Loading...
HomeMy WebLinkAboutContract 32003 TA SPECIFICATION AND CONTRACT DOCUMENTS FOR _ _..-... . .. H.M.A. C . SURFACE OVERLAY (2005-12) AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS DOE PROJECT NO. 4773 TPW PROJECT NO . GS93 - 020930522750 2005 MIKE MONCRIEF CHARLES R. BOSWELL MAYOR CITY MANAGER ROBERT D . GOODE, P . E. , DIRECTOR DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS A. DOUGLAS RADEMAKER, P . E . , DIRECTOR DEPARTMENT OF ENGINEERING PREPARED BY TRANSPORTATION AND PUBLIC WORKS- DEPARTMENT ENGINEERING COORDINATION .�®a;k EXHIBIT "A" .............. .......1 :.. SUSAN L SCHWMER ...........—so......... 69469 AL 3 - ar3 -ZO05 City of Fort Worth, Texas !Mayor and Council Communication COUNCIL ACTION: Approved on 5/24/2005 DATE: Tuesday, May 24, 2005 LOG NAME: 20HMAC05-12 REFERENCE NO.: **C-20747 SUBJECT: Authorize Execution of Contract with Austin Bridge & Road, LP for HMAC Surface Overlay 2005-12 at Various Locations RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Austin Bridge & Road, LP in the amount of $848,020.00 for 80 working days for HMAC Surface Overlay 2005-12 at various locations DISCUSSION: In the FY2004-2005 Contract Major Maintenance Program, various types of street maintenance techniques are grouped into specific contract packages. HMAC (Hot Mix Asphaltic Concrete) Surface Overlay 2005- 12 at various locations provides for surface and base rehabilitation, curb, gutter and valley gutter replacements for asphalt streets funded from the Contract Street Maintenance Fund. The attached list details the limits for each of the streets for this project. The City also reserves the right to increase or decrease quantities of individual pay items within the contract, provided that the total contract amount remains within plus or minus 25% of the contract award. This project was advertised for bid in the Commercial Recorder on February 24 and March 3, 2005. On March 31, 2005, the following bids were received: BIDDERS AMOUNT Austin Bridge & Road, LP $848,020.00 APAC-Texas, Inc. $889,701.00 Peachtree Construction, Ltd. $972,991.00 Austin Bridge & Road,LP is in compliance with the City's M/WBE Ordinance by committing to 18% M/WBE participation. The City's goal on this project is 18%. This project is located in COUNCIL DISTRICT 9. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budgets, as appropriated, of the Contract Street Maintenance Fund and the Street Improvements Fund. IL�, TO Fund/Account/Centers FROM Fund/Account/Centers GS93 541200 020930522750 $843,010.00 r C115 541200 020115033138 $5,010.00 Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: Robert Goode (7804) Additional Information Contact: George Behmanesh (7914) BUSINESS ORGANIZATIONS INQUIRY - VIEW ENTITY Page 1 of u r UCC ( Business Organizations Trademarks Account 1 Help/Fees Briefcase Logout BUSINESS ORGANIZATIONS INQUIRY -VIEW ENTITY Filing Number: 12725511 Entity Type: Foreign Limited Partnership Original Date of Filing: November 24, 1999 Entity Status: In existence Formation Date: N/A Tax ID: 00000000000 FEIN: Name: AUSTIN BRIDGE & ROAD, LP Address: NONE None, YY YYY Fictitious Name: AUSTIN BRIDGE & ROAD SERVICES, LP Jurisdiction: DE, USA Foreign Formation N/A Date: REGISTERED FILING ASSUMED ASSOCIATED AGENT HISTORY NAMES MANAGEMENT NAMES ENTITIES Last Update Name Title Address November 24, AUSTIN BRIDGE & General Partner 11143 GOODNIGHT LN 1999 ROAD, INC. Dallas, TX 75229 USA -Order Retum to Search Instructions: e To place an order for additional information about a filing press the 'Order' button. https://direct.sos.state.tx.us/corp_inquiry/corp_inquiry-entity.asp?spage=mgmt&:Spagefrom=&:Sfil... 6/22/200 f 4 _ HMAC SURFACE OVERLAY (2005-12) Project Name Limits CD Map E IST ST MAIN ST-COMMERCE ST 9 63W E IST ST COMMERCE ST-JONES ST 9 63W W IST ST MAIN ST-HOUSTON ST 9 62Z W IST ST BURNETT ST-HENDERSON ST 9 62Z W 2ND ST MAIN ST-THROCKMORTON ST 9 62Z W 3RD ST BURNETT ST-HENDERSON ST 9 76D W 7TH ST MAIN ST-HENDERSON ST 9 76D W BELKNAP ST N HOUSTON ST-N TAYLOR ST 9 63W W BELKNAP ST N TAYLOR ST-N HENDERSON ST 9 62Z W BELKNAP ST N HENDERSON ST-PENN ST 9 62Z BURNETT ST W WEATHERFORD ST-W 2ND ST 9 62Z BURNETT ST W 3RD ST-W 5TH ST 9 76D N BURNETT ST W WEATHERFORD ST-W BELKNAP ST 9 62Z CHERRY ST W WEATHERFORD ST-W 1 ST ST 9 62Z N CHERRY ST W WEATHERFORD ST-W BELKNAP ST 9 62Z FLORENCE ST W WEATHERFORD ST-W 1ST ST 9 62Z FLORENCE ST W IST ST-W 2ND ST 9 62Z FLORENCE ST W 2ND ST-W 3RD ST 9 76D FLORENCE ST W 7TH ST-W LANCASTER AVE 9 76D N FLORENCE ST W WEATHERFORD ST-W BELKNAP ST 9 62Z LAMAR ST W 3RD ST-W 5TH ST 9 76D LAMAR ST W 5TH ST-W 7TH ST 9 76D LAMAR ST W 7TH ST-W 13TH ST 9 76D LOCUST ST SAMUELS AVE-WOODS AVE 9 63N MONROE ST W 10TH ST-W 13TH ST 9 77A y— PECAN ST E IST ST-E2ND ST 9 63W N TAYLOR ST W WEATHERFORD ST-W BELKNAP ST 9 62Z W WEATHERFORD ST HENDERSON ST-W 5TH ST 9 62Z Transportation and Public Page 1 of 1 Infrastructure Division 4 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR H.M.A.C. SURFACE OVERLAY (2005-12) AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS DOE PROJECT NO. 4773 TPW PROJECT NO. GS93-020930522750 2005 3 A. DOUGLAS RADEMAKER, P.E. DATE DIRECTOR, DEPARTMENT OF ENGINEERING GEORGE A. BEHMANESH, P.E. DATE ASSISTANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT 00 K , P.E. DATE ENGINEERING MANAGER WATER DEPARTMENT TABLE OF CONTENTS 1. Notice to Bidders 2. Special Instructions to Bidders 3 . Prevailing Wage Rates 4. Proposal 5. Vendor Compliance 6. Disadvantaged Business Enterprise 7. Special Provisions 8. Contractor Compliance with Workers Compensation Law 9. Certificate of Insurance 10. Performance Bond 11. Payment Bond 12. Maintenance Bond 13. Contract 14. Project Designation Sign 15. Details 16. Soil Report 17. Map 18. Franchise Utility Locations 19. Curb and Gutter Locations 20. Surface Wedge Milling Locations 21. Street Locations NOTICE TO BIDDERS Sealed proposals for the following project : H.M.A.C. SURFACE OVERLAY (2005-12) AT VARIOUS LOCATIONS DOE PROJECT NO. 4773 PROJECT NO. GS93 -020930522750 Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas will be received at The Purchasing Office until 1:30 P.M. , March 31, 2005 and then publicly opened and read aloud at 2 : 00 P.M. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas, 76102 . A pre-bid conference will be held at 9 :30 A.M. , March 09, 2005 in d the Transportation and Public Works Conference Room 270, 2" floor, Municipal Building. One set of documents will be provided to prospective bidders for of twenty dollars a deposit ($20 . 00) : such deposit is non- refundable. Additional sets may be also purchased on a 'non- refundable basis for twenty dollars ($20 . 00) per set . For additional information contact Ms. Susan L. Schwinger, P.E. at (817) 392-6529 . CHARLES R. BOSWELL Robert D. Goode, Director ' City Manager Transportation and Public Works PUBLICATION: By: February 24,2005 Na b N. Fares, P.E. , March 03, 2005 Street Program Manager, TPW SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law, Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting the Department of Engineering Construction Division at (817) 871-7910. Bids that do not acknowledge all applicable addenda will be rejected as non- responsive. SPECIAL INSTRUCTIONS TO BIDDERS ' - r 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. 5. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. If the contract amount is in excess of$25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the contract amount is in excess of$100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. D. A Two-year Maintenance Bond is required for all projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Paragraph 7 of the Special Provisions. To be an acceptable surety on the performance, payment and maintenance bonds, the surety must be authorized to do business in the state of Texas and meet all requirements of Texas Insurance Code, section 7.19-1. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City,notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City SPECIAL INSTRUCTIONS TO BIDDERS -2- CITY .UL V11n'1sa�Ilrhr� 'J�a .y{♦1���YI'PY� ��GSO 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 completion of projects. 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. 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. 11. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002,the City of Fort Worth will not award this contract to a non-resident bidder unless the non- resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. SPECIAL INSTRUCTIONS TO BIDDERS -4- "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if the project is funded in whole or in part with federal funds. The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. 12. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of For Worth Ordinance No. 11923, as amended by Ordinance No. 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. The M/WBE Utilization Form, Prime Contractor Waiver Form and the Good Faith Effort Form, as applicable, must be submitted no later than 5:00 p. in. five (5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Department of Engineering ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information: 1. Name of Contract 2. Name of M/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 comply with the M/WBE Ordinance by complying with the following procedures: • A M/WBE Participation Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. • Reports are to be submitted monthly to the M/WBE Office, regardless of whether or not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month,place a "0" or "no participation" in the spaces provided, and provide—­­ SPECIAL rovide---- -SPECIAL INSTRUCTIONS TO BIDDERS -5- a brief explanation. • The Contractor shall provide the M/WBE Office proof of payment to the M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as proof of payment: 1. Copies of submitted invoices with front and back copies of canceled check(s), OR 2. A notarized letter explaining, in detail: a Subcontractor/supplier Scope of Work b. Date when services were received from subcontractor/supplier c. Amounts paid to the subcontractor/supplier d. Original siLynatures 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 Chante 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 Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office, 3rd floor- City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M/WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation(other than a negligent misrepresentation) and/or commission of fraud SPECIAL INSTRUCTIONS TO BIDDERS -6- will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three years. 13. AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the proposal, the City reserves the right to adopt the most advantageous construction thereof or to reject the proposal. 14. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less 5%retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or(ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 15. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through October 31,with 6:00 a.m. - 10:00 a.m. being critical because emissions from this time period have enough time to bake in the hot atmosphere that leads to early afternoon ozone formation. The Texas Commission on Environmental Quality(TCEQ), in coordination with the National Weather Service, will issue the AIR POLLUTION WATCH by 3:00 p.m. on the afternoon prior to the WATCH day. On designated AIR POLLUTION WATCH DAYS, the Contractor shall bear the responsibility of being aware that such days have been designated AIR POLLUTION WATCH DAYS and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment.for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1-hour, or if equipment is new and certified by EPA as "Low SPECIAL INSTRUCTIONS TO BIDDERS ! Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD) diesel emulsions or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated AIR POLLUTION WATCH DAY, that day will be considered as a weather day and added onto the allowable weather days of a given month. 16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: A. Definitions: Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and 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 undertaken to perform on the project, regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation,providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as foodibeverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage,based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the City: SPECIAL INSTRUCTIONS TO BIDDERS -8- (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. E. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor,prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. SPECIAL INSTRUCTIONS TO BIDDERS -9- (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false of misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." 17. AGE DISCRIMINATION: In accordance with the policy("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any officers, members, agents or employees who engage in the performance of this contract shall, in SPECIAL INSTRUCTIONS TO BIDDERS - 10- connection with such employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against any person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents or employees acting on their behalf, shall specify in solicitations or advertisements for employees to work on those contract a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification,retirement plan or statutory requirement. Contractor warrants that it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the Policy in the performance of this contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public,nor in the availability, terms or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply with the ADA's provisions and any other applicable federal, state, or local laws concerning disability and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the ADA in the performance of this contract. END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS - 11 - CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2000 CLASSIFICATION HOURLY RATE Asphalt Raker $10.32 Asphalt Shoveler $9.75 Batching Plant Weigher $9.65 Carpenter (Rough) $13.64 Concrete Finisher-Paving $10.16 Concrete Finisher Helper (Paving) $9.70 Concrete Finisher-Structures $13.44 Flagger $7.00 Form Builder-Structures $13.44 Form Setter-Paving & Curbs $10.25 Form Setter-Structures $9.75 Laborer-Common $7.64 Laborer-Utility $8.64 Mechanic $13.25 Servicer $10.13 Pipe Layer $7.35 Pipe Layer Helper $6.75 Asphalt Distributor Operator $11.45 Asphalt Paving Machine Operator $11.09 Concrete Paving Saw $10.53 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (< 1 1/2 $10.00 CY) Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (> 1 1/2 $11.52 CY) Front End Loader(2 1/2 CY & less) $9.94 Front End Loader (over 2 1/2 CY) $9.32 Milling Machine Operator $8.00 Mixer $11.00 Motor Grader Operator(Fine Grade) $12.31 Motor Grader Operator $13.75 Pavement Marking Machine $11.00 Roller, Steel Wheel Plant-Mix Pavements $9.88 Roller, Steel Wheel Other Flatwheel or Tamping $12.12 Roller, Pneumatic, Self-Propelled Scraper $8.02 Traveling Mixer $10.00 Reinforcing Steel Setter(Paving) $9.75 Truck Driver-Single Axle (Light) $8.00 Truck Driver-Tandem Axle Semi-Trailer $10.22 Truck Driver-Lowboy/Float $10.54 Truck Driver-Transit Mix $10.63 Truck Driver-Winch $9.80 f, P R O P O S A L TO: MR. CHARLES R. BOSWELL Fort Worth, Texas City Manager Fort Worth, Texas FOR: H.M.A.C. SURFACE OVERLAY (2005-12) AT VARIOUS LOCATIONS DOE PROJECT NO. 4773 TPW PROJECT NO. GS93-020930522750 Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Department of Engineering of the City of Fort Worth. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding on and awarding the contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (t) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance and Payment Bond approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums, to-wit: SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 1 2 EA. Project Designation Sign @ Two Hundred Dollars & NO Cents Per EA. $ 200.00 $ 400.00 S.P. 2 LUMP SUM Utility Adjustment @ Six Thousand Dollars & NO Cents Per L.S. $ 6,000.00 $ 6,000.00 406 3 69 EA. Manhole Adjustment @ 450 Three-Hundred and Fifty Dollars S.P. & $ 350.00 $ 24,150.00 No Cents Per EA. 406 4 91 EA. Water Valve Boxes Adjustment @ 450 Two-Hundred and Fifty Dollars S.P. & $ 250.00 $ 22,750.00 NO Cents Per EA. P-1 r ` E SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 5 15 EA. Water Meter Boxes Adjustment @ Thirty-Five Dollars & No Cents Per EA. $ 35.00 $ 525.00 f 104 6 4,900 L.F. Removal and Replacement of 502 Concrete Curb and Gutter @ S.P. f Dollars & 4 Cents Per L.F. $ 2QCT 104 7 320 S.Y. Removal and Replacement of 6" 504 Cone ete Driveway S.P. 6 _Dollars & 4 6A Cents Per S.Y. $ 1 ?,Q() $ 102A00 104 8 250 S.Y. Removal and Replacement of 4" 504 Concrete Sidewalks @ S.P. Dollars & Cents Per S.Y. $ �6,70 $ ®d 300 9 750 C.Y. Removal and Replacement of 304 H.M.A.C. Pavement and 312 Base (Ba a Repair @ Y/ S.P. A�.�AA.r ;h•l-kollars & jf ✓In Cen_tls-Per C.Y. 208 10 150 C.Y. Gr ded rushed Stones @ S.P. Dollars & Cents Per C.Y. $ 5��t Q $ 6 C00,00 S.P. 11 34,000 L.F. Wedge Milling 2" to 0" Depth 5.0' Wide @ _ 0 fle, Dollars & 47w Cents Per L.F. $ 1t�� $ 00 S.P. 12 68 EA. Butt Join -M'lled a c �e -� bollars & $ $ 4 Cent Per EA. "t,00 % 3/2. 0o 300 13 290 TON H.M.A.C. Level-Up @ 312 fl i e\ - 0Ae, Dollars & (� Y10 Cents Per TON $ 26 5 0 c 312 14 84,200 S.Y. 2"H.M.A.C. Surface Course S.P. (Type "D" Mix) @ c Dollars & Cents Per S.Y. F P-2 r` ' SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 104 15 50 S.Y. Removal and Replacement of 7" 314 Cone etc Va ley Gutter @ S.P. �r — -out _Dollars & Cents Per S.Y. $ /-�, (� $ 2a) 00 314 16 50 S.Y. New 7" ,Concrete Valley Gutter @ S.P. i 5 '� Dollars & Cents Per S.Y. $ 7�<U6 $ X00 104 17 70 S.Y. Standard 4" Reinforced Concrete 505 Wheelchair Ramps @ S.P. ff f� Dollars & Cents Per S.Y. $ �<�}� $ 402 18 800 L.F. 6" PVC Perforated Pipe Subdrain @ 500 ��%��� - Dollars & 620 ;l1 Cents Per L.F. S.P. $ z6o,06 502 19 50 L.F. New oncrete Curb and Gutter @ Dollars & Cents Per L.F. $ 15,00 $ r co 504 20 50 S.Y. Ney7 411ii Concrete Sidewalk @ z Dollars & Cents Per S.Y. $ �.�U $ J, 55o. 00 214 21 1,200 S.Y. 8" Pavemeng Pulverization @ S.P. - Dollars & rCents Per S.Y. $ 15c;o $ & 3 0, 214 22 16 TON Cement @ c 61,E 41r .(?j Dollars & tars Cents Per TON $ 1 ( 3,()0 $ 1act S.P. 23 5 EA. Remobilization @ Five Hundred Dollars & No Cents Per EA. $ 500.00 $ 2,500.00 106 24 100 C.Y. II clas ified Street Excavation S.P. ywe= ®oAe� Dollars & V�o Cents Per C.Y. S.P. 25 15,100 S.Y. 2" Surface Milling @ Dollars & ' ' Cents Per S.Y. $ j 70 CIU.C P-3 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 26 4 EA. Removal and Replacement of Top of foot rainagg nlet @ OpL 6ttS4AC�®r1PDollars & 11"® Cents Per EA. &oo S.P. 27 1 EA. Removal and Replacement of Top of E10-foot Drainage Flet @ xtc 1C�U,�Gi.�t 41ri Cents Per EA. $ �,yt C),o() $ Z.560, 90 TOTAL BID 00 P-4 This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Taxes. All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under House Bill 11, enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by. City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29) , prohibiting discrimination in, employment practices. The undersigned agrees to complete all work covered by these contract documents within Eighty 80 Working Days from and after the date for commencing work as set forth in the written Work order to be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction" as established by the City of Fort Worth, Texas. Within ten (10) days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond for the faithful p, r o anter of this contract. The attached deposit check in the sum of ( , A-, 4j. Dollars ($ ) is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. The Contractor shall mobilize within ten (10) calendar days of the notice given by the Construction Encrineer for any locations. If the contractor fails to begin the work within ten (10) calendar days, a $200 dollars liquidated damacre will be assessed per Block per day. I (we) , acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Respectf ly submit�te Addendum No. 1 (Initials) s, t w b 9--1 Addendum No. 2 (Initials) Comp y Name Addendum No. 3 (Initials) By• L _�t Lt•^-�— Sign7t r9erry ries, R,a, President -ilPrinted Name o Princp'a Inc. n�4��al 17avv nefr Address: Austin Bridge & Road, LP 6330 Commerce Drive, Suite 150 Irving, Texas 75063 { E-mail Address: (Seal) /fin Date: l�lc(t"G'�l �j( 260 Telephone: VL( — Sq (� 7 �0L P-5 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non- resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Non-resident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. 0� Bidder: i Company By: (Please print Austin Bridge & Road, LP 6330 Commerce Drive, Suite 150 Te3ias 75063 Q\1, Address Irving, Si re Jerry Barnes, Vice presv(lent AustOn Bridge & Road„ ins, general part"Op City State Zip Title(Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION FORT WORTH City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is$25,000 or more,the M/WBE goal is applicable. If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's MBE/WBE goal on this project is %of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: —[received date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venturereceived by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the MIWBE Office at(817)392-6104. Rev.5/30/03 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime f PROJECT NAME: M/W/DBE NON-M/W/DBE I II IV\f 1 C �(/�` G{ C(Cl t 60( I ) BID DATE City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER i iia I iia 0 w-1365 2 Z750 �l Identify all subcontractors/suppliers you will use on this project i 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 5 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 A l M/V1/BEs 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 tobe.used on ,the contract., The,MM/BE.:may lease ........ .. trucks from another,M/WBE firm, including 'MN1BE owner-operators, and.;receivefull M/WBE credit. The M/WBE may lease trucks from non-M/WBEs,J0clu0ing 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 �IS I ATTACHMENT 1A d FORT WORTH Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority,Women and non-M/W BEs. Please list M/WBE firms first, use additional sheets if necessary. Certification t (check one) c SUBCONTRACTORISUPPLIER T r Company Name i N T Detail Detail Address M W C X ii Subcontracting Work Supplies Purchased Dollar Amount T D Telephone/Fax r B B E E R O E E C T E ll A / TCZ (o.ncrelf' Cons�rnctr�Jfit �u��� �i�• er, 5A'?IIvl Ooo T(10M.-5 '4",'s Sosd,�q , TX 7&058' x f pF 130,co �f) �r7-551-85(�� ��5 Enl•2r�riSQ I"It�ce#� � �j (.,�nC�a55. �iXCG�.V. Roavwke , to 7626Z ) x 13� (a0,00 X17- X79 ("2Zo 1�e,l'de (ouS c chon� LP 4u �e V►� ���rt�� t'�td P,(), pox N27 J-5) P aj, oke,TX -7697.&2 I �rl�cl�� I�,I�i 73,�`�(�. (>o 010- M 6D-L%-2279 �) fsi7-�3f�-ZZo� Rev.5/30/03 ATTACHMENT 1A FORTWORTH Page 4 of 4 - _ Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 5 )I '3U Go Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ ' ' odd o o TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 0113 ,0c) The Contractor will not make_additions, deletions, or substitutions to this.certified list without.the prior approval ' of the Minority and Women Business Enterprise Office Manager or 'designee through. the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a. material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the,requested,change/addition.or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. I By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or _ examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable 3 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. i Barnes, vise President � , flr Bridge & Roast, inc� i Authorized gnature Printed sidhiff e, TIrTner JeIrry ha Title General Partnev. Contact Name/Title(if different) 59(o-7300 Company Name Telephone and/or Fax Austin Bridge & Road LP ` 6330 .Toer-eeDrive' Suite J-50 a Address E-mail Address Irving, Texas 75063 Li City/State/Zip Date Rev.5/30/03 A � z . � A pl z Q . . 14Co � ' a a CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR: H.M.A.C. SURFACE OVERLAY (2005-12) AT VARIOUS LOCATIONS DOE PROJECT NO. 4773 TPW PROJECT NO. GS93-020930522750 1. SCOPE OF WORK: The work covered by these details and specifications consists of the removal (only) of all existing traffic buttons, removal and replacement of existing concrete curb and gutter and driveways and existing base repair, wedge milling and the addition of a new surface layer of H.M.A.C. for those streets designated as Mill Overlay (MOL) . For those streets designated as Pulverized Overlay (POL) , the work consists of the same removal and replacement items as described above, surface & base rehabilitation of existing pavement with cement and the addition of .a new surface layer of H.M.A.C. These items are described in the Special Provisions of these specifications. The work also consists of all other miscellaneous items of construction to be performed as outlined in the details and specifications which are necessary to satisfactorily complete the work. If the existing base is brick and cannot be wedge milled, then the existing brick base, of 5-foot in width, shall be removed under Pay Item No. 24 "UNCLASSIFIED STREET EXCAVATION", and replaced under Pay Item No. 13 "HMAC LEVEL UP", prior to placing H.M.A.C. surface course. See Pay Item No. 24 "UNCLASSIFIED STREET EXCAVATION", for further description of work. For all downtown streets receiving street maintenance, new asphalt overlay and repairing existing asphalt/concrete base, curb and gutter, driveway, sidewalk and wheel chair ramps shall be complete within seven (7) calendar days from the day of demolition to date of completion. if the contractor fails to complete the work within seven (7) calendar days, a $100 dollar liquidated damage will be assessed per block per day. Contractor may work during the day between 9:00 a.m. until 4 P.M. and/or at night, Monday thru Friday, between 6 p.m. to 6 a.m. and/or Saturday except for conflicting scheduled events. The Contractor shall mobilize within ten (10) calendar days of the notice given by the Construction Engineer for any locations. If the contractor fails to begin the work within ten (10) calendar days, a $200 dollars liquidated damage will be assessed per Block per day. SP-1 The Contractor is encouraged to conduct site visits and survey all these possibilities. The contractor shall verify these locations with the Construction Engineer. For street locations see list at the back of this document. At the sole discretion of the City, the City reserves the right to add, delete or substitute streets in this contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (f) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. The Contractor is encouraged to work directly with Franchise Utility Companies for adjusting franchise utility manholes. It is anticipated that Franchise Utility Companies will supply and the Contractor will install and adjust the franchise utility manhole rings. Payment for work performed, by the Contractor, will come directly from the Franchise Utility Companies. The contractor is not entitled to any additional compensation or renegotiation with the City associated with the construction of this work. There are approximately 142 franchise utility manholes to be adjusted. For street locations see list at the back of this document. Total quantities given in the bid proposal may not reflect actual quantities, but represent the best estimate based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. 2. Contract will be awarded to the lowest responsible bidder. 3. SUBMITTALS FOR CONTRACT AWARD: The City reserves the right to require contractor who is the apparent low bidder(s) for a project to submit such information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the information if requested may be grounds for rejecting the apparent low bidder as non- responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 4. The Contractor agrees to complete the Contract within the allotted number of days. if the Contractor fails to complete the work within the number of days specified, liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Construction of the City of Fort Worth, Texas. SP-2 5. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order) , the following proactive measures will be taken: =' A. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. B. The Project Manager and the Directors of the Department of Engineering, and Department of Transportation and Public Works will be made aware of the situation. if necessary, the City Manager's Office and the appropriate city council members may also be informed. C. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Engineering Department's Public Information Officer. D. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. E. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 6. The City reserves the right to abandon, without obligation to the Contractor, any part of the project, or the entire project, at any time before the Contractor begins any construction work authorized by the City. 7. This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION-CITY OF FORT WORTH and STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH CENTRAL TEXAS. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. A copy of these specifications may be purchased at the office of the Department of Engineering, 1000 Throckmorton Street, 2nd Floor, Municipal SP-3 f Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the designer. If not shown, then applicable published specifications in any of these documents may be followed at the discretion of the Contractor. 8. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate and as determined by the Director of the Transportation and Public Works Department. 9. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. See Special Instructions to Bidders Item No. 14 for further requirements. 10. TRAFFIC CONTROL: The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Vernon's Civil Statues, pertinent sections being Section Nos. 27, 29, 30 and 31. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, Citv Traffic Engineer @817-392-8712 at least 10 working days prior to the preconstruction conference. Although work will not begin until the traffic control panel has been reviewed, the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Depart- ment, Signs and Markings Division (phone number 871-7738) , to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. SP-4 r ` IJl q »M% 3" J? �l°r " The Contractor shall limit his work within one continuous lane of traffic z at a time to minimize interruption to the flow of traffic upon the approval of the City Engineer. Work shall not be performed on certain locations/streets during "peak traffic periods" as determined by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." Contractor may work during the day between 9:00 a.m. until 4 p.m. andfor at night, Monday thru Friday, between 6 p.m, to 6 a.m. andfor Saturday except for conflicting scheduled events. See Special Instructions to Bidders Item No. 15, for further work time restrictions on "Air Pollution Watch Days" with substantial use of motorized equipment. 11. PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION: Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or door hang of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or door hang shall be posted three (3) days prior to beginning any construction activity on each block in the project area. The door hang shall be prepared and include the following information: Name of Project, DOS & TPW Nos. , Scope of Project (i.e- type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after- hours phone number. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the door hang shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to becrin construction on any block until the door hang is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or door hang of the pending interruption to the front door of each affected resident. The notice shall be prepared _ as follows: The notification or door hang shall be posted twenty-four (24) Rrior to the temporary interruption. The door hang shall be prepared and include the following information: Name of the project, DOS & TPW Nos. , the date of the interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number and the City's after- hours phone number. SP-5 z A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed. The contractor shall not be permitted to proceed with interruption of water service until the door hang has been delivered to all affected residents and businesses. The Electronic version of the sample door hang can be obtained from the Construction office at (817) 871-8306. All work involved with the notification door hang shall be considered subsidiary to the contract price and no additional compensation shall be made. 12. PAYMENT: The Contractor will receive bi-weekly payment (minus 5% retainage) from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. See Special Instructions to Bidders Item No. 14 for further requirements. 13. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. 14. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction, as required by Engineer, by providing barricades. Barricades, warning and detour signs shall conform to the Standard - - Specifications "Barriers and Warning and/or Detour Signs", Item 524, and/or as shown on the plans. Construction signing and barricades shall conform with the latest edition of the "Texas Manual on Uniform Traffic Control Devices, Vol. No. 1".. 15. 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 SP-6 ("Administrator") , of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056) and a flood plain permit issued. All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the Administrator approving the disposal site, upon notification by the Director of the Department of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 16. During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 17. Final cleanup work shall be done for this project as soon as the work has been completed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. 18. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 19. 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. 20. SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (1) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING --UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (2) Equipment that may be operated within ten feet of high voltage -lines shall have .an insulating cage-type of guard about the boom or arm, SP-7 except back hoes or dippers, and insulator links on the lift hood connections. (3) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Co.) which will erect temporary mechanical barriers, de- energize the line, or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company, and shall record action taken in each case. (4) The Contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high -' voltage lines at the Contractor's sole cost and expense. (5) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3) . 21. RIGHT TO AUDIT: Contractor agrees that City shall, until the expiration of three (3) years after final payment under this contract is made by City, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of Contractor involving transactions relating to this contract. Contractor agrees that City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with Article VI. City shall give the subcontractor reasonable advance notice of intended audits. Contractor and subcontractor agree to photocopy such documents as may be requested by City. City agrees to reimburse Contractor and/or subcontractor for the cost of copies at the rates as contained in the Texas Administrative Code at the time payment is made. 22. CONSTRLCTION The City of Fort Worth maintains a "CONFINED SPACE ENTRY PROGRAM" for its employees and all contractors and their sub-contractors must comply with this program as a condition of the contract. All active sewer manholes, regardless of depth, are defined as "permit required confined spaces". Contractors will be required to complete the "CONFINED SPACE ENTRY PERMIT" used by the Fort Worth Water Department (Field Operations Division) for SP-8 each entry and possess and use the equipment necessary to comply with this program. The cost of complying with this program will be considered subsidiary to the pay items involving work in confined spaces (e.g. vacuum testing, cleaning, televising, construction, etc.) . NON-PAY ITEM NO. 1 - SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item No. 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM NO. 2 - REMOVAL OF TRAFFIC BUTTONS AND TEMPORARY LANE TAPE: All traffic buttons shall be removed from the existing asphalt surface before resurfacing begins. The contractor shall be responsible for the removal of all buttons. Upon completion of the job the City will install new buttons after proper notification. The contractor shall also be responsible for all materials, equipment and labor to place temporary adhesive lane marking tape, at locations as directed by the Construction Engineer, to direct traffic flow until permanent markers are installed. The contractor shall notify the Construction Engineer to arrange for the replacement of the buttons and adhesive lane markers (arrows, etc.) . All costs to the contractor shall be figured as subsidiary to this contract. NON-PAY ITEM NO. 3 - LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES: The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the contractors responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company Telephone Number Contact Person SBC - Telephone 817-338-6202 Mr. Gary Tillory 214-384-3732 Cell SP-9 Oncor Electric- Downtown 817-215-6424 Mr. Scott Ring other than Downtown 817-215-6688 Mr. Robert Martinex Oncor Gas - 817-215-4306 Mr. Roger Oliver CFW Street Light and Signal 871-8100 Mr. Dwayne Cox Mr. Roger Martin Storm Drain 871-8100 Mr. Gordon Couch' Water & Sewer 817-212-2649 and Mr. Kristian Sugrim 817-925-2271 817-212-2642 and Mr. Scott Neystel 817-994-8663 Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. NON-PAY ITEM NO. 4 - STORM DRAIN INLET PROTECTION: All pulverization and overlay streets with storm drain inlets shall use inlet protection for sediment control, in accordance with the Standard Specifications for Public Works Construction-North Central Texas. The contractor shall be responsible for all materials, equipment and •labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. NON-PAY ITEM NO. 5 - CRACK SEALING: All cracks that develop after completion of the street resurfacing and until the end of the 2-year warranty period shall be crack sealed with CRS-2H, as per the latest edition of the "TxDOT Specifications for Construction and Maintenance of Highways, Streets, and Bridges, Item 300, "Asphalts, Oils, and Emulsions". The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. SP-10 f PAY ITEM NO. 1 - PROJECT DESIGNATION SIGN: The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting, and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of 3/4" fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer, and in place at the project site upon commencement of construc- tion. The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support, and maintenance shall be to the satisfaction of the Engineer. The unit price pre bid per each will be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 2 - UTILITY ADJUSTMENT: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer, and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond SP-11 l and overhead incurred by the Contractor in handling the utility adjust- ments. PAY ITEM NO. 3 - MANHOLE ADJUSTMENT: This item shall include adjusting the tops of existing manhole to match proposed grade as shown on the plans, in the detail at the back of this document or as directed by the Engineer. Standard Specification Item Nos. 450 "Adjusting Manholes and Inlets" and 406 "Concrete for Structures" shall apply except as herein modified. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Work shall be completed within five (5) working days after completing the laying of proposed . .A.C. overlay and street open to traffic. M the contractor fails to complete the work within five (5) calendar days, a 100 dollars liquidated damage will be assessed per each manhole per day. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing manholes. The Engineer will field verify this inventory and provide the Contractor replacements for broken manhole covers. The contractor shall replace the manhole covers which are damaged during construction at no cost to the City. Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections, as per current City Water Department Special Conditions. The unit price pre bid per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 4 - WATER VALVE BOXES ADJUSTMENT: Contractor will be responsible for adjusting water valve boxes to match new pavement grade. The water valves themselves will be adjusted by City of Fort Worth Water Department forces. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing water valve boxes. The Engineer will field verify this inventory and provide the Contractor replacements for broken valve boxes. The contractor shall replace the valve boxes which are damaged during construction at no cost to the City. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Work shall be completed within five (5) SP-12 '1 I' :-,L lwCrj'it working days after completing the laying of proposed H.M.A.C, overlay E and street open to traffic. H the contractor fails to complete the work within five (5) calendar days, a $100 dollars liquidated damage will be assessed per each manhole per day. The unit price pre bid per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 5 - WATER METER BOX ADJUSTMENT: This item only apply when the adjacent curb and gutter has been determined to be removed and replaced as directed by the Engineer. The adjustment shall include raising or lowering the existing water meter box to the proper grade. The unit price pre bid per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO.6-REMOVAL AND REPLACEMENT OF CONCRETE CURB AND GUTTER: These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or inr like kind, as governed by the standard City Specifications, Item No. 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S4. Pay limits for laydown curb and gutter are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul-off of the removed material to a suitable dump site. The street void shall be filled with H.M.A.C. Type "D" mix (polymer Modified Asphalt Cement PG 76-22) as per TxDOT Specifications for "Construction and Maintenance of Highways, Streets, and Bridges", specification Item No. 300 "Asphalts, Oils, and Emulsions", and CFW Standard specification Item No. 304 "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densities. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during SP-13 construction shall be replaced with same or better at no cost to the City. See Special Provisions, page Sp-1, Item No. 1 "Scope of Work", for liquidated damages associated with the existing curb and gutter repair. The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY ITEM NO. 7 -REMOVAL AND REPLACEMENT OF 6" CONCRETE DRIVEWAYS: This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul- off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. See Special Provisions, page Sp-1, item No. 7 "Scope of Work', for liquidated damages associated with the existing driveway repair. X The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the work. PAY ITEM NO. 8 - REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK: This item shall include the removal and replacement of existing concrete sidewalk due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways". See Special Provisions, page Sp-1, item No. 1 "Scope of Work', for liquidated damages associated with the existing sidewalk repair. The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the removal and replacement work. PAY ITEM NO.9-REMOVAL & REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE: The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure. The Engineer will identify these areas upon which time the contractor will begin work. The failed area shall . be saw cut, or other similar means, out of the existing pavement in square or rectangular SP-14 z t' fashion. The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable sub-base. The total depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal for which the Engineer will select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site. After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with Type "D" surface mix. This item will always be used even if no base improvements are required. The proposed H.M.A.C. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness will not exceed 611 . Before the patch layers are applied, any loose material, mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. The Type "D" mix shall consist of a polymer Modified Asphalt Cement PG 76_22 as per TxDOT Specifications for "Construction and Maintenance of Highways, Streets, and Bridges", Item No. 300 "Asphalts, Oils, and Emulsions", and CFW Standard Specification Item No. 304 "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densities. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY ITEM NO. 10 - GRADED CRUSHED STONES: This item shall be used to repair the failed base material in areas exceed 8" deep as directed by the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No. 208 "Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. SP-15 PAY ITEM NO. 11 - WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE: 1. Description This item shall consist of milling the existing pavement from the lip of gutter at a depth of 2" and transitioning to match the existing pavement (0" cut) at a minimum width of 51 . The existing pavement to be milled will either be asphalt, concrete, or brick pavement. The removal and disposal of the milled materials shall be as directed by the Engineer. The milled surface shall provide a smooth surface free from gouges, ridges, oil film, and other imperfections of workmanship and shall have a uniform textured appearance. In all situations where the existing H.M.A.C. surface contacts the curb face the wedge milling shall include the removal of the existing asphalt covering the gutter up to and along the face of curb. The wedge milling operations for this project will be performed in a continuous manner along both sides of the street. Details of milling locations are at the back of this document- Contractor is rewired to begin the overlay, within five (5) calendar days From the date of the wedge milling completion of any one street. Should the contractor fall to meet this condition, the wedge milling will he shut down, and liquidated damage of $500.00 per day per street will he assessed until all wedge milled streets are overlaid® The overlay, once begun on a street shall continue uninterrupted until complete. The Contractor shall haul-off the removed material to a suitable dump site. 2. Equipment The equipment for removing the pavement surface shall be a power operated milling machine or other equal or better mechanical means capable of removing, in either one pass or two passes, the necessary pavement thickness in a five-foot minimum width. The equipment shall be self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. The machine shall be equipped with an integral loading and reclaiming means to immediately remove material being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. Adequate back-up equipment (mechanical street sweepers, loaders, water truck, etc.) and personnel will also be provided to keep flying dust to a minimum and to insure that all cuttings are removed from street surface daily. Stockpiling of planed material will not be permitted on the project site unless designated by the Engineer. The machine shall be equipped with means to control dust created by the cutting action and shall have a manual system providing for uniformly varying the depth of cut while the machine is in motion thereby making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. The speed of the machine shall be variable in order to SP-16 FL. , leave the desired grid pattern specified under Surface Texture. The unit price bid per linear feet shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 12 - BUTT JOINTS - MILLED: Description• This item requires the contractor to mill "butt joints" into the existing surface, in association with the wedge milling operation (PAY ITEM NO. 11) to the depth and at locations as described below. The butt joint will provide a full width transition section, whereby the new overlay shall maintain constant depth at the point the new overlay is terminated and the new surface elevation matches the existing pavement. The construction activities, performance standards and equipment needed for the butt joints milling operations shall be governed by the special provisions of Pay Item No. 11 - Wedge Milling. The configuration of the butt joints is described in more detail below. General details of butt joint locations - along with wedge milling in general - are shown in plan form at the back of this document. Construction Details: Prior to the milling of the butt joints, the contractor shall consult with the construction Engineer for proper location of these joints and verify that the selected limits of the projects street are correct. The general locations for butt joints are at all beginning and ending points of streets listed in the project and as more graphically detailed at the back of this specification book. The joints are also required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. Each butt joint shall be 20 feet long and milled out across the full width of the street section • to a tapered depth of 211. This milled area shall be tapered within the 20 feet to a depth from 0" to 2" at a line adjacent to the beginning and ending points or intermediate transverse items. This butt joint - when overlayed - will consist of an asphalt section that will transition the new overlay to match the existing pavement elevation. The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. Measurement and Payment: Butt joints as prescribed above, will be measured by the unit of each butt joint milled. The disposal of excess material involved will not be measured for payment. Each butt joint-milled, measured as above, complete-in place-in accordance SP-17 j with these specifications, will be paid for at the unit price shown in the proposal for "Butt Joints". The unit price bid per each shall be. full compensation for all milling, including material haul-off, tools, labor, equipment and incidentals necessary to complete the required work. PAY ITEM NO. 14 - 2" H.M.A.C. (TYPE "D" MIX) POLYMER MODIFIED ASPHALT CEMENT SURFACE COURSE: The Type "D" mix shall consist of a polymer Modified Asphalt Cement PG 76-22 as per TxDOT Specifications for "Construction and Maintenance of Highways, Streets, and Bridges", Item No. 300 "Asphalts, Oils, and Emulsions", and CFW Standard specification Item No. 304 "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densities. CFW Standard Specification 312.5 (1) shall be revised as follows: The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising, the temperature being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as necessary. See Special Provisions, page Sp-1, Item No. 1 "Scope of Work', for liquidated damages associated w/ the placement of new asphalt overlay and repairing asphalticoncrete base. The unit price bid per square yard of H.M.A.C. complete and in place, shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO.15-REMOVAL & REPLACEMENT OF 7" CONCRETE VALLEY GUTTER: This item shall include the removal and reconstruction of existing concrete valley gutters at locations to be determined in field by the Construction Engineer. Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. SP-18 "Concrete Pavement", Item 312 See standard specification Item No. 314, "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base", Drawing No. S-S6 and detail enclosed. Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item No. 314 "Concrete Pavement". Asphalt base material may be required at times as directed by the Engineer to expedite the work at locations identified in the field. The Type "D" mix shall consist of a polymer Modified Asphalt Cement PG 76-22 as per TxDOT Specifications for "Construction and Maintenance of Highways, Streets, and Bridges", Item No. 300 "Asphalts, Oils, and Emulsions", and CFW Standard specification Item No. 304 "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densities. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within three (3) calendar days. If the contractor fails to complete the work on each half within three (3) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO. 16 - NEW 7" CONCRETE VALLEY GUTTER; This item shall include the construction of concrete valley gutters at various locations to be determined in field by the Construction Engineer. Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item. See standard specification Item No. 314, "Concrete Pavement", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base", Drawing No. S-S6 and detail enclosed. Measurement for final quantities of valley gutter will be by the SP-19 r square yard of concrete pavement and the curb and gutter section will be included. The asphalt transition areas, as required, shall be Type "D" mix and shall consist of aPolymer Modified Asphalt Cement PG 76-22 as per TxDOT Specifications for "Construction and Maintenance of Highways, Streets, and Bridges", Item No. 300 "Asphalts, Oils, and Emulsions", and CFW Standard specification Item No. 304 "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densities. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item No. 314, "Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within three (3) calendar days. If the contractor fails to complete the work on each half within three (3) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO. 17 - NEW 4" STANDARD WHEELCHAIR RAMP: The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the Engineer. The removal of existing substandard wheelchair ramps and sidewalk as required for the installation of new wheelchair ramps shall be subsidiary to this pay item. The removal and replacement of existing curb and gutter as required for the installation of new wheelchair ramps shall be included in Pay Item 6 (Removal and Replacement of Curb and Gutter) . Pay limits for laydown curb and gutter are as shown in the Standard Pay Limit Detail (WR- 1) . The pay limit will extend from 9" outside the lip of gutter to 15" back from the face of curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will start 15" back from the face of curb and encompass the remainder of the ramp and sidewalk. The asphalt tie ends shall be Type "D" mix and shall consist of a polymer Modified Asphalt Cement PG 76-22 as per TxDOT Specifications for "Construction and Maintenance of Highways, Streets, and Bridges", Item SP-20 No. 300 "Asphalts, Oils, and Emulsions", and CFW Standard specification Item No. 304 "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densities. All applicable provision of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways" shall apply except as herein modified. All concrete flared surface shall be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be used in accordance with manufactures instructions. Concrete stain may be applied after concrete is poured (Product sold by BAER) . "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution." See Special Provisions, page Sp-1, Item No. 166 cope of Work" for liquidated damages associated with the wheelchair ramp construction. The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to compete the work. PAY ITEM NO. 18 - 6" PERFORATED PIPE SUBDRAIN: This item shall consist of furnishing and installing 6" perforated subdrain and filter material all as shown on the enclosed details, or as directed by the Engineer. All applicable provision of standard Specifications Item 500 "SDBDRAINS" shall apply except as herein modified. The pipe material shall be poly vinyl chloride (PVC) with the standard dimensional ratio of 35 (SDR35) and meet the ASTM D 1784. Filter fabric shall have the capability of passing ground water without transporting the soil placed around the filter fabric. The fabric shall be constructed exclusively of synthetic thermoplastic fibers and may be either woven or nonwoven to form a mat of uniform quality. Fabric fibers may be either continuous or discontinuous and oriented in either a random or a aligned pattern throughout the fabric. The fabric shall be mildew resistant, rot proof, shall be satisfactory for use in a wet soil and aggregate environment, contain ultraviolet stabilizers and have nonravelling edges. The fabric shall meet the following requirements when sampled and tested SP-21 PGG�L�?��ll in accordance with the methods indicated: Test Original Physical Properties Method Requirements Fabric weight, on an ambient SDHPT Test Method 4.0 minimum for under temperature air-dried tension Tex-616-J"Testing drains and Slope free sample, expressed in of Construction Stabilization, 6..0 oz/sq. yd. Fibers" minimum for Gabions Revetment Water flow rate by falling Tex-616-J 80 minimum head method, 7.9 inches (20 cm) to 3.9 inches (10 cm) on 2 inch ID cylinder with 1 inch diameter orifice, with flow rate expressed in gal/sq. ft/minute. Breaking load in either ASTM Designation: D 100 minimum machine or cross-machine 1682 grab method G direction, expressed in as modified by pounds. Tex--616-J Equivalent opening size (US CW-02215, US Army 70 to 100 Standard sieve no.) Corps of Engineers, Civil Works Construction Guide Specification. "Plastic Filter Fabric", November, 1977. "Apparent elongation" at ASTM Designation: D 100 maximum breaking load in either 1682 grab method G machine or cross-machine as modified by direction, expressed as Tex-616-J percent. The "Filter Fabric" shall be installed in accordance with the manufacturer's recommendations, as indicated or as directed by the Engineer. When lapping is required, it shall be in accordance with the manufacturer's recommendations. Backfilling around the Filter Fabric shall be done in such a way as not to damage the Filter Fabric material during the placement. The unit price bid per L.F. shall be full compensation for all labor, materials, equipments, tools, and incidentals necessary to complete the work. PAY ITEM NO. 21 - 8" PAVEMENT PULVERIZATION: Contractor shall pulverize the existing pavement to a depth of 811. After SP-22 pulverization is completed, contractor shall temporarily remove and store the 8" deep pulverized material, then cut the base 2" to provide place for the new 2" H.M.A.C. surface. The 2" base cut shall start at a depth of 8" from the existing pulverized surface. After the undercut operation is completed, contractor shall spread, mix, and compact the pulverized material to a 95% compaction per City's Standard Specifications or as directed by the Engineer in the field. A 3.5% portland cement shall be used to mix the pulverized material. If the existing pavement has a combination of 10" H.M.A.0 and crushed stone/gravel, undercut will not be required, the contractor will pulverize 10" inches, the 2" inch cut will be taken from the 10" pulverized material. (see soil test report) Pulverization shall start within three (3) calendar days after all concrete work has been completed on a street. If the contractor fails to begin the work within three (3) calendar days, a $200 dollars liquidated damage will be assessed per block per day. After the pulverized material is cured, the contractor shall overlay it with 2" H.M.A.C. surface within five (5) calendar days. If the contractor fails to begin the work within five (5) calendar days, a $200 dollars liquidated damage will be assessed per block per day. The unit price bid per square yard shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, and dispose of the undercut material. The 2" H.M.A.C. surface will be paid by separate item. PAY ITEM NO. 23 - REMOBILIZATION: This item shall compensate the Contractor to remobilize personnel, equipment, supplies, and material to perform an additional work as directed by the Engineer. Remobilization will be considered when concrete "Flat-work" has been completed, personnel and equipments were demobilized, and the street is clean and ready for the overlay. Remobilization shall be determined by the Engineer. Any Remobilization without the approval of the Engineer will not be compensated. The unit price per bid per each will be full compensation for all labor, equipment, material, tools, and all incidentals necessary to complete the work. PAY ITEM NO. 24 - UNCLASSIFIED STREET EXCAVATION: This item will be used if additional excavation is needed that is not SP-23 t ! f covered by Pay Item No. 21 - 118" PAVEMENT PULVERIZATION". Additional Excavation is the removal of the excessive crown and base to bring the new base to proper grade & City standard specifications for street reconstruction. This item shall also be used for removing and disposing the existing brick base, if the existing brick base cannot be wedge milled, at lip of gutter, prior to placing 2" HMAC Type "D" surface course. The void created by removing the existing brick base shall be filled to the proper grade, with Pay Item No. 13 - "HMAC LEVEL IIP", before placing 2" HMAC Type "D" surface course. The measurement, for estimating the removal and disposal of the existing brick material, shall be a width of 5-feet, a length of curb and gutter and depth of 3-inches under Item No. 106 "UNCLASSIFIED STREET EXCAVATION". All applicable provisions of Item No. 106 "UNCLASSIFIED STREET EXCAVATION" shall apply. The work shall be paid per cubic yard. PAY ITEM NO. 25 - 2" SURFACE MILLING: This item shall consist of milling the existing pavement at a depth of 211. All applicable provisions of Pay Item No. 11 "Wedge Milling" shall apply. For street locations see list at the back of this document. The unit price bid per square yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY ITEM NOS. 26 & 27 - REMOVAL AND REPLACEMENT OF TOP OF 5' AND 10' DRAINAGE INLETS: This item shall include the removal and replacement of a 7" thick drainage inlet tops of 5 and 10-foot drainage inlet openings on W 2nd ST. from Main St. to Throckmorton St. (62Z), W 7IId ST. from Main St. to Henderson St:. (76D) and Monroe St. from W 10a' St. to W 13th St. (77A). The removal and replacement of the drainage inlet top shall be in accordance with Standard Specification Item NO. 450 "Adjusting Manholes and Inlets", as shown in the Drawing S-S02 and as directed by the construction engineer. The unit price per bid per each will be full compensation for all labor, equipment, material, tools, and all incidentals necessary to complete the work. END OF SECTION SP-24 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to,V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Project HMAC Surface OVerIaV 2005-12 at Various Locations and City of Fort Worth Project No. GS93-020930522750. CONTRACTOR: AU DT BRIDGE & ROAD, LP Q By: Jerry Bapes Namd-,/ Vice President Austin Bridge & Road,: Inc. Title: General Partner Date: 6/8/05 STATE OF TEXAS § COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared Jerry Barnes known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of Austin Bridge & Road, LP for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this 8th day of June -120 05. �Otaryy Public in and for the State of LAURIE S.ST©VALE Texas lIPY W' Notary Public,State of Texas:_ ' My cOMMISSION EXPIRES December 02,2006 ACOR® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YY) 05!24/2005 PRODUCER Serial T CERTIFICATE EDA AMA T R FIN RMA BRITISH AMERICAN INSURANCE COMPANY TION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 3535 TRAVIS -SUITE 300 TER THE COVERAGE AFFORDED BY THE POLICIES BELOW. DALLAS, TEXAS 75204-1-1466 AL (214) 559-4887/(800) 964-4242 =AMERICAN RDING COVERAGE INSURED AUSTIN BRIDGE & ROAD LP INSURER A: NSURANCE COMPANY 6330 COMMERCE DRIVE. SUITE 150 . INSURER B IRVING, TEXAS 75063 INSURER C: -(214) 596-7300 INSURER D - - - - i INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR " MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH I POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTIVE "POLICY-EXPIRATION: LTR TYPE OF INSURANCE POLICY NUMBER DATE(MMIDD/YY) DATE(MM/DD/W) ! LIMITS .GENERAL LIABILITY - EACH OCCURRENCE S 2,000,000 A X COMMERCIAL GENERAL LIABILITY - CGL-0104205 10/01/04 10/01/05 FIRE DAMAGE iAny one fire) $ 100,000 -- CLAIMS MADE X 1 OCCUR MED EXP(Any one person) $ 10,000 ' PERSONAL&ADV INJURY S 1,000,000 GENERAL AGGREGATE $ 4,000,000 GEN'LAGGREGATE LIMIT APPLIE — S PER:! PRODUCTS- X AGG S 2,000,000 POLICY X 'JECT PRO- I---- LOC I - AUTOMOBILE LIABILITY CAL-0104205 10/01/04 1 10/01/05 COMBINED SINGLE LIMIT A i ANY AUTO (Ea accident) $ 2,000,000 - - ----- X ALL OWNED AUTOS ' SCHEDULED AUTOS BODILY INJURY $ i -- (Per person) ` X HIRED AUTOS - -"" - -- - - BODILY INJURY X NON-OWNED AUTOS (Per accident) $ I ': - -- ---- - - PROPERTY DAMAGE $ =..... - (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO --- OTHER THAN EA ACC $ AUTO ONLY: - - -- AGG $ CLAIMS MADE EACH OCCURRENCE $ OCCUR EXCESS LIABILITY . _- AGGREGATE � $ DEDUCTIBLE ---- RETENTION $ I $ WORKERS COMPENSATION AND - - EMPLOYERS'LIABILITY TORY LIMITS: ER E.L.EACH ACCIDENT $ ! E.L.DISEASE-EA EMPLOYEE $ I E.L.DISEASE-POLICY LIMIT $ OTHER ESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS 'E: AB&R Job 405001 HMAC Surface Overlay 2005-12 at Various Locations - Project no: GS93-020930522750 - .)OE Project no: 4773 - Fort Worth, Texas City of Fort Worth is an additional insured(s) on the AL policy as respects the referenced contract. ''ity of Fort Worth is an additional insured(s) on the GL policy to the extent of the coverage required and only in the minimum mount required by contract, and only with respect to liability arising out of work done or by or on behalf of the named insured under (-ich contract. CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF FORT WORTH DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN 1 000 THROCKMORTON STREET NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL FORT WORTH, TEXAS 76102 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE f RD 25- (7/97) 0A RD CORPOR-ATTON 1988 AC®R®, CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YY) 05/24/2005 PRODUCER Serial# THIS CERTIFICATEISSUED AA MATTER OF INF RMAT WILLIS OF TEXAS, INC. (972) 385-9800/(800)445-0115 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ONE GALLERIA TOWER, SUITE 400 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 13355 NOEL ROAD DALLAS, TEXAS 75240-6612 INSURERS AFFORDING COVERAGE INSURED AUSTIN BRIDGE & ROAD, LP INSURERA: ACEANI-ERIC,-kWIRSURANCE—COMPANY------ 6330 COMMERCE DRIVE. SUITE 150 INSURER B: IRVING, TEXAS 75063 INSURER c (214) 596-7300 INSURER D: --- - j INSURER E. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN.THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ,.IINSR. - ---- -- ----- ----- FFECTIVE-`POLICYEXPIRATION -,- -"- -- ITR INSURANCE POLICY NUMBER DATE(MM/DD/YY) DATE(MM/DD/YY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ -.I. --I OCCUR FIRE DAMAGE(Any one fire) !. $ COMMERCIAL GENERAL LABILITY CLAIMS MADE MED EXP(Any one person) $ PERSONAL&ADV INJURY $ _ GENERAL AGGREGATE POLICY LOC ECT $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTSCTS COMP/OP AGG PRO- -- AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT - ANY AUTO (Ea accident) $ I � ALL OWNED AUTOS ---- ----- BODILY INJURY 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 $ EXCESS LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE !: AGGREGATE $ DEDUCTIBLE $ RETENTION $ -- $ WORKERS COMPENSATION AND WLR C44218549 10/01/04 10/01/05 X TORY LIMITS, I A EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ 1,000,000 E.L.DISEASE EA EMPLOYEEi $ 11000,0O0 E.L.DISEASE POLICY LIMIT $ 1,000,000 OTHER SCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS :E: AB&R Job 405001 HMAC Surface Overlay 2005-12 at Various Locations - Project no: GS93-020930522750 - �OE Project no: 4773 - Fort Worth, Texas City of Fort Worth is granted a waiver of subrogation on the workers'compensation policy as respects the referenced contract. CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF FORT WORTH DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN 1000 THROCKMORTON STREET NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL z FORT WORTH, TEXAS 76102 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE RD 25- (7/97) 5 TKcORD P A 988 Bond# BA 4173 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) Austin Bridge & Road, LP , as Principal herein, and (2) British American Insurance Company a corporation organized under the laws of the State of (3) Texas 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 Eight Hundred Forty Eight Thousand, Twenty Dollars and No Cents Dollars ( $848,020.00 ) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the 24th day of May , 2005, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of HMAC SURFACE OVERLAY 2005-12 AT VARIOUS LOCATIONS PROJECT NO. GS93-020930522750. 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 24th day of May AUSTIN BRIDGE & ROAD, LP PRINC AL ATTEST: By: C�- AZI Name: ; r D- (Principal) Secretary (Asst) LaAdge A Ro"giil" ORP-, Alan Stakem, Assistant Secretary Title: 1Ppirettno-V u t 'n Bridge & Road, Inc. , General D Partner Address: 6330 Commerce Drive #150 Irving, TX 75063 (214) 596-7300 Witness as to Principal BRITISH AMERICAN INSURANCE COMPANY S ATTEST: BL ' Name: Attorney in Fact Secretary Attorney in Fact �^ (S E A L) Address: 3535 Travis #201 Dallas, TX 75204 Witness as to Surety Telephone Number:(214) 559-4887 / (800) 964-4242 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# BA 4173 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) Austin Bridge & Road, LP , as Principal herein, and (2) British American Insurance Company a corporation organized and existing under the laws of the State of(3) Texas , 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 Eight Hundred Forty Eight Thousand, Twenty Dollars and No Cents ( $848,020.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 24th day of May , 2005, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: HMAC SURFACE OVERLAY 2005-12 AT VARIOUS LOCATIONS PROJECT NO. GS93-020930522750. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 24th day of May , 2005. AUSTIN BRIDGE & ROAD, LP PRINC AL ATTEST- By: Name: (Principal) Secretary (Asst) 1nondn i3oldge a Rozedv Rne_ Alan Stakem, Assistant Secretary Title: �c lnjwy! alpteaow Austin Bridge & Road, Inc. , General Partner (S E A L) Address: 6330 Commerce Drive, Suite 150 Irving, TX 75063 (214) 596-7300 Witness as to Principal BRITISH AMERICAN INSURANCE COMPANY Su AT EST: 8 Nairne: Daniel T. Howard Secretary Attorney in Fact (S E A L) Address: 3535 Travis #201 Dallas, TX 75204 Witness as to Surety Telephone Number: (214) 559-4887 (800) 964-4242 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. BRITISHAIVIERICAN INSITtAiNCE CODA IVBPO +I� AT�O T Corporate Headquarters; 3535 Travis, Suite 300, Dallas, Texas 75204 IOW ALL PERSONS BY 'A SF PRESE14TS: That BRITISH AMERICAN INSURANCE COMPANY, a Texas corporation, does hereby appoint: -- Paul W. Hill, I.E. Schram,, Daniel T. Howard, Dawn Knight, Tegist Jankowialc: of Dallas, Texas - - its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizance and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the company thereby. IN WITNESS WHEREOF, British American Insurance Company has executed these presents this 5th day-of Maw_, 2003. Paul W. Hill, President STATE OF TEXAS s COUNTY OF DALLAS g On this 5th day of May 2003, before me came the above named officer of British American Insurance Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of said corporation thereto by authority of his office. ,.SPY PUS, KARYN D. BROW! Notory Public,State of Texas _ 4"= My commission Expires September 17,2005 Notdry Public In and For the State of Texas CERTIFICATE The appointment is made under the authority of the following resolution, adopted by the Executive Committee of the Board of Directors of British American i Insurance Company at a meeting held on the 25th of March, 1980. "RESOLVED, that the President shall be and is hereby vested with the full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: 1. Attorney-in-Fact may be given full power and authority as outlined in the Power of Attorney for and in the name of and on behalf of the Company to execute, acknowledge and deliver fidelity and surety bonds and other bonds, consents of surety, consents to modifications of surety contracts as may be required in the ordinary course of business, all notices and documents canceling or terminating the Company's Iiability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary. 2. The facsimile signatures of the officers and the seal of the Company shall be valid and binding upon the Company in the execution, attestation and sealing of any instrument appointing an Attorney-in-Fact." :. I.Dawn Knight,Assistant Secretary of British American Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said Company, which is still in force and effect;and,furthermore, the resolution of the Executive Committee of the Board of Directors,as set forth in tite Power of Attorney,is now in force. IN WITNESS WHEREOF,I have hereunm se-my hand and affixed the seal of the corporation this 24 day of May 20 05 Dawn Knight, Assistan�cretary BRITISH AMERICAN INSURANCE COMPANY IMPORTANT NOTICE TO OBTAIN WFORMATION OR MAKE A COMPLAINT: You may contact British American Insurance Company for information or to make a complaint at: British American Insurance Company Attn: Daniel T. Howard 3535 Travis Street, Suite 300 Dallas, Texas 75204 (214) 559-4887 (214) 443-5624 (Fax) You may contact the Texas Department of Insurance to obtain information on companies, cover- ages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, Texas 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 September 1, 2001. POLICYHOLDER DISCLOSURE NOTICE TERROISM RISK INSURANCE ACT OF 2002 You are hereby notified that pursuant to the Terrorism Risk Insurance Act of 2002 (the "Act") " effective November 26, 2002, we are making available to you coverage for losses arising out of certain acts of international terrorism. Terrorism is defined as any act certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States, to be an act of terrorism; to be a violent act or an act that is dangerous to human life, property or infrastructure; to have resulted in damage within the United States, or outside the United Sates in the case of an air carrier or vessel or the premises of a United States Mission; and to have been committed by an individual or individuals acting on behalf of any foreign interest, as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. Coverage for acts of terrorism is already included in the captioned Surety Bond. You should know that, effective November 26, 2002, any losses caused by acts of terrorism covered by your Surety Bond will be partially reimbursed by the United States under the formula set forth in the Act. Under this formula, the United States of America pays 90% of covered terrorism losses that exceed the statutorily established deductible to be- paid by the insurance company providing the coverage. The portion of your premium that is attributable to coverage for such acts of terrorism is zero, because we could not distinguish (and separately charge for) acts of terrorism from the other causes of loss when we calculated your premium. If you have any questions about this notice, please contact your agent or broker. British American Insurance Company P.O. Box 1590, Dallas, Texas 75221 Bond# BA 4173 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That Austin Bridge & Road, LP ("Contractor'), as principal, and, British American Insurance Company a corporation organized under the laws of the State of Texas ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fon` Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of Eight Hundred Forty Eight Thousand, Twenty Dollars and No Cents Dollars ($848,020.00), lawful money of the United States, for payment of which sum well and truly be made unto said City and its _ successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the 24th of May , 20 05, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: HMAC SURFACE OVERLAY 2005-12 AT VARIOUS LOCATIONS the same being referred to herein and in said contract as the Work and being designated as project number(s) GS93-020930522750 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of _ 2 (Two)Years ; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be 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 24th day of May , A.D. 2005. AUSTIN BRIDGE & ROAD, LP PRINCIPAL Ai i EST: By: C Name: Jir�rrixr! t�r� y-��I� r est E''�n (Pdncipal) Secretary (Asst) AauSft [suldge A ftairfjs >> Alan Stakem, Assistant Secretary Title: ftrnprrg� P'grtner Austin Bridge & Road., Inc. , (SEAL) its General Partner Address: 6330 Commerce Drive, Suite 150 Irving, TX 75063 (214) 596-7300 Witness as to Principal BRIT H AMERICAN INSU E COMPANY Su ATTEST: By Name: Secretary Attorney in Fact (S E A L) Address: 3535 Travis #201 Dallas, TX 75204 Witness as to Surety Telephone Number: (214) XX8YXXRX 559=4887 (800) 964-4242 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. BRITISH AMERICAN INSURANCE cOIpAWF® R OF ATTORNEY Corporate Headquarters, 3535 Travis, Suite 300, Dallas, Texas 75204 KNOW AI1� PERSONS BY TBESPE PRESENTS: That BRITISH AMERICAN INSURANCE COMPANY, a Texas corporation, does hereby appoint: -- Paul W. Hill, I.E. Schram, Daniel T. Howard, Dawn Knight, Tegist Janlcowiak: of Dallas, Texas - - its true and lawful Attorneys)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizance and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the company thereby. IN WITNESS WHEREOF, British American Insurance Company has executed these presents this 5th day of Maj —12003. Paul W. Hill, President STATE OF TEXAS s COUNT'OF DALLAS g On this 5th day of Mav 2003, before me came the above named officer of British American Insurance Company, to me personally known to be the individual and officer described herein, and aclmowiedged that he executed the foregoing instrument and affixed the seal of said corporation thereto by authority of his office. KARYN D. BROWN�; " Notary Public,State of Texas my commission Expires '� ) 5eDtamber 17,2005 4.l�i�tr 19LGr? " Notdry Bablic In and For the State of Texas CERTIFICATE The appointment is made under the authority of the following resolution, adopted by the Executive Committee of the Board of Directors of British American Insurance Company at a meeting held on the 25th of March, 1980. "RESOLVED, that the President shall be and is hereby vested with the full power and authority to appoint any one or more suitable persons as Attorneys)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: 1. Attorney-in-Fact may be given full power and authority as outlined in the Power of Attorney for and in the name of and on behalf of the Company to execute, acknowledge and deliver fidelity and surety bonds and other bonds, consents of surety, consents to modifications of surety contracts as may be required in the ordinary course of business, all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary. 2. The facsimile signatures of the officers and the seal of the Company shall be valid and binding upon the Company in the execution, attestation and sealing of any instrument appointing an Attorney-in-Fact." I.Dawn Knight,Assistant Secretary of British American Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said Company, which is still in force and effect; and,furthermore, the resolution of the Executive Committee of the Board of Directors, as set fortis in the Power of Attorney,is now in force. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the seal of the corporation this4th day of Mair �o .05 Dawn Knight, Assistan&S�cretary BRITISH AMERICAN iNSU ANCE COMPANY IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAICE A COMPLAINT: You may contact British American Insurance Company for information or to make a complaint at: British American Insurance Company Attn: Daniel T. Howard 3535 Travis Street, Suite 300 Dallas, Texas 75204 (214) 559-4887 (214) 443-5624 (Fax) You may contact the Texas Department of Insurance to obtain information on companies, cover- ages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 p Austin, Texas 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 September 1, 2001. / �.• 111 �x`11 ,� I fir` I`,1, � QQ�ff POLICYHOLDER DISCLOSURE NOTICE TERROISM RISK INSURANCE ACT OF 2002 You are hereby notified that pursuant to the Terrorism Risk Insurance Act of 2002 (the "Act!) effective November 26, 2002, we are making available to you coverage for losses arising out of certain acts of international terrorism. Terrorism is defined as any act certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States, to be an act of terrorism; to be a violent act or an act that is dangerous to human _ life, property or infrastructure; to have resulted in damage within the United States, or outside the United Sates in the case of an air carrier or vessel or the premises of a United States Mission; and to have been committed by an individual or individuals acting on behalf of any foreign interest, as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. Coverage for acts of terrorism is already included in the captioned Surety Bond. You should know that, effective November 26, 2002, any losses caused by acts of terrorism covered by your Surety Bond will be partially reimbursed by the United States under the formula set forth in the Act. Under this formula, the United States of America pays 90% of covered terrorism losses that exceed the statutorily established deductible to be-paid by the insurance company providing the coverage. The portion of your premium that is attributable to coverage for such acts of terrorism is zero, because we could not distinguish (and separately charge for) acts of terrorism from the other causes of loss when we calculated your premium. If you have any questions about this notice, please contact your agent or broker. British American Insurance Company P.O. Box 1590, Dallas, Texas 75221 i CITY OF FORT !NORTH, TEXAS CONTRACT ' THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT This agreement made and entered into this the 20 day of May , 20 05 by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.D., 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city, and the City of Fort Worth being hereinafter termed Owner, and Austin Bridge & Road, LP HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: HMAC SURFACE OVERLAY 2005-12 AT VARIOUS LOCATIONS Designated as project number, CS93-020930522750 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. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 80 (Eighty) working days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $ 315.00 per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. F_ Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications, and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete the same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if, in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said Plans and Specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6. Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be . performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in part, by the n gllgence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to C-2 $g2 E, property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iWuror damage is caused in whole or in part by the y 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 N/A shall be EIGHT HUNDRED FORTY EIGHT THOUSAND, TWENTY DOLLARS AND NO CENTS $848,020.00 C-3 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copies verbatim herein. 11. The Contractor shall procure and shall maintain during the life of this contract insurance as specified in paragraph 8 of Special Instruction to Bidders of this contract documents. 12. r It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in Six 6 counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in Six 6 counterparts with its corporate seal attached. C-4 Done in Fort Worth, Texas, this the 24'" day of6' 9 20 ®I . RECOMMENDED- �offy =AGIT WOR ®IRECTOR, DEPARTMENT OF ASSISTPNT CITY MANAGER ENGINEERING APPROVED: DIRECTOR, TRANSPORTATION AND Austin Bridge & Road, LP PUBLIC WORKS 6330 Commerce Drive, Suite 150 ATTEST: levifig, Texas 75065 (Contractor) CITY SECRETA Y (SEAL) epres ntative) Co*t_ract Ru horiaatiou 1 Qrry earn*$, wco iP rr�����l�rnif� - Aust8w H"dg& z Hood,, �r,�c5, (Genelmo PRL'jaw'w Date (TITLE) Austin Bridge & Road, LP APPROVED AS TO FORM & Irvin%g, Te LEGA ITY: as ` a., (City/State/Zip) ASSIS A CITY ATTORN November 1960 Revised May 1986 Revised September 1992 Revised January 1993 N. Y 3 u v 6;!� a:�� Revised April 1999 l)10�y � � Revised June 1999 Revised June 2001pv .� ' ��G1 C-5 PROJECT DESIGNATION SIGN 41 _ 011 kF-T . 0 PMS 288 RTW'O ORT * PMS 167 311 -3:„ = ET MAINTENANCE 3" PROGRAM - 1 V2 Contractor: 2/; t� cto r' i2 1'/2" TELEPHONE NUMBER /2 16%2" FORT WORTH IN LOGO- CHELTINGHAM BOLD I ALL OTHER LETTERING IN ARIAL BOLD LOGO COLORS: FORT WORTH - PMS 288 LONGHORN LOGO- PMS 167 G w O W < � 01 O W i a z m Z J o a }' p Z 4 I-- J J 'Q .. m?JWN ' of o E-O w = O W W�- �2 F- v W O Q— N cC '�� ��-zw=tom- � } � -i W N W CL:F-N3 J V w Q CC V' V• H < CD � vi J z H o a: O W Q J _ V W Cf) ~ Cc U O U I~ a C w w W 'a Z O b 0 W = •WW ~ Z r� m Ir C1C O J 0 H W < w O 2 13VUlNOD NI ION i3YVIN0O NI ION II 11 - I11 j{ ill III i1 iu • III 111 k/• milli Iis It Itl) .. .:•, III X11 II! • IIII ,,, 11 1 �tl 111 all ' ••• {1 Ill ../ ••� �� 111 Ip • III 0 it ill ./.! is til' #'go III; ... .//. III Itt _ Sam tli; :�f - "' 1111 II! tl! asII 1)I 111 rll � ,. ••� .. • Ill ... •" �Il Ill �. III •• '!' r - Ili ••. ,t{ Ili ••• all 111 ' III 11 111 ••9 .. Ili . • 111 ... Ip ... ..• Ga 1!I 11! iq I11 • Ill 111 Qt "' _ • 111 •••if 11. if Ilt j" t • O � O W t Q1 d W � WO 2 = r 2 W � t- xw o Z ~ m W Q W O J (1� O0Jafn ZW u.z o F m p Q C y < W W < to • J W x N 2 Jw N Q to O Z W0 c m W h F- _ZU O ON Z W ck- 2z '� V1 W 2 M m tai W yJ •. F� u • Q J ' Oac w a z _ W o � m J0 NUS �� �• M- uj < J wZ ZS p w X J., � � � Nr h z ct WCD ap } !�- -� z3 p vi J IL 'Q WW lz 0 Ix U) I-5 � J w � rao J = =w 0 = _j< s = V � W J °� if III ilt ' !II IF III II 111 trl� • • • !11 ' II: tti t1 ... III �t ,! 1.• ... . i Ir �. rr,!,: so A. <.,.IIIi �1► tl ar MANHOLE WATER VALVE- 1/2 W TYP 4.0' M H 2.0' W V 8 - #4 BARS TYP. KA PLACED MIN 3"BELOW SURFACE 3" TYP. O , : •• '. YI O Q C PVMTJ '. PVMT BASE -°' BASE GRADE RINGS AND . RAM NECK CONCRETE COLLAR HEIGHT VARIES �, 1. ALL CONCRETE USED SHALL BE 300 0 PSI. Z. CONCRETE COLLAR SHALL EXTEND TO THE BOTTOM OF BASE"(MIN.). 3. CONCRETE COLLAR SHALL BE: a) 4' x 4' for MANHOLE °! b) 2' x 2' for WATER VALVE. CONCRETE COLLAR for MANHOLE and WATER VALVE NTS February 1993 A SQUARE rEET Or VALLEY GUTTER MEASURED rROM LACK-Or•CURS TO SACK-Or-CURS EXPANSION JOINT$ TRARSITIOM TRANSITION AREA MOTH AS REQUIRED) /MATl-HXISTINO DUMMY GUTTER A JOIMTS —PLAN VIEW . Not to scoff Aa kvert ao aloe*than/'/a dfpt,# *4d 40 fess 1404 .q'1R dfplh ri/f be reowired 44.0//'e rlde roll*y pullers. rao e4alrector Aril/ be rfgulred tpt*Sy tho fuller with Ifo_ ttr betorr the Job k occtplfd_. ?*CONCRETE EYIST.N.M.A C. VALLEY rVIA f LASE GUTTER 2•N.M A C N0.3 t 24•C-C TRMSITION 110.34 IS•C-C 46 4 TRANSITION T /CxISEXIST.KMJV- 2/27 S' ITEM NO.i02 L2T S' PVM`f•t BASE CONCRETE SASE Crashed CONCRETE LASE Limestone s'-o• RESIOENTIAL STREETS SECTION 'A —A' #bt to Scoff The T reinforced camcrets valley shollrep/act the too?."of the porement with the remolnln0 portion-of povemant to be constructed Mcluding subprodi treotmeot, /a accordance w/lh the lypko/poviap seclion.. The concrete ra/isy wl//br foverned according to city standard, for concrete curb&Ad puttol: f'he concrete sAol/ be of sloshed ond.screened a��refote wlth ♦ m/n. of f/v�(SJsoc.ts of cement per cublcyord of concrete . With a minimum compressive strength of 3,000 pounds per square inch in seven days. CONCRETE V,4LLEY DETA/LS GROUND LINE 1.5'MIN. FACE OF CURB SUITABLE ' MATERIAL TAMPED•IN .� .r• LIFTS NOT CURB AND ~ O EXCEEDINC GUTTER co 12" L00SE. r; !► TOP OF CURB i WASHED ROCK N ,PER ITEM 4 02 ? OVERLAP FILTER FABRIC PER PAY ITEM NO. 1$ y 0.3' PIPE SHALL BE 6" PERFORATED POLYVINYL CHLORIDE TUBING PER ASTM D-1784 UNLESS SPECIFIED OTHERWISE. SUBDRAIN . CITY OF FORT WORTH,TEXAS-CONSTRUCTION STANDARD DRAWING NO. S—S It tloOIF. DATE: 3- 7-95' 367 Addendum 3 t ATTENTION: CURB RAMPS SHALL BE CONSTRUCTED PERPENDICULAR TO THE CURB AT STREET CROSSINGS WITH LANDINGS IN LIEU OF DIAGONAL CROSSINGS WHERE FEASIBLE. SEE FIGS. 58, 59 & 60. %P- HAIR WH E RAMP ;�) STANDARD D ' TAI S CITY OF FORT WORTH, TEXAS - CONSTRUCTION STANDARD OCTOBER, 1992, REDRAWN OCTOBER 2002 W W N coO m 0 V \ 0 i a I— w ¢C33 m cd N Q Z � ? LZLJ Q O D U F N a z = aLLI Z 'o W oN a o M oLd = _ z � Z � � � o moo ~ yw Ld LLJ CL F- a ¢ W � � � QW .sz at .o � H Ori z 0 c� (n imiv eano D W D W OOL w 2 CD a s S U a o O 3 (_- U- 0 z N to J 0 te v 0 � V LL.a �'- Q o m (n J �w z 0 o Q Ld Woo.. 4 r' min U 0 UJJ m CL aoa In 00 ¢ O O Q �U) 0 Z zx W o03m p N m � Q toUW7 pU u09 ZO zW W Z W 2fn �,� � ON uj M O J� X O Z F+i1 , � o m 00 � 5 N l.{... 0 - J � m w Q Le C, Of u LL. o N G) n �_ EXISTING 15' R SCALE 1" 5' SIDEWALK RAMP W/ COLORED SURFACE NOTES 1) EXPANSION JOINT AND SILICONE SEALING SHALL BE SUBSIDIARY TO UNIT PRICE 810 FOR SIDEWALK. EXISTING CURB AND GUTTER 2)•THE ACTUAL LIMIT OF REMOVAL OF EXIST -ING CURB AND GUTTER AND SIDEWALK SHALL BE AS DIRECTED BY THE ENGINEER IN THE FIELD, 3)MONOLITHIC SLOPES BE NSTLEDONOTH SIDESOF HE RAMP6 DEPENDING ON THE FIELD CONDITION OR AS DIRECTED BY THE ENGINEER. 4) CURB RAMPS WITH RETURNED CURBS MAY BE 18" OR 24" USENORMALLY WALK PEDESTRIANS STHE RAMNOT P. 5) SHALL BE A MAXIMUMP OF 0/OR SIDEWALK SIDES SAWCUT FOR OF RAMP SHALL HAVE A MAXIMUM SLOPE OF CONCRETE 1:10, UNLESS PEDESTRIANS COULD WALK PAVEMENT ACROSS THE RAMP THEN THE MAXIMUM SLOPE SHALL BE 1:12. 9 _.I �l SODDING cn AS REQUIRED BACK OF n PROP. CURB G MONOLITHIC SIDEWALK CURB ON0 'THTC Fi AREO R (SEE NOTES) pONOUTHIC CURE OR Aa % 1 E FLARED KNOTES) FLARED SURFACE OR CURB SODDING A•' AS REQUIRED ACK OF PROP. CURB FACE OF PROP. 7" CURB • p q ps�T/p 9 SPAYS&IrG SAWCUT FOR HMAC PAVEMENT STANDARD PAY LIMIT DETAIL ORT WORTI� CfTY OF FORT WORTH, TEXAS DATE: 09/2004 ACCESSABILITY RAMP - PAY LIMITS STR- 032 EXISTING 15' R SCALE 1" = 5' - q SIDEWALK RAMP W/ COLORED SURFACE NOTES 1) EXPANSION JOINT AND SILICONE SEALING SHALL BE SUBSIDIARY TO UNIT PRICE BID FOR SIDEWALK. ANIDTGUTTER ING RB 2) THE ACTUAL LIMIT OF REMOVAL OF EXIST —ING CURB AND GUTTER AND SIDEWALK SHALL BE AS DIRECTED BY THE ENGINEER IN THE FIELD. 6» 18" OR 24" SAWCUT FOR CONCRETE PAVEMENT 9. SODDING AS REQUIRED ACK OF PROP. CURB ' MONOLITHIC SIDEWALK CURB GROOVE Jb NTING TOOL GROOVE JOINTING H • TOOL 'SODDING AS REQUIRED EXPANSION JOINT & SILICONE SEALING BACK OF PROP. CURB FACE OF PROP. 7" CURB SAWCUT FOR HMAC PAVEMENT JOINT DETAIL ORT WORTCITY OF FORT WORTH, TIMS DATE: 09/2004 ACCESSABILITY RAMP -- JOINT DETAIL STR-'033 PERPENDICULAR PUBLIC SIDEWALK CURB RAMP - r a FLARED SIDE PARALLEL PUBLIC SIDEWALK CURB RAMP - 1 io Level Landingg a4 Top of P lcular PubUc 5ldawaik Curb Ramp COMBINED(PARALLEL%ERPENDICULAR)PUBLIC SIDEWALK CURB RAMP Fig.59 Pubtln SWweMk Curb Ramp ORT WOR, CITY OF FORT WORTH, TEXAS DATE: 09/2004 ACCESSABILITY RAMP - TYPICAL CROSS SECTION STR--034 ATTENTION: CURB RAMPS SHALL BE CONSTRUCTED PERPENDICULAR TO THE CURB AT STREET CROSSINGS WITH LANDINGS IN LIEU OF DIAGONAL CROSSINGS WHERE FEASIBLE. SEE FIGS. 58, 59 & 60. 14.2.6 Vehicular Ways and Facilities ° N-1+1 11111111111 tt i E :> (a) ° �b) Perpendicular public sidewalk curb romp Perpendicular public sidewalk curb romp In public sidewalk with parkway in public sidewalk Q Q Q - Q f [1 � �o) (b) (c) Parallel public sidewalk curb ramp combinatlon public sidewalk curb ramp Perpendicular public sidewalk curb ramp In public sidewalk in public sidewalk with parkway at proected intersection Fig. 60 Public Sidewalk Cirb Ramps at Marked Crossings ORT WORT CITY OF FORT WORTH, TEXAS DATE: 09/2004. ACCESSABILITY RAMP -- FIGURE 60 STR-035 x Y RUNNING SLOPE RUNNING SLOPE 1:20 MAX 1:12 MAX COUNTER SLOPE A....... TT• 1:20 MAX WALK CURB RAMP STREET NOTE, (1) Slope = y/x -where x to a level slope (2) Counter slope shall not exceed 1;20 Fig. B4.7.2 Measurement of Curb Ramp Slope PLANTING OR OTHER NONWALKING SURFACE x FLARED SIDE 1 0 NOTE: If X < 48" (1220 mm) then the slope of the flared sides shall not exceed 1:12 (a) Flared Sides (b) Returned Curb Fig, 84.7.5 Sides of Curb Ramps ae ml (tvil al 1 . 10 Fig. B4.7.6 Bunt—up Curb Ramp .1 OCTOBER, 1992, REDRAWN OCTOBER 2002 ORTWORT H CITY OF FORT WORTH, TEXAS DATE: 49/2004 ACCESSABILITY RAMP -- RAMP SLOPE DETAILS STR-036 ATTENTION: CURB RAMPS SHALL BE CONSTRUCTED PERPENDICULAR TO THE CURB AT STREET CROSSINGS WITH LANDINGS IN LIEU OF DIAGONAL CROSSINGS WHERE FEASIBLE. SEE FIGS. 58, 59 & 60. y p I A AYOU -S t CITY OF FORT WORTH, TEXAS - CONSTRUCTION STANDARD OCTOBER, 1992, REDRAWN OCTOBER 2002 TYPE . I EXISTING 15' R. SCALE 1" = 4' PROP. 4' RAMP WITH COLORED SURFACE z 0 z w 0 U 1:48 1:12 1:12 VARIABLE HEIGHT CURB 1 1/2' R. (TYP) �RT�O CITY OF FORT WORTH, TEXAS DATE: 09/2004 ACCESSABILITY RAMP - TYPE I (W/15' RADIUS) STR-037 TYP E I EXISTING 20' R. SCALE 1" = 4' x a PROP. 4' RAMP WITH z COLORED SURFACE 0 H �i U 1:48 1:12 VARIABLE HEIGHT CURB 1 1/2' R. (TYP) FORT WORTCITY OF FORT WORTH, TEXAS DATE: 09/2004 ACCESSABILITY RAMP - TYPE I (20' RAD.) STR-038 16. r E)asTIIVG CURB & GUTTER TYPE -III EXISTMG 15' R. SCALE 1" = 4' ® SIDEWALK RAMP WITH e COLORED SURFACE 18" OR 24" BROOM FINISH SAxCUT FOR RMAC PVMT• HMAC TIE—IN g. SODDING AS REQUIRED BACK OF PROP. CB. 1:12MONOLITHIC CURB i:SB • J 2h� i�1_1z 1:48 SODDING -�-- AS REQUIRED BACK OF PROP CURB — FACE OF 7" CURB E� MG CURB :r.�U:TrER SANCUT FOR CONCRETE PAVEMENT FoR'TWURT CITY OF FORT WORTH, TEXAS DATE: 09/2004 ACCESSABILITY RAMP TYPE M (15' RADIUS) STR-039 - 1 CITY OF FORT NORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: HMAC 2005-12 (FLORENCE) 5,f-) 2.&o 5+ DOE NO. : 4773 FUND .CODE: 03 HOLE # 1 LAB NO: 47461 LOCATION: W/4 OF FLORENCE 35' SOUTH OF W 7TH ST. 1.25" HMAC 6. 75" BROWN SAND W/GRAVEL Ct �A-N tDvt([s PVL S � 12 . 00" TAN SANDY CLAY W/GRAVEL C ATTERBURG LIMITS: LL: 32. 6 PL: 17 .2 PI : 15. 4 SHRKG: 8 . 0% MUNSELL COLOR CHART: 7/3 VERY PALE BROWN CLAY UNIT WEIGHT: 131 . 0 #/CFT C v HOLE # 2 LAB NO: 47462 LOCATION: E/4 OF FLORENCE 20' NORTH OF W. 2"" ST. 8 . 00" BROWN SAND W/GRAVEL 10 . 00 TAN SANDY CLAY W/GRAVEL ATTERBURG. LIMITS: LL: 31. 4 PL: 17 . 4 I: 14 . SHRKG: 7 . 0% MUNSELL COLOR CHART: 8/3 VERY PALE BROWN 97MDY CLAY UNIT WEIGHT: 133 . 0 #/CFT l\b U 1'JX v-tu, APPPROVAL: RY IJERI ROUTING DATE TESTED: 01-19-05 ABE CALDERON DATE REPORTED: 01-21-05 SUSAN SCHWINGER TESTED BY: HERNANDEZ FILE ' ^ / � � ` - � � n » ' � ' ' ` LO 0 O N 1 M ' R C, C) N N N %D %0 M N N N N N '.0 N N N N N1.0 N N%0 % en N r- 1.O h \O %0 �o �o �o h %0 1�0 V- 4)d tCS rT d O O �hd cO00N � (OI— O �i tne' OOOOOd ONCO� OMOOON C. i R r CL U. w z > H E E F cn d cn CnHwwE z vFi cis W W caw W 0OW Fad (- W E � Fz0w 60 0 0 w E FZHZFF" FdzFFv� dv� 7HE" T W cnFOWUW W � AvHiA� � xrnaCv� � p�pzU �C � �x vex v� cn W � AOALI ¢ w ZHfj� Fm OmwQH N E°- Uti ::r. xHxxzz 3333333333333333w3 Q > 0 0 0 F- VV)vFi V)i w rn W vHi a 0rn F F F F >Oc4 xa� x x O Wz M V)U cn O Cry)4 w W W xxW w W d p (� `n c cn W .I -e �¢1 � Axd � xx wxdvFiW Q O � 0 < ¢ D ¢ xFx � Sir � Nr Cn Ln � 3vFi2 �m zzz3333333333333 �n33w F . vHi vFi F O vFi FFHFF � F, pp..,, vFivFiHHF � W W W W U FcFi� � W FFE F" vFivFivFi2z ��; WUWU �rU� WUzCIO vmQ) V) vFi � z � xaaaww v� zd � � - � Nmr � � � paV0000w UOE¢ U cn ww33333333oarsazc� zwwwwzaaa za3 rn .- .-+ .. ,-, N M ,,,,, •-• rn h .-. ,-. ^' N m Ln O Y O V 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Cl 0 0 0 0 N O N % O % N � R O ,t O O O O N M 000 O d0' 'O� O O N 001 r r N T- th Cl O N LO 0 O N N � N N N N N � N N a C c) zn N � V' 10 �O �O l— �D V' G1 EW L L U. M � � dMOMOTMtn � NONONaNO � ed (dOOC C) 0 � OONNN Go Q,U 44 at F O H F cn H V) w O�o� t- UWa' FZOF zjU ,-lO cjFF z�aco ZaV) q4 H 0z Z C OOOHH WHQzza FFNviWA¢ F gjMF W c/) WO /) /) Ucn vHizzapvFpg.i, NgQ Hcna a Fxvi V z :1Zwz � '^ a ^ nOO0 U ° xxHw z z w3 EL �- L T j O a. o T co W O o {l LL OH H Z O Lc0 (r0.� (x0., �c0�r.,, Ow w 0 V a U Cl) V) On' (nW wwww W Q w Zp FSH H � HE" OW FcHi� FFE- E CCOcEjnEx- cHi� vHicHi� � vFiFxF � V G1 Q 0 o ¢ ¢ ¢ Hx3M �333 � N � �3M � � � 3 � z LL U oa m z z z w d 2 � r F C cn a ciavHivHi E HFFF � E, t cc V Q � ¢ MM � VHI ? W W W W UE- HFE yrs; W C> w HE E" E" vFicHnvFiz � � � � W �. UUUUWzcncncncnWEx .3� C +' � cnHFgGCxx� a aww jz wzzzzw ¢ `/' a�' Ow>+ zQ = 0 WCq00aO � 0 (jOaa00F" W 3 .4) v� ww33333333mmzUzwwwwzaaaa za3 � .19 C1 w � ON Cs ON C � � C\ CN � � ON Obi 00 � � .N-4 � � CCd C ^+ M C7\ M 00 N 00 � 00 N W) N M tn [� N mG m M d L V V CL uy V0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a ` N 0 0 0 Cl 0 0 0 0 0 0 0 0 0 0 0 0 C. 0 0 0 0 0 0 kn 0 0 0 0 0 �r .+ N �D � - N dt 0\ . - -� .. N M W d �D I— C\ N (2% 04 U1 T ` m 0 c5 Z T L6 O O N LO 0 0 N M yy CL M N N N 3 N N N N N PQ N N N N N N N M N n d r � d O NrO 00Or Or rO rOCOO O O NO ' O � OOOMOOaU) OOLO0LOOm r N r a LO � H F ZO F F ¢ � E- C%4 In o6 � xw F HZFZF. E HQ ¢ FFvFi ¢ vHidFF wv� OW Uww � ArFn � � U � �nv� x �nx � v� � a' � AOAA > z Ax .aE .aF AAQzaxxE. Af. .-aAx Ln W ¢ W z F W v� w cn z u; ¢ W F E- m 0 cn � O W 04 x W W F xwNtnCG -- W -. N �n -lf� vl [� 0 - 0060 N N t- Uxzf- zzw3333333333333333w3 W > O o W cn O C,/-) n. 0 F -, 0 0000 O O V) W oaa d o � FFF � F' � OwEx- rHnEx� HHE vFivFiEx+ vFivHivHia � FxF � w cn cn v� lAd ¢ ¢ ¢ ¢ � V � x � z w H x xx � x LL zzz3333333333333w33wx F cn F o aGOvi, ppV) (nH. � cFi� vFivFirFnw cn FFE dL F`" H ��~ ��~ rNn �MHnH�Fv`� o¢a wW6wm¢ �A � �HwvFiw ZcW� rWZ� ZrW� xWZ0"O", �� ¢ � F�� W >1 zH - - M1y nvwOwU) cnzzW w � ajdA �zw 000 ", � ¢ OEU � 0O toWw33333333wmzzzwwaa za3 (� Q\ 01 01 01 D\ 01 O1 01 Qi 01 O1 01 O, O1 01 01 O 01 O1 O1 Q\ M C% CN 01 O1 01 T 01 O1 01 O1 O1 O1 � 01 O1 O1 01 Q1 01 Q1 01 01 C< g 01 (71N O1 01 01 ,-• M .� '"' v1 m O O O V6 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N _ 0 N O N T O Q� O O O o N M C.W O � r O 001 N C N r Lh O O N HMAC SURFACE OVERLAY (2005-12) Blk Limits Project Name Limits Procedure Quantity CD May 100-199 E 1ST ST MAIN ST-COMMERCE ST MOL 0.14 LM 9 63W 200-399 E IST ST COMMERCE ST-JONES ST MOL 0.29 LM 9 63W 100-199 W I ST ST MAIN ST-HOUSTON ST MOL 0.15 LM 9 62Z 600-899 W 1ST ST BURNETT ST-HENDERSON ST MOL 0.44 LM 9 62Z 100-299 W 2ND ST MAIN ST-THROCKMORTON ST MOL 0.3 LM 9 62Z 600-899 W 3RD ST BURNETTST-HENDERSON ST MOL 0.6 LM 9 76D 100-999 W 7TH ST MAIN ST-HENDERSON ST MOL 1.74 LM 9 76D 200-399 W BELKNAP ST N HOUSTON ST-N TAYLOR ST MOL 0.32 LM 9 63W 400-899 W BELKNAP ST N TAYLOR ST-N HENDERSON ST MOL 1.04 LM 9 62Z 900-1199 W BELKNAP ST N HENDERSON ST-PENN ST MOL 0.75 LM 9 62Z 100-299 BURNETTST W WEATHERFORD ST-W 2ND ST MOL 0.31 LM 9 62Z 400-599 BURNETTST W 3RD ST-W 5TH ST MOL 0.3 LM 9 76D 100-199 N BURNETT ST W WEATHERFORD ST-W BELKNAP ST MOL 0.16 LM 9 62Z 100-199 CHERRY ST W WEATHERFORD ST-W IST ST MOL 0.17 LM 9 62Z 100-199 N CHERRY ST W WEATHERFORD ST-W BELKNAP ST MOL 0.13 LM 9 62Z 100-199 FLORENCE ST W WEATHERFORD ST-W IST ST MOL 0.17 LM 9 62Z 200-299 FLORENCE ST W IST ST-W 2ND ST POL 0.15 LM 9 62Z 300-399 FLORENCE ST W 2ND ST-W 3RD ST MOL 0.16 LM 9 76D 800-1198 FLORENCE ST W 7TH ST-W LANCASTER AVE MOL 0.83 LM 9 76D 100-199 N FLORENCE ST W WEATHERFORD ST-W BELKNAP ST MOL 0.16 LM 9 62Z 400-599 LAMAR ST W 3RD ST-W 5TH ST MOL 0.22 LM 9 76D 600-749 LAMAR ST W 5TH ST-W 7TH ST MOL 0.23 LM 9 76D 750-1099 LAMAR ST W 7TH ST-W 13TH ST MOL 0.53 LM 9 76D 1000-1199 LOCUST ST SAMUELS AVE-WOODS AVE MOL 0.21 LM 9 63N 900-1123 MONROE ST W 10TH ST-W 13TH ST MOL 0.45 LM 9 77A 200-299 PECAN ST E 1 ST ST-E 2ND ST MOL 0.15 LM 9 63W 100-199 N TAYLOR ST W WEATHERFORD ST-W BELKNAP ST MOL 0.17 LM 9 62Z ' 900-1599 W WEATHERFORD ST HENDERSON ST-W 5TH ST MOL 0.76 LM 9 62Z Total Lane Miles for Contract H2O05-12 11.03 MOL-Mill Overlay POL-Pulverized Overlay Friday,March 04,2005 10:47 AM Transportation and Public Works Page 1 of I Infrastructure Division