIDDERS (T/PW Department) 5 MINORITY AND WOMEN BUSINESS ENTERPRISE SPECIFICATIONS 6 PROPOSAL 7 SPECIAL CONDITIONS (T/PW Department) 8 DETAILS (T/PW Department) 9 PROJECT DESIGNATION SIGN (T/PW Department) 10 VENDOR COMPLIANCE TO STATE LAW 11 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW 12 CERTIFICATE OF INSURANCE 13 PERFORMANCE BOND 14 PAYMENT BOND 15 MAINTENANCE BOND 16 CITY CONTRACT 17 SOIL TEST 2000114_Specis_00-1115 0o - 1 - NOTICE TO BIDDERS 2000114_Spom_00-1115 DO.doC NOTICE TO BIDDERS Sealed Proposals for the following: FOR: 1998 CAPITAL IMPROVEMENT PROJECTS Pavement Rehabilitation of Pelham Road From Clayton Road to Camp Bowie Blvd. D.O.E. No.:3079 UNIT II: PAVING REHABILITATION OF PELHAM ROAD FROM CLAYTON ROAD TO CAMP BOWIE BLVD. TPW PROJECT NO.: C-115-0301150-95116 Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 p.m., Thursday, December 14, 2000, and then publicly opened and read aloud at 2:00 p.m., in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. One set of plans and documents will be provided for a deposit of fifty dollars ($50.00). A Pre-Bid Conference will be held on December 5, 2000 at 9:00 a.m. in Room 255A of the Department of Engineering conference room. All bidders are encouraged to attend. The major work on the above-referenced project shall consist of the following: 3,553 SY 5-inch HMAC pavement 2,105 LF Standard curb and gutter 5,816 SF 6-inch reinforced concrete driveway 344 SF 4-inch standard concrete sidewalk, leadwalk and wheelchair ramp For additional information, please contact Mr. Daniel Ochinciuc, P.E. at (817) 335-1121, or Ms. Dena Johnson, P.E. at(817)871-7866. Advertising Dates: November 16, 2000 November 23, 2000 WWI 1a Wcs-00-1I15oo.a« 1 (1) - 2 - COMPREHENSIVE NOTICE TO BIDDERS 2000114 SpM_00-1115 DO.dae COMPREHENSIVE NOTICE TO BIDDERS Sealed Proposals for the following: FOR: 1998 CAPITAL IMPROVEMENT PROJECTS Pavement Rehabilitation of Pelham Road From Clayton Road to Camp Bowie Blvd. D.O.E. No.:3079 UNIT II: PAVING REHABILITATION OF PELHAM ROAD FROM CLAYTON ROAD TO CAMP BOWIE BLVD. TPW PROJECT NO.: C-1 15-0301150-95116 Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 p.m., Thursday, December 14, 2000, and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. A fifty dollar ($50.00) deposit is required for the first set of documents and additional sets may be purchased on a non-refundable basis for fifty dollars ($50.00) per set.These documents contain additional information for prospective bidders. A Pre-Bid Conference will be held on December 5, at 9:00 a.m. in Room 255A of the Department of Engineering conference room. All bidders are encouraged to attend. All bidders will be required to comply with Provision 5159a of"Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278, as amended by City Ordinance No. 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. Bid security is required in accordance with Paragraph 1 of the Special Instructions to Bidders. The major work on the above-referenced project shall consist of the following: 3,553 SY 5-inch HMAC pavement 2,105 LF Standard curb and gutter 5,816 SF 6-inch reinforced concrete driveway 344 SF 4-inch standard concrete sidewalk, leadwalk and wheelchair ramp Included in the above will be all other items of construction as outlined in the Plans and Specifications. 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 all the responsibility of the bidder to whom it is proposed to award the contract has been verified. SUBMISSION OF BIDS: The contract will be awarded to the responsive low bidder. 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 at (817) 871-7910. Bids that do not acknowledge all applicable addenda may be rejected as non-responsive. In accord with the City of Fort Worth Ordinance No. 11923, as amended, 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 M/WBE MW114_ OO-»15DOAM 2 (l) COMPREHENSIVE NOTICE TO BIDDERS UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. The documentation must be received no later than 5:00 p.m., within five (5) City business days after 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. The Managing Department for this project is the Department of Engineering. For additional information, please contact Mr. Daniel Ochinciuc, P.E. at (817) 335-1121, or Ms. Dena Johnson, P.E. at(817)871-7866. BOB TERRELL CITY MANAGER ALICE CHURCH CITY SECRETARY ADVERTISING DATES DEPARTMENT OF ENGINEERING A. DOUGLAS RADEMAKER, P.E., DIRECTOR November 16, 2000 November 23, 2000 By: Rick Trice, P.E. Manager, Consulting Services Y000114_9p«'s 00.1115 DO 2 (2) - 3 - PREVAILING WAGE RATES =1 U_SpM_00.1I iS DOAOC PREbAILING WAGE RATES CITY OF FORT WORTH PREVAILING WAGE RATES FOR 2000 Building&Construction Trade Classifications Hourly Rates Highway(Heavy)Construction Classifications Hourly Rates Air Conditioning Mechanic $15.98 Asphalt Raker $10.32 Air Conditioning Mechanic Helper $10.75 Asphalt Shoveler $9.75 Acoustic Ceiling Installer $14.02 Batching Plant Weigher $9.65 Acoustic Ceiling Installer Helper $10.88 Carpenter(Rough) $13.64 Asbestos Worker $10.50 Concrete Finisher-Paving $10.16 BricklayerlStone Mason $17.21 Concrete Finisher Helper(Paving) $9.70 Bricklayer/Stone Mason Helper $10.16 Concrete Finisher-Structures $13.44 Carpenter $13.92 Flagger $7.00 Carpenter Helper $10.38 Form Builder-Structures $13.44 Concrete Finisher $12.68 Form Setter-Paving 8 Curbs $10.25 Concrete Finisher Helper $9.73 Form Setter-Structures $9.75 Concrete Form Builder $11.97 Laborer-Common $7.64 Concrete Form Builder Helper $9.42 Laborer-Utility $8.64 Drywall Taper $11.33 Mechanic $13.25 Drywall Taper Helper $8.00 Servicer $10.13 Electrician Journeyman $17.46 Pipe Layer $7.35 Electrician Helper $11.30 Pipe Layer Helper $6.75 Electronic Technician $12.50 Asphalt Distributor Operator $11.45 Electronic Technician Helper $8.50 Asphalt Paving Machine Operator $11.09 Floor Layer(Carpet) $17.00 Concrete Paving Saw $10.53 Crane,Clamshell,Backhoe,Derrick,Dragline,Shovel $10.00 Floor Layer(Resilient) $16.00 (<1%CY) Crane,Clamshell,Backhoe,Derrick,Dragline,Shovel $11.52 Floor Layer Helper $13.50 (>1%CY) Glazier $15.02 Front End Loader(2%CY&less) $9.94 Glazier Helper $10.90 Front End Loader(over 2%CY) 59.32 Insulator $1204 Milling Machine Operator 58.00 Insulator Helper $9.40 Mixer $11.00 Laborer Common $7.85 Motor Grader Operator(Fine Grade) $12.31 Laborer Skilled $10.35 Motor Grader Operator $13.75 Lather $14.00 Pavement Marking Machine $11.00 Lather Helper $11.00 Roller,Steel Wheel Plant-Mix Pavements $9.88 Metal Building Assembler $10.00 Roller,Steel Wheel Other Flatwheel or Tamping $12.12 Metal Building Assembler Helper $8.70 Roller,Pneumatic,Self-Propelled Scraper $8.02 Painter $1283 Traveling Mixer $10.00 Painter Helper $8.35 Reinforcing Steel Setter(Paving) 59.75 PipeStter $17.60 Truck Driver-Single Axle(Light) $8.00 PipeStter Helper $10.18 Truck Driver-Tandem Axle Semi-Trailer 510.22 Plasterer $16.00 Truck Driver-LowboyAoat 510.54 Plasterer helper $11.00 Truck Driver-Transit Mix $10.63 Plumber $16.91 Truck Driver-Winch 59.80 Plumber Helper $9.75 Reinforcing Steel Setter $10.40 Roofer $11.87 Roofer Helper $8.33 Sheet Metal Worker $14.45 Sheet Metal Worker Helper $9.57 Sheetrock Hanger $12.45 Sheetrock Hanger Helper $9.64 Sprinkler System Installer $16.87 Sprinkler System Installer Helper $10.13 Steel Worker Structural $11.36 Steel Worker Structural Helper $8.80 Welder $14.70 Welder Helper 511.74 HEAVY EQUIPMENT OPERATORS Crane, Clamshell,Backhoe,Derrick,Dragline,Shovel $12.50 Forklift Operator $9.63 Foundation Drill Operator $13.00 Front End Loader Operator $11.22 Truck Driver $10.31 200011._Spep_00-1,15oo.dw 3 0) - 4 - SPECIAL INSTRUCTIONS TO BIDDERS (T/PW DEPARTMENT) ttd_ 000-1115_®O.doe SPECIAL INSTRUCTIONS TO BIDDERS (T/PW Department) 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five percent (5%) of the total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) days after the contract has been awarded. To be an acceptable surety on the 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 (10) 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 a payment bond, both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of 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 (10) 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 reinsurance must be authorized, accredited, or trusted 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 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$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 in 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. 20001 u_ ao-1 11 s D0_SP6dnWTPW).doe 4(l) SPECIAL INSTRUCTIONS TO BIDDERS (T/PW Department) 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. i 6. WAGE RATES: All bidders will be required to comply with Provision 5159a of"Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates 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 - $250,000 each person, $500,00 each occurrence; Property Damage - $300,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. 9. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident 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 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 nonresident 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 the City of Fort Worth Ordinance No. 13471, as amended by Ordinance 13781, 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 order for a bid to be considered responsive, the AFFIDAVIT STATEMENT included within these bid documents must be completed and submitted - with the bid._ Failure to submit the completed AFFIDAVIT STATEMENT shall render the bid non-responsive. In addition, the bidder shall submit the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT 20W114 specs oo-»>s oo Spednrw).dcc 4(2) SPECIAL INSTRUCTIONS TO BIDDERS (T/PW Department) FORM ("Documentation") as appropriate. The Documentation must be received no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the Documentation was received by the City. Failure to comply shall render the bid non- responsive. Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) 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 substitute 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 initiating action under appropriate federal, state, or local laws or ordinances relating to false statements; further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time 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 formalities. No bid may be withdrawn until the expiration of forty-nine (49) days from the date bids are opened. The award of contract, if made, will be within forty-nine (49) days after the opening of bids, but in no case will the award be made until all the necessary �* investigations are made as to the responsibility of the bidder to whom it is proposed to award the contract. _ 12. PAYMENT: The Contractor will receive full payment(minus 5% retainage) from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. 13. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained by contacting the Department of Engineering Construction Division at (817) 871-7910. Bids that do not acknowledge all applicable addenda may be rejected as non-responsive. 14. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: a. Workers Compensation Insurance Coverage: 1. Definitions: Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 2=114 Specs 00-1115_DO_SpedmK PW).doc 4 (3) SPECIAL INSTRUCTIONS TO BIDDERS . (T/PW Department) Persons providing services on the project ("subcontractor" in §406.096) includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of " any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. 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. 5. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: a) 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 b) no later than seven (7) 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. ' 6. The contractor snail retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. 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. 8. 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 2=114 SpM_M-1115 Do_Spedn%OPW)dx 4(4) SPECIAL INSTRUCTIONS TO BIDDERS i (T/PW Department) they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: a) provide coverage, based on proper reporting on classification i 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; b) 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; C) 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; d) obtain from each other person with whom it contracts, and provide to the contractor. (1) a certificate of coverage, prior to the other person beginning work on the project; and - (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. f) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and g) 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. 10. 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 workers compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage 2=114_Sp=_00-1,,s oo specwu�M).o,c 4(5) R SPECIAL INSTRUCTIONS TO BIDDERS (T/PW Department) 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. 11. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. w b. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' 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 w 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 persons because of their age except on the basis of a bona fide occupational qualification, retirement plan, or statutory requirement. w Contractor further covenants that neither it nor its officers, members, agents, or employees, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such w 2000114 Spe=_Oa1115 DO SpWn39TP1M).doc 4(6) SPECIAL INSTRUCTIONS TO BIDDERS (T/PW Department) employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan, or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend, indemnify, and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 17. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms, and/or conditions of employment for applicants for employment with, or current employees of Contractor. Contractor* warrants it will fully comply with ADA's provisions and any other applicable federal, state, and local laws concerning disability and will defend, indemnify, and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. Revised March 15, 1996 F F F F r i r � r 2=114_ 00-1IIs oo_sosdng(MMAOC 4(7) - 5 - MINORITY AND WOMEN BUSINESS ENTERPRISE SPECIFICATIONS 2000114 Specs_00-1115_DO.doc ATTACHMENT IA Page 1 of 2 Revised 08!02/98 CITY OF FORT WORTH r MINORITY AND WOMEN BUSINESS ENTERPRISES SPECIFICATIONS MBE/WBE UTILIZATION '40.4c.0" /Vi ZGiO 1 Prime Company Name Bid Date 1998 CIP - Pavement Rehabilitation of Pelham Road ` Project Name From Clayton Road to Camp Bowie Blvd. Ps 58-070580174600, PW 53-060530175460 Project Number CITYFS M/WBE PROJECT GOAL: 15•1, M/WBE PERCENTAGE ACHIEVED: Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m.,five(5)City business days after bid opening,exclusive of bid opening date,will result in the bid being " considered non-responsive to bid specifications. The undersigned bidder agrees to enter into a formal agreement with the MBE and/or WBE firms for work listed in this schedule, conditioned upon execution of a contract with the City of Fort Worth. The willful misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to specifications. e Company Name,Contact Name, Certified Specify All Contracting Specify All Items to L Dollar Amount Address,and Telephone No. Scope of Work(*) be Supplied (*) 00 Q LCL F fa'R/..�ia.o.s aril/�✓•� �,/�»/ F, �i.•c.Esosv .. s ■ MM/BEs must be located in the 9(nine)county marketplace or currently doing business in the marketplace at time of bid. w (*) Specify all areas in which MIWBEs are to be utilized and/or Items to be supplied: (h A complete listing of items to be supplied Is required in order to receive credit toward the M/WBE goal. ('*}Identify Each Tier Level. Tier: Means the level of subcontracting below the prime contractor/consultant,i.e.,a direct payment from the prime contractor to a subcontractor is considered 1 st tier,a payment by a subcontractor to its supplier is considered 2nd tier. THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m.,FIVE(5)CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Pages 1 and 2 of Attachment 1A must be received by the Managing Department 2000114_Specs_00-1175 DO_MWBE.doc 5 (2) ATTACHMENT IA Page 2 of 2 CITY OF FORT WORTH Revised 06/02!98 MINORITY AND WOMEN BUSINESS ENTERPRISES SPECIFICATIONS MBE and WBE UTILIZATION FORM Company Name, Contact Name, Certified Specify All Contracting Specify All Items to Dollar Amount Address,and Telephone No. Scope of Work(•) be Supplied(`) m 0 0 x The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and/or WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records, and files held by their company that will substantiate the actual work performed by the MBE(s) and/or WBE(s) on this contract, by an authorized officer or 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. ALL MBE(s)and WBE(s) MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD u rized Signature Printing Signature P � �� Title Contact Name and Title(if different) ■ Company Name Telephone Number(s) J ek90 � i T- 009& i�"�sdo x z, Address Fax Number ..i 0r6*00 j /1F, Clty/StateMp Code Date 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 Pages 1 and 2 of Attachment 1A must be received by the Managing Department F* 2000114 Speer 00.1115_ MWBEdoc 5(3) .. ATTACHMENT 1B Page 1 of 1 Revised 08/®2/98 CITY OF FORT WORTH MINORITY AND WOMEN BUSINESS ENTERPRISES SPECIFICATIONS PRIME CONTRACTOR WAIVER FORM .S7�w�•%je J`�i".+AAjNG, 1998 CIP Prime Company Name Project Name i ce dw" /!& z.00,2 PS 58-070580174600, PW 53-06053017460 Bid Open g Date Project Number If both an ers to this form are YES, do not complete ATTACHMENT 1C ( ood Faith Effort Form). All questio on this form must be completed and detailed explanation rovided, if applicable. If the answer t either question is NO, then you must complete ATTACH NT 1 C. This form is only applicable if answers are yes. Failure to comp) a this form in its entirety and be received by the Mathaoinq De artment on or before 5:00 P.M.five 5 C v business days after bid opening,exclusive of th id opening date,will result in bid w being considered no -responsive to bid specifications. Will you perform this an "re contract without subcontractors. Yes No If yes, please provide a etailed explanation that prove , based on the size and scope of this project, this is your normal usiness practice and provid an operational profile of your business. Will you perform this entire co ract without suppliers Yes No If yes, please provide a detaile explanation that oves, based on the size and scope of this project,this is your normal busine practice and ovide an inventory profile of your business. The bidder further agrees to provide, dir tly to the ity upon request, complete and accurate information regarding actual work performed by all sub ntract rs, including MBE(s)and/or WBE(s)on this contract,the payment therefore and any proposed change o t e original MBE(s)and/or WBE(s)arrangements submitted with this bid. The bidder also agrees to allow audit and/or examination of any books, records, and files held by their company that will substantiate th tual work performed by the MBE(s) and/or WBE(s) on this contract, by an authorized officer or employee, f th City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the c ntract o debarment from City work for a period of not less than three(3)years and for initiating action and r Federal, ate, or Local laws concerning false statements. Any failure to comply with this ordinance and reates a mate 'al breach of contract may result in a determination of an irresponsible offeror and barred fr participating in itywork for a period of time not less than one(1) year. (Adilfiorized Signature Printed Sigture Title Contact Name(iifferent) w Company Name Contact Telephone N ber(s) w :d 79/Cffc -.9W7-20 Address Fax Number I w .� •••�4w �[e� 4/7 Gempany Nam D.44.- 20001 ILSpew-00-1 11 5 .44.-200011a_spew_00-1115 Da_MWBEAM 5(4) ATTACHMENT 1C Page 1 of 3 Revised 08/02/98 CITY OF FORT WORTH MINORITY AND WOMEN BUSINESS ENTERPRISES SPECIFICATIONS GOOD FAITH REPORT � Sr4•d.vle:'k:a......Te. .�,rae•7 X69, Prime Company jName Bid Date A090--1 T040Q.0f N 58-070580176600, PN 53-060530175660 Project Name Project Number ■ If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your M/WBE participation is less than the City--s project goal(s),you must complete this form. If the bidder=s method of compliance with the M/WBE goals is based upon demonstration of a Agood 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 of the facts or intentional discrimination by the bidder. Failure to complete this form,in its entirety with supporting documentation,and received by the Managing Department on or before 5:00 p.m.five(5)City business days after bid opening,exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1. Please list each and every subcontracting and/or supplier opportunity (DO NOT LIST NAMES OF FIRMS) which will be used in the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (Use additional sheets, if necessary) List of: Subcontracting Opportunities List of: Supplier Opportunities f Fj�i+fva.7�.ls+ri�i�.reow/r ��a/,&&.xauwt�is f /s PP r - - ik s7�.rw ate.-.,r�6�e�c.S�ucJG..+ef' � tt .�6�esC+~.•� [.pM6�i�VeLG'T �r,r�lF4d� 2000116_specs_00-1115_DD_MweE.doe 5(5) ATTACHMENT IC Page 2 of 3 Revised 08/0248 2. Did you obtain a current list of MIWBE firms from the City=s MIWBE Office? The list is considered in compliance, if it is not more 3 months old from the date of bid opening. YES Date of Listing o 9 / 14/04 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 NO address and a dated copy of letter mailed. W.Mo.00, ii/-'7/d1C' 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? el--AW 1r1ro1a%o YES If yes, attach list to include name of MIWBE firm, ep rson 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 W/MBE 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 MIWBE is more than ten,the bidder must contact at least two-thirds of the list, but not less than ten to be in compliance with questions 3 and 4. 5. Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? ✓ YES NO 6. If M/WBE bids were received and rejected,you must: 1. List the M/WBE firms and the reason(s) for rejection (i.e., quotation not commercially reasonable,qualifications,etc.)and r 2. Attach affidavit and/or documentation to support the reason(s) listed below (i.e., letters, memos, bids,telephone calls, meetings,etc.) (Please use additional sheets,if necessary,and attach) Company Name /Telephone Contact Person Scope of Work Reason for Rejection w WWI 14_Spea_00-1115_Do_MWBE.doc 5 (6) ATTACHMENT 1C Page 3 of 3 Revised 08/02/98 ADDITIONAL INFORMATION Please provide additional information you feel will further explain your good and honest efforts to obtain MfWBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment therefore and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State, or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any MIWBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City--s M/WBE Office. 6A4 ov. uthorized Signature Printed Signature Title Contact Name and Title(if different) -5--. �i r- C�',-&-97-2686 Company Name Telephone Number(s) F A-ibA&x MAOLV cstt)- -PC Ta Address Fax Number J o,etw.►"1 I B, Zoo I City/State/Zip Code Date r 26661 14 spees_00.1115 oo_Mwee.doc 5(7) - 6 - PROPOSAL 2000114_Spe=_00.1115_DO.dm PROPOSAL (This Proposal must not be removed from this book of Contract Documents) TO: c/o Dunaway Associates, Inc. 1501 Merrimac Circle, Suite 100 Fort Worth, Texas 76107 PROPOSAL FOR: The furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of paving and storm drain improvements and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: PAVEMENT REHABILITATION OF PELHAM ROAD FROM CLAYTON ROAD TO CAMP BOWIE BLVD. T/PW PROJECT NO. C-115-030115095116 DOE NO. 3079 Pursuant to the foregoing "Notice to Bidders," the undersigned bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, and the General Contract Documents and General Specifications for Fort Worth Public Works Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Department of Engineering, City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the ■ work within the time stated and for the following sums: ■ 2=114 Specs_Pans 00-1I15_DO 6- 1 PROPOSAL PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 1. 2 EA Project designation sign 17SIOE1`it/v vD04130 Dollars - and it/o Cents per EA $ - p $ 2. 4,131 SY 6-inch lime stabilized subgrade 73W Dollars and 7W&_^0V � Cents per SY $ Z ZS $ 91Qs= �s 3. 3,604 SY 5-inch HMAC pavement AO.-Ae4r, Dollars and Cents per SY $ 9 $—.:& 4. 62 TN Lime @ 30 lbs./SY es-sowww4,0t14 Dollars and .0400 Cents per TN $ '-Op, ~ $ f 5. 1 LS Utility adjustment Five Thousand Dollars and No Cents per LS $ 5,000.00 $ 5,000.00 6. 2,162 LF Remove existing curb and gutter 77k4tirr Dollars w and o~ Cents per LF $ a0 $ 'or 4�e 7. 2,162 LF Standard curb and gutter ny"'VE Dollars and o*V Cents per LF $ ®Z e� $lf q'qW 8. 7,120 SF Remove existing concrete sidewalk,driveways,steps, leadwaiks and wheelchair ramps #-SAO Dcilars and ?WwkorY�i✓.t Cents per SF $ d. $?492 air 9. 50 SF Replace reinforced concrete steps TueF�t5/ Dollars and .Aro Cents per SF $ g7 oo $ /OiOID. 4" 10. 6,048 SF 6-inch reinforced concrete driveway ?W_4poar Dollars so and_146'iry Cents per SF $ j $Zj 11. 1,390 SF 4-inch standard concrete sidewalk,leadwalk,and wheelchair ramp >IA~ Dollars sm and Cents per SF $ Z $ 12. 8 EA Relocate water meter boxes F/r/rQA101yoe00 s&AIr'Ty,-*&01ff Dollars and or~ Cents per EA $ .0;?s O° $ .P.,virgq. �O 2MI14_ PadB_00-1 I15Do 6-2 PROPOSAL PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 13. 4 EA Adjust existing water valve vault Two Hundred Fifty Dollars and No Cents per EA $ 250.00 $ 1,000.00 14. 3 EA Adjust existing manhole Three Hundred Fifty Dollars and No Cents per EA $ 350.00 $ 1,050.00 15. 48 CY Topsoil Eleven Dollars and No Cents per CY $ 11.00 $ 528.00 It 16. 1,261 CY Unclassified street excavation ~,r"FIFy Dollars p and oowO Cents per CY $ /O �o $/7LS¢oo 17. 46 SY Concrete valley gutter Dollars and #V* Cents per SY $ 3 AO $ O1D .o 18. 2 EA Standard 10-foot curb inlet p 7WO rNOWWA06 tf W#vN4ffV^C! Dollars 4 and ot!a Cents per EA $Z jxj,°• $ gip_"—� 19. 1 EA 4-foot square storm drain manhole y F2V4440?4"&W4 AW3 Dollars and Cents per EA $gid°d $ a �rOP91C9►av Q 20. 276 LF 24-inch Class III RCP(Include fill on top of the pipe) L Dollars v 1 and oovw Cents per LF $ s9 er $/i egit I m C 21. 1 EA 24-inch Type'B'headwall cyoyd- Ncwri►.vO Dollars - Ct y and_ /41a Cents per EA $/�,�� $ 22. 50 SF Type"A'rock rip-rap Dollars q� and #4AW Cents per SF $ ` ee $ 23. 95 LF Temporary pavement repair per Figure B 4'AIW t Dollars and _ow Cents per LF $ $ 740, . 24. 900 LF 6-inch subdrain pipe ?WAV C ' Dollars and Cents per LF $ /Zao $ .we 2000114_SpeM_Pank01-0110_D0.doc 6=33 PROPOSAL PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 25. 245 LF Sawcut existing asp It 4040W s Dollars and Cents per LF $ /40 $ 26. 183 LF Sawcut existing concrete rwty Dollars and rKbtd'tiT9/ Five Cents per LF $ 2 IS $ 27. 10 CY Reinforced concrete retaining wall 0-feet to 4-feet high (cautionary item) ,o�R/yr~D0111--b Dollars and o400 Cents per CY $ .ftp,to $ e¢,fg2p,oo d 28. 10 EA Adjust existing water meter boxes to grade v Thirty-five Dollars and No Cents per EA $ 35.00 $ 350.00 29. 50 LF Remove and replace channel link fence. 1V►ii�f'77�4yV Dollars .� and it/10 Cents per LF $ /9 or $ 9Sd,oo 30. 50 LF Remove and replace wood fence Dollars 4 and No Cents per LF $ /4? eo $ Rip,p 31. 25 TN 3-Inch HMAC pavement repair(repairs adjacent to the curb and valley gutter) v Dollars ti 4 and ow Cents per TN $ /By, $ 42 zsGb.se z TOTAL $ /9/ 328.60 v h d t .r 2=114_SQem_PartB 00.1115_DO.dac 6-4' -4 FINAL BID SUMMARY TOTAL AMOUNT BID /913ZAr. Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within 60 working days after beginning construction as set forth in the written work order to be furnished by the Owner. Receipt is acknowledged of the following addenda: Addendum No. 1 /Z iz/ae Addendum No. 2 .0//"9/oi Addendum No. 3 IL- o./v`/o r Respectfully submitted, (SEAL) If bidder is Corporation By: Name: Title: /QW- 4A-JV1 /�bb x �9ddd (Address &Telephone Number) WWI I4_Spe=_PaA8_Oa,,,s o0 6-5 - 7 - SPECIAL CONDITIONS (Transportation & Public Works Department) 2000114_Specs_00-1115_DO.doe SPECIAL CONDITIONS CITY OF FORT WORTH TRANSPORTATION & PUBLIC WORKS DEPARTMENT FOR: 1998 CAPITAL IMPROVEMENT PROJECTS—CONTRACT 21 Pavement Rehabilitation of Pelham Road (From Clayton Road to Camp Bowie Blvd.) TPW Project No.: C-115-030115095116 DOE NO.: 3079 1. SCOPE OF WORK: This work shall include all materials, labor, equipment, tools and incidentals necessary to construct the proposed paving improvements and other appurtenances in accordance with the plans and specifications. Working Days: 60 2. Contract will be awarded to the lowest responsive bidder. 3. The Contractor agrees to complete the Contract within the allotted number of working days. If the Contractor fails to complete the work within the number of working 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. INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid. When the quantity of the work to be done or materials to be furnished under any major pay item of the Contract is more than 125% of the quantity stated in the Contract, whether stated by Owner or by Contractor, then either party to the Contract, upon demand, shall be entitled to negotiate for revised consideration on the portion of work above 125%of the quantity stated in the Contract. When the quantity of the work to be done or materials to be furnished under any major pay item of the Contract is less than 75% of the quantity stated in the Contract, whether stated by Owner or by Contractor, then either party to the Contract, upon demand, shall be entitled to negotiate for revised consideration on the portion of work below 75% of the quantity stated in the Contract. This paragraph shall not apply in the event Owner deletes a pay item in its entirety from this Contract. A major pay item is defined as any individual bid item included in the proposal that has a total cost equal to or greater than five(5%) percent of the original contract. A minor pay item is defined as any individual bid item included in the proposal that has a total cost less than five (5%)percent of the original contract. In the event Owner and Contractor are unable to agree on a negotiated price, Owner and Contractor agree that the consideration will be the actual field cost of the work plus fifteen (15%) percent as described herein below, agreed upon in writing by the Contractor and Director, Department of Engineering and approved by the City Council after said work is completed, subject to all other conditions of the Contract. As used, herein, field cost of the work will include the cost of all workmen, foremen, time keepers, mechanics and laborers; all materials, supplies, trucks, equipment rental for such time as actually used on such work only, plus all power, fuel, lubricants, water and similar operating expenses; and a ratable portion of premiums on performance and payment bonds, public liability, Workers Compensation and all other insurance required by law or by ordinance. The Director, Department of Engineering will direct the form in which the accounts of actual field cost will be kept and will recommend in writing the method of doing the work and the type and kind of equipment to be used, but such work will be performed by the Contractor as an independent Contractor and not as an 200011400_Specs_00.1115_DD_SpecCond(rPW).doc 7(1) SPECIAL CONDITIONS CITY OF FORT WORTH TRANSPORTATION &PUBLIC WORKS DEPARTMENT agent or employee of the City. The fifteen (15%) percent of the actual field cost to be paid to the Contractor shall cover and compensate him for profit, overhead, general supervision and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein specified. Upon request, the Contractor shall provide the Director, Department of Engineering access to all accounts, bills and vouchers relating thereto. 5. The City reserves the right to abandon, without obligation to the Contractor, any part of the project, or the entire project, at any time before the Contractor begins any construction work authorized by the City. 6. This Contract and project are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH; STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRAL TEXAS. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 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 either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 7. 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 ground for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate and as determined by the City Engineer. 8. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of one (1)year from date of final acceptance of this project by the City Council of the City of Fort Worth and will be required to replace at this expense any part or all of the project which becomes defective due to these causes. 9. Construction stakes for line and grade will be provided by the City as outlined on P-17, Standard Specifications for Construction, City of Fort Worth. 10. 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 "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Vernon's Civil Statutes, 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 Department, Signs and Markings Division (telephone number 817-870-8075) 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 reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. 11. PAYMENT:The Contractor will receive full payment from the City for all work. 2=11400_Sp=_00-1115 DO_Speccond(TPW).doc 7 (2) SPECIAL. CONDITIONS CITY OF FORT WORTH TRANSPORTATION &PUBLIC WORKS DEPARTMENT 12. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and, if by him found correct, shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. 13. DETOURS: 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. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs", Item 524, and/or as shown on the plans. Construction signing and barricades shall conform with "1980 Texas manual on Uniform Traffic Control Devices,Vol. No. 1". 14. During the construction of this project, it will be required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Engineer. 15. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of Department of Engineering, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associates with obtaining the fill permit, including any necessary engineering studies, shall be at Contractor's 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 Transportation and Public Works, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 16. 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. 17. All objectionable matter required to be removed within the right-of-way and not particularly described under these specifications shall be covered by Item No. 102, "Clearing and Grubbing" and shall be subsidiary to the other items of the contract. 18. Final cleanup work shall be done for this project as soon as paving and curb and gutter have been constructed. No more than seven (7) days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. 200011400_Speo_00.1115 Do_SpeeCond(TPW).doc 7 (3) SPECIAL CONDITIONS CITY OF FORT WORTH TRANSPORTATION & PUBLIC WORKS DEPARTMENT 19. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 20. 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. 21. SAFETY RESTRICTION WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: a. A warning sign not less than five inches by seven inches (5" x 7"), painted yellow with black letters that are legible at twelve (12') feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drive, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING - UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES" b. Equipment that may be operated within ten (10') feet of high voltage lines shall have an insulating cage type or guard about the boom or arm, except backhoes or dippers, and insulator links on the lift hook connections. c. When necessary to work within six (6') feet of high voltage electric lines, notification shall be given the power company (T.U. Electric Service Co.) who 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 T.U. Electric Service Company and shall record action taken in each case. d. The Contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. e. No person shall work within six (6') feet of a high voltage line without protection having been taken as outlined in Paragraph (3). 22. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. 23. RIGHT TO AUDIT: a. Contractor agrees that the City shall, until the expiration of three (3) years after final payment OF under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with 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 and photocopy any directly pertinent books, documents, papers, and records of such subcontractor, involving transactions to the subcontract, and further, that the City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, T 200011400_specs_00-1II 5_o0_speccond(rPW).aoc 7 (4) SPECIAL CONDITIONS CITY OF FORT WORTH TRANSPORTATION & PUBLIC WORKS DEPARTMENT in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. c. Contractor and subcontractor agree to photocopy such documents as may be requested by the City.The City agrees to reimburse contractor for the cost of copies as follows: 1) 50 copies and under- 10 cents per page 2) More than 50 copies-85 center for the first page plus fifteen cents for each page thereafter 24. OBSTRUCTION OF ACCESS TO DRIVES: The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Notification should be made to an owner prior to his driveway being rebuilt. 25. TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL: a. DESCRIPTION: This item shall consist of temporary soil erosion, sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by this construction operations. The temporary measure shall include dikes, dams, berms, sediment basins, fiber mats, jut netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, diked, slope drains and other devices. b. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing the right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding and other such permanent pollution control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil erosion control measures shall be performed as directed by the Engineer. The contractor shall also conform to the following practices and controls. All labor, tools, equipment and incidentals to complete the work will not be paid for directly, but shall be considered as subsidiary work to the various items included in the contract. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 2=11400_soea_00-1 I15_o0_sPeec0nd(raw).d0e 7(5) SPECIAL CONDITIONS CITY OF FORT WORTH TRANSPORTATION & PUBLIC WORKS DEPARTMENT All waterways shall be cleared as soon as practicable of falsework, piling, debris or other obstructions placed during construction operations that are not part of the finished work. The CONTRACTOR shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bituments, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. c. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and not extra pay will be given for this work. 26. EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit the project site and make such examination and explorations as may be necessary to determine all conditions which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions which may give rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. 27. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor at his own expense. 28. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities which may be encountered. Any and all permanent structures such as parking lot surface, fencing and like structures shall be replaced at no cost to the City by material of equal value and quality as that damaged. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Engineer to be accurate as to extent, location and depth; they are shown on the plans as the best information available at the time of design from the owners of the utilities involved and from evidences found on the ground. 29. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: 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 all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. 200011400_Specs_00-1115 Do_SpecCond(rPW).doc 7 (6) SPECIAL CONDITIONS CITY OF FORT WORTH TRANSPORTATION & PUBLIC WORKS DEPARTMENT 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. 30. TEST BORINGS: It shall be the responsibility of the bidder to make subsurface investigations as he deems necessary to determine the nature of material to be excavated. This item shall be considered as subsidiary to the other items of the contract. 31. QUALITY CONTROL TESTING: a. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. b. Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. c. Quality control testing of an in-place material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the Contract. d. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. e. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the jobsite.The ticket shall specify the name of the pit supply the fill material. 32. FINISHING EQUIPMENT FOR CONCRETE PAVEMENT: Shall be governed by Specification Item No. 314.3(8) and 314.5(8)with the modifications: Slip Form Construction: At the option of the Contractor and with the approval of the Owner, concrete pavement may be constructed by the use of slip form paving equipment. Slip form paving equipment shall be provided with traveling side forms of sufficient dimensions, shape and strength so as to support the concrete laterally for a sufficient length of time during placement to produce pavement of the require cross section. The equipment shall spread, consolidate, screed and float-finish the freshly placed concrete in such a manner as to provide a dense and homogeneous pavement. The concrete for the full paving width shall be effectively consolidated by internal vibration with transverse vibrating units; or with a series of longitudinal vibrating units loaded with the specified thickness of pavement section and a minimum distance ahead of the screed equal to the pavement thickness. 200011400_Specs_Oa1115_DO_SpecCond(TPW).doc 7(7) SPECIAL CONDITIONS CITY OF FORT WORTH TRANSPORTATION &PUBLIC WORKS DEPARTMENT When concrete is being placed adjacent to an existing pavement, that part of the equipment which is supported on existing pavement shall be equipped with protective pads on crawler tracks or rubber- tired wheels offset to run a sufficient distance from the edge of the pavement to avoid breaking or cracking the pavement edge. Final finishing for slip form pavement construction shall be to the tolerance as specified in Section 314.5(8). 33. CUTTING OF CONCRETE: When existing concrete is cut, such cut shall be made with a concrete saw.All sawing shall be subsidiary to the unit cost of the respective item. 34. SANITARY FACILITIES FOR WORKMEN: The Contractor shall provide all necessary sanitary conveniences for the use of workmen at the project site. Specific attention is directed to this requirement. 35. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specified item for bid has been provided in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price in the Proposal for each bid item. Surface restoration, cleanup and relocation of mailboxes are general items of work which fall in the category of subsidiary work. 36. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the Standard Specifications. CONSTRUCTION NON-PAY ITEM NO. 1 — CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing". However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM NO. 2 — SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM NO. 3 — BARRICADES AND TRAFFIC CONTROL: Contractor shall be responsible for providing barricades and traffic control as set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" and per Standard Specification Item No. 524, "Barrier and Warning and/or Detour Signs", Fort Worth Public Works. Payment for traffic control and traffic control devices shall be considered subsidiary to work performed as stated in Standard Specification Item No. 524, City of Fort Worth and no additional compensation will be allocated. NON-PAY ITEM NO. 4 —MAINTAINING ACCESS: Contractor shall be responsible for maintaining access to all homes and businesses during construction. 200011400_Specs 00.1115_Do_SpecCond(TPW).doc 7 (8) SPECIAL CONDITIONS CITY OF FORT WORTH TRANSPORTATION & PUBLIC WORKS DEPARTMENT PAY ITEM NO. 1 — PROJECT DESIGNATION SIGN: The Contractor shall construct and install one (1) Project Designation Signs for each end of project 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. PAY ITEM NOS. 6. 8. and 9 — DEMOLITION OF CONCRETE FEATURES: This item shall be for sawcutting, removal and disposal of all existing concrete curb, gutter, sidewalks, driveways, and concrete pavement required to construct the new paving improvements as indicated on the plans. Item 104 applies. The unit price bid shall be full compensation for all labor, tools, and equipment necessary to complete the work. As subsidiary to this Pay Item, contractor shall provide gravel dikes for pollution prevention as shown on plans or directed by engineer. PAY ITEM NO. 17 — 7-INCH CONCRETE VALLEY GUTTER: This item shall include the construction of concrete valley gutters at various locations to be determined in field. See Standard Specification Item Nos. 314 "Concrete Pavement', 312 "Hot-Mix Asphaltic Concrete", 106 "Unclassified Street Excavation", and 208 "Flexible Base". Measurement for final quantities of valley gutter will be by the square foot of concrete pavement and the curb and gutter section will be included. The concrete shall be designed to achieve a minimum compressive strength of 3,000 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. 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. 10 — 6-INCH REINFORCED CONCRETE DRIVEWAY: All applicable provisions of Standard Specifications Item 314, "Concrete Pavement', shall apply. The contractor shall use a five (5) sack concrete mix. The unit price bid per square foot shall be full payment for all labor, material, equipment and incidentals necessary to complete the work. 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 the gutter to 15" back from the face of curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. All applicable provision of Standard Specifications Item No. 504 "Concrete Sidewalk Driveways" shall apply except as herein modified. PAY ITEM NO. 14 — ADJUST EXISTING MANHOLE RIM TO GRADE: The Contractor shall be responsible to provide all labor, materials, equipment and incidentals necessary to adjust manhole tops, regardless of type, to appropriate grades associated with the street and right-of-way improvements of this project. The unit price for this item is a pre-bid amount of three hundred fifty dollars ($350.00) each and shall be full compensation to complete this work. PAY ITEM NO. 15 — TOPSOIL: This item shall be governed by Item 116 of the City of Fort Worth Standard Specifications for Construction. Locations of the topsoil shall be directed by the Engineer, 200011400_spem_00-1116oo_speccona(rPw).aoe 7 (9) SPECIAL CONDITIONS CITY OF FORT WORTH TRANSPORTATION & PUBLIC WORKS DEPARTMENT The proposal quantities shown are calculated to provide topsoil four to six inches in depth (compacted) over the parkway area and do not include material deeper than design depth behind the curb. The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site. Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposed quantities listed. The unit price for this pay item is a pre-bid amount of eleven dollars ($11.00) per cubic yard. PAY ITEM NO. 16 — Ul"ICLASSIFIED STREET EXCAVATION: See Standard Specification Item No. 106, "Unclassified Street Excavation"for specifications governing this item. Removal of existing penetration or asphalt pavement shall be included under this item. All objectionable material found within the limits of excavation shall be removed from the job site and disposed of in a manner satisfactory to the Engineer. Removal of such shall be subsidiary to this item unless otherwise provided herein. Operations necessary to windrow existing gravel bare in order to lower or raise subgrade shall be considered a subsidiary to this item and no additional compensation shall be given as such. The intention of the Owner to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent, then actual quantities will be paid for the unit price bid. The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities. Proposed cross sections are available upon request. PAY ITEM NO. 13 —ADJUST 1"1 ATER VALVE BOXES: Contractor will be responsible for adjusting water valve boxes to match new pavement grade. The unit price for this item is a pre-bid amount of two hundred fifty dollars ($250.00) each and will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO. 28 — ADJUST WATER METER AND BOX TO GRADE: This item shall consist of the required removal, adjustment to grade, and any reconstruction required to the top of existing water meter boxes. The unit price for this item is a pre-bid amount of thirty-five dollars ($35.00) each and shall be for all materials, labor and tools required to complete the work. MMI 1eao_spea_oo-»,s_oo_svecco„a(rPW).ax 7 (10) _ g _ DETAILS (T/PW Department) p "Wl14_Speo_00.1115 DO 4.-O" 0"r Std.3"Sidewalk —6"w,de Curb u, Barn w s TIT Fat o/Risers e s t �EMrance a , h Tod 4/1.•Esooa.an bW L 'w-6"wide Cwo (rl"Eioawsian ,/ M r 1 PLAN VIEW Variable 3" 6"wale CHAD, Bo/A Sides rend lr1 E+ponspn ✓on/ Si0.3 rdtea/A Ctodsk• :p •, I"Send CusA.on�_- p y= JB / Bars m/=J"C<, Barn wars -- ---- VOTE. A&m#er o/ Risers Vanes /o i?`Espoes�orr Janr Mee/Cond./ra+s aw 6ravnd sioe rre/d %B"pr /t SECT/ON V/EW Not to scat' CONCRETE STEPS CITY of FORT WORT HrTEXAS—CONSTRUCTION STANDARD DRAWING NO. S-M 3 DATE: DEC 1969 346 'rl act Il►..1,-ft it/a of cast 9 j64c. 0 %p000 I so ell 41Mello r1,. a • a •- a of of 1- �1 / f1C111R I.e G 1,etoo.1 Ml a IJllte t 41-.V1 M:1.-111 ' fill. M IoM .Slat last- 1$ w{1 Ww f1Cr1 1.111• � Jn•40/ •IA�f1i - , ISM Ilupler. i� • '-j p;AN life Stn l Olt 1.1 c4.uauw Iul-1 1n►.I SECTION G-C SIDEWALK RAMP TYPE I ' cot c - Ponca laI 119114,s .. stweyl ' t ' j t I ' \ � 11 t r1-1,1 11►Y1-Y 1.-.1 11 t Vtl f11n velli \,E •rl�•��a�. ,�� 'I_} ! MU M tm IIN M a 4.u4.w1 Il . Zs„• + UMIu. it” 21-4.4.C191a s1 1. SEGt10lt 0.0 Sort can t1 1111 11411110,11 M 1,'!1- Mlattal COO C.ttll:' • Zols 111//,114. 1,1 90-11. --N •, U111•la tui. M IoM 0� saalaw I11144R1 • j .aM St MI 1-III I84I1Yl 11/f til,- —10-111 case Y PIao loll III$ list it IlClllw f.t cYtuctlw M114.a1 w.� le-.I 111►,• SECTION T.1 SIDEWALK RAMP TYPE 2 1 •{y'�' �. Ya-Nw elf-s1,h1 `T--" 10- JIM -'Ill. ewe a .11618 PA 1111'111.1 ►1,f o1, PUT it 1 lar /IMI a 11 t1.1 Iir..y14. Mss •1• •.. :10144.. I w Y nlNwoe.1 as n Sfc1101 9•C .s/Ku1 cull 1 Genu •1'. rill 11041, 1-n. r tar amus Cataacnw uul 1nI.1 1YIa 11 1• tl. waitY11 SIDEWALK RAMP TYPE 3 -` REVISEO: 9/17/87 J.AN. W. .1st. TO BE USED WHERE SIDEWALK CITY OF FORT WORTH,TEXAS-CONSTRUCTION STANDARD OCCUPIES ENTIRE AREA BET- WEEN EEWEEN CURB 8 PROPERTY LINE DRAWING NO. S- M 14 DATE: I- 22=75 3549 Addendum 3 - 9 - PROJECT DESIGNATION SIGN (T/PW Department) 2=114_SPM=_00.1115_DO o =-I PROJECT DESIGNATION SIGN ( 1/20 r Citigo FortWortfti7V_- 5Inv -Pro ect Title !- 11/2 Contractor: Contractors Name 4'0- 1 "Vol I scheduled Completion Date Imo- Yew ! s. • if/to 4 1 Vt- .' 0- Is,1W+ CAM WHITE (UUt GACKSR060ND w WHITE LETTERS) L MM11a6C1TT 0/ FORT WORTH-OMI(MrAII OCV1 ITALIC PROJECT TITLE ,CONTRACTOR t DATE IM MELVETICA w t I - 10 - VENDOR COMPLIANCE TO STATE LAW I 2000114_Speaa_00.1115 DO 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. The law that, in order to be awarded a contract as low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the state of Texas) bid projects for construction, improvements, supplies or services in Texas at an mount 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 principle 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), or principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. BIDDER: By: c.•b/�i.w• s•I� Company (please print) 10 �i 3d�• 79.38a Signatur S•�•...�.,._ 'i.sss.•.r ��i�9 Title: l •"0 4 _1 City State Zip (please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION 2000114_ oa,,,s o0 10 (i) - 11 - CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW 2000114_Spom_00-1115_DO CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A Labor Code Section 406.096,Contractor certifies that it provides workers' - compensation insurance coverage for all its employees employed on city of Fort Worth Project Number C115- 030115095116 STABILE&WINN,INC. CO ACTOR B V Title Date STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,the undersigned authority,on this day personally appeared .J�4 W.cT7iG�• known to me 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-0-4%k-';V Worms-7,''Tw—. for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this e5� day of •�+• 20 O - (RMS ALVA NELL FEW Notary Public in an for Notary Public the State of Texas STATE OF TEXAS Cw= Exp.JUNE 5 03 s - - 12 - CERTIFICATE OF INSURANCE NOTICE The blank spaces in the Certificate of Insurance; Performance, Payment, and Maintenance Bonds; and Contract are not to be filled in by the Bidder at the time of submitting his proposal. These forms are included herein to familiarize the Bidder with such forms which the successful Bidder will be required to execute. 2000114_Specs 00-1II5_DO