Loading...
HomeMy WebLinkAboutContract 26965 THIS COPT FOR. /C"OWACM ' 7�cOmCTOrS BONOINO C6,, CITY SECRETARY ._._k___CffysEc CONTRACT NO. CR MANAGER'S OWE ENCttIEERiNG DIY. SPECIFICATIONS __UPW-FU COPY AND CONTRACT DOCUMENTS CONCRETE PAVEMENT PARTIAL RECONSTRUCTION AND PAVEMENT JOINT REPAIR CENTREPORT AREA PROJECT NO. GS93-020930532290 IN THE CITY OF FORT WORTH, TEXAS May 2001 - KENNETH L. BARR GARY JACKSON MAYOR CITY MANAGER HUGO A. MALANGA, PE - DIRECTOR DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS GEORGE BEHMANES% PE - ASSISTANT DIRECTOR DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS OF.T�c�,� _s ON CrEu GSLS °VOi MA'• O•� T.•JAAFARI.i • •� � . • 8021 .' << NAL i Mb City of Fort Worth, Texas qvagor and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 7/17/01 **C-18666 1 20STEEL 1 of 2 SUBJECT AWARD OF CONTRACT TO J. L. STEEL, LP FOR CONCRETE PAVEMENT PARTIAL RECONSTRUCTION AND PAVEMENT JOINT REPAIR CENTREPORT AREA RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with J. L. Steel, LP in the amount of $348,668.28 for Concrete Pavement Partial Reconstruction and Pavement Joint Repair Centreport Area (CPJR 2001-10). DISCUSSION: In the 2000-2001, Contract Major Maintenance Program, various types of street maintenance techniques are grouped into specific contract packages. Concrete Pavement Partial Reconstruction and Pavement Joint Repair Centreport Area will provide for repair of concrete panels and joints in concrete streets at specified locations funded from the Contract Street Maintenance Fund. The following list details the limits for each of the streets included in this project: STREET FROM TO Centreport Boulevard Trinity Boulevard Statler Boulevard Centreport Boulevard Statler Boulevard Trinity Boulevard '. Statler Boulevard Centreport Boulevard Breezewood Boulevard Statler Boulevard Breezewood Boulevard Centreport Boulevard Trinity Boulevard Highway 360 East dead end Trinity Boulevard East dead end Highway 360 Cambridge Road Trinity Boulevard FAA Boulevard FAA Boulevard Amon Carter Boulevard City limits FAA Boulevard City limits Amon Carter Boulevard Diplomacy Road Trinity Boulevard FAA Boulevard Empire Road FAA Boulevard Frye Road •• Fleetwood Road FAA Boulevard Frye Road Sovereign Road Diplomacy Road Amon Carter Boulevard Frye Road East dead end Trinity Boulevard This project is located in COUNCIL DISTRICT 5. This project was advertised for bid on May 17 and 25, 2001. On June 14, 2001 the following bids were received. BIDDERS AMOUNT J.L. Steel, LP $348,668.28 Northstar Construction, Inc. $396,035.00 } S.Y.B. Construction, Inc. $446,360.50 Infrastructure Services, Inc. $450,577.15 a, ,n City of Fort Worth, Texas ivvayar and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 7/17/01 **C-18666 1 20STEEL 2 of 2 SUBJECT AWARD OF CONTRACT TO J. L. STEEL, LP FOR CONCRETE PAVEMENT PARTIAL .. RECONSTRUCTION AND PAVEMENT JOINT REPAIR CENTREPORT AREA The low bidder, J. L. Steel, 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%. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Contract Street Maintenance Fund. MG:k s Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) Mike Groomer 6140 Originating Department Head: Hugo Malanga 7801 (from) APPROVED 7/17/01 GS93 541200 020930532290 $348,668.28 Additional Information Contact: Hugo Malanga 7801 City Of Fort Worth Transportation And Public Works Department = Addendum No 1 Concrete Pavement Partial Reconstruction & Pavement.Joint Repair Centre Port Arca Project No CS93-020930532290 1- Pay item SP 3 . Reinforced Concrete Pavement, Page 26, Rebars in replaced would -I a' IS in both directions . Cost of labor, material & equipment to place all rebars & dowels bet,ween ne.N & existing concrete panels ( including the cost to chill & epoxy doNrel rebars) is incidental to pay item SP 3 Reinforced Concrete Pavement . 2- Detail titled `•Typical Detail for Curb Detail page 36 of Specifications & Contract Documents Would reflect the use of#=1 a: 1S instead of the#3 r 24 " as shown . Receipt Acknowledge Project manager T Name �7f A VOLName Khal Jaarari P.E. Compan. 4 U �, Date A mandatory pre-bid conference will be held at 10:30 a.m.Monday,June 11,2001 in the Department of Transportation and Public Works conference room no.270 located at 1000 Throckmorton Fort Worth Texas. Bids received from firms who do not attend the mandatory pre-bid conference will be returned unopened,and if opened inadvertently,will not be considered. SPECIFICATIONS AND F CONTRACT DOCUMENTS FOR CONCRETE PAVEMENT PARTIAL RECONSTRUCTION AND PAVEMENT JOINT REPAIR CENTREPORT AREA IN THE CITY OF FORT WORTH,TEXAS PROJECT NO.GS93-020930532290 2001 S A.DOUGLAS RADEMAKER,P.E. DATE DIRECTOR,DEPARTMENT OF ENGINEERING S � a GEORGE A.BEHMANESH,P.E. DATE ASSISTANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT DOO KIM,A. DATE CAPITAL PROJECT ENGINEER WATER DEPARTMENT A mandatory pre-bid conference will be held_at 10:30 a.m.Monday,June 11,2001 in the Department of Transportation and Public Works conference room no.270 located at 1000 Throckmorton, Fort Worth,Texas. Bids received from firms who do not attend the mandatory pre-bid conference will be returned unopened,and if opened inadvertently,will not be considered. TABLE OF CONTENTS s 1. Notice to Bidders 2. Special Instructions to Bidders 3. Scope of Work 4. Prevailing Wage Rates 5. Proposal 6. Vendor Compliance to State Law 7. Minority and Women Business Enterprises Specifications 8. Special Provisions 9. Detail Sheets 10. Performance Bond 11. Payment Bond 12. Experience Record 13. Equipment Schedule 14. Certificate of Insurance 15. Contractor Compliance With Worker's Compensation Law 16. Contract r. A„ NOTICE TO BIDDERS Sealed proposals for the following: r FOR: CONCRETE PAVEMENT PARTIAL RECONSTRUCTION AND PAVEMENT JOINT REPAIR .r CENTREPORT AREA PROJECT NO. GS93-020930532290 ,s. Addressed to Mr. Gary Jackson,City Manager of the City of Fort Worth,Texas will be received at the Purchasing Office until 1:30 PM,June 14,2001 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the Office of the Department of Engineering,Municipal Office Building, 1000 Throckmorton Street,Fort Worth,Texas. One set of documents will be provided to prospective bidders for a.deposit of$20.00;such deposit will be refunded if the document is returned in good condition within(10)days after bids are opened. Additional sets may be purchased on a nonrefundable basis for twenty dollars($20.00)per set. These documents contain additional information for prospective bidders. A pre-bid conference will be held at 10:30 a.m.Monday,June 11,2001 in the Department of Transportation and Public Works Conference Room#270. Attendance is mandatory. Non-attendees will be disqualified with bids set aside. Bid security is required in accordance with the Special Instruction to Bidders. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of forty-nine(49)days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM("Documentation")as ` appropriate is received by the City. The award of contract,if made,will be within forty-nine(49)days after this documentation is received,but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. ac Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all Addenda may be rejected as being nonresponsive. Information regarding the status of Addenda may be obtained by contacting the Department of Engineering at 817-871-7910. In accord with City of Fort Worth Ordinance No. 11923,as amended by Ordinance No. 13471,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contract. A copy of the Ordinance can be obtained from the Office of the City. Secretary. In addition,the bidder shall submit the MBE/WBE UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the -- GOOD FAITH EFFORT FORM("Documentation")as appropriate. The documentation must be received no later than 5:00 PM,five(5)City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid nonresponsive. For additional information,contact Khal Jaafari at(817)871-7872. GARY JACKSON GLORIA PEARSON CITY MANAGER CITE E Y George a anesh,P.E. Assistant Director, Department of Transportation Public Works r. Advertising Dates: May 17,2001 May 24,2001 1 r dft Aft SPECIAL INSTRUCTION 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 five(5%)per cent of the total of the bid submitted must accompany the i° bid,and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten(10)days after the contract has been awarded. Aft To be an acceptable surety on the bond,(1)the name of the surety shall be included on the current U.S.Treasury,or(2)the surety must have capital and surplus equal to ten times the limit of the bond. The surety must be licensed to do business in the state of Texas. The amount of the bond shall not exceed the amount shown on the treasury list or one-tenth(1/10)the total capital and surplus. am 2. PAYMENT BOND AND PERFORMANCE BOND: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract d% awarded. In this connection,the successful bidder shall be required to furnish a performance bond as well as payment bond,both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Article 5160 of the Revised Civil Statutes of Texas,as .. amended. In order for a surety to be acceptable to the City,(1)the name of the surety shall be included on the current U.S.Treasury List of Acceptable Sureties(Circular 870),or(2)the surety must have capital and surplus equal to ten times the amount of the bond. The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list or one-tenth(1/10)of the total capital and surplus. If reinsurance is required, the company writing the .r reinsurance must be authorized,accredited or trusteed to do usiness in Texas. No sureties will be accepted by the City which are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City,notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of$25,000 a Payment Bond shall be executed,in the amount of the contract,solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of$100,000,a Performance Bond shall be executed,in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications,and contract documents. Said bond shall solely be for the protection of the City of fort tr Worth. 3. LIQUIDATED DAMAGES:The Contractor's attention is called to Part 1,Item 8,paragraph 8.6,of the"General Provisions"of the Standard Specifications for Construction of the City of Fort Worth, ++� Texas,concerning liquidated damages for late completion of projects. 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal,the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the " proposal. 5. EMPLOYMENT:All bidders will be required to comply with City Ordinance No.7278 as amended rr by City Ordinance No.7400(Fort Worth City Code Section 13-A-21 through 13-a-29)prohibiting discrimination in employment practices. 2 6. 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. 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 8. INSURANCE:Within ten(10)days of receipt of notice of award of contract,the Contractor must provide,along with executed contract documents and appropriate bonds,proof of insurance for Worker's Compensation and Comprehensive General Liability(Bodily Injury-5250,000 each person, $500,000 each occurrence;Property Damage-$300,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. 9. NONRESIDENT BIDDERS:Pursuant to Article.601 g,Texas Revised Civil Statutes,the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. "Nonresident bidder"means a bidder whose principal place of business is not in this state,but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder"means a bidder whose principal place of business is in this o state,and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal finds. 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 nonresident contractor to do so will automatically disqualify that bidder. 10. MINORITY AND WOMEN BUSINESS ENTERPRISES:In accord with City of Fort Worth Ordinance No. 11923,as amended by Ordinance 13471,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the office of the City Secretary.In addition, the bidder shall submit the MBE/WBE UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM("Documentation")as appropriate. The Documentation must be received no later than 5:00 p.m.,five(5)City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the Documentation was received by the City. •� Failure to comply shall render the bid non-responsive. Upon request,Contractor agrees to provide to owner complete and accurate information regarding actual work performed by Minority Business Enterprise(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 MBE and/or WBE. The misrepresentation of facts(other than a negligent misrepresentation)and/or the commission of fraud at by the Contractor will be grounds for termination of the contract and/or initiation action under appropriate federal,state or local laws or ordinances relating to false statement;further,any such misrepresentation(other than a negligent misrepresentation)and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participation in City work for a period of time of not less than three(3)years. .. 3 EK AN 11. AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder.The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be ■+ withdrawn until the expiration of forty-nine(49)days from the date the M/WBE UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation")as appropriate is received by the City. The award of contract,if made,will be +.r within forty-nine(49)days after this documentation is received,but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. 12. PAYMENT:The Contractor will receive full payment(minus 5%retainage)from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. 13. ADDENDA:Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained by contacting the Department of Engineering Construction Division at (817)871-7910.Bids that so not acknowledge all applicable addenda may be rejected as non- responsive. 14. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A.Workers Compensation Insurance Coverage a.Definitions: Certain 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 worker's compensation insurance coverage for the person's or entity's.employees providing services on a project,for the duration of the project. ..r 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 contracted directly with the contractor and regardless of whether that person has employees. This includes,without limitation, independent contractors,subcontractors,leasing companies,motor carriers,owner-operators, employees of any such entity,or employees of any entity which furnishes persons to provide services on the project. "Services"include,without limitation,providing,hauling,or delivering equipment or materials,or providing labor,transportation,or toner services related to a project."Services"does not include activities unrelated to the project,such as food/beverage vendors,office supply deliveries,and delivery of portable toilets. 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)or 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 r� r 4 •a .s. period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. w e. The contractor shall obtain from each person providing services on a project,and provide to the governmental entity: arr (1) a certificate of coverage,prior to that person beginning work on the project,so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project;and as (2) no later than seven days after receipt by the contractor,a new certificate of coverage showing extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter ri g. The contractor shall notify the governmental entity in writing by certified mail or personal delivery,within ten(10)days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. h. The contractor shall post on each project site a notice,in the text,form and manner prescribed by the Texas Worker's Compensation Commission,informing all persons providing services on the project that they are required to be covered,and stating how a person may verify coverage and report lack of coverage. rr 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 ,v 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 with whom it contracts,and provide to the contractor: (a) a certificate of coverage,prior to the other person beginning work on the project;and .ir (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. rs 5 s (6) notify the governmental entity in wiring by certified mail or personal delivery, within ten(10)days after the person knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the project;and .r (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. a° 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 worker's ,rr 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 or misleading information may subject the contractor to administrative,criminal,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 does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered,and stating how a person may verify current coverage and report failure to provi4e coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type,and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text,without any additional words or a� changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" A% The law requires that each person working on this site or providing services related to this construction project must be covered by worker"compensation insurance.This includes persons providing,hauling or delivering equipment or materials,or providing labor or transportation or other service related to the project,regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage,to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 15. NON DISCRIMINATION:The contractor shall not discriminate against any person or persons • because of sex,race,religion,color,or national origin and shall comply with the provisions of City Ordinance 7278,as amended by City Ordinance 7400(Fort Worth City Code Sections 13A-21 through 13A-29),prohibiting discrimination in employment practices. rr 16. AGE DISCRIMINATION: In accordance with the policy("Policy")of the Executive Branch of the federal government,contractor covenants that neither it nor any of its officers,members,agents, or employees,will engage in performing this contract,shall,in connection with the employment, advancement or discharge of employees or in connection with the terms,conditions or privileges of their employment,discriminate against person because of their age except on the basis of a bona fide occupational qualification,retirement plan or statutory requirement. rr "' 6 Contractor further covenants that neither it nor its officers,members,agents,or employees,or person acting on their behalf,shall specify,in solicitations or advertisements for employees to work on this Contract,a maximum age limit for such employment unless the specified maximum age limit is based pip upon a bona fide occupational qualification,retirement plan or statutory requirement. 40 Contractor warrants it will fully comply with the Policy and will defend,indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 17. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990("ADA"),Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public,nor in the availability,terms and/or conditions of employment for applicants for employment with,or current employees of Contractor.Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. .a Wrri .r Mi w .� 7 SCOPE/LIMIT OF WORK The following list of streets would address streets that would undergo construction repairs. r Street Name: Limits of Construction: Ma Psco#: Centre ort Blvd. Trinity Blvd. to Statler Blvd. 56U Centreport Blvd. Statler Blvd.to Trinity Blvd. 56U Statler Blvd. Centreport Blvd.to Breezewood Blvd. 56 U Statler Blvd. Breezewood Blvd. to Centr ort Blvd. 56U Trinity Blvd. Hwy 360 to East Dead End 56 T, 31 S Trinity Blvd. East Dead End to Hwy 360 31 S, 56 T Cambridge Rd. Trinity Blvd.to FAA Blvd. 56 V,M Buckingham Rd. FAA Blvd. to Trinity Blvd. 56 M,V FAA Blvd. Amon Carter Blvd.to City Limits 56 L, 31 N Cr FAA Blvd. City Limits to Amon Carter Blvd. 31 N 56 L Diplomacy Rd. Trinity Blvd.to FAA Blvd. 56 V,R Empire Rd. FAA Blvd.to Frye Rd. 56 R V Fleetwood Rd. FAA Blvd.to Frye Rd. 31 N S Sovereign Rd. Diplomacy Rd.to Amon Carter Rd. 56 R, Frye Rd. East Dead End to Trinity Blvd. 31 S 56 V r+ i.� W- ar or 8 CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATES FOR 2000 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&CURB 10.25 FORM SETTER-STRUCTURES 9.75 LABORER-COMMON 7.64 LABORER-UTILITY 8.64 MECHANIC 13.25 SERVICER 10.13 PIPE LAYER 7.35 PIPE LAYER HELPER 6.75 ASPHALT DISTRIBUTOR OPERATOR 11.45 ASPHALT PAVING MACHINE OPERATOR 11.09 CONCRETE PAVING SAW 10.53 CRANE,CLAMSHELL,BACKHOE,DERRICK,DRAGLINE,SHOVEL(<1 '/2 CY) 10.00 CRANE,CLAMSHELL,BACKHOE,DERRICK,DRAGLINE,SHOVEL(<I 'h CY) 11.52 FRONT END LOADER(2 1/.2 CY&Less) 9.94 FRONT END LOADER(over 2%s CY) 9.32 MILLING MACHINE OPERATOR 8.00 MIXER 11.00 MOTOR GRADER OPEATOR(FINE GRADE) 12.31 MOTOR GRADER OPERATOR 13.75 - PAVEMENT MARKING MACHINE 11.00 ROLLER,STEEL WHEEL PLANT-MIX PAVEMENTS 9.88 ROLLER,STEEL WHEEL OTHER FLATWHEEL OR TAMPING 12.12 ROLLER,PNEUMATIC,SELF-PROPELLED SCRAPER 8.02 TRAVELING MIXER 10.00 REINFORCING STEEL SETTER(PAVING) 9.75 TRUCK DRIVER-SINGLE AXLE(LIGHT) 8.00 TRUCK DRIVE-TANDEM AXLE SEMI-TRAILER 10.22 - TRUCK DRIVER-LOWBOY/FLOAT 10.54 TRUCK DRIVER-TRANSIT MIX 10.63 TRUCK DRIVER-WINCH 9.80 9 PROPOSAL - TO: Mr. Gary Jackson City Manager Fort Worth,Texas FOR: CONCRETE PAVEMENT PARTIAL RECONSTRUCTION AND PAVEMENT JOINT REPAIR CENTREPORT AREA PROJECT No, GS93-020930532290 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 complete all the work as provided in the plans and specifications,and subject to the inspection and approval of the Department of Engineering Director 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 reserves the right to add,delete or substitute streets in this contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus(t)25%of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid process. 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 said work within the time stated and for the following sums,to-wit: SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID PRICES UNIT TOTAL ITEM ITEM QUANTITY WRITTEN IN WORDS PRICE AMOUNT BID S.P. I. I LS. UTILITY ADJUSTMENT -�en }hoksun� Dollars& o Cents Per LS. $10,000.00 $10,000.00 S.P. 2. 2 EA. PROJECT DESIGNATIel SIGNS 4-wo �Ukki�re� +we»+ti \rpollars& 462) +W en4 v Cents Per EA. $2 $ e S.P. 3. 2254 SY. REINFORCED CONCRETE PAVEMENT $S ,7c( 9 314 -ejw_ 59Ve- n'cne Dollars& / Cents Per SY. �l $ - Q%shw Y T S.P. 4. 39,373 LF. SILICONEJOINT SEALANT(Joints VV wide) � �� .701 o o �-rvQ n Dollars& _ � Cents Per LF. r $ 10 S.P. 5. 11,089 LF. SILICONE JOINT SEALANT(Joints f 1.5"wide) !r'i v e Dollars& gg 3z 4;_�'%$Wt Cents Per LF. $ �. $ (p Z U3 S.P. 6. 100 LF. 7"CONCRETE CURB REPAIR �1ev 2n� v S 1 X Dollars& i9 an -wen+y dj ne. Cents Per LF. $ $ -7 62�. S.P. 7. 677 SY. FLEX BASE Sev en Dollars& �. wp Cents Per SY. $ 7, $ m S.P. 8. 1353 CF. EXCAVATION d L) Dollars& S(o fob Cents Per CF. $ $ 7S`7, S.P. 8. 1353 CY. CONCRETE rev e n Dollars& —1 0_0 00 no Cents Per CY. $ / . $ TOTAL BII) $ This contract is issued by an organization which qualifies for exemption pursuant to the provision 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 successful Bidder shall be required to complete the attached Statement of Materials and Other Charges at the time of executing the contract. 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?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 erformance of this contract. The attached deposit check in the sum of °�o C(eat A and Kn� a Dollars ($ )is to be forfeited in the event the contract and bond are not executed within e the time set forth,as liquidated damages for delay and additional work caused thereby. 11 (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: Addendum No. 1 (Initials) v Addendum No.3(Initials) F Addendum No.2(Initials) Addendum No.4(Initials) R ectfully submi d: ` l s.�'',t�t� et91 By A �9 Cs�� P.O. 6ox 1�10 Address R oco ok e \X 7&2(o 2- Telephone Telephone 3/7' q_30- 2V/O - (SEAL) V/4(SEAL) rr�� Date 12 ATTACHMENT 1A Page 1 of 2 .. City of Fort Worth Minority and Women Business Enterprise Specificati:W I M Q T T MBE/WBE UTILIZATION 1uUI f JUN 19 2001 J. L . Siee.1 , L P. 6- /Y- 61 WE COMPVY NAME L BID DATE ;_.y �ohCr, e cv2m2nf Portia) Re 65G3 - 02G�f �oS3 Z 'OJECT NAME PROJECT NUMBER /WITY'S M/WBE PROJECT GOAL: S Jlo NUWBE PERCENTAGE ACHIEVED: 1 o Failure to complete this form, in its entirety with supporting documentation; and received by the Managing aepartment on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will !suit in the bid being considered non-responsive to bid specifications. o the undersigned bidder agrees to enter into a formal agreement with the MBE and/or WBE firms for work listed in this chedule, 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 specifications. Company Name, Contact Name, Certified I Specify All Contracting Specify All Items to be Dollar Amount Address,and Telephone No. Scope of Work(*j Supplied(*) U xOx h , Z ~2 :_p_........_M..e x_,_r... n. _.._._ ... ....._. . C l can Sea Xy I Tf DC�`1s1. Dean us TX .. 7z 12 "'lpcki� 6ih ^ Qerno z ly- tO3l - 0s90 M/WBEs must be located in the 9(nine)county marketplace or currently doing business in the marketplace at the time of bid. r� I Specify all areas In which MWBE's are to be utilized and/or Items to be supplied: (') A complete listing of items to be supplied Is required in order to receive credit toward the M/WBE goal. ')identify each Tier level. Tier:Means the level of subcontracting below the prime contractor/consultant,I.e.,a direct payment from the prime contractor to a subcontractor is considered Ist tier,a payment by a subcontractor to Its supplier is considered 2nd tier. THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE(5)CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.612/98 Pages 1 and 2 of Attachment 1A must be received by the Managing Department ® ATTACHMENT 1A Page 2 of 2 Cit of Fort Worth Minority and Women Business Enterprise Specifications MBE/WBE UTILIZATION 'Company Name,Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount Address,and Telephone No. a Scope of Work(") Supplied(*) I- T, P. Me�c. Cern SealWR5. :.___«r- .........._...�...... l y 35.29.... Pio r'�.w. Ave- `� L ea n t SealI t 1� '. 7S -2 Demo Saw ,ie bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding :tual work performed by all subcontractors, including MBE(s) and/or WBE(s) arrangements submitted with this bid. oe bidder also agrees to allow an audit and/or examination of any books, records and files held by their company 'hat will substantiate the actual work performed by the MBE(s) and/or WBE(s) on this contract, by an authorized ",ficer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for rminating 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 weates a material breach 'of contract may result in a determination of an irresponsible offeror and barred from trticipating in City work for eriod of time noVess than one(1)year. AL M E � d RE r i IgjED BY THE CITY BEFORE CONTRACT AWARD _�� E 14 �'. a5ca� Trcv•Ko .,jthorized SigNM'xde, Cse Printed Signature Uil c � 1&aLi GG -- Qro ec, EqWteryaI6 tle Contact Name Ad Title(if different) L .9, IC7- '13d - 2HI0 04pmpany Name Telephone Number(s) '.®. &K 1Cito 417- 491- 3831 Address Fax Number NQ Z'Myloke ,�X 7(0210 01 _ity/StateMp Code Date THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE (5)CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.6/2/98 Pages 1 and 2 of Attachment 1A must be received by the Managing Department M/WBE REQUIRED DOCUMENTATION RECEIPT Transportation & Public Works RECEIVED JUN 1112001 Official Date: 16 Official Time: • Bid Date: Project Name: (, a" Project Manager: Lla Forms Submitted By Name: Company: �. L. . �t�f� L1_" Received By: (l ..... -......__ ._a. .-.. .�.dl C^W.r l haw.•. _�_.- _ _�... CITY OF FORT WORTH,TEXAS DEPARTMENT OF ENGINEERING SPECIAL PROVISIONS FOR: CONCRETE PAVEMENT PARTIAL RECONSTRUCTION CENTREPORT AREA PROJECT No. C115/02115023239 1. SCOPE OF WORK:The work covered by these plans and specifications consist of replacement of - existing reinforced concrete pavement with a minimum of 7"reinforced pavement section and the replacement of failed joint material with silicone sealants. 2. AWARD OF CONTRACT:Contract may not necessarily be awarded to the lowest bidder. The City Engineer shall evaluate and recommend to the City Council the best bid which is considered to be in the best interest of the City. Contract will be awarded to the lowest responsive bidder. 3. WORKING DAYS: The Contractor agrees to complete the Contract within the allotted number of working days. 4. RIGHT TO ABANDON:The City reserves the right to abandon,without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 5. CONSTRUCTION SPECIFICATIONS:This contract and project are governed by the two following z published specifications,except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Transportation Public Works, 1000 Throckmorton Street,2"d Floor,Municipal Building,Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the Engineer. If not shown,then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 6. CONTRACT DOCUMENTS:Bidders shall not separate,detach or remove any portion,segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as"nonresponsive"and rejecting bids or voiding contract as appropriate and as determined by the Assistant Director of the Department of Transportation Public Works. 20 7. MAINTENANCE STATEMENT:The Contractor shall be responsible for defects in this project due to faulty materials and workmanship,or both,for a period of one(1)year from date of final acceptance of this project by the City Council of the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 8. TRAFFIC CONTROL:The contractor will be required to obtain a"Street Use Permit"prior to starting ' to 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. This traffic control plan shall be submitted for review to Mr.Charles R.Burkett,City Traffic Engineer @ 817-871-8770 at least 10 working days prior to the pre-construction 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 Department. Signs and Markings Division (phone number 871-2531 or 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 reinstalled the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. 9. PAYMENT: The Contractor will receive Bi-weekly payment(minus 5%retainage)from the City for all work generated within a pay period. Payment of the remaining amount shall be made with final payment and upon acceptance of the project. 10. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work,except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any,which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. if delay is caused by specific orders given by the Engineers to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work,then such delay will entitle the Contractor to an equivalent extension of time,his application for'which shall,however,be subject to the approval of the City Council;and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 11. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction as required by Engineer by providing barricades. Barricades,warning and detour signs shall conform to the Standard Specifications"Barriers and Warning and/or Detour Signs,"Item 524. 21 7. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship,or both,for a period of one(1)year from date of final acceptance of this project by the City Council of the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 8. TRAFFIC CONTROL:The contractor will be required to obtain a"Street Use Permit"prior to starting to 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 6701 d Vernon's Civil Statues,pertinent sections being Section Nos.27,29,30 and 31. This traffic control plan shall be submitted for review to Mr.Charles R.Burkett,City Traffic Engineer @ 817-871-8770 at least 10 working days prior to the pre-construction 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 Department. Signs and Markings Division (phone number 871-2531 or 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 reinstalled the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. 9. PAYMENT: The Contractor will receive BI-weekly payment(minus 5%retainage)from the City for all work generated within a pay period. Payment of the remaining amount shall be made with final payment and upon acceptance of the project. 10. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work,except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material,if any,which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work,then such delay will entitle the Contractor to an equivalent extension of time,his application for which shall,however,be subject to the approval of the City Council;and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 11. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction as required by Engineer by providing barricades. Barricades,warning and detour signs shall conform to the Standard Specifications"Barriers and Warning and/or Detour Signs,"Item 524. 22 Construction signing and barricades shall conform with"1980 Texas Manual on Uniform Traffic Control Devices,Vol.No. 1." 12. DISPOSAL OF SPOIL/FILL MATERIAL:Prior to the disposing of any spoil/fill material,the contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator("Administrator"),of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth(Ordinance No. 10056). 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 contractors 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 the contractors expense. In the event that the contractor disposes of spoil/fill materials at a site without a fill permit or a letter from the administrator approving the disposal site,upon notification by the Director of Engineering,contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. No temporary storage of material,rubble,equipment or vehicles within Parkway is allowed. Damage to sodded/landscaped areas would be replaced at Contractor's expense to the satisfaction of City Engineer. _ 13. CONSTRUCTION SCHEDULE: It shall be the responsibility of the Contractor to furnish the Construction Engineer prior to construction a schedule outlining anticipated time each phase of construction will begin and be completed,including clean up time. 14. ZONING.REQUIREMENTS:During the construction of this project,the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 15. QUALITY CONTROL TESTING: (a) The contractor shall furnish,at its own expense,certifications by a private laboratory for all materials proposed to be used on the project,including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate,cement and mortar which are to be used later in the concrete. The contractor shall provide a certified copy of the test results to the City. y (c) Quality control testing of in situ material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City.The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the contractor for operations requiring testing. The contractor shall provide access and trench safety system(if required)for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. 23 (e) The contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 16. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 17. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches,painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels,drilling 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." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Company) 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. (d) The contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the contractor's sole cost and expense. (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph(c). 18. RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c) hereof City shall give subcontractor reasonable advance notice of intended audits. 24 (c) Contractor and subcontractor agree to photo copy such documents as may be requested by the City. The City agrees to reimburse contractor for the cost of copies as follows: 1. 50 copies and under $0.10 per page. 2. More than 50 copies $0.85 for first page plus$0.15 for each page thereafter. (d) "Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract and further, that City shall have access during normal working hours to all appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits." CONSTRUCTION NON-PAY ITEM No. 1 -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200,"Sprinkling for Dust Control" shall apply. However,no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM No.2-PROTECTION OF TREES PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning)can be done on trees or shrubs growing on public property including street rights- of-way and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. NON-PAY ITEM No.3—PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If,in the opinion of the Engineer it is necessary,clean-up shall be done on a daily basis. Clean up work shall include,but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner a Keeping trash of any kind off of residents'property If the Engineer does not feel that the jobsite has been kept in an orderly condition,on the next estimate payment(and all subsequent payments until completed)of the appropriate bid item(s)will be reduced by 25%. 25 Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. NON-PAY ITEM No.4—PROJECT SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference. This schedule shall detail all phases of construction,including project clean up,and allow the contractor to complete the work in the allotted time. Contractor will not move on to the jobsite nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However,contract time will start even if the project schedule has not been turned in. Contract start date would be outlined in the Work order notice.Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. PAY ITEM No. 1 -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" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise,the lines shall be repaired and adjusted by the contractor at the contractor's expense. The payment to the contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent(10%)to cover the cost of bond and overhead incurred by the contractor in handling the utility adjustments. PAY ITEM No.2-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/." fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction. The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The unit price bid per each will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. - PAY ITEM No.3 -REINFORCED CONCRETE PAVEMENT: a. This item shall include the removal of existing concrete/asphalt pavement,curb and gutters,dowels, and placement of a minimum 7"reinforced concrete pavement at locations as designated by the Engineer. Existing concrete pavement shall be sawed full depth,Tie bars(4 @M')shall be placed as �aa 26 V shown on the enclosed detail. Silicone joint sealant per the attached specification shall be provided and installed. In situations where extensive slab replacement next to the existing curb in fair shape is undertaken,contractor would replace both slab and curb monolithically. Payment for curb replacement would be addressed under payment Item#6 concrete curb repair. Contractor would avoid disturbing subgrade and the removal of subgrade in process of removing designated failed pavement. If replaced depth exceeds 7"and subgrade meets compaction requirements. Contractor would pour a uniform pavement section exceeding 7"in depth,Pay Item#9 would cover the cost of additional concrete and would be full compensation for labor,material and equipment use. If in the process of removing failed concrete pavement,it is revealed that subgrade even after attempts to compact and re=shape is not meeting requirements of Item#204 and is exhibiting severe ruts,poor material composition that can not be manipulated and compacted. Contractor would remove 6"of top subgade and replace with Flex Base(Pay Item#7). Selection application is per Item#208. If failed concrete pavement has a depth that is less than 6"in depth(distance between top of new pavement surface and re-compacted subgrade surface)contractor would remove excess sugrade material. Subgrade would be re-shaped re-compacted to allow a T'replaced concrete pavement section. Cost of removing and proper disposal of excess excavated material would be covered under Pay Item#8. For specifications governing this item see Item No. 104"Removing Old Concrete: and Item No.314 "Concrete Pavement". The concrete shall be designed to include a minimum of 6 sacks of Type I,or Type III cement. The maximum water cement ratio shall not exceed 5.5 gallons per sack. A Type A water-reducing admixture and a Type C non-chloride set-accelerating admixture may be used with minimum 5.5 sacks of type I or Type III cement to achieve the earliest possible concrete-setting times. The use of a set- retarding admixture will not be permitted. The concrete will be designed to achieve a minimum compressive strength of 3000 pounds per square inch in 48 hours. Slump shall not exceed 3 inches. An entrained air content of three(3)to six(6)percent,as directed by the Engineer,shall be provided. _ The fine aggregate shall have fineness modules of 2.60 to 2.80. All admixtures used shall conform to the requirements of Item No.314,except that the Type C set-accelerating admixture may require addition at the job site when the temperature of the concrete is above 55o F. Either transit-mix or = central-mix concrete will be permitted. If the concrete fails to reach the required 48-hour strength,the Engineer may direct that the concrete be redesigned as necessary to meet these requirements. _ Concrete pavement may be opened to traffic as long as the minimum compressive strength requirement of 3000 pounds per square inch has been met. Contractor would remove existing failed pavement in a manner that sub-grade is not disturbed. Contractor would re-compact sub-grade. Areas compacted shall have a uniform density not less than 95%of maximum density(ASTM D-698). In place density test per each repaired surface area would be undertaken. The guidelines for compacting(item 202)would be waived due to physical construction restrictions, in lieu of other methods accepted by Engineer. Payment for compacting implementation including labor and material would be incidental to other pay items. b. All concrete pavement not placed by hand shall be placed using a fully automated paving machine as Approved by the Construction Engineer. Screeds will not be allowed except if approved by the Construction Engineer. Unit price will be full payment for materials including all labor and equipment. 27 PAY ITEM No.4&5-SILICONE JOINT SEALING FOR CONCRETE PAVEMENT: PAY ITEM CONCRETE JOINT SEALING Pay item addresses existing joint undergoing rehabilitation and newly formed joints that require new joint material. Pay item shall address the removal, clean up and replacement with Backer Rod, Polyethylene Bond breaker tape and Redwood expansion joint filler (when a slab.is replaced at one side of a joint) an acceptable sealant for existing joints (Transverse, longitudinal, either construction or an expansion joint) per pavement joint details outlined. Limits of work would be outlined by city a engineer, or a designated representative. Removal and clean up of existing joint surfaces should yield uniform straight surface that would allow the proper installation of silicone sealant per manufacturer guidelines. Removal of existing joint material would be removed by an appropriate method such as a joint plow, a router or hooks. Sand blasting or water could be used to clean inside surfaces of joint in preparation of silicon application. Joint surfaces should be free of all contaminants and residue as called for by silicone manufacturer criteria and as indicated in the construction method in this section CITY OF FORT WORTH,TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING -. (Revision 1,October 18, 1989) (Revision 2,May 12, 1994) 1. SCOPE This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2.(11)"Joint Sealing Materials"of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION- CITY OF FORT WORTH,and Item 2.210"Joint Sealing"of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH TEXAS COUNCIL OF GOVERNMENTS. 2. MATERIALS 3.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification. Before the installation of the joint sealant,the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint sealant meet these requirements. 3.2 The manufacturer of the silicone joint sealant shall have a minimum two-year z demonstrated,documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems. Verifiable documentation shall be submitted to the Engineer. Acetic acid cure sealants shall not be accepted. The silicone sealant shall be cold applied. 3.3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Coming 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation,Midland,MI 48686-0994,or an approved equal. 28 Self-Leveling Silicone Joint Sealant Test Method Test Requirement AS SUPPLIED **** Non Volatile Content, % min. 96 to 99 MIL-S-8802 Extrusion Rate, grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1.206 to 1.340 ***« Skin-Over Time, minutes max. 60 **** Cure Time, days 14 to 21 *««* Full Adhesion, days 14 to 21 AS CURED-AFTER 21 DAYS AT 25C ASTM D 412, Die C Mod. Elongation, %min. 1400 ASTM D 3583 Modulus @ 150% Elongation, psi max. 9 (Sect. 14 Mod.) ASTM C 719 Movement, 10 cycles @+100/-50% No Failure ASTM D 3583 Adhesion to Concrete, % Elongation min. 600 (Sect. 14 Mod.) ASTM D 3583 Adhesion to Asphalt, % Elongation min. 600 (Sect. 14 Mod.) 3.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. Reference is made to the"Construction Detail'sheet for the various joint details with their respective dimensions. 3. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement,the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the"Construction Detail'sheet or as directed by the Engineer within 12 hours of the pavement placement. (Note that for the"dummy"joints,the initial 1/4 inch width"greed'saw-cut and the"reservoir"saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven (7)days. Then the saw cuts for the joint sealant reservoir shall be made,the joint cleaned,and the joint sealant installed. During the application of the joint sealant,the weather shall not be inclement and the temperature shall be 40F(4C) and rising. 4. EQUIPMENT 5.1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows: 29 5.2 Concrete Saw:The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 5.3 High Pressure Water Pump:The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 5.4 Air Compressors:The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 5.5 Extrusion Pump:The output shall be capable of supplying a sufficient volume of sealant to the joint. 5.6 Injection Tool:This mechanical device shall apply the sealant uniformly into the joint. 5.7 Sandblaster:The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 5.8 Backer Rod Roller and Tooling Instrument:These devices shall be clean and free of contamination. They shall be compatible with the join depth and width requirements. 5. CONSTRUCTION METHODS 6.1 General:The joint reservoir saw cutting,cleaning,bond breaker installation,and joint sealant placement shall be performed in a continuous sequence of operations. 6.2 Sawing Joints:The joints shall be saw-cut to the width and depth as shown on the"Construction Detail'sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 6.3 Cleaning Joints:Immediately after sawing,the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent joint contamination. When the Contractor elects to saw the joint by the dry method,flushing the joint with high pressure water may be deleted. The dust resulting from the sawing shall be removed from the joint by using compressed air.(Paragraph Rev. 1, October 18, 1989) After complete drying,the joints shall be sandblasted. The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of l the joint. Both joint faces shall be sandblasted in separate,one directional passes. Upon the termination of the sandblasting,the joints shall be blown-out using compressed air. The blow tube shall fit into the joints. 30 The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found,the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning,the bond breaker and sealant shall be placed in the joint. Open,cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape:The bond breaker rod and tape shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 6.4 Joint Sealant:Upon placement of the bond breaker rod and tape,the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F(4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition. Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints:A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the Engineer the acceptable method for sealant installation. The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. 6. WARRANTY The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City. Also,the Contractor shall provide the Engineer a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for one year after final acceptance of the completed work by the Engineer. 7. BASIS OF PAYMENT Payment will be made at the Contract bid item unit price bid per linear foot(L.F.)as provided in"MEASUREMENT"for"SILICONE JOINT SEALING",which price of shall be full compensation for furnishing all materials and for all preparation,delivery, and application of those sealing materials and for all labor,equipment,tools and incidentals necessary to complete the silicone joint sealing in conformity with these specifications. PAY ITEM No.6-7"CONCRETE CURB REPAIR: Standard Specification Item 502 shall apply except as follows:Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. In situations where only curb replacement is called for,new curb would be doweled into existing pavement per detail sheet. This pay item would cover the cost of labor and material included in item. The concrete for the 31 curb shall be deposited not more than thirty(30)minutes after the concrete in the slab. Engineer or his designee would determine location and limits of replacement. Cost of Back Filling behind curb,grading and Turf Re-establishment and watering of sod would be included in this pay item. PAY ITEM No.7—FLEX BASE: Contractor would implement pay item to address subgrade that has irregularities,weak spots;ruts,and not meeting compaction requirements. Contractor would replace top 6"of subgrade with Flex Base material. Application of Flax Base material would be according to item#208(Standard City Specification) measurement of pay item in sq.yd.,and would cover actual area and a depth of 6"of material used payment is full compensation and covers transporting,Flex Base,hauling off failed subgrade material, manipulation,and compaction of material. It would cover cost of labor,material,and equipment use, Subgrade manipulation,spreading,compaction,use of all equipment and labor.Use of material would be initialed at the direction of Engineer or his Representative in the field. PAY ITEM No. 8—EXCAVATION Item covers the cost of removing excess Subgrade material whereby existing pavement section designated for replacement is 6"or less. Item covers the removal and proper disposal of excess subgrade material. Measurement is in cubic feet,and payment would be for all labor,equipment used,the removal and disposal of material. (Manipulation,re-shaping,and compaction of subgrade is covered under Pay Item# 3. Application,removal,measurement consistent with Item# 106 "unclassified street excavation"as defined in City of Fort Worth Standard Specifications. Excavation would be initialed at the direction of Engineer or his Representative in the field. PAY ITEM No. 9—CONCRETE Item covers the cost of additional concrete used in replaced pavement sections that exceeds 7"in depth. Replaced pavement section to be uniform,concrete to be cast monolithically. Mix requirement,material selection,compressive strength should match requirements highlighted in Pay Item#3. Measurement in Cubic yard,actual measured material in place would be basis for payment.Payment would be full compensation for labor,material and equipment use. Implementation would be initialed at the direction of Engineer or his Representative. 32 Bond No. 5887012 PERFORMANCE BOND THE STATE OF TEXAS CO Y OF TARRANT L)to i r D KNOW ALL MEN BY THESE PRESENT: That we (1) J.L. Steel,LP (2) �aexh t � of Texas hereinafter called Principal and (3) Westfield Insurance Co. a corporation organized and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas hereinafter called Owner,in the penal sum of: Three Hundred Forty Eight Thousand,Six Hundred Sixty Eight Dollars and Twenty Eight Cents z $348,668.28 Dollars in lawful money of the United States,to be paid in Fort Worth, Tarrant County,Texas, for the payment of which sum well and truly be made, we hereby bind ourselves, our heirs, executors, administrators,and successors,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth,the Owner,dated the 17" day of July ,2001,a copy of which is hereto attached and made a part hereof,for the construction of: CONCRETE PAVEMENT PARTIAL RECONSTRUCTION AND PAVEMENT JOINT REPAIR CENTREPORT AREA (CPJR 2001-10) designated as Project Number GS93-020930532290 ,a copy of which contract is hereto attached,referred to, and made a part hereof as fully and to the same extent as if copies at length herein,such project and construction being hereinafter referred to as the"work". NOW THEREFORE, if the Principal shall well,truly and faithfully perform the work in accordance with the plans, specification, and contract document during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the owner all outlay and expense which the Owner may incur in making good any default,then this obligation shall be void;otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall he in Tarrant County,State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received,hereby stipulates and agrees _ that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time alteration or addition to the terms of the contract or to the work or to the specifications. AMPERBONDS M IN WITNESS WHEREOF, this instrument is executed in 6 Counterparts each one of which shall be deemed an original,this the 17th day of July , 2001. Principal(4) J.L. Steel, L.P. ATTEST: By.TRUM,LLQ O-aAjU 4," 01'�L_ By. General Pane! (Principal)Secretary ( A _ oSar- 7ll.Ft//4/o Z Fr--s-,Al' (Printed Name/Title) (SEAL) ADDRESS R2c Mom y, 76Zra2— CITY/STATE/ZIP 555 Republic Place, Suite 450 Plano, TX 75074 Westfield Insurance Co. (Address) (Surety) ATTEST: urety)Secretary p By: 6 - (Attorney-in-Fact)(5) (SEAL) Steven B. Siddons (Printed Attorney-in-Fact) d Witness as to Surety Note: Date ofBond must not be prior to date of K & S Group, Inc. Contract (1) Correct name of Contractor Frank Siddons Insurance Fort Worth (2) A Corporation,a Partnership or and 4021 Hwy 377 South Individual,as case may be Fort Worth, TX 76116 (3) Correct Name of Surety (4) If Contractor is partnership all Partners should execute bond (5) A true copy of Power ofAttorney shall be attached to bond by Attorney-in-Fact A:14PERBOND.FRM Bond No. 5887012 PAYMENT BOND THE STATE OF TEXAS COUNTY OF TARRANT LIM � KNOW ALL MEN BY THESES PRESENTS: That we, (1) J.L.Steel,LP a eegpeFatien of (2) Denton County, Texas hereinafter called Principal and (3) Westfield Insurance Co. , a corporation organized -' and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas,hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for,or perform labor upon,the building or improvements hereinafter referred to in the penal sum of: Three Hundred Forty Eight Thousand,Six Hundred Sixty Eight Dollars and Twenty Eight Cents $348,668.28 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas,the Principal entered into a certain contract with the City of Fort Worth,the Owner dated the 17th day of July ,2001, a copy of which is hereto attached and made a part hereof,for the construction of: CONCRETE PAVEMENT PARTIAL RECONSTRUCTION AND PAVEMENT JOINT REPAIR CENTREPORT AREA (CPJR 2001-10) designated as Project Number GS93-020930532290 copy of which contract is hereto attached, referred to, and made a part hereof as fully and to the same extent as if copied at length herein, such project and construction being hereinafter referred to as the"works". NOW, THEREFORE,the condition of the obligation is such that,if the Principal shall promptly make payment to all claimants as defined in Texas Government Code Section 2253, supplying labor and materials in the prosecution of the work provided for in said Contract, then this obligation shall be null and void, otherwise it shall remain in full force and effect. THIS BOND IS MADE AND ENTERED into solely for the protection of all claimants supplying labor and material in the prosecution of the work provided for in said Contract, as claimants are defined in said Texas Government Code Section 2253, and all such claimants shall have a direct right of action under the bond as provided in Texas Government Code Section 2253. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall he in Tarrant County, State of Texas, and that the said Surety, for value received, hereby stipulates and agrees that no change extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specification accompanying the same shall in any wise affect its obligations on this bond,and it does hereby waive notice of any such change,extension of time,alteration or addition to the terms of the contract or to the work or the specifications. PROVIDED FURTHER,that no final settlement between the Owner and the Contractor shall abridge AMPAYBONDS M the right of any beneficiary hereunder whose claim shall be unsatisfied. IN WITNESSETH WHEREOF, this instrument is executed in 6 counterparts, each one of which shall be deemed an original,this the 1r day of July ,2001. rincipal(4) ATTEST`: J.L. St881, L.P. 1�c _ BY°TI�ELAP.LLQ BY: General Partner (Principal) Secretary �i�72dyt�ld � i� (Printed Name/Title) (SEAL) WIA Po• ADDRESS CITY/STATE/ZIP 555 Republic Place, Suite 450 Plano, TX 75074 Westfield Insurance Co. (Address) (Surety) ATTEST: (Urety) Secretary Bj� v (Attorney-in-Fact)(5)-- Steven B. Siddons " (Printed Attorney-in-Fact). (SEAL) Witness as to Surety Note: Date of Bond must not be prior to date of ' _ Contract (1) Correct name of Contractor (2) A Corporation, a Partnership or and Individual,as case may be K & S Group, Inc. (3) Correct Name of Surety Frank Siddons Insurance Fort Worth (4) If Contractor is Partnership all Partners 4021 Hwy 377 South should execute bond Fort Worth, TX 76116 General POWER NO. 42201)12 03 Power of Attorney Westfield Insurance Co. .MRTIFIED COPY Westfield Center, Ohio Know All Men by These Presents,That WESTFIELD INSURANCE COMPANY,a corporation duly organized and existing under the taws of tate State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, does by these presents make, constitute and appoint STEVEN B. SIMMIS, LILY A. GRAVENOR, LORRIE E. SCUTT, JOIMLY 0R SEVERALLY Of �� and State of�( its true and lawful Attorneys)-in-Fact,with full power and authority hereby conferred in Its name, place ahiy"stea o execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - _ .. . . - . . . - - - - - - - - - - -- - - - - - - - - - - - - - -• - - - . LIMITATION: THIS.POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE,OR BANK DEPOSITORY BONDS. and to bind the Company thereby as tully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested.by Its Secretary, hereby ratifying and confirming all that the said Attorneys)-in-Fact may.do In the premises. Said appointment is made under and by authority of the following resolutions adopted by'the Board of Directors of the Westrield Insurance Company: 'Be It Resolved,that the President, any Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with 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 folfowing provisions: "Section 1:Attorney-in-Fact Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recogntzances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and 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 as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.' (Adopted at a meeting held on the 3rd day of July,1957.) 'Be It Resolved,that the power and authority to appoint Attorney(s)-in-Fact granted to certain officers by a resolution of this Board on the 3rd day of July,1957,is hereby also granted to any Assistant Vice-President' (Adopted at a meeting held on the 13th day of July,1976.) This power of attorney and certlflcate is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Westfield insurance Company at a meeting duly called and held on the 9th day of June,1970: 'Be It Resolved,that the signature of any authorized officer and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertakingto which It Is attached.' In Witness Whereof,,WESTFIELD INSURANCE COMPANY has caused these presents to be signed by its Vice President, and Its corporate weal to be hereto affixed this 27TH day of FERNY A.D., 2(101 Corporate , .,.,••...,,,�,� WESTFIELD INSURANCE COMPANY Seal UXA& 11% Affixed �Q°~'.ay .•� , i� t State of Ohio '� '. .>e By County of Medina ss.: Richard L Kinnaird,Jr. Vice President On this 2Mday of FEBRUARY A.D., 2001 before me personally came Richard L. Kinnaird,Jr.,to me known,who,being by me duly sworn,did depose and say;that he resides in Medina, Ohio; that he is Vice President of WESTFIELD INSURANCE COMPANY,the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said Instrument Is such corporate seal;that it was to affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. Notarial �,,,,«N�aw Seal oe A L S _ Affixed gyp. i • James M. Walker Notary Public State of Ohio • o County of Medina. ss_: •, q ply Commission Does Not Expire TL e F °�*•' Sec. 147.03 Ohio Revised Code CERTIFICATE 1, Richard A.Wallet, Assistant Secretary of the WESTFIELD 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 full force and effect;and furthermore,the resolutions.of the Board of Directors,set out In the Power of Attorney are in full force and effect. In Witness Whereof, I have hereurd'asi=tifly--tuind and affixed the seal of said Company at Westfield Center, Ohio, this day of A.D., w '' y� y7. out Y' Richard A.Wallet Assistant Secretary BPOAW2 (03-99) T CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT This agreement made and entered into this the Ir day of July , 20 01 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 J.L. Steel, 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: CONCRETE PAVEMENT PARTIAL RECONSTRUCTION AND PAVEMENT JOINT REPAIR CENTREPORT AREA (CPJR 2001-10) Designated as project number, GS93-020930532290 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 45(Forty Five) working days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $ 210.00 per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications, and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete the same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if, in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said Plans and Specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6. Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, s or destruction to property 0MCCI/kILL VICORD ��j�nbr'C'E'`.GERply J of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Texas Government Code Section 2253, as amended, in the form included in the Contract Documents, and such bonds shall be 100 percent (100%) of the total contract price, and the said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 8. Said City agrees and binds itself to pay, and the said agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates N/A shall be THREE HUNDRED FORTY EIGHT THOUSAND, SIX HUNDRED SIXTY EIGHT DOLLARS AND TWENTY EIGHT CENTS $348,668.28 � RS1 CNl1!,d G1C OM Dl �� r C��vM•L�IIWp�}1�}El\�/ C`�o ' lli�C:'�tl 119 Y L7{/NO C-3 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copies verbatim herein. 11. The Contractor shall procure and shall maintain during the life of this contract insurance as specified in paragraph 8 of Special Instruction to Bidders of this contract documents. 12. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in Six 6 counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in Six 6 counterparts with its corporate seal attached. C-4 Done in Fort Worth, Texas, this the it day of July 2001 , RECOMMENDED: CITY OF FORT WOR 7 DIRECTOR, DEPARTMENT O ASSISTANT CITY M NAGER ENGINEERING APPROVED: 04W 4*40"ON DIRECTOR, NSPORTATION AND PUBLIC WORKS ATTEST: (Contractor) J.L. Steel, L.P. CITY SECRE, RY Q (SEAL) BY: Mesentative) G7fI�Yr^/d �'R-L-st(QCT (TITLE) ?,o-P,aX 1c)10 APPROVED AS TO FORM & (Address) LEG LITY: (City/State/Zip) ASST ANT CITY ATTORNEY <�- auy November 1960 ------ Revised May 1986 Contract Authorization Revised September 1992 Revised January 1993 Revised April 1999 Date Revised June 1999 Revised June 2001 ap n p CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor, J.L. Steel, LP certifies that it provides worker's compensation insurance coverage for all of its employees employed on City of Fort Worth project Concrete Pavement Partial Deconstruction and Pavement Joint Repair Centre ort Area (CPJR 2001-10) project number, GS93-020930532290. , By: ao J.L. Steel, L.P. FIg By:TRELAP,LLC, 84;5aI,Wt1rT GQWW Phe' Title Date STATE OF TEXAS 3 COUNTY OF TARRANT 3 BEFORE ME, the undersigned authority, on this day personally appeared 0594.-T/4"A/0 , 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 :U-5—s5 U P. , for the purposes and considerations therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this Zo;- day of 20 a SwCHUCK S. SHIVE 44 NotaryPieSTATE OF TSS Notary Public in and for the State of Texas C o ".E*.06/21 (a) Contractor agrees to provide to the City a certificate showing that it has obtained a policy of workers compensation insurance covering each of its employees on the project in compliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this section. (b) Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of workers compensation insurance covering each employee employed on the project. Contractor will not permit any subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy of all such certificates to the City. ACORDM CERTIFICATE OF LIABILITY INSURANCE DATE PRODUCER (817)737-4943 FAX (817)737-4947 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION K & S Group, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Frank Siddons Ins. Fort Worth ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 4021 Hwy 377 South Fort Worth, TX 76116 INSURERS AFFORDING COVERAGE INSURED I.L. Steel , L.P. INSURERA. Zurich Insurance Companies P 0 Box 1910 INSURER B. AIG-Nat'l Union Fire Ins.Co.of Pittsburgh Roanoke, TX 76262 INSURER C. INSURER D. INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR I 7ypE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LTR DATE MM/DD/YY DATE MM/DD/YY LIMITS GENERALLIABILITY ON50413724 03/20/2001 03/20/2002 EACH OCCURRENCE $ 11000,000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) $ 50,000 CLAIMS MADE FK1 OCCUR MED EXP(Any one person) $ 10,000 A PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEiv L AGGREGATE LiM)T APPLICS PER PRODUCTS-COMP/OP AGG I $ 2,000,0001 POLICY X 1E PRO LOC 7 AUTOMOBILE LIABILITY CONS0413682 03/20/2001 03/20/2002 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY $ A SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY. AGG $ EXCESS LIABILITY BE8711924 03/20/2001 03/20/2002 EACH OCCURRENCE $ 10,000,000 X OCCUR ❑ CLAIMS MADE AGGREGATE $ 10,000,000 B $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND TC250413815 03/20/2001 03/20/2002 X ORY L M TS I I ER A EMPLOYERS'LIABILITY E L EACH ACCIDENT $ 500,000 E L DISEASE-EA EMPLOYEE $ 500,000 E L DISEASE-POLICY LIMIT $ 500,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS roject No. GS93-020930532290 oncrete Pavement Partial Reconstruction and Pavement Joint Repair Centrerport Area (CPJR 2001-10) CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Fort Worth BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 1000 Th rockmorton Street OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. Fort Worth, TX 76102 AUTHORIZED REPRESENTATIVE ACORD 25-S(7197) ©ACO D C RPORATION 1988 CERTIFICATE OF INSURANCE STANDARD FORM BY INSURER VENC OR 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 avrarded a contract as a low bidder, non-resident bidders (out-of-state contractors whose corporate ogees or principal place of business are outside the state of Texas) bid projects for construction, improvements, supplies or serviceas in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-residents 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 vrill 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 lover than resident - bidders by state law. A copy of the statute is attached. Non-residentvendors in (give state), our principal place of business are not required to underbid resident bidders. B, Our principal place of business or corporate offices are in the State of Texas. Bidder: _ 5:�. STay-�t..P• _ D CQ Z J.L. Steel, L.P. Company B Please Pr n ) By.-TREIAX UA Genwal Pertaw PO•&»C 19r1D Address Signature �° �oAnla� 1 tiC �(2loZ• '���IST City/State/Zip Title (Please Print) IRIS FORM MUST BE RETURNED WITH YOUR QUOTATION TRAVERSE EXPANSION JOINT WITHOUT DOWEL SUPPORT BASKET SEE DETAIL 1 12" NO.5X24" SMOOTH DOWEL @ 24" C-C IILLERAREDWOODI AND EPDXYED IN 12" 2" MIN. 1 1/4" MIN CLEARANCE #4 @ 18" C-C BAR STOP LDz V) XIST. CO C. PAVEM DOWEL SLEEVE OR CAP X 1,EE TABLE 4 PROP. PAVEMEN TO FIT 95 DOWEL 8 BE Li SECURED cp EXIST. SUBGRADE PER. TYPICAL Y SECTION I I TRANS VERSE EXPANSION CONSTRUCTION BUTT JOINT (BETWEEN EXIST. AND PROP. PAVEMENT) NOT TO SCALE �I w PAGE 33 5" TRANSVERSE CONSTRUCTION BUTT JOINT WITH NO. 5 DOWELED B. EP0XIED SILICONE JOINT SEALANT. SEE JOINT DETAIL 2 = BARS @ 24" O.0 #4 @ 18" C-C w - EXISTIN C NCRETE SLAB NEW CONCRETE SLAB o � T/2 z ° . , °. x�- NO. 3 BARS @ 24" w C-C BOTH WAYS EXIST. SUBGRADE PER. TYPICAL Y TRANSVERSE CONS TRUC TION BUTT JOINT NOT TO SCALE LONGITUDINAL CONSTRUCTION BUTT JOINT WITH 5" SILICONE JOINT SEALANT. SEE JOINT DETAIL No. 2 x 30" DOWEL I1 #4 @I18" C-C WLL EXISTING CONCRETE SLAB NEW CONCRETE SLAB L T/2 x�- NO. 3 BARS @ 24" . . . C-C BOTH WAYS EXIST. SUBGRADE PER. TYPICAL Q7 ROADWAY SECTION L ONGI TUDINAL CONS TRUC TION BUTT JOINT NOT TO SCALE PAGE 34 SILICONE JOINT SEALANT (REMOVE & REPLACE) t3/4' —`dao a SILICONE JOINT ._f `T SEALANT x � °i POLYETHYLENE BOND ~ BREAKER TAPE w (REMOVE & REPLACE) SAWED JOINT FACE REDWOOD EXPANSION z #6 SMOOTH ° JOINT FILLER o ' (EXISTING REBAR) (EXISTING TO BE REPLACED- �"" 3/8" DIA. CLOSED IF ADJACENT PAVEMENT SLAB CELL EXPANDED IS TO BE REPLACED) Z ° POLYETHYLENE FOAM N BACKER ROD EXISTING DOWEL x SUPPORT BASKET JOINT DETAIL NO. I JOINT DETAIL NO. 2 SEAL FOR TRANSVERSE SEAL FOR SA WED EXPANSION JOIN T DUMMY JOINT NOT TO SCALE NOT TO SCALE NOTES: A- DETAIL JOINT 1& 2 APPLY TO JOINTS WITH EXISTING PAVEMENT SECTIONS ON BOTH SIDES OF CENTERLINE OF JOINT & WHERE CONTRACTOR IS CLEANING & REMOVING EXISTING JOINT MATERIAL & REPLACING WITH SILICONE JOINT SEALANT B- DETAIL JOINT 1 & 2 APPLY TO JOINTS WITH EXISTING PAVEMENT SECTIONS NEXT TO REPLACED CONCRETE SECTIONS PAGE 35 { , 1 43 "U" BARS @ 18 " O. C. N0. 3 BARS 24" 2 C-C BOTH WAYS SAW CUT LINE PARKWAY EXISTING PAVING SLAB ° 8 ae -7- a EPDXY & DOWEL----TSEXIST. SUBGRADE PER TYP, T/2 PAVEMENTINGROADWAY SECTION C�p T YPICAL DETAIL FOR CURB DETAIL NOT TO SCALE PAGE 36 JOINT SEALANT. SEE JOINT DETAIL 2 �� i SEE TABLE VERTICAL CUT SAW 0 N LL 2 W a n 4 ° e nd Z dG 4 H Y � 44 , ° ° a < 4 ° a XS q° a4 w~, aEXISTING NO. 3 BARSC�624" cz;�D C—C BOTH WAYS EXIST. SUBGRADE PER. TYPICAL SAWED DUMMY JOINT NOT TO SCALE TRANSVERSE EXPANSION JOINT FORMED GROOVE ROUNDED T01/4" RADIUS WITH SILICONE JOINT SEALANT AND REDWOOD EXPANSION JOINT 0. 6X24" SMOOTH DOWEL FILLER. REPLACE FILLER IF NEEDED. @ 24' C—C SEE JOINT DETAIL 1 16" DOWEL COATING *SEE TABLE 2"MIN. 1 1/4" MIN. CLEARANCE �6e 6'� , 4 ,� �", BAR STOP DOWEL SLEEVE OR CAP eTO FIT #6 DOWEL 8 BE X10° /16 d SECURED NO. 3 BARS @ 24" DOWEL SUPPORTEXIST. SUBGRADE PER. NO. 3 BARS @ 24" C—C BOTH WAYS �R BASKET TYP. ROADWAY SECTIO C—C BOTH WAYS EXIS TING TRANS VERSE EXPANSION JOIN T NOT TO SCALE PAGE 37 STEEL REINFORCEMENT PLACEMENT PAVEMENT CLEAR DISTANCE THICKNESS FROM FACE OF PAVEMENT T = 6 " 2 " T = 7 " 2 1 /3 T = 8 " 2 2 /3 " NOTE ALL DOWELS TO BE PLACED @ T/2 PAGE 38 PROJECT DESIGNATION SIGN 0 DT Fo,JNJL WORTff PMS 288 PMS 167 11 3" —Project Title 411 _I 1 Contractor: , /�„ Contractor's Name-' // Cl- 7 7 Y4 It 1T2Scheduled Completion Date _ i2„ IVA Year —T 511 FORT WORTH IN LOGO- CHELTINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD LOGO COLORS: FORT WORTH - PMS 288 LONGHORN LOGO- PMS 167