Loading...
HomeMy WebLinkAboutContract 30987 �+ CITY SECRETARY THIS COPY FOR: CONTRAC f NO. CONMACIOR ONTRACTOR'S BONDING CO, IN SPECIFICATIONS =C"'ITYSECREM AND CITY MANAGER'S OFFICE CONTRACT DOCUMENTS ENGINEERING DIV. T/PW-FILE COPY SUBDRAIN IMPROVEMENTS FOR BUCKSKIN COURT BLUE WATER LAKE DRIVE ARBOR RIDGE DRIVE PACIFIC PLACE PROJECT NO. C 200 541200 204270007783 IN THE CITY OF FORT WORTH,TEXAS Mike Moncrief Dale A. Fisseler,P.E. Mayor Director, Water Department Gary W.Jackson Robert D. Goode,P.E. City Manager Director,Transportation and Public Works Department A. Douglas Rademaker,P.E. Director, Department of Engineering June 2004 �� •�f•� ,� r t *� .�it r» ...»..... .._.. BRYAN C.,.IANN ............... Prepared by: T Turner Collie& Braden Inc. FSaf - '"''�0� Engineers • Planners • Project Managers 1200 Summit Ave., Suite 600 Fort Worth Texas 76102 ORAL SPECIFICATIONS AND CONTRACT DOCUMENTS FOR SUBDRAIN IMPROVEMENTS FOR BUCKSKIN COURT BLUE WATER LAKE DRIVE ARBOR RIDGE DRIVE AND PACIFIC PLACE PROJECT NUMBER C200 541200 204270007783 IN THE CITY OF FORT WORTH, TEXAS 2004 A. DOUGLAS RADEMAKER,P.E. A DIRECTOR,DEPARTMENT OF ENGINEERING GEO GE A. BE ANE , P. DATE ASSISTANT DIRETOR TRANSPORTATIO AND PUBLIC WORKS DEPARTMENT DOO KW, F.E. DATE CAP TAL PROJEC S G R, WATER DEPARTMENT m STEVE EUBANKS, RE F A E PROJECT MANAGER nsn,1 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR SUBDRAIN IMPROVEMENTS FOR BUCKSKIN COURT BLUE WATER LAKE DRIVE ARBOR RIDGE DRIVE AND PACIFIC PLACE PROJECT NUMBER C200 541200 204270007783 IN THE CITY OF FORT WORTH, TEXAS r 2004 A. DOUGLAS RADEMAKER, F.E. A DIRECTOR, DEPARTMENT OF ENGINEERING J t Ilk GEO GE A. BEftMANE$A, P. DATE ASSISTANT DIRECTOR V TRANSPORTATION AND PUBLIC WORKS DEPARTMENT I i t DOO KW, P.E. DATE CAP TAL PROJECTS G R, WATER DEPARTMENT r tom-- � . ��✓ STEVE EUBANKS, RE bATE PROJECT MANAGER �qqqqp},qp.}.qq() Ya ,'znn �6Gtl City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 10/5/2004 DATE: Tuesday, October 05, 2004 LOG NAME: 20SUBDDRAIN REFERENCE NO.: ;;C-20315 SU BJ ECT: Award of Contract to Hall-Albert Construction Company for Subdrain Improvements for Buckskin Court, Blue Water Lake Drive, Arbor Water Lake Drive and Pacific Place RECOMMENDATION: It is recommended thafthe City Council authorize the City Manager to execute a contract with Hall-Albert Construction Company in the amount of $128,676.75 for 90 working days for Subdrain Improvements for Buckskin Court, Blue Water Lake Drive, Arbor Water Lake Drive and Pacific Place. DISCUSSION: The 2004 Capital Improvement Program included funding for minor drainage projects. This project will provide for subdrain improvements to Buckskin Court, Blue Water Lake Drive, Arbor Water Lake Drive and Pacific Place to reduce potential traffic hazards caused by excess seepage water draining into the street. This project was advertised for bid in the Commercial Recorder and the Fort Worth Star Telegram on June 24 and July 1, 2004. On July 29, 2004, the following bid was received: BIDDER AMOUNT Hall-Albert Construction Company $128,676.75 �. The engineer's estimate for this project was $121,836. The bid received for this project appears to be fair and reasonable. Hall-Albert Construction Company is in compliance with the City's M/WBE Ordinance by committing to 5% M/WBE participation and documenting good faith effort. Hall-Albert Construction Company identified several subcontracting and supplier opportunities. However, the M/WBEs contacted in the areas identified did not submit the lowest bids. The City's goal on this project is 9%. This project is located in COUNCIL DISTRICTS 4 and 5. FISCAL INFORMATION/CERTIFICATION: ' The Finance Director certifies that funds are available in the current capital budget, as appropriated Street Improvements Fund. TO Fund/Account/Centers FROM Fund/Account/Centers p C200 541200 204270007783 $128,676.75 Submitted for City Manager's Office by. Marc Ott (8476) Originating Department Head: Robert Goode (7804) �Additionai Information Contact: George Behmanesh (7914) i TABLE OF CONTENTS 1. Notice to Bidders 2. Comprehensive Notice to Bidders 3. Special Instructions to Bidders 4. Proposal Buckskin Court Blue Water Lake Drive Arbor Ridge Drive Pacific Place 5. Vendor Compliance to State Law 6. Minority and Women Business Enterprises Specifications 7. Special Provisions 8. Certificate of Insurance 9. Contractor Compliance with Worker's Compensation Laws 10. Performance Bond 11. Payment Bond 12. Maintenance Bond 13. Contract 14. General Notes and Plans 15. Details r f f f f C r NOTICE roBIDDERS r r T r i r r r NOTICE TO BIDDERS Sealed proposals for the following: FOR: SUBDRAIN IMPROVEMENTS FOR: 1. Buckskin Court - 2. Blue Water Lake Drive 3. Arbor Ridge Drive 4. Pacific Place PROJECT NUMBER: C200 541200 204270007783 Addressed to Mr. Gary W. Jackson, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 p.m. on July 29,2004 and then publicly opened and read aloud at 2:00 p.m. in the City Council Chambers. Plans, specifications and contract documents for this projected may be obtained at the offices of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. Documents may be purchased for a non-refundable fee of Twenty Dollars (520.00) per set. These documents contain additional information for prospective bidders. A pre-bid conference will be held on July 14, 2004, at 9:00 a.m., in the Department of Transportation and Public Works Conference Room, Room 270, 2M Floor, City Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas. Bidders are encouraged to review the plans and specifications prior to the pre-bid conference. For additional information concerning this project, please contact Mr. Steve Eubanks, P.E., Project Manager of the City of Fort Worth, Transportation and Public Works Department at 817-392-7857 or Mr. Stephen James, P.E., at 817-698-6700. GARY W.JACKSON GLORIA PEARSON City Manager City Secretary ADVERTISING DATES: June 24, 2004 July 1, 2004 NB-1 COMPREHENSIVE NOTICE TO BIDDERS 7 COMPREHENSIVE NOTICE TO BIDDERS s Sealed proposals for the following: SUBDRAIN IMPROVEMENTS FOR: BUCKSKIN COURT BLUE WATER LAKE DRIVE ARBOR RIDGE DRIVE PACIFIC PLACE Addressed to Mr.Gary Jackson,City Manager of the City of Fort Worth,Texas, will be received at the Purchasing Office until 1:30 p.m.on July 29, 2004 and then publicly opened and read aloud at 2:00 p.m. in the rp City Council Chambers. Plans,specifications and contract documents for this project may be obtained at the offices of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. Documents may be purchased for a non-refundable fee of Twenty Dollars($20.00)per set. These documents contain additional information for prospective bidders. All bidders will be required to comply with provision 5159a of"Vernon's Civil Statutes"of the State of Texas with respect to payment of prevailing wage rates and City Ordinance No. 7400(Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. A pre-bid conference will be held on July 14,2004,at 9:00 a.m., in the Department of Transportation and Public Works Conference Room,Room 270,2"d Floor, City Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas. Bid security is required in accordance with Paragraph 1 of the Special Instructions to Bidders. d; The major work on this project shall consist of: 1,603 LF 6"Subdrain Pipe and all necessary appurtenances and incidental work to provide a complete and serviceable project. Included in the above will be all other miscellaneous items of construction as outlined in the Specifications and Contract Documents. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. Bidders shall not separate, detach or remove any portion, segment, or sheets from the contract documents at any time. Bidders must complete the proposal sections and submit the complete specifications book or face rejection of the bid as non-responsive. i AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety(90)days from the date bids are opened. The Award of Contract, if made,will be within ninety(90)days after the opening of bids,but 7 in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. 00 SUBMISSION OF BID(S)AND AWARD OF CONTRACT(S): This document is designed as one contract document. Award of contract,if made,shall be to the responsive low bidder. The Contractor shall comply with the City's MIWBE Ordinance. T" CNB-1 i. i' In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the NIBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with Documentation) and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. The Contracting Department for this project is the Engineering Department. For additional information concerning this project,please contact Mr. Steve Eubanks, P.E.,Project Manager, at 817-392-7857 or Mr. Stephen James,P.E. at 817-698-6700. GARY JACKSON CITY MANAGER GLORIA PEARSON CITY SECRETARY Transportation and Public Works Department Robert Goodlip, P.E.,Director 7 By: ni Steve Eubanks, P.E. Drainage Engineer ADVERTISING DATES: June 24,2004 July 1, 2004 CNB-2 2� , •' . s�1 1. MC SPECIAL INSTRUCTIONS TO BIDDERS ' SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner,the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be f imished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting the Department of Engineering Construction Division at (817) 871-7910. Bids that do not acknowledge all applicable addenda will be rejected as non- responsive. i SPECIAL INSTRUCTIONS TO BIDDERS - I - 7 4. AWARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of forty-nine (49) City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City. 1 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 j 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. All contracts shall require a Maintenance Bond in the amount of one hundred percent (100%) of the original contract amount to guarantee the work for a period of two (2) years after the date of acceptance of the project from defects in workmanship and/or material. 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 7 P 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 Construction of the City of Fort Worth, Texas, concerning liquidated damages for late e� completion of projects. k 7. EMPLOYMENT AND NON-DISCRIMINATION: The Contractor shall not �~ discriminate against any person(s) because of sex, race, religion, color or national origin and shall comply with the provisions of sections 13A-21 through 13A-29 of the Code of the City of Fort Worth (1986), as amended, prohibiting discrimination in employment practices. 8 WAGE RATES: All bidders will be required to comply with provision 5159a of "Vernons Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth, Texas, and set forth in Contract Documents for this project. 9. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering Director for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. C 10. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or $250,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto", defined as autos owned, hired, and non- owned). Additional lines of coverage may be requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders - Item 16. ADDITIONAL INSURANCE REQUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. D. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms SPECIAL INSTRUCTIONS TO BIDDERS -3- or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. �^ E. Insurers must be authorized to do business in the State of Texas and have 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 $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 herein. M. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. It. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non- resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. SPECIAL INSTRUCTIONS TO BIDDERSLltl.v , -4- "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if the project is funded in whole or in part with federal funds. �'- The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. 12. MINORITY/WOMEN BUSINESS ENTERPRISE: In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with Documentation) and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non- responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information: 1. Name of Contract 2. Name of M/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 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 must meet the terms of 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 a brief explanation. SPECIAL INSTRUCTIONS TO BIDDERS 5 • 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. 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 Summary Payment Report Form to reflect the total participation from ALL (M/WBE and non-M/WBE's) 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 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. SPECIAL fNSTRucTIONS TO BIDDERS -6- r� 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 r- or to reject the proposal. 14. PAYMENT FINAL PAYMENT PROJECT ACCEPTANCE AND WARRANTY: The contractor will receive full payment (less 5% retainage) from the city for each pay period. Payment of the retainage will be made with the final payment upon acceptance of the project as being complete. 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. The warranty period shall begin as of the date that the final punch list has been completed. 15. OZONE ALERT DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "OZONE ALERT DAYS". Typically, the Ozone Alert season within the Metroplex area runs from May through September, with 6:00 a.m. - 10:00 a.m, being critical ozone forming periods each day. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Ozone Alert by 3:00 p.m. on the afternoon prior to the alert day. On designated Ozone Alert Days, the Contractor shall bear the responsibility of being aware that such days have been designated Ozone Alert Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires substantial use of motorized equipment. However, the Contractor may begin work earlier if such work minimizes the use of motorized equipment prior to 10:00 a.m. 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 Ozone Alert Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. 16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: A. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in. 406.096) - includes all persons or entities performing all or part of the services the contractor has and rlaken to perform on the project, regardless of whether that person has employee SPECIAL INSTRUCTIONS TO BIDDERS 7 � - .. 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. k E. The contractor shall obtain from each person providing services on a project, and provide to the City: (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the i 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 7 services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 1. 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 SPECIAL INSTRUCTIONS TO BIDDERS -8- requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7 contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. ,M. 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' PM 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 SPECIAL INSTRUCTIONS TO BIDDERS -9- 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 I 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 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 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 plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents or employees acting on their behalf, shall specify in solicitations or advertisements for employees to work on those contract a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants that it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the Policy in the performance of this contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not • unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply with the ADA's provisions and any other applicable federal, state, or local laws concerning disability and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the ADA in the performance of this contract. END OF SECTION 7 SPECIAL INSTRUCTIONS TO BIDDERS - 10- BID PROPOSAL PROPOSAL (This proposal must not be removed from this book of Contract Documents). TO: Gary W. Jackson City Manager City of Fort Worth, Texas PROPOSAL FOR: The furnishing of all materials, except materials specified to be furnished by the City, equipment and labor FOR: SUBDRAIN IMPROVEMENTS FOR: 1. BUCKSKIN COURT 2. BLUE WATER LAKE DRIVE 3. ARBOR RIDGE DRIVE 4. PACIFIC PLACE PROJECT NUMBER: C 200 541200 204270007783 I4P Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans, specifications and the site, understand the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor,equipment and materials necessary to fully complete the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth, Texas. The Contractor must be pre- qualified in accordance with the Transportation and Public Worksd Department of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council,the bidder is bound to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required for the performing and completing of the said work within the time stated and for the following sums,to wit: (Furnish and install, install all appurtenant work, complete in place, the following items.) P-1 Subdrain Improvements Project No. C 200 541200 204270007783 (Buckskin Court) Item Approximate Description of Item With Unit Amount No. Quantity Bid Price Written In Words Price Bid 1A 1 EA Proj t Deination ig @ y Dollars d° and Cents $ $ �Jd� EA 2A 432 LF 6" PVp Subdraid with Gravel and Filter Fabric @ 2 Dollars j1 ct. and /7w Cents $ _AO $ !/� 8 7Z Per Linear Foot 3A 269 LF 6" PVC by Short Bore @< / Dollars Q Qo dd and hu Cents $ 5��� $ Per Linear Foot 4A 5 EA 66"" PVC C rain eanQut with Riser and Cap Dollars do- and /hg Cents $ $ Z!Oen Per Each 5A 2 EA Connect 6" PVC Subdrain to Existing Storm DrainInl �, � $j @ art; , c,,✓1 Dollars / and �w Cents $ l Z � $ Per Each 6A 5 EA Reroute Existing Drain from Curb Penetration to Connection with Proposed Subdrain including cleanout, lip nd tee at subdrain. @ j j�/^� Dollars and Cents $ we- $ Per Each 7A 20 LF 6-Inc�oncrete Curb @ Dollars a and � Cents $ Q $ Per Linear Foot 8A 20 SY Permane Pav rn nt Repair Per Fig. 2000-2 @�'iae/ � [ y Dollars $ DS ' $ Z �� and /Lw . Cents —L Per Square Yard P-2 Subdrain Improvements Project No. C 200 541200 204270007783 (Buckskin Court) Item Approximate Description of Item With Unit Amount No. Quantity Bid Price Written In Words Price Bid 9A 20 SY Remove and Dispose of Existing Concrete Driveway, Sidewalk, Leadwalk, Concrete Pavement, Wheelchair Ramp and Attached Curb and G64ter Including Saw Cutting. @ Dollars and Cents $ $ 3 7,0' Per Square Yard 10A 18 CY Topso @ eti Dollars and /As; Cents $ $ Per Cubic Yard 11A 124 SY Sod @ ,(iw- Dollars 25 �- and-- Cents $ S $ 5 Per Square YJYd 12A 1 LS Utild ItmeJ Dollars and rives Cents $ 2,000.00 $ 2,000.00 Lump Sum Subtotal Buckskin Court u P-3 i _ . . 'p]qp 4+:1i D 9 T. L•'vU:VUIIp SG�10 Subdrain Improvements Project No. C 200 541200 204270007783 (Blue Water Lake Drive) Item Approximate Description of Item With Unit Amount No. Quantity Bid Price Written In Words Price Bid 1B 1 EA Proiect Designation Si @ Dollars and Cents $ 73d $ 73C� EA 2B 377 LF 6" PyQ Subdrain with Gravel and Filter Fabric @ Dollars and % e hx _Cents $ Per Linear Foot 3B 134 LF 6" PVCore @ Short Dollars and + Cents $ ! $ IT 70 Per Linear Foot 4B 4 EA 6" PVC Su bd rain C leanou ith Riser and Cap @ � JDollars �S� and 1h,v Cents $ $ !J Per Each 5B 1 EA Connect 6" PVC Subdrain to Existing Storm Drain Iril it, Dollars � �� / zlal_ and A10 Cents $ $ Per Each 6B 2 EA Reroute Existing Drain from Curb Penetration to Connection with Proposed Subdrain inciu ing cl nout, c a d tee at Subdrain. @ J !W= Dollars and ,/Yw Cents $ $ Per Each 713 25 LF 6•Inch,Concrete Curb @ rr Dollars 06 and 41V Cents $ $ 04"` Per Linear Foot 8B 23 SY Permant Pavoment Repair Per Fig. 2000-2 @G ',►.: Wo,,Lftd d� DollarsZ and ✓Lv. Cents $ p� 0 $ Per-Sq-uare Yard P-4 Subdrain Improvements Project No. C 200 541200 204270007783 (Blue Water Lake Drive) Item Approximate Description of Item With Unit Amount No. Quantity Bid Price Written In Words Price Bid 96 23 SY Remove and Dispose of Existing Concrete Driveway, Sidewalk, Leadwalk, Concrete Pavement, Wheelchair Ramp and Attached Curb ander Including Saw Cutting. ,�/'f @ Dollars 2�dg.V" and 41.) Cents Per Square Yard r dr✓ 106 16 CY Tops @ Dollars and /hs, Cents $ / $ Per Cubic Yard G-4W 11B 109 SY Sod _ @ Dollars Zr and Cents $ $ Per Square Y d IV 12B 1 LS Utilit Ad' ent @ Dollars and / Cents $ 2,000.00 $ 2,000.00 Lump Sum Z� Subtotal Blue Water Lake Drive $ Z 7 w r 1 d Fit" P-5 .. Subdrain Improvements Project No. C 200 541200 2042700077883 (Arbor Ridge) Item Approximate Description of Item With Unit Amount No. Quantity Bid Price Written In Words Price Bid 1C 1 EA Proj t Desi g .ation�igri 1. and lklt� Cents $ $ *-?30- EA 2C 221 LF 6" PVC Subdoin#ith Gravel and Filter Fabric @ c Dollars va 2 and My Cents $ 3 $ S D 3 Per Linear Foot 3C 3 EA 6" PVC Subddr�in Cle out with Riser and Cap @ o` "1y r,AVI Dollars and AK-_ Cents $ fid` $ �� Zcz) Per Each 4C 1 EA Connect 6" PVC Subdrain to Existing Storm Drain nl @ I 4 ollars CK and fh.c) Cents Per Each 5C 1 EA Reroute Existing Drain from Curb Penetration to Connection with Proposed Subdrain including cle,_,��}}nout, ap nd tee at subdrain. @_e��/� Dollars and / Cents $ a $ Per Each a 6C 7 LF 6-Inc Concrete Curb @ Dollars a �- and /h.a Cents $ a_ $ Per Linear Foot 7C 14 SY Per ane Pavement Repair Per Fig. 2000-2 0", .�Dollars and ,v Cents $ as $ L 1767— Per Square Yard 8C 14 SY Remove and Dispose of Existing Concrete Driveway, Sidewalk, Leadwalk, Concrete Pavement,Wheelchair Ramp and Attached Curb and G er Including Saw Cutting. @ Dollars roa and m.• Cents $ $ ZZ ` Per Square Yard I' P-6 i Subdrain Improvements Project No. C 200 541200 2042700077883 (Arbor Ridge) Item Approximate Description of Item With Unit Amount No. Quantity Bid Price Written In Words Price Bid 9C 10 CY Tops - @ Dollars / d` and lh,111 Cents $ _ $ Per Cubic Yard 10C 69 SY Sod , @ Dollars ��_ �_ and Cents $ S $ 3 CV Z Per Square Yard 11C 1 LS Utility Adj4stmen� t°. �.� 'Dollars ands Cents $ 1,500.00 $ 1,500.00 Lump Sum Subtotal Arbor Ridge Drive $ 1702— s, P-7 Subdrain Improvements Project No. C 200 541200 204270007783 (Pacific Place) Item Approximate Description of Item With Unit Amount No. Quantity Bid Price Written In Words Price Bid 1D 1 EA P@roJVt Deati�g�i jJ -� — ollarsa. 730 C+- and /tw Cents $ 3�- $ EA 2D 110 LF 6" PVC Subdr in with Gravel and Filter Fabric @Dollars and /Puu Cents $ `7 J $ / 3d Per Linear Foot 3D 60 LF 6" PVC by Short ore @ e� ^ t Dollars L �` and /ho Cents Per Linear Foot 4D 2 EA 6" P C Subd�aii Clea out ith Riser and Cap @'5E _'FY Dollars b Q and /Yw Cents $ T S Per Each 5D 1 EA Connect 6" PVC Subdrain to Existing Draip lnl @ 1�, ollars and /4.6 Cents $ Z $ L Per Each 6D 4 EA Reroute Existing Drain from Curb Penetration to Connection with Proposed Subdrain including cleanout,Nnd tee at Subdrain. Dollars a- Q /1111, Cents $ L�G $ and / OQ Per Each 7D 5 CY Tops p*I ` �„ Dollars and /1 Cents $ �! $ Per Cubic Yard 8D 37 SY Sod @ A.(� Dollars and &! Cents Per $ $ Per Square Yard 7 7 P-8 Subdrain Improvements Project No. C 200 541200 204270007783 (Pacific Place) Item Approximate Description of Item With Unit Amount No. Quantity Bid Price Written In Words Price Bid 9D 1 LS viii Adj�tmentj�,wleojl-larts� Ch1 and A-0 Cents $ 1,500.00 $ 1,500.00 Lump Sum Subtotal Pacific Place $ ' P-9 Subdrain Improvements Project No.C 200 541200 204270007783 (Summary) BUCKSKIN COURT $ BLUE WATER LAKE DRIVE $ ARBOR RIDGE DRIVE $ Ozl 2� PACIFIC PLACE $ 1 .3 -7/ n TRAFFIC CONTROL $ A TOTAL $ 12, PROPOSAL (Continued) Within ten (10)days after acceptance of this Proposal,the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, FM for the faithful performance of the Contract. The attached bid security in the amount of 5 percent is to become the property of the City of Fort Worth,Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth,as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Transportation and Public Works Department Projects, including latest revisions, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. i The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within ten (10) calendar days after issue of the work order, and to complete the contract within ninety(90) calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable) ❑ A. The principal place of business of our company is in the State of Nonresident bidders in the State of , our principal place of business, .. are required to be percent lower than resident bidders by state law. A Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. P-11 Receipt is acknowledged of the following addenda: Addendum No. 1 Addendum No. Addendum No. 3 Respectfully submitted, A4 c,L-A 6,,96!2I Cont 2,,7on� C By: Title 2-0! /U 4, 2c/-A S7"- - 1-x 76,1� Address 91 -?- &Z,q— q3" I Telephone (SEAL) If Bidder is Corporation - Date: 1 -Z �/ Q P-12 VENDOR COMPLIANCE TO STATE LAW The 1985 session of the Texas Legislature passed House Bill 620 relative to the award of the contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non- resident(out of state contractors whose corporate offices or principal place of business are outside the state of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. The principal place of business of our company is in the State of Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER: A Company: PAu- -k6ggA7 6444ST e&,Tl+*-J P4^�/ By: 411,L 00 4Srf J0fl£•LsG^J (please print) Title: 026-5toe,v r (please print) Address: Z`1 A S� T k -7G to Ci " Telephone: S17 - & 2_1 — q3 7 f This form must be returned with your quotation. i ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilizatim f6m P03 : 07 IN PRIME COMPANY NAME: Check applicable block to describe prime PX t MNV/DBE NON-MNV/DBE pop PROJECT NAME: Subdrain Improvements for Buckskin Court,Blue water Lake Drive,Arbor id a Drive and Pacific Place BID DATE July 29,2004 ity's M/WBE Project Goal: Prime's MNVBE Project Utilization: PROJECT NUMBER C 200 541200 204270007783 9% 5 % 08-n5-u4 P03 : 07 IN 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 after 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 M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications MIWBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1"tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the 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 Minority/Women Business Enterprise(M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE 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 ATTACHMENT 1A FART_ WORTH Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers,regardless of status; i.e., Minority,Women and non-M/WBEs. Please list MNVBE firms first, use additional sheets if necessary. Certification N (check one) SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail Address e M w C x M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B R 0 B E E C T E A L �-�J6" 5A,va .701 Derma i.�, ✓ 3LSy s 7 4/oa+L, e/7- e3y- 7/ r;l &1-7-e34f- eZrly 4,F" 'AAR'1H �4!/I«j♦ //✓C 1-,A✓I/rS 1i Y 11 Too M rill r, . I/+l!<y 24. ��M IR1v���,Tt 7Gvyo � y ✓ �ZYicaD �DACICd✓Nbr4- /•��t�Frc w �v. f3ot /223 7 I r.c4 Is/o��(r Ti[ 71/1/ 15,. Krccc�,c, 7x 74 7 y h: I ✓' 37- Hyyo �ej y3G. s !07 (3a✓Dacrrlc T,c 7 g/�- yN9- SoTO 0117- 21 y9- 4> 397 6r—) Rev. 5/30/03 i ATTACHMENT 1A FORT 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 N (check one) SUBCONTRACTOR/SUPPLIER T Company Name i n „�, N T Detail Detail Address a AA W C X M Subcontracting Work Supplies Purchased Dollar Amount VY Telephone/Fax r B B T D E E R O B C T E A Rev.5/30/03 i ATTACHMENT IA FORT WORTH Page a of a Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 5 7v 3 y �— Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 7G JG TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ �/N3 1 ye -._- 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 ChangelAddition. 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 MM/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. Authorized nature Printed Signature Tme Contact Name/Title(if different) 1 Atc e/7- G Zy- 935'/ i'7— G L r— r_4y1 CompanyNO" Telephone and/or Fax '�� /•I/Lc�.� Q O1E6'HoO'c. Co— Address E-mail Address ra.-( s, zvwy Cep Date r Rev.5/30/03 ATTACHMENT 1C Page 1 of 3 FORT WORTH City of Fort Worth 08-05-04 Pos : uo l ,v Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe 0 _T rime L i L rr i o.✓J�ry .7iv.� s. M/W/DBE NON-M/W/DBE PROJECT NAME: Subdrain Improvements for Buckskin Court,Blue Water Lake Drive, Arbor Ridge Drive and Pacific Place BID DATE July 29,2004 City's M/WBE Project Goal: PROJECT NUMBER C 200 541200 204270007783 9% 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 complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and �. submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. 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 OFF� IRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2° tier. am (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities MF HA116- OFiC 13Y Q/= % Samoa A✓/- /,-' Spvc, r1pr Rev.05/30/03 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current(not more than three (3)months old from the bid open date) list of MIWBE subcontractors and/or suppliers from the City's MIWBE Office. V Yes Date of Listing 5 / 7 ic- 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? Poo' 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 MIWBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MIWBE firm, 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 MIWBE name, date, time, fax number and documentation faxed. NOTE: If the list of M1WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If 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 list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential MIWBEs or information regarding the location of plans and specifications in order to assist the MIWBEs? ✓` Yes No 6.) Submit documentation if MIWBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MIWBE 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 C-11 7 34"6—oS/U &/7 I�,rrr�a► �✓cx i� �vJ— /�z- ,j.�.., j3.ow�®o- ,.� e� °` !�."� -_••� �; s ..Y Rev 05/30/03 OW ATTACHMENT1C MW Page 3 of 3 ADDITIONAL INFORMATION: - Please provide additional information you feel will further explain your good and honest efforts to obtain MIWBE participation on this project. w- 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 C will b contacted and the reasons for not using them will be verified by the City's O e. Authorized Sig ature Printed Signature Title Contact Name and Title(if different) 'Aft ALfJ/?7 �OvJ7i¢✓`!/aw C7. el7 67-q_93 ef7- 6Z'5--Zg141 Company Name Phone Number Fax Number Address // / .yam Email Address RT WOr7'4 /C�CAf '7Gf/1L A,4. "s, 2f�kJ� . r City/State/Zip Date Rev.05/30/03 o o• n• nee H U � CL � w 09 c7 z .00 a z I ,G • A p V SPECIAL PROVISIONS PW SPECIAL PROVISIONS (TRANSPORTATION & PUBLIC WORKS DEPARTMENT) FOR: SUBDRAIN IMPROVEMENTS FOR: 1. Buckskin Court 2. Blue Water Lake Drive 3. Arbor Ridge Drive 4. Pacific Place PROJECT NUMBERS: Project No.: C 200 541200 204270007783 1. SCOPE OF WORK: This project consists of theconstruction of 6" subdrain with all appropriate repair, adjustment, and related items. 2. AWARDING OF CONTRACT: Contract may not necessarily be awarded to the lowest bidder. The City Engineer shall evaluate and recommend to the City Council the best bid which is considered to be the best investment to the City. 7 3. WORK ORDER ISSUANCE: All utilities and right-of-way easements are expected to be clear and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities, rights-of-ways, easements and/or permits are cleared or obtained. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 4. WORKING DAYS: The Contractor agrees to complete the Contract within the allotted number r of calendar days. If the Contractor fails to complete the work within the number of calendar 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. 5. INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid. When the quantity of the work to be done or materials to be furnished under any major pay item of the contract is more than 125% of the quantity stated in the contract, whether stated by Owner or by Contractor, then either party to the contract, upon demand, shall be entitled to negotiate for revised consideration on the portion of work above 125%of the quantity stated in the contract. When the quantity of the work to be done or materials to be furnished under any major pay item of the contract is less than 75% of the quantity stated in the contract, whether stated by Owner or by Contractor, then either party to the contract, upon demand, shall be entitled to negotiate for revised consideration on the portion of work below 75% of the quantity stated in the contract. SP-1 �y This paragraph shall not apply in the event Owner deletes a pay item in its entirety from this contract. A major pay item is defined as any individual bid item in the proposal that has a total cost equal to or greater than 5 percent of the original contract. A minor pay item is defined as any individual bid item included in the proposal that has a total cost less than 5 percent of the original contract. In the event Owner and Contractor are unable to agree on a negotiated price, Owner and Contractor agree that the consideration will be the actual field cost of the work plus 15% as described herein below, agreed upon in writing by the Contractor and Department of Engineering and approved by the City Council after said work is completed, subject to all other conditions of the contract. As used herein, field cost of the work will include the cost of all workmen, foremen, time keepers, mechanics and laborers; all materials, supplies, trucks, equipment rental for such time as actually used on such work only, plus all power, fuel, lubricants, water and i similar operating expenses; and a ratable portion of premiums on performance and payment bonds, public liability, Workers Compensation and all other insurance required by law or by ordinance. The Director of the Department of Engineering will direct the form in which the accounts of actual field cost will be kept and will recommend in writing the method of doing the work and the type and kind of equipment to be used, but such work will be performed by the Contractor as an independent Contractor and not as an agent or employee of the City. The 15% of the actual field costs to be paid to the Contractor shall cover and compensate him for profit, overhead, general supervision and field office expense, and all other elements of costs and expense not embraced within the actual field cost as herein specified. Upon request, the Contractor shall provide the Director of the Department of Engineering access to all accounts, bills and vouchers relating thereto. 6. RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor, any part of the project:, or the entire project, at any time before the Contractor begins any construction work authorized by the City. 7. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the office of the Department of Engineering, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 8. CONTRACT DOCUMENTS: 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 f SP-2 i A 7 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 7 Director of the Department of Engineering. 9. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of one(1) year from the date of final acceptance of this project by the City Council of 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. 10. CONSTRUCTION STAKING: Construction stakes for line and grade will be provided by the City as outlined on P-17, Standard Specifications for Construction, City of Fort Worth. IL TRAFFIC CONTROL. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 19, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been ereceted by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department; Signs and Markings Division (Phone number 871-8075), to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly, or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is complete. 12. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information 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 Council for final approval or disapproval; and the action thereon by the council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary extension of time, his application for which shall, however, be subjected to the approval of the City Council; and no extension of time shall release the Contractor or the surety on his ri performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. 13. 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 �" SP-3 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 "Barricades and Warning and/or Detour Signs", Item 524, and/or shown on the plans. Construction signing and barricades shall conform with "1980 Texas Manual on Uniform Traffic Control Devices, Vol. No. I". During the construction of this project, it is required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Engineer. 14. 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 I Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses 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 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. 15. ZONING REQUIREMENTS: During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. All objectionable matter required to be removed within the right-of-way and not particularly ,. described under these specifications shall be covered by Item No. 102, "Clearing and Grubbing" and shall be subsidiary to the items of the contract. Final cleanup work shall be done for this project as soon as the paving and curb and gutter have been constructed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. 16. QUALITY CONTROL TESTING: (a) The contractor shall furnish, at its own expanse, certifications by a private laboratory for all materials to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall r, SP-4 ` All, IRK kcllff FYI YLL�e provide manufacturer's certification for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of in-place material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any test of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the contractor for operations requiring testing. The contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. (e) The contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall �pccify the name of the pit supplying the fill material. 17. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 18. 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. 19. SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract. (a) a warning sign not less than five inches by seven inches, 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, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES" (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except backhoes or dippers, and insulator links on the lift hood connections. SP-5 (c) When necessary to work within six feet of high voltage electric lines, notification shall be given to power company (TU Electric Service Co.) Which will erect temporary mechanical barriers, de-energize the line, or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of such calls to TU Electric Service Company, and shall record action taken in each case. (d) The Contractor is required to make arrangements with the TU Electric Service Company ^' for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 20. WATER DEPARTMENT PRE-QUALIFICATIONS: Any contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. 21. RIGHT TO AUDIT: u (a) Contractor agrees that the City shall, until the expiration of three (3) years after of final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payments under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (c) hereof. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse contractor for the cost of copies as follows: 1. 50 copies and under- 10 cents per page. 2. More than 50 copies - 85 cents for the first page plus fifteen cents for each page thereafter. SP-6 � �v�A v. n�.ry^ U� �ILSb�t IA ? tii G (d) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and conduct audits in compliance a with the provisions of this section. The City shall give reasonable advance notice of intended audits. (e) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payments under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits CONSTRUCTION NON-PAY ITEM NO. 1 -CLEARING AND GRUBBING: I" All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing". However. no direct payment will be made for this item and it shall be considered incidental to this contract. 1 NON-PAY ITEM NO. 2 - SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specification Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM NO. 3 -PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shurbs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys. This permit can be obtained by calling the Forestry Office at 871- 5738. All tree work shall be in compliance with pruning standards for Class II Pruning as decided by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds i due to the Contractor by the City. NON-PAY ITEM NO. 4—MAILBOX PROTECTION OR RESTORATION Mailboxes shall be protected in place by hand excavating or short boring, or mailboxes may be replaced, or mailboxes may be temporarily moved and returned to their original position. Mail service must not be SP-7 TY 31E �� disrupted. If necessary, temporary mailboxes shall be installed. A quantity of 3 If for "short bore" as discussed in Pay Items 3A, 313, and 3D has been added for each mailbox affected. Should temporary mailboxes be required to maintain mail service, no separate pay will be considered. NON-PAY ITEM NO. 5 -PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of resident's property If the Engineer does not feel that the job site has been kept in an orderly condition, on the next estimate payment(and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. NON-PAY ITEM NO. 6—PROJECT SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference. This schedule shall detail all phases of construction, including project cleanup, and allow the contractor to complete the work in the allotted time. This schedule will also provide the Construction Manager with an estimated completion date of work to be performed under this contract. Contractor will not move on to the job site nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in. Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved in producing and maintaining the project schedule shall be subsidiary to this contract. PAY ITEM NO. IA. 1 B, 1 C, l D -PROJECT DESIGNATION SIGN: The Contractor shall construct and install 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 of 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 construction. The work, which includes the painting of the signs, installing and removing the signs, furnishing the I materials, supports and connections to the support, and maintenance shall be to the satisfaction of the Engineer. SP-8 ' i� +Y'NV 0 The unit price bid per each will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. PAY ITEM NO. 2A,2B,2C, 213—6" SUBDRAIN WITH GRAVEL AND FILTER FABRIC: This item shall be governed by Standard Specifications for Street and Storm Drain Construction Item 500 "Subdrains" except as modified herein. Subdrain shall be installed in accordance with the "PERFORATED SUBDRAIN SECTION" detail. Pipe and fittings shall be Polyvinyl chloride plastic pipe meeting the requirements of ASTM D1785. Non- perforated outlet pipe shall be constructed of PVC Schedule 40 pipe meeting the requirements of ASTM D2655. See Detail Drawing S-S1 1. The unit price bid per linear foot shall prevail regardless of the material installed above the 6 inch subdrain. After digging the trench and prior to installing the perforated drain and washed rock, line the trench bottom and sides with geotextile fabric. The geotextile fabric shall overlap the top of the washed rock prior to installing the tamped material or the Poly drain. The geotextile fabric shall meet the requirement of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS Item 2.23.3. r Measurement and payment shall be based on the linear foot amount bid and installed for this item and shall include saw cutting, excavation, furnishing and placing geotextile fabric, perforated pipe, non- perforated pipe, washed rock, and fittings that are not specifically included in other bid items, backfill, and for all labor,equipment, tools, materials and other incidentals necessary to complete the work. PAY ITEM NO. 3A, 3B,3D— SHORT BORE At location shown on the plans for a subdrain to be "short bored", the subdrain shall be installed by carefully hand excavating or similar non-disruptive means. The unit price bid per linear foot"Short Bore *� proposed 6" subdrain" shall be full compensation for furnishing and installing the 6" subdrain. The estimated quantities as shown in the bid proposal are inclusive of the average linear foot quantity for each item as shown below: Drives—20 If Trees—4 If Mailboxes—3 If Water Meters(Located outside of driveway areas)—2 If PAY ITEM NO.4A, 4B 3C 4D —6" SUBDRAIN CLEANOUT WITH RISER AND CAP: This item shall include the installation of 6" diameter cleanouts both in-line and at the upstream end(s)of proposed subdrain. The fittings shall be Polyvinyl chloride plastic pipe meeting the requirements of ASTM D 1785. Install a 45° wye at in-line cleanout locations or a 45°bend end of line cleanout locations and extend 6" Schedule 40 pipe meeting the requirements of ASTM D 2665 to a 45°bend with a cap such that the cap is flush with the road or parkway surface. Measurement and payment shall be based on the unit price bid per each "6" Subdrain Cleanout with Riser and Cap" and shall include excavation, furnishing and placing all necessary fitting and riser pipe, SP-9 ICITY WCV �i11115,ff Ff. a p�, fix. backfill, and for all labor, equipment, tools, materials and other incidentals necessary to complete the work, including PVC, cast iron, or recessed cap as required. PAY ITEM NO. SA, 5B,4C, 5D—CONNECTION TO EXISTING STORM DRAIN INLET: The Contractor shall determine the exact location, elevation, configuration and angulations of existing storm sewer inlet or concrete channel prior to manufacturing of the connecting piece. Any differences in locations, elevations, configuration, and or angulations of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction. The cost of removing any existing concrete plug or cutting into the existing inlet, pipe or box culvert shall be included in the cost of connection. All cost incurred shall be included in the unit price bid for the appropriate connection. r PAY ITEM NO. 6A. 6B 5C 613— REROUTE DRAIN FROM CURB PENETRATION TO � * CONNECTION WITH PROPOSED SUBDRAIN INCLUDING CLEANOUT CAP AND TEE AT ,3 SUBDRAIN: This item shall include removal of the existing drain lines that are routed through the curb, at the locations designated on the plans or as directed by the engineer, and rerouting the drain lines to the proposed subdrain. The contractor shall install a cleanout with cap flush to the parkway grade; route a PVC pipe matching the size of the existing drain lines or 4" minimum from the proposed cleanout behind the curb to a tee at the proposed subdrain line. The Polyvinyl chloride plastic pipe shall be Schedule 40 pipe meeting the requirements of ASTM D2665. Measurement and payment shall be based on the unit price bid per each "Reroute Drain from Curb Penetration to Connection with Proposed Subdrain including cleanout, cap and tee at subdrain" and shall include excavation, cutting the existing pipe, furnishing and placing all necessary fittings and riser pipe, backfill, and for all labor, equipment, tools, materials and other incidentals necessary to complete the work. Patch concrete curb subsidiary to this item. PAY ITEM NO. 7A 7B, 6C—CONCRETE CURB: The unit price bid for this item shall include complete installation of 6" concrete curb per Drawing S-S2. Payment for curb, per linear foot, shall be made once installation has been completed, including backfilling and finished grading. PAY ITEM NO. 8A 813. 7C—PAVEMENT REPAIR PER FIG. 2000-2: The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figure p 2000-2 Reinforced Concrete Pavement dated 3/6/01. ,.� Limits of pavement removal shall be governed by the Plans. This finished grade shall be maintained in a serviceable condition until the paving has been replaced and as governed by Figure 2000-5 dated 3/5/01. All residential driveways shall be accessible at night and over weekends. A permit must be obtained from the Department of Engineering Construction Services Section by the i Contractor in conformance with Ordinance No. 3449 and /or Ordinance No. 792 to make utility cuts in the street. The Department of Engineering will inspect the paving repair after construction. This permit low SP-10 7 d A requirement may be waived if work is being done under a Performance Bond and inspected by the Department of Engineering. r PAY ITEM NO. 9A, 9B, 8C - REMOVE EXISTING CONCRETE VALLEYS CONCRETE DRIVEWAY, CONCRETE WALKS, CONCRETE LEADWALKS ATTACHED CONCRETE CURB AND GUTTER AND CONCRETE PAVEMENT: Standard Specifications Item 104 shall apply for this pay item. This item shall consist of removing �^ concrete valleys, curb and gutter (to normal gutterline) and shall be paid at the edge of valley for street curb radius areas whether the curb and gutter is built with the valley or separately. Driveways shall be removed to the limits as shown on the plans exercising special care to avoid damage to that portion of concrete to remain in place. The edge of removal areas abutting existing concrete areas shall be saw cut. The price bid per square yard shall be full compensation for breaking up, loading, hauling, and satisfactorily disposing of the material in an approved location including all labor, tools, machinery and incidentals necessary to complete the work. i PAY ITEM NO. I OA, I OB, 9C, 7D -TOPSOIL: The proposal quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted) over the parkway area and do not include material deeper than design depth behind the curb. The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site. Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed. PAY ITEM NO. I IA, I IB, IOC, 8D— SODDING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Sodding. DESCRIPTION: Sodding will consist of furnishing and planting Bermuda or St. Augustine grass in in the areas between the curbs and walks, in median strips, or in areas as designated on the Drawings and in accordance with the requirements of this specification. MATERIALS: Sod shall consist of live and growing Bermuda or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a 2" , two inch, minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a 1", one inch, thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and sidewalk shall be the same type grass as adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. SP-11 When so directed by the Engineer, the sod existing at the source shall be watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated. ! CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross sections shown on the drawings and as provided for in other items of the contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either Bermuda or St. Augustine grass placed by the Block method. Block Sodding At locations on the drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left shall be filled with sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compacted solid mass. Surfaces of block sod, which, in the opinion of the engineer, may slide due to the height or slope of the surface or nature of the soil, shall, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the sod firmly in place. k, e When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth. PAY ITEM NO. 12A, 12B, l IC, 9D —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, nor does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the 1 Engineer. Should the contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent(10%)to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. SUMMARY PAY ITEM—TRAFFIC CONTROL This item shall include the cost to provide traffic control, as required by ITEM 11.TRAFFIC CONTROL in these Special Provisions, inclusive of all locations as applicable. i u i SP-12 E CERTIFICATE OF INSURANCE STANDARD FORM BY INSURER mm, DATE(MM/DD/YY) ACORU. CERTIFICATE OF LIABILITY INSURANCE 10/21/04 PRODUCER Aon Risk Services of Texas, Inc. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY Ci tyPl ace Center East AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS 2711 North Haskell Avenue CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE Suite 800 COVERAGE AFFORDED BY THE POLICIES BELOW. 1Dallas TX 75204 USA HONE-(214) 989-0000 FAX-(214) 989-2580 INSURERS AFFORDING COVERAGE INSURED INSURER A: zurlch American Ins c0 Hall-Albert construction co INSURER B: American zurich Ins co 201 NE 29th Street Fort Worth Tx 761060000 USA INSURER C: Arch Specialty Insurance company d INsuRER D: INSURER E: 'C COVERAGES This Certificate is not intended to specify all endorsements,coverages tends,conditions and exclusions of the policies shown: SIR May_;App y THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING z ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE(MM\DD\YY) DATE(MM\DD\YY) LIMITS a to n B GENERAL LIABILITY GLO 39 94 411-01 10/01/04 10/01/05 EACH OCCURRENCE $1,000,000 0° COMMERCIAL PACKAGE rnr. X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) $300,000 CLAIMS MADE X❑OCCUR MED EXP(Any one person) $10,000 n PERSONAL&ADV INJURY S1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: - PRODUCTS-COMP/OPAGG $2,000,000 JECPOLICY E PRO r PROLOC z 6 w Q A AUTOMOBILE LIABILITY TAP 39 94 412-01 10/01/04 10/01/05 COMBINED SINGLE LIMIT X ANY AUTO BUSINESS AUTO COVERAGE (Ea accident) $1,000,000 ALL OWNED AUTOSa BODILY INJURY L SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY NON OWNED AUTOS (Per accident) PROPERTY DAMAGE (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT ANY AUTO OTHER THAN EA ACC AUTO ONLY: AGG C EXCESS LIABILITY ULPO 01824-00 10/01/04 10/01 05 EACH OCCURRENCE $15,000,000 COMMERCIAL UMBRELLA COVERAGE AGGREGATE $15,000,000 OCCUR F] CLAIMS MADE IX DEDUCTIBLE RETENTION A we 39 94 410-01 10/01/04 10/01/05 X WC STATU- oTH- WORKERS COMPENSATION AND WORKERS COMPENSATION TORY LIMITS ER EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $SOO,000 0 E.L.DISEASE-POLICY LIMIT $500,000 - E.L.DISEASE-EA EMPLOYEE S500,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: Project No. c-200 541200 204270007783, Subdrain improvements for Buckskin court, Blue Water Lake Drive, Arbor Ridge Drive, Pacific Place. The city of Fort worth, its officers, employees and servants are named as Additional insureds for all coverages except Workers' compensation. The policies referenced above shall not be cancelled, CERTIFICATE HOLDER ANCELLA!TION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION The City of Fort Worth DATE THEREOF,THE ISSUING COMPANY WILL ENDEAV� Y 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER AIRE�JJ��^�999999{{{{{{��77yydd L FFA 'r I 1000 Th rockmorton Street BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION O Lr4: 11_ J. - Fort worth Tx 76102 USA OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REP ENTpT irn AUTHORIZED REPRESENTATIVE �� c-J" /J �"ia16 7 Jam"J LfFOPi. Attachment to ACORD Certificate for Hall-Albert construction co The terms, conditions and provisions noted below are hereby attached to the captioned certificate as additional description of the coverage afforded by the insurer(s). This attachment does not contain all terms, conditions, coverages or exclusions contained in the policy. I INSURER INSURED Hall-Albert Construction co INSURER 201 NE 29th Street Fort worth Tx 761060000 USA INSURER PP INSURER INSURER ADDITIONAL POLICIES If a policy below does not include limit information,refer to the corresponding policy on the ACORD certificate form for policy limits. POLICY POLICY INSR TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EXPIRATION LIMITS LTR POLICY DESCRIPTION DATE DATE DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEPFNT/SPECIAL PROVISIONS non-renewed and/or materially changed until thirty (30) days, ten (10) days for non-payment, prior notice has been given to the City of Fort worth. waiver of subrogation in favor of the City of Fort worth applies. The policies referenced above are primary to other insurance available to the certificate holder, but only to the extent required by written contract with the Insured, and subject to the policy terms, conditions and exclusions. Certificate No: 570011378754 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 Subdrain Improvements for Buckskin Court, Blue Water Lake Drive, Arbor Ridge Drive and Pacific Place and City of Fort Worth Project No. C200-204270007783. HALL ALBERT CONSTRUCTION CONTRACTOR: 201 N. E. 29th STREET FORT WORTH,TX 76106 w By: Name: 10 67MI) G� QQ� � Title: Date: STATE OF TEXAS § COUNTY OF TARRANT § Before me, the ed au ority, n this day personally appeared known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me A6at he executed the same as the act and deed of L for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this day of , 2 / " �ovEn Notaryublic in and for the State of d�E tt M. �p�b�lc.State of Texts I No;!y�or,Mls-oon Expires Texas k� dune C)1,2006 Bond No. SW8643 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) Hall Albert Construction Company , as Principal herein, and (2) St. Paul Fire and Marine Insurance Company a corporation organized and existing under the laws of the State of(3) Minnesota 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 One Hundred Twenty Eight Thousand, Six Hundred Seventy Six Dollars and Seventy Five Cents Dollars ($128,676.75) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 5t' day of October , 2004, 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: Subdrain Improvements for Buckskin Court, Blue Water Lake Drive, Arbor Ridge Drive and Pacific Place Project No. C200-204270007783. 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 ti 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 5"' day of October , 2004. 4C71 91 Hall-Albert Construction ompany PRINCIPA ATTEST: By: Name: '4L,1P (Principal) Secretary Title: t' (S E A Q Address: 201 N.E. 29th Street Fort Worth, TX 76106 Witness as to Principal St. Paul Fire and Marine Insurance Company SURETY ATTEST: By: Name: Lisa M. Bonnot Secretary Attorney in Fact (S E A Q Address: 385 Washington Street St. Paul, MN 55102 Witnezi as to Surety Telephone Number: 214/570-6633 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond No. SW8643 PERFORMANCE BOND i� THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) Hall Albert Construction Company , as Principal herein, and (2) St. Paul Fire and Marine Insurance Company , a corporation organized under the laws of the State of(3) Minnesota , 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 One Hundred Twenty Eight Thousand, Six Hundred Seventy Six Dollars and Seventy Five Cents Dollars ( $128,676.75 ) 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 5t' day of October_, 2004, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of Subdrain Improvements for Buckskin Court, Blue Water Lake Drive, Arbor Ridge Drive and Pacific Place Project No. C200-204270007783. 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 5"' day of October , 2004. Hall-Albert Constru tion qompany PRINCIP ATTEST: By:_ Name: �N/Luh ST� nlf�r� (Principal) Secretary Title: (S E A L) Address: 201 N.E. 29th Street Fort Worth, TX 76106 Witness as to Principal St. Paul_ Fire and Marine Insurance Company SURETY ATTEST: By: _w. Name: Lisa M. Bonnot Secretary Attorney in Fact (S E A L) Address: 385 Washington Street St. Paul, MN 55102 Witrwis as to Sure Telephone Number: 214/570-6633 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 Kftomey shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond No. SW8643 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That Hall Albert Construction Company ("Contractor"), as principal, and, St. Paul Fire and Marine Insurance Company a corporation organized under the laws of the State of Minnesota ("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 One Hundred Twenty Eiaht Thousand, Six Hundred Seventy Six Dollars and Seventy Five Cents Dollars ($128,676.75), 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 5t' of October , 20 04, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Subdrain Improvements for Buckskin Court, Blue Water Lake Drive, Arbor Ridge Drive and Pacific Place the same being referred to herein and in said contract as the Work and being designated as project number(s) C200-204270007783 and said contract, t 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 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 51" day of October ,A.D. 2004. Hall-Albert Construction Company PRINCIPA ATTEST: By: �- � C! // Name: �;I&L110 (Principal) Secretary Title: pl-�� (SEAL) Address: 201 N.E. 29th Street Fort Worth, TX 76106 Witness as to Principal St. Paul Fire and Marine Insurance Company u SURETY ATTEST: By: � �_,"��� Lisa M. Name: B not Secretary Attorney in Fact (S EA L) Address: 385 Washington Street St. Paul, MN 55102 - Witnes as to Surety Telephone Number: 214/570-6633 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. TheMbul 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. 22824 Certificate No. 2152390 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 FP Sheila Young,Lisa M.Bonnot,Robbi Morales,Don E.Cornell,Jerry P.Rose,Anuj Jain,Luke J.Nolan,Jr.and Chris J.Kutter r Dallas 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 undertakings inquired or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and sealed this 25th day of September 2002 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 SIIPEI F\0.E 6 �M..�MS P�.�xs�yq �Y't't'0 * � Z �CORvWq�>fm i;:�ppON4lF�i �IIICpgWlm R4ttD 1927 �' " 1896 1977 PETER W.CARMAN,Vice President s �:•SEAL,io/ :�SSJLL:i u\ 1951 State of Maryland City of Baltimore THOMAS E.HUIBREGTSE,Assistant Secretary On this 25th day of September 1 2002,before me,the undersigned officer,personally appeared Peter W. Cannan 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. y PB4RI• � f r' My Commission expires the Ist day of July,2006. yO9E city�� REBECCA EASLEY-ONOKALA,Notary Public i� 86203 Rev.7-2002 Printed in U.S.A. 4 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 rp only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and subject to any limitations set forth therein,any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company,and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached;and RESOLVED FURTHER,that Attomey(s)-in-Fact shall have the power and authority,and,in any case,subject to the terms and limitations of the Power of Attorney issued them,to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings,and other writings obligatory in the nature thereof,and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I,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. IN TESTIMONY WHEREOF,I hereunto set my hand this 5th day of October 2004 �rr F\0.E C \'M INf4 .11M�Ugq _L„ZY� P ;¢'O�VOg1>�� =f'�YOR�l�i\� �II n YI•ro,w..� ,+ J'/j[`1// Thomas E.Huibregtse,Assistant Secretary To verify the authenticity of this Power of Attorney,call 1-800-42'"880 np0'*4 j'or the,P6Wer of AltOmu clerk. Please refer to the Power of Attorney number, the above-named individuals and the details of the bond to which the,poik is allwked. +gin ST PA U L St.Paul Travelers Bond 1301 E. Collins Blvd MTRAVELERS Richardson TX 75081 Phone:800-842-0612 Fax:214-570-6405 IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty& Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims F 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3057 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies,coverages,rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective r September 1, 2001. P OST PA V L St.Paul Travelers Bond TRAVELERS 1301 E.Collins Blvd Richardson TX 75081 Phone:800-842-0812 Fax:214-570-6405 IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps the amount of terrorism-related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. F 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 s"' day of October , 20 04 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 Hall-Albert Construction Company 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: SUBDRAIN IMPROVEMENTS: BUCKSKIN COURT BLUE WATER LAKE DRIVE ARBOR RIDGE DRIVE PACIFIC PLACE Designated as project number, C200-204270007783 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the - City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. ` ►" v .; I . 1, n. ' J u l dl l�t';.-UL 1�'.J . 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 ry, within a period of 90 (Ninety) 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 MP 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 n. and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the C-2 negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Texas Government Code Section 2253, as amended, in the form included in the Contract Documents, and such bonds shall be 100 percent (100%) of the total contract price, and the said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 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 ONE HUNDRED TWENTY EIGHT THOUSAND, SIX HUNDRED SEVENTY SIX DOLLARS AND SEVENTY FIVE CENTS $128,676.75 U�LY, 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. s 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. IP C4 Done in Fort Worth, Texas, this the 5"' day of October , 20 04 . RECOMMENDED: C FO R DIRECTOR, DEPAR MENT OF ASSISTANfr*f MANAGER ENGINEERING APPROVED: �G HALL ALBERT CONSTRUCTION 201 N.E.291h STREET (RECTOR, TRANSPORTATION AND FORT WORTH, TX 76106 PUBLIC WORKS ATTEST: (Contractor) CITY SECRETARY (SEAL) BY: (Repre ntative) _ contract Authorization / (TITLE) Date ocj-' j,L_ APPROVED AS TO FORM & (Address) LEGALI (City/State/Zip) A6SISTAJ4T CITY ATTORNEY November 1960 Revised May 1986 Revised September 1992 Revised January 1993 Revised April 1999 Revised June 1999 Revised June 2001 u„ i p ^�r•n�- f GENERAL NOTES AND PLANS f i F GENERAL CONSTRUCTION NOTES 1. The contractor shall furnish a traffic control plan, for all working areas, to the City Traffic Engineer for approval prior to the pre-construction meeting. Two- way traffic must be maintained at all times. One lane of travel around PW construction operations in progress with adequate safeguards will be acceptable on minor streets only. All barricades, warning signs, light devices, and etc., for the guidance and protection of traffic and pedestrians, must conform to the installation shown in the 1980 Texas Manual on Uniform Traffic Control Devices, as currently amended, Texas Department of Transportation. The cost for traffic control shall be subsidiary to the unit prices for this project. PO 2. Contractor is responsible for all trench safety. The contractor shall construct the proposed work utilizing a trench safety plan, prepared by a professional engineer for this project. A trench safety plan shall be submitted at the preconstruction meeting. 3. All work shall be performed in accordance with City of Fort Worth standard specifications for Public Works construction, City of Fort Worth Water Department Standard Specifications, and details, except where modified in these plans or in the special provisions of the contract. 4. The contractor shall distribute letters to all affected property owners 10 days and 3 days prior to beginning work on each property. The letter shall include names and telephone numbers of contractor contacts, a description of the work to be done, and the time frame for doing the work. Copies of the letter shall be Ir forwarded to the city inspector. Distribution of letters shall be considered as s subsidiary to the cost of the project and no additional compensation will be allowed. The contractor shall notify residents 48 hours in advance of performing any work on private property. 5. Contractor shall be responsible for maintaining general safety at and adjacent to the project area, including the personal safety of the construction crew and general public and the safety of public and private property. 6. When it is required that a Contractor work on private property, the Contractor shall contact the property owner 48 hours prior to construction. Once the pipe has been installed or rehabilitated, the Contractor shall immediately commence surface restoration. Surface restoration must be completed to the owner's satisfaction within ten (10) working days. Failure to maintain site restoration, as noted above, may result in deferment of further pipe installation activities. 7. The contractor may elect to video all potentially impacted private property areas prior to work. Video shall include date notation and audio identification of r r property address and storm sewer name. This pre-construction video taping of impacted properties shall be considered subsidiary work. 8. Contractor's personnel shall have identifying clothing or hats at all times. The contractor shall also have identification on all vehicles. 9. Construction activities shall be limited to the hours of 7:00 a.m. to 6:00 p.m. unless approved or directed by the engineer. 10. The location of all sanitary sewer, water, storm sewer,telephone, gas, electric, cable television utilities, driveways, retaining walls, structure, etc., which may be shown on these plans are approximate. The contractor shall verify the exact size, location, elevation, and configuration of all utilities and structures prior to PP construction of the proposed improvements. Contractor shall coordinate with appropriate utility companies and property owners to mark and locate all underground facilities prior to construction. Such verification shall be considered as subsidiary to the cost of project and no additional compensation will be allowed. 11. The proposed subdrain lines at times will be laid close to other existing utilities and structures both above and below ground. The contractor shall make necessary provisions for the support and protection of all utility poles, gas mains, telephone cables, sanitary sewer lines, water lines, electric cables, drainage pipes, utility services, and all other utilities and structures both above and below ground during construction. The contractor is liable for all damages done to such existing facilities as a result of the contractor's operations. 12. The contractor shall preserve and protect or remove and replace (with prior +" approval of affected property owners) all trees, shrubs, hedges, retaining walls, landscaping, etc., in or near proposed construction area. This work shall be considered incidental and not a separate pay item. 13. Contractor shall saw cut existing curb and gutter pavement, driveways, and sidewalks adjacent to existing concrete to remain undisturbed in areas where pavement or concrete is to be removed. Saw cuts will be considered subsidiary to the price bid for linear foot of subdrain. IP 14. Contractor shall protect concrete curb and gutter, driveways, and sidewalks that are not designated for removal. Removal and replacement of these items shall be as designated. At locations where the curb and gutter are to be replaced, the contractor shall assume all responsibility for the re-establishment of existing street and gutter grades. Establishment of grades shall be performed prior to construction and it not a separate pay item, but shall be considered incidental to the project price. r 1 00 15. All embedment shall be in accordance with City of Fort Worth Department of Engineering Specifications. All pavement repairs shall be per City of Fort Worth Transportation and Public Works Pavement Repair Figures 1 to 5. Pavement areas shall receive backfill and temporary pavement repair per details in specs. Nonpaved areas shall receive backfill per details in specs City of Fort Worth Water Department Specifications. 16. Unless specific prior approval is obtained from the Engineer all driveways, which are open cut, shall have at least a temporary riding surface at the end of each day. The temporary surface will be considered a non-pay item. 17. The contractor is responsible for keeping streets and sidewalks adjacent to project free of mud and debris from the construction. The contractor shall cleanup and restore the area of operations to a condition as good as or better than that which existed prior to replacement or rehabilitation of the pipe. 18. The contractor shall remove from the project area all surplus material. This shall be incidental and not a separate pay item. Surplus materials from excavation including dirt, trash, etc. shall be properly disposed of at a site acceptable to the City's Flood Plain Administrator if within the City limits. If the location is not within the City limits, the Contractor shall provide a letter stating so. No excess excavated material shall be deposited in low areas or along natural drainage way without written permission from the affected property owner and the City's Flood Plain Administrator. If the contractor places excess material in the areas without written permission, he will be responsible for all damage resulting form such fill and he shall remove the material at his cost. r 19. All work in the vicinity of existing Light Poles shall be coordinated with the City 0 of Fort Worth Transportation and Public Works Department. I 20. Non Pay Items shall include the following: - r -Brick and Wrought Iron Walls shall be restored to original condition if damaged. -Planters shall be restored to original condition if damaged. -Irrigation Systems shall be restored to original condition if damage. -Light Poles if damaged shall be restored to original condition at the contractors expense. -Water Service Lines shall be restored immediately if damaged. -Any other appurtenances which are not Bid Items shall be protected from damage and if damage occurs the contractor shall restore them to original condition without additional compensation. u - m w VVV Z 'OG' _ OZ N y 2 xo zl=w�a w a a�J F- Lja a s n "".. H W It ww o d CL iN ¢°- a� vwi '" vwi :}P`'.�'`z ° O1 O O MW En a Z y. w< - mow°-asw s •Wm, i o' "'mom^ ,' a Er Y ¢vi iaWa3fn OO0 Z F=z `w wol-a o o tio °1I1as''emi' �= W `sJ wJ Di>oa w N o mp W, m> J�mD� m O J = m " U w a w�?a» I w =a a F.. o'Da w ¢w w U a ¢ av° vxi�o oa>vxiUd in a n 3 § a i NI i I m Ic liry `lj 1 f Z 133HS I33S 3NI�H�IVW . [c % �� moo=�� 3As - 1 /a NIYNO dtl3 KIM _� ¢o ¢ j 1IlONtl3l3 I off `--. 3AS a1M o —_ xIoW B 57 4 N313N ..a \ I 13AS SS;..t -__"`-T,.. M a. � dl 15NM •� _�: .. r O 3 3 ltl /��/ �' i\ !� x08 9 8313H I /M AS tl1M oc'�a •: f�,�'.. te' . dtl3 H1IM. i I� 1M tl3 tl5 LA F r ,° w i.jD oma Z u I +, � I a c IAONV31D 71V= to dV3 N1IM Eoaw p w I � , _.. a . . . ISI ;_ l _ " N,,nIIJ. a^ xae v aWA > J a 1Nyld E` i w ti V' \ 4 N h min_.- •. � .n � _. _-.. ---1 , __-�_ I AS 55 % dth XOB 4 HJ13N Ii I 111111AA Z r JcWp - (` w !11 I .,is = I k" o a I 1 f z ani a O z 03Dw2 SNOWF ; w0 z I I WMI __-._. ---- .._ \ zo XOB 4 8313M ! \ . J f I gLL'sz r E` m <D. �J == = . �a W D U m W W I -Z -� � ; �o ivvOi tOiz�a z¢w, • 7774 oiaziww�zaza .81 m Q z z F Z 'V` bz s 'i cYaFaF a F .S.•; °°01e10° tL'W > O �go w •s iN ai..iw KO v. m e a _ o o •�•o 'w �: : �Y � Y O � 7 K Nc4 �F o a >-z 'm 'o o....a o ., o yr••. " O O Z Y aw �i ops a o °101.•0>...��a U G• m 3 z i wv'io 3J WJ ¢�wuLL; rc vii w O m �w >w o m = W 3� v a?wIL FIL o eu �o¢> ua F 1 m LL w �m - — - hKo O3OW� O 3 1 I pm f€ 1 ! 3�NIl ON3 w¢ �m•.x� u a .L______1__ _..-_ .L.Ntl3lJ;71tl15NI4---- 'w -__-xw I Z ¢¢'^�- m 11.61 z tl31tlM B o—E l`w'm` s �. tl NIl LJ. - 01:133NNO3 oro,wwmmo ¢ II m o ------- 1.a 3O2rmH Oa¢all USW ZQJVJIDOOm - oxoomo ilx-aIT" -------- -__ JAS SS ..b I n 1 dtl3 H1IM ONY3l3 l tl15NI ! 3AS'a1M L_-- .__-.....................__. ! 1 I I wm x � w ,- __ ----------- I. —JAS.SS ..b � c> ffI i 60 I 01 133NNOJ o � I ¢ J c i i N ¢ '•141 ZZ I . _ dtl3 H1IM m.�..._ v \ _... .. 710Ntl313 11tl15N1 1 o 0 < U r .,i ¢w o{ Z t t I a I U mm I r Ia 3�5 55 b7 r- w. _ I N a 7LL- r I w II _.. z Me 4 a313V� ADAS S 551Mb I /M.,3A5 711M 1, J i._. UaW I wF I I.......JAS b!M r. itla0 0 dtl3 HIM 2. a a a�W U ¢W ZF I 3AIi14 NINS�oflB m om m x0s4fa313N Jns U.M a1 �W z a w u n k i /M JAS a1M c_o 831tlM B R.u j""'"+, - '.•J _ - < '.iM i { i � Iz 1IIONtl3l3'1ltl1SNI ._.._... „ 3AS SS •b IVUO a dtl3 H1IM 1f10NY313 llV1SNI _ _.. U I d3 N e xQu� I j /M 3A5 a1M � JAS-ffiM_ H pio 1 _.wax l 133HS �3S 3NIIHOIVW L 133HS 33S 3N�I 3 --____ _- __.._ - - HO1VW I N N_ ::ro wvuae•.,.cww°°vTu�o>omco•{1r�mmc�ir� a>nl o F XZ (n WW w P z > w r, pw Nz w" 0 Ir w > On o w _j o" wu- Vs gp w 0 w MW w Opw- z..... I 2U w �z ,o.o U_ w. D Tw 1 .1 w 02 w V Nk N -1 D m wl I.H -o CL d d 3 HIIM 1nONT31,ulusN I-'- > z, w,- -J Z Z w O G1, w- w OAS ss w- t JN !0ANN 1 M 80 NOANV3;33ANG I 3NII(31,103NNOD- z dV3 HIlM T 0 w. IrIONY31D TlVISNI J w Ld w ------- > z� 7 I w w W, w. (Mol 0) SS "R w i'a I w. 1. o J z10 I oN u�O W -z Pz ------- 5 IS3M ":3A 189 NOANVO 30AN9 iE \3AS IV' ........... ........... col zo, w lz lo UJI o o z I... w—ozMay, w X14 InONV310 TlViSNI oll zz 12 lw OAS —OAS HIM 831W 0 1, OAS V10 A09-P U313V4 /M OAS HIM ------- ----------- JI —bAS SVD z xas 7 H313" 8Vd /,14 OAS HIM OAIG ViSIA N H-2 H. w NIVUO 0 dV3 HIIA InONV313 livisNi z �: am NIVUG 0 JVO HiIA z o 1QUNV313 IlViSNI OAS SVO m my I T o'. 2 x094 83-oh ?M OAS HIM z w... w 'o z —OAS S�_,,.YJ IM mow N U T- w 'I_i w I I _z. 11 wi oxa T z,I t XZ (n a 3 T.T7.7 2. w w I-- w i-m z > mx 2 OE V yw ALP 'w w CL > 1. .1 .0 z ow b W. C3 0 (n a. 2 WO w C, z !V'- 0 0 LL AtLL w w 0 m 0 W> M M 0 ...... 16 0 0 M (n I Tw a, W- A Zml 2 W. �w —01......—I z lo Z 0 ---------- I, L) 8vo HilA InONY3 D il IVISNI .6 co di w 11 z w I. -Gw. I 0 .,wow z .0. J ------- ---------- j.S i3 8a 3Avi tl3ivi%3(1'18913NII ol ID NNUD 3AI8G TAVI: 831VM pnia Ail —------------- z S v xz (n W W WW 2 z Ix R moo 1. F ;1 %z.11.1 wig �wcn N w, 1. 1�91 zv I 0 w, rb. iii w E8 w- 2�E Pw i 1 11 0 z w w w m w, z- w L6 m 0 �t K I I,w I., 'M D ww fl) w —16 w a. 1 115 w 11z 1. ,�w w.% W w w A 7, Iz I U, na IIzw z 0 30VId 3IJI3Vd -7 1, 1 . w w --------—----- ..... .. . az mIvNc a dVI HIIM inoNV313 17iSNI z z AiV3 z w JI w- l. o Mm, w t z 16 2 ow cq w -w� A. wmm o11 ww t cl ss 119, % —,........... dV3 HIM lnIDNV313 IIVISNI z ._ -av3-411M 3AIHO 390I8 809HV InONV310 IIVISNI S3 "-831vm.9 dvo HI 1M. InONV310 17V15NI >: w I E ... i w —w- W121w. —Izw I�..-u w, =Www., am o. w, —w 'w t z. "I �Wwouo 1. w -T >.�w w w. l mWF s s - ml zo i w N XZ (n NSE W L H c��� w �w zrwwa u u 3 F- W m o a r wFr m a NCL w wow ¢ ay 3 HZ ya-=r•iW N r w Se�.....�oo K W ] Ua ap a ,'no rs�s mz. .}p;...:zS` . pp p J U o .mw.a ;� w;.`-'.orz i ��;' o'•. 0 3 �' a o _ w o w y a w— o r ao iw�icw x w v of i "ia S o c W < 0 0ti O p a < x N �rc ww a oi-z o o rc �46ry:•••,Em,.:' 1a.3 d e momo O x Y as W,no UV mu rG.~,mw.u. m m a p J m 3F w� �> WZz.om r- . w w rj f/7 ` Z; wLL�u r'a i i `o `o W V d j a m n, v r Ljg 1 3 a e --- FF i - - ---------------- - - w. i I aom o ; �Nawm ! i <¢x m v fo _.._.__ ____.__,..„._ :. r �"w 00 < u • ¢ .VN3P i>.iC b 'J _ ,k iov�io ; JA'S a31tlM—= I- _��:r» ¢4:�a i 4 - —JAS SS..b a o - NIV 0 B dtlJ H1IM 1nONtl3l ll 1SNI- N J V -V ccG ......__..__.__._._ •i„ -N,._ -_.__ NtlH0d11 <w 1nONtl310 11mm -------- _ f .,.. - .... tlISNI 15NI I —JAS SS.b__.. JAS H31tlM w _.. - lIlOJ .� NI llaNV3lJ_dtla M _11H1tl15NI..._. I i x .-........._ ... ._- ^-`tom' w U c m I i a J _..z.M- U .:.. ~ m JAS UIVM U m N LL G:: w lOn u - ¢w • IfloNy 1 oo imNtl3lJ._.l1VISNI.-._. i F \ 1 F � Cp—SS 9 4V02i 3llIAa343 - _,...._._ ,— U ._ - ....__. ----------- a - o } .- p1��w —1 –' z. I w. z. =d= W — 0 oz<mi I " <oz 3 M d o wrxzH zm< w I m 1 ` wJ I o 11 I LL m a I l ooZo oz ot WZ3aZa I �= J j I i N i_y __J = - c'7 M1�ti L_�:.'..:. =�tl_l(�.n. H �L L^ W A a : w y � m 3 ± S 2 z} y /ol S.� \ ® 0 \ zp0 w \ \ \ ° _ /v/zz2 S d2 o2 2 5 >j°`± ± a < o oz >\/ y S / \ t-j 0, S 3 « \ /± \ \}\\\\ % � \ \ \ > < z / 5 / aw?: \ G e = } of / / � \30 \6z / oyx /zz 32 \ \k/ 39 << ° \ \K \} §§ {�f tzz /_\ «. /_ ® 6 ~^ /\\ \/ o e � � sm }5\ > \� � \ \\ . \% m / / \/\ + LLI _ � 9 &c © G °5 �00LLJ s G %/ / - \© ~ e * / ^ 'NIVI \ \\\ / (\ - / e} \\<\ )\ � m 3 KK \a §o /u/g ~ \ <o/ d Ey4w \/ ) �0 zy \ ui \ c/2 \ » ® , A o Jg w L<' w a oa _W m a ~oma Lw N �O aN UOZO ZO, J W W = Od-WL�ww W 'Lg W0 Of F-- (D ¢UZ OWW�WO JF- W W W F— Z N W W0 W >J O> a""S CL U uy J W ?- �W 0✓Q F-CL a-, Wwq 0 wQ W Q > Q( 00 =Ua � � Fn 0 0_ �a40�< nm0Q 0 < 0 OmaJ ~ z If a ¢ d0z � aF oDa zww AUK N=O Z 0 U a NIM.5'L 0¢a CD Q z W �Nwn mom � U? 0 z n ca iv _ LL Dw > Q �_ cro O 0 <zZ Q�J w W woJ00 00 -j w p w to w W W > `''" a a- ¢ U w Q Q0'X cn o CL Zw W a O Z O=} z O Q d S 0 O Oa 0Q~ a NIW.8'Z o Q O 0 o p o Lq w a 00 F N N a- (.) oo - Oz o W w 3 0o a 3 mWw 3 W O LLJ 0 t0 ' if7 JAW O=W w N a r- cl) = 00 .-�.n U0 F- aw ~00w v=vOQFzj zz 0 WO' W~ Q> WUNw _J 0= S pF N 0 O 0- >— = Q 0 J a-a3F- F O w w o a U6P*AVd-130-q"s\laa4S\OOYO\.!ojpq,Sos!Vi-1000£58L44Z\M13\:d �J 3 J i U Y ¢U F-d N m F-m S Q O SQ m 4 i OH�� � w4Z > W d 3OV- C3 JmO d W r-a¢ m d V m ~ m ~ OW JOQ Y I- O � N WJm z �jJ U ?-W N O V O _ d dO Q W O YM< N 3¢ Z O Q va v _ _ m OU <[u LJ O Z W O (( ) N W m p Z O W Q a W CC �) L Z W w a v J Q w o } CC m QN °'Z W z C z V m N O ¢ Z oa u» z a o rwso a Q m W R NO ZU O Q IJ_ O<4 W O •+cc OZ m aV O X4 V4 O 0r V-1-tnNU W> N H O J W V Y Q C U Z0 > J Z W 4 WZO Q Z O V O Y J m W a U �� z U m F J p d Z CD U0 Q ¢a= V u O CD (V� U z ( I W a I z F > a W z ° o w o W Jz I o a cav CD o o U d Z N n a Z W . I o a w w W J z C: < < dN dU a d d [D w Z mN J ,- c wJ d U JZJJ LL � U O D mdWO Z tr- O 0NNu 2 w 3 N W a Li D N U [ [ W un [ D �o O E Z V p W Y L n a °� o c N a Oa '> O = + O DC N 4 Q N W ~ LI UJ w w >0 O m O C + N m m •-z O 2 W U O O Z J Ci m Q 0 Z O J J W p W m C N V U) + m J W a d N � - N dV-m S x0 Vl + U X V Q O N OW W N lnW > 0 m oma > wc�d wd o� a 3 vVe p n W-0y- o d ^O N zoo w wm m> m z^- w Q N+ J - Vl W m w > L W Q N m - [ D U J J O m W O =1 W 2 L 3y O U U`� Z QQ d -ln w a J J O D .V_ p V-Uw-m 0 0 Nm 4m N^m O 4 Z O 7 N 0> N Z W W d N N U D O S m O _ Oa W 4Nm '-'1- m S W Y J d'.> Z N H C J U ¢ W, m4J F- T O Q 4 mm 4 N2 I-0 43 d m O N O [ U UI-a m�O zo S_m U JN m 0 O L W ¢� m a O Q y U z H W 4.-. W Vim-W Z Y !Wi 3 Q W J OW< I~- N p o omNallo ..J wc� QKU Wd N _ CL E J mo--waw O ww �o m ax O + L zdmmp� Z W W Om F-YOZ 1-N W W O ! LL W 0 0 0 O O m= mp =Jd O J m 0 NJZZOm �D 0-dW UQ ZQ W 4 d V ddt'tU vy W S 3Y OU m J --+ C N U m N x W V Z U J W WU W O OQ O Zd d d L U '-' mQU W Y O Z x> xm z•-•!- Z Z Ox >m 4 O UOm VNZ W vUi a W > w o QN J W O - � d H N O Ln U �6o ilf0xs3U 130-9\��ws�QOVJ� roa P m'iOWfsBiY4Ltx1T:e II I N zo ~ �6d� Z wawa �>¢ • LLo Lu �` z bg�y/ >� cc ? t oLIj Lu W J W F- 4LL •L'm cr0Qzww Z 777 uy d'b Z >a_V)< Qw Yw rL aa�m co< <� Q fst� m x�ao (nw U o'o w v v) v)In>H D aoo m U U 3 eTri O -------------------------- z c Q c w � J � �m Uz CL1 = o- W Q p Q v Z U U� V`n O H tin S O D Z LLJ Q u 7 a Q J 1 I JI LN �D M r C- � V u6p 00-03SS303a-130-qns\}aayS\OOyO\wojpgnSos!W-1000£99111lZ\M1d\:d CH I I I C 1 1 - ------------- z i z Also i ql� iL Via. -- ---------- lie A 11 4-- win 1 a T TO! tell pit oil! an TO AN mal DUMMY JOINT IN RAMP OPTIONAL PROVIDE EXPANSION JOINT IN 11'- 0" DRIVE WAY ONLY. IF CONNECTING TO EXIST CONCRETE DRIVE. • EXISTING CURB 8 GUTTER,IF REINFORCE 6"DRIVE ti 3 ANY, MUST BE SAWED AS DIRECT- AT I F O.C.B•W. ED BY THE ENGINEER. A REINFORCE 4" WALK 03 R.O.W. LINE AT 18" O.C.B.W. REFERENC; j II'- 0"FOR ISI G�LW j 1 18'-O"FOR �D 8LE DWYIwo All . I I I I STANDARD SIDEWALK 10'-0"MIN. [if N GOW Pp• �O 17'-0"MIN. STANDARD CURB 8 GUTTER, io I I co JOR MATCH DIRECTE EXP. JOINT 20'-0" MIN.SINGLE DWY. EXP. JOINT EXCEPT EXCEPT SLIP-FORMED 27 -0 MIN.DOUBLE DWY. SLIP-FORM L HALF LENGTH PAID AS A ATTACHED CURB (CONC. SIDEWALK SLOPE 1/4" PER PLAN VIEW PAVEMENT ONLY.) FOOT TO FACE OF CURB OR AS SEE STANDARD CUR DIRECTED BY ENGINEER- PARKWAY GUTTER SECTION: PARKWAY WIDTH A I B (SEE TABLE) 18" 4' SIDEWALK 1.3 STANDARD 2" DRIVEWAY AND CURB LAYDOWN / 8 GUTTER PAY LIMITS CURB f 77 1 2"SAND CUSHION OR APPROVED SUBGRADE. SECTION A-A R.O.W.LINE STABILIZED PKWY. WIDTH q B DWY. PAY LIMIT SUBGRADE W/CONCRETE PAVEMENT 10' 1 9' II' TO 14' 2'T05' 9' SIDEWALK SECTION THRU DRIVEWAY POURED SAME THICKNESS AS DRIVEWAE 15'TO19' St o7'1 12 APPROACH I3 PAID FOR AS DRIVEWAY APPROACH. EXISTING SIDEWALK, IFANY, 20'TO22' S'to7� 15' TO BE REMOVED AND REPLACED. REVISED 9/2¢/87 J.A.N./W.1W. DRIVEWAY APPROACH REVISED AUG., 79-D.J.S./W.R.M. REVISED FE8.,'81 -D.J.S./W.R.M. CITY of FORT WORTH' TEXAS - CONSTRUCTION STANI'ARO REVISED MAY, '83-E.F.WJW.R.M. DRAWING NO. S-S 5 DATE : MAY, 1983 361 Addendum 3 Q Z N Z Z ZO O F- O Z F- �' O N O XW i C W WS N p D N Q 2 ¢ W Mo ~ SSII r \ ���I►S•/;,2 O CL � . 3 lit F- cm lit cc 9 q1 co 11V �t � •�iA Q `:.. O O O •. :;� o. • ' 0. ..'.O In • . C7 1 I w JV wi UIAA M N O•'.. > ul (D 0 90 -a u S m Q F- W F Z. J W W Q a > QN � h � � ' ryC ' Z V) w a w T 0 W M W C �.rl� h z `Ql o n a - O u >z `" ' �u o f C < ULj COOZ C < Z cL �- O Z u ~ O - 1•- 02 00 Ln UO X U C ~ uU Z O W j u W Up2 c ALJLA 0 a z Li r O 0CQN 0 - < C-4 � NU7 '� I U V L ►- - U C C U ZWC3,0 Li u3 � w Or}-• LJ Li U _041 > 4. U > z t ~ u J c cW Z x < Cr � C. V - zC CWS < W CL z u = N O O u r d 03 NN0 < Uu •C � � 2C L.1 <J C r > � o O z Q�F- Qz zo LL-W �, O d W N I.. u x Li a L. j < a i \ cCb u W = Q X3 c � u •j QN0 <L Z � zCL <UU W W ►- C3 z •� •. O � . Z �, Z►-C--Li U� a� �W O O � � t UWuZu- pc k 3Z � i W via � 3��CN 0, F-U O ccu U p zw � oZ `+ordr-Vo U � otnz O W WU W u0L- -<oY Z. Ul WCC � � c� QQ C � 3 ;.•'( OL-< OL`~<upC � �U (1 ►C- u 0Zp Wwz O U � UQF,,;. C EL U V~j V) < Z ►- .SFW--. /// \`YV \ >-W a 1 Q u < uLUO S co3F- . : N . - < t W a �-- F- V) -- z } ?w� ia:Z t �l DLL.O(n _L'._ _ Z l.i•Q a t'• - - c 00 F- LL- U�V)� 0 LM LOW QO '. q t- © W { p p C O Z:cuU �� C3 JE..�LJ<� W LiV N � O C _ Li W N � C 0 < f �^ u <p C-p Q. W- { C-4 c ►�'- cv JY x j FSI ytJ �1•�t•'I!`+,`/ .`.!�`.\\c�. ��+\/C�+�t/I�i V� H�T1\�\ W< ` i• Ir J LM a, C LLJ c vTc'c W O fk Li CC W > �I r.�2 <>- op ` O C o j �U O=a 3 i v LC MO J rr .. cc I= o u .\` IJ 1 O o 2 O �w L;J= C) >'a. p Kvo f �¢ x � -- �---------------- �� = j :`: •+. !` �(• ` [�\•• L •+ ;l HSI .1 V, :•16I�\\\.`/!l\\\!/: a w I.UJ= moo< 10 JN ►- WNZ �.aJN�� d >on HJa Wm ••� ~ OZg �J ou N _ yW zd� �� lJ C SCJ � �OWO ice:. ZO t�j rlt Wt{<55 OL110 A > � a %• u oc Q.J-Tt Zw Q4G� u u 7Z p<W ~H+WZN� O CN f-• I..Sr- Zu.ZN i _- I PRo,1ECT DESIGNATION . SIGN r I trY V4 7 • i' !v 2' Ctty 0 Fort Wort r , 0 4, 5 1 t/♦• >r Project Title Contractor: ntractors Name FUN OED BY r 986-88 CAPITAL. IMPROVEMENT PROGRAM 8 t' OMMLUTY DEVELOPMENT 6L.00K GRANT PROGRAM Scheduled Completion Date —Tear I VI- s'- o- L---%� r.r T t &A Cx wtotxM v/ t►u TI LI TTvt s Lt TTv4L"-C:rr Cr ►o R-t v CA-nc-xcoc x.A soon rutz ►t:.4c= Trn_r . Tzot A C-971 IX M L LA TSU O 1 HE71 LETT ERS 14 1�.YE71CA (To be printed on Contractor's Letterhead) Date: DOE No: xxxxr PROJECT NAME: NLkPSCO LOCATION: <XXE> LIMITS OF CONST.: <X-XXXXX..XXX<XXX> Estimated Duration of Construction on your Street : <X.X>days NOTICE OF CONSTRUCTION THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL INSTALL SUBDRAINS AND REPAIR PAVEMENT ON OR AROUND YOUR PROPERTY. YOU WILL RECEIVE A SECOND NOTICE IN ABOUT TEN DAYS SHORTLY BEFORE CONSTRUCTION ACTUALLY BEGINS. IF YOU HAVE ANY QUESTIONS, PLEASE CALL Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY LNSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FL YER HANDY fVHEN YOU CALL. (To be printed on Contractor's Letterhead) Date: DOE No: xxxxx PROJECT NA.NIE: INLAPSCO LOCATION: <X.XE> LLti1ITS OF CONST.: <XXXXX_XX.VCXX�XX> Estimated Duration of Construction on your Street: <X-X>days * * NOTICE * * Construction only three days away DEAR RESIDENT, AS A FOLLOW UP TO OUR PREVIOUS FLYER DATED , THIS IS TO INFORM YOU THAT CONSTRUCTION ON THE ABOVEMENTIONED PROJECT IN YOUR NEIGHBORHOOD WILL BEGIN IN THREE DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL IMMEDIATELY: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR, Mr. <CITY LNSPECTOR> AT <TELEPHONE NO.> PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL.