Loading...
HomeMy WebLinkAboutContract 31613 ZS ^v;TY SF("9ETAR. THIS COPY FOR: CONTRACT NO. SPECIFICATION N RAVOR AND CONTRACTOR'S BONDING CO. CITY SECRETARY CONTRACT DOCUMENTS CITY MANAGER'S OFFICE FOR ENGINEERING DIV. ...__.VPW-FILE COPY H.M.A.C. SURFACE OVERLAY (2005-4,) AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS PROJECT NO. GS93-020930522670 2005 MIKE MONCRIEF CHARLES BOSWELL MAYOR CITY MANAGER ROBERT D. GOODE, P.E. , DIRECTOR DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS A. DOUGLAS RADEMAKER, P.E. , DIRECTOR DEPARTMENT OF ENGINEERING PREPARED BY TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ENGINEERING COORDINATION �t r, r� ROD "A" �S •4y CITY W"'I AQY q, ' atJ8M0 L Rt',41WIN6ER �o�z9F 69469 ORIGINAL 04-05-05P12 : -9 RCVD V City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 3/8/2005 DATE: Tuesday, March 08, 2005 LOG NAME: 20HMAC05-4 REFERENCE NO.: **C-20555 SUBJECT: Authorize Execution of a Contract with Peachtree Construction, Ltd for Hot Mix Asphaltic Concrete Surface Overlay 2005-4 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$367,160.00 for 50 working days for Hot Mix Asphaltic Concrete (HMAC) Surface Overlay 2005-4 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 Surface Overlay 2005-4, 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 streets included in this contract are planned for the replacement of water and/or sewer lines. The Transportation and Public Works Department has determined that curb-to-curb restoration of the pavement surface is the best option for the repair of these streets. The costs for repair of these streets will be shared equally (50/50) between the Water Department and the Transportation and Public Works Department. The funding for this project was appropriated under(M&C G-14677), dated 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 on November 12 and 18, 2004. On December 9, 2004, the following bids were received: Bidders Amount Peachtree Construction, Ltd $367,160.00 Austin Bridge & Road, LP $376,351.00 e APAC-Texas, Inc. $398,948.00 JLB Contracting, LP $422,814.00 Peachtree Construction, Ltd is in compliance with the City's M/WBE Ordinance by committing to 1% M/WBE participation and documenting good faith effort. Peachtree Construction, Ltd. identified several subcontracting and supplier opportunities. However, the M/WBE Contractors contacted in the areas identified, did not submit the lowest bids. The City's goal on this project is 15%. This project is located in Council District 3. In addition to contract cost, $12,850.00 is required for inspection and $9,180.00 is required for project contingencies. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budgets, as appropriated, of the Contract Street Maintenance Fund and the Water and Sewer Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers GS93 541200 020930522670 $183,580.00 P162 541200 060162152380 $69,760.00 P172 541200 070172131420 $113,820.00 Submitted for City Managers Office by: Marc Ott (8476) Originating Department Head: Robert Goode (7804) Additional Information Contact: George Behmanesh (7914) NOV-19-2004 FRI 01:24 PM TRANSPORTATION PUBLIC WK FAX NO, 817 871 8092 P. 02 ■ CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM No.1 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR fl.M.A.C.PAVEMENT SURFACE OVERLAY(20054) AT VARIOUS LOCATIONS PROJECT NO.GS93-020930522670 The contract and documents for the subject project are hereby revised or amended as the following: The primary purpose of this addendum is to clarify the following on the Notice to Bidders: 1. delete the first paragraph as below: Addressed to Mr. Charles Boswell, City Manager of the City of Fort Worth, Texas will be received at The Purchasing Office until 1:30 P.M. ,, December 16, 2004 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, 10.00 Throckmorton Street, Fort Worth, Texas, 76102. and replace with the first paragraph as below: Addressed to Mr. Charles Boswell, City Manager of the City of Fort Worth, Texas will be received at The Purchasing Office until 1:30 P.M. , December 09, 2004 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. 10 2. delete the following PUBLICATION: as below: November 11, 2004 November 18, 2004 and rejelace with the following PUBLICATION as below: November 12, 2004 November 18, 2004 Please acknowledge receipt of this addendum by inserting signed copy of same into your proposal at time of bidding. Failure to return a signed copy of this proposal shall be grounds of rendering the bid non-responsive. RECEIPT ACKN'O'WLEDGES: George A. Behmanesh,P.E.,Assistant Director,TPW By:� By: !FiZ!Wh3- Uwr /I-14�Z occf Susan L. Schwinger,P.E., roject Engineer SPECIFICATIONS AND CONTRACT DOCUMENTS FOR H.M.A.C. SURFACE OVERLAY (2005-4) AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS PROJECT NO. GS93-020930522670 2005 A. DOUGLAS RADEMAKER, P.E. bAE DIRECTOR, DEPARTMENT OF ENGINEERING GEORGE A. EHED� , P.E. DATE ASSISTANT DIRECTOR TRANSPORTATION PUBLIC WORKS DEPARTMENT f DOO KIM, P.E. DATE CAPITAL PROJECT ENGINEER WATER DEPARTMENT TABLE OF CONTENTS 1. Notice to Bidders 2. Special Instructions to Bidders 3. Prevailing Wage Rates 4. Proposal 5. Vendor Compliance 6. Disadvantaged Business Enterprise 7. Special Provisions 8. Contractor Compliance with Worker's Compensation Law 9. Certificate of Insurance 10. Performance Bond 11. Payment Bond 12. Maintenance Bond 13. Contract 14. Project Designation Sign 15. Details 16. Soil Test Report 17. Street Locations NOTICE TO BIDDERS Sealed proposals for the following project: H.M.A. C. SURFACE OVERLAY (2005-4) AT VARIOUS LOCATIONS Project No. GS93-020930522670 Addressed to Mr. Charles Boswell, City Manager of the City of Fort Worth, Texas will be received at The Purchasing Office until 1:30 P.M. , December 16, 2004 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 . �i A pre-bid conference will ' be held at 9 :30 A.M. , November 23, 2004 in the Transportation and Public Works Conference Room 293, 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 Mr. Jeremy W. Kraft, at (817) 392-6637 . Charles Boswell Robert D. Goode, Director City Manager Transportation and Public Works PUBLICATION: By: Y November 11, 2004 NajiV N. Fares, P.E. , November 18, 2004 Street Program Manager, TPW P-1 �* 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 42proximate 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 famished maybe 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 prier to the bid receipt. Information regarding the status of addenda may be obtained by contacting the Department of Engineering Construction Division at(8 f7) 871-7910. Bids that do not acknowledge all applicable addenda will be rejected as non- ._ responsive. SPECIAL INSTRUCTIONS TO BIDDERS -I- 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,PRFSAE CONTRACTOR WAIVER 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 provided 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- FM va 6. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 - General Provisions,Item 8,Paragraph 8.6,Standard Specifications for Street and Storm Drain go Construction of the City of Fort Worth,Texas, concerning liquidated damages for late completion of projects. 7. EMPLOYMENT AND NON-DISCRIMINATION: The Contractor shall not On 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 Oft the City of Fort Worth(1986), as amended,prohibiting discrimination in employment practices. PIS 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 ow 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 po 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 Ob ($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- P• 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 V• Instructions to Bidders-Item 16. ADDITIONAL INSURANCE REQUIREMENTS: on 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 PM coverage under Contractor's workers'compensation insurance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth, contract am 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 P days notice of cancellation, non-renewal, and/or material change in policy terms SPECIAL INSTRUCTIONS TO BIDDERS -3- ON " 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 a 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 exceed ,ot $10,000.00 per occurrence unless otherwise approved by the City. G. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. H. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of �• recovery in favor of the City. I. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. J. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. K. In the course of the project, Contractor shall report, in a timely manner,to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property" loss. L. Contractor's liability shall not be limited to the specified amounts of insurance required hereid. M. Upon the request of City, Contractor shall provide complete copies of all Ohl 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 Ue 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. OW 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 h 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. MINORITY/WOMEN 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 w Contractor is required to submit either betters of Intent or executed agreements with the N/WBE firm(s)to be utilized on this project. Such betters of Intent or executed agreements shall include the following information: b 1. Name of Contract 2. Name of M/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties h 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 M/WBE 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- r a brief explanation. The Contractor shall provide the M/WBE Office proof of payment 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), OR 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. Original signatures from both parties must be included on this letter. • If the Contractor foresees a problem with submitting participation reports and/or 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 M/WBE 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 M/WBE Office. PL 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 information regarding actual work performed by a Minority/Women Business Enterprise(M/WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books,records or files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts (other than a - negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation(other than a negligent misrepresentation) and/or commission of fraud SPECIAL INSTRUCTIONS TO BIDDERS -6- 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 thereof 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. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding(i)final quantities, or(ii) liquidated damages, city shall make a pmgr-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. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area,runs from May 1,through October 31,with 6:00 a.m. - 10:00 a.m. being critical because emissions from this time period have enough time to bake in the hot atmosphere that leads to early afternoon ozone formation. The Texas Commission on Environmental Quality(TCEQ), in coordination with the National Weather Service,will issue the AIR POLLUTION WATCH by 3:00 p.m. on the afternoon prior to the WATCH day. On designated AIR POLLUTION WATCH DAYS, the Contractor shall bear the responsibility of being aware that such days have been designated AIR POLLUTION WATCH DAYS and as such shall not begin work until . 10:00 a.m.whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However,the Contractor may begin work Lnor to 10:00 a.m. if use of motorized equipment is less than 1-hour, or if equipment is new and certified by EPA as"Low SPECIAL INSTRUCTIONS TO BIDDERS -7- pip Emitting!', or equipment bums Ultra Low Sulfur Diesel(ULSD), diesel emulsions or alternative fuels such as CNG. 006 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 00 DAY, that day will be considered as a weather day and added onto the allowable weather days of a given month. Pk 16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: 1W A. Definitions: Certificate of coverage("certificate")-A copy of a certificate of insurance, a ow 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 OW 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 OR project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. ON Persons providing services on the project("subcontractor" int 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 INSTRUCTIONS TO BIDDERS -8- r (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 b the contractor, a new certificate of ( ) Y P Y 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 10 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 pmject; (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 persodor entity beginning work on the project; and (b) a new certificate of coverage showing extension of coverage,prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project " and for one year thereafter. SPECIAL INSTRUCTIONS TO BIDDERS -9- " (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 OM (7) contractually require each person with whom it contracts,to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage,the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by 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 project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas 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 related to this construction project must be covered by workers' compensation insurance. This includes persons providing,hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project,regardless of the identity of their employer or status as an employee." "Call the Texas Workers'Compensation Commission at(512)440-3789 to receive information on the legal requirement for coverage, to verify whether your employer P& has provided the required coverage, or to report an employer's failure to provide coverage." 17. AGE DISCRIMINATION: In accordance with the policy("Policy")of the Executive Branch of the federal government, 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 terms,conditions or privileges of their employment, discriminate against any person because of their age except on the basis of a bona fide occupational qualification,retirement pian 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. t' 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 OV SPECIAL INSTRUCTIONS TO BIDDERS - 11- N CFTY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATES FOR 2000 ASPHALT RAKER 510.32 ASPHALT SHOVELER 9.75 BATCHING PLANT WEIGHER 9.65 CARPENTER(ROUGH) 13.64 CONCRETE FINISHER-PAVING 10.16 CONCRETE FINISHER HELPER(PAVING) 9.70 CONCRETE FINISHER-STRUCTURES 13.44 FLAGGER 7.00 11� FORM BUILDER-STRUCTURES 13.44 FORM SETTER-PAVING&CURB 10.25 FORM SETTER-STRUCTURES 9.75 LABORER-COMMON 7.64 LABORER-UTILITY 8.64 MECHANIC 13.25 SERVICER 10.13 PIPE LAYER 7.35 PIPE LAYER HELPER 6.75 ASPHALT DISTRIBUTOR OPERATOR 11.45 ASPHALT PAVING MACHINE OPERATOR 11.09 CONCRETE PAVING SAW 10.53 CRANE,CLAMSHELL,BACKHOE,DERRICK,DRAGLINE,SHOVEL(<1 '%CY) 10.00.. CRANE,CLAMSHELL,BACKHOE,DERRICK,DRAGLINE,SHOVEL(<1 '%CY) 11.52 FRONT END LOADER(2 1L2 CY&Las) 9.94 FRONT END LOADER(over 2%CY) 9.32 MILLING MACHINE OPERATOR 8.00 MIXER 11.00 MOTOR GRADER OPEATOR(FINE GRADE) 12.31 MOTOR GRADER OPERATOR 13.75 PAVEMENT MARKING MACHINE 11.00 ROLLER,STEEL WHEEL PLANT-MIX PAVEMENTS 9.88 ROLLER,STEEL WHEEL OTHER FLATWHEEL OR TAMPING 12.12 ROLLER,PNEUMATIC,SELF-PROPELLED SCRAPER 8.02 TRAVELING MIXER 10.00 REINFORCING STEEL SETTER(PAVING) 9.75 TRUCK DRIVER-SINGLE AXLE(LIGHT) 8.00 TRUCK DRIVE-TANDEIv1 AXLE SEMI-TRAILER 10.22 TRUCK DRIVER-LOWBOY/FLOAT 10.54 TRUCK DRIVER TRANSIT MIX 10.63 TRUCK DRIVER-WINCH 9.80 s P R O P O S A L P9 TO: MR. CHARLES BOSWELL Fort Worth, Texas City Manager Fort Worth, Texas FOR: H.M.A.C. SURFACE OVERLAY (2005-4) ii AT VARIOUS LOCATIONS PROJECT NO. GS93-020930522670 Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Department of Engineering of the City of Fort Worth. Total quantities given in the bid proposal may not reflect actual quantities; " however, they are given for the purpose of bidding on and awarding the contract. 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 (t) 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, Payment and Maintenance Bonds acceptable to and approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums, to-wit: SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 1 2 EA. Project Designation Sign Two Hundred _Dollars & No Cents Per EA. $ 200.00 $ 400.00 S.P. 2 LUMP SUM Utility Adjustment Six Thousand _Dollars & No Cents Per L.S. $ 6,000.00 $ 6,000.00 406 3 11 EA. Manhole .Adjustment @ 450 Three-Hundred and Fifty Dollars S.P. & $ 350.00 $ 3,850.00 No Cents Per EA. 406 4 19 EA. Water Valve Boxes Adjustment 450 Two-Hundred and Fifty Dollars & S.P. No Cents Per EA. $ 250.00 $ 4,750.00 P-1 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.PR 5 3 EA. Water Meter Boxes Adjustment Thirty-Five Dollars & No Cents Per EA. $ 35.00 $ 105.00 104 6 400 L.F. Removal and Replacement of 502 Concrete Curb and Gutter S.P. 1_"--rwa Dollars & hJo Cents Per L.F. $ 22 a $ QST. 104 7 100 S.Y. Removal and Replacement of 6" 504 Concrete Driveway S.P. 'TSI exq- Pipe Dollars & No Cents Per S.Y. $ 391 $ 31100.00 104 8 100 S.Y. Removal and Replacement of 4" 504 Concrete Sidewalks S.P. TH►QTK- FIVE Dollars & Cents Per S.Y. $ 3S Ite $ 3,S00.00 300 9 10 C.Y. Removal and Replacement of 304 H.M.A.C. Pavement and 312 Base (Base Repair) S.P. a-c EiL*jo2Eo 4 F-frT'f Dollars & W0 Cents Per C.Y. $ ISO a $ �ICCo.cb 208 10 150 C.Y. Graded Crushed Stones S.P. IN&JfFIVC- Dollars & Cents Per C.Y. $ ZSR $ 3,7S0.0a S.P. 11 1,200 L.F. Wedge Milling 2" to 0" Depth 5.0' Wide T a Dollars & I•�b $Cents Per L.F. $ .. S.P. 12 2 EA. Butt Joint-Milled S1X 1Av►- Da D h SfvF J. Dollars & $ $ No Cents Per EA. --ID.: 1'340.00 300 13 10 TON H.M.A.C. Level-Up 312 f-, 14 w►TY- r-1 V E Dollars & Cents Per TON $ BS Rc $ Ss-b-oc �' p-2 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 312 14 39,100 S.Y. 211H.M.A.C. Surface Course S.P. (Type "D" Mix) Foul Dollars & $ $ FoiaT�f--Fi vE Cents Per S.Y. 4 4E I l 3 99 S. m 104 15 100 S.Y. Removal and Replacement of 7" 314 Concrete Valley Gutter @ S.P. F02T`( Dollars & ►-� Cents Per S.Y. $ 4(3 9L $ 4090.co New 7" Concrete Valle , 314 16 100 S.Y. Y Gutter @ S.P. Fo2TY Dollars & Nv Cents Per S.Y. $ �d" 104 17 40 S.Y. Standard 4" Reinforced Concrete 505 Wheelchair Ramps @ S.P. F1 PT`f Dollars & No Cents Per S.Y. $ Soe- $ Ow 402 18 800 L.F. 6" PVC Perforated Pipe Subdrain @ SCK 500 Dollars & ASO 620 Cents Per L.F. S.P. $ b� 4,8ao.00 502 19 100 L.F. New Concrete Curb and Gutter @ S f U i laa rtN Dollars & ��_Cents Per L.F. $ l-, as $ 1,7ca00 504 20 100 S.Y. New 4" Concrete Sidewalk @ Ta►Q.T`-f Dollars & Nc Cents Per S.Y. $ 30 $ 3.000_00 214 21 37,300 S.Y. 8" Pavement Pulverization @ S.P! ONE Dollars & Nlw4'7'f Cents Per S.Y. $ � 9v $ -10,8-70-00 214 22 485 TON Cement @ GIBE 00-04ZF0 f,Ttr-) Dollars & ►-o Cents Per TON $ ( '0 S.P. 23 5 EA. Remobilization @ Five Hundred Dollars & No Cents Per EA. $ 500.00 $ 2,500.00 P-3 106 24 100 C.Y. Unclassified Street Excavation S.P. "1%AJt WT`f --►wo Dollars & No Cents Per C.Y. S.P. 25 1,800 S.Y. 2" Surface Milling @ "n^o Dollars & No Cents Per S.Y. $ 2ca $ Co.cn TOTAL BID P-4 This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Taxes. All equipment and materials not consumed by or incorporated into the Project construction, are subject to State sales taxes under House Bill 11, enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29) , prohibiting discrimination in, employment practices. The undersigned agrees to complete all work covered by these contract documents within Fifty 50 Working Days from and after the date for commencing work as set forth in the written Work order to be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction" as established by the City of Fort Worth, Texas. Within Ten (10) Calendar Days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond for the faithful performance of this contract. The attached deposit check in the sum of 5 90 AMola.lr (&i o Dollars ($ ) is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. The Contractor shall mobilize within ten (10) calendar days of the notice given by the Construction Engineer for any of the locations. If the contractor fails to begin the work within ten (10) calendar days, a $200 dollars liquidated damage will be assessed Per Block per day. I (we) , acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Respectfully submitted, Addendum No. 1 (Initials) �_ CONSTRUCTION,LTD Addendum No. 2 (Initials) Company Nap Addendum No. 3 (Initials) By: J Signatur I BARRY CLARK Printed Name of Principal Address: 5801 PARK VISTA CIR. KELI.ER.TX 7624-8 (Seal) Date: `2'�'D q Telephone: 817-741-4658 r P-5 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as 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-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non- resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Non-resident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our pyincipal place of business or corporate offices are in the State of Texas. Bidder: PEACHTREE CONSTRUCTION,LTD. J.BARRY CLARK Company By: (Please print) 5801 PARK VISTA CIR. Address SigAature KELLER.TX 76248 PRESIDW City State Zip Title(Please print) a� THIS FORM MUST BE RETURNED WITH YOUR QUOTATION �r 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 contract Is$25,000 or more,the M/WBE goal Is applicable. If the total dollar value of the contract is less than$25,000,the M/WBE goal is not applicable. POLICY STATEMENT �I It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business l 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/WBE goal on this project is �+r 0/6 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. statedgoal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no MMBE 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. 5. Joint Venture Form,if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid r, 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/WBE Office at(817) 392-6104. Rev.5/30/03 i ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: 1j Check applicable block to describe Prime / / e 0^CA fYr� Co/15'l ril C_+1,143✓l L K• MI�N/DBE NON PROJECT NAME: 1 BID DATE �'1 I�G 5 v r'V�•�c� Q�:�r- f o� ���'�J �� aj �Oc��f City's MNVBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER I�T_% C,9 S °�o CTS 3 -0 �70 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by, the Managing Department on-or-before 5:00:p,m. five (5) City;business.days.af#er bid opening, .exclusive of bid opening date, will result in the.bid,being.considered non-responsive to.bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MNVBE firms) listed in this utilization schedule, conditioned upon execution -of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of dEsqualification and will result in the bid being considered non-responsive to bid specifications MNVBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business In the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker,Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. i Identify :each Tier level. Tier, is the., level. of subcontracting .below the prime contractor, i.e., :a direct payment from the,prime contractor to.a subcontractor:is.considered 9�t tier, a payment by a subcontractor to its supplier-is considered 2nd tier ALL MNVBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the 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 synonymous with MinorityMomen Business Enterprise(MMBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one:fully licensed:and.operational'truck to.be.used on.the contract. The MNVBE may lease trucks from another M/WBE firm, including-MNVBE:owner-operators, and receive full {UI/WBE credit. .The MNVBE may lease.trucks from.:non-M/WBEs,:including. owner-operators, but will -only.receive.credit for the Fees and commissions earned�by the M/WBE as outlined in the lease agreement. Rev.5/30/03 i ATTACHMENTIA FdR_—T WORPage 2 of 4 Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e.,Minorfty,Women and non-M/W BEs. Please list MAMBE firms first,use additional sheets if necessary. Certification N (check one) -A SUBCONTRACTORISUPPLIER T I n. Company Name i N T Detail Detail Addresse M w C X m . Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D 'W E E R O $ ' C T A CL�r1 DI-h 'T1R-UkXI�-'�, I4uI "19 34 S OVtR) LAI- .A STt 2 90cit �' Nle Il r` / 0�V 6(3D 9L ZS)22�— a 2 0�l 1 � � � � •� � Lina .2100 /V. Y-V4ni CbKGrp' 74W OCL 00 �l 7-83-f-811 % PO 6 b K 11 )-.f0Lf �74-2.v .(641FRs ,Tx. 755J-I- 1 9 n--2-'f$ oLo- PO Oak Zorn cur6t 5,�r a1So.cm C1 e4 j r& ,,Ck 7&033 S SL)I Srter I LLS jn tA �. 54S1r<Lj ,Tx 7&(79 917— AlCL I,-o 17—`CLI,-o riY �1`t6' 80— 379— 7 3'Af— 6 '?3v Rev.5/30/03 i FORT WORT ATTACHMENT 1A Page 3 of 4 Primes are required to Identify ALL subcontractors/suppliers,regardless of status;i.e.,Minority,Women and non-M/WBEs. Please list M/WBE firms first,use additional sheets If necessary. Certification (check one) SUBCONTRACTOR/SUPPLIER T r, Company Name i N T Detail Detail Address e M w C X P Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D ti E E R O E C T E. A Rev.5/30/03 l ATTACHMENT IA FORT WORTH Page 4 of 4 Ir— Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 35oo.c0 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ c),-7 �� 0 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 2 Co The Contractor will not make additions, deletions,'or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal..of a Request for Approval of Change/Addition. Any unjustified.change or deletion. shall be a material breach of contract and may result in debarment in.accord:with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will:affect the committed M/WBE goal. If the detail explanation is not submitted, 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 submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/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 three (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. C (4r-J< Authorize ignature Printed Signature ' res Title Contact Name/Title(if different) /'FecC V17— 7y/- `f6S'FS 6/7— 7yl- Ye. Company Name Telephone and/or Fax IsI /fir✓ L/IsfC, Cr',-, a', Ac.,l= @)de CC)n .cok-A ' Address E-mail Address k� llo T, . 7 Z Z City/State/Zip Date • Rev.5/30/03 ATTACHMENT 1B FORT WORTH Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: L , Check applicable block to describe �0) 1 // rime (2 k, G � iftA I I fL2 PROJECT NAME: ^�"" ^^������,,,, L MNV/DBE ON-MNV/DBE k1M A C S U t o�ClU� (� ID D4TE C 1 City's M/WBE Project Goal: PROJECT NUMBER /5--/6 G-S q 3- 0-7-69'3 05-a ;?-6 70 If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO,then you must complete ATTACHMENT 1 C. This form is only applicable if bDih answers are yes. Failure to comp'lete''thissfarm In its entirety and be received by the Manac>iing Department on or before 5 00 Citj�;�lit'siri'ess days after lzid openingxciusive of t�tQ bid Qpenir%g date,wtii re`sult`in`the bid ;$elitg;.cpnsidered non responsi,,ve to_bld,specjficatians Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, NO this is our normal business practice and provide an o erationa! rofiile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, it this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s)on this contract,the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three(3)years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one(1)year. � L- G-- a. C t Authartted Signature Printed Signa `ee Title Contact Name(If diffarant) Peat h fry '9(7- 7q 1--` 6!S-7s ZW- 7q1-'-&C Company Name .� Phone Number Fay Num 5S-()/ Paco--k V,'s�� Cr'r I'd6g,-- cJ<- f3e.acj,+ree.c-oyl. Laem Address Email Address clty/smzip Data �` Rev.5/30/03 ATTACHMENT 1C Page 1 of 3 w FORT NORTH City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: l Check applicable block to describe Mu'W/DBE ON-MNV/DBE rime PROJECT NAME: HM/M BID DATE /,;L/9/�OU� City's M/WBE Project Goal: PROJECT KUMBER /5- % 73 -- 0.,�-0930 S`2.26 o If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City'.s.project goal,you.must completethis form. z If the bidder's method of compliance with the M1315 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. Commpliance 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. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00.p,m..,five(5)City business days:after.bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity? for the completion 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. (Use additional sheets,if necessary) List of Subcontracting Opportunities List of Supplier Opportunities G u v- 6-U "qL�r Cbn ifruc+b Hti v I 6y DU 'fru Rev.05/30/03 ATTACHMENT 1 C Page 2of3 2.) Obtain a current(not more than three(3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. ----Yes Date of Listing/l No 3.) Did you solicit bids from MIWBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? ` Yes (if yes,attach M/WBE mail listing to Include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone,exclusive of the day the bids are opened? .,-,'Yes (If yes,attach list to include name of M/WBE firm, ep rson contacted,phone number and date and time of contact-) No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be.used for both. If a facsimile is used, attach the fax confirmation, which is;to.:;provide M/WBE name, date, time, fax. number and documentation faxed. NOTE: If the list of MNVBEs for a particular subcontracting/supplier opportunity is.ten (70).or less, the bidder must contact the.entire list to be In compliance with questions 3 and 4. 1f the list.of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or,more, the bidder must contact at least two- thirds _(2/3) of the dist within such area oU opportunity, but not less than ten to OeAn compliance with. questions 3 and 4: 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? J Yes No 6.) Submit documentation if MMBE quotes 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. Please use additional sheets,if necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection t t -q.2 4- .A- A'A t L A 0c /I er h A 4.1 Olt TCS o Rev.05/30/03 ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted In good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. -7, Bot rr- C fGi-A Autha Ized Signature Pfrriinted Signature w Title Contact Name and Title(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date =-F Rav_n5/30/03 M/WBE REQUIRED DOCUMENTATION RECEIPT Transportation & Public Works Official Date: 0 lILI� Official Time: Bid Date: Project Name: ', Project Manager: Forms Submitted By Name: ••-- Company: -fYPP 17 Y) C, 6 , bed Received By: CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR: H.M.A.C. SURFACE OVERLAY (2005-4) AT VARIOUS LOCATIONS PROJECT NO. GS93-020930522670 1.SCOPE OF WORK: The work covered by these details and specifications 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.A.C. 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. These streets will have water/sanitary sewer line replacement by others prior to any pavement work. The Contractor shall mobilize within ten (10) calendar days of the notice given by the Construction Engineer for any of the locations. If the contractor fails to begin the work within ten (10) calendar days, a $200 dollars liquidated damage will be assessed per Block per day. 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 (t) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. The contractor is encouraged to conduct site visits and survey all these possibilities. The contractor shall verify these locations with the Construction Engineer. All short cul-de-sac streets and turnouts that intersect 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 actual 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. The Contractor agrees to complete the Contract within the allotted number of days. If the Contractor fails to complete the work within the number of days specified, liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Construction of the City of Fort Worth, Texas. 4. The City reserves the right to abandon, without obligation to the Contractor, any part of the project, or the entire project, at any time before the Contractor begins any construction work authorized by the City. S. This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION-CITY OF FORT WORTH and STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH CENTRAL TEXAS. General Provisions shall be those of the Fort Worth 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. 6. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate and as determined by the Director of the Transportation and Public Works Department. 7. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of 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. 8. 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 set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Vernon's Civil Statues, pertinent sections being Section Nos. 27, 29, 30 and 31. SP-2 A traffic control elan shall be submitted for review to Mr. Charles R Burkett, Citv Traffic Engineer 0817-392-8770 at least 10 working days Prior to the vreconstruction conference Althouah work will not begin until the traffic control panel has been reviewed, the Contractor's time will begin in accordance 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 contact 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 permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. 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 the 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. 9. PAYMENT: The Contractor will receive bi-weekly payment (minus 5% retainage) from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. See Special Instructions to Bidders Item No. 14 for further requirements. 10. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapprovali and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to SP-3 stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. 11. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction, as required by Engineer, by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and warning and/or Detour Signs", Item 524, and/or as shown on the plans. Construction signing and barricades shall conform with the latest edition of the "Texas Manual on Uniform Traffic Control Devices, Vol. No. 111. 12. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Engineering acting as the City of Fort worth's Flood Plain Administrator ("Administrator") , of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort worth (Ordinance No. 10056) 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 its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 13. During the construction of this project, the Contractor shall comply with present zoziing requirements of the City of Fort worth in the use of vacant property for storage purposes. 14. Final cleanup work shall be done for this project as soon as the work has been completed. No more than seven days shall elapse after completion of SP-4 construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. 15. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 16. CONSTRUCTION SCHEDULE: It shall be the responsibility of the Contractor to furnish the Construction Engineer, prior to construction, a schedule outlining the anticipated time each phase of construction will begin and be completed, including sufficient time being allowed for cleanup. 17. SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (1) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING --UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (2) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hood connections. (3) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Co.) which will erect temporary mechanical barriers, de- energize the line, or raise or lower the line. The work done by the w power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such op 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 high voltage lines at the Contractor's sole cost and expense. (5) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3) . 18. RIGHT TO AUDIT: 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 3P-5 relating to this contract. Contractor agrees that City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with .the provisions of this section. 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 be requested by City. City agrees to reimburse 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. CONSTRUCTION The City of Fort Worth maintains a "CONFINED SPACE ENTRY PROGRAM" for its employees and all contractors and their sub-contractors must comply with this program as a condition of the contract. All active sewer manholes, regardless of depth, are defined as "permit required confined spaces". Contractors will be required to complete the "CONFINED SPACE ENTRY PERMIT" used by the Fort Worth Water Department (Field Operations Division) for each entry and possess and use the equipment necessary to comply with this program. The cost of complying with this program will be considered subsidiary to the pay items involving work in confined spaces (e.g. vacuum testing, cleaning, televising, construction, etc.) . NON-PAY ITEM NO. 1 - SPRINKLING FOR BUST CONTROL: All applicable provisions of Standard Specifications Item No. 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM NO. 2 - REMOVAL OF TRAFFIC BUTTONS AND TEMPORARY LANE TAPE: All traffic buttons shall be removed from the existing asphalt surface before resurfacing begins. The contractor shall be responsible for the removal of all buttons. Upon completion of the job the City will install new buttons after proper notification. The contractor shall also be responsible for all materials, equipment and labor to place temporary. adhesive lane marking tape, at locations as directed by the Construction Engineer, to direct traffic flow until permanent markers are installed. SP-6 replacement of the buttons and adhesive lane markers (arrows, etc.) . All costs to the contractor shall be figured as subsidiary to this contract. NON-PAY ITEM NO. 3 - LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES: The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the contractors responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company Telephone Number Contact Person SBC - Telephone 817-338-6202 Mr. Gary Tillory 214-384-3732 Cell Oncor Electric- Downtown 817-215-6424 Mr. Scott King - other than Downtown 817-215-6688 Mr. Robert Martinex Oncor Gas - 817-215-4306 Mr. Roger Oliver CFW Street Light and Signal 817-392-8100 Mr. Dwayne Cox Mr. Roger Martin Storm Drain 817-392-8100 Mr. Gordon Couch Water & Sewer 817-212-2649 and Mr. Kristian Sugrim 817-925-2271 817-212-2642 and Mr. Scott Neystel 817-994-8663 Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. T 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-7 -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 Standard Specifications for Street and Storm Drain Construction- City of Fort Worth. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. PAY ITEM NO. 1 - PROJECT DESIGNATION SIGN: The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting, and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of 3/4" fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer, and in place at the project site upon commencement of construc- tion. The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support, and maintenance shall be to the satisfaction of the Engineer. The unit price pre bid per each will be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work. SP-8 PAY ITEM NO. 2 - UTILITY ADJUSTMENT: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer, and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal] however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjust- ments. PAY ITEM NO. 3 - MANHOLE ADJUSTMENT: This item shall include adjusting the tops of existing manhole to match proposed grade as shown on the plans, in the detail at the back of this document or as directed by the Engineer. Standard Specification Item Nos. 450 "Adjusting Manholes and Inlets" and 406 "Concrete for Structures" shall apply except as herein modified. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Work shall be completed and street open to traffic within seven (7) calendar days. If the contractor fails to complete the work within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each manhole per day. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing manholes. The Engineer will field verify this inventory and provide the Contractor replacements for broken manhole covers. The contractor shall replace the manhole covers which are damaged during construction at no cost to the City. Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections, as per current City Water Department Special Conditions. SP-9 The unit price pre bid per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 4 - WATER VALVE BOXES ADJUSTMENT: Contractor will be responsible for adjusting water valve boxes to match new pavement grade. The water valves themselves will be adjusted by City of Fort Worth Water Department forces. Prior to beginning of work, the Contractor shall make an inventory of the Rp condition of existing water valve boxes. The Engineer will field verify this inventory and provide the Contractor replacements for broken valve boxes. The contractor shall replace the valve boxes which are damaged during construction at no cost to the City. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Work shall be completed and street open to traffic within seven (7) calendar days. If the contractor fails to complete the work within seven (7) calendar days, a $100 dollar liquidated damage will be assessed per each water valve box per day. The unit price pre bid per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 5 - WATER METER BOX ADJUSTMENT: This item only apply when the adjacent curb and gutter has been determined to be removed and replaced as directed by the Engineer. The adjustment shall include raising or lowering the existing water meter box to the proper grade. The unit price pre bid per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 6 - REMOVAL AND REPLACEMENT OF CONCRETE CURB AND GUTTER: These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in like kind, as governed by the standard City Specifications, 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-SS of the Standard Specifications. Contractor shall sawcut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street SP-10 Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul-off of the removed material to a suitable dump site. The street void shall be filled with H.M.A.C. Type "D" mix as per specification No. 300 "Asphalts, Oils, and Emulsions", Item No. 304 "Prima 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 be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during construction shall be replaced with same or better at no cost to the City. Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of demolition to date of completion. If the contractor fails to complete the work within fourteen (14) calendar days, a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY ITEM NO. 7 - REMOVAL AND REPLACEMENT OF 6" CONCRETE DRIVEWAYS: This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul- off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-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 REPLACEMENT OF 4" CONCRETE SIDEWALK: This item shall include the removal and replacement of existing concrete sidewalk due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways". The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the removal and replacement work. PAY ITEM NO. 9 - REMOVAL AND REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE: The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete SP-11 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 patch layers are applied, any loose material, mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils, and Emulsions", 304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all materials,labor,equipment and incidentals necessary to complete the work. PAY ITEM NO. 10 - GRADED CRUSHED STONES: This item shall be used to repair the failed base material in areas exceed 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' WIDE: 1. Description This item shall consist of milling the existing pavement from the lip of gutter at a depth of 2" and transitioning to match the existing pavement (0" cut) at a minimum width of 51 . The existing pavement to SP-12 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 for this project will be performed in a continuous manner along both sides of the street. Details of milling locations are at the back of this document. Contractor is required to begin the overlay, within five (5) calendar days from the date of the wedge milling completion of any one street. Should the contractor fail to meet this condition, the wedge milling will be shut down, and liquidated damage of $500.00 per day per street will be assessed until all wedge milled streets are overlayed. The overlay, once begun on a street shall continue uninterrupted until complete. The Contractor shall haul-off the removed material to a suitable dump site. 2. Equipment The equipment for removing the pavement surface shall be a power 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 reclaiming means to immediately remove material being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. Adequate back-up equipment (mechanical street sweepers, loaders, water truck, etc.) and personnel will also be provided to keep flying dust to a minimum and to insure that all cuttings are removed from street surface daily. Stockpiling 'of planed material will not be permitted on the project site unless designated by the Engineer. The machine shall be equipped with means to control dust created by the cutting action and shall have a manual system providing for uniformly varying the depth of cut while the machine is in motion thereby making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. The speed of the machine shall be variable in order to leave the desired grid pattern specified under Surface Texture. The unit price bid per linear feet shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work. SP-13 PAY ITEM NO. 12 - BUTT JOINTS - MILLED: Description: This item requires the contractor to mill "butt joints" into the existing surface, in association with the wedge milling operation (PAY ITEM NO. 11) to the depth and at locations as described below. The butt joint will provide a full width transition section, whereby the new overlay shall maintain constant depth at the point the new overlay is terminated and the new surface elevation matches the existing pavement. The construction activities, performance standards and equipment needed for the butt joints milling operations shall be governed by the special provisions of Pay Item No. 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 with the construction Engineer for proper location of these joints and verify that the selected limits of the projects street are correct. The general locations for butt joints are at all beginning and ending points of streets listed in the project and as more graphically detailed at the back of this specification book. The joints are also required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. Each butt joint shall be 20 feet long and milled out across the full width of the street section to a tapered depth of 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 smooth ride over the bump. Measurement and Payment: Butt joints as prescribed above, will be measured by the unit of each butt joint milled. The disposal of excess material involved will not be measured for payment. Each butt joint-milled, measured as above, complete-in place-in accordance with these specifications, will be paid for at the unit price shown in the proposal for "Butt Joints". The unit price bid per each shall be full compensation for all milling, including material haul-off, tools, labor, equipment and incidentals necessary to complete the required work. 3P-14 PAY ITEM NO. 14 - 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) : All applicable provisions of Standard Specifications, Item Nos. 312 "Hot- Mix Asphaltic Concrete", 300 "Asphalts, Oils and Emulsions", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt Concrete" shall apply to the construction methods for this portion of the project. Standard Specification 312.5 (1) shall be revised as follows: The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising, the tempera- ture being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as necessary. The unit price bid per square yard of H.M.A.C. complete and in place, shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 15 - REMOVAL AND REPLACEMENT OF 7" CONCRETE VALLEY GUTTER: This item shall include the removal and reconstruction of existing concrete valley gutters at locations to be determined in field: Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. See standard specification Item No. 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base", 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. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. work shall be completed on each half within seven (7) calendar days. SP-15 If the contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO. 16 - NEW 7" CONCRETE VALLEY GUTTER: This item shall include the construction of concrete valley gutters at various locations to be determined in field. Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item. See standard specification Item No. 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base", 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". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of valley gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the Contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO. 17 - NEW 4" STANDARD WHEELCHAIR RAMP: The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the Engineer. The removal of existing substandard wheelchair ramps and sidewalk as required for the installation of new wheelchair ramps shall be subsidiary SP-16 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 Detail (WR- 1) . The pay limit will extend from 9" outside the lip of gutter to 15" back from the face of curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. Pay ,limits for "Standard Wheelchair Ramp" will start 15" back from the face of curb and encompass the remainder of the ramp and sidewalk. All applicable provision of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways" shall apply except as herein modified. All concrete flared surface shall be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be used in accordance with manufactures instructions. Concrete stain may be applied after concrete is poured (Product sold by BAER) . "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution." The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to compete the work. PAY ITEM NO. 18 - 6" PERFORATED PIPE SUBDRAIN: This item shall consist of furnishing and installing 6" perforated subdrain and filter material all as shown on the enclosed details, or as directed by the Engineer. All applicable provision of standard Specifications Item 500 "SUBDRAINS" shall apply except as herein modified. The pipe material shall be poly vinyl chloride (PVC) with the standard dimensional 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 mat of uniform quality. Fabric fibers may be either continuous or discontinuous and oriented in either a random or a aligned pattern throughout the fabric. The fabric shall be mildew resistant, rot proof, shall be satisfactory for use in a wet soil and aggregate environment, contain ultraviolet stabilizers and have nonravelling edges. SP-17 The fabric shall meet the following requirements when sampled and tested in accordance with the methods indicated: Test Original Physical Method Requirements Properties Fabric weight, on an SDHPT Test Method Tex- 4.0 minimum for ambient temperature air- 616-J"Testing of Construc under drains and dried tension free sample, tion Fibers" Slope expressed in oz/sq. yd. Stabilization, 6.0 minimum for Gabions Revetment Water flow rate by falling head method, 7.9 inches (20 cm) to 3.9 inches (10 cm) Tex-616-J 80 minimum on 2 inch ID cylinder with 1 inch diameter orifice, with flow rate expressed in gal/sq. ft/minute. Breaking load in either ASTM Designation: D 1682 100 minimum machine or cross-machine grab method G as modified direction, expressed in by pounds. Tex--616-J Equivalent opening size (IIS CDP-02215, IIS Army Corps 70 to 100 Standard sieve no.) of Engineers, Civil Works Construction Guide Specification. "Plastic Filter Fabric", Nov, n 1977. "Apparent elongation at ASTM Designation: D 1682 100 maximum breaking load in either grab method G as modified machine or cross-machine by direction, expressed as Tex-616-J percent. The "Filter Fabric" shall be installed in accordance with the manufacturer's recommendations, as indicated or as directed by the Engineer. When lapping is required, it shall be in accordance with the manufacturer's recommendations. Backfilling around the Filter Fabric shall be done in such a way as not to damage the Filter Fabric material during the placement. The unit price bid per L.F. shall be full compensation for all labor, materials, equipments, tools, and incidentals necessary to complete the work. SP-18 R1° PAY ITEM NO. 21 - 8" PAVEMENT PULVE—RIZATION: Contractor shall pulverize the existing pavement to a depth of 811. 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 operation is completed, contractor shall spread, mix, and compact the pulverized material to a 95% compaction per City's Standard Specifications or as directed by the Engineer in the field. A 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 crushed stone/gravel, undercut will not be required, the contractor will pulverize 10" inches, the 2" inch cut will be taken from the 10" pulverized material. (see soil test report) Pulverization shall start within (ten) 10 calendar days after all concrete work has been completed on a street. If the contractor fails to begin the 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 material to perform an additional work as directed by the Engineer. Remobilization will be considered when concrete "Flat-work" has been completed, personnel and equipments were demobilized, and the street is clean and ready for the overlay. Remobilization shall be determined by the Engineer. Any Remobilization without the approval of the Engineer will not be compensated. The unit price per bid per each will be full compensation for all labor, equipment, material, tools, and all incidentals necessary to complete the work. PAY ITEM NO. 24 - UNCLASSIFIED STREET EXCAVATION: This item will be used if additional excavation is needed that is not covered by Pay Item No. 21 - 118" PAVEMENT PULVERIZATION". Additional SP-19 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. END OF SECTION SP-20 ACORDM CERTIFICATE OF LIABILITY INSURANCE 03/11/20M PRODUCER 817-737-4943 FAX 817-737-4947 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION K & S Group, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Frank Siddons Insurance Fort Worth HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 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: Travelers Lloyds Insurance Co. 5801 Park Vista Cir. INSURER B: Travelers Indemnity Co. of Conn. Keller, TX 76248 INSURERc, Great American INSURERD: Texas Mutuallnsurance Company Phone: 817-741-4658 Fax: 817-741-4648 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L TYPE OF INSURANCE POLICY NUMBER POLICr)ATEY EFfMMFECTI)n YVE POLICY EXPIRATIONI TR NRR DATE JMM1nntYY) LIMITS GENERAL LIABILITY DT-CO-8225A589-TLC-04 06/30/2004 06/30/2005 EACH OCCURRENCE $ 1,Q00,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 300,000 CLAIMS MADE a OCCUR MED EXP(Any one person) $ 5,000 A X Per Project Agg r. PERSONAL&ADV INJURY $ 1,000,000 X XCU Coverages GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY X PEC LOC AUTOMOBILE LIABILITY lEEE—CAP-8225A577--04 06/30/2004 06/30/2005 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY $ B SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY s X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLA LIABILITY TUU6627683-00 06/30/2004 06/30/2005 EACH OCCURRENCE $ 4,000,000 X OCCUR F1 CLAIMS MADE AGGREGATE $ 4,000,000 C $ DEDUCTIBLE $ X RETENTION $ 10,000 $ WORKERS COMPENSATION AND TSF-0001133277 06/30/2004 06/30/2005 X WCSTATU- OTH- TORY LIMITS FR EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ 1,000,000 D ANY PROPRIETORIPARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYE $ 1,000,000 If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ 1,000 OOO OTHER DESCRIPTION OF OPERATIONSI OCATIONS I VEItIICLES/EXCLUSIONS ADDED BY EIJDORSEMENT/SPF,CIAL PROVISIONS Project: HMAC Surface Overlay (2005-4) at Various Locations Pro3ect No, : GS93-020930522670 ertificate holder is named as an additional insured on general liability and auto liability with a giver of subrogation on general liability, auto liability and workers compensation. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Fort Worth BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 1000 Throckmorton Street OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. Fort Worth, TX 76102 AUTHORIZED REPRESENTATIVE Steven Siddons LSCOTT ACORD 25(2001/08) FAX: (817)871-8092 ©ACORD CORPORATION 1988 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 Overlay 2005-4 at Various Locations and City of Fort Worth Project No. GS93-020930522670. CONTRACTOR: PEACHTREE CONSTRUCTION,LTD. Iw By: R, Name: J.BARRY CLARK Title: PRESIDENT Date: 3-Z2-oS STATE OF TEXAS § COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared J.BARRY CLARK known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of 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 2'Z-day of "AQCH _, 2005. �� A iOHENBERGER Notary Public in and for the Stat of tgotary puutic,State of Texas Texas , �^ J My Comm --rpiresJuly30,2008 Bond# TR4922 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) Peachtree Construction. Ltd. , as Principal herein, and (2) Fidelity and Guaranty Insurance Underwriters, Inc. , a corporation organized under the laws of the State of(3) Wisconsin 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 Three Hundred Sixty Seven Thousand, One Hundred Sixty Dollars and No Cents Dollars ( $367.160.00 ) 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 8a' day of March , 2005, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of HMAC SURFACE OVERLAY 2005-4 Project No. GS93-020930522670. 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 8"' day of March , 2005. Peachtree Construction, Ltd. PRINCIPAL ATTEST: By: Name: J- wry Clark (Principal) Secr ary Title: President (S E A L) Address: 5801 Park Vista Circle Keller, TX 76248 Witness as to Principal Fidelity and Guaranty Insurance Underwriters, Inc. SURETY ATTEST: By: lk�Z- LAA-) Name: Lorrie Scott Secreta Attorney in Fact (S E A L) Address: 4021 Hwy 377 South Fort Worth, TX 76116 r ` 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 Attomey-in-Fact. The date of bond shall not be prior to date of Contract. Bond# TR4922 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) Peachtree Construction. Ltd. , as Principal herein, and (2) Fidelity and Guaranty Insurance Underwriters, Inc. , a corporation organized and existing under the laws of the State of(3) Wisconsin , 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 Three Hundred Sixty Seven Thousand, One Hundred Sixty Dollars and No Cents Dollars ( $367,160.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, r firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the Ath day of March , 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 2005-4 Project No. GS93- 020930522670. 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 8th day of March , 2005. Peachtree Construction, Ltd. PRINCIPAL ATTEST: By: _ lei Name: J. Barry Clark (rnncipal) Secretary Title: President (S E A L) Address: 5801 Park Vista Circle Keller, TX 76248 Witness as to Principal Fidelity and Guaranty Insurance Underwriters, Inc. SURETY ATTEST- By: ZW j��z (-7�1,2�,�L� .i Name: Corrie Scott SecretaryU Attorney in Fact (S E A L) Address: 4021 Hwy 377 South Fort Worth, TX 76116 ■ 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 Attomey-in-Fact. The date of bond shall not be prior to date of Contract. Bond# TB4922 MAINTENANCE BOND THE STATE OF TEXAS § § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That Peachtree Construction, Ltd. ("Contractor"), as principal, and, + Fidelity and Guaranty Insurance Underwriters, Inc. a corporation organized under the laws of the State of Wisconsin ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of Three Hundred Sixty Seven Thousand, One Hundred Sixty Dollars and No Cents Dollars ( $367,160.00 ), 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, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, ■ dated the 8h of March , 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 OVERLAY 2005-4 AT VARIOUS LOCATIONS the same being referred to herein and in said contract as the Work and being designated as project number(s) GS93-020930522670 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 Fort 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 THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be r 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 8t' day of March , A.D. 2005. Peachtree Construction, .Ltd. PRINCIPAL ATTEST: By: Name: J. Barry Clark (Principa Secretary Title: President (S E A L) Address: 5801 Park Vista Circle Keller, 'I'_X 76248 Witness as to Principal Fidelity and Guaranty Insurance Underwriters, Inc, SURETY ® ATTEST: By: w� Name: Louie Scott Secretary 0 Attorney in Fact (S E A L) Address: 4021 Hwy 377 South Fort Worth, iK 76116 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. s The date of bond shall not be prior to date of Contract. The=a u I POWER OF ATTORNEY Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company Power of Attorney No. 24309 Certificate No. 2219754 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,and that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Steven B.Siddons,Holly A.Gzravenor,and Lorrie Scott Fort Worth Texas of the City of State their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign its name as surety to,and to execute,seal and acknowledge any and all bonds,undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakipg&ig6quired orliitrmitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be sand and sealed'this 16th day of April 2004 Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Co"any Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company 51I�E/� '�F10.E 64 0��..�MSG9 `Jp��xsU°ryY 4�r� CT PETER W.CARMAN,Vice President s �;SEAL1lo"/ a�..SBAL,a�� � 7 ic',tf 1951 State of Maryland City of Baltimore THOMAS E.HUIBREGTSE,Assistant Secretary On this 16th day of April 2004 ,before me,the undersigned officer, personally appeared Peter W. Carman and Thomas E.Huibregtse,who acknowledged themselves to be the Vice President and Assistant Secretary,respectively,of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.;and that the seals affixed to the foregoing instrument are the corporate seals of said Companies;and that they,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. In Witness Whereof,I hereunto set my hand and official seal. 4;7V My Commission expires the 1st day of July,2006. � o REBECCA EASLEY-ONOKALA,Notary Public 9f cal 86203 Rev.7-2002 Printed in U.S.A. This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St.Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.on September 2, 1998,which resolutions are now in full force and effect,reading as follows: RESOLVED,that in connection with the fidelity and surety insurance business of the Company,all bonds,undertakings,contracts and other instruments relating to said business may be signed,executed,and acknowledged by persons or entities appointed as Attomey(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s)of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman,or the President,or any Vice President,or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligoirory in the nature thereof,and subject to any limitations set forth therein,any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company,and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached;and RESOLVED FURTHER,that Attomey(s)-in-Fact shall have the power and authority,and,in any case,subject to the terms and limitations of the Power of Attorney issued them,to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings,and other writings obligatory in the nature thereof,and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I,Thomas E.Huibregtse,Assistant Secretary of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company, St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. /��r IN TESTIMONY WHEREOF,I hereunto set my hand this C-day of MLU VI SIIREl� 000 +r:w+° `• ' �A►►ANt 1t1Thomas E.Huibregtse,Assistant Secretary To verify the authenticity of this Power of Attorney,call 1-800-40.3-3 0 and&*for the Power of Attorney clerk. Please refer to the Power of Attorney number, the above-named individuals and the details of the bond to which the power is attached. Se.Paul Flrc and Mar)ae fasuraace Compaay United States Fldellty and Guaranty Company S[Paul Surety St Pao)Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Iaaur soce Company Fidelity and Guaranty Insurance Vaderwrtters,Inc. Seaboard Surety Company St.Paul Medical LiabWty Insurance Company RIDER CONTAINING DISCLOSURE NOTICE OF TERRORISM COVERAGE This disclosure notice is required by the Terrorism Risk Insurance Act of 2002. No action is required on your part. This Disclosure Notice is incorporated in and a part of the attached bond. You should know that, effective November 26, 2002, any losses caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by the Terrorism Risk Insurance Act of 2002. Under this formula, the United States reimburses 90% of covered terrorism losses exceeding the statutorily established deductible paid by the insurance company providing the coverage. There is a cap on our ilauliity to pay for such Josses if the aggregate amount of insured losses under the Act exceeds $100,000,000,000 during the applicable period for all insured and all insurers combined. In that case, we will not be liable for the payment of any amount which exceeds that aggregate amount of$100,000,000,000. The portion of your premium that is attributable to coverage for acts of terrorism Is $0.00. IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO CHANGE ON ANY BOND THAT PREMIUM IS CHARGED ANNUALLY. Fidelity and Guaranty Insurance Underwriters, Inc. IMPORTANT NOTICE: To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P.O, Box 149104 Austin, TX 78714-9104 FAX# 1-512-475-1771 Your notice of claim against the attached bond may be given to the surety company that issued the bond by sending it to the following address: Mailing Address: Fidelity and Guaranty Insurance Underwriters, Inc, P.O. Box 4689 Federal Way, WA 98063-4689 Physical Address: Fidelity and Guaranty Insurance Underwriters, Inc, 31919 First Avenue South Suite 100 Federal Way, WA 98003 You may also contact the St, Paul Surety Claim office by telephone at: Telephone Number: 1-253-945-1545 PREMIUM OR CLAIM DISPUTES: If you have a dispute concerning a premium, you should contact the agent first, If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance, ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document. 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 8"' day of March , 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 complete the construction of certain improvements described as follows: HMAC SURFACE OVERLAY 2005-4 AT VARIOUS LOCATIONS Designated as project number, GS93-020930522670 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. C-1 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 50 (Fifty) 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 $ 210.00 per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications, and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete the same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if, in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said Plans and Specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6. Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to C-2 property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the n pllgence or alleged ne_gligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Texas Govemment 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. 8. Said City agrees and binds itself to pay, and the said agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates NIA shall be THREE HUNDRED SIXTY SEVEN THOUSAND, ONE HUNDRED SIXTY DOLLARS AND NO CENTS $367,160.00 C-3 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copies verbatim herein. 11. The Contractor shall procure and shall maintain during the life of this contract insurance as specified in paragraph 8 of Special Instruction to Bidders of this contract documents. 12. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in Six 6 counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in Six (6), counterparts with its corporate seal attached. C-4 Done in Fort Worth, Texas, this the 8"' day of March , 20 05 . RECOMMENDED: T O F RST WO Pio'f? - CR, DEPARTMENT OF ASST ANT I G ENGINEERING APPROVED: DIRECTOR, TRANSPORTATION AND PUBLIC WORKS PEACHTREE CONSTRUCTION,LTD ATTEST: (Contractor) CITY SECRETARY (SEAL) BY: RGC— j r– J. (Representatative)BARRY CLARK Contra t Authorizatioa PRESIDENT Date (TITLE) 5801 PARK VISTA CIR. APPROVED AS TO FORM & (Address) LEGALITY: KELLER,TX 76248 (City/State/Zip) ASSISTANTr/ATTi?ANEY November 1960 Revised May 1986 Revised September 1992 ��'���� Revised January 1993 � 1 � Revised April 1999 u4 P Revised June 1999 Revised June 2001 C-5 A =3 LLI J Q- [ J m a O co O CC)a a LjJd Q- Qw E---{ w W 7 v) ::D Q Z C) Q z z Ln Z o w U 0 C) Q r ,.� LLJ � 01.1n< z .� O w F- --�f f� S ' � L-Li -- Lel w o C r O _ F � z m 2 } O J tl • 2p Z Q O p�' J Q W cn co ca w O it FzJWN ' t!J o Q o F-F- W S O } wd crzw F v W O W Q W N KotlWCC J J H w cr cn O V• W < O } to _ o W �. N J z z S O =W Q 'J a=i ~C �' v - W 3 ac I p � a d. Z'o tl }' S cc O W.M . W! O WW M- m ix cr o Z gnN W < J !- J i O 2 lovVIN0O NI ION IDYWINOD Ht ION �►l is �*11 if I �•. as III, Ill ya •\t _ 'il III + ,.. Itl III 111 _ IIII III X11 III IIIA ... ..: Illi so . ill III 11 III I •.• III :• • III li IoI� 111too III !see tt {11 it Ill !1{ .:.• fil ,. It i1 ,,, _ ill60 p III IIS . '•' I .. '" Iti til 11! IUnaII IU fli vv. .Il Ih HI ,. III 111 Il. (II, V Itl 11► •• 11�'�fli • •�� 1 _ Ili I{i Ili !I� i all Ili "' .. n� il' • n II dt1t� � I! o � � W � � M1 N p Q1 1 > > W < F j = d •I W ! f. � W W < C 'j tL W W :e C = F-J U.o �- � pQ < = c C = t N W < tJ WW pW zCr 44 O �N Z W� (� Z �... z W z E•- W Cy.M COL W CC d F- z 2 M W— o � F- W J � D W +� F u F- < tC- --� z z Q v •o } U_ Q o Q, W w CL = p � <F .w p a CIO J �_c %6M = W Z W Z z W aJ cco0 HF F V ori < o 000 ?. W H n y O - w W t Z `g 3.. (4 < F-5-ul J _ 'J = am =WC Cl Q J m!t d Z .: W e � O W. : z u3ti 111 III IC ;t i�tl�' t• ... .., Val, . "'0.6 III so*, ,c togo j, I1 , 11! Vo- i 1 ,• I �j{ tl• �l tt MANHOLE WATER VALVE- 1/2 W TYP 4.0' MH 2.0' WV 8 - ,#4 BARS TYP. PLACED MIN 3" 1 C BELOW SURFACE .• � \ c '� �• 3" TYP. • •,1. . PVMT - _ PVMT BASE ~ ! . I - °•' se ; BASE GRADE RINGS AND { RAM NECK j CONCRETE COLLAR HEIGHT VARIES 1. ALL CONCRETE USED SHALL BE 3000 PSI. 2. CONCRETE COLLAR SHALL EXTEND TO THE BOTTOM OF BASE'(MIN.). 3. CONCRETE COLLAR SHALL BE: a) 4' x 4' for MANHOLE b) 2' x 2' for WATER VALVE. CONCRETE COLLAR for MANHOLE and WATER VALVE A sQueRe FEET Or VALLEY GUTTER YEeSUREO rROM BACK-Of-CURS TO S&CK-Of-Cult/ EXPANSION JOINT$ T RAMI TIoM I ' V TRANEITIOit AREA(WIDTH AS REQUIRE01 p{IYYT ILATCK EXISTING w jOIYTS OUT TER ALAN VIEW Not to Scoff Aa iawrt ao aloe#than tela 4eptb IRO ao fess/baa "4rja efalb 4,111 be reQolreif/wall ewlide roller#otter& The cadfractor rill of regarlree to lest the patler with raterbefore the%b is oce6v0d. T'CONCRCTE - 'EXIST.M.M.AL. VALLEY 101LILA_C. wY'T R BASE GUTTER 00.3+240 C-C TRAl1S1TlON --�-+�-� M0.34 la•C-C • 11 ;, .: . ►, -4,l` 1• T RAIISITI ON EXIST.KM.AG ITEM 110.302 T !VM'T k SASE CONCRETE BASE Crushed WMCRETE BASE Limestone a'-o• RESIDENTIAL STREETS SECTION 'A A! Not to Scale The T reinforced concrete 4,o/!eX shcllreplact JM top 7:0 the paremeat rllh the remaklag portlon-of parement to be c4,70ractsd lacl9dln9 srrbgrade treatoo.a/, k accordance with the lrplcal parlag seclloa. The concrets 4,0/1*.►rill he paveraed according to city sloodords for eoncrele curb esd gutte4 rhs coaerete shalt be of 'washed ond.`creeaed oggreDateWith_& Rtla. of flre(51s0e18 of eeMeat per cublcrard Of concrete • with a minimum compressive strength of 3,000-pounds per square inch in seven days. e CONCRETE VA L EY DETAILS GROUND LINE 1.5'MIN. FACE OF CURB SUITA 8 L E MATERIAL TAMPED IN LIFTS NOT CURB AND . EXCEEOINCa. GUTTER 12" L00SE. rt A � �? � ,, OP Of. CURB N _g W ASH E O ROCK 12' .OVERLAP g .PER ITEM 402 FILTER FABRIC PER o PAY ITEM NO. 17 0.3' 1.s � PIPE SHALL BE 6' PERFORATED POLYVINYL- CHLORIDE TUBING PER ASTM D-1764 UNLESS SPECIFIED OTHERWISE. SUBDRAIN . CITY OF FORT WORTNTEXAS-CONSTRUCTION STANOARO DRAWING NO. S—S 11 MootF. DATE: 3- 7-95 367 Addendum 3 r r t F � WT-T. Cl-IAIR R.AMPSf � s 1 A1V D1� � � f jj. E" TA*l S S OCTOBER 1992 t i 1 i 1 WIZ r Z< w, H� CS u QC V 1- Z O O' e W Zj q .Ai H Cj )" '�� z i M a �~ s Q- xP" <4. O, a- ~ ck:A �o 4 niL ,.0 :3 < I3H V 0 J W CL a.<� Zo !- z �a 04wrOr WpO W"C3-i Q < i-i R' O W .. 0 � W h CX {^ . .. � �/t! 1� 1yZ tu Y V CY) CL 0- N d 0 Ld1 � '� �j -J5 =tq���.pZi (a P%U E--" W. z U. �NA4'7 F-.12 Y W pp, V tx�tOWCHS� cr Q z qt- ----t 3 ....� Q C) W — � C � � U U W (� z. O r. TYPE I EXISTING 15' R SCALE 1" = 5' J PROP, 4' RAMP a z COLORED SURFACE o t z v 1148 I�12 . ld2 VARIABLE HEIGHT CURB 1 1/2' R <TYPJ r CITY OF FORT �tTtt, TEXAS — CONSTRUCTION STANDARD —i OCT o BOR, 1"2 r II I EXISTING 15' R SCALE 1" = 5' SIDEWALK RAMP NOTES 1) MANSION JOINT AND SILICONE SEALING SHALL IE SUISIDIARY TO UNIT PRICE IID FQt SIDEVAM 0 THE ACTUAL LKTS OF .REmavAL OF EXIST- ING CURD AND CUTTER AND SIDEVALX*WALL SASS DIRECTED BY THE ENGINEER IN THE 3) Ht H LITHDC CURB OR FLARED SLOPES MAY 6„ BE INSTALLED ON BOTH SIDES OF THE RMP DEPENDING ON THE FIELD COID1TIOR OR AS DIRECTED BY THE ENGINEM f) CURB RAMPS VITH RETURNED CURES MAY BE USED WHERE PEDESTRIANS WOULD HOT KF44ALLY VALK ACROSS THE RAMP. •. 3) SLOPE OF CURE RMV A MAR SIDEVAL K it SHALL BE A ISAXDfJH OF 188 FLARED r SIDES OF RAMP SHALL HAVE A HAX " SLOPE of !d4 UNLESS PEDESTRIANS COLXV AS Kowa VALK ACROSS THE RMP THEN THE MAX" so= or SLOPE SHALL BE 188 Parr.CIL Niel c uxvpdx cum ... • ; •rf4c s .�•••. ; I Nua m a •.:• :.• i nA%m . caa • '- rLAO" SLW#a OR ars SHALL K caao . • • scc •:•;• •. • • AS R[ntOO LEGEND •• • • . • - fAac Cr Pfd•. dna eat, a wnm;5 '' • • Jp A WHEELCHAIR RAMP ��' vcur Ft ccwcpcn fwvVecr f� • f • • . • LAYDOWN C/G STANDARD PAY LIMIT DETAIL ' CITY OF FORT VMTK TEXAS — CONSTRUCTION STMMARD OCTMER, 1992 WR - 1 ASPHALT TIE-IN i11 EXISTING 15' R A SCALE 1" = 5' t SIDEWALK RAMP 6 C1JT TF]t �� y � To LICT nxYN.IG FQiE b Tw ACTUAL LMTZ OF RF)'QYAL O" pQSTIIG CtJR* Ne•aiTTER AAO L[TCYAtJC SlitiiL IE /lL NRCME11 IV TK CW40j Y IN TK MA 6" W CR 24" p u4kcpyo V� AR�aN bAcx of Mr. Ci ' UwAa ax+a rnQc sTICvkx cu" azoav+tIt LAA W — I V4-V Jocxrac . (_ TLQ S wmx Si�f+i AS aowo apmalm jow a txxowe srxac WX OF P%P. CUR= FACE PROP. 7" CUa! ItM DG— 1 Gurra %Qn FM CDMCWM PAVDCKT JOINT DETAIL - CITY OF FORT VORTK TEXAS - CONSTRUCTION STANDARD OCTOBFJZ 1992 ! 11 TYPE III l I I EXISTING 20' R SCALE 1" = 5' EIISUNG CURS PROP, RAMP L W ICR BROOM FINISH '�" OR W TRANSITION S"VDff I Pv$" ^� Y 1 � f S�'1DA�G u R£ou� saac c r vu Mr. ca axocm.l t 31.�RF-ACE VOMAS..e ►*30cT CU" MUD< . � As +rcwaae� CLCL'.'KuDI VALX L44corPRW. ek" rACE.PRV. 7• C R! E a . OnTTx SAWCUT FDR CcW_ Pv)rT CITY OF FORT MORTK TEXAS — CONSTRUCTION STANDARD r OCTOBER, 1992 1 CITY OF FORT WORTH .CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: BROADMOOR ADDITION DOE NO. : 4107 FUND CODE: '01/02 HOLE # 1 LAB NO: 35756 LOCATION: W/4 OF BROADMOOR DR. 401 NORTH OF ARBOR AVE. 5.50" HMAC la �' IIMAG', Sanal y Gila y G-ro ve 7 .50 DARK BROWN SANDY CLAY W/GRAVEL 7. 00" DARK BROWN CLAY W/GRAVEL ATTERBURG LIMITS: LL: 36. 4 PL: 19. 8 I: 16. 6 SxRKG: 9 . 0% MUNSELL COLOR CHART: 6/2 LIGHT BROWNISH GRA CLAY UNIT WEIGHT: 146. 0 #/CFT ./Va VnderCu-f- HOLE # 2 LAB NO: 35757 LOCATION: BRO_ADMOOR DR. @ DREW CL 5.50" HMAC /e " HMA C Gra v t 5.50" GRAVEL 9.00" BROWN CLAY W/GRAVEL ATTERBURG LIMITS: LL: 30 . 1 PL: 18 . 8 PI: 11.3 SHRKG: 6. 0-08- MUNSELL . OoMUNSELL COLOR CHART: 6/3 PALE BROWN SAND UNIT WEIGHT: 146.0 4/CFT /l/o 01)del-Cu4- HOLE # 3 LAB NO: 35758 LOCATION: 8124 W. ELIZABETH N/4 4. 75" HMAC la " AMAC; .dhI u/ G-a ve 1 7.25" GRAYC LAY W/GRAVEL 8.00" YELLOWISH GRAY SANDY CLAY ATTERBURG LIMITS:. LL: 44 . 9 PL: 21. 0 I: 23. 9 SHRKG: 11 . 0% MUNSELL COLOR CHART: 7/4 PALE YELLOW CLAY UNIT WEIGHT: 146.0 #/CFT No nder HOLE # 4. LAB NO: 35759 LOCATION: 7948 W. ELIZABETH S/4 5.75" HMAC /o ` HAtAe CIS N/GrAV41 5.25" BROWN CLAY W/GRAVEL 9.00" BROWN CLAY W/GRAVEL ATTERBUG LIMITS: LL: 31. 7 PL: 19. 6I: 12. 1 SHRKG: 6. 0% MUNSELL COLOR CHART: 7/1 LIGHT GRAY CLAY UNIT WEIGHT: 146.0 #/CFT /leo Urider'cu}- 2 " DOE # 4107 HOLE # 5 LAB NO: 35760 LOCATION: N/4 OF DOREEN AVE. 127' WEST OF KAREN ST. 5 .00" HMAC /Q, 11AAe � SandI C lA y 7 .00 BROWN SANDY CLAY W/GRAVEL 8. 00" BROWN CLAY ATTERBUG LIMITS: LL: 23. 7 PL: 14 . 8 8 . 9 SHRKG: 6. 0% MUNSELL- COLOR CHART: 6/2 LIGHT BROWNISH GRAY SANDY CLAY UNIT WEIGHT: 146. 0 #/CFT We 04elare, f HOLE # 6 LAB N0735761 LOCATION: CL OF DOREEN AVE. 60' EAST OF FRANCIS 4.50 HMAC /o " //MAe' Sa"dy 644y W/ (rave 6. 50 BROWN SANDY CLAY W/GRAVEL 9. 00" BROWN CLAY W/GRAVEL ATTERBUG LIMITS: LL: 30.2 PL: 18 . 4 PI : 11 . 8 SHRKG: . 7 . 0% MUNSELL COLOR CHART: 6/3 PALE BROWN SANDY CLAY UNIT WEIGHT: 146. 0 #/CFT /✓o to derGv;� HOLE # 7 LAB NO: 35762 LOCATION: 8021 TANNER CL 2. 00" HMAC Jb'' NMAe, (crave�, Sand/ C�uy 5. 00" GRAVEL 13. 00" BROWN SANDY CLAY ATTERBUG LIMITS: LL: 27 . 2 PL: 17. 7 PI: 9.5 SHRKG: 5 . 0% MUNSELL COLOR CHART: 6/3 PALE BROWN. SANDY C AY UNIT WEIGHT: 133. 0 #/CFT /Vo 04ol ercuf- HOLE # 8 LAB NO: 35763 LOCATION: 3208 KAREN ST. CL 2. 00" HMAC /0 " HMAe Sa4,41 ClAy ul rave( 7. 00" BROWN SANDY CLAY W/GRAVEL SRindj L►(q/ 11. 00" DARK BROWN SANDY CLAY ATTERBUG LIMITS: LL: 43. 3 PL: 21 . 1 PI: 22 .2SHRKG: 12 . 0% MUNSELL COLOR CHART: 6/2 LIGHT BROWNISH GRAY CLAY UNIT WEIGHT: 133. 0 #/CFT N6 Vndtrav} HOLE # 9 LAB NO: 35764 LOCATION: 8016 ARBOR AVE. N/4 4 . 00" HMAC /o" 11MAC Sa"dy ClAy ul (-ravel 6.00" REDDISH BROWN SANDY CLAY W/GRAVEL �. 10.00" REDDSIH BROWN SAND ATTERBUG LIMITS: LL: 22 . 4 PL: 13. 6I: 8 . 8 SHRKG: 6. 0% MUNSELL COLOR CHART: 6/6 REDDISH YELLOW SANDY CLAY UNIT WEIGHT: 146. 0 #/CFT /vo lJiidaCr��- 3 DOE # 4107 HOLE # 10 LAB NO: 35765 LOCATION: 8140 ARBOR AVE. CL 2.5 0" HMAC /o 7.50" BROWN CLAY W/GRAVEL 10. 00" BROWN CLAY W/GRAVEL ATTERBUG LIMITS: LL: 23 . 9 PL: 18.4 I:. 5. 5 ' SHRKG: 0. 0% MUNSELL COLOR CHART: 6/4 LIGHT YELLOWISH BROWN SAND UNIT WEIGHT: 135.0 #/CFT Nd Und ciCuf- HOLE # 11 LAB NO: 35766 LOCATION: 3205 FRANCIS DR. CL 6.25" HMAC /Q '� /frt,4C Sa�d� C l.�r (Trove 5..75" BROWN SANDY CLAY W/GRAVEL 8 . 00" BROWN CLAY W/GRAVEL ATTERBUG LIMITS: LL: 27 . 6 PL: 16. 6 PI: 11 . 0 SHRKG: 6. O% MUNSELL COLOR CHART: 6/3 PALE BORWN CLA UNIT WEIGHT: 146.0 #/CFT Undencvf- HOLE # 12 LAB NO: 35767 LOCATION: W/4 OF FRANCIS DR. 40' NORTH OF W': ELIZABETH 5.75" HMAC 4.25" GRAVEL 10. 00" BROWN CLAY W/GRAVEL ATTERBUG LIMITS: LL: 32. 8 PL: 19.3 . PI: 13. 5 SHRKG: 8 . 0% MUNSELL COLOR CHART: 6/2 LIGHT BROWNISH SANDY CLAY UNIT WEIGHT: 146.0 #/CFT /Va n crGvf- HOLE # 13 LAB NO: 35768 LOCATION: E/4 OF CHERRY LN. 200' NORTH OF ARBOR AVE. 5. 00" HMAC v •' AIM AC I (rrec ve I 5. 00" GRAVEL 10. 00" YELLOWISH BROWN CLAY W/GRAVEL ATTERBUG LIMITS: LL: 39. 9 PL: 27 . 4 PI: 12. 5 SHRKG: 6. 0% MUNSELL COLOR CHART: 6/2 LIGHT BROWNISH Y CLAY UNIT WEIGHT: 14'6.0 #/CFT Ale tide-l-co - APPPROVAL: Ry JE ROUTING DATE TESTED: 05-04-04 ABE CALDERON DATE REPORTED: 05-11-04 RAKESH CHAUBEY TESTED BY: HERNANDEZ FILE HMAC SURFACE OVERLAY (2005-4) 50/50 Contract Street Project From To Procedure Quantity CD Map ARBOR AVE CHERRY LN FRANCIS DR POL 0.79 3 73L BROADMOOR DR MARYDEAN AVE CAMP BOWIE WEST POL 0.67 3 73Q BLVD DOREEN AVE CHERRY LN FRANCIS DR POL 0.77 3 73Q ELIZABETH LN W CHERRY LN FRANCIS DR POL 0.64 3 73Q FRANCIS DR JULIE AVE CAMP BOWIE WEST POL 0.71 3 73Q BLVD JULIE AVE KAREN ST BROADMOOR DR POL 0.21 3 73L KAREN ST JULIE AVE DOREEN AVE POL 0.34 3 73Q KAREN ST ELIZABETH LN W CAMP BOWIE WEST POL 0.21 3 73Q BLVD TANNER AVE KAREN ST FRANCIS DR POL 0.55 3- 73R Total Lane Miles 4.89 Thursday,November I I,2004 Transportation and Public Works Page 1 of 1 Infrastructure Division