Loading...
HomeMy WebLinkAboutContract 34871 so CITY SECRETARY 1 CITY SECRETARY CONTRACT NO. 1 SPECIFICATIONS D.O.E. FILE AND CONTRA( TOP'14 RONDINR3 CO, 'fir ��� F ���Y CONTRACT DOCUMENTS C0Sl is, .. CLIENT tXPAP."try-�: Nl FOR ARBORLAWN DRIVE .. FROM BRYANT IRVIN ROAD TO INTERNATIONAL PLAZA AND y BELLAIRE DRIVE FROM ARBORLAWN DRIVE EAST TO EXISTING SOUTH BELLAIRE DRIVE ADDENDUM 3 City of Fort Worth, Texas + D.O.E.NO. 5103 T/PW NO.C115-020115-023231 — December 2006 MIKE MONCRIEF s •• MAYOR j T �• . �. .. g33T •,.4,oi CHARLES R. BOSWELL I ••.11ttt5E9:-' CITY MANAGER A.DOUGLAS RADEMAKER,P.E., l - DIRECTOR DEPARTMENT OF ENGINEERING _ ROBERT D. GOODE,P.E. DIRECTOR, TRANSPORTATION&PUBLIC WORKS DEPARTMENT — PREPARED BY: HUTTT-ZOLLARS,INC. 500 W. 7h Street, Suite 300 Fort Worth, Texas 76102 ., 817-335-3000 HZ Project Number 03-0630-03 ttYlr WORTIJ WW1W,11CFWN*tlt0M -Rome I Council Agenda f M&C I Employee Directory Print M&C COUNCIL ACTION: Approved on 1/30/2007 DATE: 1/30/2007 REFERENCE NO.: C-21953 LOG NAME: 30ARBORLAWN CODE: C TYPE: NON-CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of Contract with Austin Bridge and Road, LP, for Drainage and Paving Improvements to Portions of Arborlawn Drive and Bellaire Drive RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Austin Bridge and Road, LP, in the amount of$1,684,279.00 for drainage and paving improvements to portions of Arborlawn Drive (Bryant Irvin Road to International Plaza) and Bellaire Drive (Arborlawn Drive to South Bellaire Drive). DISCUSSION: As part of the Southwest Parkway, the City of Fort Worth is to provide two major arterial connectors that will serve as interchanges with the Southwest Parkway. Major arterial connectors accounted for$17,500,000 of the $49,500,000 in the 2004 CIP funding for the Southwest Parkway project. Additionally, as part of the City's Infrastructure Development Agreement (M&C C-20685, City Secretary Contract 31709) with Edwards- Geren, Ltd, the City is required to provide certain arterial improvements in and adjacent to Tax Increment Finance District No. 11. To that end, the City has been working closely with the Texas Department of Transportation, the North Texas Tollway Authority (NTTA) and Edwards-Geren, Ltd. (EGL) to develop plans and specifications for the construction of Arborlawn Drive from International Plaza to Bryant Irvin Road and Bellaire Drive from its existing terminus to Arborlawn Drive. This construction contract is the third and last contract to complete this work. The City and the NTTA have agreed that the Arborlawn Bridge and associated connections to Arborlawn Drive be made as part of the design and construction of the Southwest Parkway project. Staff is currently negotiating the cost sharing of this work and will have this agreement included as part of the final funding agreement to be considered by the City Council for approval later this year. The Arborlawn Drive and Bellaire Drive project will serve as the east-west arterial connection, which includes portions of the original Bellaire Drive alignment approved in the 1998 Capital Improvement Program (CIP). As such, the project funding to support this contract includes funding from the 1998 CIP funding for Bellaire Drive and the 2004 CIP for Southwest Parkway. The project was advertised for bid in the Commercial Recorder on October 26 and November 2, 2006. On January 4, 2007, the following bids were received: Bidders Amount Time of Completion Austin Bridge and Road, LP $1,684,279.00 140 Working Days Gilco Contracting, Inc. $1,710,943.20 L.H. Lacy Company, Ltd. $1,735,389.25 Ed Bell Construction Company $1,818,000.00 JLB Contracting, LP $1,856,634.49 Jackson Construction, Ltd. $1,997,024.10 Mario Sinacola & Sons Excavation, Inc. $2,000,211.85 This project is located in COUNCIL DISTRICT 3, Mapsco 89 A and B. Austin Bridge and Road, LP, is in compliance with the City's M/WBE Ordinance by committing to 24 percent. The City's goal on this project is 23 percent. In addition to the contract cost, $105,750 is required for inspection, survey, material testing and other construction related costs and $50,528 is required for project contingencies FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements Fund and the SH121T Southwest Parkway Fund. TO Fund/Account/Centers FROM Fund/Account/Centers C115 541200 030115023231 $1,000,000.00 C221 541200 303230000583 $684,279.00 Submitted for City Manager's Office by: Marc A. Ott (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: Liam Conlon (6824) ATTACHMENTS CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 1 to the Specifications&Contract Documents For PAVING&DRAINAGE ON ARBORLAWN DRM FROM BRYANT IRVIN ROAD TO DMRNATIONAL PLAZA send BELLA=DRIVE FROM ARBORLAWN DRIVE EAST TO EXISTING SOUTH BELLAIRE DRIVE. TPW PROTECT NO.: C115-020115-23231 DOE NO.5103 Bid submittal Due Date: December 14,2006 Addendum No. 1 Issued: November 28,2006 Prospective Bidders arc hereby notified of the following: 1. Bid Opening Date has been changed from November 30th,2006 to December 14'x1 2006. This Addendum No, l forms part of the Specifications&Contract Documents for the above referenced Project and modifies the original Specifications&Contract Documents of the same. Acknowledge your receipt of this Addendum No. 1 by completing the requested information at the following locations: 1. In the space provided below 2. Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED&ACKNOWLEDGED ADDENDUM NO.1" Failure to acknowledge the receipt of this Addendum No. l could cause the subject bidder to be considered"NONRESPONSIVE",resulting in disqualification. ADDENDUM NO. 1 ACKNOWLEDGEMENT: By: y''� c�`•�—Q` "`-�-- A.Douglas Rademaker,P.E. Title: *b-' �i �sr. .-ter;--� Director,Dept.of Engineering Address:Austin Bridge & Road, LP _ 6330 Commerce 11r ,Cuite 150 By:Ifi-�' Telepl*Wvi-;-;-e,. `1'ed-&s7aEJ Rick Trice,P.E. Assistant Director Addendum No. l Page 1 of 1 I I i-ywmwa ped GWWA=6d�uw 340wn'M"=Y mum"0wLXaw4%3 h1¢U"M&Sd inn t 1-Q&&C 7 C:( I 1'1li p Z00@j Xd3 fib 83 9002/8Z/TT 12/14/2006 09:12 FAX 61002 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM N0.2 to the Specifications&Contract Documents for PAYING&DRAINAGE ON ARBORLAWN DRIVE FROM BRYANT TRV IN ROAD TO INTERNATIONAL PLAZA and BELLAHW DRIVE FROM ARBORLAWN DRIVE EAST TO EXISTING SOUTH BEI.,LAIRE DRIVE TPW PROJECT NO.: C115-020 115-23231 DOE NO.5103 Bid submittal Due Date: January 4,2007 Addendum No.2Issued: December 11.2006 Prospective Bidders are hereby notified of the following: 1. Bid Opening Date has been changed:From December 14'x',2006 to January 4'h,2007. This Addendum No.2 forms part of the Specifications&Contract Documents for the above referenced Project and modifies the original Specifications&Contract Documents of the same_ Acknowledge your receipt of this Addendum No.2 by completing the requested information at the following locations: 1. In the space provided below 2. Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED&ACKNOWLEDGED ADDENDUM NO.2" Failure to acknowledge the receipt of this Addendum No.2 could cause the subject bidder to be considered"NONRESPONSTVE",resulting in disqualification. ADDENDUM NO.2 ACKNOWLEDGEMENT; By: /' ! —Q� -Q A.Douglas Rademaker,P.E. Title: Dire t.of Engineering Address: Austin Bi-id .e & Read LP Suite 150 y' Telephone:I Rick"Price, .E. s Assistant Director Addendum No.2 Page 1 of 1 12/11/2006 1:")fMQQ003%Ad&Md=#2 1241- ADC _12/29/2006 14:18 FAX — _ - X002 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 3 to the Specifications&Contract Documents for PAVING&DRAINAGE ON ARBORLAWN DRIVE FROM BRYAN'T IRVIN ROAD TO YNTERNATIONAL PLAZA and BELLAIRE DRIVE FROM ARBORLAWN DRIVE EAST TO EXISTING SOUTH BELLAIRE DRIVE TPW PROJECT NO.: C115-020115-23231 TOE NO. 5103 Bid submittal Due Date: January 4,2007 Addendum No.3 Issued: December 26,2006 Prospective Bidders are hereby notified of the following: 1. The following general items have been added/altcred,resulting in the issuance of the Plans and Specifications in items 2 and 3 of this addendum. a. Unit 3—Landscape Improvements is no longer included in this contract. This includes street lights, landscaping, sone sidewalks,and irrigation. b. The temporary asphalt road is no longer included in this contract. Arborlawn is to be discontinued at SII 121 Right-of-Way Interchange. -- c. Sleeves for the future irrigation,street lights and signal lights are now included in this contract. d. Concrete traffic barriers,type 3 barricades,road closure sibmage and minor grading at the intersection of SH 121 and Arborlawn are now included in this contract. 2. The following Plan Sheets are to be replaced: a. Cover Shect b. Shects P-U1 through P-14 3. The Specifications and Contract Documents are to be replaced 4. The following questions have been asked,with responses in bold: a. It Appears that there should be a Unit Ili Landscaping Package. The line item is there for a subtotal in the Bid Summary,But there are no bid items in the proposal. Please Clarify, The Unit III Landscaping Package is no longer included in this contract. b. There is no sod or seed item for permanent erosion control. Item 21 in the revised Proposal has been revised to include seeding. c. i don't understand the Prccast Concrete Barrier item.The plans start on sheet P-04 appearing to delineate three rows of barrier 1 for westbound traffic and 2 for castbotmd going into transition.Page P-05 appears to only delineate 2 rows of barrier, h each. direction.It is then difficult to tell how the rail transitions for the undivided asphalt roadway sage ent for sheets P-05 and P-06.Then it looks like we go back to two rows on Sheet P-07.I don't understand why we:would need two rows of barriers on the asphalt - section,as we are only separating eastbound and westbound traffic from each other. This should no longer be an issue after the removal of the temporary road from the contract. d. Also,with the barriers,what about the Soft End Treatments for these barriers.Each blunt end of the barrier exposed to oncoming traffic would need to have an attenuator or other Adde»dum No, 3 Page 1 of 2 12/22/2006 C:1Dwwx"u and ScWu0%pwbnl\o=1 Senings\TmWw.xy Imenael F7wWI,K413CAW1LkRWwn n3 12-22-06.&+ 12/29/2006 14:19 FAX 10003 safety end treatment for that blunt end.These are not discussed anywhere,yet we are bidding on a lump sum item.This should no longer be an issue after the removal of the temporary road from the contract. e. Was the excavation performed to allow for the over-excavation necessary for a track line for a slipform paver?Typically,we would need 3-5 feet behind the back of the curb for this.No -, f. Is there enough topsoil stockpiled onsite for the 4,000 cy of topsoil required for this project,or will we have to import that material from elsewhere?For the purposes of this bid, assume that there is not and that it will have to be imported. Also,note that the required topsoil quantity has been modified in the revised proposal. g. Clarify 140 calendar days. This is still considered u reasonable amount of time. h. Is the SWPPP still adequate? Yes i. Bid Proposal 43 -measurement? This approximate quantity has been updated in the Revised Proposal form to match the plans. 5. Revised plans and specifications are en route to those plan holders that provided a street address. All other plan holders(those with PO Box addresses)can retrieve the revised pians and specifications from the Engineering Department,City of Fort Worth, 1000 Throckmorton Street. a This Addendum No. 3 forms part of the Specifications&Contract Documents for the above referenced Project and modifies the original Specifications&Contract Documents of the same. Acknowledge your receipt of this Addendum No. 3 by completing the requested information at the following locations: 1. In the space provided below ?. Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED&ACKNOWLEDGED ADDENDUM NO.3" Failure to acknowledge the receipt of this Addendum No. 3 could cause the subject bidder to be considered"NONRESPONSIVE",resulting in disqualification. ADDENDUM NO. 3 ACKNOWLEDGEMENT: By: � A.Douglas Rademaker,P.E. Title; ZF r, Director,Dept_of Engin Lerrg� —Austin Bridge & Ruud, LP 7�� "mer Suite 150 By: TS Telephone- 3 o ` Tony Sholola,P.E. Irving, 7 exas 'ibubd Engineering Manager (2 H) t-,%- 7300 Addendum No, 3 Page 2 of 2 12/22/2006 CADooum-,ss Miks\0LK4 K.AVdi&cdum t3 1:.72-Oakum SPECIFICATIONS AND CONTRACT DOCUMENTS FOR ARBORLAWN DRIVE FROM BRYANT IRVIN ROAD TO INTERNATIONAL PLAZA AND BELLAIRE DRIVE FROM ARBORLAWN DRIVE EAST TO EXISTING SOUTH BELLAIRE DRIVE ADDENDUM 3 City of Fort Worth, Texas D.O.E.NO. 5103 T/PW NO.C115-020115-023231 December 2006 . � � MIKE MONCRIEF MAYOR 0.fGREV i=:.• 633T7 CHARLESR. BWELL CITY MANAGER A.DOUGLAS RADEMAKER,P.E., DIRECTOR DEPARTMENT OF ENGINEERING ROBERT D. GOODE,P.E. DIRECTOR, TRANSPORTATION &PUBLIC WORKS DEPARTMENT PREPARED BY: HUITT-ZOLLARS, INC. 500 W. 7t' Street, Suite 300 Fort Worth,Texas 76102 817-335-3000 HZ Project Number 03-0630-03 TABLE OF CONTENTS 1. Part A-Notice to Bidders As 2. Comprehensive Notice to Bidders 3. Special Instructions to Bidders 4. Fort Worth M/WBE Policy 5. Part B—Proposal 6. Special Provisions—Street and Storm Water 7. Wage Rates 8. Vendor Compliance to State Law 9. Certificates of Insurance—(1)City of Fort Worth 10. Contractor Compliance with Worker's Compensation Law 11. Performance Bond 12. Payment Bond 13. Maintenance Bond 14. City of Fort Worth Contract 15. Project Designation Sign 16. Storm Water Pollution Prevention Plan 17. Construction Details ADDENDUM 3 1 R NOTICE TO BIDDERS Sealed proposals for the following: ARBORLAWN DRIVE/BELLAIRE DRIVE Paving and Drainage Improvements DOE PROTECT NO.5103 T/PW NO.C115-020115-023231 Included in the above will be all other items of construction as outlined in the Plans and Specifications. Addressed to Mr.Charles R.Boswell,City Manager of the City of Fort Worth,Texas will be received at the Purchasing Office until 1:30 P.M.,January 4,2007, and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. Contract Documents, including plans and specifications for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. Documents may be purchased on a non-refundable basis for sixty dollars ($60.00)per set. Plans and specifications will be available for pick up after 2:00 PM,Tuesday,October 31,2006. PAVING IMPROVEMENTS: 31,960 S.Y. 8-Inch Reinforced Concrete Pavement 9,260 L.F. 6-Inch Integral Curb DRAINAGE IMPROVEMENTS: 240 L.F. 8'X3' Reinforced Concrete Box Culvert 600 L.F. 5'X3' Reinforced Concrete Box Culvert 1215 L.F.30"RCP 10 EA. Standard 10' Curb Inlets 6 EA 6'X6' Storm Drain Manholes For additional information concerning this project, please call Liam Conlon,Project Manager, City of Fort - Worth(817)392-6824 or Thomas Green,P.E.,Huitt-Zollars,Inc.at(817)335-3000. Advertising Dates: October 26,2006 November 2,2006 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: Paving and Drainage Improvements for Arborlawn Drive from Bryant Irvin Road to International Plaza and Bellaire Drive from Arborlawn Drive East to Existing South Bellaire Drive DOE Project No.5103 T/PW NO. C115-020115-023231 Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 P.M.,January 4, 2007, and then publicly opened and read aloud at 2:00 P.M.in the Council Chambers. Contract Documents,including plans and specifications 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 set of plans and documents will be provided for a non-refundable fee of sixty dollars ($60.00)each. All bidders will be required to comply with Provisions 5159a of"Vernon's Annotated Civil Statutes"of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278,as amended by City Ordinance No.7400,prohibiting discrimination in employment practices. Bid security is required in accordance with Paragraph 2 of the Special histructions to Bidders. The major work will consist of the following: PAVING RAPROVEMENTS: 31,960 S.Y. 8-Inch Reinforced Concrete Pavement 9,260 L.F. 6-Inch Integral Curb DRAINAGE IMPROVEMENTS: 240 L.F. 8'X3' Reinforced Concrete Box Culvert 600 L.F.5'X3' Reinforced Concrete Box Culvert 1215 L.F.30"RCP r 10 EA. Standard 10' Curb Inlets 6 EA 6'X6' Storm Drain Manholes _ Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. The number of calendar days is as follows: 140 calendar days. Prospective bidders are hereby advised that the City has not acquired all necessary easements for the construction of this project.It is anticipated that all the necessary easements will have been acquired by the start of construction. No compensation shall be provided for delays if lack of executed easement(s) cause work stoppage and the contractor shall honor his unit bid prices for the project. 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 ninety (90) days from the date the MIWBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("Documentation') as appropriate, is received by the City. The award of contract, if made, will be within ninety (90) days after this document is received,but in no case will the award be made until all the responsibility of the bidder to whom it is proposed to award the contract has been verified. ADDENDUM 3 CNTB (1) R SUBMISSION OF BIDS:The City reserves the right to award the contract to the responsive low bidder. 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 of the addenda by initialing the appropriate spaces on the PROPOSAL form. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at(817)871-7910. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete specifications book or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time line stated below or the bidder may request a copy of said forms form the City Project Manager named in this solicitation. In accord with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBEJWBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTIIdZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with documentation") and/or the JOINT VENTURE FORM as appropriate. The documentation must be received by the managing department no later than 5:00 p.m.,five(5)City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. The Managing Department for this project is the Department of Engineering. For additional information of this project, please contact Mr. Liam Conlon, City Project Manager (817) 392- 6824 or Mr.Thomas Green P.E.,Huitt-Zollars,hic.(817)335-3000. Charles R.Boswell City Manager Marty Hendrix City Secretary c� A.Douglas Rademaker,P.E.,Director _ Department of Engineering Y By: -on S�a Tony Sholola,P.E. Engineering Manager ADVERTISING DATES: October 26,2006 November 2,2006 Fort Worth,Texas ADDENDUM 3 CNTB (2)R SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 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, the name of the surety shall be included on the current U.S. Treasury list and the amount of the bond shall not exceed the amount shown on the U.S. Treasury list for that company. 2. PAYMENT BOND AND PERFORMANCE BOND: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. In this connection, the successful bidder shall be required to furnish a performance bond as well as a payment bond, both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Article 5160 of the Revised Civil Statutes of Texas, as amended. In order for a surety to be acceptable to the City, the name of the surety shall be included on the current U.S. Treasury list (Circular 570) of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the contractor and surety company. 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 to be awarded is less than $100,000, the performance and payment bonds are not required if the successful bidder states in its bid that payment is not due until the work is completed and is accepted by the City. Provided, however, that this paragraph does not effect the furnishing of a maintenance bond, if same is required by the specifications. It is presumed that the successful bidder agrees to provide performance and payment bonds unless the bidder, on the bid proposal, states otherwise." 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. ADDENDUM 3 SIB-1 R 5. EMPLOYMENT: 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 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 - $250,000 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. Insurance certificates are required to provide for a minimum thirty (30)days cancellation notice to the City. 9. NONRESIDENT BIDDERS: Pursuant to Article 6018, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident 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 nonresident bidders in order for your bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. ADDENDUM 3 SIB-2 R 10. MINORITY BUSINESS ENTERPRISE/WOMEN BUSINESS ENTERPRISE: The City of Fort Worth has goals for the participation of MINORITY BUSINESS ENTERPRISE/WOMEN BUSINESS ENTERPRISE (MBE/WBE) in City contracts. In order for a bid to be considered responsive, the compliance statement, Attachments "1 A", "1 B", and/or "'IC", contained in the proposal must be completed and submitted to the bid contracting officer no later than 5:00 p.m., three (3) business days after the bid opening date. FAILURE TO DO SO SHALL RESULT IN THE PROPOSAL BEING NOW RESPONSIVE." 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 formalities. No bid may be withdrawn until the expiration of forty-nine (49) days from the date bids are opened. The award of contract, if made, will be within forty-nine (49) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the contract. 12. PAYMENT: The Contractor will receive full payment from the City for all work. If the amount of the contract to be awarded is $100,000 or less, and the Contractor does not provide both a payment bond and a performance bond complying with the terms of Paragraph 2 above (SI-1) and Article 5160 of the Revised Civil Statutes of Texas, the contract amount shall be paid in one (1) lump sum upon the completion of the work and the acceptance of the work by the City. 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 do 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: Certification of coverage ("Certificate"). A copy of a certificate of insurance, a certificate of authority to self-inure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation 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 work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. ADDENDUM 3 SIB-3 R Persons providing services on the project ("Subcontractor" in §406.096)- includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. b. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meet 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 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 al 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, of any change that materially affects the provision of coverage of any person providing services on the project. ADDENDUM 3 SIB-4 R 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. L The Contractor shall contractually require each person with whom it contracts to provide services on a project,to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor code, Section 401.011(44) for all its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person 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) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in writing by certified mail or personal delivery, within ten(10) days after the person knew or should have know, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts,to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. j. By signing this contract or providing or causing to be provided a certificate ADDENDUM 3 SIB-5 R of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's 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 which entities the governmental entity to declare the contract void if 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 Workers Compensation Act or other Texas Workers Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text,without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing service related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Call the Texas Workers Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employers 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, ADDENDUM 3 SIB-6 R members, agents, or employees, will engage in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, or employees, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless the specified maximum age limit is based 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. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. Revised October, 1995 ADDENDUM 3 SIB-7 R FOR-r ORT>t--i �- City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY s # t Lata"JO I vattte the E ti'a i9 5,0©(i or mores I y SSE goat rs applicable °� <, '�eto�a�dcrttarr�a�u��oftjie�r� �`�s�i;�sstFran:$2��f100;thewMN�BE oat��sappliicatiCe . r:� ._ �] POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises(M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's MBE/WBE goal on this project is g:/] ✓ %of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal,or 2. Good Faith Effort documentation,or; 3. Waiver documentation,or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department,within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. }` stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no MAWE participation: opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date,exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. AII.UR�T4 COMPLY WtT#-t TH C#7Y'S ' hfB QRD!#VA#VCE1f1f1LL RESt1LT 11�F TH>"BtD BEING CONS FRED Any questions,please contact the M/WBE Office at(817)392-6104. l ATTACHMENT iA Page 1 of 4 City of Fort Worth ,., Subcontractors/Suppliers Utilization Form lPREME COMPANY NAME: Check applicable block to describe prime PROJECT'NAME: MNV/DBE I I NON-WW/DBE BED DATE City's M/WBE Project Goal: Prime's M/WBE Project Utilisation: PROJECT'NUMBER % % Identify all subcontractors/suppliers you will use on this project M/WBEs listed toward meeting the project goal must be located in the nine(9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant,Parker,Johnson,Collin,Dallas, Denton,Ellis,Kaufman and Rockwall counties. ALL M/WB&MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, looted or doing business at the time of bid opening within the Marketplace, that have been rl� determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency(NCTRCA),or the Texas Department of Transportation(TX DO'I),highway division. Disadvantaged Business Enterprise(DBE)is synonymous with Mmority/Women Business Enterprise(M/WBE). A] 1] ILI .LI '41 Rev.5/30/03 ATTACHMENT IA ` Page 2 of 4 Primes are required to identify ALL subconoactors/sWfiers,regardless of status;Le,Minority,Women and tion-M/WBEs. Please list M/WBE forms first,use additional sheets if necessary. Certification (chedc oma) SUBCONTRACTORISUPPLIER T Company Name i N T Detail Detail Address I M yy C X Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D 1 E E R O C T A T� r� All A I A IRev.5/30/03 ATTACHMENT IA j - Page 3 of 4 Primes are required to identify AU mkoontractors/sappliers,regardless of stats;i.e.,Minority,Womw and non-M/WBEs. Please list Mf"E faros first,use additional sheets if necessary. Certification �� one) SU13CONTRACTORISUPPUER T Company Name 1 N T Detail Detail Address I M yy C X Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r g B T D 11 Um E R O p� .f E C T A r� �1 � l a � x' l t'; Rev.5/30/03 ATTACHMENT 1A M Page 4 of Total Dollar Amount of M/WBE Subcontractors/Suppliers $ .� Total Dollar Amount of Non-MIWBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ r By affixing a signature to this form,the Offeror fin-ther agrees to provide,directly to the City upon request,complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books,records and files held by their company. The bidder agrees to allow the transmission of interviews with owners,principals,officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s)on this contract,by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three(3)years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one(1)year. Auawnt od Signalune Printed sWwftm Ila Conrail Nsoe(M(if difiCrenc) Comps"Now Telephone and/or Paz Address Uma0 Address City/Bbka* Date Rev.5/30/03 ATTACHMENT 113 Page 1 of 1 _ 2 City of Fort Worth Prime Contractor Waiver Form PRIM COMPANY NAME: Check applicable block to describe prime PROJECT NAME: *W/DBE I NON-MV/DBE BID DATE 1 QWs M/WBE Projed Goal: PROJECT NUMBER rll�( % 1PP, If both answers to this form are YES, o�complete ATTACFDAENT 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 ATTAC DAENT IC This form is only applicable ifs answers are yes. i NUI you perform this entire contract without subcontractors? YES +r Ifyes,please provide a detailed explanation that proves based on the size and scope of this project,this is NO your normal business practice and provide an operational profile of your business. Nil you perform this entire contract without suppliers? YES If yes,please provide a detailed explanation that proves based on the size and scope of this project,this is your normal business practice and provide an inventory profile of your business NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MNWBE(s) on this contract, the payment therefore and any proposed changes to the original MIWBE(s)arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MNVBEs on this contract,by an authorized officer or employee of the City.Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three(3)years and for initiating action under Federal,State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of less than one(1)year. Authorized St aab= Panted St aftart Title Co»tact Name(if different) Company Name Phone Number Fax Number Address Email Address gyp Date Rev.5/30/03 041 ATTACHMENT 1C Page 1 of 3 City of Fort Worth Good Faith Effort Form ], PREM COMPANY NAME: Check applicable block to describe prime PROJECr NAME: MAV/DBE NON-M/W/DBE a RID DATE City's M/R'BE Project Goal: PROJECT NUMBER r If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the ..`� documentation required by the City. Compliance with each item, 1 thru 6 below,shall satisfy the Good U Faith Effort requirement absent proof of fraud,intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. 1.) Please list each and every subcontracting and/or supplier opportunity) for the completion of this project,regardless of whether it is to be provided by a M/WBE or non-MMBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects,list each subcontracting and or supplier opportunity through the 2 tier. (Use additional sheets,if necessary) List of Subcontracting Opportunities List of Supplier Opportunities J� ,i Rev.05/30/03 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current(not more than three(3)months old from the bid open date)list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. Yes Date of Listing No 3) Did you solicit bids from NLI"E 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 yea,attach MIWBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed,at least ten calendar days prior to bid opening by telephone,exclusive of the day the bids are opened? Yes (If yes,attach list to include name of M/WBE firm,person contacted,phone number and date and time of contact) No ZI ed,10 L:"010 W0. 1 or pUt;61ay 1141 h 11 4lSCC��QF�d�ki:.��il -16 Gie d e istrr � 1 Cnl1y rt *ry' efr�4 �k'+ I71Q 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? Yes No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit,include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes,the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. lease use additional sheets,i recess and attach Company Name Telephon Contact Person Scope of Work Reason for e Rejection Rev.05/30/03 ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes-to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one(1)year. The undersigned certifies that the information provided and the M/WBE(s) listed wastwere 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. Authorized Signature Printed Signature Title Contact Name and Title(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date t Rev.05130/03 ` VOR WORTH City of Fort Worth J1 Minority and Women Business Enterprise Speci-Iifati"s I SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY N the total dollar value of the contract Is$25,000 or more,the MIWBE goal Is applicable. If the total dollar value of the contract is less than$25,000,the MANBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. MMBE PROJECT GOALS The City's M1WBE goal on this project is oa 3 %of the total bid (Base bid applies to Parks and Community Services). i COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated MlWBE goal,or 2. Good Faith Effort documentation,or; 3. Waiver documentation,or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MWBE documentation in person to the appropriate employee of the managing department and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed copy will not be accepted. 1. Subcontractor Utilization Form,if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form,if participation is less than opening date, exclusive of the bid opening date. �* statedgoal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no MANBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint received by 5:00 p.m., five (5) City business days after the bid venture to met or exceed goal. 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 - 1teV.1t'(11(0, Any questions, please contact the M/WBE Office at(817) 392-6104. r • ATTACHMENT 1A Page 1 of 5 FORT WORTH City of Fort Worth J1 -1 Subcontractors/Suppliers Utilization h�o9��nP02:40 N PRIME COMPANY NAME: Check applicable block to describe prime Austin Bridge&Road PROJECT NAME: MM/DBE X NON-MM/DBE BID DATE Arborlawn Drive and Bellaire Drive January 4,2007 City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER - 5103 23% 24.48% - Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications MIWBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a dire payment from the prime contractor to a subcontractor is considered 1s"tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise(DBE)is synonymous with MinorityNVomen Business Enterprise(MN BE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/1NBE owner-operators, and receive full MJWBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev.5/30/03 + ATTACHMENT 1A Page 2 of 5 FORTWORTH 01 -10-07 P02.4u IN i .. Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e., Minority,Women and non-MNVBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N .. (check one) ° SUBCONTRACTORISUPPLIER T ° Company Name i N T Detail Detail Address I M W C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D E E R O B B C T E A Murray Construction Co. 1 X Install RCP and $309,312.00 515 N. Kealy Ave S Concrete Lewisville, Texas 75057 t Drainage 972 436-4566 Structures 972 219-0019 W.S. Construction 2 X Supply RCP for $211,500.00 6200 Seymour Highway " Storm Drainage Wichita Falls, Tx 76130 d 972 322-1970 972 322-2797 04574 Centex Seeding Inc. 1 X Install erosion $35,017.00 PO Box 2077 S Control devices Keller, Texas 76244 t and hydromulch 817 306-8510 seeding 817 306-8901 WFDB31088YO607 Stormwater Solutions 1 X Provide SWPPP $1820.00 422 E. IH 30, Suite C S and weekly Royse City, Texas 75189 t inspections 972 636-7717 972 636-7719 WFWB30094NO307 Crossroads, LP 1 X Barricades, $22,218.75 2809 N. Beach Street S Traffic control - Fort Worth, Texas 76111 t devices, 817 759-1199 pavement 817 759-1135 markings & Signs Rev.5/30/03 ATTACHMENT 1A Page 3 of 5 US Lime Company 1 X Lime slurry for $12,665.00 5429 LBJ Frwy,Suite 230 S subgrade Dallas, Texas 75240 t stabilization 972 991-8400 972 385-1340 1 ' 0-07 P02 :41 IN TXI 1 X Cement for $161,850.00 1341 W. Mockingbird Ln S subgrade and Dallas, Texas 75247 t for Batch Plant 972 647-3934 Concrete 972 647-6738 Eagle Aggregate 1 X Provide and $111,400.00 Transportation S trucking of stone 4401 N. IH 35, Suite 113 t for Batch Plant Denton, Texas 76207 Concrete 940 383-0096 940 383-0097 WFDB30284YO307 Barnsco 1 X Supply $60,363.00 PO Box 541087 S Reinforcing Dallas, Texas 75354 t steel and 214 352-9091 accessories 214 379-0341 Caprock Contractors 1 X Saw and Seal $17,502.00 2561 Merrell Road S Concrete Dallas, Texas 75229 t Pavement 214 353-9780 214 353-9232 Trinity Materials 1 X Sand for Batch $35,300.00 PO Box 373 S Plant concrete Ferris, Texas 75125 t 972 544-5900 972 544-5947 Sunset Transportation 2 x Provide trucking $43,500.00 PO Box 185058 " of sand for Fort Worth, Texas d Batch Plant 817 589-1475 Concrete 817 589-1528 WFDB30865YO507 Rev.5/30/03 .. FORTWORTH ATTACHMENT 1A Page 4 of 5 Primes are required to identify ALL subcontractors/suppliers, regardless of status•, i.e., Minority,Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N ' (check one) ° SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail Address eM w C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D VN E E R O B C T E A MR North Texas Trucking Inc 1 X Hauling of $9000.00 PO Box 542842 S Excavated Dirt, Dallas, Texas 75354 t Topsoil and Trash 214 904-0693 214 904-8089 HMDB3211 OY0907 01 -170-07 1 -}0-0'7 P02 4 }. 1 r, Rev.5/30/03 ATTACHMENT 1A O�RTH Page 5 of 5 FORTW� T 0 41 1 Total Dollar Amount of M/WBE Subcontractors/Suppliers 412,237.00 Total Dollar Amount of Non-MIWBE Subcontractors/Suppliers $ 619,210.75 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 1,031,447.75 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addidon. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor .� shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one(1)year. Mike Landen Authorized Signature Printed Signature Director of Estimating Troy Childers 1 Senior Estimator M Title Contact Nameffitle(if different) Austin Bridge & Road, LP 214 596-7300 12114 596-7395 Company Name Telephone and/or Fax 6330 Commerce Drive, Suite 150 tchilders@austin-ind,com Address E-mail Address Irving,Texas 75063 January 10, 2007 C44statemp Date Rev.5130103 PART B1 —PROPOSAL To: Mr.Charles R.Boswell City Manager City of Fort Worth PAVING AND DRAINAGE IMPROVEMENTS FOR ARBORLAWN DRIVE FROM BRYANT IRVIN TO INTERNATIONAL PLAZA AND BELLAIRE DRIVE EAST TO EXISTING SOUTH BELLAIRE DRIVE UNIT I: DRAINAGE IMPROVEMENTS UNIT II: PAVING IMPROVEMENTS DOE PROJECT NO. 5103 T/PW NO.C115-020115-023231 Pursuant to the foregoing "Notice to Bidders", the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, and the General Contract Documents and General Specifications for Water Department Projects, T/PW Standard Specifications for Street and Storm Drain Construction the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City,which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the Department of Engineering the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond,Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: n ARBORLAWN DRIVE FROM BRYANT IRVIN ROAD TO INTERNATIONAL PLAZA AND BELLAIRE DRIVE FROM ARBORLAWN DRIVE EAST TO EXISTING SOUTH BELLAIRE DRIVE UNIT 1: DRAINAGE IMPROVEMENTS Item Approx. Description of Items with Bid Prices Unit Price Total No. Quantity Written in Words Amount 1. 500 L.F. 42"ADS Pipe(All Depths); Per Linear Foot E/6-97-t Dollars and $ SO- 00 $ yo,000.00 /Vv Cents 2. 1 L.S. 42"Type B Headwall; Per Lump Sum -rWoTNDus.4ND TNREE#i(A10llars and n'o Cents $ 2300•oo $ Z30o.00 3. 87.6 CY. Grouted Rock Rubble Riprap; Per Cubic Yard aiV� RUA(08FO Dollars and No Cents $ Jvy• 00 $ $ 760. oo 4. 1,284 L.F. Prop. 24"CL III R.C.P. (All Depths); Per Linear Foot FoRTY FouR Dollars and ,4'40 Cents $ 5. 975 L.F. Prop. 30"CL III R.C.P. (All Depths); Per Linear Foot Fl r-ry otme Dollars and /Vo Cents $ 5-3-00 $S! 6. 836 L.F. Prop. 36" CL III R.C.P. (All Depths); Per Linear Foot -51?(7'y '�/G97- Dollars and /yo Cents $ 6 8. o a $,.,v6, 8.o0 ADDENDUM 3 B-2R ARBORLAWN DRIVE FROM BRYANT IRVIN ROAD TO INTERNATIONAL PLAZA AND BELLAIRE DRIVE FROM ARBORLAWN DRIVE EAST TO EXISTING SOUTH BELLAIRE DRIVE UNIT I: DRAINAGE IMPROVEMENTS 7. 444 L.F. Prop. 42"CL III R.C.P. (All Depths); Per Linear Foot /(/"T Y TWo Dollars and /-y Cents $ 9z. 00 $ y0,8g8. 8. 240 L.F. Prop. 48" CL III R.C.P. (All Depths); Per Linear Foot o,•S fluyyR 6p",p Tf,✓ Dollars and No Cents 9. 610 L.F. Prop. 5' x 3' RCBC (All Depths); Per Linear Foot UNE /VU.WDRgp F/FTY Dollars and No Cents $-'O. 00 $ I 0.4 10. 238 L.F. Prop. 8' x 3' RCBC (All Depths); Per Linear Foot TWO/AmR 6 D S/XTY Dollars and n/o Cents $ 26,0- 04, $ G I mov 11. 1 LS. Prop. 5' x 3' Type B Headwall; Per Lump Sum T,YREP- Uouywp Dollars and "yo Cents $ 3000, oo $ 3000.oo 12. 1 LS. Prop. 8' x 3' Type B Headwall; Per Lump Sum P-OuR T}/ouf"p Dollars and �o Cents $ S1o00.ob $ q000- 00 13. 10 EA. Prop. Std. 10' Curb Inlet;Per Each T�f/R7Y THREI: #gt#1 0p Dollars and No Cents $ 3300.00 $ 33000.00 �. ADDENDUM 3 B-3R .s ARBORLAWN DRIVE FROM BRYANT IRVIN ROAD TO INTERNATIONAL PLAZA AND BELLAIRE DRIVE FROM ARBORLAWN DRIVE EAST TO EXISTING SOUTH BELLAIRE DRIVE UNIT,I: DRAINAGE IMPROVEMENTS 14. 3 EA. Prop. Std. 15' Curb Inlet; Per Each TYNRTYNiaE NudDRW Dollars and — /Vy Cents $ 3f6o.oo $ )I.17co, eo 15. 9 EA. Prop. Std. 20' Curb Inlet;Per Each 6L9-nfSEyj541//Uwoego Dollars and �Yo Cents $ 7a&.on $ ,YZ.36o.00 16. 3 EA. Prop. 4' x 4' SDMH(6' Depth); Per Each 7'I�IRTYSErE,v kN,vo/tEp Dollars and Na Cents - $ 3 loo. oo $ I I oo.o0 17. 1 V.F. Prop. 4' x 4' SDMH(Extra Depth);Per Vertical Foot F)yE 14VAIDREP Dollars and tia Cents $ ...Sow.00 18. 4 EA. Prop. 5' x 5' SDMH (6' Depth); Per Each V/RTr EIGHYNu✓DRED Dollars and ✓va Cents $ 3800.oe $ / Zoo.00 19. 3 V.F. Prop. 5' x 5' SDMH(Extra Depth);Per Vertical Foot FI o 1 IAAIORFA Dollars and NO Cents $ .Soo. oo $ 1 'oo.do 20. 6 EA. Prop. 6' x 6' SDMH (6' Depth); Per Each FORT Y F1 YIC NW✓DRED. Dollars and Cents oo $ '2_7,006. 00 ,,,, ADDENDUM 3 B-4R ARBORLAWN DRIVE FROM BRYANT IRVIN ROAD TO INTERNATIONAL PLAZA AND BELLAIRE DRIVE FROM ARBORLAWN DRIVE EAST TO EXISTING SOUTH BELLAIRE DRIVE UNIT I:DRAINAGE IMPROVEMENTS 21. 1 VF. Prop. 6' x 6' SDMH(Extra Depth); Per Vertical Foot s�X Hk�OR�D Dollars and .Yv Cents $-,600.4,0 $ 1600.00 22. 1 LS Prop. 10' x 4' SDMH(Full Depth);Per Lump Sum II�IN�TY N�Nb RuW20REl3 Dollars and iyy Cents $ 900.00 $ 97-w- o') 23. 4,627 L.F. Prop. Trench Safety;Per Linear Foot o/v,1� Dollars and /1/0 Cents $ /-v b $ Y677- aa 24. 1 L.S. Erosion Control; Per Lump Sum Y-1ouSAND TW&.vrY&0Q ,b vb*0t4- Dollars and X0 Cents $ 2y 000. oo $ 21(�yoo.00 TOTAL AMOUNT BID-UNIT I: $ o!�ZS 13 Y. 0 o ADDENDUM 3 B-5R ARBORLAWN DRIVE FROM BRYANT IRVIN ROAD TO INTERNATIONAL PLAZA AND BELLAIRE DRIVE FROM ARBORLAWN DRIVE EAST TO EXISTING SOUTH BELLAIRE DRIVE UNIT Il: PAVING IMPROVEMENTS Item Approx. Description of Items with Bid Unit Price Total No., Quanti Prices Written in Words Amount 1. 1 L.S. Utility Adjustment;Per Lump Sum _ Ten Thousand Dollars and no Cents $ 10,000 $ /o,000, o 2. 2 EA. Project Designation Signs;Per Each S/X 14u'/nRdD Dollars and No Cents $ sob.00 $ /200- 00 3. 98 L.F. Remove Existing Curb &Gutter;Per Linear Foot TwosyF Dollars and Ivo Cents $ /2.00 $ l 176.oo 4. 1 EA. Remove Existing Trees;Per Each Pao Dollars and I" Cents $ .5,00. 00 $ jr"oo.00 5. 160 LF. Remove Existing Street Barricade; Per Linear Foot S/X Dollars and ^'o Cents $ oa $ 90. 00 6. 100 LF. Remove Existing Barbed Wire Fence(All Heights): Per Linear Foot fouR Dollars and IWO Cents $ q.o0 $ 1/06.0,0 ADDENDUM 3 B-6R ARBORLAWN DRIVE FROM BRYANT IRVIN ROAD TO INTERNATIONAL PLAZA AND BELLAIRE DRIVE FROM ARBORLAWN DRIVE EAST TO EXISTING SOUTH BELLAIRE DRIVE UNIT 11: PAVING IMPROVEMENTS 7 994 C.Y. Unclassified Street Excavation; Per Cubic Yard row Dollars and ND Cents $ ]a.Do $ 06 8. 30 L.F. Prop. 7" Curb & 18" Gutter;Per Linear Foot Tw *, -y Dollars and No Cents $ Zv oo $ 6,00-00 9. 9,380 L.F. Prop. 7"Attached Curb; Per Linear Foot ONE Dollars and TI4IRTy Cents $ .3o 10. 9,260 L.F. Prop. 6"Attached Curb(Median); Per Linear Foot oivj� Dollars and _rgW Cents $ /o $ I o,l86•oa — 11. 24,115 SY. Prop. 6" Cement Stabilized Subgrade @ 30#/S.Y.; Per Square Yard oNE Dollars and iyxxTY Cents $ /-90 $ yS,61g.so 12. 362 TN. Cement; Per Ton OwfMowygeo -rc vl Dollars and /+ro Cents $ //01,00 $ 9 Zo.,, 13. 9,912 S.Y. Prop. 6"Lime Stabilized Subgrade @ 30#/S.Y.; Per Square Yard Two Dollars and No Cents $ Z.00 $ Cu.a� e ADDENDUM 3 B-7R ARBORLAWN DRIVE FROM BRYANT IRVIN ROAD TO INTERNATIONAL PLAZA AND BELLAIRE DRIVE FROM A.RBORLAWN DRIVE EAST TO EXISTING SOUTH BELLAIRE DRIVE UNIT II: PAVING IMPROVEMENTS 14. 149 TN. Lime;Per Ton ,e4.yay *(&.9 Dollars and /y0 Cents $ 77. 00 $ Xr .vo 15. 202 L.F. Prop. Concrete Street Header; Per Linear Foot fouR Dollars and /Vo Cents $ 11-00 $ 908. vv 16. 134 L.F. Saw-Cut Existing Asphalt Pavement; Per Linear Foot f/vF Dollars and ivo Cents $ S-00 $ 67o. oa 17. 31, 960 S.Y. Prop. 8"Thick Reinforced Concrete Pavement;Per Square Yard TWO/v7y OW4 Dollars and Stkf: r4 lr F1 vG Cents $ V. 7S $694)30.00 18. 29,171 L.F. Prop. Silicone Joint Sealant; Per Linear Foot ON,E Dollars $ /• ZS $<36,Y63.7s and Twi y" fl yF Cents 19. 5,500 CY. Prop. 6"Top Soil within ROW;Per Cubic Yard ywfyt Dollars $ 1-2._<6 $ 69 Iso.oo and Cw-ry Cents ADDENDUM 3 B-8R ARBORLAWN DRIVE FROM BRYANT IRVIN ROAD TO INTERNATIONAL PLAZA AND BELLAIRE DRIVE FROM ARBORLAWN DRIVE EAST TO EXISTING SOUTH BELLAIRE DRIVE UNIT II: PAVING IMPROVEMENTS 20. 33,000 SY. Prop. Hydromulch Seeding; Per Square Yard ./yo Dollars $ y.1'0 $ 6Soa o0 and Alf-Ty Cents 21. 770 L.F. Prop. PVC Conduit Sleeves for Irrigation(6"); Per Linear Foot 7 E✓✓ Dollars $ 10.5b $ 800--00 and Cents 22. 635 L.F. Prop. PVC Conduit Sleeves(4')for Street lighting and traffic signalization; Per Linear Foot $ 9- 25- $ 1'2 38. 7s �1 GKT Dollars and Twf v Y F)v.9 Cents 23. 18 EA. Prop. Adjust Water Valve Box;Per Each Three Hundred Dollars $ 300.00 $S460.00 and no Cents 24. 17 EA. Prop. Manhole Adjustment;Per Each Three Hundred Dollars and no Cents $ 300.00 $ .3100.00 25. 7 EA. Prop. Adjust San. Sew. Cleanout;Per Each slx NuwDREo Dollars $ 600.ov, $ Yzoo. 00 - and Cents ADDENDUM 3 B-9R ARBORLAWN DRIVE FROM BRYANT IRVIN ROAD TO INTERNATIONAL PLAZA AND BELLAIRE DRIVE FROM ARBORLAWN DRIVE EAST TO EXISTING SOUTH BELLAIRE DRIVE UNIT II: PAVING IMPROVEMENTS 26. 18 EA. Prop. Adjust Water Meter; Per Each Thilly Five Dollars and no Cents $ 35.00 $ 630-00 27. 10 EA. Prop. Adjust Storm Drain Manholes; Per Each T►v kyo#M.4-"DRED Dollars $ 1 Zoo. 0o $ l z,000.oc and �Nv Cents 28. 1 L.S. Traffic Control; Per Lump Sum ,WN6 TYW5,4.41D Dollars - and wo Cents $ 9000-00 $ 7000.00 29. 1 L.S. Erosion Control;Per Lump Sum I-'/Y.E 6#0 usA.,Yv Dollars and "yo Cents $ 5&wo.oo $ s-0410.00 30. 1 L.S. Pavement Markings, Wooden Barricades and Signage;Per Lump V Sum TNOuS,A^'P $ /it4 00.,00 $/ 000.00 _ FouR>EEiY Dollars and /Vo Cents _ 31. 4 E.A. Pre-Cast Conc. Traffic Barriers;Per Each T"I'y6 Rt"'✓yREo Dollars $ /70v. oo $ 700.04' and wo Cents TOTAL AMOUNT BID-UNIT H: $ 1, c�s9�/Vs.oo ADDENDUM 3 B-10R ARBORLAWN DRIVE FROM BRYANT IRVIN ROAD TO INTERNATIONAL PLAZA AND BELLAIRE DRIVE FROM ARBORLAWN DRIVE EAST TO EXISTING SOUTH BELLAIRE DRIVE BID SUMMARY TOTAL AMOUNT BID DRAINAGE-UNIT I $ ZS !-3�l•yo TOTAL AMOUNT BID PAVING-UNIT II $_ Ys- va f GRAND TOTAL AMOUNT BID $ !, (S Y+ 2 74. oo ADDENDUM 3 B-11 R ARBORLAWN DRIVE FROM BRYANT IRVIN ROAD TO INTERNATIONAL PLAZA AND BELLAIRE DRIVE FROM ARBORLAWN DRIVE EAST TO EXISTING SOUTH BELLAIRE DRIVE PART B-PROPOSAL(Cont.) After acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security, if required is to become the property of the Developer. The undersigned bidder certified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The successful bidder shall be required to perform the work in accord with the following publications, both of which are incorporated herein and made a part hereof for all purposes: 1. The General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, which may be purchased from the Water Department. 2. The Standard Specifications for Street and Storm Drain Construction which may be purchased from the Department of Transportation & Public Works. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within 140 working days after beginning construction as set forth in the written work order to be furnished by the Owner. r (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non resident bidders in the State of , our principal place of business, are not required to underbid resident bidders. ADDENDUM 3 B-12R ARBORLAWN DRIVE FROM BRYANT IRVIN ROAD TO INTERNATIONAL PLAZA AND BELLAIRE DRIVE FROM ARBORLAWN DRIVE EAST TO EXISTING SOUTH BELLAIRE DRIVE . B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 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 on preparation of the foregoing bid: Addendum No. 1 (Initials) '` Addendum No. 3 (Initials) Addendum No. 2 (Initials) '' Addendum No.4(Initials) r Respectfully submitted, AUSTW BRIDGE do ROAD,L.P. By. Title Michael Lander Director of Estimating Address Austin- Bridge & RoadTT.P 6330 Commerce Drive, Suite 150 Trying_ Texas 75063 Telephone: ��`Y� �R6 _ 7300 (Seal) Date: ADDENDUM 3 B-13R SPECIAL PROVISIONS FOR IL STREET AND STORM DRAIN IMPROVEMENTS Table of Coate»xs 1. SCOPE OF WORK.................................................................................... ....SP-4 ........................................... 2. AWARD OF CONTRACT........................................................................................................................SP-4 3. PRECONSTRUCTION CONFERENCE...................................................................... ....SP-4 ........................ 4. EXAMINATION OF SITE ......................................................................................................................SP-4 5. BID SUBMITTAL.....................................................................................................................................SP-5 6. WATER FOR CONSTRUCTION.............................................................................................................SP-5 7. SANITARY FACILITIES FOR WORKMERS.........................................................................................SP-5 - 8. PAYMENT.......................................................................................................................... .................SP-5 9. SUBSIDIARY WORK........................................................................................... ....... ..SP-5 .... ...................... 10. LEGAL RELATIONS AND RESPONSIBILITIES TOTHE PUBLIC......................................................................................................................................SP-5 11. WAGE RATES..........................................................................................................................................SP-5 12. EXISTING UTILITIES.............................................................................................................................SP-5 13. PARKWAY CONSTRUCTION................................................................................................................SP-5 14. MATERIAL STORAGE...........................................................................................................................SP-5 15. PROTECTION OF EXISTING UTILITIES ANDIMPROVEMENTS..........................................................................................................................SP-6 16. INCREASE OR DECREASE IN QUANTITIES......................................................................................SP-6 17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS...........................................................SP-6 18. EQUAL EMPLOYMENT PROVISIONS..................................:..............................................................SP-6 19. MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE)COMPLIANCE........................................................................................................................SP-7 20.- FINAL CLEAN UP...................................................................................................................................SP-8 21. CONTRACTOR'S COMPLIANCE WITH WORKER'S _ COMPENSATION LAW..........................................................................................................................SP-8 22. SUBSTITUTIONS...................................................................................................................................SP-I 1 23. MECHANICS AND MATERIALSMEN'S LIEN...................................................................................SP-11 24. WORK ORDER DELAY ........................................................................................................................SP-11 25. WORKING DAYS ..................................................................................................................................SP-11 26. RIGHT TO ABANDON ......................................................................... ............SP-11 ..................................... 27. CONSTRUCTION SPECIFICATIONS ............................... ...................SP-11 28. MAINTENANCE STATEMENT ...........................................................................................................SP-11 29. DELAYS ..................................................................................................................................SP-11 30. DETOURS AND BARRICADES ...........................................................................................................SP-12 31. DISPOSAL OF SPOIL/FILL MATERIAL .............................................................................................SP-12 32. QUALITY CONTROL TESTING .......................................... .........SP-12 ....................................................... 33. PROPERTY ACCESS .............................................................................................................................SP-13 34. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES...............................................SP-13 35. WATER DEPARTMENT PRE-QUALIFICATIONS .............................................................................SP-13 36. RIGHT TO AUDIT .................................................................................................................................SP-13 37. CONSTRUCTION STAKES...................................................................................................................SP-14 38. LOCATION OF NEW WALKS AND DRIVEWAYS ..........................................................................SP-14 39. EARLY WARNING SYSTEM FOR CONSTRUCTION........................................................................SP-14 40. AIR POLLUTION WATCH DAYS.........................................................................................................SP-15 ADDENDUM 3 SPA R SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contends CONSTRUCTION ITEMS: 41. PAY ITEM-UNCLASSIFIED STREET EXCAVATION......................................................................SP-15 42. PAY ITEM-6"REINFORCED CONCRETE PAVEMENT..................................................................SP-16 43. PAY ITEM-SILICONE JOINT SEALING.............................................................................................SP-16 44. PAY ITEM-T'CONCRETE CURB.......................................................................................................SP-20 45. PAY ITEM-RETAINING WALL...........................................................................................................SP-20 46. PAY ITEM-REPLACE EXIST.CURB AND GUTTER........................................................................SP-20 47. PAY ITEM-HMAC TRANSITION........................................................................................................SP-20 48. PAY ITEM-6"PIPE SUBDRAIN..........................................................................................................SP-20 49. PAY ITEM-TRENCH SAFETY.............................................................................................................SP-20 50. PAY ITEM-8"THICK LIME STABILIZED SUBGRADE AND CEMENT FOR SUBGRADE STABILIZATION...............................................................................................................SP-21 51. PAY ITEM-6"HMAC PAVEMENT(THICKNESS TOLERANCES AND HMAC TESTING PROCEDURES).................................................................................................................SP-21 52. PAY ITEM-CONCRETE FLAT WORK(CURB,CURB&GUTTER,SIDEWALKS, LEADWALKS,WHEELCHAIR RAMPS AND DRIVEWAYS)......................................SP-22 53. PAY ITEM-REMOVE EXISTING CONCRETE SIDEWALK,DRIVEWAYS,STEPS, LEADWALKS AND WHEELCHAIR RAMPS.................................................................SP-22 54. PAY ITEM-REMOVE EXISTING CURB AND GUTTER...................................................................SP-22 55. PAY ITEM-REMOVE EXISTING CURB INLET....................... .........SP-22 ................................................ 56. PAY ITEM-6"REINFORCED CONCRETE DRIVEWAY..................................................................SP-23 57. PAY ITEM-REMOVE AND CONSTRUCT CONCRETE STEPS.......................................................SP-23 58. PAY ITEM-4'STANDARD CONCRETE SIDEWALK,LEADWALK AND - WHEELCHAIR RAMP.....................................................................................................SP-23 59. PAY ITEM-REMOVE AND REPLACE FENCE..................................................................................SP-23 60. PAY ITEM-STANDARD T'CURB AND 18"GUTTER......................................................................SP-24 61. PAY ITEM-REMOVE AND RECONSTRUCT MAILBOXES/MISCELLANEOUS...........................SP-24 62. PAY ITEM-BORROW...........................................................................................................................SP-24 63. PAY ITEM-CEMENT STABILIZATION.............................................................................................SP-24 64. PAY ITEM-CEMENT ...........................................................................................................................SP-24 65. PAY ITEM-NEW 7"CONCRETE VALLEY GUTTER.......................................................................SP-24 66. PAY ITEM-STORM DRAIN INLETS.................... ...................SP-25 ............................................................ 67. PAY ITEM-TRENCH EXCAVATION AND BACKFILL FORSTORM DRAIN.........................................................................................................SP-25 68. PAY ITEM-STORM WATER POLLUTION PREVENTION(FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE)...................................................................SP-25 - 69. PRE BID ITEM-PROJECT DESIGNATION SIGN..............................................................................SP-27 70. PRE BID ITEM-UTILITY ADJUSTMENT..........................................................................................SP-27 71. PRE BID ITEM-TOP SOIL....................................................................................................................SP-27 72. PRE BID ITEM-ADJUST WATER VALVE BOX...............................................................................SP-28 73. PRE BID ITEM-MANHOLE ADJUSTMENT......................................................................................SP-28 74. PRE BID ITEM-ADJUST WATER METER BOX...............................................................................SP-28 75. NON-PAY ITEM-CLEARING AND GRUBBING...............................................................................SP-28 76. NON-PAY ITEM- SPRINKLING FOR DUST CONTROL...................................................................SP-28 77. NON-PAY ITEM- PROTECTION OF TREES,PLANTS AND SOILS................................................SP-28 78. NON-PAY ITEM-CONCRETE COLORED SURFACE ......................................................................SP-29 ADDENDUM 3 SP-2 R SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contexts 79. NON-PAY ITEM-PROJECT CLEAN-UP.............................................................................................SP-29 80. NON-PAY ITEM-PROJECT SCHEDULE............................................................................................SP-29 81. NON-PAY ITEM-NOTIFICATION OF RESIDENTS..........................................................................SP-29 82. NON-PAY ITEM-PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION..............SP-29 83. NON-PAY ITEM-PRE-CONSTRUCTION NEIGHBORHOOD MEETING.......................................SP-30 84. NON-PAY ITEM-WASHED ROCK.....................................................................................................SP-30 85. NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE........................ ................SP-30 .......................... 86. NON-PAY ITEM-LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES..........................................................................................SP-30 87. NON-PAY ITEM- TIE-IN INTO STORM DRAIN STRUCTURE.......................................................SP-31 88. NON-PAY ITEM- SPRINKLER HEAD ADJUSTMENT...................... .SP-31 .............................................. 89. NON-PAY ITEM-FEE FOR STREET USE PERMITS AND RE-INSPECTIONS..............................SP-31 90. NON PAY ITEM-TEMPORARY EROSION,SEDIMENT AND WATER POLLUTION CONTROL(FOR DISTURBED AREAS LESS THAN 1 ACRE)...SP-31 91. NON PAY ITEM-TRAFFIC CONTROL ..............................................................................................SP-32 ADDENDUM 3 SP-3 R SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: Paving and Drainage Improvements for Arborlawn Drive from Bryant Irvin Road to International Plaza and Bellaire Drive from Arborlawn Drive East to Existing South Bellaire Drive DOE Project No. 5103 T/PW NO. C115-020115-023231 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following: Paving and Drainage Improvements for Arborlawn Drive and Bellaire Drive and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. 2. AWARD OF CONTRACT:Submission of Bids: Unit 1 and Unit II constitute a package. If the Contractor submits a bid on both Unit 1 and Unit 11 and has the lowest responsive proposal price, the Contractor will be the apparent successful bidder for this project. 3. Bidders are hereby informed that the Director of the Department of Engineering reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City. 4. PRECONSTRUCTION CONFERENCE: The successful Contractor, Engineer,and City shall meet at the call of the City for a preconstruction conference before any of its work begins on this project. At this time,details of sequencing of the work,contact individuals for each party,request for survey, and pay requests will be covered. Prior to the meeting,the Contractor shall prepare schedules showing the sequencing and progress of their work and its effect on others. A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction. As used herein, the term"Engineer"shall mean the design engineer who prepared and sealed the plans, specifications and contract documents for this project. 5. EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. During the construction of this project, it is required that all parkways be excavated and shaped including bar ditches at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Engineer. During 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. 6. BID SUBMITTAL: 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 as appropriate and as determined by the Director of the Department of Engineering. ADDENDUM 3 SP-4 R 7. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor at his own expense. 8. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. 9. PAYMENT: The Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the Engineer per actual field measurement. 10. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects,such as conditions imposed by the Plans,the General Contract Documents or these special Contract Documents, in which no specific item for bid has been provided for in the Proposal,shall be considered as a subsidiary item or work,the cost of which shall be included in the price bid in the Proposal for each bid item, including but not limited to surface restoration cleanup and relocation of mailboxes. All objectionable matter required to be removed from within the right-of-way and not particularly described under these specifications shall be covered by Item No. 102"Clearing and Grubbing" and shall be subsidiary to the other items of the contract. 11. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public"of the"Standard Specifications for Street and Storm Drain Construction". 12. WAGE RATES: The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth, Texas, in accordance with statutory requirements, as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any subcontractor on the site of the project covered by these Contract Documents. In no event shall less than the following rates be paid. (Attached at the end of this section.) 13. EXISTING UTILITIES: The locations and dimensions shown on the plans relative to existing utilities are based on the best information available. It shall be the Contractor's responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance. The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities and any losses to the utility City due to disruption of service resulting from - the Contractor's operations shall be at the Contractor's expense. 14. PARKWAY CONSTRUCTION: During the construction of this project, it will be required that all _ parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Director of the Department of Engineering. - 15. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission from the property City. 16. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities,which may be encountered. The utility lines and conduits shown on the plans are for information only and are not guaranteed ADDENDUM 3 SP-5 R by the City or the Engineer to be accurate as to extent, location and depth,they are shown on the plans as the best information available at the time of design,from the Owners of the utilities involved and from evidences found on the ground. 17. INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid. No additional compensation shall be paid to Contractor for errors in the quantities. Final payment will be based upon field measurements. The City reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but not to the various depth categories. 18. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: 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 City, 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 City,its officers,servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City,its officers,servants or employees. In the event City 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 City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or(b)provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed 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. 19. EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code Sections 13-A-21 through 12- A-29)prohibiting discrimination in employments practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided by assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. 20. MINORITY AND WOMEN BUSINESS ENTERPRISE(M/WBE)COMPLIANCE: In accordance with City of Fort Worth Ordinance No. 15530,the City has goals for the participation of minority business enterprises and women business enterprises in City contracts. The Ordinance is ADDENDUM 3 SP-6 R J incorporated in these specifications by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within fine (5)city business days after bid opening. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE)on the contract and payment thereof. 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 acts(other than a negligent misrepresentation)and/or the commission fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal,state,or local laws or ordinances relating to false 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 participating in City work for a period of time not less than three years. The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids. Failure to comply with the City's M/WBE Ordinance, or to demonstrate"good faith effort", shall result in a bid being rendered non-responsive to specifications. Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors to the City's M/WBE office. The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s)must be certified by either the North Central Texas Regional Certification Agency(NCTRCA)or Texas Department of Transportation(TxDOT), Highway Division and must be located in the nine(9) county marketplace or currently doing business in the marketplace at time of bid. The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable. Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non-responsive. Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work. Whenever a change order exceeds 10%of the original contract,the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order During the term of the contract the contract shall: 1. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid,and, 2. If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform with his forces, the Contractor shall notify the City before subcontracts or purchase orders are let,and shall be required to comply with modifications to goals as determined by the City, and, ADDENDUM 3 SP-7 R 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to change or delete any of the M/W BE subcontractors or suppliers. Justification for change may be granted for the following: a. Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance. b. Failure of Subcontractor to provide required general liability of other insurance. C. Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/W BE Participation plan. d. Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10)days after final payment from the City, the Contractor shall provide the M/W BE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs. 21. FINAL CLEAN-UP: Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed. No more than seven days shall elapse after completion of construction before the roadway and R.OW. is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials,and in general preparing the site of the work in an orderly manner and appearance. 22. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. DEFINITIONS: b. Certification of coverage("Certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement(TWCC-81,TWCC- 82,TWCC-83, OR TWCC-84),showing statutory workers'compensation insurance coverage for the person's or entity'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 work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project("subcontractor"in§406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes,without limitation, independent Contractors, subcontractors, leasing companies,motor carriers,City-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include,without limitation, providing, hauling,or delivering equipment or materials, or providing labor,transportation,or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors,office supply deliveries,and delivery of portable toilets. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code, Section 401.011(44)or all employees of the Contractor providing services on the project,for the duration of the project. r� c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. ADDENDUM 3 SP-8 R d. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project,the Contractor must, prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The Contractor shall obtain from each person providing services on a project, and provide to the 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,or 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, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. i. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage,based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all of its employees providing services on the project,for the duration of the project; (2) provide to the Contractor, prior to that person beginning work on the project,a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project,for the duration of the project; (3) provide the Contractor, prior to the end of the coverage period,a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain form 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) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; ADDENDUM 3 SP-9 R (c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (d) notify the governmental entity in writing 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 (e) contractually require each person with whom it contracts,to perform as required by paragraphs (1)-(7),with the certificates of coverage to be provided to the person for whom they are providing services. j. By signing this contract or providing or causing to be provided a certificate of coverage,the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by 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 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 which entities the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten day 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 Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type,and shall be in both English and Spanish and any other language common to the Worker population. The text for the notices shall be the following text,without any additional words or changes: "REQUIRED 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's 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 identify 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". 23. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material that has been specified. Where the term "or equal", or"or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of F", , ADDENDUM 3 SP-10 R aN ^1 nR c j; �� ���ti � ��� nX U establishing a standard of quality acceptable to the City. If a product of any other name is proposed substitutes is procured by the Contractor. Where the term "or equal", or"approved equal" is not used in the specifications,this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact,equal,and the Engineer, as the representative of the City,shall be the sole judge of the acceptability of substitutions. The provisions of the sub-section as related to"substitutions"shall be applicable to all sections of these specifications. 24. MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute a release of mechanics and materialmen's liens upon receipt of payment. 25. WORK ORDER DELAY:All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty(60)days of advertisement of this project. The work order for subject project will not be issued until all utilities,right-of-ways,easements and/or permits are cleared or obtained.The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 26. WORKING DAYS: The Contractor agrees to complete the Contract within the allotted number of working days. 27. RIGHT TO ABANDON:The City reserves the right to abandon, without obligation to the Contractor,any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 28. CONSTRUCTION SPECIFICATIONS: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 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Engineering, 1000 Throckmorton Street,26d Floor, Municipal Building, Fort Worth,Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the Engineer. If not shown,then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 29. MAINTENANCE STATEMENT:The Contractor shall be responsible for defects in this project due to faulty materials and workmanship,or both,for a period of two(2)years from date of final _ acceptance of this project and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 30. 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 Director of the Department of Engineering 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 ADDENDUM 3 SPA 1 R necessary instructions for carrying on the work,then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however,be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 31. 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"1980 Texas Manual on Uniform Traffic Control Devices,Vol. No. 1." 32. 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 Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill materials at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 33. QUALITY CONTROL TESTING: (a) The Contractor shall furnish, at its own expense,certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate,cement and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. .� (c) Quality control testing of on site material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City.The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. ADDENDUM 3 SP-12 R (d) Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. (e) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 34. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 35. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that _ are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING—UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. +-w (c) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Company) which will erect temporary mechanical barriers, de-energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken in each case. (d) The Contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 36. WATER DEPARTMENT PRE-QUALIFICATIONS: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. 37. RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3)years after final payment under this contract have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits. ADDENDUM 3 SP-13 R SLA (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 38. CONSTRUCTION STAKES: The City,through its Surveyor or agent,will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of - stakes shall be set for all utility construction (water,sanitary sewer,drainage, etc.),one set of excavation/or stabilization stakes,and one set of stakes for curb and gutter and/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain,transfer,etc.,all stakes furnished until completion of the construction phase of the project for which they were furnished. If, in the opinion of the Engineer, a sufficient number of stakes or markings provided by the City have been lost,destroyed,or disturbed, that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place,then the Contractor shall replace such stakes or markings as required. An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes,at the Contactor's expense. No claims for delay due to a lack of replacement of construction stakes will `J be accepted,and time will continue to be charged in accordance with the Contract Documents. 39. LOCATION OF NEW WALKS AND DRIVEWAYS; The Contractor will make every effort to protect existing trees within the parkway,with the approval of the engineer the Contractor may relocate proposed new driveways and walks around existing trees to minimize damage to trees. 39. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the Contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order),the following proactive measures will be taken: 1. A letter will be mailed to the Contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the - contract time. In the event the Contractor receives such a letter, the Contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. ADDENDUM 3 SP-14 R 2. The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Engineering Department's Public Information Officer. 4. Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will, if necessary,then forward updated notices to the interested individuals. 5. If the Contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 40. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. - 10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However,the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. CONSTRUCTION 41. PAY ITEM- UNCLASSIFIED STREET EXCAVATION: See Standard Specifications item No. 106, "Unclassified Street Excavation" for specifications governing this item. Removal of existing penetration or asphalt pavement shall be included in this item. Operations necessary to windrow existing gravel base in order to lower or raise subgrade shall be _. considered as subsidiary to this item and no additional compensation shall be given as such. During the construction of this project, it is required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the engineer. The intention of the City is to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent, then actual ADDENDUM 3 SP-15 R quantities will be paid for at the unit prices bid. The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities. 42. PAY ITEM- 6" REINFORCED CONCRETE PAVEMENT: (a) All applicable provisions of standard Specifications Item 314"Concrete Pavement,"shall apply. The Contractor shall use a six (6) sack concrete mix for all hand placement in the intersections. The unit price bid per square yard shall be full payment for all labor, material, equipment and incidentals necessary to complete the work. (b) Once an evaluation of the pavement is made to determine whether the crack is due to distress or minor shrinkage,the following policy will apply: (1) When the crack is minor and due to shrinkage(cosmetic),then no further treatment will be needed. (2) If the crack is due to distress(structural),the failed pavement must be removed and _ replaced a minimum of 5 feet. In no case should the remaining portion of the panel be less than 5 feet wide after repairing the failed panel. (3) Any crack within 12 inches of any joint must be removed and replaced a minimum of 5 feet to prevent future spalling of the pavement. (c) All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the Construction Engineer. Screeds will not be allowed except if approved by the Construction Engineer. 43. PAY ITEM-SILICONE JOINT SEALING FOR CONCRETE PAVEMENT: CITY OF FORT WORTH,TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1,October 18, 1989) (Revision 2, May 12, 1994) 1. SCOPE This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2. (11)"Joint Sealing Materials"of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH, and Item 2.210"Joint Sealing"of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS. 2. MATERIALS 2.1 The silicone joint sealant shall meet Federal Specification TT-S-001 543A for Class A sealant except as modified by the test requirements of this specification. Before the installation of the joint sealant,the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint sealant meet these requirements. 2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated, documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems. Verifiable documentation shall be submitted to the Engineer. Acetic acid cure sealants shall not be accepted. ADDENDUM 3 SP-16 R The silicone sealant shall be cold applied. _. 2.3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation, Midland, MI 48686-0994,or an approved equal. Self-Leveling Silicone Joint Sealant Test Method Test Requirement AS SUPPLIED Non Volatile Content, %min. 96 to 99 MIL-S-8802 Extrusion Rate,grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1.206 to 1.340 Skin-Over Time, minutes max. 60 Cure Time,days 14 to 21 Full Adhesion, days 14 to 21 AS CURED-AFTER ASTM D 412, Die C Mod. Elongation,%min. 1400 ASTM D 3583 Modulus @ 150% Elongation, psi max. 9 (Sect. 14 Mod.) ASTM C 719 Movement, 10 cycles @ +100/-50% No Failure ASTM D 3583 Adhesion to Concrete, % Elongation min. 600 (Sect. 14 Mod.) ASTM D 3583 Adhesion to Asphalt, % Elongation min. 600 (Sect. 14 Mod.) 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. Reference is made to the"Construction Detail"sheet for the various joint details with their respective dimensions. 3. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement,the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the"Construction Detail"sheet or as directed by the Engineer within 12 hours of the pavement placement. (Note that for the"dummy"joints, the initial 1/4 inch width"green" saw-cut and the"reservoir" saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven (7)days. Then the saw cuts for the joint sealant reservoir shall be made,the joint cleaned,and the joint sealant installed. During the application of the joint ADDENDUM 3 SP-17 R sealant, the weather shall not be inclement and the temperature shall be 40F (4C) and rising. 4. EQUIPMENT 4.1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows: 4.2 Concrete Saw:The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 4.3 High Pressure Water Pump:The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 4.4 Air Compressors:The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 4.5 Extrusion Pump:The output shall be capable of supplying a sufficient volume of sealant to the joint. 4.6 Injection Tool:This mechanical device shall apply the sealant uniformly into the joint. 4.7 Sandblaster:The design shall be for commercial use with air compressors as specked in Paragraph 5.4. 4.8 Backer Rod Roller and Tooling Instrument:These devices shall be clean and free of contamination. They shall be compatible with the join depth and width requirements. 5. CONSTRUCTION METHODS 5.1 General:The joint reservoir saw cutting,cleaning, bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations 5.2 Sawing Joints:The joints shall be saw-cut to the width and depth as shown on the"Construction Detail'sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5.3 Cleaning Joints: Immediately after sawing, the resulting concrete slung shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent joint contamination. When the Contractor elects to saw the joint by the dry method,flushing the joint with high pressure water may be deleted. The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev. 1, October 18, 1989) After complete drying, the joints shall be sandblasted. The nozzle shall be ADDENDUM 3 SP-18 R attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate,one directional passes. Upon the termination of the sandblasting,the joints shall be blown-out using compressed air. The blow tube shall fit into the joints. The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found,the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning,the bond breaker and sealant shall be placed in the joint. Open,cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape:The bond breaker rod and tae shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape,the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F(4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition. Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints:A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the Engineer the acceptable method for sealant installation. The manufacturers representative shall approve the clean, dry joints before the sealing operation commences. 6. WARRANTY The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City. Also,the Contractor shall provide the Engineer a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for two years after final acceptance of the completed work by the Engineer. 7. BASIS OF PAYMENT Payment will be made at the Contract bid item unit price bid per linear foot(L.F.)as provided in"MEASUREMENT"for"SILICONE JOINT SEALING",which price of shall be full compensation for furnishing all materials and for all preparation, delivery, and application of those sealing materials and for all labor, equipment,tools and incidentals necessary to complete the silicone joint sealing in conformity with the plans and these specifications. ADDENDUM 3 SP-19 R 44. PAY ITEM- 6"CONCRETE CURB: The Contractor may,at his option,construct either integral or superimposed curb. Standard Specification Item 502 shall apply except as follows: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty(30)minutes after the concrete in the slab. If the Contractor fails to backfill behind the curb within seven (7)calendar days of pouring the curb and gutter,the amount paid for the curb shall be reduced by 25% until the backfill operation is complete. 45. PAY ITEM- RETAINING WALL: This item will consist of placing retaining walls in locations and at heights determined by the engineer in the field. All applicable section of City of Fort Worth Standard Specification item 518 shall apply except as follows: Retaining wall shall be constructed per City of Fort Worth Construction Standard Drawing No. S-M13 "Retaining Wall With Sidewalk"where applicable. Alf existing brick and/or stone retaining walls not significantly impacted by proposed grade changes will be protected. Replacement of retaining walls not impacted by proposed grade changes will be at the expense of the Contractor. 46. PAY ITEM- REPLACE EXIST. CURB AND GUTTER: This item is included for the purpose and removing and replacing existing curb and gutter in transition areas as determined by the Engineer in the field. The proposed curb and gutter will be of the same dimensions as the existing curb and gutter to be removed. Quantities for this pay item are approximate and are given only to establish a unit price for the work The price bid per linear foot for 'REPLACE EXIST. CURB AND GUTTER" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 47. PAY ITEM -HMAC TRANSITION: This item will consist of the furnishing and placing at varying thicknesses an HMAC surface in transition areas where indicated on the plans, as specified in these specifications and at other locations as may be directed by the Engineer. This item shall be governed by all applicable provisions of Standard Specifications Item 312. The price bid per ton HMAC Transition as shown in the Proposal will be full payment for materials including all labor,equipment,tools and incidentals necessary to complete the work. 48. PAY ITEM- -6" PIPE SUBDRAIN: No specific location for this item is designated on the plans. Subdrain shall be installed only if field conditions indicate ground water at subgrade level after excavation and if deemed necessary by the Engineer. 49. PAY ITEM- TRENCH SAFETY: Description: This item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench. The Contractor shall develop,design and implement the trench excavation safety protection system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing"a safe place to work"for the workman. The trench excavation safety protection system shall be used for all trench excavations deeper than five(5)feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration, U.S. Department of Labor, shall be the minimum governing requirement of this item ADDENDUM 3 SP-20 R and is hereby made a part of this specification. The Contractor shall, in addition,comply with all other applicable Federal,State and local rules, regulations and ordinances. Measurement and Payment: All methods used for trench excavation safety protection shall be measured by the linear foot of trench and paid at the unit price in the Proposal,which shall be total compensation for furnishing design, materials,tools, labor, equipment and incidentals necessary, including removal of the system. Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the existing ground to the bottom of the pipe. 50. PAY ITEM-6"THICK LIME STABILIZED SUBGRADE FOR SUBGRADE STABILIZATION: See Standard Specifications Item No. 210, "Lime Treatment(Material Manipulation)"and Specification Item No. 212, "Hydrated Lime and Lime Slurry"for specifications governing this item. Quantities for this pay item are approximate and are given only to establish a unit price for the work. The price bid per square yard for"6"THICK LIME STABILIZED SUBGRADE"as shown in the Proposal will be full payment for all labor,equipment,tools and incidentals necessary to complete the work. The price bid per ton for"LIME FOR SUBGRADE STABILIZATION"as shown in the Proposal will be full payment for materials necessary to complete the work. 51. PAY ITEM-6"H.M.A.C. PAVEMENT(Thickness Tolerances and HMAC Testing Procedures): The base course shall be a 3" deep Type "B" course placed in one lift. The surface course shall be a 3"deep Type"D"course placed in one lift. All provisions of Standard Specification No. 312.7 'Construction Tolerance' shall apply except as modified herein: 1) After completion of each asphalt paving course, core tests will be made to determine compliance with the contract specifications. The hot-mix asphaltic concrete pavement will be core drilled by the City of Fort Worth. The thickness of the asphaltic surface will be determined by measurement cores taken at locations determined by the Engineer. The thickness of individual cores will be determined by averaging at least three (3) measurements. If the core measurements indicate a deficiency, the length of the area of such deficient thickness shall be determined by additional cores taken along the length of the pavement in each direction until cores are obtained which are at least of specified thickness. The width of such area shall not be less than '/ of the roadway width. 2) When the thickness of the base course (as determined from core samples) is more than 15% deficient of the plan thickness, the Contractor shall remove and replace the deficient area at his own expense. If the thickness is less than 15% deficient, the Contractor shall make up the difference in the base thickness with surface course material. 3) The surface course must be the plan thickness. This does not include surface course material used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness. Deficient areas (as determined in item 1)found to be less than the plan thickness will be removed and replaced at the Contractor's expense. 5) No additional payment over the contract price will be made for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications. 6) HMAC Testing Procedure: ADDENDUM 3 SP-21 R The Contractor is required to submit a Mix Design for both Type"B" and"D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This design shall not be more than two(2)years old. Upon submittal of the design mix a Marshal(Proctor)will be calculated, if one has not been previously calculated,for the use during density testing. For type"B"asphalt a maximum of 20% rap may be used. No Rap may be used in type"D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor)the Contractor is approved for placement of the asphalt. The Contractor shall contact the City Laboratory,through the inspector,at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type"B" and for Type"D"asphalt will be 91% of the calculated Marshal(proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. After a rolling pattern is established,densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type"B"and"D"asphalt. Densities on type"B" must be done before Type"D" asphalt is applied. Cores to determine thickness of Type"B"asphalt must be taken before Type"D"asphalt is applied. Upon completion of the application of Type"D"asphalt additional cores must be taken to determine the applied thickness. 52. PAY ITEM - CONCRETE FLAT WORK(CURB,CURB&GUTTER. SIDEWALKS, LEADWALKS, WHEELCHAIR RAMPS AND DRIVEWAYS): Concrete flatwork is defined as curb,curb and gutter, sidewalks, leadwalks,wheelchair ramps and driveways as shown in the plans.This provision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item. Required backfilling and finished grading adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed. No payment will be made for flatwork until the pay item has been completed,which includes backfilling and finished grading. 53. PAY ITEM—REMOVE EXISTING CONCRETE SIDEWALK DRIVEWAYS STEPS LEADWALKS AND WHEEL CHAIR RAMPS: This item includes removal of existing concrete sidewalks,driveways,steps,leadwalks and wheelchair ramps at location shown on the plans or as designed by the Engineer. See Item No. 104"Removing Old Concrete",for Specifications governing this item. 54. PAY ITEM—REMOVE EXISTING CURB AND GUTTER: Where shown on the plans or where designated by the Engineer, existing curb and or gutter and existing laid down curb shall be removed and disposed of in a manner satisfactory to the Engineer. Measurement will be by the linear foot for curb and gutter, laydown curb removed, and for all labor, tools, and incidentals necessary to complete the job. 55. PAY ITEM—REMOVE EXISTING CURB INLET: This item shall include all labor,materials, and equipment necessary to remove and dispose of the existing inlet and removal and connection of the existing RCCP lead pipe inlet as shown on the Plans and as directed by the Engineer. 56. PAY ITEM—6"THICK REINFORCED CONCRETE DRIVEWAY: ADDENDUM 3 SP-22 R See Standard Specification Item No. 504, "Concrete Sidewalks and Driveways"for specifications governing this item as well as details S-S5 and S-SSA. The price bid per square foot for"6"THICK REINFORCED CONCRETE DRIVEWAY"as shown in the Proposal will be full payment for materials including all labor,equipment,tools and incidentals necessary to complete the work. 57. PAY ITEM—REMOVE AND CONSTRUCT CONCRETE STEPS: See Standard Specification Item No. 516, "Concrete Steps"for specifications governing this item as well as details SM-3. The price bid per each for"REMOVE CONCRETE STEPS"and"CONSTRUCT CONCRETE STEPS" as shown in the Proposal will be full payment for materials including all labor,equipment,tools and incidentals necessary to complete the removal and construction of each set of concrete steps. 58. PAY ITEM—5' STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAMP: All applicable provisions of standard Specifications Item 104"Removing Old Concrete"and Item 504 "Concrete Sidewalk Driveways"shall apply except as herein modified. The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the Engineer. The Contractor shall not remove any regulatory sign, instruction sign,street name and sign or other sign which has been erected by the City. The Contractor shall contact Signs and Marking Division, TPW (Phone 817-871-7738). All concrete flared surfaces 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 manufacturers instructions. "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." 59. PAY ITEM—REMOVE AND REPLACE FENCE: This item shall include the removal and reconstruction of the existing fence at the locations shown on the pians or where deemed necessary by the Engineer. The Contractor shall exercise caution in removing and salvaging the materials to they may be used in reconstructing the fence. Their constructed fence shall be equal in every way,or superior,to the fence removed. The Contractor shall be responsible for keeping livestock within the fenced areas during construction operation and while removing and relocating the fence, and for any damage or injury sustained by persons, livestock or property on account of any act of omission,neglect or misconduct of his agents,employees,or subcontractors. The unit price per linear foot shown on the Proposal shall be full compensation for all materials,labor, equipments, tools and incidentals necessary to complete the work. 60. PAY ITEM—STANDARD 7" CURB AND 18" GUTTER: All provisions of Standard Specification No. 502 'Concrete Curb and Gutter shall apply except as modified herein: ADDENDUM 3 SP-23 R Subsidiary to the unit price bid per linear foot shall be the following: a. A minimum of 5"or greater as required depth of stabilized subgrade properly compacted under the proposed curb and gutter as shown in the construction details. b. If the Contractor fails to backfill either in from of the gutter or behind the curb within seven (7)calendar days of pouring the curb and gutter,the amount paid for the curb and gutter shall be reduced by 25% until the backfill operation is complete. Standard Specifications Item No. 502,shall apply except as herein modified. Concrete shall have minimum compressive strength of three thousand (3,000)pounds per square inch in twenty-eight(28) days. The quantity of mixing water shall not exceed seven (7)gallons per sack(94 lbs.)of Portland Cement. The slump of the concrete shall not exceed three(3)inches. A minimum cement content of five (5)sacks of cement per cubic yard of concrete is required. 61. PAY ITEM—REMOVE AND RECONSTRUCT MAILBOXES/MISCELLANEOUS: This item includes the removal and reconstruction of existing mailboxes, brick walls,flowerbed trim and miscellaneous items within the right of way which may be damaged or removed during construction. When possible,the Contractor shall salvage existing materials for reuse in the replacement or repair of damaged or removed items. Items which are to be repaired or reconstructed should look architecturally the same in material and appearance and should be reconstructed or repaired in a better or new condition. All applicable provisions of City of Fort Worth Construction Standards shall apply. 62. PAY ITEM—BORROW: Where shown on the plans or where designated by the Engineer,existing curb and or gutter and existing laid down curb shall be removed and disposed of in a manner satisfactory to the Engineer. Measurement will be by the linear foot for curb and gutter as shown on the proposal and will be full compensation for the removal and disposition of the curb, curb and gutter, laydown curb removed, and for all labor,tools,and incidentals necessary to complete the job. 63. PAY ITEM—CEMENT STABILZATION: All applicable provisions of Item 214, 'Portland Cement Treatment shall apply. 64. PAY ITEM—CEMENT: All applicable provisions of Item 214, 'Portland Cement Treatment'shall apply. 65. PAY ITEM—NEW 7"CONCRETE VALLEY GUTTER: This item shall include the construction of concrete valley gutters at various locations to be determined in field. Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item. See standard specification Item No. 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" ADDENDUM 3 SP-24 R Item No. 208 "Flexible Base." 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 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. 66. PAY ITEM—STORM DRAIN INLETS: An alternative method of construction for these items will be"Pre-Cast" manholes and inlets. If the Contractor desires to use this method, he must submit details for the construction to the Transportation and Public Works Department fore review and approval if said details are acceptable. The Pre-Cast construction must be equal or superior to the strength requirements for this item as set out in Item 444, "Manholes and Inlets" and said construction shall be in compliance with all other requirements of Item 444 where applicable. 67. PAY ITEM—TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN: Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area. Payment will be made for the quantity of earth excavated/backfilled. The placing of fill shall be subsidiary to the trench excavation/backfill price. Excess material which is obtained from excavating the trench shall be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications. All excavated material which is unacceptable as fill material shall become the property of the Contractor to be hauled off the site and disposed of properly. Unacceptable material shall be, but not limited to: rocks,concrete, asphalt,debris,etc. The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices. 68. PAY ITEM -STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE): PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity)or five or more acres of total land (Large Construction Activity). The Contractor is defined as an"operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tceq.state.tx.us/. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.htmi. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOI): If the project will result in a total land disturbance equal to or greater than 5 acres, the Contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOI)form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the Contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOI shall be submitted to the TCEQ at least 48 hours prior to the Contractor moving on site and shall include the required $100 application fee. ADDENDUM 3 SP-25 R The NOI shall be mailed to: Texas Commission on Environmental Quality Storm Water&General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOI shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth,TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the Contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water&General Permits Team; MC-228 P.O. Box 13087 Austin,TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY — DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOI) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The Contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The Contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the Contractor must be prepared and submitted by the Contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY - DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOI form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but ADDENDUM 3 SP-26 R not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL PROVISION 23 - 40 SHALL BE APPLICABLE. 69. PRE BID ITEM-PROJECT DESIGNATION SIGN: The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of %" fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction. The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The unit price bid per each will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 70. PRE BID ITEM- UTILITY ADJUSTMENT: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the"Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. 71. PRE BID ITEM- TOP SOIL: The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted) over the parkway area and do not include deeper than design depth behind the curb. The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site. Payment will be made on the basis of loose truck volume (full truck with sideboards up)tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed. ADDENDUM 3 SP-27 R 72. PRE BID ITEM- ADJUST WATER VALVE BOX: 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. The unit price bid will be full payment for materials including all labor,equipment, tools and incidentals necessary to complete the work. 73. PRE BID ITEM- MANHOLE ADJUSTMENT: This item shall include adjusting the tops of existing and/or proposed manholes to match proposed grade as shown on the plans or as directed by the Engineer. Standard Specification Item No.450 shall apply except as follows: 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. 74. PRE BID ITEM- ADJUST WATER METER BOX: This item shall include raising or lowering an existing meter box to the parkway grade specified. No payment will be made for existing boxes,which are within 0.1'of specified parkway grade. The unit price bid will be full payment for materials including all labor,equipment,tools and incidentals necessary to complete the work. 75. NON-PAY ITEM - CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing." However, no direct payment will be made for this item and it shall be considered incidental to this contract. 76. NON-PAY ITEM-SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. 77. NON-PAY ITEM- PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys. This permit can be obtained by calling the Forestry Office at 871- 5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. 78. NON-PAY ITEM- CONCRETE COLORED SURFACE: Concrete wheelchair ramp surfaces, excluding the side slopes and curb, shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal, shall be used in accordance with manufacturers instructions. ADDENDUM 3 SP-28 R Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specifications. The sample, upon approval of the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item. No direct payment will be made for this item and it shall be considered incidental to this contract. The method of application shall be by screen, sifter, sieve, or other means in order to provide for a uniform color distribution. 79. NON-PAY ITEM- PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If,in the opinion of the Engineer it is necessary,clean up shall be done on a daily basis. Clean up work shall include,but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment(and all subsequent payments until completed)of the appropriate bid item(s)will be reduced by 25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. 80. NON-PAY ITEM- PROJECT SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference. This schedule shall detail all phases of construction, including project clean up, and allow the Contractor to complete the work in the allotted time. Contractor will not move on to the jobsite nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However,contract time will start even if the project schedule has not been turned in. Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. 81. NON-PAY ITEM- NOTIFICATION OF RESIDENTS: In order to cut down on the number of complaints from residents due to the dust generated when saw- cutting joints in concrete pavement,the Contractor shall notify residents, in writing, at least 48 hours in advance of saw-cutting joints during the construction of paving projects. All costs involved with providing such written notice shall be considered subsidiary to this contract. 82. NON-PAY ITEM- PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project, the Contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction.The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, DOE No., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the Contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number.A sample of the'pre-construction notification'flyer is attached. ADDENDUM 3 SP-29 R The Contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition,a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The Contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. An electronic version of the sample flyer can be obtained from the construction office at 871-8306. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 83. NON-PAY ITEM —PRE-CONSTRUCTION NEIGHBORHOOD MEETING: After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The Contractor, inspector,and project manager shall meet with all affected residents and present the projected schedule, including construction start date,and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre- construction conference but in no case will construction be allowed to begin until this meeting is held. 84. NON-PAY ITEM- WASHED ROCK: All washed rock used for embedment or backfill or as otherwise directed by the Engineer shall washed, crushed stone and shall meet the following gradation and abrasion: (Actual washing not required if gradation is met) Sieve Size % Retained 1" 0-10 1/2" 40-75 3/8" 55-90 #4 90-100 #8 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S.T.M. Designation C-131. 85. NON-PAY ITEM—SAWCUT OF EXISTING CONCRETE: When existing concrete or H.M.A.C. is cut,such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses. All sawing shall be subsidiary to the unit cost of the respective item. 86. NON PAY ITEM— 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 recycling 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 to two(2)working days before recycling begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the Contractor's responsibility to notify the utility companies that he has commenced work on the project. As the recycling is completed (within the 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 that start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company Telephone Number Contact Person Southwestern Bell Telephone (817)338-6275 "Hot Line" Texas Utilities (817)336-9411 ext.2121 Mr. Roy Kruger Lone Star (817)336-8381 ext. 372 Mr. Jim Bennett ADDENDUM 3 SP-30 R Of course, under the terms of this contract, the Contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5)working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the recycling 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. 87. NON PAY ITEM—TIE IN INTO STORM DRAIN STRUCTURE: The cost for making lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the respective lines. 88. NON PAY ITEM—SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation of sprinkler heads encountered shall be paid for under utility adjustment in the proposal section. No other compensation will be provided. 89. NON PAY ITEM- FEE FOR STREET USE PERMITS AND RE-INSPECTIONS: A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks,etc.,will be required. The fees are as follows: The street permit fee is $50.00 per permit with payment due at the time of permit application. A re-inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection. Payment by the Contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. 90. NON PAY ITEM-TEMPORARY EROSION SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE): A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measure unless otherwise directed by the engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dames,berms, sediment basins,fiber mats,jute netting,temporary seeding, straw mulch,asphalt mulch, plastic liners, rubble liners, baled-hay retards,dikes,slope drains and other devices. B. CONSTRUCTION REQUIRMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface are of erodible-earth material exposed by preparing right-of-way, clearing and grubbing,the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams,other water course, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms,dikes,dams, sediment basins,slope drains and use of temporary mulches, mats, seeding or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features,but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing,excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic,temporary soil-erosion-control measures ADDENDUM 3 SP-31 R erosion-control measures shall be performed as directed by the Engineer. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 2. Frequent fordings of live streams will not be permitted;therefore,temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessary. Unless otherwise approved in writing by the Engineer,mechanized equipment shall not be operated in live streams. 3. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 4. All waterways shall be cleared as soon as practicable of false work,piling,debris or other obstructions placed during construction operations that are not part of the finished work. 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels,oils, bitumens,calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. E. SUBMITTAL: Prior to the start of the applicable construction,the Contractor shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible-earth material to a minimum. He shall also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of waste materials. No work shall be started until the soil-erosion control schedules and methods of operations have been reviewed and approved by the Engineer. F. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. 91. NON PAY ITEM -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 Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. A traffic control plan shall be submitted for review to Mr.Charles R. Burkett,City Traffic Engineer at (817)392-8712,at the pre-construction conference. Although work will not begin until the traffic control plan has been reviewed,the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign,street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department,Signs and Markings Division, (Phone Number 871-7738)to remove the sign. In the case of regulatory signs,the ADDENDUM 3 SP-32 R Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. if the temporary sign is not installed correctly or if it does not meet the required specifications,the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled,the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the Oty Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas! ADDENDUM 3 SP-33 R (To be printed on Contractor's Letterhead) Date: DOE No: ~ PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for: MAPSCO LOCATION: LIMITS OF CONST.: Estimated Duration of Construction on your Street : days w THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL < REPLACE WATER AND/OR SEWER LINES - RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR>AT <TELEPHONE NO> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. ADDENDUM 3 SP-34 R Classifications Hrly Rts Classifications Hrly Rts Air Tool Operator $10.06 Scraper Operator $11.42 Asphalt Raker $11.01 Servicer $12.32 Asphalt Shoveler $8.80 Slip Form Machine Operator $12.33 Asphalt Distributor Operator $13.99 Spreader Box Operator $10.92 Asphalt Paving Machine Operator $12.78 Tractor operator,Crawler Type $12.60 Batching Plant Weigher $14.15 Tractor operator,Pneumatic $12.91 Broom or Sweeper Operator $9.88 Traveling Mixer Operator $12.03 Bulldozer operator $13.22 Truck Driver-Single Axle(Light) $10.91 Carpenter(Rough) $12.80 Truck Driver-Single Axle(Heavy) $11.47 Concrete Finisher-Paving $12.85 Truck Driver-Tandem Axle Semi-Trailer $11.75 Concrete Finisher-Structures $13.27 Truck Driver-Lowboy/Float $14.93 Concrete Paving Curbing Mach.Oper. $12.00 Truck Driver-Transit Mix $12.08 Concrete Paving Finishing Mach.Oper. $13.63 Wagon Drill,Boring Machine,Post Hole Driller $14.00 Concrete Paving Joint Sealer Oper. $12.50 Welder $13.57 Concrete Paving Saw Oper. $13.56 Work Zone Barricade Servicer $10.09 Concrete Paving Spreader Oper. $14.50 Concrete Rubber $10.61 Crane,Clamshell,Backhoe,Derrick,Dragline,Shovel $14.12 Electrician $18.12 Flagger $8.43 Form Builder-Structures $11.63 Form Setter-Paving&Curbs $11.83 Foundation Drill Operator,Crawler Mounted $13.67 Foundation Drill Operator,Truck Mounted $16.30 Front End Loader $12.62 Laborer-Common $9.18 Laborer-Utility $10.65 Mechanic $16.97 Milling Machine Operator,Fine Grade $11.83 Mixer Operator $11.58 Motor Grader Operator(Fine Grade) $15.20 Motor Grader Operator,Rough Oiler $14.50 Painter,Structures $13.17 Pavement Marking Machine Oper. $10.04 Pipe Layer $11.04 Roller,Steel Wheel Plant-Mix Pavements $11.28 Roller,Steel Wheel Other Flatwheel or Tamping $10.92 Roller,Pneumatic,Self-Propelled Scraper $11.07 Reinforcing Steel Setter(Paving) $14.86 Reinforcing Steel Setter(Structure) $16.29 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non- resident bidders in order for your bid to meet specifications. The failure of out-of-state or non- resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in (give state), our principal place of business, are not required to underbid resident bidders. b. Our principal place of business of corporate offices are in the State of Texas. -' BIDDER: Company6330 Commerce Drive, Suite 150 (please print) Irving, Texas 75063 � � Signature: Title: ,� crn� City, State Zip (please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION 4. ATE(MM/D M CERTIFICATE OF LIABILITY INSURANCE I COPY CERTIFICATE D 01 24200 PRODUCER Serial# 101741 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION CONTRACTOR'S GENERAL AGENCY,LP ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 3535 TRAVIS STREET-SUITE 300 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. DALLAS,TEXAS 75204-1466 (214)559-4887 (800)964-4242 INSURERS AFFORDING COVERAGE NAIC# -LINSURED AUSTIN BRIDGE Sr ROAD, LP INSURER A: BRITISH AMERICAN INSURANCE COMPANY 6330 COMMERCE DRIVE.SUITE 150 INSURER B: IRVING,TEXAS 75063 INSURER C: (214)596-7300(OFFICE) INSURER D: INSURER E: :OVERAGES 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 POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR N RC TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION L IMIT�a LTR N R DATE MM/DD/YY DATE MM/DD/YY GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 A X COMMERCIAL GENERAL LIABILITY CGL 0104207 10/01/06 10/01/07 OREMISESJEa ocourence $ 100,000 CLAIMS MADE FX-1 OCCUR MED EXP (Anyone person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 4,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 4,000,000 PRO- POLICY X JECT JECT LOC AUTOMOBILE LIABILITY CAL 0104207 10/01/06 10/01/07 COMBINED SINGLE LIMIT $ 2,000,000 A ANY AUTO (Ea accident) X ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) 4 X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTYAMAGE $ (Per accident GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE $ RETENTION $ $ WORKER'S COMPENSATION AND TORY LIMITS OER EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE EL EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? EL DISEASE-EA EMPLOYEE $ If yes,describe under SPECIAL PROVISIONS below EL DISEASE-POLICY LIMIT Is OTHER :SCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE:ABR JOB#72956-DRAINAGE AND PAVING IMPROVEMENTS TO ARBORLAWN DRIVE FROM BYANT IRVIN ROAD TO INTERNATIONAL PLAZA AND BELLAIRE DRIVE FROM ARBORLAWN DRIVE EAST TO EXISTING SOUTH BELLAIRE DRIVE PROJECT NUMBER C115-020115023231 -FORT WORTH,TEXAS-DOE NO. 5103 HE CITY OF FORT WORTH, ITS OFFICERS, EMPLOYEES AND SERVANTS ARE ADDITIONAL INSUREDS ON THE GENERAL LIABILITY AND AUTO POLICIES AS REQUIRED BY WRITTEN CONTRACT, SUBJECT TO THE TERMS,CONDITIONS AND EXCLUSIONS rQF THE POLICIES. ALL POLICIES ARE PRIMARY. ERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN CITY OF FORT WORTH NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL 1000 THROCKMORTON STREET IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR FORT WORTH, TEXAS 76102 REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25(2001/08) ©ACORD CORPORATION 1988 ACORD CERTIFICATE OF LIABILITY INSURANCE I COPY D DATE/242007 •PRODUCER Serial# 101742 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION WILLIS OF TEXAS,INC. (972)385-98001(800)443-0115 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ONE GALLERIA TOWER,SUITE 400 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 13355 NOEL ROAD DALLAS,TEXAS 75240-6612 INSURERS AFFORDING COVERAGE NAIC# - SURED AUSTIN BRIDGE&ROAD, LP INSURER A: ACE AMERICAN INSURANCE COMPANY 6330 COMMERCE DRIVE.SUITE 150 INSURER B: IRVING,TEXAS 75063 INSURER C: (214)596-7300(OFFICE) INSURER D: INSURER E: :OVERAGES 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 POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR ADD'L POLICY EFFECTIVE POLICY EXPIRATION LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YY DATE MM/DD/YY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES Ea occurence $ J CLAIMS MADE 0 OCCUR MED EXP (Anyone person) $ 1 PERSONAL 8 ADV INJURY $ IIII`. GENERALAGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ POLICY PRO- JECT LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY NON-OWNED AUTOS (Per accident) $ PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR FICLAIMS MADE AGGREGATE $ $ DEDUCTIBLE $ RETENTION $ $ WORKER'S COMPENSATION AND C44103138 10/01/06 10/01/07 X TORY LIMITS °ER 1�A EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE EL EACH ACCIDENT Is 1,000,000 OFFICER/MEMBER EXCLUDED? EL DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under SPECIAL PROVISIONS below EL DISEASE-POLICY LIMIT $ 1,000,000 4SCR THER IPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS E:ABR JOB#72956-DRAINAGE AND PAVING IMPROVEMENTS TO ARBORLAWN DRIVE FROM BYANT IRVIN ROAD TO INTERNATIONAL PLAZA AND BELLAIRE DRIVE FROM ARBORLAWN DRIVE EAST TO EXISTING SOUTH BELLAIRE DRIVE PROJECT NUMBER C115-020115023231 -FORT WORTH,TEXAS-DOE NO.5103 ERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN CITY OF FORT WORTH NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL 1000 THROCKMORTON STREET IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR FORT WORTH, TEXAS 76102 REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25(2001/08) 0 ACORD CORPORATION 1988 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No.5103 and City of Fort Worth Project No. C115- 020115023231. CONTRACTOR Austin Bridge and Road, LP By: (� Ti thy C. Creson Name: —Vice President Austin Bridge & Road, =-. Title: General partner Date: January 30, 2007 STATE OF TEXAS § COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared Timothy C. Creson , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of Austin Bridne and Road, LP for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this 30 day of January , 2007 ` 'G�f�,' NotaryRPuhr�c StateoY axes ry Nota Public in and for the State of Texas s y Commission Expires DECEMBER 2, 2010 r BA - 4347 PERFORMANCE BOND THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT That we(1)Austin Bridge and Road,LP as Principal herein,and(2)British American Insurance Company _a corporation organized under the laws of the State of(3)Texas ,and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties,Texas,Obligee herein,in the sum of. One Million Six Hundred Eighty-four Thousand Two Hundred Seventy-nine and no/100............................ ($1,684,279.00)Dollars for the payment of which sum we bind ourselves,our heirs,executors,administrators successors and assigns,jointly and severally,firmly by these presents. JAN �, 0 777 _ WHEREAS,Principal has entered into a certain contract with the Obligee dated the of 2007 a copy of which is attached hereto and made a part hereof,for the construction of: Drainage and Paving Improvements to Arborlawn Drive(Bryant Irvin Road to International Plaza)and Bellaire Drive(Arborlawn Drive to South Bellaire Drive) NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void;otherwise,to remain in full force and effect. w w BA-4347 PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety w have executed this instrument. SIGNED and SEALED this of .2007. ATTEST: I Austin Bridge and Road,LP (Principal)Secretary PRINCIPAL(4) By. Title: V Timothy C. Creson (SEAL) 6330 Commerce Drive,Suite!SVice President ✓ Austin Bridge & Road, Inc. Irving,TX 75063 General Part�iv (Address) Britis merican Insurance Comp Witness as to Prtncipa Surety J_ Address B ATTEST: Daniel T.Howard Attorney-in-fact)(5) �- (Surety)Secretary 3535 Travis St.,Dallas,Texas 75204 , (Address) (SEAL) NOTE:Date of Bond must not be prior to date of Contract (1) Correct Name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Re ecca S.Thacker, itness as to Surety 3535 Travis St,Dallas,Texas 75204 (Address) s� BA-4347 PAYMENT BOND THE STATE OF TEXAS r KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT That we,(1)Austin Bridge and Road,LP,as Principal herein,and(2)British American Insurance Company a corporation organized and existing under the laws of the State of(3)Texas as surety,are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas,Obligee herein,in the amount of One Million Six Hundred Eighty-four Thousand Two Hundred Seventy-nine and no/100................................... Dollars($1,684,279.00)for the payment whereof,the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents: JAN 3 0 2007 WHEREAS,the Principal has entered into a certain written contract with the Obligee dated the day of 2007 which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length,for the following project: Drainage and Paving Improvements to Arborlawn Drive(Bryant Irvin Road to International Plaza) and Bellaire Drive(Arborlawn Drive to South Bellaire Drive) NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253. Texas Government Code. as amended) supplying labor or materials in the prosecution of the work under the contract. then this obligation shall he w void;otherwise,to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government s* Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. 'JAN 3 0 2007 SIGNED and SEALED this day of, 2007. 4 A MP 4 t EP BA-4347 Austin Bridge and Road,LP PRINCIPAL ATTEST: By: — Ti thy C Cresor! Name: (Principal)Secretary —fitee President Title: Austin Bridge & Road, Inc. General Partner S4eto Address:6330 Commerce Drive,Stei95/5-0 Irving,TX 75063 WPrincipal British American Insurance Company SU Y ATTEST: Name: Daniel T.Ho '6 47 - Secretary Attorney in act A L) Address: 3535 Travis St. �L Dallas,Texas 75204 R ecca S.Thacker, Witness as to Surety M Telephone Number: (214)443-5557 M NOTE: (1) Correct name of Principal(Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition,an original copy of Power of Attorney _ shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. BA-4347 MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT That Austin Bridge and Road, LP ("Contractor"), as principal. and British-American.-Insurance Company, a corporation organized under the laws of the State of Texas. ("tiurctN"). kill hri�h acknowledge themselves to be held and bound to pay unto the City of Fort \North. a Municipal Corponuun, �hart�i d by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant C'ounq. Texas. the sum of'One Million Six Hundred Eighty-four Thousand Two Hundred Seventy-nine and no/100-------------------Dollars ($1,684,279.00), lawful money of the United States, for payment of which sum well and truly be made unto said City and its 04 successors, said Contractor and Surety do hereby bind themselves, their heirs executors, administrators, assigns and successors. jointly and severally. w This obligation is conditioned,however,that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Port Worth.dated the of n _ IAA_ _3 0_'007 1 2007 a copy of which is hereto att(tchvd and Illadr ;);u i hereof,for the performance of the following described public improvements: Drainage and Paving Improvements to Arborlawn Drive (Bryant Irvin Road to International Plaza)and Bellaire Drive(Arborlawn Drive to South Bellaire Drive) the same being referred to herein and in said contract as the Work and being designated as project numbers) C115-020115023231 and said contract, including all of the specifications. conditions. addenda. change orders and N�rnten instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof:and. WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will w remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City:and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two(2)years;and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period,if in the opinion of the Director of the City of Fort Worth Department of Engineering,it be necessary;and, BA -4347 PM WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain. repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF,this instrument is executed in 8 counterparts.each of which shall be deemed an original,this day of A.D.2007. JAN 3 0 7P97 ATTEST: Austin Bridge and Road,LP (SEAL) Contractor w By:_ Secretary Name: Ti thy C. Creson Vice President Title: Austin Bridge & Road. Inc. General Partner ATTEST British American Insurance Company - - w (SEAL) Secretary Name:Daniel T.Howard 4 - - Title:Attomey-in-Fact 3535 Travis St. Dallas,Texas 75204 Address R t If Y BRITISH AMERICAN INSURANCE COMPANY POWER OF ATTORNEY Corporate Headquarters, 3535 Travis, Suite 300, Dallas, Texas 75204 KNOW ALL MEN BY THESE PRESENTS: That BRITISH AMERICAN INSURANCE COMPANY, a Texas corporation, does hereby appoint: - - Paul W. Hill, J.E. Schranz. Daniel T. Howad, Dawn Knight, Tegist Jankowiak of Dallas, Texas - - its true and lawful Attomey(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizance and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the company thereby. IN WITNESS WHEREOF, British American Insurance Company has executed these presents this 6th day of December , 2005. Paul W. Hill, President STATE OF TEXAS § COUNTY OF DALLAS § On this 6th day of December , 2005, before me came the above named officer of British American Insurance } Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of said corporation thereto by authority of his office. r v ?? 11ELEN MILLER A,- NOTARY PUBLIC �, *ate of Texaa LL Z-ter- - ' o�` -a:�-m: Exp. 02-0i-2009 Notary Public In and For the State of Texas CERTIFICATE + The appointment is made under the authority of the following resolution,adopted by the Executive Committee of the Board of Directors of British American Insurance Company at a meeting held on the 25th of March, 1980. "RESOLVED,that the President shall be and is hereby vested with the full power and authority to appoint any one or more suitable persons as Anorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: 1. Attorney-in-Fact may be given full power and authority as outlined in the Power of Attorney for and in the name of and on behalf of the Company to execute, acknowledge and deliver fidelity and surety bonds and other bonds,consents of surety,consents to modifications of surety contracts as may be required in the ,. ordinary course of business,all notices and documents canceling or terminating the Company's liability thereunder,and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary. 2. The facsimile signatures of the officers and the seal of the Company shall be valid and binding upon the Company in the execution,attestation and sealing of any instrument appointing an Attorney-in-Fact." I,Dawn Knight,Assistant Secretary of British American Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said Company,whii;p. ill in force and effect;and,furthermore,the resolution of the Executive Committee of the Board of Directors,as set forth in the Power of Attorney,is nqy,-i forr - IN WITNESS WHEREOF,I have hitai o-if t my hand-and-affi*the seal of the corporation _ 'JAN 30 2007 this day of —,20 - Dawn Knight, Ass t Secretary BRITISH AMERICAN INSURANCE COMPANY IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact British American Insurance Company for information or to make a complaint at: British American Insurance Company Attn: Daniel T. Howard 3535 Travis Street, Suite 300 Dallas, Texas 75204 (214) 559-4887 (214)443-5624 (Fax) You may contact the Texas Department of Insurance to obtain information on companies, cover- ages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, Texas 78714-9104 (800)252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253- 021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. CITY OF FORT WORTH,TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT JAN 3 0 2007 This agreement made and entered into this the day of A.D., 20075 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 I Ph 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, Austin Bridge and Road,LP,HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Drainage and Paving Improvements to Arborlawn Drive(Bryant Irvin Road to International Plaza)and Bellaire Drive(Arborlawn Drive to South Bellaire Drive) 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4. s 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 140 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 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 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, 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 Article 5160 of the Revised Civil Statutes of Texas, as amended, in the form included in the Contract Documents, and such bonds shall be for 100 percent of the total contract price, and 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 Contractor 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 nn//a, shall be One Million Six Hundred Eighty-four Thousand Two Hundred Seventy-nine and no/100...................................................................................................................Dollars,($1,684,279.00). 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 copied verbatim herein. 11. It is mutually agreed and understood that this agreement is made and entered into by the parties -µ hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in 8 m 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 8 counterparts with its corporate seal attached. 'm 3 0 zoo, Done in Fort Worth,Texas,this the day of ,A.D.,2007. aw RECOMMENDED: CITY OF FORT WORTH APdaij BY: +� DIRECTOR, DEPARTMENT OF WMarcA. ANAGER ENGINEERING APPROVED: nC ssistant City Manager TRANSPORTATION/PUBLIC WORKS DIRECTOR w ATTEST: Austin Bridle and Road,LP 6330 Commerce Drive,Suite.x,651)0 Irving,TX 75063 - CONTRACTOR CITY SECRETARY (SEAL) C— BY: Cont. ac i tlOR I_ h Timothy C. Creson Date Vice President Austin Bridge & Road, ula. +4 Ge'WhI Partner APPROVED AS TO FORM AND LEGALITY: ADDRESS ASST4rITT EY ,.. November 1960 Revised May 1986 Revised September 1992 9�a •n,}jfGi�lU �IC'1l i PROJECT DESIGNATION. SIGN 1 ve e Va' U i �TTCt'ty Fbrt Wort art' 4 1- °- r© eet Tit l �s $ &,1 �CGntractor: _ w. ntractors Name ]. p=Scheduled FUNDED BY 86-88 CAPITAL IMPROVEMENT PROGRAM a 4MLHTY DEVELOPMENT BLACK GRANT PROGRAM Cao letlon Date Year 1 1 i V2- 4le.a- L 1D� WWTL ( X—IX 1;CXWt0l.W0 T/TPUTL LLTTTRS) 1.=rTV9 4&GTT Cr t 0 97 W OKTX•D=XM OM rtkLX pwo-tC7 Tnu .CD(T>V.GTDIt a 0M 01 htLY[nu 0THCR LETT ERS IN < YE'TICA STORM WATER POLLUTION PREVENTION PLAN FOR ARBORLAWN DRIVE & BELLAIRE DRIVE T In The City of Fort Worth, Texas TARRANT COUNTY,TEXAS HUITT-ZOLLARS INCORPORATED I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based on my inquiry of the person or persons who manage the system,or those persons directly responsible for gathering the information,the information submitted is,to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information,including the possibility of fine and imprisonment for knowing violations. Name&Company STORM WATER POLLUTION PREVENTION PLAN +� TABLE OF CONTENTS ITEM PAGE I. Site Description/Information............................................................................................. 1 A. Nature of Construction Activity B. Sequence of Major Activities C. Estimates of Total and Disturbed Areas D. Estimate of Post-construction Runoff Coefficient y E. Existing Soils&Runoff Quality Data F. Site Map(s),Narrative G. Receiving Waters H. Threatened or Endangered Species and Historical Places. H. Controls.............................................................................................................................2 A. Erosion and Sediment Controls B. Storm Water Management C. Other Controls M. Maintenance......................................................................................................................4 IV. Inspections.........................................................................................................................4 V. Non-Storm Water Discharges...........................................................................................5 VI. Notice Of Intent(NOI)......................................................................................................5 VII. Certification of Contractors..............................................................................................5 VIII. Notice of Termination(NOT)...........................................................................................5 IX. Maintenance of Records....................................................................................................5 X. Posting of Permit Documents...........................................................................................5 M. Plan Revisions/Modifications...........................................................................................6 - Glossary.............................................................................................................................7 APPENDIX......................................................................................................................................8 Site Maps(See engineering plans) Erosion&Sediment Control Details(See engineering plans) Inspection Forms&Reports - Notice Of Intent Forms(Copies) Notice of Termination Forms(Copies) Record of major soil disturbing activities Record of Revisions/Modifications Storm Water Pollution Prevention Plan This plan has been prepared in accordance with the requirements of the Final NPDES General Permit for Storm Water Discharges from Construction Sites in Region 6, as published in the Federal Register on July 6, 1998. Should contract documents conflict with the minimum requirements of the General Permit, State or local requirements,the more stringent requirements shall apply. In accordance with the requirements of the NPDES General Permit for Storm Water Discharges from construction sites, all contractors and subcontractors shall at all times take necessary measures to prevent the flow of sediment and other materials from the work site into the storm sewer system or to any receiving water. Such measures may include, but are not limited to, the placement of straw bale erosion checks and inlet protection, silt fence, riprap stabilization,grassing,sodding,etc. I. Site Description A. Nature of the Construction Activity. Preliminary, "rough" roadway grading for new Arborlawn Drive extending from existing Arborlawn Dr.,International Plaza to Bryant Irvin Rd. Also new Bellaire Drive from Arborlawn — east to existing Bellaire Drive. B. Sequence of Major Activities which disturb soil. (Descriptive) Major soil disturbing activities that will take place include: ■Clearing and Grubbing ■Roadway grading to proposed bottom pavement elevation ■ Cleanup/Final stabilization The site drainage areas and grading are indicated on the drawings and maps found in the engineering plans. C. Estimates of Total Area&Area to be Disturbed. The total area of Arborlawn&Bellaire Phase I is 9.0 acres. Approximately 100%of this area is expected to be disturbed by construction activity. D. Estimate of Post-Construction Runoff Coefficient. The overall estimated post-construction runoff coefficient for this construction site is based on { City of Fort Worth Drainage Design Criteria. Post construction runoff coefficient is 0.60. E. Existing Data Giving Soils Information and Quality of any Discharge from the Site. A geo-technical report for Phase I has not been prepared yet. No data exists on storm water runoff quality from this project. F. Site Map Information: The following information can be found on the maps sheets given on the engineering plans. -Site drainage patterns -Approximate slopes after grading -Areas of soil disturbance -Outline of areas not to be disturbed -Location of major structural&non-structural controls -Surface waters G. Name of and Location of Discharges to Receiving Water(s)and Area of Wetland Acreage at the Site. All storm water runoff discharges to the Clear Fork of the Trinity River. Wetlands have not been identified within the project area. H. Name of and Location of Threatened or Endangered Species and Historical Place at the Site. This site is not on the list or eligible for the National Register of Historical Places. The Threatened and Endangered List published by the US Fish and Wildlife Service lists: Bald Eagle—Threatened Interior Least Tern-Endangered Whooping Crane—Endangered as endangered or threatened species in Tarrant County.The existing project habitat does not support the above listed species and therefore,no threatened or endangered species exist on site. H. Controls In general, for this project the Contractor shall be responsible for the selection and implementation of erosion and sedimentation control and stabilization measures as necessary. Appropriate preventative and control measures shall be implemented prior to commencing any activity which disturbs the existing surface or could otherwise be considered a pollutant source. The Contractor shall take such measures as necessary to assure compliance with the requirements and intent of the NPDES General Permit for storm water discharges from this project. Such measures shall include,but are not limited to the installation and maintenance of the following: ■ Perimeter controls such as silt fence, straw bales, or equivalent to prevent offsite sedimentation and/or to prevent run-on to the site. ■ Silt fence, straw bale, or equivalent erosion checks for ditch and inlet protection to eliminate soils,sediments,or other debris from entering the drainage systems or receiving waters. a ■ Silt fence,straw bale,or equivalent sediment barrier around the perimeter of stockpiled soils. ■ Other controls,as warranted by field conditions and sequencing. ' ■ Final stabilization of the site shall be achieved by the Contractor prior to acceptance of the project by the Owner. At a minimums the Contractor shall install the measures shown on the Erosion Control Plan. A. Erosion&Sediment Controls 1. Stabilization practices To reduce the erosion potential of disturbed areas, temporary seeding, permanent seeding, mulching or sod stabilization procedures, or their equivalent, must be initiated on all disturbed areas within 14 calendar days of last activity in that area as required by the General Permit. The owner's construction manager will keep a record of when major activities occur,temporarily or permanently cease, and when stabilization measures are initiated. A copy of this record will be kept with this plan on-site. 2. Structural practices The disturbed surface areas for this project are comprised of relatively small drainage areas. Within these small areas,erosion and sedimentation can be effectively controlled using silt fences and sediment traps,as shown on the erosion control plan. During construction and until the site is adequately stabilized, ditches,curb inlets,and basin and drop inlets shall have stone siltation structures, straw bale erosion checks, straw bale dikes, or equivalent installed to significantly reduce the amount of soil and silt entering the underground drainage system and/or receiving waters. All stockpiled soil will be surrounded by a silt fence or equivalent to properly control sediment runoff. At a minimum, silt fences will be used as sediment controls on the sideslope and downslope boundaries of the construction and staging areas. The Contractor is encouraged to limit the number of access points to the site as both a safety measure and a pollution prevention measure. The Contractor shall submit proposed locations of Stabilized Construction Entrances, if different from those shown on the plans, to the Engineer. The Contractor will at all times take such measures as required to minimize off-site tracking of sediments and debris. Where offsite tracking does occur,the Contractor shall promptly remove any such material or debris. The proposed measures for erosion and sedimentation control during construction satisfy the intent of State and local requirements. The applicable erosion control drawings are given in the engineer's plans(Erosion Control Plan,Erosion Control Details). B. Storm Water Management Permanent erosion control and sedimentation control measures will be in place when construction is completed and prior to submittal of the Notice Of Termination. Specific locations of these stabilization measures are not given in the drawings but consist generally of the following items. Permanent seeding, mulching or sod stabilization procedures, or their equivalent, shall be initiated on all disturbed areas within fourteen(14)calendar days of last activity in that area. The proposed measures for erosion and sedimentation control after construction satisfy the intent of the State and local requirements. C. Other Controls The Contractor shall at all times take such measures as required to minimize off-site tracking of sediments and debris. Where offsite tracking does occur,the Contractor shall promptly remove any such material or debris. The Contractor shall comply with all Federal, State, and local regulations regarding the collection,storage,and disposal of solid,sanitary,septic,or hazardous waste materials. The Contractor shall designate a maintenance area for his equipment and shall comply with all applicable federal, state, and local laws, codes, ordinances, and regulations (including the obtaining of licenses and permits)regarding the storage,treatment,or disposal of any hazardous materials utilized on the construction site or construction staging areas. In the event of a spill of oil, fuel, or other hazardous material, the Contractor shall notify the appropriate agencies and shall immediately take action to control, contain, and clean up the spill. The Contractor is responsible for all costs,permits,fines,or penalties associated with any spill and shall submit to the Owner copies of any associated paperwork. Should the Contractor delay in spill cleanup,the Owner reserves the right to have the cleanup performed by a licensed disposal contractor at the Contractor's expense. Indemnification: The Contractor shall defend,indemnify and hold harmless the Owner and the Engineer and their respective officers,agents and employees,from and against all damages,claims,losses,demands, suits,judgments and costs, including reasonable attorney's fees and expenses, arising out of or resulting from non-compliance with this section or the Storm Water Pollution Prevention Plan (SWPPP). Othei Permits No other permits known. III. Maintenance The Contractor shall protect erosion and sediment control devices from damage and shall repair and replace dikes, erosion checks, sediment traps, silt fences, and overflow outlets when damaged by construction, natural, and other physical causes. All soil erosion and sediment control devices shall fimction as originally intended. All stock piled soil shall be surrounded by a straw bale dike, silt fence, or equivalent to properly control sediment runoff. Temporary seeding, permanent seeding, mulching or sod stabilization procedures, or their equivalent,must be initiated on all disturbed areas within fourteen(14)calendar days of last activity in that area. Stabilized Construction Entrances shall be top-dressed with additional stone as necessary to maintain their effectiveness. The Contractor will at all times take such measures as required to minimize off-site tracking of sediments and debris. Where offsite tracking does occur, the Contractor shall promptly remove any such material or debris. Accumulated sediment shall be removed and disposed of as required to keep the control measure fimctional. Excess accumulation of sediment at erosion control devices will not be permitted. Inspection services provided by the owner or owner's representatives do not relieve the Contractor's responsibility for inspection and maintenance of the erosion control measures or his duty to comply with this plan and the conditions of the NPDES General Permit. IV. Inspections The site will be inspected by a qualified representative of the CONTRACTOR at least once every FOURTEEN calendar days and within 24 hours of the end of a rainfall event of 0.5 inches or greater. Where sites have been finally stabilized, inspection will be conducted at least once every month until a Notice of Termination(NOT)is filed for this project. The inspections shall be for evidence of or the potential for pollutants entering the drainage system In particular, inspection should be made of disturbed areas, storage areas, discharge locations, erosion and sediment control measures, and points of entrance and exit to the site. The inspector shall indicate in his report if rainfall has occurred since the last inspection. When possible, the date and volume of rainfall should also be recorded. A written inspection report will be kept and filed with this plan. Any modifications or revisions to the plan based on results of the inspections shall be made for timely implementation of any changes within seven days of the inspection. Reports shall identify any incidents of non-compliance with the SWPPP and the General Permit and actions taken to ensure compliance. V. Non-Storm Water Discharges There are no anticipated non-storm water discharges, other than waterline flushings and irrigation runoff, from this site. rt VI. Notice Of Intent(NOI) For this project,the parties identified below will each file,as co-permittees,a Notice Of Intent(NOI)with the EPA. A copy of each NOI submitted for this project will be posted at the construction site in a prominent place for public viewing. Copies are also included in the Appendix of this document. OWNER: Wide Open Spaces,Inc. Utility Contractor: To Be Determined Paving Contractor: To Be Determined City of Fort Worth Under no circumstances will any construction activities identified as potential pollutant sources commence on this contract until 48 hours after submittal of the NOI. VII.Certification of Contractors Certification of contractors is not required by the Final NPDES General Permit for Storm Water Discharges from Construction Sites in Region 6,as published in the Federal Register on July 6, 1998. VIII. Notice of Termination A Notice of Termination(NOT)may be filed for each co-permittee after the portion of work for which said co-permittee is responsible is finally stabilized and accepted by the Owner and the DCDD4 (where applicable). The Contractor shall not file an NOT without the prior approval and acceptance of the work by the owner and the DCDD4. A copy of any NOT's filed in association with this project shall be submitted to the owner and filed with this plan. IX. Maintenance of Records This plan and the records required herein will be kept by the owner for a minimum period of three (3) years following the date of final stabilization in accordance with the requirements of the General Pemvt. L X. Posting of permit documents A copy of any Notice Of Intent(NOI)fomes submitted for this project will be posted,along with a project description,in accordance with the NPDES General Permit requirements and regulations. Posting can be on the job-site bulletin board or work trailer. Copies of these forms are also contained in this document. X1. Plan Revisions/Modifications This plan shall be amended whenever there is a change in design,construction,operation,or maintenance, which has a significant effect on the potential for the discharge of pollutants to the waters of the United States and which has not otherwise been addressed in the plan or if the plan proves to be ineffective in eliminating or significantly minimizing pollutants or in otherwise achieving the general objectives of controlling pollutants in storm water discharges from the site. A record shall be kept of any revisions/modifications identifying the reason for the change,the date made, the date implemented,and the section revised. This record will be filed in the Appendix of this document. GLOSSARY: NOTE: This glossary is to assist in defining the terms and practices used in this plan. Should contract documents conflict with the minimum requirements of the EPA General Permit, the more stringent of the two shall apply. Erosion and Sediment Controls: Structural controls include silt fences,earth dikes,drainage swales,sediment traps,check dams,subsurface drains, pipe slope drains, level spreaders, storm drain inlet protection, rock outlet protection,reinforced soil retaining systems,gabions,and temporary or permanent sediment basins. Non-structural controls include waste disposal, control of off-site vehicle tracking, and compliance with State and/or local solid,sanitary or septic waste disposal regulations. For common drainage areas> 10 disturbed acres,a sediment basin with a volume of 3,600 cubic feet per acre drained,or equivalent control measures,shall be provided until final stabilization of the site. Where a basin is not attainable,smaller basins and/or sediment traps should be used. Ata inim„m� silt fences or equivalent sediment controls are required for all sideslope and downslope boundaries of the construction area. These minimum controls shall also apply to drainage locations serving< 10 acres unless a sediment basin with a storage volume of 3,600 cubic feet per acre drained is provided. Stabilization Measures: Stabilization practices may include temporary seeding, permanent seeding, mulching, geotextiles, sod stabilization, vegetative buffer strips, protection of trees, preservation of mature vegetation, and other appropriate measures. Stabilization measures will be initiated as soon as practicable where construction activities have temporarily or permanently ceased. The measures will be initiated no more than I4 days after activity has temporarily or permanently ceased except where construction activity will resume on that portion of the site within 2I days or initiation of stabilization measures is precluded by snow or seasonal and conditions. And conditions may occur in areas where the average rainfall is less than 20 inches. Storm Water Management: Practices include wet ponds, retention structures, flow attenuation using vegetated swales and natural depressions,infiltration and sequential systems using one or more of these practices. J711 lr uf��iVu� fa,l��J, jM I r APPENDIX This appendix contains: - ■ Inspection forms and reports ■ Notice of Intent Forms(copies) ■ Notice of Termination form(blank) _ ■ Record of major soil disturbing activities ■ Record of changes/revisions SWPPP SITE INSPECTION REPORT Date: Contractor: Inspector: Qualifications: Reason for Inspection: 14 days W rain event(Circle one) Project Name: SITE CONDITIONS: Erosion and Sediment Controls In Conformance Effective Construction Entrance Yes / No / NA Yes / No Sediment Traps Yes/No/NA Yes/No Inlet Protection Yes/No/NA Yes/No Stabilization Yes/No/NA Yes/No Silt Fence Yes/No/NA Yes/No Straw/Hay bales Yes/No/NA Yes/No Vegetative Buffer Strips Yes/No/NA Yes/No Storage Area Yes/No/NA Yes/No Yes/No/NA Yes/No Yes/No/NA Yes No Violations Noted: Recommended Remedial Actions: Comments: 1 certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based on my inquiry of the person or persons who manage the system,or those directly responsible for gathering the information,submitted is,to the best of my knowledge and belief,true, accurate,and complete. I am aware that there are significant penalties for submitting false information,including the possibility of fine and imprisonment for knowing violations. Inspector: Date: Notice of Intent(NOI)for Storm Water � TCEQ Office Use Only Discharges Associated with Construction TPDES Permit Number:TXR15(��_'_�_� Activity under the TPDES General Permit GIN Number.IN Fee Receipt No. TCEQ DIPORTANT: �l -Use the attached INSTRUCTIONS when completing this form. )1 •ARer completing this form,use the attached CUSTOMER CHECKLIST to make certain all items are complete and accurate. -Missing,illegible,or inaccurate items may delay final aclmowledgmmt or coverage under the general permit. Application Fee:You must submit the$100 NOI Application Fee to TCEQ under separate cover(see instructions)using the attached Application Fee submittal form(DO NOT SEND A COPY OF THE NOI WITH THE APPLICATION FEE SUBMITTAL FORM) Tellns how you paid for this fee: Check/Money Order No.: Name Printed on Check A. OPERATOR 1. TCEQ Issued Customer Number(CN)(if availablo 2 Legal Name(spelled exactly as filed with the Texas Secretary of State,County,or legal document that was used in forming the entit)r} 3. Mailing Address: Suite NoJBldgNo City: State: ZIP Code: 4.Phone No.: ( ) - Extension: 5. FAX No. Email Address: 6. Type of Operator. D Individual 0 Sole Proprietorship-D.B.A. 0 Partnership 13 Corporation 0 Federal Government 13 State Government 13 County Government E3 City Government D Other: 7. Independent Operator. 0 Yes Mo (if governmental entity or a subsidiary or part of a larger corporation,check"NO") & Number of Employees: [30-M, 10 21-100; E3101-250; 0 251-500;or 0 501 or higher 9. Business Tax and Filing Numbers(trot applicable to bdlividwk Govvwnen&Gme?nl Pwmership.&and Sole Proprietorship-DB.A): State Franchise Tax ID NumlxrL Federal Tax M,___ _. TX SOS Charter(filing)Number DUNS Number: (If known) IEL BU LMG ADDRESS (Ibe Operator is responsible for paying the antral fee.) ❑Same As Operator(check if address is the same,then proceed with Section C.) 1. Billing Mailing Address: Suite NoJB1dg.No.: City: State: ZIP Code: 2. Billing Contact(Attn or C/O): 3. Country Mailing Information(if outside USA)Territory: Country Code: Postal Code: 4. Phone No.: ( ) - Extension: 5. FAX No. E-mail Address: TCFQ-20022(07n2f20D4) C, APPLICATION CONTACT(If TCEQ needs additional information regarding this application,who should be contacted? L Name: Title: Company: Z Phone No.: ( ) - Extension: 3. AEmail Address: A REGULATED ENTITY(RE)IM+ORMATION ON PROJECT OR SITE L TCEQ Issued RE Reference Number(RIS(if available): ..� 2. Nam ofProject orSite Arborlawn Drive OABellaire Drive •3. Physical Address of Project or Site: (eater in spaces below). SuedNamber: N/A StredNrrmer Arborlawn Dr. and Bryant Irvin Rd. City(nearest to the site): ZIP Code(nearest to the site): County(Counties if>1): Fort Worth 76109 Tarrant 4.Um physical address(Stred Number dt Steed Name),provide awritten location aeoess description that can be used for locating the site: (Bx.:2 miles west Som iatasection ofHwy 290 dt IH35 on Hwy 290 South) Site begins approx. 0.8 miles North of Southwest Blvd. on Bryant Irvin. Alignment continues East to Bellaire Drive South. I Latitudes. 32.70516 N Wit; , —97.41716 w 6. Standard k dustrid.elassi8cation(SIC)code: 1611 7. Describe the activity related to the need for this authorization at this site(do not nVM dee SIC mrd NAI S oode): Development and Traffic Flow Improvement 8 Is the ps+ojeWsiW locdod on Iodism courmy Lands? 0 Yrs .13No If Yes,you must obtain autborization through SPA,Region VL IL SITE MARING ADDRESS(address for receiving mail at the site) ©Sanas As Operator(check if address is the same,than proceed with Section F.) Mailing Address: Suite NodBldgNo.: Che. State ZIP Code: F. GENMAL C HARACIERIS " L Has a Pollution Prevention Plan bees prepamd as rrgWmd in the general ppermit? 13Yes Mo H No,coverage maybe denied as the PPP is required at the time the NOI is submitted to TCEQ. 2. Provide the estimated area of land dishrrbed(to the nearest acre): 16 Acres 3. Provide the name of fire receiving water body(local stream,lake,drainage ditch),MS4 Operator(if applicable)and the segment number where storm water runoff will flow from the construction site. MS4opergto City of Fort Wo tr h�gwa��,, Trinity River } segment Clear Fork 7C'9Q-20022(07/12/2004) Pop 2 of 3 G. CERTIFICATION I, CidWiM I ZONNCi l Typed or printed name Title(Required) 1t oenify under penalty of law that this dormant and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system,or those persons directly responsible for gathering the information,the information submitted is,to the best of my lmowWp and belief;true,accurate, and complete. I am aware there are significant penalties for submitting false information,including the possibility of fine and imprisonment for knowing violations. I further certify that I am authorized under 30 Texas Administrative Code§305.44 to sign and submit this docament,and can provide doarmen#ation in proof of such authorization upon request. gam: vv.lt Date. /0—oZ7"Q rP (Use Bhx v) -1 _ 1 # 1 � j TCEQ-20022(07!12!2004) Page 3 of 3 Notice of Termination (NOT) for Storm 7 ;= TCEQ Office Use Only Water Discharges Associated With TPDES Permit Number.TXR15•_ ---NO Construction Activity under the TPDES GIN Number. •_•_•• •• •• •• •• •• `••• Construction General Permit(TXR150000) lTCEFor help completing this application,read the TXR150000 NOI Instructions(TCEQ-20023-Instructions). lA. TPDES Permit Number. TXR15 B. Construction Site Operator Customer Reference Number. CN Name: Mailing Address: City: State: Zip Code: Country Mailing Information(if outside USA)Territory: Country Code: Postal Code: Phone Number. Extension: Fax Number: E-mail Address: C. Project/Site Information Regulated Entity Reference Number.RN Name: Physical Address: ^� Location Access Description: City. County: — Zip Code: D. Contact-If the TCEQ needs additional information regarding this termination,who should be contacted? Name: Title: Phone Number. Extension: Fax Number: E-mail Address: E. Certification I certify under penalty of law that authorization under the TPDES Construction General Permit(TXR150000)is no longer necessary based on the provisions of the general permit. I understand that by submitting this Notice of Termination,I am no longer authorized to discharge storm water associated with construction activity under the general permit TXR150000, and that discharging pollutants in storm water associated with construction activity to waters of the U.S.is unlawful under the Clean Water Act where the discharge is not authorized by a TPDES permit I also understand that the submittal of this Notice of Termination does not release an operator from liability for any violations of this permit or the Clean Water Act. Construction Site Operator Representative: Prefix: First: Middle: Last: Suffix: Title. Signature: Date: If you have questions on how to fill out this form or about the storm water program,please contact us at(512)239-4671. Individuals are entitled to request and review their personal information that the agency gathers on its forms. They may also have any errors in their information corrected.To review such information,contact us at(512)239-3282. J The completed NOT must be mailed to the following address: Texas Commission on Environmental Quality Stone Water& General Permits Team; MC -228 P.O. Box 13087 Austin,Texas 78711-3087 TCEQ-20023(02/03) Page 1 of 1 Storm Water Pollution Prevention Plan Record of Revisions\A4odifications Date Plan Date Drawings Rev Revision No. Sections)affected Modified Implemented modified? by Storm Water Pollution Prevention Plan Record of Major Soil Disturbing Activities Date Activit CONSTRUCTION DETAILS .AUG--26-2004 THU 09:13 AN Fw—Dep! Of Engineering FAX NO. 817 392 2483 P. 06 TEMPORARY PAVING DETAIL. (FOR WATER, SEWER, & STORM DRAIN) NTS MIN. 2" HOT MIX ASPHALT oasT. STRM UMITS OF.TLMPORARY PAVEMENT PAVING REPAIR • I ll.-- i III t .. E?QST. ®ASE BACKFILL It-4. 6" COMPACTED (SEE FIGURE A) . S —BASE MATERIAL Q FMOMMENT (SEE FIGUK A) - •V CITY' OF-FORT XORM--CONS'T'RUCTION STANDARD Flc TRE 8 DAM 41—.29-01 iS. TYK SEE SPEC.BE14 O.C.D. Mit wm 8` Ii<IITIAL BACKFILL COVER •a;{ • .' SAND MATERIAL EMBEDMENT & INITIAL BACKFILL ` •� SEE SPEC. E1-:-2.3 O.C.C. MINIMUM 80 --- EMBEDMENT A. " WATER: SIZES UP TO AND INCLUDING 12" -� TYPE 'C" BACKFILL _ SEE SPEC. E1-2.4 `MINn�m Dams GACKFILL COVER: =: -,;.� O.C.D. •WAS 6* - SEVER — 12' k;—;,: rz-:` CRUSHED STONE OR SAND STORM DRAIN — 12' '� `s` I MATERIAL INITIAL 9ACKFlLL l ." •' SEE SPEC. E1-2.4(b) OR • � , C 1.• O e0 E1-2.3 G.". :•.iq. MINIMUM 6' ' • `°•• f EMBEDMENT `• .•' :•' CRUSHED STONE f SEE SPEC: EI-2-3 i + . i I•- O.C.D. WATER: SIZES 16" AND LARGER SEWER: ALL SIZES STORM DRAIN: ALL SIZES j MATERIAL -SPECIFICATIONS SAND GRADATION *LESS THAN 1001 PASSING -0200.SIEVE - THE EMBEDMENT AND BACKFILL. DETAILS PROVIDED ON THIS , •PLL 10 OR LESS- SHEET SHALL REPLACE APPROPRIATE PROVI"S OF BOTH THE—EI-2.4(b) AND E1-2.3 OF THE Q.G.D. AND STD. SPEC. ITEM 403 OF THE 7PW STANDARD. SPEMICAMONS FOR STREET & STORM DRAIN CONSTRUC11OK ALL OTHER CRUSHED STONE GRADATION PROVISIONS OF THESE ITEMS SHALL APPLY. � SME X RETAINO It 0-10 - i 1y" 40-75 WATER, SEWER & STORM DRAIN 3/B" WOO EMBEDMENT AND BACKFILL DETAILS. 00 5-100 CITY OF FORT WORTH-CON LIMON STANDAM FIGURE-A _ DAM 2-:49-02 P a W O s Z _ W � = a a 0 v f H 2 N < A V r ;. w V F Z _ V ~ e -- --- C O W � cc o i — --t — ----- p LL e F. w 39 a Gc W U c 0D U) 38MVI( '0'0 v o Q + Q W =W \ W O =Y J u � 386 Addendum T _ _ . . m � � : j a § . « ae : -, � .■ �, ■ � � f ■ � a ■ _� ; ] � ■ _ x -- ' I 1Af . ( � _ . } aE ■� �° k I t � � � ■ ., � "■ � &t& ■ � - _ } it lit a I _ | ti ib § - \ % | i .6� ! Q Ada,aa , 376 . � � � - s• � P f 0 0. {:..r U) a 4Y K � it f O gga77G`t �d J W Ix 3 a &� ° t � � > T0� Q o t d Q w z v d U) o ti2W ioy v o NZ�1 : o0 ONt � s V Off: N0. I s i #5 $ li i V � b 5e6 8a ` e� yys s I ,mss wn, 377 Addendus 3 f 0 jib $ & 22 � --- : ' �, ■ � � { . & / � ■- } k � ( { cp � A k � It 20 � ■ || ` � � t — . - _^�> ~ | ■- | — ■ || - A . Hf | ! / ■ . � • . . , 22z Z4 all | , ! 2 � �� �|� �■ — \j / | Adams_ , gs ; T | - r - i i G . r MANHOLE FRAME a COVER SHOWN, INEENA14 R-0966 '~ « . 9• OR EQUAL ZOOLOS.) FOR INLET.COVER MAY BE 20"WEENAN 8-1137 OR EQUAL.IOS G LOS). PLAN of FRAME 2S-3/4: 3/4� ►/fes 24' a -n 4-3/4" SECTION C-C 24' 14 iT ►2' f-, ► SECTION -B I/4" Conopflo. 0 ' t 1 TOP COVER BOTTOM 8 STANDARD CAST IRON FRAME 8 COVER REVISED IOVI/07 CITY of FORT woRTH.TEXAS-CONSTRUCT ION STANDARD REVISED 7-94Eiw/WRM DRAWING NO.S-SDI7 DATE- DEC.191 Addendum 3 387 „ a � ♦ 4• i r qzv r 3 Y .rr M t r i ■J• A ' _ _ to E>s Q ' ■ -S • - ��w aaw (nx lr t + ' aw �.Va ruane p N `ri an Dena dw � i Z ■ .t s o `�R` I � O O ( wig=w low id s a a �_ n Y r • ii ~ t o O a & _ SIC Ll 6 F �1 ■ s.O i ~ t t� 1 r ►r J • V O 1T- r 1 t O • ' 2 .� Le YLit m S ■ 1 • w r � J Z IL 1 -� ��1 � � � ■ .ahs 4 i9 • ■ ■ s o 7-1 Dr 11 t� Y L/ r •8 rr■r �o ; Y w ��E y�y =-p-. rY • � w J•■ r E � � Addcadus 3 r"� 371 ZLE ' 33 e tit r �y�•as � � :i � , • 9 �'• ��` �a Ii f - (' Z-O'MAN. 1 x 19D a Q � W D r � N Ott A � • •-( i a� SIDEWALK RAMP NOTES zK t . U EV9410N ,JOINT Agro SIUCOlE St 04 SWU SE VASI01ARY TO tHt M'RICH: DID FM SIKVlrtlE• CA 4 aur i 9) DC ACTUAL LMS W REM MAL W OUST- p+G wo AW GUTTER Arra SIKVALX•SW .L K AS 11RE 0 IT THE fNGIWA R IN THE nmt 3) HoNWTHOC V" OR FLAREO SIOPCS MAY DE AZSTAtM ON am $IDES W THE-RMP 6" DEPH3m HDi THE nme CON thm opt At tomo 1Y 'TIE ENGItm of 2,4 0 TM PAHn VITN RETUFMI CURBS MY !C un VHCRC 441DEStr4" WLI NOT cm ' Nxt"AL1Y VALX ACROSS THE Rw. ir- MALL X A00 H01XAM Mr W 1 L SFAD U= W RASP Stall HAVE' A VAXD M SLOPE w M% PEKSTRM co" 000i0 V" P" p1w THE K�UC1N�.1t c SLOPE'SHALL K 14Z m3culw sacwmx cum* ■ � r • all • *r*; • #''.•'.� ~' WAX at CW OWL K Cdr • i 40 r HAIR RAMP ' I= Wcom r0ow YDOW N C/G STANDARD PAY LIMIT • DETAIL Ci?Y 1F foRT %MTK TEXAS - CONSTRWT10N STANDARD OCTCSER, 1992 r WR- 1 - ?"LT TIE-IN 1 I - i i i SIDEWALK RAMP CM �crt s o� .saxr«m sunk sm�vr,ic awg s�wt s saRa>�,r m uai waQ gas rale Mw wr fle sm�i+Nxawi�ic oto sr isc osam w M is x 6" .1 - swma rm �� r � yr vi - JZkMW na.-•� V4- Vf Imu JMW a ZLX*C scKaG "m a "p.cow rmx rrsr. r asu • omu van rm CDCAM PLVCP t JOINT DETAIL - - CITY OF FORT YORTK TEXAS - CONSTRUCTION STANDARD OCTOBER. 1992, i Papesaledw?ubUU&VM Cw%p4l y ftnuel Tnblle cis tbe-o4rrd laic6 am : �Qub, 1 Y �• ry _ • W.Yblaod ^ � n Fig. so a PubYY Slde vilk Cwt rt _ -TYPE- III SIDEWALK RAMP 1 BROOM FINISH 1 HMAC TIE-IN 6" We.atsccuo cr . ] 04 "camas . a Mew"an r�� SAM Q "W.ams l rt cDom pa%vw CITY OF FORT VORTK TEXAS. - CEMTRMTXN STANDARD OCTOBER, 19}2 1 L. 1 . TYPE . I t i . PROP. 4' RAMP COLORED SURFACE 1 - —tile - 142 , Y VatIOLC W.IwT gm I IM R CTYPJ 1 CITY or FORT VERTK TEXAS - CONSTRUCTION STANDARD OCTORM 1992 l � a �W C.cc,.29 cp N € FN 2*. yy p m aM,O d NNd mOL �yyi W g Y % C,'Y C1'� b LOLL+ C � Ln~ [4 LL cA d. Eo oio-c3 0 J 1 a r- cL._r+�Lm v ti D F- Z \" � n°- 1- N �0 pcp55 bL r°.bm'q'_ +�• ? '� V N a a $ ^o aw b O +��E�POOn O Q d ��. c ' w Z + vi d +o$m lb, O 9t X U fA 6 'p a a w ._ ._ „ = C 0 LU c °M •LEEynm optLe�ocL N �� m � O e CL WLn a N d W w 3�L330d J O 0Qb }^_mAiE n xb^ J + d «OEbUD u°i ami+9vm �V L m$ i�r m < � v-"3Fb°°nmb._L°xnue 3ti § NL a 2 W W O Oa m6+Ovmi o.L.b+ddOd ` S Y .Z PL1- �o ul Lu F O J _ Z 1 H 1 m Lu n - 2 W ±n _ O, m d NU v _ n O as W C F so; - = Z C. m a onLL jm c w N l +L� U 20.- N _ Z 1 0 d 0 OZ b 'c o c a = d 990 c w€$ p w •m« <, v= o o«o O 2 W ovL° V LIS Ln ? p0«0CoC C ¢0 v LL 00 1 H 61 as O OW P C F A r A M M M M M M M mmm m m m Ol m O- CC• J.m F Uf N YI N P ul b b m b.G N.p r b b b Vi b lD m C O •- �o OU O d � as a d� 0 d d d c o o c 0 is - i•' O a N T.- . ry N ccs o o d 0 :1:11 ZIM 1. ___ _ _ _ _ ___ v a v _ o+ O a d 611;;6 d d 6 d d d d 6 d 66 d d d d m v ^ z d d flu a N N- -N M M 4 -- N N m P m xmf ge L O O O O O O O d O b O d O d d O d O 6 6 d d O d d d OO Q 11 1O• OO F- 0 a O O O d O 0 0 0 0 0 0 0 0 0 0 d O 0 0 0 0 d d d 6 0 O O Cy M m EU Q 0 0 0 0 0 0 0 0 0.O O d 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0• O O m _ f CTr——— it La0 S dOC C 4 o _ ENL N V1 O N N v N O M O m O N M M O m O N 0 m LL�•; mC m m m m m m m m m m m b b m m m m m b m m m mmm m m m OL N O aC_ x me�- mmm mmm oddon° y m Z rOn�° w — L aNOL0 p F'• au w O 2 W M a Q m L. C C. � m +LaE U w 0 N'occv T-O xf _ n O O •asn 01---4-d-144 mutt44r o camosmP JO ell��eJ F..JJooul JO;uo c{aYJo}JWyo OF PJopuoic 14l;o U.tuanuoa a4F l LFIIIVlcuo0sa�ou taYnesP 10°x1 vanaocyoU-aeO10 Luo Joy 100x1 LO BDOm BI pulx LUD;,014"-ON ,FOY Bol{Ooud 6u IJaaul°v3 vOxal.a4i LO P..Jano6 01 O.puo{e 4E;m aen a41 .tl3YlI910510 �°°0 03AY'Idilp Sl3 31 c via H o c u o u S gNao $ W g. O° Ny C COLS} G > co Ly"' v Z H z a € �L t n ar° cw mL �°. m"-}}c ? 4- U N Q U e° o ° p z +° ui m°soma o X U N N S ° z Q o O 'o B «d C F on CE•m4W OO CmmmN°U O m Li O o n v N 2— Z3 o$ -Dmo+L na'^ ,1 fi o vni UmLmw -0.Is = W N N L} p ,C.0 Ott y O g q I a J =wQ Drag §m i a F Ob Vam LU .�}y 0 D� M a Z 6 S ' JC O" DavmD 01 I-:` NN �?T m ¢ w.bb_II _3F'}°UonvL'i m._c c xonm l/1 � e c,• m's -c� m wvm•o Nln D._ omo_m�n«-_0 3 1. C NL Q 2 W wmo:}�o_a+ovmi CCm Ca.mm DO JL O = O O }T 3ui OY2 41.1 ..Z IL a T° 51 (L J. I J r m 1 H 1 i- m z n O Q «o cr a� O O as --TZ aryCry JC~• - W D r F CE < m �•Q' LOO. ly = Omo }D O n -or N Q¢ LLJ09° NLfOm O CC W O" N I .p^ W o = LA. U OQ 11 N el as }t N N N 0 0 0 0 0 0 m m m b b b m 1- O O a m Q o o d o d P ~ Q O O O O O C .. N z a N N N 2 O O O 0• O U P m m P m m P m m P m m m P m m m m m m m m m m P m 06- m m m m m P LL d d o d o c s d d d d d d d d d d did d 2 0 0 o e o 0 0 0 0 0 0 0 0 0 0 N b 86 O d O d d d P O d d d d d d d d d d d d d d d d d d d d d d d e d M n N M N m n f v m M N N N m -m m b,P N•m'1 N b 0 a d O 816 P O d d d d d d d d d d d o d d d O d d O d d d d d d O d d d x' < M n N ry n e umi tmv r ry n v in ry n P N M n a ry n m N N n Q N n m ry n e y O d d did d 0•d 0 0 OO d d d d 0 0 0 0 OO O O O O O O O O O O O O O O d E E nRIC °W°L � m_ - M m _ l N N PONON . OOm N ONN M m O_m 6m Nvu`OhOm Qpt OU .m0 LLO•- m0}m3 zaCmex O VN-OO cL `. W rOa] HC m m m-1-1-1 m m m L 4mOL0 0 P NW W z r QOOO O Z W N N N m N ±L...m m m m n LN}CC ~ L�oE- U N mmm mmm m m m m m m mmm LL ai-on 0 asoN+P'oPuo+s°u141 naaJ sa61"1 Jo ayl°caJ}PaJJooUI Joy Ju aiouuo/Ja44o ayoµr.asoOJnG}.Wo�0, 00OXoo0oy4 Joy.(}1114!suo°caJ ocaivfa¢o looxl aOJyODJd OU JaaU 011 ox.j. R1 G,0P0 91 Duly FW bo RyUPJJ'PN .yPY I ! ! 3 1. Vy o DauJanoD al DJopuo+a alU4 to aan aVl .u3nivioslo .30V U3AT'Id510 S13A3l Cp P+� a9 LOLUDU O+N O D "• w LCD u°-c8 o>'.•U�oOCCCL mCO m�}vw Pga°m 0 d •'- cm :° J O U ��O v GwLD OOJ�c 3w �` '.''L3SP dOCO o L D. NN O Pdy G ` y3+U-CLDO,y+,. O dONm._ L C Q N W a E \ $D+O - 9LNC'dO�ON- Ld -OUWG OiO O mL•-D OTm. }OL ~ Z Z J a L Cpm VIOCOCXOC-TOOO OL pULLmLI 302C o mau+W L C•- c+ e..e Cc7. _ e ° d * .. Ow•-L d..•---36 D: 3t OOdU D O DD p$ [ o .T N .mco.1 T- ]to .F� mw4 wD o°•: v~Yi LDO- D 1 do Q pp L •_- 4L OCG Oj OO�ONCL +dn L¢ L'•O P+ N+OD < QUMO OOdD c En° m do L Lou Lo•_$ crao m,w =_ —c W W 'L`n Iw', + C ° G e Ut�+Od•_P •-DL PL Y C On C + O �� (o�t'L�_e.�l O Od- O eDOL LbL>]0 F&_.`mOC°_mC•_OD0L d -qb ;OC O d•O T t$n:a°c°oco d« ]-p owD cmc°Os o°=- vtno +mwo W --! L}v§�' o _oct.LOmL.„upa Lam, mach u vo+ L0•- O oia `m Tw'd mdT ;m LL- � G fid'- " _ •E o n}C a O+00d CCmc O+nn CO* o�oW+ 0, Z; •dG�`GOO�o �]¢ H x"13 c�ovm a m-° ovw - x-dLo ->+L PS+- DO o}+ Z O C p�QQ yyU._._ Pmt O9CL a-� tt++C'T O U aL._L I♦ D _:g �•. 3 w t D3---_CD E•-+ M OC CO+ _ 3 m41L9-] D LD aon°+ DOPG•-O`er > �,- •- 3" OWL• pOU> m•--O N� DOm W wmpCD N LUcNbC\m-N N E O L 0 DO. LLO-+f•-W C Owo L. w0 O� W°n�..oma'U-OCOm W .S oWPwooco3L L._ ]] I- ._ _ N O-CPL 6m8«meq�O O.LO ddO�O Z OOOm QOA•��NL OP y O '0. 0 u'sr L°O->o00L"'o-6 o+t otm°«w n`m•`o o8'cu�jc ows`c+o O.GG 3L0 •- d L-O}D LD-- mW mm-CU•- t CN•-OPL O}O+ L L-d 3 'D 3G COm LO•�d'd Q OIELU L mEm OOC+ D]m •-3- aad -0 Gb06G0 C + CO OD d Ov0 _w C OU L }}+3 OL-O}0+-002- OLC ON O f-Q �'-'- C-•- E ♦O ]O G ]C]J 5kt-m3 GW�c�-V.b E�o-e. - - W1q d=_ =CLLm>_d OLi. wm QU aw PL K L ++LO-.ZZ ,C -L 6.TOS LLLb rnG Zm C<•E3wd TION mLLV)w 6M•r3 W y< *LV1.4C-F N,LpF _ 0 o a _oo 0. > „O2+Z m sa(Jo/,y+Dual m CO C ¢ a HL w I_ (+sa+�o45) Z T m '1+sSa I AD„b-Zm am sa1J0A 4+Dualal 5 „0-,2 _ +o m c 1 n _ ~ m F N II; L c _ m o" 3 Q 3 z _ �LO �_ O LO wil o N w V �3 -Jt j N IOm O O>-L ]r I tOW� y V N n t ' gaD'A a o 'd 2 6-,2- n+ l a ootL o U 'f .; � - "M .�++w=_ V) 4 0'LU 1•N UN O P",a>pWE UN I N 1.1 +i_ Z 2; O> ? LL31¢¢4i t0 YVIJj$ MO = I MA -1 I UQ M� .Z W �O > 1 p ¢ m '"ra a 3KC Or , l= Z YW.I...= Z t �+ Z a0-.z (A 30 w rnH J may Ne WJC NR W� Q ~O a s sae mm E+ _ '- mowwos D.z> Jop� alio W i m ;T Uy T ± cr D+ m°p P U V 0 0'0'0 0'0 0'0 0 0 0 0'0 0 0 0 O« N ' z QL° / L J � dC _ uj W +O P3 Cu r-On Q Im-O�Y ti�Y NtON mM1 00 MO O } �••� L n n n n v v v v n m m m O 1 W u w.015 Lo J _ Z.. 0✓ 0666, 00000i..a a�P... €c � > r. a N J Lp m° azIs n:ea's'a's e'ps iee eu ' a W •05 - ; U ZL jC - G 0000000000�P biDm mmmm Cw WU m b '^ _-______ NOW m Da` az15 �+ 00 c0 =� z „ c+or elc0000i°iD oloniD er000 c°o > o - I w ° z C]C o o 000:TT,ZDe.on Z.o+on uoiD 3 c O --- - NNNNw1MMP v O K } ~ H _ m c U W o 3 W ww c N G r i.l iv iv in in in a in.n iD.D r i•m %0{h ~' �cc moiD00000000000 .£ .b MH Z ..0-,z i c _ . a Dy PJOPUD+90u1+InvaJ 9aWoumO Jo II+I nIIeJ+oaJJooul JD+JD 9aowJol LG M •J9A909+U43 a900fJlM+.CVD UODIIIJ9AUDD Byi Jol�+11191IIUDOIIaJ Dll¢a"MIIIIO aWIHoo Joa a61+-ld OU11-16u3 9DN.I.ww+AD Pujo"'O9¢ PN A-RlD RiuDJoB •,lotl 1 IIIV+�o a9n V1 rs3NItlV5[0 ISIN3WWOJ