Loading...
HomeMy WebLinkAboutContract 31918CITY �E�;�����5�'' < ' ( � ��RliFiA�"1 �JC� . _ � ' i`��.`� �,� f i� i;', a SPECIFICATION _ �;;,�;a'.:;;.�'':-;� 4�`afnil�?�1l�'� ya);���t's4��A ��?�, �D R---- :._�..:g�l �*?t,�;'r,i11f;'.i CONTR.ACT DOCUMENTS � t;,Si f.���;�,�;r�;`.`:.;;"�;ar 'i � - — —tktiiris'','�C�lfS� �'i',.. � FOR ' �—_. s.�.. l/ i�a`� � ��1..�: �,��' K H.M.A.C. SURFACE OVERLAY (2005-14) AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS DOE PROJECT NO. 4774 TPW PROJECT NO. GS93-020930522770 2005 MIKE MONCRIEF MAYOR CHARLES R. BOSWELL CITY NS�NAGER ROBERT D. GOODE, P.E., DIRECTOR DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS A. DOUGLAS R.ADEMAKER, P.E., DIRECTOR DEPARTMENT OF ENGINEERING PREPARED BY TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ENGINEERING COORDINATION � EXHIBIT "A" q 4 ,, ; < 1 ���r�l� 1�=�:1 �.,; �.; �„ I � , ,'���, �S�'i � �_ . > 1_ _. �� - ��, "'' . r�'il'U �;„ A.:.........:..... :.�.... �.:� •I/ 3tl8AN L �qIWq�R �M�M�N�� ���������N��1N��M • � � ..; � 694�69 j � .F s Qf�'�` � ��� ' � W �1�0\�•�0 2 - y-ZC�oS • ' City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 5/3/2005 DATE: Tuesday, May 03, 2005 LOG NAME: 20HMAC05-14 REFERENCE NO.: **C-20689 SUBJECT: Authorize Execution of Contract with Peachtree Construction, Ltd. for HMAC Surface Overlay 2005- 14 at Various Locations RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Peachtree Construction, Ltd in the amount of $620,090.00 for 65 working days for HMAC Surface Overlay 2005-14 at various locations. DISCUSSION: In the FY2004-2005 Contract Major Maintenance Program, various types of street maintenance techniques are grouped into specific contract packages. HMAC (hot mix asphaltic concrete) Surface Overlay 2005-14 at various locations provides for surface and base rehabilitation, curb, gutter and valley gutter replacements for asphalt streets funded from the Contract Street Maintenance Fund. The funding for this project was appropriated under M&C G-14677 on February 8, 2005. The attached list details the limits for each of the streets for this project. The City also reserves the right to increase or decrease quantities of individual pay items within the contract, provided that the total contract amount remains within plus or minus 25% of the contract award. This project was advertised for bid in the Commercial Recorder on February 3 and 10, 2005. On March 10, 2005, the following bids were received: BIDDERS Peachtree Construction, Ltd JLB Contracting, LP JRJ Paving, LP All-Tex Paving, Inc. APAC-Texas, Inc. AMOUNT $620, 090.00 $622, 789.00 $662,131.00 $682, 075.00 $741,025.00 Peachtree Construction, Ltd is in compliance with the City's M/V1/BE Ordinance by committing to 2% M/WBE participation and documenting good faith effort. Peachtree Construction, Ltd identified several subcontracting and supplier opportunities. However, the M/WBEs contacted in the areas identified did not submit the lowest bids. The City's goal on this project is 18%. '��,'; �j L' : s'� r,.� ��_�,;. . ��, �.' `'���:���� ��'�� , J G�\ � � This project is located in COUNCIL DISTRICT 8. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Contract Street Maintenance Fund and the Street Improvements Fund. TO Fund/Account/Centers FROM Fund/Account/Centers GS93 541200 020930522770 $612,690.00 C115 541200 020115033135 $7,400.00 Submitted for City Manager's Office b� Originating Department Head: Additional Information Contact: Marc Ott (8476) Robert Goode (7804) George Behmanesh (7914) SP�CIFICATIONS AND CONTRACT DOCUMENTS FOR H.M.A.C. SIIRFACFs OVERLAY (2005-14) AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS DOE PROJECT NO. 4774 TPW PROJECT NO. GS93-020930522770 2005 � / • / / -'�-s � � L, � A. DOUGLAS RADEMAKER, P.E. DATE DIRECTOR, DEPARTMENT OF ENGINEERING � ��la� GEORGE A. BSHMANESiI, P.E. DATE ASSISTAN'P DIRECTOR TRANSPORTATION AND PUBLIC WORKS DSPARTMENT . � I ��O`� 00 M, P.E. DATE ENGINEERING MANAGTR WATFsR DFsPARTMENT TABLE OF CONTENTS l. Notice to Bidders 2. Special Instructions to Bidders 3. Pravailing Wage Rates 4. Proposal 5. Vendor Compliance 6. Disadvantaged Business Enterprise 7. Special Provisions 8. Contractor Compliance with Worker's Compensation Law 9. Certificate of Insurance 10. Performance Bond 11. Payment Bond 12. Maintenance Bond 13. Contract 14. Project Designation Sign 15. Details 16. Street Locations NOTICE TO BIDDERS Sealed proposals for the following project: H.M.A.C. SURFACE OVERLAY (2005-14) AT VARIOUS LOCATIONS DOE PROJECT NO. 4774 PROJECT NO. GS93-020930522770 Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas will be received at The Purchasing Office until 1:30 P.M., March 10, 2005 and then publicly opened and read aloud at 2:00 P.M. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas, 76102. A pre-_bid conference will be held at 9:00 A.M., February 16, 2005 in the Transportation and Public Works Conference Room 270� 2nd floor, Municipal Building. One set of documents will be provided to prospective bidders for a deposit of twenty dollars ($20.00): such deposit is non- refundable. Additional sets may be also purchased on a non- refundable basis for twenty dollars ($20.00) per set. For additional information contact Ms. Susan L. Schwinger, P.E, at (817) 392-6529. CHARLES R. BOSWELL Robert D. Goode, Director City Manager Transportation and Public Works � e �_ PUBLICATION: By: � �`' � � � � �� February 3,2005 Najib . Fares, P.E., February 10,2005 Street Program Manager, TPW SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the largest possible 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 days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the 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 will be rejected as non� responsive. SPECIAL INSTT2UCTIONS TO BIDDERS -I- �-'� 1'ty1'�'..�i::l 1.�,'.,'���,�'� �+ _, ,�,;� f �,,- :, � -.,�t s,'7!� ;;;'�.; �,:i t' :I��;J�..�.�i�;.,.L' ? 'ii�'1;�iti'l� � r1`i t �a ..•;�'JJ�.���b�� ���b�'.� , _ � . _ _ � , - _ - r - — _ r ti t - � - - - � - - - - - = - - � - - - - - - - r �� , ' J . - � . ! . 4. AWARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of forty-nine (49) City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WANER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City. 5. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein p'rovided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. 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 material in the prosecution of the work. C. 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. D. A Two-year Maintenance Bond is required for all projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Paragraph 7 of the Special Provisions. To be an acceptable surety on the performance, payment and maintenance bonds, the surety must be authorized to do business in the state of Texas and meet all requirements of Texas Insurance Code, section 7.19-1. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that 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 SPECIAL INSTRUCTIONS TO BIDDERS -2- 6. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1- General Provisions, Item 8, Paragraph 8.6, Standard Speciiications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion ofprojects. 7. EMPLOYMENT AND NON-DISCRIlVIINATION: The Contractor shall not discriminate against any person(s) because of sex, race, religion, color or national origin and shall comply with the provisions of sections 13A-21 through 13A-29 of the Code of the City of Fort Worth (1986), as amended, prohibiting discrimination in employment practices. 8 WAGE RATES: All bidders will be required to comply with provision 5159a of "Vernons Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth, Texas, and set forth in Contract Documents for this project. 9. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering Director 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. 10. INSURANCE: Within ten 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 Workers Compensation (statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or $250,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto", defined as autos owned, hired, and non- owned). Additional lines of coverage may be requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders - Item 16. ADDITIONAL INSURANCE REQUIIZEMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. D. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms SPECIAL INSTRUCTIONS TO BIDDERS -3- . or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. E. Insurers must be authorized to do business in the State of Texas and have � current A.M. Best rating of A: VII or equivalent measure of financial strength. and solvency. F. Deductible limits, or self-funded retention limits, on each policy must not �xc�ed $10,000.00 per occurrence unless otherwise approved by the City. G. Other than worker's compensation insurance, in lieu of traditional insurance, (:ity may consider alternative coverage or risk treatment measures through insurance pools or risk retention�groups. The City must approve in writing any alternativ� coverage. H. Workers' compensation insurance policy(s) covering employees employed on thc project shall be endorsed with a waiver of subrogation providing rights �f recovery in favor of the City. I. City shall not be responsible for the direct payment of insurance premium cost� for contractor's insurance. ,T. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. K. In the course of the proj ect, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. L. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of City, Contractor shall provide complete copies of �ll insurance policies required by these contract documents. 11. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non� resident'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. non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. SPECIAL INSTRUCTIONS TO BIDDERS -4- "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 the project is funded in whole or in part with federal funds. The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. 12. MINORITYlWOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 11923, as amended by Ordinance No. 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. The M/WBE Utilization Form; Prime Contractor Waiver Form and the Good Faith Effort Form, as applicable, must be submitted no later than 5:00 p. m. five (5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Department of Engineering ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information: 1. Name of Contract 2. Name of M/V�BE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M1WBE firm 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project, the Contractor comply with the M/WBE Ordinance by complying with the following procedures: • A M/WBE Participation Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. Reports are to be submitted monthly to the M1WBE Office, regardless of whether or not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month, place a"0" or "no participation" in the spaces provided, and provide SPECIAL INSTRUCTIONS TO BIDDERS -5- a brief explanation. The Contractor shall provide the M/WBE Office proof of payrnent to the M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as proof of payment: 1. Copies of submitted invoices with front and back copies of canceled check(s), OIt 2. A notarized letter explaining,, in detail: a Subcontractor/supplier Scope of Work b. Date when services were received from subcontractor/supplier c. Amounts paid to the subcontractor/supplier d. Ori�inal signatures from both parties must be included on this letter. • If the Contractor foresees a problem with submitting participation reports andlor proof of payment on a monthly basis, the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the MIWBE Office explaining the request for the change or deletion. 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. a. All requests for changes must be reviewed and pre-approved by the MIWBF Office. b. If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. � Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. All forms are available at the M/WBE Office, 3rd floor - City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate infortnation regarding actual work performed by a Minority/Women Business Enterprise (M/WBE) on the contract and payrnent therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts (other than a negligent misrepresentation) andlor 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 SPECIAL INSTRUCTIONS TO BIDDERS -6- f' will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three years. 13. AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the proposal, the City reserves the right to adopt the most advantageous construction th�reof or to reject the proposal. 14. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less 5% retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. Th� project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Afiidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a}�eg�ess payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 15. AlR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIIZ POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through October 31, with 6:00 a.m. - 10:00 a.m. being critical because emissions from this time period have enough time to bake in the hot atmosphere that leads to early afternoon ozone formation. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the AIR POLLUTION WATCH by 3:00 p.m. on the afternoon prior to the WATCH day. On designated AIR POLLUTION WATCH DAYS, the Contractor shall bear the responsibility of being aware that such days have been designated AIlZ POLLUTION WATCH DAYS and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor mav begin work prior to 10:00 a.m. if use of motorized equipment is less than 1-hour, or if equipment is new and certified bv EPA as "Low SPECIAL INSTRUCTIONS TO BIDDERS -7- Emittin `�quipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated AIR POLLUTION WATCH DAY, that day will be considered as a weather day and added onto the allowable weather days of a given month. 16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: A. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity 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 a�cepted by the governmental entity. Persons providing services on the project ("subcontractor" in 406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person 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 service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall 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) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the City: SPECIAL INST`RUCTIONS TO BIDDERS -8- (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. E. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity beginning work on the proj ect; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the cunent certificate of coverage ends during the duration of the proj ect; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. SPECIAL INSTRUCTIONS TO BIDDERS -9- !� J �i (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they_ are providing services. 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 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 of misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The contractor shall post a notice on each project site informing all persons providing services on the proj ect 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 Workers' Compensation Act or other Texas Workers' 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 WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services relate� 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 Workers' 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." 1�7. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal governtnent, contractor covenants that neither it nor any officers, members, agents or employees who engage in the performance of this contract shall, in SPECIAL INSTRUCTIONS TO BIDDERS -10- �� connection with such employment, advancement or discharge of employees or in connection with the tertns, conditions or privileges of their employrnent, discriminate against any person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents or employees acting on their behalf, shall specify in solicitations or advertisements for employees to work on those contract a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants that it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the Policy in the performance of this contract. � 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply with the ADA's provisions and any other applicable federal, state, or local laws concerning disability and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the ADA in the performance of this contract. END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS —11— CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2000 CLASSIFICATION Asphalt Raker Asphalt Shoveler Batching Plant Weigher Carpenter (Rougfi) Concrete Finisher-Paving Concrete Finisher Helper (Paving) Concrete Finisher-Structures Flagger Form Builder-Structures Form Setter-Paving & Curbs Form Setter-Structures Laborer-Common Laborer-Utility Mechanic Servicer Pipe Layer Pipe Layer Helper Asphalt Distributor Operator Asphalt Paving Machine Operator Concrete Paving Saw Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (< 1 1/2 CY) Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (> 1 1/2 CY) Front End Loader (2 1/2 CY & less) Front End Loader (over 2 1/2 CY) Milling Machine Operator Mixer Motor Grader Operator (Fine Grade) Motor Grader Operator Pavement Marking Machine Roller, Steel Wheel Plant-Mix Pavements Roller, Steel Wheel Other Flatwheel or Tamping Roller, Pneumatic, Self-Propelled Scraper Traveling Mixer Reinforcing Steel Setter (Paving) Truck Driver-Single Axle (Light) Truck Driver-Tandem Axle Semi-Trailer Truck Driver-Lowboy/Float Truck Driver-Transit Mix Truck Driver-Winch [:C�I�I:7� : _ � $10.32 $9.75 $9.65 $13.64 $10.16 $9.70 $13.44 $7.00 $13.44 $10.25 $9.75 $7.64 $8.64 $13.25 $10.13 $7.35 $6.75 $11.45 $11.09 $10.53 $10.00 $11.52 $9.94 $9.32 $8.00 $11.00 $12.31 $13.75 $11.00 $9.88 $12.12 $8.02 $10.00 $9.75 $8.00 $10.22 $10.54 $10.63 $9.80 r r P R O P O S A L TO: MR. CHARLES R. BOSWELL City Manager Fort Worth, Texas FOR: H.M.A.C. SIIRFACE OVFsRLAY (2005-14) AT VARIOUS LOCATIONS DOE PROJECT N0. 4774 TPW PROJECT NO. GS93-020930522770 Fort Worth, Texas Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessaxy to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Department of Engineering of the City of Fort Worth. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding on and awarding the contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (±) 25� of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance and Payment Bond approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums, to-wit: SPEC PAY ITEM ITEM S.P. 1 S.P. 2 406 450 S.P. � � 406 450 S.P. 1 APPROX. DESCRIPTION OF ITEMS WITH BID QUANTITY PRICES WRITTEN IN WORDS 2 EA. Project Designation Sign (� Two Hundred Dollars & No Cents Per EA. LUMP SUM Utility Adjustment C� Six Thousand Dollars & No Cents Per L.S. 3 54 EA. Manhole Adjustment C� Three-Hundred and Fifty Dollars & No Cents Per EA. 4 46 EA. Water Valve Boxes Adjustment C� Two-Hundred and FiftY Dollars & No Cents Per EA. P-1 UNIT TOTAL PRICE AMOUNT �ID $ 200.00 $ 400.00 $ 6,000.00 $ 6,000.00 $ 350.00 $ 18,900.00 $ 250.00 $ 11,500.00 � ;' v�� � . �'...._�-.:r.0 ? `•'�. i� :7r�r.n I' � ��;,�iii����j� jj ��� i� 9��0 .,,�:/�:UJl� � Gi�a SPSC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT ITEM ITEM QUAN'PITY PRICF'S WRITTEN IN WORDS PRICE S.P. 5 3 EA. Water Meter Boxes Adjustment @ Thirtv-Five Dollars & TOTAL AMOLTNT BID No Cents Per EA. $ 35.00 $ 105.00 104 6 1,850 L.F. Removal and Replacement of 502 Concrete Curb and Gutter @ g,p, 'TWfM�f - oNL Dollars & N6 Cents Per L.F. $ Z I o0 104 7 200 S.Y. Removal and Replacement of 6" 504 Concrete Driveway S . P . f=oel�f Dollars & d NO Cents Per S.Y. $ q0 — 104 8 100 S.Y. Removal and Replacement of 4" 504 Concrete Sidewalks C� g , p , `1�! 12"i�Y Dollars & No Cents Par S.Y. $ 30 � 300 9 160 C.Y. Removal and Replacement of 304 H.M.A.C. Pavement and 312 Base (Base Repair) @ S.P. pN� N'�NAREO ! FI�E�-' Dollars & NQ Cents Per C.Y. $ �� S o0 208 10 150 C.Y. Graded Crushed Stones (� S.P. ��✓F�-fC�'+' �F(✓�. Dollars & No Cents Per C.Y. $ Z S� S.P. 11 24,000 L.F. Wedge Milling 2" to 0" Depth 5.0' Wida C� M� Dollars & NINFTY Cents Per L.F. $ Q9= S.P. 12 38 EA. Butt Joint-Milled @ �Wo 11v1J►�2E0 E l� N Dollars & $ N�' Cents Per EA. 2�0 � 300 13 10 TON H.M.A.C. Level-Up C� 312 �1 G yT� ' �i ✓E Dollars & No Cents Per TON $ �s � 312 14 76,500 S.Y. 2"H.M.A.C. Surface Course S.p. (Type "D" Mix) Q Fov fL Dollars & $ �� `r.�f,�/ f� Cents Per 5.Y. 9'" p-2 $ 38, eSo. o0 $ ��, eo $ 3QG'L�•CO $ � F,,' g OO.00 t� h�- S �� 3,'] Sa. c� $ 2i, �00, ct� $ ��9o(�.�C> S 85D.� $ 3i9.4�S.c� SPEC PAY APPROX. DFsSCRIPTION OF ITEMS WITH BID ITENi ITEM QUANTITY PRICES WRITTEN IN WORDS 104 15 205 S.Y. Removal and Replacement of 7" 314 Concrete Valley Gutter @ g , p , Pl �IY Dollars & NQ Cents Per S.Y. 314 16 100 S.Y. New 7" Concrete Valley Gutter C� S , p . � 11�T� Dollars & No Cents Per S.Y. 104 17 80 S.Y. Standard 4" Reinforced Concrete 505 Wheelchair Ramps @ S, p. �'1 F`T'Y Dol lars & No Cents Per S.Y. 402 18 800 L.F. 6" PVC Perforated Pipe Subdrain c� 500 51k Dollars & 620 �a Cents Per L.F. S.P. 502 19 504 20 214 21 S.P. 214 22 100 L.F. New Concrete Curb and Gutter C� NI N�'T�s ►.� Dollars & pJo Cents Per L.F. 50 S.Y. New 4" Concrete Sidewalk @ -�1 t Q-`rY Dollars & No� Cents Per S.Y. 35,100 S.Y. 8" Pavement Pulverization t� -� o• Dollars & '7'1-! 12'rf Cents Per S. Y. 456 TON Cement C� ONL H✓►✓1�2E0 £ �ir> Dollars & r-�o Cents Per TON S.P. 23 5 EA. Remobilization C�? Five FIundred Dollars & No Cents Per EA. 106 24 100 C.Y. Unclassified Street Excavation s. p. '�.✓F �-�'f'il ^ f=( U� Dollars & l�•a Cents Per C.Y. S.P. 25 2,500 S.Y. 2" S�� �e Milling @ Dollars & `t� N Cents Per S. Y. p-3 UNIT PRICE $ �O � S 50 `—` TOTAL AMOUNT BID $ 10 2So.00 S c� a;a. c� $ -�j0 � $ `��OOO.G�O $ �� S �q� $ 3� � S 2 3a $ � � o �. Y TRO � � �� •. $ �'130.Qa $ Sa_ l c�o.c� $ 500.00 $ 2,500.00 S ZS � s (�9 $ Z SOo, � � $ z'Iso.oq SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID ITEM ITEM QUANPITY PRICES WRITTEN IN WORDS S.P. 26 5 EA. Paint Replacement of House Address on Curb Removed & Replaced F'I F'Ty Dollars & No Cents Per EA. TOTAL BID � UNIT PRICE $ SO � s TOTAL AMOUNT BID $ Z SO, Qo $ 62a,a�o.ao�'� This contract is issued by an organization whieh qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sale�, Sxcise and IIse Tax Act. Taxes. All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under House Bill 11, enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by �ity Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in, employment practices. The undersigned agrees to complete all work covered by these contract documents within Sixty Five 65 Working Days from and after the date for commencing worlc as set forth in the written Work order to be issued by the Owner, and to �aay not less than the "Prevailing Wage Rates for Street, Drainage and Util.i��r Construction" as established by the City of Fort Worth, Texas. Within ten (10) days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approvecl Surety Bond for the faithful performance of this contract. The attached depos�.� check in the sum of S fo A M O V NT p�i. Dollars ($ ) is to become the property of,the City of Eort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. The Contractor shall mobilize within ten (10) calendar davs of the not�.ce qiven bv the Construction Enaineer for anY locations. If the contractor fails to bec�in the work within ten (10) calendar davs, a$200 dollars liciuidated damacte will be assessed per Block per dav. I(we), acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of tha foregoing bid: Respectfully submitted, - Addendum No. 1 (Initials) PFACHTREECONSTRUCTION,LTD Addendum No. 2(Initials) Company ame Addendum No. 3 (Initials) BY� � Signa ure �! �ARRY G�ARk' Printed Name of Principal Address : 5801 PARK VISTA CIR. �.�a��a:wn�i:r�:: F-mail Address :�bcl�.�it�,p e�.c�,� rceco�. car+� (Seal) Date: '3^ t�-��' Telephone: 817-741-4658 P-5 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bi11620 relative to the award of contracts to non-resident bidders. This law provides 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 amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-residenYs principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non- resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give State), our principal place of = business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Non-resident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. ,� Bidder: PEACNTREE CONSTRUCTION, LT�. Company �(�1 f�ARIC \/ICT� ('IR. Address �E��€�,TX 7R7dR City State Zip J. �ARRY CLARK By: (Please print) Sign ture PRESIDENT Title (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION FORT WORTH City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the cantract is $25,000 or more, the MIWB@ goal is applicable. If the total dollar value of the contract is less than $25,000, the M/V1/BE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's MBE/VVBE goal on this project is % of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5a Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5j City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/VNBE Office at (817) 392-6104. Rev. 5/30/03 r� FORT W�RTH ��� City of Fort Worth Subcontractors/Suppliers Utilization Form NE: � CC1/'tS'��JC`f(At✓i L-°��° � � � r ��-�e a��- I� y � .�0�.� - ��f � % M/W/DBE i ATTACHMENT1A Page 1 of 4 ; to describe prime NON-M/W/DBE TE /C� o:zcc�� � �-��3 �- ���.��� �z�. ��o Identify all subcontractors/suppliers you will use on this project . . .. . , . ... , .. ...... . Failure to �complete :this �fiorm, . in its entirety�:with.: re�uested : documentation, and received by: the Managing Department. on :or.�before 5:00 p,m. five (5) City business. days: af�er.bid ..opening, exclusive of bid. opening date, will resuit.in the .bid: b.e.ing .considered �non-respon.sive. to: bid specifcations. : The undersigned Off,eror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization sehedule, conditioned upon ex�cution �of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is groutids for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications _ MlWBEs listed taward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant; Parker, Johnson, Coliin, Dailas, Denton, Ellis, Kaufman and Rockwall counties. identify :each Tier.; level. �.:Tier� is : the: level. 'of. subcontracting :;below the_ prime contractor, . i.e., :a dir.ect payment from the:pr.ime contractor to.a subco�tractor:.is.considered 1St tier, a payment by a subcontractor to its supplier•is considered 2"d tier : ALL MlWBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. CerEification means those firms, located or doing business at fhe time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synanymous with Minority/Women Business Enterprise (M/WBE). -_ _ _. �If �hauling services:�ere utilized, the..prime will be �given.�credit as long as the M. is e owns�:a operates at.:least, one fuliy licensed :and _bperational �truck to. be. used on :the contract. �The M/WBE may lease � trucks from another:M/WBE.firm, inciuding-M/WBE:owner-operators, .and receive fuli �/INVBE credit. °.The ;l111/VVBE .may lease. trucks from.:non=M/INBEs, :including..owner-operators, �but will o�ly r.e.ceive:cr.edit for:the _� fees and commissions earned �by the M/11VBE�as �outlined in�the lease�agreement — ; _�e '�l �� Rev. 5l30l03 ; ; ( ATTACHMENT1A Page 2 of 4 FoR_ T�H , . Primes are required to identify ALL subcontractors/suppliers, regardiess of status; i.e., Minority, Women and non-M/W BEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N' (check one) `° SUBCONTRACTORISUPPLIER T �n,` N T Detail � Detail Company Name i � X'M ; Subcontracting Work Supplies Purchased Dol[ar Amount Address e M W T D::W :� Telephone/Fax � s g R O B�. E E C T E` A � �E tsl� ` % i'ci c��'ti't �;.�s � o +' � � IC� /�, �y( t��� � � �c� hG r'�-c%= / ��1 "1.�,�t� r�1,� 7� II � � 5� �� �(o� �dC) P C.� C� ��l ?) �.� `f— `� i`�� 7� � i��si�i � / ��'�< < � � ca ��� �'1 tR � � ��L � f ,'� /f� .ri o��` , �t C�. ��c /(�-�� ���w ���i� 1��, T�"c, i6�2�� �1; lI � .,�� -.� .� �c� � Qc� (�17, �..� - ��. i 3 (.T� � (�'s��) � 3� �- �2� �' ;�;� (��5`I b����� �v/t��vc'�'r� C-��+�-r��� �'l� � � ox ..Z o / /� �- �� �- 6 � C.--„i'-f� r- ��(�,( �`� 7 � S c`� G��6v ��t�,�-k,7��' (������s�-����� (� � 7) S S�5 � � ��� ���x e-r rQ � 4�cy��'� �g � y l � K � C�r, s�ru��-� n�t ,` / ( r'.� , /� (�, a�x �-�' l � "�� ���. ac� �c�ok�, 1X 7�.��.Z ��Y�)��f�� �.zc��� iYz�� (�Y-�- ��� � �� ���-u �,11� � �;��, l�ai���-� ��,�,� P �. r3 �,� 1�.3�� � �� S�y.�`��„�; ik. " ��'���`1,���0 �'/1�,.3��. ac� �� i �� �-t�f8"� C�'e �� $�F 7� �c�9`(� ��! ?� �ef ? �— 2-� � � ,�-r� �—P�_, 'i �� � S � �-''` ,� /a, o, ��x � ��Fc� Et�r �-si� �``� l l � �-J��S�SiC�� dc3 ��'��� S� % r1', %S�ZL.2r � Kcg �% ��� -Z`f b� - D�tO 3 . (� �� ,�� �'i r U � �-.Z �-�`- ReV. 5/30/03 s; e "� d. i �, _. - __ __ . _ _ __ _ _ __ __ _. _ � ATTACHMENT 1A Page 3 of 4 FORT WORT s Primes are required to identify ALL subcontractors/suppliers, regardless of siatus; i.e., Minority, Women and non-MNVBEs. Please list M/WBE flrms first, use additional sheets if necessary. Certification r (check one) � SUBCONTRACTOR/SUPPLtER T N T r. Detail �;;� Detail Company Name i � X p; Subcontracting Work Supplies Purchased Dollar Amount Addr'ess e M W T D 4, Telephone/Fax r B B R O E E E C T �E. A �ro Rev. 5/30/03 FORT WORTH Total Dollar Amount of M/WBE Subcontractors/Suppliers � ATTACHMENT1A Page 4 of 4 1�, 3��c�c� Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $� f��� �� �,. � C''1 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $��J� T S� ,.� � The Contractor will not make additions, dele.tions; or:substitutions :to this..certified list without the,prior approval of the Minority.and ;VUomen Business Enterprise. O..ffice Nlanager or., designee through the submittal..'of .a Reguest _for Approval of Change%Addition..::Any unjustified. change :or .deletion. shall be. a material breach. of contract and :may result in.:debarment;in. accor.d.::with.:the, procedures.::o.utlined in, the ordinance. The contractor shall .submit. a, detailed :explanation :of .how_the.:r.e.quested. changeladdition or tleletion will :affect the _committed MNVBE goal. If the detail explanation is not submifted, it will affect;the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submifted with fhe bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than thre'e (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. � a� Authorized Signa ure %���s i � ��. 'fi Title ���° L��1�2� �c�!/1 S'�" rCJ��ic5d1 � ��` — Company Name ��ii %r� I/rs�'�, Cr'r', Address 1�C� ��� �- ` 1 k . `7 � ��� CitylState/Zip � .,j� , 3 �; r�y, C l �.—� Printed Signature � ,� G:. ,.r� � /�rCa.f� e.l� Contact Name/Titte (if different) � i � -- 7yf •- �� S� � �s� 7� 7y1� �� � Telephone and/or Fax � �� rc, c� e;� �� �a e�'� �r-c� C��i . C�d�'l E-mail Address �C'r�'�� �� �C�� Date � �� � , ,o :: f 1 , ; � c� .� ,�� �. � ��v � � � `;'�_� �" '- , : '� U� ��°'.. .. , . �' �Rev:�5/30/�3 FORT WORTH City of Fort Worth Prime Contractor Waiver Form E COMPANY NAME: ��c ��f r�� .�n s�rvcs'io� l�� /�'? � C � c! ��� �� �v �r-�� 's MlWBE Project Goat: PROJE �io L� �CJt . , ( ��� —��� M1IUMBER 5�3� � ATfACHMENT 1 B Page 1 of 1 to I M/W/DBE I Gf'�NON-M/W/t � BID DATE ���:� io ��� If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith EfFort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only a�plicable if i�oth answers are yes. Will you perform this entire contracfi wiihout subcontractors? if yes, please provide a detailed explanation that proves based on the size and scope of thi� project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract w�thout suppl�ers? 1f yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. YES �� YES "NO The bidder further agrees to provide, directly to the City upon requesi, complete and accurate information regarding actual worK performed by ail subcontractors, including M/WBE(s} on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that wili substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any f�ilure to comply with this ordinance creates a material breach of contract may �esu(t in a determination of an irresponsibie offeror and barred from participating in City work for a period of time not less than one 1 ear. � (� � �� �� � �� � ���� authorized Sianature Pr(nted Signafure ���s; � � �-� Tit�e j�� � �h fa—�� Cc� r� � ��"�c,�, � ��-�c,i Company Name � �V � / Cr � If f` 5 �� �i t : Address � 6� 1���C`� ��f % �8 City/State2ip ���r� �r���� Contact Name (if different) �1� 7�l-���-� ����- ��/�-��yg Phone Number Fa Number �E ,� �-�� �- C� p �� U6, °-1--,--���� � o � n.� Emaii Address �t� �, � �-,� /�� 2 c� _� Date Rev. 5/30/03 FORT WORTH � PRIME COMPANY NAME: �� ��;�d��trz� C��� PROJECT NAME: �/�l �}-L .� � �� � � City's M/WBE Project Goal: � � ��o �� If you :have faileii.to secure MIWB DBE participation.is less than the City of Fort Worth Good Faith Efforf Form � �-��, � r� , C',i��- �cy ��0� -/�, PROJECT UMBER �-S�'.3 -- O�i�c: on:and you have :sul ct goal, you.must co ATTACHMENT 1C Page 1 of 3 cable block to describe I M/W/DBE I�NON-M!W/DBE BID D��� �.t �%� �i . .1f:7C� s ing and/or suppiier. opportunities or.if your ls form. ` • ' • If the bidder's method of compliance with the MIWB� goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Co'mpliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. , ... .. .... .. . .. .. . Failur.e to. complete. :this ,form, .in its. entir.e.ty:with. supporting: documentation, and received.:by ;the Man.aging D.epar�ment on or:before;5.:00:p.m..five'(6) City:business days:after. bid opening, exclusiYe: of:bid. opening date, will result in the bid being considered non-responsiue to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunityZ for the comptetion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS On Combined Projects, list each subcontracting and or supplier opportunity through the 2" tier. � ?5II �`;, Rgvi 05/�Q/�03 '; {7 f 0� .: J 1, ���y V..G\.� � r�� ^..- -T.o.m-__ 4 ATTACHMENT 1C . Page 2 of 3 2.) Obtain a current (not more than three (3) months oid from the bid open date) list of MIWBE subcontractors and/or suppliers fram the City's M/WBE Office. �/Yes No Date of Listing �1�_� � 3.) Did you solici# bids from MIWBE firms, within the subcontracting andlor supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive af the day the bids are opened? '! Yes (if yes, atfach MIWBE mail itsting to include name of firm and address and a dated copy of leiter mailed.} No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previousiy listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? "� , r! YeS ({f yes, attach list to include name of M/WBE firm, en rson co�tacted, phone number and date and time of contact.) No , ... .. . . ; .. ; ..,. . , . . . .. . . . ... . . . ., , ... . NOTE;:.A:facsimi(e;may:be::used;to.:comply.:with:e�ther..3.:or.:4, but.:may:no.t:be.used;for:both.: :if:a:facsimile. is:used,:attach�:the fax confirmation, wh�ch :is to prov�de M/WBE name, date,.:time, fax. numlier and �IocumenEation #axed. .: .. . . ... .. ...... ... .• . , . . . � �`� ' . Irer o ortunit is ten.: 1Q or aess, :fhe .. . .... .. ..... .. . NOTE:::If .#he:lis#.of=M/.WBEs.for:a�particular�subcontr.actin.g/supp._.....:.. pp .. . Y .. � �: �>) ' �. bidder.:must :contact�the�entire I�st;to be :in compliance with.;quesiions;3 and'4. :lf the.;list:of.:MiWBEs;:for;a particular:sub.contractin.g/supplier:;opportunity;is:ten_;(10) or:mor�,.:the.:bidder.:must�contact�at:°least two- thirds:.(2/3).;of;ihe,:list w�th�n such.area of opportun�ty,:but: not less than. ten;to..be:.in compliance w�Eh . ... ..... ..:.... . .... ..... . ...: . ,,:_ ..:.:.,�..:: . :. . ... ..,.... . .:. .., questions::3:and 4: .:.:.:.. .: _.: .. .. _ .. . ...... .: ...::. :.. .. . .. .. . . . 5.) Did you provide plans and specifications to potentiat M/WBEs or information regarding the location of �ns and specifications in order to assisf the M/WBEs? . Yes Na 6.) Submit documentation if M/WBE quoies were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will� provide for confidential in-camera access to and inspection of any relevant documentation by City personneL aa� n5t30/03 ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you fegl wili further explain your good and honesi efforts to obtain M/VVBE participation on this project. ;; The bidder further agrees to provide, direcfily to tiie City upon request, complete and accurate informaiion regarding actual work perfarmed on this contract, the payment thereof and any proposed changes to #he original arrangements submitted with this bid. The bidder also agrees to a(low an audit and/or examination of any books, records and files heid by their company that will substantiate the actual work perFormed on this contract, by an authorized officer or empioyee 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 ' was/were contacted in good faith. Attachment 1 C will be contacted and u the City's MNVBE Office. - Aut orized Signature information provided and the M/WBE(s) listed it is understood that any M/WBE(s) listed in the reasons for not using them will be verified by ��� �f`o�€? �- � Title / �1C���P�c� ��/1S�rJ�I�r� �'j'c'� Company Name S�b � P� �y ✓ s�� L;�r, Address ���ler; l�.. 7���{�. CitylState/Zip ,7� /,3c r� C (a�f� Prinied Signature �� ✓r �' .L3r�� .- ��v 4�: �-.� Contact Name and Tiile (if different) �17�-7�! �f�S�s /�����v/ `�65�8 Phone Number Fax Number � � fi'e� �.�= �� A�.rcc�'7�'�-G�n . �t��'! EmaiE Address /�-'1 � re-G. « az�� � Date ..-- .,r,.,,,�„� M/WBE REQUIRED DOCUMENTATION RECEIPT Transportation & Pubiic Works Official Date: ,: . � Project Name: Project Manager: Forms Submitted By Name: Company: Received By: 3 / '�7 / 0� Official Time: � :� �v'�%�r�a ,i-i �i u, Luii� e a�� a s� ,aa a�� a.rm� a�x s.r �+_ ��� �ss:+s� � a l�liVl�iLr Jl.�lSrHlrC V'V G�4LH T LUV�� 14 gwsA lE�. •'s E8 FaaS�+,$ m3�£SPR,�4�E'�-+ .'?UJ�'!IV �t,.r'1VYIIVl7CR a--°6 � il � d 8�' 8�'4 �� .v"� �4 B 8 da � 9�d 7 8 6�. `Y' = t4 �. 3 B'�' �'c��+..n i r�cc �►t��v� � rcv�. � �v�v � � CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS D�PARTMENT SPECIAL PROVISIONS FOR: H.M.A.C. SURFACE OV�RLAY (2005-14) AT VARIOUS LOCATIONS DO� PROJECT NO. 4774 TPW PROJECT NO. GS93-020930522770 1. SCOPE OF WORK: The work covered by these details and specification� consists of the removal (only) of all existing traffic buttons, removal and replacement of existing concrete curb and gutter and driveways and existing base repair and the addition of a new surface layer of H.M.AoC. for those streets designated as Mill Overlay (MOL). For those streets designated as Pulverized Overlay (POL), the work consists of the same removal and replacement items as described above, surface & base rehabilitation of existing pavement with cement and the addition of a new surface layer of H.M.A.C. These items are described in the Special Provisions of these specifications. The work also consists of all other miscellaneous items of construction to be performed as outlined in the details and specifications which are necessary to satisfactorily complete the work. The Contractor shall mobilize within ten (10) calendar days of the notice given by the Construction Sngineer for any locations. If the contractor fails to beqin the work within ten (10) calendar days, a$200 dollars liquidated damage will be assessed per Block per day. The contractor is encouraged to conduct site visits and survey all these possibilities. The contractor shall verify these locations with the Construction Engineer. For street locations see list'at the back of this document. At the sole discretion of the City, the City reserves the right to add, delete or substitute streets in this contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (f) 25� of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. All short cul-de-sac streets and turnouts that interseet with a street to be repaired shall be included in this contract, even though they may not be listed on a Work Order due to their size. The contractor shall mill, clean, apply tack coat, overlay and adjust facilities. Total quantities given in the bid proposal may not reflect ac�ual quantities, but represent the best estimate based on a reasonable effort " of investigation; however, they are given for the purpose of bidding on and awarding the contract. SP-1 2. Contract will be awarded to the lowest responsible bidder. 3. SIIBMITTALS FOR CONTR.ACT AWARD: The City reserves the right to require contractor who is the apparent low bidder(s) for a project to submit sucli information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within tl~ae stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the information �f requested may be grounds for rejecting the apparent low bidder as noxx- responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 4. The Contractor agrees to complete the Contract within the allotted n��� of days. If the Contractor fails to complete the work within the numl�e� of days specified, liquidated damages shall be charged, as outlined ��a Part l, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Construction of the City of Fort Worth, Texas. 5. SARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfacto�y performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20� or more (example: 10� of the work completed in 30� of the stated contract tima as may be amended by change order), the following proactive measures will be taken: A. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the data that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contraet time. In the event the contractox° receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. B. The Project Manager and the Directors of the Department of Engineering, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. C. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals wili distributed by the Engineering Department's Publi� Information Officer. SP-2 D. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. E. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 6. The City reserves the right to abandon, without obligation to the Contractor, any part of the project, or the entire project, at any time before the Contractor begins any construction work authorized by the City, 7. This contract and projeet are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREST AND STORM DR.AIN CONSTRUCTION-CITY OF FORT WORTH and STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH C�NTRAL TEXAS. General Provisions shall be those of the Fort Wort� document rather than Division 1 of the North Central Texas document. A copy of these specifications may be purchased at the office of the Department of Engineering, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the designer. If not shown, then applicable published specifications in any of these documents may be followed at the discretion of the Contractor. 8. 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 contraet documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate and as determined by the Director of the Transportation and Public Works Department. 9. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. See Special " Instructions to Bidders Item No. 14 for further requirements. 10. TRAFFIC CONTROL: The contractor will be required to obtain a"Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions sat forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on fiighways", codified as Article 6701d Vernon's Civil Statues, pertinent sections being Section Nos. 27, 29, 30 and 31. SP-3 `y A traffic control nlan shall be submitted for review to Mr. Charles R. Burkett, Citv Tra£fic Snaineer �817-871-8770 at least 10 workina days prior to the preconstruction conference. Althouah work will not beqin until the traffic control Aanel has been reviewed, the Contractor's time will beqin in accordanee with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contaet the Transportation and Public Works Depart- ment, Signs and Markings Division (phone number 871-7738), to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above � referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the pezznanent sign shall be left in place until the temporary sign - requirements are met. When construction work is completed to the extent that the permanent sign can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor shall limit his work within one continuous lane of traffic ` at a time to minimize interruption to the flow of traffic upon the approval of the City Engineer. Work shall not be performed on certain locations/streets during "peak traffic periods" as determined by tha City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." See Special Instructions to Bidders Item No. 15, for further work time restrictions on "Air Pollution Watch Days" with substantial use of motorized equipment. 11. PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION: Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or door hang of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or door hang shall be posted three (3) davs rp ior to beginning any construction activity on each block in the project area. The door hang shall be prepared and include the following SP-4 information: Name of Project, DOS & TPW Nos., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after- hours phone number. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the door hang shall be delivered to the City Inspector for his review prior to being distributed. The contractor In the event it becomes necessary to temporarilv shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or door hang of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or door hang shall be posted twentv-four (24) prior to the temporary interruption. The door hang shall be prepared and include the following in£ormation: Name of the project, DOS & TPW Nos., the date of the interruption of service, the period the interruption wilZ take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number and the City's after- hours phone number. A copy of the temporarv interruption notification shall be delivered to the inspector for his review prior to baing distributed. The contractor shall not be permitted to proceed with interruption of water service until the door hana has been delivered to all affected residents and businesses. The Electronic version of the sample door hang can be obtained from the Construction office at (817) 871-8306. All work involved with the notification door hang shall be considered subsidiarv to the contract price and no additional compensation shall be made. 12. PAYMENT: The Contractor will receive bi-weekly payment (minus 5� retainage) from the City for all work for each pay pariod. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. See Special Instructions to Bidders Item No. 14 for further requirements. 13. 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 clain►ed 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 SP-5 f extension of time, his application for which shall, however, be subjec� �o the approval of the City and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. 14. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within �he project area. Contractor shall protect construction, as required �� Engineer, by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs", Item 524, and/or as shown on the plans. Construction signing and barricades shall conform with the latest editian of the "Texas Manual on Uniform Traffic Control Devices, Vol. No. 1"e 15. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fi11 material, the Contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the contracto� 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) and a flood plain permit issued. All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering,studies, shall be at 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 the Department of Engineering, Contractor shall remove the spoil/fill material at it� 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. Final cleanup work shall be done for this project as soon as the work has been completed. No more than seven days shall elapse after completion c�:E construction before the roadway and right-of-way is cleaned up to th� satisfaction of the Engineer. SP-6 � i•' , , . ��� � . . . _ . .. .. . . . . . �S�tlo .��fv�'..iSl; u,���Cc 18. PROPERTY ACCESS: Access to adjacent property shall be maintained at aZ� times unless otherwise directed by the �ngineer. 19. CONSTRUCTION SCHEDUL�: 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. 20. SAF�TY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (1) A warning sign not less than fiva inches by seven inches, painte� yellow with black letters that are legible at twelve feet shall b� placed inside and outside vehicles such as cranes, derricks, powe� shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING --UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEE� OF HIGH VOLTAGE LINES." (2) Equipment that may be operated within ten feet of high voltage �ines shall have an insulating cage-type of guard about the boom or a�, ' except back hoes or dippers, and insulator links on the lift hoor3 connections. (3) V�Then necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Co.) which will erect temporary mechanical barriers, de- energize the line, or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain--an accurate log of all �ucia calls to TU Electric Service Company, and shall record action taken in each case. (4) The Contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of higl�. voltage lines at the Contractor's sole cost and expense. (5) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). 21. RIGHT TO AUDIT: Contractor agrees that City shall, until the expiration of three (3) years after final payment under this contract is made by City, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of Contractor involving transactions relating to this contract. Contractor agrees that City shall have access during normal working hours to all necessary Contractor facilities anci shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. SP-7 Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with Article VI. City shall give the subcontractor reasonable advance notice of intended audits. Contractor and subcontractor agree to photocopy such documents as may �e requested by City. City agrees to raimburse Contractor and/or subcontractor for the cost of, copies at the rates as contained in the Texas Administrative Code at the time payment is made. 22. CONSTRUCTION The City of Fort Worth maintains a"CONFINED SPACE ENTRY PROGRAM" for it� employees and all contractors and their sub-contractors must comply with this program as a condition of the contract. All active sewer manholes, regardless of depth, are defined as "permit required confined spaces". Contractors will be required to complete the "CONFINED SPACE FsNTRY PFsRMIT" used by the Fort Worth Water Department (Field Operations Division) for each entry and possess and use the equipment nacessary to comply with this program. The cost of complying with this program will be considered subsidiary to the pay items involving work in confined spaces (e.g. vacuum testing, cleaning, televising, construction, etc.). NON-PAY ITEM NO. 1- SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item No. 200, "Sprinkling for Dust Control" shall apply. iiowever, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM N0. 2- REMOVAL OF TRAFFIC BUTTONS AND TEMPORARY LANE TAPE: All traffic buttons shall be removed from the existing asphalt surface before resurfacing begins. The contractor shall be responsible for the removal of all buttons. Upon completion of the job the City will install new buttons after proper notification. The contractor shall also be responsible for all materials, equipment and labor to place temporary adhesive lane marking tape, at locations as directed by the Construction Engineer, to direct traffic flow until permanent markers are installed. The contractor shall notify the Construction Engineer to arrange for �he replacement of the buttons and adhesive lane markers (arrows, etc.). Al1 costs to the contractor shall be figured as subsidiary to this contracte SP-8 NON-PAY IT�M NO.-3 - LOCATION AND EXPOSIIRE OF MANfiOL�S AND WATER VALVESs The contractor shall be responsible for locating and marking all previously eacposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is availabla) in the observation and marking activity. 2n any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the contractors responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Companv Telephone Number Contact Person SBC - TeZephone 817-338-6202 Mr. Gary Tillory 214-384-3732 Ce1Z Oncor Slectric- Downtown 817-215-6424 - other than Downtown 817-215-6688 Oncor Gas - CFW Street Light and Signal Storm Drain Water & Sewer 817-215-4306 871-8100 871-8100 8I7-212-2649 and 817-925-2271 817-212-2642 and 817-994-8663 Mr. Scott King Mr. Robert Martinex Mr. Roger Oliver Mr. Dwayne Cox Mr. Roger Martin Mr. Gordon Couch Mr. Kristian Sugrim Mr. Scott Neystel Of course, under the terms of this contract, the contractor shall complete ; adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Tngineer. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. SP-9 NON-PAY ITEM NO. 4- STORM DRAIN INLET PROTECTION: All pulverization and overlay streets with storm drain inlets shall use inlet protection for sediment control, in accordance with the Standard Specifications for Public Works Construction-North Central Texas. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. NON-PAY ITEM NO. 5- CRACK SEALING: All cracks that develop after completion of the street resurfacing and until the end of the 2-year warranty period shall be crack sealed with asphalt cement AC-20, as per the City of Fort Worth Standard Specifications for Street and Storm Drain Construction. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. PAY ITEM NO. 1- PROJECT DBSIGNATION SIGN: The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting, and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in aecordance with the enclosed detail. The sign shall be constructed of 3/4�' fir plywood, grade A-C (exterior) or better. These aigns shall be installed on barricades or as directed by the Engineer, and in place at the project site upon commencemerit of construc- tion. The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support, and maintenance shall be to the satisfaction of the Engineer, The unit price pre bid per each will be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the SP-10 work. PAY ITEM NO. 2- UTILITY ADJUSTMENT: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer, and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10�) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjust- ments. PAY ITEM NO. 3- MANFIOLE ADJUSTMENT: This item shall include adjusting the tops of existing manhole to match proposed grade as shown on the plans, in the detail at the back of this document or as directed by the Engineer. Standard Specification Item Nos. 450 "Adjusting Manholes and Inlets" and 406 "Concrete for Structures" shall apply except as herein modified. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Work shall be completed and street open to traffic within seven (7) calendar days. If the contractor fails to complete the work within seven (7) calendar days, a$100 dollars liquidated damage will be assessed per each manhol� per day. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing manholes. The Engineer will field verify thi� inventory and provide the Contractor replacements for broken manhole covers. The contractor shall replace the manhole covers which are damaged during construction at no cost to the City. Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compounel for sealing interior and/or exterior joints on concrete manhole sections, as per current City Water Department Special Conditions. SP-11 N �'��'Ci��i��� ".� '0�'•Cr^ii ` D�i 1 �;�r�:,��JG;.� :�:;;,,��,;,o ��N 9'�j � � =•;e� �. ti� ; ��1; vJ�� ;1�;:;:��� !_�,i,:U �u, `.����JU����U� ���%` !l 9 L �� � The unit price pre bid per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 4- WAT�R VALVE BOXES ADJUSTMENT: Contractor will be responsible for adjusting water valve boxes to match new pavement grade. The water valves themselves will be adjusted by City of Fort Worth Water Department forces. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing water valve boxes. The Engineer will field verify this inventory and provide the Contraetor replacements for broken valve boxes. The contractor shall replace the valve boxes which are damaged during construction at no cost to the City. The concrete shall be designed' to achieve a minimum compressive streazgt,la of 3000 pounds per square inch. Work shall be completed and street open to traffic within seven (7) calendar days. If the contractor fails to complete the work within seven (7) calendar days, a$100 dollar liquidated damage will be assessed per each water valve box per day. The unit price pre bid per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 5- WATER METER BOX ADJUSTMENT: This item only apply when the adjacent curb and gutter has been determined to be removed and replaced as directed by the Engineer. The adjustment shall include raising or lowering the existing water meter box to the proper grade. The unit price pre bid per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. � PAY ITEM N0.6-REMOVAL I�ND REPLACEMENT OF CONCRSTE CURB AND GUTTER: These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item No. 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S4. Pay limits for laydown curb and gutter are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut the curb and gutter and pavement prior to removal. SP-12 � Included, and figured subsidiary to this unit price, will be the required. sawcut excavation, as per specification Item No. 106 "Unclassified Street Pxcavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul-off of the removed material to a suitable dump site. The street void shall be filled with H.M.A.C. Type "D" mix as per specification No. 300 "Asphalts, Oils, and Emulsions", Item No. 304 "Prime Coat" and Item No. 312"Hot Mix Asphaltic concrete" and compacted to standard City densities. Top soil as per specification Item No. 116 "Top Soil", if needed, shall b� added and leveled to grade behind the curb. Existing improvements with�ra the parkway such as water meters, sprinkler system, etc. damaged durinr.J construction shall be replaced with same or better at no cost to the City. Backfill for curb and gutter shall be completad within fourteen (14) calendar days from the day of demolition to date of completion. If the contractor fails to complete the work within fourteen (14) calendar days, a$100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for a1.�. materials, labor, equipment and incidentals necessary to complete the work. PAY ITEM NO. 7-REMOVAL APTD R&PLACEMENT OF 6" CONCRETE DRIVFsWAYS: This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is ` replaced to adjust grades to eliminate ponding water with same day haul- off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the work. PAY ITEM NO. 8- REMOVAL AND REPLACEMSNT OF 4" CONCRETFS SIDEWALR: This item shall include the removal and replacement of existing concrete sidewalk due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications goverr�i�ag this item see Item No. 104 "Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways". The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary ta complete the removal and replacement work. PAY ITEM N0.9-REMOVAL & REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE: The contractor shall remove all existing deformed H.M.A.C. pavement anci/n� SP-13 bad base material that shows surface deterioration and/or complete failure. The Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion. The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable sub-base. The total depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal for which the Engineer will select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site. After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with Type "D" surface mix. This item will always 'be used even if no base improvements are required. The proposed H.M.A.C. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness will not exceed 6". Before the pateh layers ar� applied, any loose material, mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils, and Emulsions", 304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY ITEM NO. 10 - GRADED CRUSH}sD STONES: This item shall be used to repair the failed base material in areas exceed 8" deep as directed by the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No. 208 "Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY ITEM NO. 11 - WEDGE MILLING 2" TO 0" DEPTH 5.0' WID23: l. Descrivtion This item shall consist of milling the existing pavement from the lip SP-14 of gutter at a depth,of 2" and transitioning to match the existing pavement (0" cut) at a minimum width of 5'. The existing pavement to be milled will either be asphalt, concrete, or brick pavement. The removal and disposal of the milled materials shall be as directed by the Engineer. The milled surface shall provide a smooth surface free from gouges, ridges, oil film, and other imperfections of workmanship and shall have a uniform textured appearance. In all situations where the existing H.M.A.C. surface contacts the curb face the wedge milling shall include the removal of the existing asphalt covering the gutter up to and along the face of curb. The wedge milling operations £or this project will be performed in a continuous manner along both sides of the street. Details of milling locations are at the back of this document. Contractor is required tio begin the overlay, within five (5) calendar days from the date of the wedge milling completion of any one street. Should the contractor fail to meet this condition, the wedge milling will be shut down, and liquidated damage of $500.00 per day per street will be assessed until. all wedge milled streets are overlayed. The overlay, once begun on a street shall continue uninterrupted until complete. The Contractor shall haul-aff the removed material to a suitable 3ump site. 2. Eauipment The equipment for removing the pavement surface shall be a power operated milling machine or other equal or better mechanical means capable of removing, in either one pass or two passes, the necessary pavement thickness in a five-foot minimum width. The equipment shall be self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. The machine shall be equipped with an integral loading and reclaima.ng means to iimc►ediately remove material being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. Adequate back-up equipment (mechanical street sweepers, loaders, water truck, etc.) and personnel will also be provided to keep flying dust to a minimum and to insure that all cuttings are removed from street surfaca daily. Stockpiling of planed material will not be permitted on the project site unless designated by the Engineer. The machine shall be equipped with means to control dust created by the cutting action and shall have a manual system providing for uniformly varying the depth of cut while the machine is in motion thereby making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. The speed of the machine shall be variable in order to leave the desired grid pattern specified under Surface Texture. The unit price bid per linear feet shall be full compensation for a11 labor, material, equipment, tools, and incidantals necessary to complete the work. SP-15 PAY ITEM NO. 12 - BUTT JOINTS - MILLED: Description• This item requires the contractor to mill "butt joints" into the existing surface, in association with the wedga milling operation (PAY ITEM NO. 11) to the depth and at locations as described below. The butt joint wi11 provide a full width transition section, whereby the new overlay shall maintain constant depth at the point the new overlay is terminated and the new surface elevation matches the existing pavement. The construction activities, performance standards and equipment needed for the butt joints milling operations shall be governed by the special provisions of Pay Item No. 11 - Wedge Milling. The configuration of the butt joints is described in more detail below. General details of butt joint locations - along with wedge milling in general - are shown in plan form at the back of this document. Construction Details: Prior to the milling of the butt joints, the contractor shall consult witla the construction Engineer for proper location of these joints and verify that the selected limits of the projects street are correct. The general locations for butt joints are at all beginning and ending points of streets listed in the project and as more graphically detailed at the back of this specification book. The joints are also required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt 'surface. Each butt joint shall be 20 feet long and milled out across the full width of the street section to a tapered depth of 2". This milled area shall be tapered within the 20 feet to a depth from 0" to 2" at a line adjacent to the beginning and ending points or intermediate transverse items. This butt joint - when overlayed - will consist of an asphalt section that will transition the new overlay to match the existing pavement elevation. The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a amooth ride over the bump. Measurement and Pavment: Butt joints as prescribed above, will be measured by the unit of each butt joint milled. The disposal of excess material involvad will not be measured for payment. Each butt joint-milled, measured as above, complete-in place-in accordance with these specifications, will be paid for at the unit price shown in the proposal for "Butt Joints". The unit price bid per each shall be fuli compensation for all milling, including material haul-off, tools, labor, equipment and incidentals necessary to complete the required work. SP-16 PAY ITEM NO. 14 - 2" H.M.A.C. SURFACE COIIRSE (TYPE "D" MIX): All applicable provisions of Standard Specifications, Item Nos. 312 "Hot- ; Mix Asphaltic Concrete", 300 "Asphalts, Oils and F�nulsions" and 304 "Prime Coat" shall apply to the construction methods for this portion of the project. Standard Specification 312.5 (1) shall be revised as follows: The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising, the tempera- ture being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the &ngineer. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as necessary. The unit price bid per square yard of H.M.A.C. complete and in place, shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM N0.15-RLNiOVAL & REPLACEMENT OF 7" CONCRTTE VALLEY GIITTER: This item shall include the removal and reconstruction of existing concrete valley gutters at locations to be determined in field by the Construction Engineer. Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley ` gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. See standard specification Item No. 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Sxcavation" Item No. 208 "Flexible Base", Drawing No. S-S6 and detail enclosed. Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item No. 314 "Concrete Pavement". Asphalt base material may be required at times as directed by the Engineer to expedite the work at locations identified in the field. SP-17 The concrete shall be designed to achieve a minimum compressive strerzgtka of 3000 pounds per square inch. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. 4�1o�-lc shall be completed on each half within seven (7) calendar days. If the contractor fails to complete the work on each half within seven (7) calendar days, a$100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown o� �iaa.e� proposal will be full compensation for materials, labor, equipment, tool� and incidentals necessary to complete the work. PAY ITEM NO. 16 - NEW 7" CONCRETE VALLEY GIITTER: This item shall include the construction of concrete valley gutters �� various locations to be determined in field by the Construction Engineer. Removal of existing, asphalt pavement, concrete base, curb and gutter, anrl necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete k�ase and crushed limestone to a depth as directed by the Engineer and necessa� asphalt transitions as shown in the concrete valley gutter details shal�, be subsidiary to this Pay Item. See standard specification Item No. 314, "Concrete Pavement", Item 312 °Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base", Drawing No. S-S6 and detail enclosed. Measurement for final quantities of � valley gutter will be by the square yard of concrete pavement and the cur� and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item No. 314, "Concr��e Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of valley gutter at a time, and the other half shall be open to traffic. Work shall ba completed on each half within seven (7) calendar days. If the Contractor fails to complete the work on eaeh half within seven (7) calendar days, a$100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, taols and incidentals necessary to complete tha work. PAY ITEM NO. 17 — NEW 4" STANDARD WHEFsLCHAIR RAMP: SP-18 The Contractor shall construct standard concrete wheelchair ramps as �h�c�a on the enclosed details, or as directed by the �ngineer. The removal of existing substandard wheelchair ramps and sidewalk as required for the installation of new wheelchair ramps shall be subsidiary to this pay item. The removal and replacement of existing curb and gutter as required for the installation of new wheelchair ramps shall be included in Pay Item 6(Removal and Replacement of Curb and Gutter). Pay limits for laydown curb and gutter are as shown in the Standard Pay Limit Deta�.�. (WR- 1) . The pay limit will extend from 9" outside the lip of gutter �c� �.� �� back from the face of curb. Any asphalt tie-in shall be subsidiary to t�he curb and gutter pay item. Pay�limits for °Standard Wheelchair Ramp" wi17� start 15" back from the face of curb and encompass the remainder of �1a� ramp and sidewalk. All applicable provision of standard Specifications Item 104 "Removixa� t��t. Concrete" and Item 504 "Concrete Sidewalk Driveways" shall apply eaccep� �t� herein modified. All concrete flared surface shall be colored .with LITHOCHROMS color hardener as manufactured by L.M. Scofield Company'"ar equal. The color hardener shall be brick red color and dry-shake type, and shall be used a�aa accordance with manufactures instructions. Concrete stain may be appl.aed after concrete is poured (Product sold by BAER). "Contractor shall provide a colored sample concrete panel of one foot by� � one foot by three inches dimension, or other dimension approved by �he Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution." The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to compete the work. PAY ITEM NO. 18 - 6" PERFORATED PIPE SIIBDRAIN: This item shall consist of furnishing and installing 6" perforated subdrain and filter material all as shown on the enclosed details, or �� directed by the Engineer. All applicable provision of standard Specifications Item 500 "SUBDRATNS°° shall apply except as herein modified. The pipe material shall be poly vinyl chloride (PVC) with the standard dimensional ratio of 35 (SDR35) and meet the ASTM D 1784. Filter fabric shall have the capability of passing ground water without transporting the soil placed around the filter fabric. The fabric shall be constructed exclusively of synthetic thermoplastic fibers and may be either woven or nonwoven to form a ma� �f uniform quality. Fabric fibers may be either continuous or discon��..�xuous SP-19 and oriented in either a random or a aligned pattern throughout the fabric. The fabric shall be mildew resistant, rot proof, shall be satiafactory for use in a wet soil and aggregate environment, contain ultraviolet stabilizers and have nonravelling edges. The fabric shall meet the following requirements when sampled and tested in accordance with the methods indicated: Test Original Physical Properties Method Requirements Fabric weight, on an ambient SDHPT Test Method temperature air-dried tension Tex-616-J"Testing free sample, expressed in of Construction oz/sq. yd. Fibers" Water flow rate by falling head method, 7.9 inches (20 cm) to 3.9 inches (10 cm) on 2 inch ID cylinder with 1 inch diameter orifice, with flow rate expressed in gal/sq. ft/minute. Breaking load in either machine or cross-machine direction, expressed in pounds. Equivalent opening size (US Standard sieve no.) "Apparent elongation" at breaking load in either machine or cross-machine direction, expressed as percent. Tex-616-J ASTM Designation: D 1682 grab method G as modified by Tex--616-J CW-02215, US Army Corps of Engineers, Civil Works Construction Guide Specification. "Plastic Filter Fabric", November, 1977. ASTM Designation: D 1682 grab method G as modified by Tex-616-J 4.0 minimum for under drains and Slope Stabilization, 6.0 minimum for Gabions Revetment 80 minimum 100 minimum 70 to 100 100 maximum The "Filter Fabric" shall be installed in accordance with the manufacturer's recommendations, as indicated or as directed by the Engineer. When lapping is required, it shall be in accordance with the manufacturer's recommendations. Baekfilling around the Filter Fabric shall be done in such a way as not to damage the Filter Fabric material during the placement. The unit price bid per L.F. shall be full compensation for all labor, SP-20 materials, equipments, tools, and incidentals necessary to comple�e t�� work. PAY ITTM NO. 21 - 8" PAV�MENT PULVSRIZATION: Contractor shall pulverize the existing pavement to a depth of 8". After pulverization is completed, contractor shall temporarily remove and store the 8" deep pulverized material, then cut the base 2" to provide place for the new 2" H.M.A.C. surface. The 2" base cut shall start at a depth of 8" from the existing pulverized surface. After the undercut operatio•rx �� completed, contractor shall spread, mix, and compact the pulverizecl material to a 95� compaction per City's Standard Specifications or as directed by bhe Engineer in the field. A 3.5� portland cement shall be used to mix the pulverized material. If the existing pavement has a combination of 10" H.M.A.0 and crusk�ec� stone/gravel, undercut will not be required, the contractor will pulve��ze 10" inches, the 2" inch cut will be taken from the 10" pulve�i�e�i material. (soil test reports will be available at the pre-construct�.raa� meeting.) Pulverization shall start within (ten) 10 calendar days after all concre�� work has been completed on a street. If the contractor fails to begin t1�e work within ten (10) calendar days, a$200 dollars liquidated damage will be assessed per block per day. After the pulverized material is cured, the contractor shall overlay it with 2" H.M.A.C. surface within five (5) calendar days. If the contractor fails to begin the work within five (5) calendar days, a$200 dollars liquidated damage will be assessed per block per day. The unit price bid per square yard shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, and dispose of the undercut material. The 2" H.M.A.C. surface will be paid by separate item. PAY ITEM NO. 23 - REMOBILIZATION: This item shall compensate the Contractor to remobilize personnel, equipment, supplies, and n►aterial to perform an additional worls �s directed by the Fsngineer. Remobilization will be considered when concrete ��Flat-work" has been completed, personnel and equipments were demobilized, and the street is clean and ready for the overlay. Remobilization shall be determined by the Engineer. Any Remobilization without the approval of the Engineer will not be compensated. The unit price per bid per each will be full compensation for all 1a�ar, equipment, material, tools, and all incidentals necessary to complete the work. SP-21 PAY ITEM NO. 24 - UNCLASSIFIED STRFsET FsXCAVATION: This item will be used if additional excavation is needed that is not covered by Pay Item No. 21 -"8" PAVEMSNT PULVPRIZATION". Additional Excavation is the removal of the excessive crown and base to bring the new base to proper grade & City standard specifications for street reconstruction. All applicable provisions of Item No. 106 "Unclassified Street Excavation" shall apply, work shall be paid per cubic yard. PAY ITEM NO. 25 - 2" SURFACE MILLING: This item shall consist of milling the existing pavement at a depth of 2". All applicable provisions of Pay Item No. 11 "Wedge Milling�� shall apply. The unit price bid per square yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. � PAY ITEM NO. 26 - PAINT REPLACEMENT OF iiOIISE ADDRESS ON CURB REMOVED & REPLACFsD • This item shall include paint replacement of house address on curb and or driveway radiuses that are removed and replaced in this contract. The background shall be white reflective safety paint and the letters shall be black exterior concrete enamel paint as directed by the construction engineer. The minimum size for the background shall be 6" wide x 16" long and the minimum size for the letters shall be 4" high or as directed by the construction engineer. The unit price per bid per each will be full compensation for all labor, equipment, material, tools, and all incidentals necessary to complete the work. END OF SECTION SP-22 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that - it provides workers' compensation insurance coverage for all of its employees employed _ on City of Fort Worth Project HMAC Surface Overlav 2005-14 at Various Locations and City of Fort Worth Project No. GS93-020930522770. CONTRACTOR: Peachtree Construction, Ltd. By: ..� Name: J. �3arry Clark Title: President Date: S( 29 1 A 5 STATE OF TEXAS § § COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared J. Barrv Clark known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of Peachtree Construction, Ltd. for the purposes and consideration therein expressed and in the capacity therein stated. ' Given Under My Hand and Seal of Office this �� day of t'v�c�., , 20oS. _ �- sP"" °° Notary P blic in and for the State o _ �°�`� CHERYL A. HOHENBERGER * Notary Public, State of Texas Texas '�',� oF �+P" My Comm, Expires July 30, 2008 CERTIFICATE OF INSURANCE STANDARD FORM BY INSURER ACOR�M CERTIFICATE OF LIABILITY INSURANCE 05/09/2005� PRODUCER g17-737-4943 FAX 817-737-4947 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION K& S Group, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Frank Siddons Insurance Fort Worth ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 4021 Hwy 377 South Fort Worth, Tx 76116 INSURERS AFFORDING COVERAGE NAIC # INSURED Peachtree Construction, Ltd. INSURERA: T1'SVe�Et'S Lloyds Insurance Co. 5801 Park Vi sta Ci r. iNsuReR s: Travel ers Indemni ty Co. of Conn . Kel l er, TX 76248 wsuReR c Great Ameri can iNsuReRo: Texas MutualInsurance Company Phone: 817-741-4658 Fax: H�.%—T�L�.-46�{H INSURERE: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY DT-CO-8225A589-TLC-04 06/30/2004 06/30/2005 EACH OCCURRENCE $ ], � QQQ � �Q� X COMMERCIAL GENERAL IIABILIN DAMAGE TO RENTED $ 3OO � OOO CLAIMS MADE � OCCUR MED EXP (Any one person) $ 5� QQQ /� X Per Proj ect Aggr . PERSONAL 8 ADV INJURY $ 1� QQQ � QQ� X XCU COV2t"dge5 GENERAL AGGREGATE S 2� OOO � OOO GEN'L AGGREGATE LIMIT APPIIES PER: PRODUCTS - COMP/OP AGG $ 2� OOO � OOO POLICY X jEC�T LOC AUTOMOBILELIABILITY �.EEE—CAP—HZZSAS%%—�O�i 06/30/2004 06/30/2005 COMBINEDSINGLEIIMIT (Ea accident) g 1 00� �Q� X ANY AUTO � r ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) B X HIREO AUTOS BODILY INJURY $ X NON•OWNED AUTOS (Per accident) PROPERN DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLA IIABILITY TUU6627683-00 06/30/2004 06/30/2005 EACH OCCURRENCE _ $ 4� ��� � �0� X OCCUR � CLAIMS MADE AGGREGATE S 4� OOO � OOO � $ DEDUCTIBLE $ X REfENTION $ �.O � OO $ WORKERSCOMPENSATIONAND TSF-0001133277 06/30/2004 06/30/2005 X WCSTATU- OTH- _ EMPLOYERS' LIABI�ITY E.L. EACH ACCIDENT $ �I. � OOO � OOO p ANY PROPRIEfOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYE $ Z� OOO � OOO If yes, describe under SPECIAL PROVISIONS below E.l. DISEASE - POLICY LIMIT $ l. � OOO � OOO OTHER DESCRIPTION OF OPERATIONS f LOCATIONS 1 VEHICLES I EXCLUSIONS ADDED BY ENDQRSEMENT I SPEC�AL PROVISIONS, ro�ect: HMAC Surface Overlay (2005-14) at Various Locat�ons Pro�ect No.: GS93-020930522770 ertificate holder is named as an additional insured on general liability and auto liability with a aiver of subrogation on general liability, auto liability and workers compensation. City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 ACORD 25 (2001/08) FAX: (817)871-8092 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUIN(3 INSURER WILL ENDEAVOR TO MAIL 3O DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 8UT FAILURE TO MAIL SUCH NOTICE SHAI.L IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORI2ED REPRESENTATIVE Steven Siddons/LSCOTT `'���. ���f�� OACORD CORPORP�TION 1988 F C � .� THE STATE OF TEXAS COUNTY OF TARRANT Bond# 104376945 PERFORMANCE BOND . KNOW ALL BY THESE PRESENTS: [ Thatwe, (1) Peachtree Construction, Ltd. , as Principal herein, and (2) 'I`ravelers Casualty And Surety Company Of America , a corporation organized under the laws of the State of (3) connecticut , and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of Six Hundred Twentv Thousand, Ninetv Dollars and No Cents ($620.090.00 ) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the 3�d day of May , 2005, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of HMAC SURFACE OVERLAY 2005-14 Proiect No. GS93-020930522770. NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 3`d day of May , 2005. �"�rrJ'..�'.��1 %''�!�'��i� ;�.;,.,. a,�,.;,�:,,'�D� ,-.] 7„ �rvJ U '�� �'�' ��I lL ��t� u "�I "' � � i:�5'�:� �1., � � : �:� � l U `,'''; r;1` [ jI �U }�� � '� �:J J: L Jl� � U �L1�� ATTEST: - , , (Principal) Secretary (S E A L) Y � Witness as to Principal AT T� � / `�` � ecr ry � (S E A L) Q Peachtree Construction, Ltd. PRINCIPAL By: �— Name: J. Barry Clark Title: President Address: 5801 Park Vista Circle Keller, TX 76248 Travelers Casualty And Surety Company Of America SURETY By: ,s�rr� �� _^ Name: Lorrie Scott Attorney in Fact Address: 4021 xwy 377 south Fort Worth, TX 76116 � .� c� _ ---j � � ��' �'�'l�i� ( Witness as to S rety Telephone Number: 817-737-4943 I � NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. THE STATE OF TEXAS COUNTY OF TARRANT , Bond# 104376945 PAYMENT BOND KNOW ALL BY THESE PRESENTS: That we, (1) Peachtree Construction. Ltd. , as Principal herein, and (2) Travelers Casualty And Surety Company Of America , a corporation organized and existing under the laws of the State of (3) connecticut , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Six Hundred Twentv Thousand, Ninetv Dollars and No Cents Dollars ($620,090.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 3�d day of May , 2005, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: HMAC SURFACE OVERLAY 2005-14 Proiect No. GS93- 020930522770. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 3`d day of May , 2005. f � ATTEST: <�� � � � (Principal) Secretary (S E A L) p Witness as to Principal �� ATT r � , � � ��i-��C..J Secreta (SEAL) Peachtree Construction, Ltd. PRINCIPAL By: � Name: J. Barry Clark Title: President Address: 5801 Park Vista Circle Keller, TX 76248 Travelers Casualty And Surety Company Of America SURETY By: ,�/6l7't'p �J�''�� --. Name: Lorrie Scott Attorney in Fact Address: 4021 .xwy 377 south Fort Worth, TX 76116 ��� . __ — : �� �2� .Le. vH � Witness as to Surety Telephone Number: 817-737-4943 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond# 104376945 THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PFZESENTS: That Peachtree Construction, Ltd. ("Contractor"), as principal, and, Travelers Casualty And Surei-y c'r�m�anv nf AmPri ca a corporation organized under the laws of the State of Connecticut , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant Couniy, Texas, the sum of Six Fiundred Twentv T'housand, Ninetv Dollars and No Cents Dollars ($620,090.00 ), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executor�, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has thi� day entered into a written Contract with the City of Fort Worth, dated the 3�d of Mav , 20 05, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: HMAC SURFACE OV RLAY 2005-14 �4T VARIOUS LOCAiIOWS the same being referred io herein and in said contract as the Work and being designated as project number(s) GS93-020930522770 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of 2 (Two) Years ; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of For� Worth Department of Engineering, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFOF2E, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in 6 counterparts, each of which shall be deemed an original, this 3`d day of Mav , A.D. 2005. Peachtree Construction, .Ltd. PRINCIPAL ATTEST: BY� � - Name: J. Ba�'ry Clark (Principal) Secreta Title: President (S E A L) Witness as to Principal ATT � Secretary (S E A L) Address: 5801 Park Vista Circle xP11Pr, TX 76248 Travelers Casualty And Surety Company Of America SURETY g �� G • � - y� --- Name: Lorrie Scott Attorney in Fact Address: 4021 Hwy 377 South Fort Worth, TX 76116 - � � /� � ..��-�}�. �/✓L C Witness as to Surety Telephone Number: - NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety 817-737-4943 Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARNIINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecdcut, and having their principal offices in the City of Hariford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Holly A. Gravenor, Lorrie Scott, Steven B. Siddons, Shirong Chen, of Fort Worth, Texas, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same e�ent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chauman, the President, any Vice Chauman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chaurnan, the President, any Vice Chauman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more ofiicers or empioyees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the of�'ice of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chauman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company of�'icers pursuant to a written delegation of authority. This Power of Attorney and Certi�cate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELEItS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be af�'ixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the fuhue with respect to any bond or undertaking to which it is attached. (02-OS) Unlimited �� w �ravelers IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCECOVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term program under which the Federal �overr,ment will share in the payment of covered losses caused by certain acts of international terrorism, We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act wili have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act aiso caps the amount of terrorism-related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. : Travelers' J �' rMp0�2TANT NOTICE � � i ' � � \.�j �, � � !i i.� ' � ° • Yau may contact Travalers Casualty & Surety Company of Ainerica, Travelers Casualty & Surety Company, Travele�a IndcmnIty Company, Standard Firc Insurancc Company and/or Fsrmington Casualty Company for informauon or to mafce a complaint a�: Travelere $ond Attn: Claims 1500 Maxkct Strect Wcat Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3130 (267) 675-3102 Fax �"ou may con�act the Texas Department of Insutance to obtain thc information on companies, coverages, ri�hts or wmplaints at: 'Tcxas Deparimcnt �f Ir.aurance P.O. Box 149104 Auatin, TX 78714-9104 (800) 252•3439 ATTACH T'KTS NOTICB TO YOUR BOND. Tfiis notice is for informacion oniy nnd does not become a parc or a eondition of the attached document and is given co comply with Seccion 225�•021, Govamment Code, and Scction 53.202, Propert}• Code, effective Septcmbcr l, 2001. CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT This agreement made and entered into this the 3'" day of Mav , 20 05 by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.D., 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city, and the City of Fort Worth being hereinafter termed Owner, and Peachtree Construction. Ltd. HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and perFormed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and comptete the construction of certain improvements described as follows: HMAC SURFACE OVERLAY 2005-14 AT VARIOUS LOCATIONS Designated as project number, GS93-020930522770 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. � :;. v�'f'f!�'z.�1�``'!'� '�;!2�,1J�1,�� I�y�B��� ..;��'�iL�}:�i'u� i �� � ��: C-1 ,�r,Q •�� � ��jLr � (� !f Uo '��v� ��:�'J� U i(l �LG 1 9 �o 3. `r ' The Contractor hereby agrees and binds himself to commence the construction of said work within = ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. � The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 65 (Sixtv Five) working days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $ 315.00 per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications, and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete the same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if, in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said Plans and Specifications made a part hereof, the Contractor andlor its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. � 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 anv such iniurv, dama_qe or death is caused, in whole or in part, bv the neqliqence or alleqed neqliqence of Owner, its officers, servanis, or emp/ovees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's o�cers, servants and employees and any damage, loss or destruction to C-2 ;` property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not anv such iniurv or damaqe is caused in whole or in part bv the neqliqence or alle_qed neqliqence of Owner, its officers, servants or emploVees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work perFormed under a City Contract. 7. The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Texas Government Code Section 2253, as amended, in the form included in the Contract Documents, and such bonds shall be 100 percent (100%) of the total contract price, and the said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the - City Council of the City of Fort Worth. � Said City agrees and binds itself to pay, and the said agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contraetor. The agreed upon total contract amount (including/excluding) alternates N/A shall be SIX HUNDRED TWENTY THOUSAND, NINETY DOLLARS AND NO CENTS $620,090.00 C-3 � it is further agreed that the perFormance of this Contraci, eifiher in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. s The Contractor agrees to pay at least fhe minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto ` and made a part hereof the same as if it were copies verbatim herein. 11. The Contractor shall procure and shall maintain during ihe life of this contract insurance as specified in paragraph 8 of Special Instruction to Bidders of this contract documents. 12. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Con#ract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS WHEREOF, the City of Fort Worth has caused fhis instrument to be signed in Six 6 counterparts in its name and on its behalf by the City Manager and attested by its Secretary, wiih the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in Six 6 counterparts with its corporate seal attached. C-4 � Done in Fort Worth, Texas, this the 3'd day of Mav , 20 05 . � RECOMMENDED: � , , __ ; `_ —� - ; f '�:" �_ ��� DIRECTOR, DEPARTMENT OF ENGINEERING � PEACHTREE CONSTRUCTION, LTD. 6 : (Contractor) � � �-- � � J. BARRY CLARK (Representative) PRESIDENT (TITLE) 5801 PARK VISTA CIR. (Address) KELLER, TX 76248 (City/State/Zip) November 1960 Revised May 1986 Revised September 1992 Revised January 1993 Revised April 1999 Revised June 1999 Revised June 2001 C-5 CITY OF FORT WORTH ��: �1ti �.1�� _ :�► .'_ :�G..: . . � •� , . . . . - APPROVED: � � DIRECTOR, TRANSPORTATION AND PUBLIC WORKS ATTEST: CITY SECRETA Y (SEAL) � _:� � ��,� � � Contr:act �uthorizatiom. �— �_',_ �.. — � �_. _ � _ � � ) Date APPROVED AS TO F IST ATTORNEY � �1�. Cl �,I -' � 1 ;r i�� �, �_ � � 8 n ��'r� 1�..�.!:.l �.svl% �1'�� ;� NaS�7;r-; �5�,,�-:�,,�,;,., i c:J � U C c�i c�;r; it �,�i i1! �f � r� :':''�� �;,Z ; � , �;� �t + '`:11 �l'� �i�u�,o � � PR4JECT DESIGNATI4N SiGN I� _ 4�_��� _O d- —��,�4„ PMS 288 11�/q" I PMS 167 3�� 3�� ET MAINT � E 3�� PROGRAM . � 3�� 1�/2" , Contractor: i „ 2��2�� Contractor's Name �2 �'/2'� TELEPHONE NUMBER r2�� 16%2" FORT WORTH IN l.OGO- CHELTINGHAM BOLD ALL OTHER �ETTERING IN ARIAL BOLD LOGO COIORS� FORT WORTH - PMS 288 IONGHORN LOGO- PMS 167 r' :E Z � Q i' - t-- �2 J "'J C . m W a o> = zo W , J � � J W U �V� Q � Wao _ � v � � Z W � • C� .. �1.) J " J � O � F-yt�0 = -Q d� N Q Q. 1- ONH�y�O 3 !- 2 = C � 1- � O O Q O�"'V � VW C a Q W n' t� _ � ��'"'1-J=a2 O W H �W V� � � y W O�> OF�F" �N y W�Oi-W� ov <�WpHm~ Zc =ppF-•J�"'N t�-a at-xW�.�„=� z W� J I�~ J O Z 1-� . a� M- W� V ~ x Q �N = WO F� � W 2 y O�= Q Q m� aQa iF-J0. � _ N W V �- • O 2 z 4 G W � Z � C W � m iz O 2 t� W �,,. m= �"' O W °` � G � W o � o W Q � N N O � ' ; � � W e � t � — W C �, 2 O � � W � i� � m ii' a � J `� W Q i- U > h�� 1.i. ~ � �. Q � � z J v i- U W C ' OC 0 te. � 0 a J W J � 0 � r u N '� W W � t- H Z W N .3 �, W S F- O O w F 0 z N N W J ? � W O � W Q F xa W i-. C W Z ~ m W a N m U W J o.�a �a �3a � } o E,,, m <-c � W t 2 < W � V • = J O J �""N2Q W �- 2 N W aQ`o W H O Z _ o }. �- 'a Q J H � O W J = O � J � W � J ... a t� � �. n Q W W = } � � i v _ . � s � - t.l.! e C7 Q• W � ...� � W . = W �""' J. �� O 2 Q N � N W W J W � � � � �"� o aN Z W� (� � Z w 1- M G� Z V• f- O y �- W n. � O � � �"_ .� E- 2 Z CA � — i- � � m W d W �,�, Z �S� K � �t i Z F-oa �� N c� �„ O 2 W Z = � a1 O N 1"� � J�' Z3 = 2 � � W y t9N� � W �NQ �"'� V W d F-dO Q jQ m�d � N • : � W F- 0 z � � q W !- � h :� ci < .J � _. a � U � ._ >- � v W � � � � O iL 1�- ' � < J �; J � O W _ c� o� f- W w r t- � r -W � iW Z O 0 W O z � N � J Z • 7 � W Z J O V >- Q v � W � ,� 'J " }: d Z Z W J � �i � _! y. V � J � � W � W � _ � O � � Z � W � �/ i w � � � o � o W t 01 N p Q1 � � 1 � � W • � ; > � W Q F- z W N- � J m W J NQ F-Q U ' Q�� N p V � N J �t 1- F- W Nv.wZ z2 oW 4.wm� Wv 02 J� � 1- �p pZ J Q�~.. {L� j( !- d � iL W � a�C Nm � tc.W Z2 mF=�- y� `O � F~,,, �.y. X V= Q 2 a N tl �� �'� � fQ" Q'�W .F-S 2 2 vf N J" E.. F.. QG � aJ. �a �a m a� m3 N Y � W � F- 0 Z (� Z �" U W � � W F- Z } J 2? W � = W ,J 3 z Q a U W� �" �.� � � � � Q Q ' � W � J 2} J V V W }� v W w C � � t O tL 47 H ~ � W W ii < F- J N W J � 0 � x c.� N � W � W � �., . . N .Z W N 3 ¢ W. s F.. . 0 G W 1'. . O Z N N W J z � 8 - #4 BARS TYP. PLACED MIN 3" BELO W SURFACE �- 0 MAr1HOLE WATER VALVE 1/2 W TYP -a -- - 4.0' M H Z.0' WV . ... J � ' L . . .." . • - - � r- � � . %, � ` � _ / o c`. � / �� • 1�. � _ 3" TYP. � '�° � �� . � _ � � - - �- .� � �/�. � . ��. � � . � � ,� N A : � ;�: , .�Yi - � � . ` .�.;` �- �j . � C • ' � �J ' . . ' ' ' " ' _ • � ' � ' PVMT _ _------ • BASE GRADE RINGS AND RAM NECK �. � � PVMT ., , _.- , `. • . • - -- -.v ; ; °' ,.. : BASE �, i -------�-.•-� - -�•--- L CONCRETE COLLAR HEIGHT VARIES 1. ALL CONCRETE USED SHALL BE 300 0 PSI. 2. CONCRETE COLLAR SHALL EXTEND TO THE BOTTOM OF BASE (MIN.) -- _-- �_--�—_ 3. CONCRETE COLLAR SHALL BE: ��'. ��';'''�':, � �,�r'' J,�i�1� a) 4' x 4' for MANHOLE .;'r'. J��,.-.� A: ��. , . � ,_ --- ,� -,; , b) 2' x 2' for WATER VALVE. _�: -'�' ��'':'_'`�'•'':� '-�'�� �' � � - . rs. -�'�;�����c:,����� �7�"`,7 � CON 'G�`RF'��'�'C�U�Ai�'�,�� � � _ €or-=t_ ��. - -= - - �_ � MANHOLE and W�TER �TAI.VE NTS Febi-�iaxy 1993 , � CX�AN110N ,►OIM Tt RAMi1T10M � ARtA• i////, A / TR�ffIT10N� ARiA (WIOTH AS RECUIREO� MATCH E7UiTIMO A OUi TEQ M PL.AN VIEW . . Nar to sco% sou+►� Fcer o� v�uct GUTTtR YE�Su�EO FROY �ICK-Of-CVII• TO tACK-Of-WR! �� 6 1 OUYYT �OIMTi Aa i�r�N po mpr� lAa� /'Ja d�p/4 �Rd �o /�ir 14aR �'!A dlp�A ri// bt i�prii�O /w a// 6'�rfd� ro/%y p�t��� Tai ea�t�octor �.!!/ d+ ��Q���s to Nrt !k� pu1J�r rilb a�ott� b�fo�t lbe fob {i aeeeyf�d, l�CONGRl7C • ExIST. H.1�t.A.C. VAI.LET - !VM'T t 64S[ GUTTER l�K.iLA.t. 110.3 t !�' C-C TR/WLtT10N . ,'� /-M0.3� 1�'C-C �}-��---- �� 1 1 � � t' N.�.�.c. ZRI.�+SIf10ti i: .-:. �:.�: �,,:.., . - -' - -- - • - � , !/2l 3' ITEYlq.102 � � � coHc+�eTc a�sc Crushed L:t s CONGtETE Limestone t' - o' QESIOEHTtAL fTREETf SECTION 'A-A' � Kor ro sco% - CxIST. KIuIG, �YY`i� k 04SE Tha T �ei�larced conente viv�/sy sho//�ap/oc� ll� top T�`al fhe povQm�nt wllh !he �emolnin� Pa�1lon�ot povemenl l0 6e consl�ucl�d /ac/udlap tubyrodt l�fotmtnl, !n oceo�danci wlPu bhe typtcat par/np ieellon. Tb� eoncr�t� r+v//ey wIJlb� por��Q�d acea�rdin� lo cily slvndordi lo� co�cr�l� ca�b v�d purtt�'. Tb• coacr�t� sboll bt of iroshed ond.�c�ientd oppi�pote irllh • ar/n, of t/v�(SJsoc�ti of c�mi�rt p�� cublcyerd of conc��ts . W�th a minimum compressi ve strength of 3,000 pounds per square inch in seven days. � CONCRETE V,4LLEY DETA/LS 367 GROUNO LINE 0 � � .� N Z � _� 1.5�MIN. FACE OF CURB. SUITABLE � MATERIAL TAMPEO�IN .� .n . I.IFTS NOT CURB ANO ~ EXCEEOINC ��. GUT7ER 12t' LOOSE. +� • 1► /� _j �w{,�i1*nM. . ` r � ,TOP OF CURB .t�, •�,� wasNEo RO�CK, 12• OYERLAP PER ITEM 402 ' . � �. � FILTER FABRIC PEfl % ' PAY iTEM NO. 1� � `� 0. 3' 1.5' � ., PIPE SHALL� BE 6' PERFORATED POLYVINYL CHLORIDE TUBING PER ASTM D-1764 UNLESS SPECIFIED OTHERW.ISE. � Addendun 3 SueoRA1N . CITY Of FORT WORTH�TEXAS-CONSTRUGTION STANOARO ''' ORAWING N0. S—S 11 r1001F. OATE: 3-7-�95 , 0 ATTENTION: CURB RAMPS SHALL BE CONSTRUCTED PERPENDICULAR TO THE CURB AT STREET CROSSINGS WITH LANDINGS IN LIEU OF DIAGQNAL CR�SSINGS WHERE FEASIBLE. SEE FIGS. 58, 59 & 60. � ) \' / • � _ �. .. : ► CITY OF FORT WORTH, TEXAS - CONSTRUCTION STANDARD �OCTOBER, 1992, REDRAWN �CTOBER 2002 � z� � w .4Z'4 O1 .0 1t+�iaH ebno e d' r1 .y/� i � � � � m � U U � J o� zW O � � � � 0 C � V a � U W > 0 �. o � � v � � Z QW Q.. Q m � m � H � � w� U Uv ) �o � � N Y U l�. ¢ 0 m .-. w � �� z z o �o i � o 0 �� U J � Q O Q U ¢���-�- � \ cn O � � Q V7 fn p U� Q W J � a��� ���� W 2 W N ~ m � m � � U ~ _ � Y O� a J � � ¢ Q W m m m V� Q Z � � W p (n � U � ~ � � � � � Z = � 2 � � _ � � � �w �n a,� � W� m � � � 0 � � Q C�j � — O Y Z F-S- Y n W O .� O W ¢ � F- S (n � � � � � � W W � w2 v� � � _ F- O Z N M z O � U W � ( X t__!� � Q � � Q U ��I � I � ,' 0 ' � ¢ 0 z H � N 0 Z � O N c~.� w �m �o Zo 0 U Z � 1 � a� k' ac S N �� O � � . �.._, w �m oa l''_ U �o 0 � U EXISTWG CURB ANO GUTTER - m SAWCUT FOR CONCREiE PAVEMENT - G/ROOvE Jb NTINGm TOOL —� SODDING AS REQUIRED JOINT DETAIL EXISTING 15' R SCAI.E 1 " = 5' �----� SIDEWA�K RAMP W/ COLORED SURFqCE NOTES �) EXPANSION JOINT AND SILICONE SEALING SHAI.L 8E SUBSIOIARY TO UNIT PRICE BID FOR SIDEWALK. 2) THE ACTUA� LIMIT OF REMOVAL OF EXIST —ING CURB AND GUTTER ANO SIOEWA�K SHALL 8E AS DIRECTEQ BY THE ENGINEER IN THE FIEI.D. MONOLITHIC SIDEWALK CURB GRdOVE 164' WITH J INTING TOOI �SOaDING AS REQUIRED EXPANSION JOINT dc SILICONE SEALING . i-BACK OF PROP. CURB FACE OF PROP. 7" CURB SAWCUT FOR HMAC PAVEMENT ORT WORT crnr oF Fo�r wa�, rExAs � oAr�: os�2oa4 ACCESSA8ILITY RAMP — JOINT DET'AIL . STR-033 ORT WOR Leve! Landlng a�t Tnp af P� Icular Pubiic Sl�ewaMc Cu� . rr� PHRPEN�ICUI.AR PUBLIC SIDE4VALK CURB RAAIP i� - —� (b} PARALLEL RUBLiC SIDEWALFC WR8 RAMP (c) COINBIh'ED (PAftALLEUPERP�dYDICULAai) PUBLIC 31dEWALKCURB RAMP Flp. SB Puhtla S{dewaEk Curh Rnmp CITY OF FORT WORTH, IEXAS ACCESSABILITY RAMP - TYPICAL CROSS SECTION /'.'. . 1 . '1 r': ;� ::1 ii �' �4I� �'� , �: l� Ifi;.C:. . 1 ;� � 1,I �. � �: ��: v�`.,; ;-� � r � r ��� �»�— �.:,�, STR==034 RUNNING SLOPE 1:20 MAX X � Y RUNNING SLOPE 1:12 MAX COUNTER SLOPE 1:20 bfAX r WALK CURB RAMP STREET NOTE: (1) Slope = y/x �rhere x la a level alape (2) Cauntar alope shall nat ezceed 1�20 Fig. B4.7.2 Measurement oP Curb Ramp Slope NOTE; If 7C < 48" (1220 mm) then the alope o( tha flarad aidee ehall aat exoeed L:12 (a) Flarad 9ldas ORT WORT �39 mi�n �Y-� 915 :D SIDE Fig. 84.7.5 5ides of Curb Ramps i�i�i�i�i 4�����• •�������• ♦��������• .�����������♦ •����������• 9����������♦ i•4�0'�••�i❖�•••�4• ������������������������ ♦ •����������• i�i'O.O�i�i�i�i'�'Oi� ����������♦ •��������• ����������������a `����• ��������� • (h) Returned Cur6 1 Fig. B4-7.B Built-up Curb Ramp OCTOBER, 1992, REDRAVYN OCTOBER 2002 CIN OF FORT WORTH, TEXAS ACCESSABILITY RAMP - RAMP SL�PE DETAILS _. ,. - \_ � 4 ' J )AT�t � 09/��04;ii � , ' -_ ; STR-036'� � ATTENTION: CURB RAMPS 5HALL BE CONSTRUCTED PERPENDICULAR TO THE CiTRB AT STREET CROSSINGS WITH LANDINGS IN LIEU OF DIAG�NAL CROSSINGS WHERE FEASIBLE. SEE FIGS. 58, 59 & 60. CITY OF FORT T�YORTH, TEXAS - CONSTRUCTION STANDARD OCTOBER, 1�92, REDRA�YN OCTOBER 2002 � 'I SXISTING CURB de GUTTER e- 18" OR 24" SAIICUT FOR �HMAC PYMT. SODDING As ItBqt7IREn BACK OF PROF. CH. TYP E = II I � EXI5TING 15' R. SCALE 1" = 4' � SIDEWALK RAMP WITH COLORED SURFACE � BROOM FINISH ������� � — �[ONOLITffiC CURB 98 f `' w� � f �_12 1:48 SODDIPIG ; �'— AS R6QUIRED \ �— HACK OF PROP CURB FACS OF 7" CURH LIQSTING CURH & GUITER `3AlICi7T FOR CONCRETS PAVSMENT ORTWORT � �ITY OF FORT WORTH, TEXAS OATE: 09/2004 ACCESSABILITY RAMP -- TYPE IQ (15' RADIUS) STR-039 i s I II EXISTiNG CURB & GUTfER 18" OR 24° SAWCUT FOR HMAC PVMT. I —I 4— 6" SO�DING AS REQUIRED ORT WORT BACK OF PROP. CB. TYPE III EXISTING 20' R. SCALE 1 " = 4' �SIDEWALK RAMP WITH COLORED SURFACE � BROOM FINISH HMAC TIE-IN iF VARIABLE HEIGHT CURB / EXISTING CUR9 dc GUTfER SODOING AS REQUIRE� BACK OF PROP CURB � FACE OF 7'� CURB ' i�) '� c_, ,� SAWCUT FOR CONCRETE PAVEMENT ,�,, j� a��_, �' � � '��'� I'�� � a a f CI7Y OF FORT WORTH, TEXAS oATE: as/2no4 _: ACCESSABILITY RAMP - TYPE III (20' RADIUS) STR-040 ` HMAC SURFACE OVERLAY (2005-14) Blk Limits Proiect Name Limits Procedure Quantitv CD Map . 3800 - 3999 E 4TH ST BRANDIES ST - GROSS ST MOL 0.42 LM 8 64S 1300 - 1525 ALLEN AVE BEVERLY AVE - DELAWARE AVE MOL 0.68 LM 8 77Q 700 - 799 E ANNIE ST SOUTH FWY - MISSOURI AVE POL 0.12 LM 8 77F 800 - 899 ARLINGTON AVE SOUTH FWY - EVANS AVE MOL 0.23 LM 8 77P 1400 - 1499 ARLINGTON AVE YUMA ST - DELAWARE AVE POL 0.2 LM 8 77Q 2500 - 2599 AVE A W DEAD END - S BEACH ST POL 0.18 LM 8 78J 800 - 899 E BALTIMORE AVE SOUTH FWY - EVANS AVE POL 0.23 LM 8 77P 3200 - 3299 COLLIN ST WICHITA ST - FOARD ST MOL 0.3 LM 8 92B - 3300 - 3599 COLLIN ST FOARD ST - SHACKLEFORD ST POL 0.78 LM 8 92B 1400 - 1499 DAVIS AVE YLTMA ST - E CUL-DE-SAC POL 0.14 LM 8 77Q 1700 - 1799 DELAWARE AVE E ALLEN AVE - ELMWOOD AVE MOL 0.12 LM 8 77R 1900 - 1999 DELAWARE AVE E JEFFERSON AVE - E RICHMOND AVE POL 0.13 LM 8 77R 2100 - 2199 DELAWARE AVE E BALTIMORE AVE - E ARLINGTON POL 0.14 LM 8 77Q AVE 2300 - 2399 DONNYVILLE CT W CUL-DE-SAC - STARDUST LN MOL 0.12 LM 8 91D 800 - 899 ELMWOOD AVE SOUTH FWY - EVANS AVE POL 0.23 LM 8 77P 1300 - 1499 ELMWOOD AVE BEVERLY AVE - DELAWARE AVE MOL 0.68 LM 8 77Q 4200 - 4249 HEATHER TRL NORTH GLEN DR - GLEN GARDEN AVE MOL 0.18 LM 8 78W 2400 - 2699 HLJN"I'ING DR OLD MANSFIELD RD - EL RANCHO RD MOL 0.84 LM 8 91D 2700 - 3099 HUNTING DR EL RANCHO RD - TRUELAND DR POL 0.73 LM 8 92E 2000 - 2599 MC CURDY ST E RICHMOND AVE - E ROBERT ST POL 1.26 LM 8 77V 2300 - 2689 PINE ST E LANCASTER AVE - UP RR MOL 0.63 LM 8 77C I300 - 1399 STEWART ST E MAGNOLiA AVE - E MORPHY ST MOL 0.18 LM 8 77K 1400 - 1499 STEWART ST E MORPHY ST - E MYRTLE ST POL 0.18 LM 8 77K 150 - 199 TENNESSEE AVE UP RR - E DAGGETT AVE MOL 0.14 LM 8 77G 2800 - 2999 THRALL ST CRENSHAW AVE - MARTIN LUTHER MOL 0.21 LM 8 78T KING FWY 900 - t 199 E TUCKER ST KENTUCKY AVE - TENNESSEE AVE MOL 0.69 LM 8 77F 1000 - 1099 VERBENA ST NEW YORK AVE - BRANSFORD ST POL 0.28 LM 8 77K Total Lane Miles for Contract H2O05-14 10.02 MOL - Mill Overlay POL - Pulverized Overlay Monday, February 07, 2005 I 1:12 AM Transportation and Pubiic Works Page 1 of I Infrastructure Division s t