Loading...
HomeMy WebLinkAboutContract 26969 ?FRS CITY SECRETARY CQPY FQit Qp CONTRACT NO. SPECIFICATION �:zcffvucwm AND CRY MAN146M 0mcl 816ME�MIG DIY• CONTRACT DOCUMENTS ^tll1M•FiIF C FOR H.M.A. C. SURFACE OVERLAY (2001-7) AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS PROJECT NO . GS93 -020930522220 2001 KENNETH L . BARR GARY JACKSON MAYOR CITY MANAGER HUGO A. MALANGA, P . E . , DIRECTOR DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS A. DOUGLAS RADEMAKER, P . E. , DIRECTOR DEPARTMENT OF ENGINEERING PREPARED BY TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ENGINEERING COORDINATION ���ao0C2Ldt5Q$ �EOF EXHIBIT "A° �.�"�P•' '•"•''.'gsQc�� MR o m 2 •., 0� a °.......... ....... . SUSANJ 2RAL NCO RD ........ L'_SCHW•l„IN1.G•ER o • ••� J 4 - 23 -2001 City of Fort Worth, Texas "Agar And Council Communication •� DATE REFERENCE NUMBER LOG NAME PAGE 7/17/01 **C-18665 20PEACHTREE 1 of 2 SUBJECT APPROPRIATION ORDINANCE AND AWARD OF CONTRACT TO PEACHTREE CONSTRUCTION FOR HOT MIX ASPHALTIC CONCRETE SURFACE OVERLAY 2001-7 AT VARIOUS LOCATIONS RECOMMENDATION: It is recommended that the City Council: 1. Authorize the City Manager to transfer $595,161.00 from the Water and Sewer Operating Fund to the Water Capital Project Fund in the amount of $476,528.00, and to the Sewer Capital Projects Fund in the amount of$118,633.00; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Project Fund in the amount of $476,528.00, and the Sewer Capital Projects Fund in the amount of$118,633.00 from available funds; and 3. Authorize the City Manager to execute a contract with Peachtree Construction in the amount of $1,066,322.00 for 155 working days for HMAC (hot mix asphaltic concrete) Surface Overlay 2001-7. DISCUSSION: In the 2000-2001 Contract Major Maintenance Program, various types of street maintenance techniques are grouped into specific contract packages. HMAC Surface Overlay 2001-7 provides for surface and base rehabilitation, replacement of failed curb and gutter, and driveway approaches for asphalt streets at various locations. The streets included in this contract are currently under construction for the replacement of water and/or sewer lines, or have recently had water and/or sewer lines replaced. The Transportation and Public Works Department has determined that curb-to-curb restoration of the pavement surface is the best option for the repair of these streets. Cost for repair of these streets will be shared equally between the Water Department and the Transportation and Public Works Department. The following list details the limits for each of the streets included in this project: STREET FROM TO Bilglade Road McCart Avenue Odessa Avenue Grayson Street Foard Street Nolan Street Merida Avenue West Boyce Avenue Bilglade Road Milmo Drive Flanders Lane South dead end Rector Avenue SW Loop 820 service road Rutland Avenue Roma Lane Oak Grove Road Milmo Drive Roma Lane Savage Drive Oak Grove Road Roselane Street South Roselane Street East Old Handley Road Roselane Street East Winnie Street West cul-de-sac Wharton Drive Colusa Drive Westcreek Drive This project is located in COUNCIL DISTRICTS 3, 6, and 8. City of Fort Worth, Texas 4Vagor And Council Communication .. DATE REFERENCE NUMBER LOG NAME PAGE 7/17/01 **C-18665 20PEACHTREE 2 of 2 SUBJECT APPROPRIATION ORDINANCE AND AWARD OF CONTRACT TO PEACHTREE CONSTRUCTION FOR HOT MIX ASPHALTIC CONCRETE SURFACE OVERLAY 2001-7 AT VARIOUS LOCATIONS This project was advertised for bid on April 19 and 26, 2001. On May 17, 2001, the following bids were received: .. BIDDERS AMOUNT Peachtree Construction $1,066,322.00 J. L. Bertram Construction & Engineering, Inc. $1,091,086.15 Austin Bridge & Road, Inc. $1,111,072.50 APAC-Texas, Inc. $1,114,871.00 R� JRJ Paving, Inc. $1,160,238.55 The low bidder, Peachtree Construction, is in compliance with the City's M/WBE Ordinance by committing to 3% M/WBE participation and documenting good faith effort. Peachtree Construction identified several subcontracting and supplier opportunities. The M/WBEs contacted in these areas did not submit a bid or did not submit the lowest bid. The City's goal on this project is 14%. -• In addition to contract cost, $21,000.00 and $5,000.00 are required for possible change orders for water and sewer, respectively. Contingencies for associated construction inspection and survey are $29,000.00 and $7,000.00 for water and sewer, respectively. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval and completion of recommendation No. 1, and adoption of the attached appropriation ordinance, funds will be available in the current capital budgets, as appropriated, of the Water and Sewer Capital Projects Funds and the Contract Street Maintenance .� Fund. MG:K Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) _ 182) PW53 472045 060530175660 $476,528.00 Mike Groomer 6140 182) PS58 472045 070580174830 $118,633.00 Originating Department Head: 2)PW53 541300 060530175660 $447,528.00 2)PS58 541300 070580174830 $111,633.00 2)PW53 531350 030530175660 $ 29,000.00 2)PS58 531350 030580174830 $ 7,000.00 Hugo Malanga 7801 (from) APPROVED 7/17/01 ORDINANCE NO.14711 1) PE45 538070 0609020 $476,528.00 Additional Information Contact: 1) PE45 538070 0709020 $118,633.00 .. 3) PW53 541300 060530175660 $426,528.00 3) PS58 541300 070580174830 $106,633.00 Hugo Malanga 7801 3)GS93 541200 020930522220 $533,161.00 Ordinance No. AN ORDINANCE INCREASING THE ESTIMATED RECEIPTS AND APPROPRIATIONS IN THE WATER CAPITAL PROJECT FUND IN THE AMOUNT OF$476,528 AND IN THE SEWER CAPITAL PROJECT FUND IN THE AMOUNT OF$118,633 FROM AVAILABLE FUNDS FOR THE PURPOSE OF FUNDING A CONTRACT TO PEACHTREE CONSTRUCTION FOR HOT MIX ASPHALTIC CONCRETE OVERLAY 2001=7 AT VARIOUS LOCATIONS; MAKING THIS ORDINANCE CUMULATIVE OF PRIOR ORDINANCES AND REPEALING ALL PRIOR ORDINANCES IN CONFLICT HEREWITH;AND PROVIDING AN EFFECTIVE DATE. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF FORT WORTH,TEXAS: SECTION 1. That in addition to those amounts allocated to the various City departments for the Fiscal Year 2000-01 and in the Budget of the City Manager, there shall also be increased estimated receipts and appropriations in Water Capital Project Fun in the amount of$476,528 and in the Sewer Capital Project Fund in the amount of$118,633 from available funds for the purpose of funding a contract to Peachtree Construction for hot mix asphaltic concrete overlay 2001-7 at various locations. SECTION 2. That should any portion,section or part of a section of this ordinance be declared invalid,inoperative or void for any reason by a court of competent jurisdiction,such decision,opinion or judgment shall in no way impair the remaining portions,sections, or parts of sections of this ordinance,which said remaining provisions shall be and remain in full force and effect. SECTION 3. That this ordinance shall be cumulative of Ordinance No. 14286 and all other ordinances and appropriations amending the same except in those instances where the provisions of this ordinance are in direct conflict with such other ordinances and appropriations,in which instance said conflicting provisions of said prior ordinances and appropriations are hereby expressly repealed. SECTION 4. This ordinance shall take effect upon adoption APPROVED AS TO FORM AND LEGALITY: l � Assistant City Attorney ADOPTED AND EFFECTIVE: 7IV 4y ef�`� SPECIFICATIONS T AND CONTRACT DOCUMENTS FOR H.M.A.C. SURFACE OVERLAY (2001-7) AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS PROJECT NO. GS93-020930522220 2001 d� A. DOUGLAS RADEMAKER, P.E. DATE DIRECTOR, DEPARTMENT OF ENGINEERING GEORGE A. BEHMANESH, P.E. DATE ASSISTANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT DOO KIM, P.E. `T DATE CAPITAL PROJECT ENGINEER WATER DEPARTMENT TABLE OF CONTENTS 1. Notice to Bidders 2 . Special Instructions to Bidders 3 . Prevailing Wage Rates 4 . Proposal 5. Vendor Compliance 6 . Disadvantaged Business Enterprise ws; 7 . Special Provisions 8. Contractor Compliance with Worker's Compensation Law 9. Certificate of Insurance 10 . Performance Bond i. 11. Payment Bond 12 . Contract 13. Project Designation Sign 14. Details 15. Street Locations NOTICE TO BIDDERS Sealed proposals for the following project : H.M.A.C. SURFACE OVERLAY (2001-7) AT VARIOUS LOCATIONS Project No . GS93 -020930522220 Addressed to Mr. Gary Jackson, City Manager of the City of Fort Worth, Texas will be received at The Purchasing Office until 1:30 P.M. , May 17, 2001 and then publicly opened and read aloud at 2 : 00 P.M. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas, 76102 . A pre-bid conference will be held at 9 : 00 A.M. , May 01, 2001 in the Transportation and Public Works Conference Room 270, 2nd -R floor, Municipal Building. One set of documents will be provided to prospective bidders for a deposit of twenty dollars ($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 non-refundable basis for twenty dollars ($20 . 00) per set . For additional information contact Mr. Najib N. Fares at (817) 871-7802 . Gary Jackson Hugo Malanga, Director City Manager Transportation and Public Works PUBLICATION: By: /� Pu April 19, 2001 Najib N F res, P.E. , April 26, 2001 Stree and Storm Drainage, TPW r. .•. 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 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. 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. 2. PAY-KENT 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 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 .a bond shall be as herein provided and the surety shall be acceptable to the City. All bonds fumished 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 reinsurance must be authorized,accredited or trusteed to do business 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 525,000 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 S 100,000,a Performance Bond shall be executed,in the amount + of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications,and contract documents. Said bond shall solely be for the protection of the City of fort Worth. + 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. S. VNIPLOYMENT: All bidders will be required to comply with City Ordinance No.7278 as amended by City Ordinance No. 7400(Fort Worth City Code Section 13-A-21 through 13-a-29)prohibiting yr discrimination in employment practices. 6. WAGE RATES:All bidders will be required to comply with provision 5159a of"Vemons 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. NONRESIDENT BIDDERS:Pursuant to Article 601g,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 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 funds. The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its bid to meet specifications. The failure of a 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 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. 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 •. FORI1,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORA ("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. 12. PAYMENT:The Contractor will receive full payment(minus 5%retain age)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: .r 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. Duration of the project-includes the time from the beginning of the wor'.{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 5406.096)-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, oft 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 o` 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. M. b. The contractor shall provided 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 period,file a new certificate of coverage with the governmental entity showing that MM coverage has been extended. e. The contractor shall obtain from each person providing services on a project,and provide to the governmental entity: (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 (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 -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, MM 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. a. I. The contractor shall contractually require each person with whom it contracts to provide services on a project,to: Oft (1) provide coverage,based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements,which meets tie statutory requirements of Texas labor Code,Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor,prior to that person beginning woe{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; ,m (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 (b) anew certificate of coverage showing extension of coverage,prior to the end of the coverage period,if the coverage period shown on the current certificate �r of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in 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 (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 MM whom they are providing services. j. By signing this contract or providing or causing to be provided a certificate of coverage, ,m 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 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 provide 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 changes: rr "REQUIRED WORKER'S COMPENSATION COVERAGE" 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. 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 ..r their employment,discriminate against person because of their age except on the basis of a bona fide occupational qualification,retirement plan or statutory requirement. .. .. oft 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 marimum a;e limit is based .. upon a bona fide occupational qualification,retirement plan or statutory requirement. 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. DISCRINTINATION 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,term 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 Mft alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. Revised March 15, 1996 Il �l CITY OF FORT WORTH HIGHWAY CONTRUCTION PREVAILING `WAGE RATE FOR 1999 CLASSIFACTION HOURLY ROTE AIR TOOL OPERATOR S9.00 ASPHLkLT RAKED. 9.55 ASPHALT SHOVELER 8.50 BATCHLN'G PLAN"T `'.rEIGHER 11.51 CARPENTER 10.30 CONCRETE FLNISHER-PAVING 10.50 CONCRETE FDNISHER-STRUCTURES 9.53 CONCRETE RUBBER S.SAr ELECTRICLAN' 15.37 FLAGGER • 7.55 FOR-NM BUMDER-STRUCTURES 9.S3 FOR%1 LThrER-PAVR\G &. CURB 9.00 FORati1 SETTER-PAVING & CURB 9.24 FO-M SETTEE-STRUCTURES 9.09 LP.BORER-COMIMON' 7.32 LABORER-UTILITY 8.9 MECH--NIC 12.65 OILER 10.17 SERVICER 9.41 PALN71R-STRUCTURES 11.00 PPE LAYER S.98 BLASTER 11.50 -. ASPHA.LT DiSTr.LBUTOR OPEP-4TOR 10.29 ASHPALT PAVING MACHLNTE 10.30 BROOM OR SNVEEPER OPERATOR S.72 BULLDOZED. 10.7 CO\'CRETE CUKENT G NLkCHLhrE 9.25 CONCRETE FEMSHING P,LACHrNE 11.13 CONCRETE PAVING JOEN M.ACHrNrE 10.42 CONCRETE PAVr-NTG JOINT SEALED. 9.00 CONCRETE PAVIING SA`V 10.39 CONCRETE PAVING SPREADER 10.50 SLLPFORIA IriACHINrE OPERATOR 9.92 CF ANE, CLP MSHELL, BACKHOE, DEMUCK, SHOVEL 11.0"r F0U�7DAT10NN DP.ILL OPERATOR CP-,kWLER 1,10UNTED 10.00 FOUNDATION DRILL OPERATOR TRUCK MOULN7ED 11.83 FR0NG ENU LOADER 9.96 MILLTNG MACHINE OPERATOR 8.62 NiLKER 10.30 MOTOR GRADER OPERATOR FINE GRADE 11.97 MOTOR GRADE OPERATOR 10.95 1 .m CITY OF FORT WORTH HIGHWAY CO`iTRUCTION PREVAILING LAVAGE RATE FOR 1999 CLASSIFACTION HOURLY RATE PAV NMENT r.LARKaM RLACHNE 7.32 ROLLER, STEEL WHEEL PLAN7-?,,fLX PAVENIENTS 9.06 ROLLER, STEEL WHEEL OTHER FLAT-VFLEEL OR TAMPING 5.59 ROLLER, PNrEU\LATIC, SELF-PROPELLED SCRAPER SAS SCRAPER 9.63 TRACTOR-CRAWLER TYPE 10.5s TRACTOR-PNrEU12ATIC 9.15 TRAVELNG MIXER S.S3 WAGON-DRILL, BOR-LNG bMH \rE 12.00 REi1rFORCLNG STEEL SETTER PAVLtiG 13.21 RELN'FORC2G STEEL SETTER STRUCTURES 13.31 STEEL WORKER-STRUCTUR IL 14.50 SPREADER BOX OPERATOR 10.00 WORK:ZONE.BARRICADE 7.32 TRUCK DRIVER-SINGLE AXLE LIGHT 5.965 TP.UCK DPJVER-SNGLE AXLE HEAVY 9.02 TRUCK DRIVER-TA-MEN- 1 AXLE SE`11 T?LEP. 5.77 TRUCK DP.IVER-LO``rBOY/FLOAT 10.E TRUCK DRIB-tR-TP-kNrSIT r�flX 9.47 TRUCK DP.IVEP;WRNTCH 9.00 VMP`ATOR OPERATOR-IL ND TYPE 7.32 Vi ELDER. 11.57 2 P R O P O S A L TO: MR. GARY JACKSON Fort Worth, Texas -v City Manager Fort Worth, Texas FOR: H.M.A.C. SURFACE OVERLAY (2001-7) AT VARIOUS LOCATIONS PROJECT NO. GS93-020930522220 Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Department of Engineering of the City of Fort Worth. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding on and awarding the contract. The City 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 (+) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance and Payment Bond approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums, to-wit: SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 1 2 Ea. Project Designation Sign @ Two-Hundred Dollars & No Cents Per Ea. $ 200.00 S 400.00 S.P. 2 Lump Sum Utility Adjustment @ Six-Thousand Dollars & No Cents Per L.S. $6,000.00 $ 6,000.00 406 3 45 Ea. Manhole Adjustment @ 450 Two-Hundred and Fifty Dollars & S.P. No Cents Per Ea. $ 250.00 $11,250.00 406 4 92 Ea. Water Valve Boxes Adjustment @ 450 Two-Hundred Dollars & S.P. No Cents Per Ea. $ 200.00 $18,400.00 S.P. 5 3 Ea. Water Meter Boxes Adjustment @ -- Thirty-Five Dollars & No Cents Per Ea. $ 35.00 $ 105.00 P-1 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 104 6 13,420 L.F. Removal and Replacement of 502 Concrete Curb and Gutter Q S.P. EI4NTEEV Dollars & Ct NO Cents Per L.F. 5 18 $ 24),SfeC�OC 104 7 4050 S.Y. Removal and Replacement of 6" 504 Concrete Driveway Q S.P. FbQ-T1' 5eVMyJ Dollars & �Jp Cents Per S.Y. $ 41 $ 110,3Smao 104 8 550 S.Y. Removal and Replacement of 4" 504 Concrete Sidewalks Q S.P. "t1�><P-rrY- FIVE Dollars & A10 Cents Per S.Y. $ Zs $ l3,•1S`o.C�a 300 9 50 C.Y. Removal and Replacement of 304 H.M.A.C. Pavement and 312 Base (Base Repair) Q S.P. ONE 14uwpewt Pie" Dollars & a No Cents Per C.Y. $ ASO $ 7,SQ4•Q� 208 10 150 C.Y. Graded Crushed Stones Q S.P. Tw\ -1-" •- FI VC Dollars & Nb Cents Per C.Y. $ ZS $ 3�ISacr S.P. 11 5,950 L.F. Wedge Milling 2" to 0" Depth 5.0' Wide Q ON¢ Dollars & 114t ,m,FweCents Per L.F. $ `2S $ 1,437•So S.P. 12 8 Ea. Butt Joint-Milled Q TWoNvAjCW-E0 j LKWT"f Dollars & No Cents Per Ea. $ 260 $ Z29Q.Cb 300 13 10 Ton H.M.A.C. Level-Up Q 312 EI414T`4 Dollars & Cents Per Ton $ $ gCIaoo 312 14 63, 375 S.Y. 2" H.M.A.C. Surface Course 313 (Type "D" Mix) Q S.P. Foup, Dollars & 'rJJE1,J (-SAX Cents Per S.Y. $ 4ZY 104 15 100 S.Y. Removal & Replacement of 7" 314 Concrete Valley Gutter Q S.P. 5eyckjTy Dollars & ~ Na Cents Per S.Y. $ 10 $ 1�aGrJ.Cb 314 16 100 S.Y. New 7" Concrete Valley Gutter Q S.P. SeVe NM Dollars & hJo Cents Per S.Y. P-2 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 104 17 40 S.Y. Standard 4" Reinforced Concrete 505 Wheelchair Ramps S.P. S%X1Y Dollars & Na Cents Per S.Y. $ 60,11 24oaap 402 18 800 L.F. 6" PVC Perforated Pipe Subdrain 500 Elawr Dollars & 620 /Jd Cents Per L.F. C $ 6,40aco S.P. 502 19 550 L.F. New Concrete Curb and Gutter SEVe7•1 � Dollars & No Cents Per L.F. 504 20 50 S.Y. New 4" Concrete Sidewalk Ta keTI( Dollars & NO Cents Per S.Y. $ 30 $ 18SM00 214 21 56,840 S.Y. 8" Pavement Pulverization S.P. 11".)0 Dollars & El401-4 Cents Per S.Y. S 2� 214 22 910 Ton Cement ONE OywDeEO Dollars & NO Cents Per Ton $ �� S.P. 23 5 Ea. Remobilization Q Five Hundred Dollars & No Cents Per Ea. $ 500.00 $ 2,500.00 106 24 100 C.Y. Unclassified Street Excavation S.P. _rWi t-I`t , Fll-/E Dollars & 44 NO Cents Per C.Y. S.P. 25 5,000 S.Y. 2" Surface Milling p NO Dollars & 49 L14a"IY Cents Per S.Y. TOTAL BID $ 1,ad4,3 Z2'OQ P-3 This contract is issued by an organization which qualifies for exemption — pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. _ Taxes. All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under House Bill 11, enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29) , prohibiting discrimination in, employment practices. The undersigned agrees to complete all work covered by these contract documents within One Hundred Fifty-Five (155) Working Days from and after the date for commencing work as set forth in the written Work order to be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction" as established by the City of Fort Worth, Texas. The Contractor shall mobilize within seven (7) calendar days of the notice given by the Construction Engineer for any locations. 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 performance of this contract. The attached deposit check in the sum of St. AMO VW r ptD Dollars ($ ) is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. I (we) , acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Respectfully submitted, Addendum No. 1 (Initials) Addendum No. 2 (Initials) PEACHTREE CONSTRUCTION Addendum No. 3 (Initials) Company Name By: 1 C)lw., Signature J.BARRY CLARK " Printed Name of Principal Address:— P.O.BOX 821198 FT.WORTH,TX. 78182-1198 (Seal) 'C( 817.498.5470 -- Date: Telephone: P-4 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This I&N provides that, in order to be a,r;arded a contract as = a low bidder, non-resident bidders (out-of-state contractors whose corporate o`�ces or principal place of business are outside the state of Texas) bid protects for construction, improvements, supplies or services in Texas at an amount lo,.;er 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 blanN's in Section A must be fitted 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 % ill 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 lo,r;er than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in (give state), our principal place of business are not required to underbid resident bidders. B. Our principal place of business or corporate of,ices are in the St to of Texas. Bidder: PEACH REE OOK9 U MN J.BARRY CLARK - Company By (Please Print) P.O.BOX 821198 Address Sighaure FT.WORTH,TX. 76182-1198 PRESIDENT City/State/Zip Title (Please Print) THIS FORM MUST BE RETURNED WITH YQ1jR QUOTATION Cit of Fort Worth Minority and Women business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS 1 . APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than $25,000,the M/WBE goal Is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority/Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. The objective of the Policy is to increase the use of MIWBE firms to a level comparable to the availability of MIWBEs that provide goods and services directly or indirectly to the City. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. MfWBE PROJECT GOALS The City's MBEd/VBE goal on this project is 1A %of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's MJWBE Ordinance by either of the following: 1. Meet or exceed the above stated MIWBE goal,or; 2. Good Faith Effort documentation, or; 3. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. M/WBE Utilization Form, if goal received by 5:00 p.m.,five (5) City business days after the is met or exceeded: bid opening date, exclusive of the bid opening date. 2.Good Faith Effort Form and M/WBE received by 5:00 p.m.,five (5) City business days after the Utilization Form, if participation is bid opening date,exclusive of the bid opening date. less than stated goal: 3.Good Faith Effort Form if no received by 5:00 p.m.,five (5) City business days after the participation: bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form: received by 5:00 p.m.,five (5) City business days after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S MiWBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE'TO SPECIFICATIONS. Any questions, please contact the M/WBE Office at(817) 871-6104. Rev.09100 ATTACHMENT 1A Page 1 of 2 city of Fort Worth Minority and Women Business Enterprise Specifications MBEMBE UTILIZATION _ PEACHT s CONSTRUCTION _ t1 ti`t 111 20o i ZE COMPANY NAME BID DATE �- NMAG SVAFAGE_ VVEQt.A`f C2bo1-�) _ CaSga-62043OS222Zo 'nJJECT NAME PROJECT NUMBER 1''S AUIN'BE PROJECT GOAL: ,111NVUE PERCENTAGE ACHIEVED: 3,O Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department ror before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid ing considered non-responsive to bid specifications. e undersigned bidder agrees to enter into a formal agreement with the MBE and/or WBE firms for work listed in this hedule, 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 i"pn-responsive to specifications. Company Name,Contact Name, Certified Specify ill Contracting Specify SII Items to be Dollar Amount I Address,and Telephone No. Scope of Work(+) Supplied(') U ~O o ti o z O'er 1-W-0cu,i6!(y a !NL I 24o5 C W• A2ieki-JSAS -LANG la1D,VJL OFF eKC-nS +l, AQLINc,ToiJ, TX "��ct3._..._V. t�teT F'Q'�H CTi Zt.t-34'Tb J_k14.a._. eeoAOwoaws) 2"'A lZC.cn k4kQL picp MIsCG 2%oo ►..J. sYLV AN 1 A - - ---- GoNG¢4,T'L FO er wo¢T_14 jogs 1T E .61.1--.634. Ecl19 _ CW£r,T111LA. Caj.�T.) 2ND s IS,Soo.Go A t-taNZd L.0 N 4 CbWT?wN "MhVVkc C_ _ 2i29_Qt2YM✓ Ave. Pttovt0`t P2W5cT Fog-r wo aTW I -M Zb 10 2- 462 4 4624 (`zr ZSc�.Cb 2ovm V it LT R,,J2Q i:LL MIVVBEs must be located In the 9 (nine)county marketplace or currently doing business in the marketplace at the time of bid. (') 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 payme! from the prime contractor to a subcontractor is considered 14 tier,a payment by a subcontractor t its supplier Is considered 2nQ tier. THIS FORht 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. Pages 1 and 2 of Attachment 1A must be received by the Managing Department 61-vif ATTACHMENT 1A Page 2 of 2 City of Fort Worth 4 Minority and Women Business Enterprise Specifications MBEIWBE UTILIZATION iompany Name,Contact Name, Certified Specify All Contracting Specify SII Items to be Dollar Amount ,,Address,and Telephone No. < Scope of Work(') Supplied(') �v 4 Zz �• IS 2 ^W._NA►�_ __---._— L1AVL p1�F t..tll.l.EO AZt,L T�cP� '1 t.o 2 a ASP w A LT Ce►�l X444 0-536 L ..__ ✓ 0 0 STeo 2ND � �G1Q0.QO the bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding ,actual work performed by all subcontractors, including MBE(s) and/or WSE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that i SII substantiate the actual work performed by the MBE(s) and/or WBE(s) on this contract, by an authorized officer or mployee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the "'1bontract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, tate or Local laws concerning false statements. Any failure to comply with this ordinance and creates a materia breach of contract may result in a determination of an irresponsible offeror and barred from participating in City worr w4or a period of time not less than one (1) year. ALL MSEs and WBEs MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD �.._ " �I�. J.BARRY CLARK AuttYarize Si nature nature Printed Si ,� g 9 . �ESl�IT wi Title Contact Name and Title (if different) aF�rura ct> 817-496470 Company Name Telephone Number(s) P.O.80X821198 &G• Address Fax Number FT.WORTH,TX. 78182-1198 M n`! 23, 2001 City/State/Zip 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.ea Pages 1 and 2 of Attachment 1A must be received by the Managing Department b12/% Awn ATTACHMENT 1 B City of Fort Worth Page 1 of 1 Minority and Women Business Enterprise Specifications Prime Contractor Waiver PUCHTREE C0%T W0ON N M AG SOaf W6 QV L Q LA,'f 62 ac l--1) Prime Company Name Project Name MAY Il ZccI G5g3.02.043os22220 Bid Opening Date Project Number If both answers to this form are YES, do no complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided,if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form In its entirety and be received by the Managing Department on Qr I efore 5:00 a.m.. five (5) City business days after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? Yes _ V'No If yes, please,provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? Yes V' No ° If yes, please provide a detailed explanation that proves based on the size and scope of .r this project, this is your normal business practice and provide an inventory profile of your business. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and/or WBE(s) on this contract, the payment therefore and any proposed changes to the original MBE(s) and/or WBE (s) arrangem nts submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate lift the actual work performed by the MBE(s) and/or WBE(s) on this contract, by an authorized officer or employee of the City.Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating In City work for a period of „ft time not less than one(1)year. Fi _ +J Jlc J.BARRY CLAW Authorized Signature Printed Signature PRESIDENT Title Contact Name (if different) PEACHTREE OONSTR 817-498.5470 ` Company Name Contact Telephone Number (s) P.O.BOX 821198 606 -880-OS 66 ` Address FT.WORTH,TX• 76182-1198 Fax Number Rev.6/2198 mn� ATTACHMENT IC Page 7 of 3 City of Fort Worth Minority.and Women Business Enterprise GOOD FAITH EFFORT PEAWREE CONSTRUCTION H If 1-7, Z ao 1 Prime Company Name Bid Date �I MI\c SQ21F110E OVCVLA,1f 6,693. 02o93OS22220 Project Name Project Number If you have failed to secure MMBE participation and you have subcontracting and/or supplier opportunities or if your M/WBE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and l submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m.five (5) City business days after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity(DO NOT LIST NAMES OF FIRMS)which will be used in the completion of this project,regardless of whether it is to be provided by a MiWBE or non- MiWBE. (Use additional sheets, if necessary) List of: Subcontracting Opportunities List of: Supplier Opportunities CONGQ>rT£ Q`<MoV�I, � QE,OLA�MEMr' MIL�►�C� 4iAJt.-o1=F - (4WLI N(„ Rev.612198 • ATTACHMENT 1C Page 2 of 3 2.) Did you obtain a current list of M/WBE firms from the City's M/WBE Office? The list Is considered In compliance, if it is not more than 3 months old from the date of bid opening. Yes Date of Listing 4 1 21 1 e No �a 3.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail,exclusive of the day the bids are opened? _ ✓/Yes If yes, attach M/WBE mail listing to include name of firm and address and a dated ANo copy of letter mailed. 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? /Y If yes, attach list to include name of M/WBE firm, ep rson contacted, No phone number and date and time of contact. NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If a SIC list of h11WBE is ten or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If a sic list of MlWBE is more than ten, the bidder must contact at least two-thirds of the list but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the MAVBEs? ' Yes No 6.) If M/WBE bids were received and rejected, you must: (1) List the M/WBE firms and the reason(s)for rejection (i.e., quotation not commercially reasonable, qualifications, etc.) and (2) Attach affidavit and/or documentation to support the reason(s) listed below (i.e.. letters, memos, bids, telephone calls, meetings,etc.) (Please use additional sheets,if necessary,and attach.) Company Name Telephone Contact Person Scope of Work Reason for '�- Rejection 13T. CowSre c-nor0 &11.291-46ol PE•'CL 411QZ.4 Coo-c. ITE r%S Wq- Low r.- 8ralw14MA1J cower. `11L214.1111 SrL/L. LAW_A$7rLa Ca;Je_ ITUAC. 1�-Or WW O C,ENk2At Ca,✓7`. 11-2316-Llys lefV1v CANc- IIxfPS suoT' sow s— °" Rev.612:98 + p + _ ATTACHMENT IC Page 3 of 3 gDDI RMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain a M/WBE participation on this project. a 1 The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted.with this bid. . The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action .under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of " contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. ' The undersigned certifies that the information provided and the M[WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified,by the City's M/WBE Office. _ bc, _ Cc, J.BARRY CLARK Authorized Signature Printed Signature PRESIDENT Title Contact Name and Title (if different) AFa WREE CONSMUMN 817498-li470 Company Name Telephone Number(s) P.O.BOX 821198 £00- 660-OS76$_ Address Fax Number FT.WORTH,TX 78182.1198 h'1 A�I 2a, Z Gc1 City/State/Zip Date Rev.612198 M/WBE REQUIRED DOCUMENTATION RECEIPT '- Transportation & Public Works Official Date: I Official Time: f o Bid Date: / f-7 Project Name: e�(,� C % ��t ' Gc 2 G`Of -7 Project Manager: Forms Submitted By Name: ``�-�'Lt,►`�.Q/L a Company: JZ� --� " Receiver By: CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR: H.M.A.C. SURFACE OVERLAY (2001-7) AT VARIOUS LOCATIONS PROJECT NO. GS93-020930522220 1. SCOPE OF WORK: The work covered by these details and specifications consists of the surface rehabilitation of existing pavement. Including the addition of a new surface layer of H.M.A.C. as described in the Special Provision of these specifications. The work shall include all other miscellaneous items of construction to be performed as outlined in the details and specifications which are necessary to satisfactorily complete the work. The Contractor shall mobilize within seven (7) calendar days of the notice given by the Construction Engineer for any locations. The contractor is encouraged to conduct site visits and survey all these possibilities. The contractor shall verify these locations with the Construction Engineer. For street locations see list at the back of this document. 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 (±) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. All short cul-de-sac streets and turnouts that intersect with a street listed above shall be included in this contract, even though they may not be listed due to their size. The contractor shall mill, clean, apply tack coat, overlay and adjust facilities. Included, in addition to the resurfacing process, will be the removal (only) of all traffic buttons, removal and replacement of concrete curb and gutter, base repair, and all other miscellaneous items of construction to be performed as outlined in these specifications which are necessary to satisfactorily complete the work. Total quantities given in the bid proposal may not reflect actual quantities, but represent the best accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. 2. Contract will be awarded to the lowest responsible and responsive bidder. 3. The Contractor agrees to complete the Contract within the allotted number of days. If the Contractor fails to complete the work within the number of days specified, liquidated damages shall be charged, as outlined in .y Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Construction of the City of Fort Worth, Texas. SP-1 C� 4. The City reserves the right to abandon, without obligation to the Contractor, any part of the project, or the entire project, at any time before the Contractor begins any construction work authorized by the City. 5. This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION-CITY OF FORT WORTH and STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH CENTRAL TEXAS. A copy of these specifications may be purchased at the office of the Department of Engineering, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the designer. If not shown, then applicable published specifications in any of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 6. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate and as determined by the Director of the Transportation and Public Works Department. 7. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of one (1) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 8. TRAFFIC CONTROL: The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Vernon's Civil Statues, pertinent sections being Section Nos. 27, 29, 30 and 31. This traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer 0817-871-8770 at least 10 working days prior to the pre-construction conference. Although work will not beccrin 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, SP-2 the Contractor shall contact the Transportation and Public Works Depart- ment, Signs and Markings Division (phone number 871-7738) , to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor shall limit his work within one continuous lane of traffic at a time to minimize interruption to the flow of traffic. 9. PAYMENT: The Contractor will receive bi-weekly payment (minus 5% retainage) from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. 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 t the approval of the City and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. 11. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction, as required by Engineer, by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs", Item 524, and/or as shown on the plans. Construction signing and barricades shall conform with the latest edition of the "Texas Manual on Uniform Traffic Control Devices, Vol. No. 111. SP-3 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 contractors expense. In the event that the contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of the Department of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 13. During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 14. Final cleanup work shall be done for this project as soon as the work has been completed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. 15. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 16. CONSTRUCTION SCHEDULE: It shall be the responsibility of the Contractor to furnish the Construction Engineer, prior to construction, a schedule outlining the anticipated time each phase of construction will begin and be completed, including sufficient time being allowed for cleanup. wr 17. SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (1) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar ' apparatus. The warning sign shall read as follows: "WARNING --UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF SP-4 HIGH VOLTAGE LINES." (2) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hood connections. (3) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Co.) which will erect temporary mechanical barriers, de- energize the line, or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company, and shall record action taken in each case. (4) The Contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractors sole cost and expense. (5) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3) . 18. RIGHT TO AUDIT: (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 any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and conduct audits in compliance 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, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers, and 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 The City of Fort Worth maintains a "CONFINED SPACE ENTRY PROGRAM" for its employees and all contractors and their sub-contractors must comply with this program as a condition of the contract. All active sewer manholes, SP-5 regardless of depth, are defined as "permit required confined spaces". Contractors will be required to complete the "CONFINED SPACE ENTRY PERMIT" used by the Fort Worth Water Department (Field Operations Division) for each entry and possess and use the equipment necessary to comply with this program. The cost of complying with this program will be considered subsidiary to the pay items involving work in confined spaces (e.g. vacuum testing, cleaning, televising, construction, etc.) . NON-PAY ITEM NO. 1 - SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item No. 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM NO. 2 - REMOVAL OF TRAFFIC BUTTONS AND TEMPORARY LANE TAPE: All traffic buttons shall be removed from the existing asphalt surface before resurfacing begins. The contractor shall be responsible for the removal of all buttons. Upon completion of the job the City will install new buttons after proper notification. The contractor shall also be responsible for all materials, equipment and labor to place temporary adhesive lane marking tape, at locations as directed by the Construction Engineer, to direct traffic flow until permanent markers are installed. The contractor shall notify the Construction Engineer to arrange for the replacement of the buttons and adhesive lane markers (arrows, etc.) . All costs to the contractor shall be figured as subsidiary to this contract. NON-PAY ITEM NO. 3 - LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES: The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the contractors responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: SP-6 an Company Telephone Number Contact Person Southwestern Bell Telephone 338-6275 "Hot Line" Texas Utilities 336-9411 Mr. Roy Kruger Ext. 2121 Lone Star 336-8381 Mr. Jim Bennett Ext. 6982 City of Fort Worth, 871-8100 Mr. Jim Bob Wakefield Street Light and Signal Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. ra Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. +tee PAY ITEM NO. 1 - PROJECT DESIGNATION SIGN: The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting, and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of 3/4" fir plywood, grade A-C (exterior) or better. a.r These signs shall be installed on barricades or as directed by the Engineer, and in place at the project site upon commencement of construc- tion. The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support, and maintenance shall be to the satisfaction of the Engineer. SP-7 The unit price pre bid per each will be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 2 - UTILITY ADJUSTMENT: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer, and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjust- ments. PAY ITEM NO. 3 - MANHOLE ADJUSTMENT: This item shall include adjusting the tops of existing manhole to match proposed grade as shown on the plans, in the detail at the back of this document or as directed by the Engineer. Standard Specification Item Nos. 450 "Adjusting Manholes and Inlets" and 406 "Concrete for Structures" shall apply except as herein modified. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Work shall be completed and street open to traffic within seven(7)calendar days. If the contractor fails to complete the work within seven(7)calendar days, a $100 dollars liquidated damage will be assessed per each manhole per day. w Prior to beginning of work, the Contractor shall make an inventory of the condition of existing manholes. The Engineer will field verify this inventory and provide the Contractor replacements for broken manhole covers. The contractor shall replace the manhole covers which are damaged during construction at no cost to the City. SP-8 Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections, as per current City Water Department Special Conditions. The unit price pre bid per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 4 - WATER VALVE BOXES ADJUSTMENT: Contractor will be responsible for adjusting water valve boxes to match new pavement grade. The water valves themselves will be adjusted by City of Fort Worth Water Department forces. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing water valve boxes. The Engineer will field verify this inventory and provide the Contractor replacements for broken valve _ boxes. The contractor shall replace the valve boxes which are damaged during construction at no cost to the City. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Work shall be completed and street open to traffic within seven (7) calendar days. If the contractor fails to complete the work within seven (7) calendar days, a $100 dollar liquidated damage will be assessed per each water valve box per day. The unit price pre bid per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 5 - WATER METER BOX ADJUSTMENT: This item only apply when the adjacent curb and gutter has been determined to be removed and replaced as directed by the Engineer. The adjustment shall include raising or lowering the existing water meter box to the proper grade. The unit price pre bid per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 6 - REMOVAL AND REPLACEMENT OF CONCRETE CURB AND GUTTER: These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item No. 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S4. Pay limits for laydown curb and gutter SP-9 are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul-off of the removed material to a suitable dump site. The street void shall be filled with H.M.A.C. Type "D" mix as per specification No. 300 "Asphalts, Oils, and Emulsions", Item No. 304 "Prime Coat" and Item No. 312"Hot Mix Asphaltic concrete" and compacted to standard City densities. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during construction shall be replaced with same or better at no cost to the City. Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of demolition to date of completion. If the contractor fails to complete the work within fourteen (14) calendar days, a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY ITEM NO. 7 - REMOVAL AND REPLACEMENT OF 6" CONCRETE DRIVEWAYS: This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul- off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the work. PAY ITEM NO. 8 - REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK: This item shall include the removal and replacement of existing concrete sidewalk due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways". The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the removal and replacement work. SP-10 PAY ITEM NO. 9 - REMOVAL AND REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE: The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure. The Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion. The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable sub-base. The total depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal for which the Engineer will select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site. After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with Type "D" surface mix. This item will always be used even if no base improvements are required. The proposed H.M.A.C. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness will not exceed 611. Before the patch layers are applied, any loose material, mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils, and Emulsions", 304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all materials,labor,equipment and incidentals necessary to complete the work. PAY ITEM NO. 10 - GRADED CRUSHED STONES: This item shall be used to repair the failed base material in areas exceed 8" deep as directed by the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No. 208 "Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. SP-11 PAY ITEM NO. 11 - WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE: 1. Description This item shall consist of milling the existing pavement from the lip of gutter at a depth of 2" and transitioning to match the existing pavement (0" cut) at a minimum width of 51 . The existing pavement to be milled will either be asphalt, concrete, or brick pavement. The removal and disposal of the milled materials shall be as directed by the Engineer. The milled surface shall provide a smooth surface free from gouges, ridges, oil film, and other imperfections of workmanship and shall have a uniform textured appearance. In all situations where the existing H.M.A.C. surface contacts the curb face the wedge milling shall include the removal of the existing asphalt covering the gutter up to and along the face of curb. The wedge milling operations for this project will be performed in a continuous manner along both sides of the street. Details of milling locations are at the back of this document. Contractor is required to begin the overlay, within five (5) calendar days from the date of the wedge milling completion of any one street. Should the contractor fail to meet this condition, the wedge milling will be shut down, and liquidated damage of $500.00 per day per street will be assessed until all wedge milled streets are overlayed. The overlay, once begun on a street shall continue uninterrupted until complete. The Contractor shall haul-off the removed material to a suitable dump site. 2. Equipment The equipment for removing the pavement surface shall be a power operated milling machine or other equal or better mechanical means capable of removing, in either one pass or two passes, the necessary pavement thickness in a five-foot minimum width. The equipment shall be self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. The machine shall be equipped with an integral loading and reclaiming means to immediately remove material being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. Adequate back-up equipment (mechanical street sweepers, loaders, water truck, etc.) and personnel will also be provided to keep flying dust to a minimum and to insure that all cuttings are removed from street surface daily. Stockpiling of planed material will not be permitted on the project site unless designated by the Engineer. The machine shall be equipped with means to control dust created by the cutting action and shall have a manual system providing for uniformly varying the depth of cut while the machine is in motion thereby making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. The speed of the machine shall be variable in order to leave the desired grid pattern specified under Surface Texture. SP-12 The unit price bid per linear feet shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 12 - BUTT JOINTS - MILLED: Description• This item requires the contractor to mill "butt joints" into the existing surface, in association with the wedge milling operation (PAY ITEM NO. 11) to the depth and at locations as described below. The butt joint will provide a full width transition section, whereby the new overlay shall maintain constant depth at the point the new overlay is terminated and the new surface elevation matches the existing pavement. The construction activities, performance standards and equipment needed for the butt joints milling operations shall be governed by the special provisions of Pay Item No. 11 - Wedge Milling. The configuration of the butt joints is described in more detail below. General details of butt joint locations - along with wedge milling in general - are shown in plan form at the back of this document. Construction Details: Prior to the milling of the butt joints, the contractor shall consult with the construction Engineer for proper location of these joints and verify 4 that the selected limits of the projects street are correct. The general locations for butt joints are at all beginning and ending points of streets listed in the project and as more graphically detailed at the back of this specification book. The joints are also required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. Each butt joint shall be 20 feet long and milled out across the full width of the street section to a tapered depth of 211. This milled area shall be tapered within the 20 feet to a depth from 0" to 2" at a line adjacent to the beginning and ending points or intermediate transverse items. This butt joint - when overlayed - will consist of an asphalt section that will transition the new overlay to match the existing pavement elevation. The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. Measurement and Payment: Butt joints as prescribed above, will be measured by the unit of each butt joint milled. The disposal of excess material involved will not be measured for payment. Each butt joint-milled, measured as above, complete-in place-in accordance with these specifications, will be paid for at the unit price shown in the proposal for "Butt Joints". The unit price bid per each shall be full SP-13 compensation for all milling, including material haul-off, tools, labor, equipment and incidentals necessary to complete the required work. PAY ITEM NO. 14 - 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) : All applicable provisions of Standard Specifications, Item Nos. 312 "Hot- Mix Asphaltic Concrete", 300 "Asphalts, Oils and Emulsions", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt Concrete" shall apply to the construction methods for this portion of the project. Standard Specification 312.5 (1) shall be revised as follows: The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising, the tempera- ture being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as necessary. The unit price bid per square yard of H.M.A.C. complete and in place, shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 15 - REMOVAL AND REPLACEMENT OF 7" CONCRETE VALLEY GUTTER: This item shall include the removal and reconstruction of existing concrete valley gutters at locations to be determined in field: Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley - gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. See standard specification Item No. 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base", Drawing No. S-S6 and detail enclosed. Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item No. 314 "Concrete Pavement". Asphalt base material may be required at times as directed by the Engineer to expedite the work at locations identified in the field. The concrete shall be designed to achieve a minimum compressive strength SP-14 of 3000 pounds per square inch. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO. 16 - NEW 7" CONCRETE VALLEY GUTTER: This item shall include the construction of concrete valley gutters at various locations to be determined in field. Removal of existing, asphalt pavement, concrete base, curb and gutter, and y necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item. See standard specification Item No. 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base", Drawing No. S-S6 and detail enclosed. Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item No. 314, "Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of valley gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the Contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the _ proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO. 17 - NEW 4" STANDARD WHEELCHAIR RAMP: The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the Engineer. SP-15 The removal of existing substandard wheelchair ramps and sidewalk as required for the installation of new wheelchair ramps shall be subsidiary to this pay item. The removal and replacement of existing curb and gutter as required for the installation of new wheelchair ramps shall be included in Pay Item 6 (Removal and Replacement of Curb and Gutter) . Pay limits for laydown curb and gutter are as shown in the Standard Pay Limit Detail (WR- 1) . The pay limit will extend from 9" outside the lip of gutter to 15" back from the face of curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will start 15" back from the face of curb and encompass the remainder of the ramp and sidewalk. All applicable provision of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways" shall apply except as ` herein modified. All concrete flared surface shall be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be used in accordance with manufactures instructions. Concrete stain may be applied after concrete is poured (Product sold by BAER) . "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution." The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to compete the work. PAY ITEM NO. 18 - 6" PERFORATED PIPE SUBDRAIN: This item shall consist of furnishing and installing 6" perforated subdrain and filter material all as shown on the enclosed details, or as directed by the Engineer. All applicable provision of standard Specifications Item 500 "SUBDRAINS" shall apply except as herein modified. The pipe material shall be poly vinyl chloride (PVC) with the standard dimensional ratio of 35 (SDR35) and meet the ASTM D 1784. Filter fabric shall have the capability of passing ground water without transporting the soil placed around the filter fabric. The fabric shall be constructed exclusively of synthetic thermoplastic fibers and may be either woven or nonwoven to form a mat of uniform quality. Fabric fibers may be either continuous or discontinuous and oriented in either a random or a aligned pattern throughout the fabric. The fabric shall be mildew resistant, rot proof, shall be SP-16 satisfactory for use in a wet soil and aggregate environment, contain ultraviolet stabilizers and have nonravelling edges. The fabric shall meet the following requirements when sampled and tested in accordance with the methods indicated. Test Original Physical Properties Method Requirements Fabric weight, on an ambient SDHPT Test Method 4.0 minimum for under temperature air-dried tension Tex-616-J drains and Slope free sample, expressed in "Testing of Construc- Stabilization, 6.0 oz/sq. yd. tion Fibers" minimum for Gabions Revetment Water flow rate by falling Tex-616-J 80 minimum head method, 7.9 inches (20 cm) to 3.9 inches (10 cm) on 2 inch ID cylinder with 1 inch diameter orifice, with flow rate expressed in gal/sq. ft/minute. { Breaking load in either ASTM Designation: 100 minimum machine or cross-machine D 1682 grab method G direction, expressed as modified by Tex- in pounds. -616-J Equivalent opening size CW-02215, US Army 70 to 100 (US Standard sieve no.) Corps of Engineers, Civil Works Construction Guide Specification. "Plastic Filter Fabric", November, 1977. "Apparent elongation" at ASTM Designation: 100 maximum breaking load in either D 1682 grab method G machine or cross-machine as modified by Tex direction, expressed as -616-J percent. The "Filter Fabric" shall be installed in accordance with the manufacturer's recommendations, as indicated or as directed by the Engineer. When lapping is required, it shall be in accordance with the manufacturer's recommendations. Backfilling around the Filter Fabric shall be done in such a way as not to damage the Filter Fabric material during the placement. The unit price bid per L.F. shall be full compensation for all labor, materials, equipments, tools, and incidentals necessary to complete the work. SP-17 PAY ITEM NO. 21 - 8" PAVEMENT PULVERIZATION: Contractor shall pulverize the existing pavement to a depth of 811. After pulverization is completed, contractor shall temporarily remove and store the 8" deep pulverized material, then cut the base 2" to provide place for the new 2" H.M.A.C. surface. The 2" base cut shall start at a depth of 8" from the existing pulverized surface. After the undercut operation is completed, contractor shall spread, mix, and compact the pulverized material to a 95% compaction per City's Standard Specifications or as directed by the Engineer in the field. A 5% portland cement shall be used to mix the pulverized material. ~ If the existing pavement has a combination of 10" H.M.A.0 and crushed stone/gravel, undercut will not be required, the contractor will pulverize 10" inches, the 2" inch cut will be taken from the 10" pulverized material. (see soil test report) Pulverization shall start within 10 working days after all concrete work has been completed on a street. After the pulverized material is cured, the contractor shall overlay it with 2" H.M.A.C. surface within five (5) calendar days. If the contractor fails to begin the work within five (5) calendar days, a $200 dollars liquidated damage will be assessed per block per day. The unit price bid per square yard shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, and dispose of the undercut material. The 2" H.M.A.C. surface will be paid by separate item. PAY ITEM NO. 23 - REMOBILIZATION: This item shall compensate the Contractor to remobilize personnel, equipment, supplies, and material to perform an additional work as directed by the Engineer. Remobilization will be considered when concrete "Flat-work" has been completed, personnel and equipments were demobilized, and the street is clean and ready for the overlay. Remobilization shall be determined by the Engineer. Any Remobilization without the approval of the Engineer will not be compensated. The unit price per bid per each will be full compensation for all labor, equipment, material, tools, and all incidentals necessary to complete the work. PAY ITEM NO. 24 - UNCLASSIFIED STREET EXCAVATION: This item will be used if additional excavation is needed that is not covered by Pay Item No. 21 - 118" PAVEMENT PULVERIZATION". Additional Excavation is the removal of the excessive crown and base to bring the new base to proper grade & City standard specifications for street reconstruction. All applicable provisions of Item No. 106 "Unclassified SP-18 Street Excavation" shall apply, work shall be paid per cubic yard. PAY ITEM NO. 25 - 2" SURFACE MILLING: This item shall consist of milling the existing pavement at a depth of 211. All applicable provisions of Pay Item No. 11 "Wedge Milling" shall apply. The unit price bid per square yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. END OF SECTION SP-19 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 171' 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 Peachtree Construction HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: HMAC SURFACE OVERLAY 2001-7 AT VARIOUS LOCATIONS Designated as project number, GS93-020930522220 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. 1;i,fr��rJ Fir 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 155 (One Hundred Fifty 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 $ 420.00 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, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, - C-2 a 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 Govemment Code Section 2253, as amended, in the form included in the Contract Documents, and such bonds shall be 100 percent (100%) of the total contract price, and the said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 8. Said City agrees and binds itself to pay, and the said agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates N/A shall be ONE MILLION, SIXTY SIX THOUSAND, THREE HUNDRED TWENTY TWO DOLLARS AND NO CENTS $1,066,322.00 UFACIAd E COED "v }U{nY U�Wa 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 goveming 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. l_� u C-4 Done in Fort Worth, Texas, this the 17l' day of July , 20 01 . RECOMMENDED: CITY OF FORT WO A-".z6xu!�� IAA-I* 7, DIRECTOR, DEPARTMENT OF ASSISTANf CITY NAGER ENGINEERING APPROVED: DIRECTOR, l%ANSPORTATIOPKAND PUBLIC WORKS PEACHTREE CONSTRUCTION ATTEST: (Contractor) CITY SECRET RY O 1 (S (SEAL) (Representative) w, J.BARRY CLARK `- PRESIDENT (TITLE) P.0.BOX 821198 APPROVED AS TO FORM & (Address) LEGALI Fr.WORTH,TX. 76182-1198 r l (City/State/Zip) AS81TANT CITY ORNEY November 1960 l Revised May 1986 Contract Authorization Revised September 1992 Revised January 1993 Revised April 1999 Date Revised June 1999 - Revised June 2001 elf C-5 e Gond No. SC Oy 79 PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENT: That we (1)Peachtree Construction (2) Comuanv of Texas hereinafter called Principal and (3) Fidelity and Guaranty Insurance Underwriterwriters, Inc. 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: One Million,Sixty Six Thousand,Three Hundred Twenty Two Dollars and No Cents $1,066,322.00 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 se-v al Z.,, =—' t y+'-ese 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`h day of July ,2001,a copy of which is hereto attached and made a part hereof,for the construction of: HMAC SURFACE OVERLAY 2001-7 AT VARIOUS LOCATIONS designated as Project Number GS93=020930522220 .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 lie 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 17`h day of July . 2001. Principal(4) A,TT S . PEACHTREE CONSTRUCTION By: (Principal) Se etary (SEAL) J.BARR1rGLAFiK P.O.BOX 8211 3 ADDRESS - FT.WORTH,TX 761821198 K&S Group, Inc. CITY/STATE/ZIP ------- 4021 Hwy 377 South RDELITY AND QUAPAM Fort Worth,TX 76116-7891 INSURANCE UNDERWRITERS,M (Address) (Surety) ATTEST: urety)Secretary (Attorney-in-Fact) (S) (SEAL) WFVMM 8' (Printed Attorney-in-Fact) Witness as to Surety Note: Date of Bond must not be prior to date of Contract (1) Correct name of Contractor (1) A Corporation,a Partnership or and Individual,as case may be (3) Correct Name of Surety (4) If Contractor is partnership all Partners should execute bond (5) A true copy of Power of Attorney shall be attached to bond by Attorney-in-Fact { ,Bona No. SC O y 7 9 PAYMENT BOND THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESES PRESENTS: That we, (1) Peachtree Construction a corporation of (2) Tarrant County, Texas hereinafter called Principal and (3) Fidelity and Guaranty Insurance Underwriterwriters, Inc. , 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: One Million,Sixty Six Thousand,Three Hundred Twenty Two Dollars and No Cents $1,066.322.00 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of ,.vhich sum well and truly be made, we bind ourselves, cur heirs; executers; ad nin_ist'^tors 2nd s­.cetsscrs ;^intly and se. -erally, 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 ON-mer dated the 17"' day of July , 2001, a copy of which is hereto attached and made a part hereof, for the construction of: HMAC SURFACE OVERLAY 2001-7 AT VARIOUS LOCATIONS designated as Project Number GS93-020930522220 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 y Texas Government Code Section 2253. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie 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 the right of any beneficiary hereunder whose claim shall be unsatisfied. A:15PAYBOND.FRM IN WITNESSETH WHEREOF, this instrument is executed in 6 counterparts, each one of which uly shall be deemed an original,this the if day of J ,2001. PEACHTREE CONSTRUCTION Principal(4) ATT ST- BY: (Pnncipah Secretary , ,e c cr-- ti ((Printed Name/Titl'e) J.EtARRY CLARK PRESIDENT (SEAL) a n Rnx 821198 ADDRESS r K&S Group, Inc. FT WORTH,Tk 76182-1198 4021 Hwy 377 South CrrY/STATE/ZIP Fort Worth,TX 76116-7891 FUMY AND SUNY MVSURANCE UMXRWRITEPA W, (Address) (Surety) ATTEST: (S )Secretary By: ` (Attorney-in-Fact)(5) S'1"04M EL$IwD we (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 (3) Correct Name of Surety (4) If Contractor is Partnership all Partners should execute bond mePdul POWER OF ATTORNEY Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company Power of Attorney No. 21972 Certificate No. 562169 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,and that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Robert C. Siddons,Robert C.Fricke,Bettye Ann Rogers,Linda Edwards, Douglas J.Wealty,Steven B. Siddons, James F. Siddons,Holly Gravenor,Lome Scott and Tommy Nelson Austin Texas of the City of State their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign its name as surety to,and to execute,seal and acknowledge any and all bonds,undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings rcqun ed or po�titted in any actions or proceedings allowed by law. 18) IN WITNESS WHEREOF,the Companies have caused this instrumeiLnod:1nd eitled tbk $#12 day of July 2000. - l N NN Seaboard Surety Company S ited States Fidelity and Guaranty Company St.Paul Fire and Marine InsuTttlttAompat►} � Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company` `` Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company SIYiE7y �d11M� O��M`MS�'9 4JPi.......'Pq„ V JOHN F.PHINNEY,Vice President m sex ''.SEAL%o'1 �'•.,57dJLL;:s .n bC 1.9Jr'1 State of Maryland City of Baltimore THOMAS E.HUIBREGTSE,Assistant Secretary On this 281h day of My before me, the undersigned officer,personally appeared John F. Phinney and Thomas E.Huibregtse,who aekiiawledged themselves to be the Vice President and Assistant Secretary,respectively,of Seaboard Surety Company,-St.PatlLFirr and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.;and that the seals affixed to the foregoing instrument are the corporate seals of said Companies;and that they,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. b In Witness Whereof,I hereunto set my hand and official seal. y pUrAC My Commission expires the 13th day of July,2002. !'4b �O REBECCA FASLEY-ONOKALA,Notary Public HE CiTy 8.6203 Rev.7-2000 Printed in U.S.A. This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company, St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.on September 2, 1998,which resolutions are now in full force and effect,reading as follows: RESOLVED,that in connection with the fidelity and surety insurance business of the Company,all bonds,undertakings,contracts and other instruments relating to said business may be signed,executed,and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s)of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman,or the President,or any Vice President,or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and subject to any limitations set forth therein,any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company,and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached;and RESOLVED FURTHER,that Attomey(s)-in-Fact shall have the power and authority,and,in any case,subject to the terms and limitations of the Power of Attorney issued them,to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings,and other writings obligatory in the nature thereof,and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I,Thomas E.Huibregtse,Assistant Secretary of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company, St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I hereunto set my hand this day of �OSU�ry ��WtwiE eo\,M INy�� ;p•11N3Yq,�t 4����eyu.,.�� �,,�,�,,• ///�\///��� � �: 'n S87CLi• �, 1896 � 1977 '19.x1 Thomas E.Hurbregtse,Assistant Secretary To verify the authenticity of this Power of Attorney,call I-800-421-3880 and ask for the ,of At1gi9sey clerk. Please refer to the Power of Attorney number, the above-named individuals and the details of the bond to which the power is attached. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor, Peachtree Construction certifies that it provides worker's compensation insurance coverage for all of its employees employed on City of Fort Worth project HMAC Surface Overlay 2001-7 at Various Locations project number, GS93-020930522220. By: l�[o..-- BARRY CLARK - ,PROM - '� �21� c� " Date STATE OF TEXAS COUNTY OF TARRANT 3 BEFORE ME, the undersigned authority, on this day personally appeared J.mmy am known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of PEACHTREE CONSTRUCTION for the purposes and considerations therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this — 1 day of 20 ! CHERYL A.HOHENBERGER V MY COMMISSION EXPIRES i,y zooa Notary Public in and for the State of Texas (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 i 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 Insurance Fort Worth ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 4021 Hwy 377 South Fort Worth, Tx 76116 INSURERS AFFORDING COVERAGE INSURED Peachtree Construction, Ltd. INSURER ZURICH COMMERCIAL INSURANCE P.o. Box 821198 INSURER AMERICAN INTERNATIONAL GROUP Fort Worth, TX 76182-1198 INSURER INSURER D 817-498-5470 Fax: 800-880-0568 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 TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE MMIDD/YY DATE MM/DD/YY GENERAL LIABILITY CON98705453 05/12/2001 05/12/2002 EACH OCCURRENCE_ $ _ 11000,000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) $ 300,000 CLAIMS MADE a OCCUR MED EXP(Any one person) $ 10,000 A X Per Project Aggr. PERSONAL&ADV INJURY $ 11000,000 GENERAL AGGREGATE $ 2,000,000 1 GEN L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOP AGG $ 2,000,000 POLICY X jECT LOC AUTOMOBILE LIABILITY CON98705495 05/12/2001 05/12/2002 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 11000,000 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 BE8714732 05/12/2001 05/12/2002 EACH OCCURRENCE $ 4,000,000 X OCCUR ❑ CLAIMS MADE AGGREGATE $ 4,000,000 B $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND TC250536623 05/12/2001 05/12/2002 X ORY L M TS ER A EMPLOYERS'LIABILITY E L EACH ACCIDENT $ 1,000,000 E DISEASE-EA EMPLOYEE $ 1,000,000 E L DISEASE-POLICY LIMIT I $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Project: HMAC Surface Overlay 2000-7 at Various Locations Project No. : GS93-020930522220 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 Throckmorton Street OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. Fort Worth, TX 76102 AUTHORIZED REPRESENT ACORD 25-S(7/97) FAX: (817)871-8092 "/��Gpy`j ©ACORD CORPORATION 1988 CERTIFICATE OF INSURANCE STANDARD FORM BY INSURER # d d d d d ! r 1 I ` -5 " �h -'-- P1.(S 208 (BLUE) FOATBY A+� PMS 167 (COPPER) O N STREET MA I NTENANGE PROGRAM f�! Lf l CONTRACTOR S NAME cn TELEPHONE NUMBER T PROJECT DESIGNATION S I GN I I r i o LELip EGEND F H.M:A.C. REHADILITATION II is 14 WEDGEMILLhgG z (RECYCLE /OVERLAY ONLY ) 0 i BUTT JOINT STREET DEG1N OR ENO POINT. REGARDLESS OF cr THE INTERSECTING z STREETS ANGLE. o z NOTE: BUTT JOINT-1 NOT REOUIRED WITH , x REMIXING PROC[SS, D- I TYPICAL ncvlsco, LAYOUT FOR RECYCLING ACTIVITE3 R[V.H*, OAT[: I 1990 UNLESS NOTED OTHERWISE IN STREET SCNEOULE' jr— NOTE '(I)AN ATTEMPT HAS DEEN MADE TO DETAIL AS MANY STD.FIELD SITUATIONS AS POSSIBLE HOWEVER, THE CONTRACTOR MIGHT HAVE TO OVERLAP PARTS OF LEGEND THESE DETAILS TO CONFICURE A LAYOUT THAT BEST APWES TO A PARTICULAR SITUATION, H.M.A.C. REHABILITATION (2) DUTT JOINTI NOT PEOVIDED WITH 1 If 11 'E WEDOEMILLING REMIxINC rnocess. (RECYCLE/ OVERLAY ONLY BUTT JOINT _ ).tED1AN 1,aEDiAN 1 1 f STREET BEGIN OR ' ENO POINT tI D-2 I REVISED: i If(V."# OArc: TYPICAL 1 1990 LAYOUT FOR RECYCLING ACTIVITIES FOR BLVD. SECTION UNLESS NOTED OTHERWISE IN STREET SCHEDULE t ' HOTE': IF EITHEl1 RADIUS DOES HOT HAVE AN ISLAND. IT WILL BE TREATED L Eti E N D AS INDICATED QY APPLICADLE DETAIL . H.M.A.C.REHABILITATION Q IID 0t II WEOGEMILLING , (RECYCLE/OVERLAY fl ONLY 1 BUTT JOINT BTREET BEGIN OR ENb POINT REGARDLESS OF THE INTERSECTING STREETS ANGLE. NOTE :MALL RIGHT TURN STOUICE LANES SHALL ME CONSIDERED AS PART OF CONTRACT. (2) BUTT JOINTS NOT REOUIRED WITH RERMHO PROCESS. n- ] • REVISED' RCY,rt DA1(� TYPICAL 1 1990 LAYOUT I<OR RECYCLING ACTIVITES UNLESS NOTED OTIIERW19E IN 3TItEET SCHEDULE. LEGEND x ! H.M.A.C.REHAD ILITATION 1 tl 11 1 WEDGEMILLING (RECYCLE /OVERLAY ONLY.) NOTE aI)If ANY COMDINAtION OFISLANDS AND RIGHT TURN LANES ARE ABSENT TURN RADIUS SHALL RE TRCATED AS STANDARD, BUTT JOINT SHALL DE SQUARED OFF,IF NEEDED AS A RESULT OF EXISTING CONC. VALLEY BUTTER. D-4 (2) DUTT JOINTS NOT RCOUIRCO WIT11 REMIXING PROCESS, rtf VISE D: O}*` TYPICAL 1 LAYOUT FOR RECYCLING ACTtVIT(E3 WHEN INTERSECTING STREETS ARE RECYCLED SIMULTANEOUSLY UNLESS NOTEO OTHERWISE IN STREET SCHEDULE MANHOLE WATER VALVE 1/L W TYP 4.0' MH Z.0' yiy 8 - 04 BARS TYP. PRLACED MIN 3" FLOW SURFACE ' YP. UA G/ O PVMT r : PVMT BASE � i':'� BASE E GRADE RINGS AND RAM�NECK L CONCRETE COLLAR HEIGHT VARIES 1. ALL CONCRETE USED SHALL BE 300 0 PSI. Z. CONCRETE COLLAR SHALL EXTEND TO THE BOTTOM OF BASE 3. CONCRETE COLLAR SHALL BE: a) 4' x 4' for MANHOLE b) Z' x Z' fo: WATER VALVE. CONCRETE COLLAR f o: MANHOLE and,WATER VALVE NTS February 1993