Loading...
HomeMy WebLinkAboutContract 38362CITY SECRETAr.v 'l<t2 f _ 1- CONTRACT NO .. -~ SPECIFICATIONS AND CONTRACT DOCUMENTS LITSEY ROAD PHASE II INTERIM IMPROVEMENTS 1.)f TPW PROJECT NO . C291-541200-2024z0090983 CITY PROJECT NOo0909 -r.1 IN THE CITY OF FORT WORTH, TEXAS NOVEMBER 2008 Ml eo,v FOIi: __ COttrRACTOR __ CONTRACTOR'S BONDIN! \/' CITY SECRETARY __ CITY MANAGER'S OFFICI __ ENGINEERING DIV. __ T/PW · FILE COPY MIKE MONCRIEF MAYOR DALE A. FISSELER, P.E. CITY MANAGER GEORGE BEHMANESH, P.E., ASSISTANT DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS DEPARTMENT PREPARED BY HALFF ASSOCIATES, INC. 1001 CROSS TIMBERS RD., STE. 2020 FLOWER MOUND, TX 75028 972-956-0801 OFFICIAL RECORD CITY SECRETARY FtWORTH,TX 03 -23 -09 P0 4 :5 5 I N t]ORIGINAL Updated 05/16/2005 - - - - c'ilC~eview Page 1 of 2 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORT \\'ORTH ~ COUNCIL ACTION: Approved on 2/24/2009 DATE: CODE: 2/24/2009 C REFERENCE NO.: TYPE: C-23364 LOG NAME: PUBLIC NON-CONSENT HEARING: 20LITSEY RD 11 NO SUBJECT: Authorize a Contract with JRJ Paving, L.P ., in the Amount of $1,081,883.13 for Litsey Road Phase II Roadway Improvements and Accept $919,687 .21 from Denton County for its Share of the Roadway Improvements RECOMMENDATION: It is recommended that the City Council: 1. Authorize the City Manager to execute a contract with JRJ Paving , L.P., in the amount of $1 ,081 ,883 .13 for 260 working days for Litsey Road Phase II Roadway Improvements; and 2. Accept payment in the amount of $919 ,687 .21 from Denton County for its share of the roadway improvements. DISCUSSION: On October 17, 2007 , (M&C C-22445) City Council approved an lnterlocal Agreement with Denton County in the amount of $1,142,000.00 for roadway improvements to Litsey Road and the replacement of the Litsey Road Bridge over Henrietta Creek . Under the agreement the City of Fort Worth accepted $1,142,000.00 from Denton County for roadway improvements. This project consists of two contracts : Roadway improvements which will be managed by the City of Fort Worth; and Bridge replacement , which will be managed by the Texas Department of Transportation (TxDOT) under a separate agreement with Denton County. The roadway improvement portion was advertised on November 6 , 2008 , and November 13 , 2008 , in the Fort Worth Star-Telegram . On December 11, 2008, the following bids were received : Bidders JRJ Paving, LP. 2L Construction, LLC Conatser Construction TX, LP. Orval Hall Excavating, Ltd. Austin Bridge and Road, LP. Jagoe Public Company Earth Builders, LP. Laughley Bridge and Construction , Inc. Omega Contracting, Inc. The contingency fund for possible change orders is $32 ,456.00. Amount $1 ,081 ,883 .13 $1,112,624 .00 $1 ,185,242 .50 $1 ,329 ,879 .35 $1,353,852 .00 $1,357 ,606.55 $1,354,846 .75 $1,405,449 .00 $1 ,658 ,708 .00 JRJ Paving , L.P., is in compliance with the City's M/WBE Ordinance by committing to 16 percent M/WBE participation . The City's goal on this project is 16 percent. This project is located in COUNCIL DISTRICT 2 . http://apps.cfwnet.org/council_packet/mc _rev iew .as p?ID= 10997 &councildate=2/2 4/2 009 3/2 /2009 M~CReVIew Page 2 of2 -FISCAL INFORMATION/CERTIFICATION: - The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Specially Funded Capital Projects Fund . TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS Litsey Road Asphalt Road Section .pdf Litsey Road Overall Phas_es.pdf FROM Fund/Account/Centers C291 541200 202240090983 $1 ,081 ,883.13 Fernando Costa (6122) William Verkest (8255) George Behmanesh (7914) http://apps.cfwnet.org/ council _packet/me _review .asp?ID= 10997 &councildate=2/24/2009 3/2/2009 -------- N t ' T£u!P1P I STA 42 +50 BEG,N ASf>HAl.T ROAD SECTION. MATOt EXISTING UTSEY ROAD T ----------------------- FARMS DEVELOf>M ENT ~ STA ee+oa.56 END CONCIIETE ROAD SECTION, BEGIN ASPHAI. T ROAD SECT10N ~SEVENTEEN LAKES OAI\/E ~SEVENTEEN LAKES DEVELOPMENT ~ ---------- \_EXISTING UTSEY ROAD r---, PROPOSED ROADNA.Y L__..J PAVEMENT ------ FIGURE2 LITSEY ROAD PHASE II OPTION #1 -ASPHALT ROAD SECTION (NORTH HALF ONLY) FROM STA 42+50 TO STA 8 3+00 DENTO N COUNTY, TEXAS HHalff Associates -~-~---___ II0, ... _____ !9'll_ -.e .--,,..,. Qo.IB. --- I I ·-,~ ! --------1 ! ! .------4~ ~, ----1 '/ ' t.·· I UTSEY ROAD QW>WKl( FARMS DEVELOPMENT \ / ' / ' ~------, f I :g ---.! fa ,'~ ~I ,1 ~ ;,1 I I I SEVENTEEN LAKES DEVELOPMENT I I I . ·- N t..rrSEY ROAD FIGURE 1 LITSEY ROAD PHASES I, II AND Ill FROM IH-35WTO SH -11 4 DENTON COUNTY, TEXAS HHalff As ~!&es -~~7~~~..,.,---....... ____ .....__..:=-.. _ .. __ _ CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 3 LITSEY ROAD PHASE II INTERIM IMPROVEMENTS PROJECT: C291-541200-202240090983 Addendum No . 3. Issued : December 9, 2008 Prospective Bidders are hereby notified of the following re visions: I . Special Pro visio ns -The following was Added to PAY IT EM 6 on Page SP-23 : B. Suitable material from the channel excavation shall be used for the roadway embankment. Material shall be free of dirt clogs , vegeta tion , etc. as described in NCTCOG Item 203 .5. 2. Special Provisions -The following was revised to PAY ITEM 32 on Page SP-32 . Paragraph B. was revised to the following: B. Riprap shall be Stone Protection at 24-inch thick (or deep), unless noted otherwise. 3. Special Provisions -PAY ITEM 48 on Page SP-35 . Revised as follows below : A. Refer to Pa vi ng Plans for location of street light foundations for relocated Lighting Fixtures . B. Refer to City of Fort Worth Standard Details for "Street Luminaire Pole Foundation Details·· for Street Light Foundation Installation. C. Existing Street Light Foundation shall be demolished and removed from site. This work shall be subsidiary to this bid item . D. Refer to the City of Fort Worth sta ndard detail sheet "Street Luminaire Pole Foundation Details .. for street light foundation details and general notes . Concrete s hall be Class ·c concrete design to meet a minimum average compressive strength of 3,600 psi at 28 days . E. Contractor s hall coordinate all remo va l. rel oca tion. and in stallati on of street light s with the electrical company (Oncor Electric). F Measurement for this bid item shall be per each street light foundation installed . G . Payment for this bid item shall be paid for at the unit price bid for "Install Street Light Foundation ". This price shall include all materials ; and for all labor, equ ipment , tools and incidentals necessary to complete the work . 4 . Special Provisions -/\dd new PAY IT EM 55 . on Page SP-38 (new page) as follows : PAY ITEM NO. 55: INSTALL EXISTING STREET LIGHT ASSEMBLY: 55 32 The following provisions shall apply : A Refer to Paving Plans for location of street light assembly relocations . B. Refer to City of Fort Worth Standard Details for "Street Lum ina ire Pole Details " for Street Light Installation . C. The ex ist ing street light pole(s} shall be removed , salvaged . and reinstal led once the foundation has been installed . D. The street light assembly includes the pole , pole base , lumina ire , luminaire support arms , wiring , and other street light elements from the pole base up to the lum ina ire . E. Contractor shall coordinate all removal , relocation , and installation of street lights w ith the electrical company (Oncer Electric). F. Measurement for this bid item shall be per each street light assembly installed . G. Payment for this bid item shall be paid for at the unit price bid for "Install Street Light Assembly ". This price shall include all materials ; and for all labor , equipmen t, tools and incidenta ls necessary to complete the work . 5 . Proposal -Adde d ne w Pay It e m 5 5 on Pa ge B -8 (see be low): Install Existing Street Light Assembly 2.00 EA Dollars & Cent s per EA 6 . Proposal -Re v ised Pay Item 3 2 on Page 8-5 (see below): Riprap (Stone Protection) (24 IN) 2 82.00 CY Doll ars & Cent s per CY 7 . Proposa l -Replac e th e Pro posal Pages B-5 a nd B-8 with t he a tt ac hed rev ise d Proposal Page B-5 a nd B-8 . 8 . Con structi o n Pl a n s -Shee t 19 was revise d . See a tt ac he d pl a n s he et s . Revis io n bl oc k s indi cate rev is io n s m a d e to s heets. 9 . Co n s tru c ti o n Pl a n s -S he et 20 v,as re vi seg . See att ac he d pl a n s heets . Revisio n bloc k s indi cate rev is io n s m a d e tu s heets . Please acknowledge n:ceipt of this addendum by inserting signed copy of same into your proposal at time of bidding . Failure to return a signed rnpy of this addendum shall be grounds of rendering the bid non-responsive . RECEIPT ACKNOWLEDGES: Najib Fares. P.E .. Infrastructure Manager By : ___________ _ Title : -------------Tariqul Islam. Project Manager 3 Pay Item Quantity Unit Description of B id Item Unit Price Total Price No . Sloped Headwall (25 Deg Skew) (For 30 " RCP) 26 1.00 EA Doll ars & Cents pe r EA Sloped Headwall (25 Deg Skew) (For 72" RCP) 27 1.00 EA Doll ars & Cents per EA Sloped Headwall ( For 72" RCP) 28 1.00 EA Dollars & Cents per EA Safety End Treatment w/ Flared Wings (Double Box Culvert) (TY I) (S=IO FT) (IIW=6 Fl) (4 : 1) (C) 29 1.00 EA Dollars & Cents per EA Trench Safety for Storm Drain Pipe 30 9 62 .00 LF Do llars & Cents per LF Trench Safety for Box Culverts 3 1 122.00 LF Dollars & -· -Cents per LF Riprap (Stone Protection) (24 IN) Dollars & Cents per CY 32 28 2 .00 CY B-5 Updated 05/16/2005 Pay Item Quantity Unit Description of Bid Item Unit Price Total Price No . Install Street Light Foundation 48 2.00 EA Dollars & Cents per EA Electrical Conduit (2 IN) 49 400 .00 LF Dollars & Cents per LF Electrical Service Connection 50 2.00 EA Dollars & Cents per EA Adjust Existing Water Valve Stacks 51 2.00 EA Dollars & Cents per EA Adjust Existing Water Vault 52 1.00 EA Dollars & Cents per EA Watertight Manhole Insert 53 4.00 EA Dollars & Cents per EA Concrete Manhole Collar 54 4.00 EA Dollars & Cents per EA Install Existing Street Light Assembly 55 2.00 EA Doll ars & Cents per EA GRAND TOTAL AMOUNT BID $ B-8 Updated 05/16/2005 CITY OF FORT WORTH TRANSPORTATION :\l\D PlJBLJC WORKS DEPART\1El\T ADDENDUM NO. 2 LITSEY ROAD PHASE II INTERIM L\1PROVEME:\TS PROJECT: C291-541200-202240090983 Ad d en dum No . 2. Iss ue d : Nove mbe r 25. 2008 Prospective Bidders are hereb y no tifi ed of th e following revisions : I. Cons trul:l ion Plans -She et 58 was re vist:d. See att acht:d pl an sh~·ets . Revision bl oc ks indicate revisions made to shee ts . 2. Construction Plan s -Sheet 58A was ili,1d~. See attached plan she et s . Re,·ision blocks indic ate revisions made to s hee ts . Ple ase ac kno wled ge receipt of this adde ndum by in se rting s ign ed copy or same into yo ur prop osal at time of bidding . Failure to retu rn a sig ned co py of this addendum s hall be gro und s of rendering th e bid non-responsive . RECE IPT ACKNOWLEDGES : Naj ib Fares , P.E.. Infr as tructure Manager By: ______ _ Title : ----------------------------. Tariqul Is lam. Proje ct Man ag er CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. I LITSEY ROAD PHASE II INTERIM IMPROVEMENTS PROJECT: C291-541200-202240090983 Addendum No . I. Issued : November 14. 2008 Pro spec ti ve Bidders are hereby notified of the following revisions : 9 5 1 52 I . Notice to Bidders -The following revisions : a) ''Bids will be received at the Purchasing Office until I :30 P.M .. Thursday, December 11, 2008, and then publicly opened and read a loud at 2 :00 P.M . in the Cou ncil Chambers ." b) "A pre-bid conference will be held on Monday . November 24, 2008 at 10 :00 A .M .. in Conference Room No . 270 , 2nd floor. Municipal Building, I 000 Throckmo rt on Street . Fo rt Worth, Texas ." 2 . Subcontractor/Suppliers Utilization Form -Revise bid date to December 11. 2008 . 3 . Prime Contractor Waiver Form -Revise bid date to December 11. 2008. 4. Good Faith Effort Form -Revised bid date to December 11. 2008. 5 . Proposal -Bid Item No .9 from Proposal will not be used (See Below). Bid Items were not renumbered . Demolish Existing Truss Bridge N1A N/A Dollars & N I A NI A Cents per LS 6 . Proposal -Re vised quantity for Bid Item No . 33 from 3 .00 EA to 4.00 EA. 7 . Proposal -Added new Pay Items 51 thru 54 on Page 8-8 (see below): Adjust Existing Water Vah·e Stacks 2 EA Dollars & ---____________ Ce nt s per £::A Adjust Existing Water Vault I EA Dollar s & Ce nt s per lA 53 54 Watertight Manhole Insert 4 .00 EA Dollars & Cents per EA Concrete Manhole Colh1r 4 .00 EA Dollars & Cents per EA 8. Proposal -Replace the Proposal (Pages 8-1 thru 8-10) with the attached revised Proposal (Pages 8-1 thru 8-10). 9. Table of Contents Special Provisions (Page SP-2) -The following item under 49 . CONSTRUCTION PAY ITEMS will not be used (Bid Items were not renumbered). P!.Y IT~M 9. DEMOLISH EXISTING TRUSS 8RIDGE ................................... SP 24 I 0 . Table of Contents Special Provisions (Page SP-3) -Added the following new items under 49 . CONSTRUCTION PAY ITEMS : PAY ITEM 51. PAY ITEM 52. PAY ITEM 53. PAY ITEM 54. ADJUST EXISTING WATER VALV ES ..................................... SP-37 ADJUST EXISTING WATER VAULT ..................................... SP-37 WATERTIGHT MANHOLE INSERT ......................................... SP-38 CONCRETE MANHOLE COLLAR ............................................. SP-38 11 . Special Provisions -PAY ITEM 9 on Page SP-24 . Revised as follows below : PAY ITEM NO . 9: (NOT USED) *****THIS PAY ITEM IS NOT USED***** 12 . Special Provisions -PAY ITEM 33 on Page SP-32 . Revised as follows below : PAY ITEM NO. 33 : ADJUST EXISTING SANITARY SEWER MANHOLE RIM TO PROPOSED GRADE: The provisions of NCTCOG Item 502 . 1 , "Manholes ", shall apply except as modified or clarified below : A. Refer to the Grading Plans for existing sanitary sewer manhole locations . B. Refer to Plan Miscellaneous Details for "Sanitary Sewer Manhole Adjustment" and ·sanitary Sewer Manhole " for general notes and details . 2 C . Refer to City of Fort Worth Water Department Section E2A. Standard Detail Figure 103 -"Standard Manhole ", for manhole details . D . Refer to City of Fort Worth Water Department Specifications E1 -14 for Materials and E2-14 for Construction Methods. E. Manhole cover and frame shall be Pamrex (32 Inch) or approved equal. Manhole cover shall have locking kit (Anti-Theft Cover Lock) F . Contractor shall locate existing main prior to adjusting existing manholes to grade . G . Watertight Manhole Inserts and Concrete Manhole Collars are a sepa rate bid items . H . Measurement for this bid item shall be per each. I. Payment for this bid item shall be paid for at the unit price bid for "Adjust Existing Sanitary Sewer Manhole Rim to Proposed Grade ". Manhole tie-ins, drop manholes , grade rings , manhole cover & frame , sewage pumping (if required), and all other materials and work necessary to adjust the existing manhole will not be paid for directly, but will be subsidiary to this item. 13 . Special Provisions -Add new PAY ITEM 51. on Page SP-3 7 as follows : PAY ITEM NO. 51 : ADJUST EXISTING WATER VALVE STACKS: The following provisions shall apply : A . Refer to the Paving Plans for location of existing water valve stacks that require adjustment. B . Refer to City of Fort Worth Water Department Section E2A, Standard Detail Figure 3 -"Typical Gate Valve and Box Extension Stem Detail", for valve box detail. C . Existing water valve stacks shall be removed and reinstalled to the proposed grade . Valve extensions (if required} shall be considered incidental to this bid item. D . A concrete collar shall be installed around water valve box flush with the proposed surface . The concrete shall be Class "A" (3,000 PSI). E . Concrete thickness will be equal to pavement thickness plus base thickness . Minimum thickness of concrete collar is 8-inches . F . Reinforcing steel shall have 3-inch clear cover from top or bottom of concrete collar . G. Measurement for this bid item shall be per each. H . Payment for this bid item shall be paid for at the unit price bid for "Adjust Existing Water Valve Stacks". 14 . Special Prov is ions -Add new PAY ITEM 52 . on Page SP-37 as follow s: PAY ITEM NO. 52: ADJUST EXISTING WATER VAULT : The following prov is ions shall apply : A . Refer to the Paving Plans for location of existing water vault(s) that requ ire adjustment. B. Refer to the City of Fort Worth Water Department Section E2A , Standard Detail Figure 4 "Vault Detail for 16" and Larger Gate Valve Detail", for vault detail. The top 3 of the existing water vault shall be adjusted to grade . Grade rings shall be used to adjust the manhole cover to proposed grade . C. Refer to City of Fort Worth Water Department Specifications E1-14 for Materials and E2-14 for Construction Methods. D . The distance between manhole cover and top of manhole cone shall be no longer than 15 inches after the use of grade rings . If the above d istance exceeds 15 inches in height then the contractor shall add manhole sections . Manhole sections shall be monolithic concrete or A.S.T.M. C-478 precast re inforced manhole sect ions or equal. E. Measurement for this bid item shall be per each. F. Payment for th is bid item shall be paid for at the unit price bid for "Adjust Existing Water Vault". 15 . Spe cia l Pro vis ions -A dd new PAY IT E M 53 . on Page SP-38 (new page ) as fo ll ows: PAY ITEM NO . 53 : WATER TIGHT MANHOLE INSERT : The following provisions shall apply : A. Refer to the Grading Plans for location of manholes . B. Manhole inserts shall be made of High Density Polyethylene and meet the requirements of ASTM D-1248 , Class A, Category 5 , with a finish thickness of 1/8 ". Insert will have a polypropylene strap for removal of the un it. C . Measurement for this b id item shall be per each . D . Payment for this bid item shall be paid for at the unit price bid for "Water T ight Manhole Insert". 16 . Special Provisions -Add new PAY ITEM 54. on Page SP-38 (new page) as follows : PAY ITEM NO . 54: CONCRETE MANHOLE COLLAR: The following provis ions shall apply : A. Refer to the Grading Plans for location of manholes . B. Refer to City of Fort Worth Water Department Section E2A , Standard Detail Figure 121 -"Concrete Manhole Collar Detail ", for concrete collar detail. C. Refer to City of Fort Worth Water Department Specifications E1-20 & E1-21 for Materials and E2-20 & E2-21 for Construction Methods . D. Measurement for this bid item shall be per each . E. Payment for this bid item shall be paid for at the unit price bid for "Concrete Manhole Collar". 17 . Con stru ct ion Pl a ns -Sh eet s 16 . 39, 4 1, 43 , 49 . 50 , 5 3 , 54 , 56 , a nd 58 we re re v ised . Se e att ac he d plan shee ts . Re vi sion blo c ks indic a te revis io ns made to sheet s . 4 Please acknowledge receipt of this addendum by inserting signed copy of same into your proposal at time of bidding. Failure to return a signed copy of this addendum shall be grounds of rendering the bid non-responsive. RECEIPT ACKNOWLEDGES : Najib Fares, P.E.. Infrastructure Manager By : __________ _ Title : ------------Tariqul Islam, Project Manager 5 PART 8-PROPOS A L This proposal must not be re mov ed from this book of Contract Documents . TO : Dale A. Fisseler, P .E. City Manager Fort Worth , Texas PROPOSAL FOR : PROJECT NAM E LITSEY RO A D PHAS E II T /PW PROJ ECT NO . C29 l-54 l 200-202240090983 Pursuant to the foregoing ··Notic e to Bidders ," the undersigned has thoroughly examined the plans, specifications, and the site , understands the amount of work to be done and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete the work as provided in the Plans and Specific ations , and subject to the inspection and approval of the Director, Transportation and Public Works of the City of Fort Worth . Upon acceptance of this proposal , the bidder is bound to execute a contract and furnish Performance and Payment Bond approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums to-wit : Pay Item Quant ity Un it Des c ription of Bid Item Unit Pri ce Total Price No . Mobilization I 1 00 LS Doll ars & ---_____ Cent s per LS Project Designation Signs 2 2 .00 L:A Dolla rs & ________ Cent s per EA 8-1 Updated 05/16/2005 Pay It em Quantity Unit Description of Bid Item Unit Price Total Price No. Prepare Roadw11 y Right-of-Wa y 3 32 .50 STA Dollars & -Ce nt s per ST A Prepare Channel Right-of-W11 y 4 6 .80 AC Dollars & Cents per AC U nclassified Street Excavation 5 125 .00 CY Dollars & Cents per CY Unclassified Channel Excavation 6 45,500 .00 CY Dollars & ----------·---Cents per CY Borrow 7 15,000 .00 CY Dollars & Cents per CY Remove Existing Asphalt Pavement 8 8,000 .00 SY Dollars & Cents per SY ***:'IIOT USED**** 9 N/A NIA ------------Dollars & NIA NIA _________ Cents per LS Remo ve Existing Street Light Foundation 10 2 .00 EA Dollars & ________________ Ce nt s per l:A 8-2 Updated 05/16 /2005 Pay It em Qu ant ity Unit De sc ript io n of Bid Item Unit Pric e Tota l Pric e No . Prepare Project Storm Water Pollution Prevention Plan II 1.00 LS Doll ars & Ce nt s pe r CY Construction Exit (TY I ) 12 170 .00 SY Doll ar s & Cent s per SY Temporary Sediment Control Fence 13 9 ,25 0 .00 LF Dolla rs & Ce nt s per LF Rock Filter Dam (Install) (TY 3) 14 77.00 LF Dolla rs & Cent s per LF Rock Filter Dam (Remove) 15 77 .00 LF Dollars & Ce nts per LF Topsoil (4 IN) 16 37 ,35 0 .0 0 SY Dolla rs & Ce nts per SY Hydromulch Seeding 17 37,350 00 S Y Do ll ars & -----Ce nts per S Y Lime S tabiliz ed S ubgrade (6 ") 18 8,850 .00 SY Dolla rs & Ce nt s per SY 8-3 Updated 05 /16/2005 Pay It em Qua nt ity Unit Descri pt io n of Bid It em Unit Price To ta l Pr ice No . Lime (H y drated Lime (S lurry)) (T)'pe B) 19 120 .00 TON Dollars & -------··-------------·---- Ce nt s pe r TON Flexible Base (6 IN ) (Ty pe A, Grade 2) 20 8 ,600 .00 SY Do ll ars & Cent s per SY Dense-Graded Hot -Mix A sphalt (Method) (Ty pe 8) 2 1 900.00 TO N Do ll ars & _ Ce nt s per TON Reinforced Concrete Pipe (30 IN) (CL IV ) 22 555 .00 LF Do lla rs & -- --Ce nt s per LF Reinforced Concrete Pipe (72 IN ) (CL Ill) 23 407 .00 LF Do ll ars & Cents per LF Reinforced Concrete Bo x Culvert (Double Box) (IO FT x 6 FT) 24 122 .00 LF Do ll ars & Ce nt s per LF Storm Drain M anhole (4 FT Square) 25 1.00 EA ---Do ll ars & -----______ Cen ts per EA 8 -4 Updated 05 /16 /2005 Pay It em Qua nti ty Uni t De sc ript io n of Bid It em Unit Pri ce To tal Pr ice No . S loped Headwall (25 Deg Skew ) (For 30 " RCP) 26 1.00 EA Do ll ars & Ce nt s per EA Sloped Headwall (25 Deg Skew) (For 72" RCP) 27 1.0 0 EA Do ll ars & _________ Ce nt s per EA S loped Headwall ( For 72 " RCP) 28 1.00 EA Dolla rs & Ce nt s per EA Safety End Treatment w / Flared Wings (Double Box Culvert) (TY I) (S=IO FT) (HW=6 FT) (4:1) (C) 29 1.00 EA Dollar s & Ce nts per EA Trench Safety for Storm Drain Pipe 30 96 2 .00 LF Dolla rs & .• Cents pe r LF Trench S afety for Bo x Culverts 31 122 .00 LF Dolla rs & Ce nt s per LF Riprap (S tone Protection ) (18 IN) Do ll ars & Ce nt s per CY 32 282 .00 CY B-5 Upda ted 05/16/2005 Pay It em Qua nt ity Unit Desc ript ion of Bid It em Unit Price To tal Price No . A djus t Ex is ti ng San it ary Sewer M anhole Rim to Propose d G rade 33 4 .00 EA Dollars & Cents per EA Barricade!, S ign s, and T raffic Handling Dollars & 34 1.00 LS ·------·-----Cen ts per LS Remo ve and Relocate T y pe Ill Barric ade 35 1.00 EA Dollars & Ce nt s per EA Small Road 5i de S ign Supports & Assemblies 36 32 .00 EA Dolla rs & Cen ts per EA Install Obj ect Marker Asse mbl y (OM -3 ) (TWT) G N D 37 2 .00 EA Dolla rs & Ce nts per EA Re flector ize d Pa vement M arking T Y I (W) 4" (S LD) (90 M IL ) 38 4,675 .00 LF Dollars & Ce nt s pe r LF Re fle c torize d Pav eme nt Ma rkin g TY I (W) 24 " (SL D ) (90 MIL ) 39 100 .00 r LF Dolla rs & --------·-Cents per LF 8-6 Updated 05/16/2 005 Pay Item Qua nt ity Unit Desc ript ion of Bid Item Uni t Price Total Price No . Reflec torized Pa ve ment M a r kers Ty pe II A-A 40 300.00 EA Dollars & Ce nt s per EA Re fle c to ri zed Pnement M arke rs Ty p e II C-R 41 30 .00 EA Doll ars & ·-------------Cents per EA T raffi c Button TY W (Wh ite) 42 80 .00 EA Dollars & Cen ts per EA Traffic Button TY Y (Yellow) 43 1,200 .00 EA Dollars & Ce nts per EA Wi re Fen c e (TY C) 44 4,350 .00 LF Do ll ars & __ Ce nts per LF Ga te (TY I ) 45 2 EA Dollars & Ce nt s per EA Remo ve and Re locate Exis ting Gate s 46 1.00 EA Dolla rs & ----_________ Ce nts pe r EA Re mo ve and R e locat e Exis t ing Cattl e G uard and Pipe G ate 4 7 1.00 EA Do llar s & ____________ Cent s per EA 8-7 Updated 05 /1 6/2005 Pay Item Qua nt ity Unit Descri pt io n of 13 id It em Unit Pri ce To tal Pr ice No. Install Street Light Foundation 48 2 .00 EA Dollars & Ce nt s per EA Electrical Conduit (2 IN) 49 400.00 LF Dolla rs & Ce nt s per LF Electrical Service Connection 50 2 .00 EA Do ll ars & Cen ts per EA Adj ust Existing W11ter Val ve Sta cks 5 1 2 .00 EA Do ll ars & ____________ Ce nt s per EA Adjust Existing W11ter Vault 52 1.00 EA Dolla rs & Ce nt s per EA Watertight Manhole Insert 53 4 .00 EA Dolla rs & Ce nts per EA Concrete M11nhole Collar 54 4 .00 EA Doll ars & -------·--____ Ce nt s per EA G RAN D T OT A L AM O UNT BID $ ---------- 8-8 Updated 05/16/2005 PART B -PROPOSAL (Cont.) Within ten (10) days after notification by the City, the undersigned will execute the fonnal contract and will deli ver an approved Survey Bond and such other bonds as required by the Contract Documents, for the faithful perfonnance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth , Texas, in the e vent the contract and bond or bonds are not executed and deli vered within the time above set forth , as liquidated damages for the delay and additional w ork caused thereby . The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Project dated January I, 1978, and that he has read and thoroughly understands all the requ irements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. 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 lQ calendar days after issue of the work order, and to complete the contract within 260 working days after beginning construction as set forth in the written work order to be furnished by the Owner. B-9 Updated 05/16/2005 I (we) ac knowledge receipt of the following addenda to the plans and specifications. all of the pro visions and requirements of which have been taken into consideration on preparation of the foregoing bid: Addendum No . 1 (Initials) ---- Addendum No . 2 (Initials) ___ _ (Seal) Date: ---------- Addendum No . 3 (Initials) ----- Addendum No . 4 (Initials) ___ _ Respectfully submitted , By: Title Address Telephone : ________ _ 8-10 Updated 05 /16/2005 SPECIFICATIONS AND CONTRACT DOCUMENTS LITSEY ROAD PHASE 11-(INTERIM IMPROVEMENTS) (2008) '1, 'f 1=1 PROJECT NO. C291-541200-202e0090983 IN THE CITY OF FORT WORTH, TEXAS 2008 ASSISTANT DIRECTOR, DEPARTI.1ENT OF TRANSPORTATION & PUBLIC WORKS / ! TABLE OF CONTENTS Index: 1. Part A -Notice to Bidders 2. Special Instructions to Bidders 3. Scope of Work 4 . Prevailing Wage Rates 5. Part B-Proposal 6 . Vendor Compliance to State Law 7. Minority and Women Business Enterprises Specifications 8. Special Provisions -For Street and Storm Drain Improvements 9. Contractor Compliance With Workers' Compensation Law 10. Certificate of Insurance 11. Performance Bond 12 . Payment Bond 13 . Maintenance Bond 14. Contract 15. Green Cement Policy Compliance Statement 16. Experience Record and Equipment Schedule Appendices: Appendix A : Litsey Road Geotechnical Engineering Report Appendix B : Conflict of Interest Questionnaire Appendix C: Project Designation Sign Updated 05/16/2005 Notice to Bidders Sealed Proposals for the following: LITSEY ROAD PHASE II INTERIM IMPROVEMENTS 1.. '( 'T•/ CITY PROJECT NO.: C291-541200-202~0090983 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 Bids will be received at the Purchasing Office until 1 :30 P.M., Thursday, December 4, 2008, and then publicly opened and read aloud at 2:00 P.M . in the Council Chambers. Plans, General Contract Documents, and Specifications for this project may be obtained in the office of the Transportation and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102 . A set of documents may be purchased on a non-refundable basis for THIRTY DOLLAR9 ($30). These documents contain additional information for prospective bidders. ! The major work on the referenced project consists of the following: 32.5 STA 6.8 AC 45,500 CY 15,000 CY 880 TONS Prepare Roadway Right-of-Way Prepare Channel Right-of-Way Channel Excavation Borrow 2" Hot Mix Asphaltic Concrete 8,600 555 407 122 SY 6" Flex Base LF 30" RCP LF 72" RCP LF Box Culvert (Double 10' x 6') A pre-bid conference will be held on Thursday, November 20, 2008 at 11 :00 AM., in Conference Room No . 293, 2nd floor, Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas. Bidders are encouraged to review the plans and specifications prior to the pre-bid conference. As mandated by Fort Worth City Council Resolution 3535, all cement utilized for this project shall be procured from a kiln utilizing a dry kiln process or from any kiln that does not produce an excess of 1. 7 lb of Oxides of Nitrogen (NO) emissions per ton of clinker produced. Bidder shall submit the 'Green Cement Policy Compliance Statement' at the time of bid opening of the project. A Copy of the Compliance Statement is included in the Contract Documents. Failure to comply with the 'Green Cement Policy' shall be grounds for rejecting the bid as non-responsive. For additional information, please contact Tariqul Islam, at the City of Fort Worth -Transportation and Public Works Department at telephone number: (817) 392-2486, and/or, Brian Haynes, P.E., Project Manager, Halff Associates, Inc. at telephone number (972) 956-0801 . DALE A FISSELER , P.E. CITY MANAGER Advertising Dates: Thursday, November 6, 2008 Thursday, November 13, 2008 NTB-1 MARTY A HENDREX CITY SECRETARY NAJIB N. FARES, P.E. Infrastructure Manger Department a, Trans SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY : Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided tb the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting the Transportation and Public Works Department at (817) 392- 2486. Bids that do not acknowledge all applicable addenda will be rejected as non- responsive. SPECIAL INSTRUCTIONS TO BIDDERS -1 - 4. AW ARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of forty-nine ( 49) City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City. 5 . PAYMENT, PERFORMANCE AND MAINTENANCE BONDS : The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. If the contract amount is in excess of $25 ,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. D. A Two-year Maintenance Bond is required for all projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Paragraph 7 of the Special Provisions. To be an acceptable surety on the performance, payment and maintenance bonds , the surety must be authorized to do business in the state of Texas and meet all requirements of Texas Insurance Code, section 7 .19-1. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law ; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City SPECIAL INSTRUCTIONS TO BIDDERS - 2 - 6 . 7. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 -General Provisions, Item 8, Paragraph 8.6 , Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects . EMPLOYMENT AND NON-DISCRIMINATION: The Contractor shall not discriminate against any person(s) because of sex, race, religion , color or national origin and shall comply with the provisions of sections 13A-21 through 13A-29 of the Code of the City of Fort Worth (1986), as amended, prohibiting discrimination in employment practices. 8 WAGE RATES: All bidders will be required to comply with prov1s10n 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. 9. FINANCIAL ST A TEMENT: A current certified financial statement may be required by the Director of the Transportation and Public Works for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 10. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance ($1,000 ,000 each accident on a combined single basis or $250,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto", defined as autos owned, hired, and non- owned). Additional lines of coverage may be requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders -Item 16. ADDITIONAL INSURANCE REQUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. SPECIAL INSTRUCTIONS TO BIDDERS - 3 - D. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premmm. E . Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. F. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved.by the City. G. Other than worker 's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. H. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. I. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance . J. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. K. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. L. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 11. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non- resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. SPECIAL INSTRUCTIONS TO BIDDERS - 4 - "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if the project is funded in whole or in part with federal funds. The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. 12. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 11923, as amended by Ordinance No. 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. The M/WBE Utilization Form, Prime Contractor Waiver Form and the Good Faith Effort Form, as applicable, must be submitted no later than 5:00 p. m. five (5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Transportation and Public Works Department ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information: 1. Name of Contract 2. Name of M/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project, the Contractor comply with the M/WBE Ordinance by complying with the following procedures: • A M/WBE Participation Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. • Reports are to be submitted monthly to the M/WBE Office, regardless of whether or SPECIAL INSTRUCTIONS TO BIDDERS -5 - not the M/WBE firm has been utilized . If there was no activity by an M/WBE in a particular month, place a "O" or "no participation" in the spaces provided, and provide a brief explanation. • The Contractor shall provide the M/WBE Office proof of payment to the M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as proof of payment: 1. Copies of submitted invoices with front and back copies of canceled check(s), OR 2. A notarized letter explaining, in detail : a Subcontractor/supplier Scope of Work b. Date when services were received from subcontractor/supplier c. Amounts paid to the subcontractor/supplier d. Original signatures from both parties must be included on this letter. • If the Contractor foresees a problem with submitting participation reports and/or proof of payment on a monthly basis, the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion. 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. a. All requests for changes must be reviewed and pre-approved by the M/WBE Office. b. If the Contractor makes change(s) prior to approval , the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office , 3rd floor -City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M/WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be SPECIAL INSTRUCTIONS TO BIDDERS - 6 - 13. 14. grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation ( other than a negligent misrepresentation) and/or commission of fraud will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three years. AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the proposal, the City reserves the right to adopt the most advantageous construction thereof or to reject the proposal. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less 5% retainage) from the city for each pay period. b . Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 15. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through October 31, with 6:00 a.m. -10:00 a.m. being critical because emissions from this time period have enough time to bake in the hot atmosphere that leads to early afternoon ozone formation. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the AIR POLLUTION WATCH by 3:00 p.m. on the afternoon prior to the WATCH day. On designated AIR POLLUTION WATCH DAYS, the Contractor shall bear the responsibility of being aware that such days have been designated AIR POLLUTION WATCH DAYS and as such shall not begin work until SPECIAL INSTRUCTIONS TO BIDDERS - 7 - - 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 bums Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7 :00 a.m. - 6 :00 p.m., on a designated AIR POLLUTION WATCH DAY, that day will be considered as a weather day and added onto the allowable weather days of a given month. 16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: A. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in. 406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets . B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the SPECIAL INSTRUCTIONS TO BIDDERS - 8 - coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended . E. The contractor shall obtain from each person providing services on a project, and provide to the City: (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. E. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known , of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity beginning work on the project; and SPECIAL INSTRUCTIONS TO BIDDERS - 9 - (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project ; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known , of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts , to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers ' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false of misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions . K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes : REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." SPECIAL INSTRUCTIONS TO BIDDERS -10 - "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any officers, members, agents or employees who engage in the performance of this contract shall, in connection with such employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against any person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents or employees acting on their behalf, shall specify in solicitations ·or advertisements for employees to work on those contract a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants that it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the Policy in the performance of this contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply with the ADA's provisions and any other applicable federal , state, or local laws concerning disability and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the ADA in the performance of this contract. END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS -11 - SCOPE OF WORK LITSEY ROAD PHASE II -INTERIM IMPROVEMENTS 1. CHANNEL EXCAVATION -The objective of work at this location is to excavate the channel of Henrietta creek at the proposed bridge crossing. Silt Fence will be installed at the top and toe of channel banks. The TXDOT bridge contractor will furnish and install other erosion control measures in the excavated creek area. 2. INTERIM ASPHALT ROADWAY CONSTRUCTION -The objective of work at this location is to place excavated material from Henrietta Creek to create an embankment for the proposed Lits~y Road interim asphalt roadway. A 2-lane, two-way asphalt roadway will be constructed to connect to bridge and approaches to be constructed by a separate TXDOT contract. Roadway construction work includes grading, pavement, storm drainage, signage and striping, and erosion control. City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 7/8/2008 DATE: Tuesday, July 08, 2008 LOG NAME: 30WAGE RA TES SUBJECT: REFERENCE NO.: **G-16190 Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects RECOMMENDATION: It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City-awarded public works projects. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in that locality. Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of Builders and Contractors (ABC) and the American Sub-Contractors Association (ASA), conducts a wage rate survey for North Texas construction . The attached 2008 Prevailing Wage Rate data was compiled from that survey . FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers Submitted for City Manager's Office by: Qrlginating Department Head: Additional Information Contact: FROM Fund/Account/Centers Fernando Costa (8476} A . Douglas Rademaker (6157) Eric Bundy (7598) HEAVY & HIGHWAY CONSTRUCTION PREY AILING WAGE RA TES 2008 Air Tool Ooerator Asphalt Distributor Onerator Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batchin2 Plant Weisz.her Broom or Sweeper Operator Bulldozer Operator Caroenter Concrete Finisher, Pav in2 Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finish ing Machine Onerator Concrete Paving Joint Sealer Operator Concrete paving Saw Onerator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe. Derrick, Dralrline, Shovel Onerator Electrician Fla22er Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Ooerator, Truck Mounted Front End Loader Onerator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Ooerator, Fine Grade Motor Grader Ooerator. Rousili Oiler Painter, Structures Pavement Marking Machine Ooerator Pipelayer Reinforcing Steel Setter, Paving Re inforcing Steel Setter, Structure Roller Onerator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel/fampin2. Roller Ooerator, Steel Wheel, Plant Mix Pavement Scraoer Operator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Ooerator, Crawler Type Tractor Ooerator, Pneumatic Traveling Mixer Operator Truck Driver, Lowboy-Float Truck Driver. Sin2le Axle, Heavy Truck Driver Sin2le Axle, Li2ht Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Waizon Drill, Borin2 Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13 .99 $12.78 $11.0 1 $ 8.80 $14 .15 $ 9 .88 $13 .22 $12.80 $12 .85 $13 .27 $12 .00 $13 .63 $12.50 $13.56 $14 .50 $10.61 $14.12 $18 .1 2 $ 8.43 $11 .63 $11.83 $13.67 $16.30 $12 .62 $ 9.18 $10.65 $16.97 $11.83 $] 1.58 $15.20 $14.50 $14 .98 $13.17 $10.04 $11.04 $14 .86 $16 .29 $11.07 $10 .92 $11.28 $11.42 $12 .32 $12.33 $10 .92 $12 .60 $12.91 $12,03 $14.93 $11.47 $10 .9 1 $11 .75 $12 .08 $14.00 $13 .57 $10 .09 Class1f1cat1on AC Mechanic AC Mechanic Helper Acoustical Ceiling Mechanic Brlcklaver /Stone Mason Bricklaver/Stone Mason Helper Caroenter Carpenter Helper Concrete Finisher Concrete Form Builder Drywall Mechanic Drywall Heloer Drywall Taper Drywall Taper Heloer Electrician (Journeyman) Electrician Heloer Electronic Technician Electronic Technician Helper Floor Layer (Resilient) Floor Layer Helper Glazier Glazier Heloer Insulator Insulator Helper Laborer Common Laborer Skilled Lather Pa inter Painter Heloer Ptoefttter P!pef!tter Helper Plasterer Plasterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY I I I Hrly Rate : Class1f1cat1on $21.69 Plumber $12.00 Plumber Helper $15.24 Reinforcim1 Steel Setter $19.12 Roofer $10.10 Roofer Helper $16.23 Sheet Metal Worker $11.91 Sheet Metal Worker Helper $13.49 Sprinkler System Installer $13.12 Sprinkler System Installer Helper $14 .62 Steel Worker Structural $10. 91 Concrete Pumo Crane, Clamsheel, Backhoe, Denick, D'Line $13.00 Shovel $9.00 Forklift $20.20 Front End Loader $14.43 Truck Driver $19.86 Welder $12.00 Welder Helper $20.00 $13.00 $18.00 $13.00 $14.78 $11.25 $10 .27 $13.18 $16.10 $14.83 $8 .00 $18.85 $12 .83 $17.25 $12.25 I I i Hrly Rate $20 .43 $14 .90 $10 .00 $14 .00 $10.00 $16.96 $12. 31 $18 .00 $9.00 $17.43 $20 .50 $17. 76 $12 .63 $10.50 $14 . 91 $16 .06 $9.75 PART B -PROPOSAL (Cont.) Within ten (10) days after notification by the City, the undersigned will execute the formal contract and will deliver an approved Survey Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Project 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 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 260 working days after beginning construction as set forth in the written work order to be furnished by the Owner. B-9 Updated 05/16/2005 1 Item I No. Est. Qty. Unit 1 1.00 LS 2 2.00 EA 3 32.50 STA 4 6.80 AC 5 125.00 CY 6 45,5 00.00 CY 7 15,000.0 0 CY 8 8,000.00 SY 9 0 N/A 10 2.00 EA 11 1.00 LS 12 170.00 SY 13 9,250.00 LF 14 77.00 LF 15 77 .00 LF 16 37,350.00 SY 1 7 37,350.00 SY 18 8,850.00 SY 19 120.00 TON 20 8,600.00 SY 21 900.00 TON 22 555.00 LF 23 407.00 LF 24 122.00 LF 25 1.00 EA 26 1.00 EA 27 1.00 EA 28 1.00 EA 29 1.00 EA City of Fort Worth Litsey Road Phase II Project No. C291-541200-202240090983 ADDENDUMS RECEIVED JRJ PAVING L.P. 1805 Royal Lane , Suite 105 Dallas, Texas 75229 PHONE 214-466-8340 FAX 214-466-8354 Description Mobilization Dollars & $ Proj ect Designation Signs Dollars & $ Prepare Roadway Right-of-Way Dollars & $ Prepare Channel Right-of-Way Dollars & $ Unclassified Street Excavation Dollars& $ Unclassified Channel Excavation Dollars & $ Borrow Dollars& $ Remove Existing Asphalt Pavement Dolla rs & $ Demolish Existing Truss Bridge $ Remove Existing Street Light Foundation Dollars & $ Prepare Project Storm Water Pollution Prevention Plan $ Construction Exit (TY 1) Dollars & $ Temporary Sediment Control Fe nce Dollars& $ Rock Filter Dam (Install ) (TY 3) Dollars & $ Rock Filter Dam (Remove) Dollars & $ Topsoil (4 IN) Dollars& $ Hydromulch Seeding Dollars& $ Lime Stabilized Subgrade (6 ") Dollars & $ Lime (Hydrated Lime (Slurry)) (Type B) Dollars & $ Flexible Base (6 IN) (Type A, Grad e 2) Dollars & $ Dense-G raded Hot-Mi x Asphalt (Method) (Type B) Dollars& $ Reinforced Concrete Pip e (3 0 IN) (CL IV) Dollars & $ Reinforced Conc r ete Pipe (72 IN) (CL III) Do llars& $ Reinforced Concrete Box Culvert (Double Box) (10 FT x 6 FT) Dollars & $ Storm Drain Manhole (4 FT Square) Dollars & $ Sloped Headwall (25 Deg Skew) (For 30" RCP) $ Sloped Headwall (25 Deg Skew) (For 72" RCP) Dollars & $ Sloped Headwall ( For 72" RCP) Dollars& $ Safety End Treatment w / Flared Wings (Doub le Box Culvert) (TY I) (S=lO FT) (HW=6 FT) (4:1) (C) Dollars & $ Unit Price Total Amount 57,098.13 $ 57,098.13 2 88.75 $ 577.50 939.48 $ ':}1>,~,~ 30,533. · ,yr/ ""\_~t i - 4 ,854.63 $ ~v,vl 1.::>U J 2 .65 $ 331 .25 2 .65 $ 120,575.00 ~o<'.ci~ rx..... 12.88 $ ~tr !.:}l>tll -~.:, I., .p- 1.76 $~ . $ . 287.31 $ 574.62 1 ,601 .25 $ 1 ,601 .25 17.33 $ 2 ,946.10 1.53 $ 14,1 52.50 42.00 $ 3,234.00 5.25 $ 404.25 0 .81 30£?1~~ $ . . 5 ('.J,-, 0.80 $ 29,880 .00 2 .56 $ 22,656 .00 138.80 $ 16,656.00 6 .94 $ 59,684.00 81 .87 $ 73 ,683 .00 78.75 $ 4 3 ,706.25 277.20 $ 112,820.40 787.50 $ 96,075 .00 3,288.60 $ 3 ,288.60 1,247.40 $ 1,247.40 3,855.60 $ 3,855.60 3 ,855.60 $ 3,855 .60 15,309.00 $ 15,309.00 30 962.00 LF Trench Safety for Storm Drain Pipe . Dollars& $ 2 .10 $ 2,0 20.20 31 1 22.00 LF Trench Safety for Box Culverts Dollars & $ 1 .0 5 $ 128.10 32 282 .00 CY Riprap (Stone Protection) (24 IN ) Dollars & $ 47.25 $ 13,324.50 33 4.00 EA Adjust Existing Sanitary Sewer Manhole Rim to Prooosed Grade Dollars & $ 708.75 $ 2,835 .00 34 1.00 LS Barricades, Signs, and Traffi c Handling Dollars & $ 14,894.25 $ 14,894.25 35 1.00 EA Remove and Relocate Type III Barricade $ 787.50 $ 787.50 36 32.00 EA Small Roadside Sign Supports & Assemblies Dollars & $ 414 .75 $ 13,272 .00 37 2.00 EA Install Object Marker Assembly (OM-3) (TWT) GND Dollars & $ 194.25 $ 388.50 Reflectorized Pavement Marking TY I (W) 4" (SLD) 38 4,675.00 LF (90 MIL) Dollars & $ 1 .00 $ 4 ,675 .00 Reflectorized Pavement Marking TY I (W) 24" (SLD) 39 100.00 LF (90 MIL) Dollars & $ 5 .04 $ 504.00 40 300.00 EA Reflectorized Pavement Markers Type II A-A $ 3.10 $ 930.00 41 30 .00 EA Reflectorized Pavement Markers Type II C-R Dollars & $ 3.10 $ 93.00 42 80.00 EA Traffic Button TY W (White) Dollars & $ 2.68 $ 214.40 43 1,200.00 EA Traffic Button TY Y (Yellow) Dollars & $ 2 .68 $ 3,216.00 44 4,350.00 LF Wire Fence (TY C) Dollars & $ 3 .25 $ 14,137.50 45 2.00 EA Gate (TY 1) Dollars & $ 1,001 .70 $ 2,003.40 46 1.00 EA Remove and Relocate Existing Gates Dollars& $ 472 .50 $ 472.50 Remove and Relocate Existing Cattle Guard and 47 1.00 EA Pipe Gate Dollars& $ 2,572.50 $ 2,572.50 48 2.00 EA Install Street Light Foundation Dollars & $ 2,772.00 $ 5 ,544.00 49 400.00 LF Electrical Conduit (2 IN) Dollars & $ 13.55 $ 5,420.00 50 2.00 EA Electrical Service Connection Dollars & $ 1,076.25 $ 2,152 .50 51 2.00 EA Adjust Existing Water Valve Stacks Dollars & $ 105.00 $ 210.00 52 1.00 EA Adjust Existing Water Vault Dollars & $ 551 .25 $ 551 .25 53 4 .00 EA Watertight Manhole Insert Dollars & $ 220.50 $ 882.00 54 4 .00 EA Concrete Manhole Collar Dollars & $ 472 .50 $ 1,890.00 55 2.00 EA Install Existing Street Light Assembly Dollars & $ 1 ,737.75 $ 3,475.50 Grand Total Amount Bid 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) f?AA: Addendum No. 3 (Initials) ~ Addendum No. 2 (Initials) ~ Addendum No . 4 (Initials) ___ _ Respectfully submitted , Title Bus 1 o es s M.di.V\ ~E/' Address s· !'005 Royd Lane 1 · ~10·1 D a Ua.s I I)< 762 2 9 Telephone: 2!'-f -'l-66 -B3 4-o (Seal) Date: __ \_l,,-+-( ...... l-'--1-if~v-~---, I B-10 Updated 05/16/2005 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder , nonresident 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 nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-State or nonresident bidders in order for your bid to meet specifications. The failure of out-of-State or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in ______ (give State), our pr incipal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. ~ BIDDER: D~l\a s, T X ·1s2 z.9 City State Zip THIS FORM MUST BE RETURNED WITH YOUR QUOTATION 6 - 1 M/WBE REQUIRED DOCUMENTATION RECEIPT Transportation & Public Works Official Date: l2.._1Ji._1 Di Official Time: Bid Date: @_;_1_1 ;og Project Name: l 'i+ s~ ~~ e~\-L 7L Project Manager: Forms Submitted By Name: Company: Received By: . '· ATTACHMENT 1A Page 1 of 4 FORT WORTH ~ City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMP~Y NAME: Check applicable block to describe prime J RJ AVIY18 . L. P. I M/W/DBE lv1 NON-M/W/DBE PROJECT NAME: J J1TSEY ROAD PHASE II -INTERIM IMPROVEMENTS BID DATE December 4, 2008 C ity's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER lb 'LY 16 % % C291-541200-2024i0090983 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/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). Rev. 5/30/03 i T ATTA CHMENT 1A Page 2 of 4 Primes are requ ired to iderrtify ALL subcontractors/suppliers, regarqless of status; i.e ., Minority , W o men and non-MIWBEs. Please list M/WBE firms first, use additional sheets if necessary. SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax Te;;,c.e'{.sEnv1rn!1.tr1e11 ~~ /vla.na5em'2J,,-& SA; \ nc. f O · ~ox g4,q J..u.~iTX 1~24, 68f1 ~ ~1-~24-9 f 0/40-C::,4-n-34-o7 F Try Mc;f rt,lc.6 'j 24-o-9 Cu.L~t1 St. -I fi>rt Wc91'l-h ;11 ·1(p I 07 cp2-Ztf1· ;2.q4o p cn1-241~ 2q43 F -APAC-,ex:a~ \nc.. \ 14qco st-\ ,z \ fn $ (-0 I "T,X q ·12-248~24C,2 P ~n~J,un Llht({1e5 l 2.So I CR t \ \ 1 Ll ilo.u .. n, Q ;--ry.. 7 bo 3 3 €,l 1-6 i 1-1 o t B P li-1\"l -5 I 7 -70 19 F M~\,-5fle..c~r,c. L.P. €, l-0 s ' Al-(a,.rd St.. Pc3-\\3 ,; ,'TX 162\5 1l1-':ib5-1074-p Certfficati on (checl< one ) T f---.....-~.....-- i N T e M W C X r B B T D E E R 0 C T A 1 X 1 1 Detail Subcontracting Work ijavA c.ft ~ro,I~ ~~j·tt~~ ·u~~ CbrY7"'10Vl i;,, l I $\,e n --,, Crd.1 ns Bo)'. c.u[ ve.rf.s ~~2:tcl iiJ~ll s Ac.-uu.-;~ n,~ho!es , Y:L..tErva[ ves + t.,.J cl.,~-v-=---11-. ., Manhol.:1 c::c 1il=r~ + IYJ~S Nt-uJ e \ed-r, c s~niw CDV\ n Q. c..tt u r1 °\n ,;\-al \ s~t lA,:)hl I IW•'lq~ ,.... v..:,q-€ Detail Supplies Purchased Dollar Amount Rev . 5/3 0/03 J ..I ' ... ~ ..J J ... J w .., .., I ..J w J ..J .. . ! FORTWORTH ~ ATTACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers , regardless of status; i.e ., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification SUBCONTRACTOR/SUPPLIER (check one) T T Detail Detail Company Name i N C X Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D Telephone/Fax r B B R 0 E E C T ii'~ A Dal \a.<$ Lt+~ -1---'&trr l ccb.. I '3o 1 f +. Wol'"lh he l3a.rr I cc:..de':> l 4 . Iat\~s ,1')( '1S"2 D8 ~ s~~c)~y:--/4, lB '5, oo 2l4-7+0 -s1q l P 214 -748 --35Bb F Mcirop \* a~rnen,f t4.A.u'1< Pa,w me,nt marl!,~ 1-,03 Je lma-k Ave " ~rc..nd R-ain'.e ;tx 1 Pe<m~ne.nl 5',5nz·,'.y: $ 22,q;!J ,7£ 1'5D'1D C}'71-3'1q-35°0 p ~72,..31~-oOS"Cf r ehe rn t c:a.l Ll 'm e.. 380D i-4ulen I Su.tta. 200 fi;.d-W~/TX 76 to1 1 Lme. "3Lurrj $ 1·31 Bcq, Zo 8q-731-50£3£, P a11~1~t -s-054 f Rev. 5/30/03 ... .. .. • 1, FORT WORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ $ ATTACHMENT 1A Page 4 of 4 17 .3,l33 , 50 4°11 Z344 C,5 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ GG41Sb8 ,% By affixing a signature to this form, the Offerer 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 Offerer 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 statement Any failure to comply with this ordinance and create a material breach of contract may result in a e ermination of an irresponsible Offerer and barred from participating in City work for a period of time no . ss than one (1) year. Contact Name/Title (if different) 21 4 -4-bb -~ 3 4 0 f :2 1 'I -L/ 6 6 -8 3 54 ,=- Telephone and/or Fax l~o 5 l~oya l L.ehe ,, 3u2h~-10 7 Address E-mail dd City/State/Zip Date Rev. 5/30/03 FORT WORTH '-,-•. .-'" PRIME COMPANY NAME: J f<.j gV I ("),1 LP PROJECT NAME: ._J ' City of Fort Worth Good Faith Effort Form LITSEY ROAD PHASE II -INTERIM IMPROVEMENTS City's M/WBE Project Goal: PROJECT NUMBER 1Jf 16% C291-541200-2024e009083 ATTACHMENT 1C Page 1 of 3 Check applicable block to describe prime I M/W/DBE I vt NON -M/W/DBE BID DATE December 4 , 2008 If the bidder's method of compliance with the M/WBE goal is based upon demonstrati on of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. 1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS} On Combined Projects, list each subcontracting and or supplier opportunity through the 2"a tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities 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 --X_No Date of Listing--'--~'-- 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? __ Yes (If yes , attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) _LNo 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? _L Yes (If yes , attach list to include~ of M/WBE firm, person contacted, phone number and date and time of contact.) __ No 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? _x_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. (Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection Rev. 05/30/03 ADDITIONAL INFORMATION: ATTACHMENT 1C Page 3 of 3 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 information provided and the M/WBE(s) listed was/were contacted in goo aith. It is understood that any M/WBE(s) listed in Attachment 1 C will be con cted and the reasons for not using them will be verified by the City's M/WB Authorized Signature ~ l\ '3 \ ne s<J t--A. a V\~;:f r Title j RJ \}.v1 ng i LP Company Name I 'Q o 5 R o y w\ Lo.. n e I S u J: e l O 1 Address Di\\\ a s ~ TX ·1 5 2 2 9 City/State/Zip Contact Name and Title (if different) 214-4 bb -B ~4o 2 lt.t-4-bt-0 354 Phone Number Fax Number Email Address Date Rev. 05/30/03 I • ' • \ EQUIPMENT SCHEDULE List of Equipment owned by Bidder that is in serviceable condition and available for use: DG D ozer- DB Ibzec Portions of work Bidder proposes tci sublet in case of Award of Contracts including amount and type: 214-466-8340 FAX (Sales) 214-416-8352 FAX (Admin) 214-416-8354 Shea s~(""VI ces J \n C . \e><~<S G V 1 ,O""-n-.<2 .. rrt·al ManajE"yne~? I ..,c.. . F. Port1 ll 1;-uck , ~, l..,c_> JRJ PAVING, LP P.O. Box 59934 1805 Royal Lane, Suite 107 Dallas, TX 75229 ~ V'I n J .. oh n ~Y) 94D -h 13 -6'::i 30 H/2.4 /08 3;z 5r .... MI ch '2t.-e...l Fr~ u~ 8B<o ~ 434-624-'1 u/2-1 I o5 3 ~ 3s-P""' R'-oj er Ri~--kl( o 4-b'1'-233-0?4q 1</zt/D°(( 1 c ! Jo CA."" ASPHALT/CONCRETE PAVING• EXCAVATION• MILLING SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK ................................................................................................................... SP-4 2. AWARD OF CONTRACT ....................................................................................................... SP-4 3. PRECONSTRUCION CONFERENCE .................................................................................. SP-4 4. EXAMINATION OF SITE ...................................................................................................... SP-4 5. BID SUBMITT AL ..................................................................................................................... SP-4 6. WATER FOR CONSTRUCTION ........................................................................................... SP-5 7. SANITARY FACILITIES FOR WORKERS ......................................................................... SP-5 8. PAYMENT ................................................................................................................................ SP-5 9. SUBSIDIARY WORK .............................................................................................................. SP-5 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE 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 UTLITIES AND IMPROVEMENTS ............................... 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 (MIWBE) .................................. SP-6 COMPLIANCE 20. FINAL CLEAN UP ...•.....•............•............................................................................................ SP-8 21. SITE RESTORATION AND DAMAGE TO PRIVATE PROPERTY ................................ SP-8 22. CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATION .................. SP-8 LAW 23. SAFETY STANDARDS AND ACCIDENT PREVENTION .............................................. SP-11 24. SUBSTITUTIONS ................................................................................................................... SP-11 25. MECHANICS AND MATERIALSMEN'S LIEN ................................................................ SP-11 26. CONSTRUCTION SCHEDULE ................•.......................................................................... SP-11 27. WORK ORDER DELAY ....................................................................................................... SP-11 28. ZONING REQUIREMENTS ................................................................................................. SP-12 29. WORKING DAYS .................•................................................................................................ SP-12 30. GREEN CEMENT POLICY .................................................................................................. SP-12 31. RIGHT TO ABANDON .......................................................................................................... SP-12 32. CONSTRUCTION SPECIFICATIONS ............................................................................... SP-12 33. CONTRACT DOCUMENTS ................................................................................................. SP-13 34. MAINTENANCE STATEMENT .......................................................................................... SP-13 35. TRAFFIC CONTROL .•.......................................................................................................... SP-13 36. DELAYS .......................•.............................................................................................•............ SP-13 37. DETOURS AND BARRICADES ...•.•...........•....•.................................................................... SP-13 38. DISPOSAL OF SPOIUFILL MATERIAL .......................................................................... SP-13 39. QUALITY CONTROL TESTING ........................................................................................ SP-14 40. PROPERTY ACCESS ............................................................................................................ SP-14 41. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES ......................... SP-14 42. WATER DEPARTMENT PRE-QUALIFICATIONS ......................................................... SP-15 43. RIGHT TO AUDIT ..............•.................•.......................................................................•........ SP-15 44. CONSTRUCTION STAKES .................•............................................................................... SP-15 45. LOCATION OF NEW WALKS AND DRIVEWAYS ......................................................... SP-16 46. EARLY WARNING SYSTEM FOR CONSTRUCTION ................................................... SP-16 47. AIRPOLLUTIONWATCHDAYS ...................................................................................... SP-17 SP-1 48. CONSTRUCTION NON-PAY ITEMS: NON-PAY ITEM 1. NON-PAY ITEM 2. NON-PAY ITEM 3. NON-PAY ITEM 4. NON-PAY ITEM 5. NON-PAY ITEM 6. NON-PAY ITEM 7. NON-PAY ITEM 8. NON-PAY ITEM 9. NON-PAY ITEM 10. NON-PAY ITEM 11. NON PAY-ITEM 12. NON PAY-ITEM 13. NON PAY-ITEM 14. SPRINKLING FOR DUST CONTROL ........................................ SP-17 PROTECTION OF TREES , PLANTS AND SOILS ..................... SP-17 PROJECT CLEAN-UP .................................................................. SP-17 PROJECT SCHEDULE ................................................................. SP-18 NOTIFICATION OF RESIDENTS ............................................... SP-18 PUBLIC NOTIFICATION PRIOR TO .......................................... SP-18 BEGINNING CONSTRUCTION SAWCUT OF EXISTING CONCRETE ........................................ SP-19 LOCATION AND EXPOSURE OF MANHOLES ...................... SP-19 AND WATER VALVES TIE-IN INTO STORM DRAIN STRUCTURE ............................. SP-19 SPRINKLER HEAD ADJUSTMENT ........................................... SP-19 FEE FOR STREET USE PERMITS .............................................. SP-19 AND RE-INSPECTIONS WATER TESTING PAVEMENT ................................................. SP-20 REMOVE EXISTING TEMPORARY CURB .............................. SP-20 REMOVE AND RELOCATE ROCK EDGING ........................... SP-20 AT ROADWAY MEDIAN 49. CONSTRUCTION PAY ITEMS: PAY ITEM 1. PAY ITEM 2 . PAY ITEMS 3. & 4. PAY ITEM 5. PAY ITEM 6. PAY ITEM 7. PAY ITEM 8. PAY ITEM 9. PAY ITEM 10. PAY ITEM 11. PAY ITEM 12. PAY ITEM 13. PAY ITEM 14. PAY ITEM 15. PAY ITEM 16. PAY ITEM 17. PAY ITEMS 18. & 19. PAY ITEM 20. PAY ITEM 21. PAY ITEMS 22. & 23. PAY ITEM 24. PAY ITEM 25. PAY ITEMS 26. -28. PAY ITEM 29. PAY ITEMS 30. & 31. PAY ITEM 32. PAY ITEM33. PAY ITEM 34. PAY ITEM 35. MOBILIZATION ........................................................................... SP-20 PROJECT DESIGNATION SIGNS ............................................... SP-20 PREPARE RIGHT-OF-WAY ........................................................ SP-21 UNCLASSIFIED STREET EXCAVATION ................................. SP-22 UNCLASSIFIED CHANNEL EXCAVATION ............................ SP-23 BORROW ...................................................................................... SP-23 REMOVE EXISTING ASPHALT PAVEMENT .......................... SP-24 DEMOLISH EXISTING TRUSS BRIDGE ................................... SP-24 REMOVE EXISTING STREET LIGHT ....................................... SP-24 FOUNDATION PREPARE PROJECT STORM WATER ....................................... SP-25 POLLUTION PREVENTION PLAN STABLIZED CONSTRUCTION EXIT ........................................ SP-26 TEMPOARY SEDIMENT CONTROL FENCE ........................... SP-26 ROCK FILTER DAMS (INSTALL) .............................................. SP-26 ROCK FILTER DAMS (REMOVE) ............................................. SP-27 TOPSOIL ....................................................................................... SP-27 HYDROMULCH SEEDING ......................................................... SP-27 LIME TREATMENT (ROAD-MIXED) ........................................ SP-28 FLEXIBLE BASE .......................................................................... SP-28 DENSE-GRADED HOT-MIX ASPHALT .................................... SP-29 REINFORCED CONCRETE PIPE ................................................ SP-29 REINFORCED CONCRETE BOX CUL VERT ............................ SP-30 STORM DRAIN MANHOLE ........................................................ SP-30 SLOPED HEADWALL ................................................................. SP-31 SAFETY END TREATMENT ...................................................... SP-31 TRENCH SAFETY ........................................................................ SP-31 RIPRAP (STONE PROTECTION) ................................................ SP-32 ADJUST EXISTING SANITARY SEWER MANHOLE ............. SP-32 RIM TO PROPOSED GRADE BARRICADES, SIGNS AND TRAFFIC HANDLING ................ SP-32 REMOVE AND RELOCATE TYPE ill BARRICADE ................ SP-33 SP-2 PAY ITEM 36. PAY ITEM 37. PAY ITEMS 38. & 39. PAY ITEMS 40. -43. PAY ITEMS 44. & 45. PAY ITEM 46. PAY ITEM 47. PAY ITEM 48. PAY ITEM 49. PAY ITEM SO. SMALL ROADSIDE SIGN SUPPORTS & .................................. SP-33 ASSEMBLIES INSTALL OBJECT MARKER ASSEMBLY ............................... SP-34 REFLECTORIZED PAVEMENT MARKING ............................. SP-34 REFLECTORIZED PAVEMENT MARKER ............................... SP-34 WIRE FENCE ................................................................................ SP-35 REMOVE AND RELOCATE EXISTING GATES ....................... SP-35 REMOVE AND RELOCATE EXISTING CATTLE .................... SP-35 GUARD AND GATE INSTALL STREET LIGHT FOUNDATION ................................ SP-35 ELECTRICAL CONDUIT ............................................................. SP-36 ELECTRICAL SERVICE CONNECTION ................................... SP-36 SP-3 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: LITSEY ROAD PHASE II INTERIM IMPROVEMENTS ~ PROJECT ID: C291-541200-2022P090983 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following: Channel excavation in Henrietta Creek, removal of historic truss bridge, borrow material, roadway embankment, asphalt pavement, storm drain system, pavement marking and signage for 3,000 linear feet of two-lane roadway, 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: Contract will be awarded to the lowest responsive bidder of the Base Bid (Part B -Proposal). The City Engineer shall evaluate and recommend to the City Council the best bid which is considered to be in the best interest of the City. Bidders are hereby informed that the Di.rector of the Department of TPW 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. 3. PRECONSTRUCTION CONFERENCE: The successful Contractor, Engineer, and City - 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. 4. 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. 5. 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. BID SUBMITTAL: Bidders shall not separate, detach or remove any portion, segment or SP-4 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. 6. WATER FOR CONSTRUCTION : Water for construction will be furnished by the Contractor at his own expense . 7. 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. 8. PAYMENT: The Contractor will receive monthly payment (minus 5% retainage) from the City for all work generated within a pay period. Payment of the remaining amount shall be made w ith final payment and upon acceptance of the project. 9. 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. 10. 11. 12. 13. 14. 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. 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". 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 w ith 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 rates be paid as attached. 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 . 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. MATERIAL STORAGE : Material shall not be stored on private property unless the SP-5 Contractor has obtained permission from the property City. 15. 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 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. 16. INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding on and awarding the contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus(±) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. 17. 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. 18. 19. 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. 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-A29) 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. 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 SP-6 contracts. The Ordinance is 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 ord inance 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 D ivision 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: a. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid; and, b. 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, SP-7 c. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers. Justification for change may be granted for the following: (1) Failure of Subcontractor to provide ev idence of coverage by Worker's Compensation Insurance. (2) Failure of Subcontractor to provide requ ired general liability of other insurance. (3) Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan. (4) 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/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs. 20. 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 A.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. 21. SITE RESTORATION AND DAMAGE TO PRIVATE PROPERTY: The Contractor shall be responsible for restoring the site to original or better conditions after completion of his operations subject to approval of the Owner. Replacement shall be in kind or better. At the Contractor's discretion, digital photos may be taken of existing conditions for documentation . The burden of proof as to pre-project site conditions is the sole responsibility of the Contractor. The Contractor shall immediately repair or replace any damage to private property, including but not limited to fences, walls, pavement, and water and sewer services, at no cost to the Owner. All costs for site restoration, repair or replacement to private property and documentation shall be considered subsidiary to the project contract price and no additional payment will be allowed. 22. 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-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC82, 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, SP-8 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 limitat ion, 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 meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the Contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that 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; SP-9 (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 extens ion 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 ; 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 . cont ractually require each person w ith 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 w ill 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 entitles 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 proj ect 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 SP-10 23. The law requ ires that each person working on th is s ite or providing services re lated to this construction proj ect must be covered by worker's compensati on 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 requ irement for coverage , to verify whether your employer has provided the required coverage , or to report an employer's failure to provide coverage". SAFETY STANDARDS AND ACCIDENT PREVENTION: With respect to all work to be performed under th is Contract , the Contractor shall : a. Comply with the safety standards provisions of applicable laws, building and construction codes and the Manual of Accident Prevention in Construction published by the Associated General Contractors of America , the requirements of the Occupational Safety and Health Act of 1970 (Public Law 91-596 and subsequent amendments), and the requirements of Title 29 of the Code of Federal Regulat ions , Section 191 O or 1926 as applicable. b. Exercise every precaution at all times for the prevention of accidents and the protection of persons (including employees) and property. The attention of the Contractor is directed to the Requirements (including permitt ing and recording) of the Confined Space Entry Regulations that are under OSHA 24. 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 unt il 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 establ ishing 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 subst itutions . The provisions of the sub-section as related to "substit utions" shall be applicable to all sections of these specifications. 25. MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute a release of mechanics and materialmen 's liens upon rece ipt of payment. 26. CONSTRUCTION SCHEDULE: It shall be the responsibility of the Contractor to furnish the Construction Engineer prior to construct ion a schedule outlining anticipated time each phase of construct ion will beg in and be completed, including clean up time 27. 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 w ill not be issued until all utilities , right- SP-11 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. 28. ZONING REQUIREMENTS: During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes 29. WORKING DAYS: The Contractor agrees to complete the Contract within the allotted number of working days. 30. 'GREEN' CEMENT POLICY: 'GREEN ' CEMENT POLICY: As mandated by Fort Worth City Council Resolution 3536, all cement utilized for this project shall be procured from a kiln utilizing a d ry kiln process or from any kiln that does not produce an excess of 1.71b of NOx emissions per ton of clinker produced. All related costs for complying with the 'Green ' Cement Policy shall be considered subsidiary to the applicable project pay items. The contractor shall complete and submit the 'Green' Cement Policy Compliance Statement (included in the contract documents) at the time of bid opening of the project. Failure to comply with the 'Green' Cement policy shall be grounds for rejecting the bid as non-responsive. During the term of the contract if cement meeting the above requirement is not available, and where cement from a non-compliant source must be utilized, the contractor shall furnish good faith effort documentation in form of letters from two North Texas cement manufacturers of 'Green' Cement stating that no stock of 'green ' cement is available for the contractor at that time. These letters shall be considered valid for a maximum of one week after which new letters must be submitted to the Project Inspector if 'green' cement continues to remain unavailable. 31. 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. 32. 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 CONSTRUCTIONS NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS TEXAS STANDARD SPECIFICATION FOR CONSTRUCTION & MAINTENANCE OF HIGHWAYS, STREETS AND BRIDGES, TEXAS DEPARTMENT OF TRANSPORTATION A copy of the City specifications may be purchased at the Office of the Department of nd Engineering, 1000 Throckmorton Street, 2 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. SP-12 33. CONTRACT DOCUMENTS: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time . Failure to bid or fully execute contract without retaining contract documents intact may be grounds tor designating bids as "nonresponsive" and rejecting bids or voiding contract as appropriate and as determined by the Assistant Director of the Department of Transportation and Public Works. 34. MAINTENANCE STATEMENT: The Contractor shall be responsible tor detects in this project due to faulty materials and workmanship , or both , tor 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 detective due to these causes. 35. TRAFFIC CONTROL: The Contractor shall be responsible tor providing traffic control during the construction of this project consistent with the provisions set forth in the current version of the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701 d Vernon's Civil Statues, pertinent sections being Section Nos. 27, 29, 30 and 31 . 36. 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 tor final approval or disapproval; and the action thereon by the Council shall be final and binding. It delay is caused by specific orders given by the Engineers to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions tor carrying on the work , then such delay will entitle the Contractor to an equivalent extension of time, his application tor 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. 37. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction as required by Engineer by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans. Construction signing and barricades shall conform with the current version of the "Texas Manual on Uniform Traffic Control Devices ." 38. DISPOSAL OF SPOIUFILL 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 SP-13 39. 40. 41. evidenced by a letter signed by the Administrator stat ing 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 . QUALITY CONTROL TESTING : 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. a. 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. b. 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. c. 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 inc luded in the unit price for the item being tested. d. 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. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. SAFETY RESTRICTIONS· WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: a. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels , drilling rigs, pile drivers , hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." b. Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. c. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Company) which will erect temporary mechanical barriers, de-energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying SP-14 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). 42. 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. 43. RIGHT TO AUDIT: 44. 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. 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 w ith subsection (c) hereof. City shall give subcontractor reasonable advance notice of intended audits. c. Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies as follows: (1) (2) 50 copies and under $0.10 per page. More than 50 copies $0.85 for first page plus $0.15 for each page thereafter. d. "Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract and further, that City shall have access during normal working hours to all appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits." CONSTRUCTION ST AKES: 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 SP-15 45. 46. 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 unt il 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 fo r 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 be accepted , and time w i ll continue to be charged in accordance w ith the Contract Documents. LOCATION OF NEW WALKS AND DRIVEWAYS : The Contractor w ill make every effort to protect existing trees within the parkway, with the approval of the eng ineer the Contractor may re-locate proposed new driveways and walks around existing trees to minimize damage to trees . 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 prog ress 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 w ill be taken: a. A letter will be mailed to the Contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received , it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the Contractor receives such a letter, the Contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time . b. The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportat ion and Public Works will be made aware of the situation . If necessary, the City Manager's Office and the appropriate city council members may also be informed . c. Any notice that may, in the C ity's sole discretion, be required to be provided to interested individuals will distributed by the Engineering Department's Public Information Officer. d. Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. e. If the Contractor fails to provide an acceptable schedule or fai ls to perform satisfactorily a second time prior to the completion of the contract , the bonding company will be notified appropriately. SP-16 47. AIR POLLUTION WATCH DAYS: The Contractor shall be requ ired 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 . 48. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollut ion 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 responsibil ity of being aware that such days have been des ignated Air Pollution Watch Days and as such shall not beg in 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 al t ernative fuels such as CNG . If the Contractor is unable to perform continuous work for a per iod 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 allowab le weather days of a given month." CONSTRUCTION NON-PAY ITEMS: NON-PAY ITEM 1: SPRINKLING FOR DUST CONTROL: All app li cable provisions of Standard Specifications Item 200 , "Sprinkling for Dust Control " shall apply. However, no direct payment will be made for t his item and it shall be considered incidental to th is contract. NON-PAY ITEM 2: PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns , yards, shrubs , trees , etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to st art 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 pub lic property includ ing street rights-of-way and designated alleys. This permit can be obtained by calling the Forestry Office at (817) 871-5738. All tree work shall be in compliance w ith pruning standards for Class II Prun ing as described by the National Arborist Assoc iation . A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture . Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. NON-PAY ITEM 3: PROJECT CLEAN-UP : The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the SP-17 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: (1) Sweeping the street clean of dirt or debris (2) Storing excess material in appropriate and organized manner (3) 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 th is 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 r ight-of-way is cleaned up to the satisfaction of the Engineer. NON-PAY ITEM 4: PROJECT SCHEDULE : Contractor shall be responsible for producing a project schedule at the pre-construction conference . This schedule shall detail all phases of construction, including project clean up , and allow the Contractor to complete the work in the allotted time. Contractor w ill not move on to the jobs ite nor w ill 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 t urned in. Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintain ing the project schedule shall be considered subsidiary to this contract. NON-PAY ITEM 5: NOTIFICATION OF RESIDENTS: In order to cut down on the number of compla ints 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 proj ects . All costs involved with providing such written notice shall be considered subsidiary to this contract. NON-PAY ITEM 6: 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 : a. The notification notice or flyer shall be posted seven (7) days prior to beginning any construction act ivity 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 Ci ty's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached. b. 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 f lyer is delivered to all residents of the block. All work involved with the pre-construction not ification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. SP-1 8 NON-PAY ITEM 7: 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 subsid iary to the unit cost of the respective item. NON-PAY ITEM 8: 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. a. The Contractor shall attempt to include the construction engineer (if he is ava ilable) in the observation and marking activity. In any event a street shall be completely marked a minimum to two (2) working days before recycling beg ins on any street. Marking the curbs with paint is a recommended procedure. b. 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 AT&T (817)338-6803 Darrel Hampton Oncor Electric (817)215-6937 Bobby Browninq Atmos Energy (469)261-2041 Roy Reinert c. 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. d. 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. NON-PAY ITEM 9: 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. NON-PAY ITEM 10: 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. NON-PAY ITEM 11: FEE FOR STREET USE PERMITS AND RE-INSPECTIONS: A fee for street use perm its 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: a. The street permit fee is $50.00 per permit with payment due at the time of permit application. b. A re-inspection fee of $25 .00 will be assessed when work for which an inspection SP-19 called for is incomplete. Payment is due prior to the City performing re-inspection. c. Payment by the Contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensat ion shall be made. NON-PAY ITEM 12: WATER TESTING PAVEMENT: The Contractor shall test all proposed paving for water ponding. If ponding in any spot exceeds~". the Contractor shall replace affected pavement or provide other approved modifications (grinding, etc.) so that no ponding areas exceed a maximum of~" depth. NON-PAY ITEM 13: REMOVING EXISTING TEMPORARY CURB: The contractor may break out existing temporary curb by any means approved by the Engineer. Any damaged pavement shall be repaired at the cost of the Contractor. Removing existing temporary curb shall be subsidiary to "Removing Metal Beam Guard Fence". NON-PAY ITEM 14: REMOVE AND RELOCATE ROCK EDGING AT ROADWAY MEDIAN: Existing Rock Edging material along Cleveland Gibbs Road shall be removed and stockpiled at a suitable location within the project site. Following asphalt pavement construction, the rock edging material shall be relocated to the edge of the new asphalt. Refer to plans for location and dimensions of the relocated rock edging material. Relocated rock edging shall be placed at the same thickness as existing rock edging. 49. CONSTRUCTION PAY ITEMS: PAY ITEM N0.1: MOBILIZATION: This item shall be completed in accordance with Item 101 of the City of Fort Worth's Standard Specifications for Street and Storm Drain Construction, except as modified or clarified below : A. Contractor shall coordinate with the City of Fort Worth , Denton County, the TxDOT bridge contractor , utility companies, and project engineer to establish construction phasing plan and schedule. The construction sequence plan will require the Contractor to: 1. Complete the channelization, roadway embankment, and storm drain improvements . 2 . Stop construction for approximately 4 months to allow for the construction of the Litsey Road at Henrietta Creek Bridge. 3. Re-mobilize to construct roadway and complete final improvements. There shall be no additional compensation for the re-mobilization described above. B. Contractor shall coordinate with TxDOT bridge construction contractor to maintain placement of temporary traffic control devices , safety barriers, and warning signs during the duration of the project construction . PAY ITEM NO. 2: PROJECT DESIGNATION SIGNS: A. The Contractor shall construct and install Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. B. 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, SP-20 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. C. The work, which includes the painting of the signs, installing and removing the signs , furnishing the materials , supports and connections to the support and maintenance shall be to the satisfaction of the Engineer . The unit price bid per each will be full payment for materials including all labor, equipment , tools and incidentals necessary to complete the work. PAY ITEMS NO. 3 AND 4: PREPARING RIGHT OF WAY: The provisions of TxDOT Item 100, "Preparing Right of Way", shall apply except as modified or clarified below: A. Salvaging and Relocating of obstructions is considered subsidiary to this bid item. B. Existing roadway will be demolished and removed in phases. See Traffic Control Plan for Construction Sequence. C. Any damages that may occur to real property or existing improvements , including ex isting private and public landscape irrigation systems, shall be restored by the CONTRACTOR to at least the same condition that the real property or existing improvements were in prior to the damages. This restoration shall be subject to the Owner's approval; moreover, this restoration shall not be a basis for additional compensation to the CONTRACTOR. The CONTRACTOR shall furnish to the City of Fort Worth a letter from each Owner of a sprinkler system requir ing repair due to construction damage that they are satisfied with the work on the system and that the system is functioning properly. D. The CONTRACTOR shall saw cut all concrete and/or asphalt pavement as shown on the demolition plans per the construction phases shown in the plans. Separate pay items have been provided for the removal of existing pavement. The CONTRACTOR shall submit a Stockpile Plan that designates locations for temporary storage of excavated pavement. This plan is subject to approval of the City. If stock pile(s) are located on private property, the CONTRACTOR must supply the City with a written letter of permission from the property owner to include the final state of the land to be used. E. All existing public utilities with a surface feature including, but not limited to , water valve stacks and lids , manholes, water meters, vaults, etc. shall be located prior to construction, protected during construction , and adjusted to final grade as necessary. This work shall be considered incidental to th is pay item. F. All franchise utilities with a surface feature including, but not limited to , manholes, vaults , etc. shall be located prior to construction and protected during construction. CONTRACTOR shall contact franchise util ity and City if adjustment to final grade is necessary. This work shall be considered incidental to this pay item . Sanitary sewer manholes shall be adjusted to proposed grade as a separate pay item . G. Vegetation within the public right -of-way shall be demolished as necessary for construction and as directed by the City, unless noted otherwise in the demolition plans. Areas outside the public right-of-way shall not be disturbed. H. Where trees , plants , shrubbery, etc., are adjacent to the line of the work and are not to be removed or removed and replaced, the CONTRACTOR shall protect such SP-21 trees, plants , shrubbery, etc. utilizing orange safety fencing with steel t-posts (safety caps required) with a minimum height of 3-feet as approved by the City and shall not permit machinery or employees to scrape, tear the limbs from, damage or attach guy cables to them. If , in the opinion of the Engineer, such trees , plants , shrubbery, etc., would be damaged by machinery, etc., hand excavation may be required. The CONTRACTOR shall be responsible for all damages to adjacent trees, plants, shrubbery, etc., and any such damage shall be remedied to the satisfaction of the City. The cost of such protection shall not be paid for as a separate contract pay item; the costs thereof shall be included in such pay items as are provided for in the proposal and contract. I. The CONTRACTOR shall make a video of the entire project area prior to construction and furnish a copy to the City on VHS or DVD format. The video should include building structures, sidewalks, parking lots, vegetation, trees, gates , fences , and other pertinent items that may be affected by the construction . The CONTRACTOR shall not be permitted to begin any construction on the site until this information is furnished. J. Measurement for this bid item shall be per acre for "Prepare Channel Right-of-Way." K. Measurement for this bid item shall be per 1 DO-station for "Prepare Roadway Right- of-Way." L. Payment for this bid item shall be paid for at the unit price bid for "Prepare Right of Way'' of the Type Specified . PAY ITEM NO. 5: UNCLASSIFIED STREET EXCAVATION: The provisions of NCTCOG Standard Specifications Item 203.4, "Unclassified Street Excavation", shall apply except as modified or clarified below: A. Class ification -Without regard to materials encountered , all street excavations shall be unclassified and shall be designated as "Unclassified Roadway Excavation", which shall include all materials excavated. It is to be distinctly understood that any reference to rock or other material on the plans and/or in this specification is solely for the OWNER'S and CONTRACTOR'S information is not to be taken as an indication of classification of excavation. B. Earthwork (Spoil) Haul Off and Dispose -Material excavated but not required for embankments shall be disposed of offsite by the CONTRACTOR at locations to be secured by CONTRACTOR. A permission letter from the property owner, allowing disposal, shall be furnished to the Engineer. This work including necessary embankment shall be considered incidental to this pay item. No separate pay item provided . C . The CONTRACTOR shall submit a Stockpile Plan that designates locations for temporary storage of spoil. This plan is subject to approval of the City. If stock pile(s) are located on private property, the CONTRACTOR must supply the City with a written letter of permission from the property owner to include the final state of the land to be used. D. Measurement for this bid item shall be per cubic yard. The cubic yard will be measured in its final position using the average end area method. The volume is computed between the original ground surface or the surface upon which the embankment is to be constructed and the lines, grades, and slopes of the embankment. In areas of salvaged topsoil, payment for embankment will be made in accordance with the bid item for 'Topsoil." Shrinkage or swell factors will not be considered in determining the calculated quantities. SP-22 E. Payment for this bid item shall be paid for at the unit price bid for "Unclassified Street Excavation ". PAY ITEM NO. 6: UNCLASSIFIED CHANNEL EXCAVATION: The provisions of NCTCOG Standard Specifications Item 203 .5, "Unclassified Channel Excavation", shall apply except as modified or clarified below: A. Classification -Without regard to materials encountered, all street excavations shall be unclassified and shall be designated as "Unclassified Channel Excavation", which shall include all materials excavated. It is to be distinctly understood that any reference to rock or other material on the plans and/or in this specification is solely for the OWNER'S and CONTRACTOR'S information is not to be taken as an indication of classification of excavation . B. Earthwork (Spoil) Haul Off and Dispose -Material excavated but not required for embankments shall be disposed of offsite by the CONTRACTOR at locat ions to be secured by CONTRACTOR. A permission letter from the property owner, allowing disposal , shall be furnished to the Engineer. This work including necessary embankment shall be considered incidental to this pay item. No separate pay item provided . C. The CONTRACTOR shall submit a Stockpile Plan that designates locations for temporary storage of spoil. This plan is subject to approval of the City. If stock pile(s) are located on private property , the CONTRACTOR must supply the City with a written letter of permission from the property owner to include the final state of the land to be used. D. Measurement for this bid item shall be per cubic yard. The cubic yard will be measured in its final position using the average end area method . The volume is computed between the original ground surface or the surface upon which the embankment is to be constructed and the lines, grades, and slopes of the embankment. In areas of salvaged topsoil, payment for embankment w ill be made in accordance with the bid item for "4-inch Depth Topsoil." Shrinkage or swell factors will not be considered in determining the calculated quantities. E. Payment for this bid item shall be paid for at the unit price bid for "Unclassified Channel Excavation ". PAY ITEM NO. 7: BORROW: The provisions of NCTCOG Specifications Item 203 .6, "Borrow", shall apply except as modified below. A. This is a plans quantity measurement item. No additional measurements shall be performed. B. Correction of soft spots and any required proof rolling shall be considered incidental to this bid item and shall be performed as required or directed by CITY. No separate bid item provided. C. ASTM D698 may be substituted for Tex-114-E method for determining the maximum dry density and optimum moisture content. D. Topsoil and Seeding Turf grass shall be paid by separate bid items. The top 4- inches of the finished embankment shall remain free and clear of all objectionable matter including rocks greater than 3-inches in diameter, limbs , etc . The top 4-inches SP-23 shall be placed by ordinary compaction and prepared for Broadcast Seeding in accordance with NCTCOG Item 202.6 "Seeding Turfgrass ". E. Measurement for this bid item shall be per cubic yard. The cubic yard will be measured in its final position using the average end area method. The volume is computed between the original ground surface or the surface upon which the embankment is to be constructed and the lines, grades, and slopes of the embankment. In areas of salvaged topsoil, payment for embankment will be made in accordance with the bid item for "Topsoil." Shrinkage or swell factors will not be considered in determining the calculated quantities. F. Payment for this bid item shall be paid for at the unit price bid for "Borrow". PAY ITEM NO. 8: REMOVE EXISTING ASPHALT PAVEMENT: The provisions of TxDOT Item 105, "Removing Stabilized Base and Asphalt Pavement", shall apply except as modified or clarified below: A. Asphalt shall be properly disposed of at an off-site location by the CONTRACTOR. B. Existing roadway will demolished and removed in phases . See Traffic Control Plan for Construction Sequence. C. Measurement for this bid item shall be per square yard . D. Payment for this bid item shall be paid for at the unit price bid for "Remove Existing Asphalt Pavement". PAY ITEM NO. 9: DEMOLISH EXISTING TRUSS BRIDGE: The following provisions shall apply: A. This Item shall govern for the removal of the existing historic Henrietta Creek Truss Bridge as shown on the plans. B. Contractor shall demolish the existing bridge and properly dispose of bridge off the project site. Coordinate the existing bridge demolition with the CITY and ENGINEER. C. The work as provided for by this specification shall be measured by the lump sum. D. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for ·"Demolish Existing Truss Bridge." This price shall be full compensation for all excavation, backfilling, utility adjustments, demolition, waste disposal, coordination, and furnishing all equipment, tools, labor and incidentals necessary to complete the work. PAY ITEM N0.10: REMOVE EXISTING STREET LIGHT FOUNDATION: The provisions of TxDOT Item 104, "Removing Concrete", shall apply except as modified or clarified below: A. Contractor shall coordinate with the City of Fort Worth and Oncor Electric Delivery for removal and disconnection of existing street light poles. Prior to demolition, existing electrical conduit and wire shall be disconnected and capped off to allow for SP-24 installation and reconnection of relocated street light poles . Designated concrete street light foundations shall be demolished , removed, and properly disposed of at an off-site location by the CONTRACTOR. B. Measurement for this bid item shall be per each foundation removed. C. Payment for this bid item shall be paid for at the unit price bid for "Remove Existing Street Light Foundation " of the type specified. PAY ITEM NO. 11: PREPARE PROJECT STORM WATER POLLUTION PREVENTION PLAN: The provisions of TxDOT Item 506 , 'Temporary Erosion, Sedimentation, and Environmental Controls ", shall apply except as modified or clarified below: A. The construction activities for this project disturb approx imately 13.4 acres. Therefore, the CONTRACTOR shall follow the Construction General Permit (TXR150000) for "Large Construction Activities " (disturbing more than 5 acres). Additional information regard ing the TCEQ storm water permit program may be found at the internet at: http ://www .tceq.state .tx.us/permitting/water quality/stormwater/TXR15 AIR .html B. The CONTRACTOR shall be responsible for preparing, implementing , and maintaining a project Storm Water Pollution Prevention Plan (SWPPP) in accordance with the TCEQ Texas Pollutant Discharge Elimination System (TPDES) Permit No. TXR150000 . C. The CONTRACTOR shall bound together the SWPPP information into a single document (SWPPP Manual). A copy of the SWPPP Manual will be provided to the CITY and ENGINEER prior to construction. A copy of the SWPPP will be kept on- site. The "Construction Site Notice" shall be posted on a sign at the construction site . D. A Notice of Intent (NOi) and Notice of Termination (NOT) are required and will be the CONTRACTOR 'S responsible for submitting and providing copies to the CITY and ENGINEER. E. The CONTRACTOR shall pay the NOi applicat ion fee. F. Refer to erosion control details and notes located in the construction plans for additional information . G. Erosion and Sediment Control -Required temporary erosion control devices shall be installed by the CONTRACTOR prior to any construction activities. Temporary erosion control devices shall be completely removed from the project by the CONTRACTOR upon final stabilization as defined in the TPDES Perm it TXR 150000 and prior to final payment. The work as specified in this section shall include all labor, tools , equipment and incidentals necessary for furnishing, installing, maintaining and inspecting erosion and sedimentation control devices as required during the construction of the project. H. The Contractor shall be respons ible implementation and maintenance of Best Management Practices (BMP 's) for selected erosion and sediment control devices and other related construction activities that have been attached to this specificat ion , or indicated on the plan sheets. Contractor shall implement Best Management Practices on this project. I. Measurement for this bid item shall be per lump sum. SP-25 J. All work 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. Separate pay items have been provided for various erosion control materials including Stabilized Construction Entrance, Silt Fence, and Rock Filter Dams. All other materials necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. Payment for this bid item shall be paid for at the unit price bid for "Prepare Project Storm Water Pollution Prevention Plan". PAY ITEM N0.12: CONSTRUCTION EXITS: The provisions of TxDOT Item 506, "Temporary Erosion, Sedimentation , and Environmental Controls ", shall apply except as modified or clarified below: A. Contractor shall locate a construction exit at each end of the project site at locations to be determined by the Contractor and approved by the City. B. Refer to TxDOT Standard Sheet "Construction Exits" (EC(3)-93) for details and general notes. C. Construction Exits shall be Type 1 (Coarse Aggregate), unless noted otherwise . D. Removal of construction exists shall not be a separate pay item and will be subsidiary to this bid item . E. Measurement for this bid item shall be per the square yard . F. Payment for this bid item shall be paid for at the unit price bid for "Construction Exits" of the type specified. The removal of construction exit material is subsidiary to the installation of construction exits . No separate pay item is provided. PAY ITEM N0.13: TEMPORARY SEDIMENT CONTROL FENCE: The provisions of TxDOT Item 506, "Temporary Erosion, Sedimentation, and Environmental Controls", shall apply except as modified or clarified below: A. Refer to erosion control plans for silt fence locat ion. Refer to erosion control details and notes located in the construction plans for additional information. B. Removal of temporary sediment control fence shall not be a separate pay item and will be subsidiary to this bid item . C. Measurement for this bid item shall be per linear foot. D. Payment for this bid item shall be paid for at the unit price bid for ''Temporary Sediment Control Fence". PAY ITEM NO. 14: ROCK FILTER DAMS (INSTALL): The provisions of TxDOT Item 506, ''Temporary Erosion, Sedimentation, and Environmental Controls", shall apply except as modified or clarified below: A. Refer to erosion control plans for rock filter dam location. B. Refer to TxDOT Standard Sheet "Rock Filter Dams" (EC(2)-93) for details and general notes. C. Rock filter dams shall be Type 3, unless noted otherwise. D. Measurement for this bid item shall be per linear foot. SP-26 E. Payment for this bid item shall be paid for at the unit price bid for "Rock Filter Dams (Install)" of the type specified . PAY ITEM NO. 15: ROCK FILTER DAMS (REMOVE): The provisions of TxDOT Item 506, "Temporary Erosion, Sedimentation , and Environmental Controls ", shall apply except as modified or clarified below: A. Rock filter dam shall remain in place until all upstream areas are stabilized and accumulated silt removed . Removal shall be coordinated with the ENGINEER and CITY. B. Measurement for this bid item shall be per linear foot. C. Payment for this bid item shall be paid for at the unit price bid for "Rock Filter Dams (Remove)". PAY ITEM NO. 16: TOPSOIL: The provisions of NCTCOG Item 202.2 , "Topsoil", shall apply except as modified or clarified below: A. Furnish and place topsoil to a depth of 4". B. Existing topsoil from excavated areas can be used if properly separated and stockpiled . Topsoil shall be pulverized to a size of 1" or less diameter prior to application . C. Any damages that may occur to real property or existing improvements , including existing private and public landscape irrigation systems , shall be restored by the CONTRACTOR to at least the same condition that the real property or existing improvements were in prior to the damages . This restoration shall be subject to the Owner's approval; moreover, this restoration shall not be a basis for additional compensation to the CONTRACTOR. The CONTRACTOR shall furnish to the City of Fort Worth a letter from each Owner of a sprinkler system requiring repair due to construction damage that they are satisfied with the work on the system and that the system is functioning properly. D. The CONTRACTOR shall submit a Stockpile Plan that des ignates locations for temporary storage of topsoil. This plan is subject to approval of the City. If stock pile(s) are located on private property, the CONTRACTOR must supply the City with a written letter of permission from the property owner to inc lude the final state of the land to be used. E. Measurement for this bid item shall be per square yard . F. Payment for this bid item shall be paid for at the unit price bid for ''Topsoil" of the depth specified. PAY ITEM N0.17: HYDROMULCH SEEDING: The provisions of NCTCOG Item 202 .6, "Seeding Turfgrass", shall apply except as modified or clarified below: A. Refer to erosion control plans for areas to have seeding turfgrass. SP-27 B. Match existing grass type along the roadway. The CONTRACTOR shall determine the existing grass type and submit the specifications to the ENGINEER and CITY for approval prior to installation. C. Refer to Table 202 .6.3.(a) Seeding Turfgrass under NCTCOG Item 202.6 for planting season, seed , and rate . D. Fertilizing for sod shall comply with applicable provision of NCTCOG Item 202.4 Fertilizer. Fertilizing shall be considered incidental to this pay item. E. Watering and Mowing shall be considered incidental to this pay item . F. Measurement for this bid item shall be per square yard. G. Payment for this bid item shall be paid for at the un it price bid for "Hydromulch Seeding ". PAY ITEMS NO. 18 AND 19: LIME TREATMENT (ROAD-MIXED): The provisions of TxDOT Item 260, "Lime Treatment (Road-Mixed)" shall apply except as modified or clarified below: A. This manual contains the Geotechnical Engineering Report for Litsey Road Phase II by CMJ Engineering, dated May 2008. The geotechnical report contains lime stabilization information for the lime content, optimum moisture content , depth of lime, and compaction. B. Lime treatment shall be to a depth of 6" and for a new base. C. Type B Hydrated Slurry Lime shall be used . D. The application rate for hydrated lime shall be determined by a "Lime Series Tests" performed when roadway has been cut to grade. A lime application rate or 27 lbs per square yard shall be used for bidding purposes. A geotechnical engineer, contracted by the City, shall perform the "Lime Series Tests ". E. Hydrated lime shall be applied by slurry placement. F. Mix and compact lime, water, and subgrade in the roadway (road-mixed). G. The lime stabilization shall extend a minimum of one foot beyond the edge of pavement. H. Measurement for lime treatment shall be per square yard. I. Measurement for hydrated lime shall be per ton . J . Payment for lime treatment shall be paid for at the unit price bid for "Lime Treatment (New Base)" for the specified depth . K. Payment for hydrated lime shall be paid for at the unit price bid for "Lime (Hydrated Lime (Slurry))" for the type specified. PAY ITEM NO. 20: FLEXIBLE BASE: The provisions of TxDOT Item 247, "Flexible Base" shall apply except as modified or clarified below: A. Flexible base shall be "Complete In Place" B. Flexible base shall be 6" deep, Type A, Grade 2. SP-28 C. Recycled Asphalt Pavement (RAP) is not allowed in the flexible base mixtures. D. Contractor shall provide flexible base mixture designs for approval by the Design Engineer and City before beginning pavement construction operations . E. Refer to typical sections and paving plans for thickness of flexible base , details , and notes . F. Measurement for this bid item shall be per square yard in the completed and accepted final position. G. Payment for this bid shall be paid for at the unit price bid for "Flexible Base" of the type , grade, and thickness specified. PAY ITEM NO. 21: DENSE-GRADED HOT-MIX ASPHALT (METHOD): The provisions of TxDOT Item 340, "Densely-Graded Hot-Mix Asphalt (Method)" shall apply except as modified or clarified below: A Dense-Graded Hot-Mix Asphalt shall be Type B B. Recycled Asphalt Pavement (RAP) is not allowed in the asphalt mixtures. C. Contractor shall provide asphalt mixture designs for approval by the Design Engineer and City before beginning pavement construction operations. D. Refer to typical sections and paving plans for thickness of asphalt, details , and notes. E. Measurement for this bid item shall be per ton . F. Payment for this bid shall be paid for at the unit price bid for "Dense-Graded Hot-Mix Asphalt (Method)" of the type specified. PAY ITEM NO. 22 AND 23: REINFORCED CONCRETE PIPE: The provisions of NCTCOG Item 508, "Open Cut -Storm Water Conduit Installation", shall apply except as modified or clarified below: A. Refer to NCTCOG Item 508.3 "Reinforced Concrete Pipe for Storm Water" for materials , installation, jointing , and fittings. B. Reinforced concrete pipe shall be Class Ill or Class IV as indicated in the plans. C. All proposed storm sewer connections shall be pre-fabricated. Field connections can be used for connections to existing lines only. D. Pipe collars shall be installed at all pipe size and grade changes . E. Refer to storm drain details for general notes, backfill/embedment information, pipe collars, junction boxes, and inlet details . F. Trench excavation, including embedment and backfill , are considered subsidiary to this Bid Item. G. Street Backfill and Repair for storm drain lines under existing roadways that are to be reconstructed will not be paid for directly, but will be subsidiary to this item. Street Backfill and Repair for water lines under existing roadways that are not to be reconstructed shall be a separate bid item. Refer to the paving plans to determine if roadway is to be reconstructed. Street Backfill and Repair areas on existing roadways that are not to be reconstructed are shown in the Storm Drain Line Plans. SP-29 H. Measurement for this bid item shall be per linear foot. I. Payment for this bid item shall be paid for at the unit price bid for "Reinforced Concrete Pipe" of the class and diameter spec ified. PAY ITEM NO. 24: REINFORCED CONCRETE BOX CULVERT: The prov isions of NCTCOG Item 508 , "Open Cut -Storm Water Condui t Installation ", shall apply except as modified or clarified below : A. Refer to NCTCOG Item 508 .3 "Reinforced Concrete Pipe for Storm Water" for materials , installation , jointing , and fittings . B. Refer to TxDOT Standard Sheets for Box Culvert details and general notes. C. Box culverts can be either Pre-Cast or Cast-In-Place. D. Reinforced concrete box culvert shall be ASTM C-789 unless noted otherwise in the plans . E. Refer to storm drain details for backfill/embedment information , junction boxes , and inlet details . F. Trench excavation, including embedment and backfill, are considered subsidiary to this Bid Item . G. Street Backfill and Repair for storm drain lines under existing roadways that are to be reconstructed will not be paid for directly, but will be subsidiary to this item. Street Backfill and Repair for water lines under existing roadways that are not to be reconstructed shall be a separate bid item . Refer to the paving plans to determine if roadway is to be reconstructed. Street Backfill and Repair areas on existing roadways that are not to be reconstructed are shown in the Storm Drain Line Plans . H. Measurement for this bid item shall be per linear foot. I. Payment for this bid item shall be paid for at the un it price bid for "Reinforced Concrete Box Culvert" of the class and size specified. PAY ITEM NO. 25: STORM DRAIN MANHOLE: The provisions of NCTCOG Item 502.1, "Manholes", shall apply except as modified or clarified below: A. Refer to storm drain detai ls for general notes and details. B. Concrete shall be Class 'C' concrete design to meet a minimum average compressive strength of 3,600 psi at 28 days. C. Storm Drain Manhole shall be "Standard Square Manhole" as described in the "Storm Drain Details " in the Plans . D. This bid item includes each size junction box at all depths, complete in place including excavation, form work , concrete, reinforcing steel , and labor to perform work. E. Measurement for this bid item shall be per each . F. Payment for this bid item shall be pa id for at the unit pr ice bid for "Storm Drain Manhole " of the type and size specified . SP-30 PAY ITEM NO. 26 through 28: SLOPED HEADWALLS (SKEWED/NON-SKEWED): The following provisions shall apply: A. Refer to "Storm Drain Deta il s" in the Plans for details and general notes. B. Concrete shall be Class 'C' concrete design to meet a minimum average compressive strength of 3 ,600 psi at 28 days. C. Refer to the Storm Drain Plans for Sloped Headwall location , pipe diameter or barrel span, headwall slope , skew , and other sloped headwall elements. D. Precast safety end treatment headwalls not allowed. E. Measurement for this bid item shall be per each . F. Payment for this bid item shall be paid for at the un it price bid for "Sloped Headwall " of the type , diameter, materials , slope , and other e lements specified . PAY ITEM NO. 29: SAFETY END TREATMENT: The provisions of TxDOT Item 467, "Safety End Treatment", shall apply except as mod ified or clar ified below: A. Refer to TxDOT standard details in the Plans for details and general notes. B. Concrete shall be Class 'C' concrete design to meet a minimum average compressive strength of 3,600 psi at 28 days . C. Refer to the Storm Drain Plans for Sloped Headwall location, pipe diameter or culvert span, headwall flare slope, skew, and headwall elements . D. Precast safety end treatment headwalls not allowed . E. Measurement for this bid item shall be per each . F. Payment for this bid item shall be paid for at the unit pr ice bid for "Safety End Treatment" of the type, pipe diameter, culvert span , culvert he ight, materials, slope, and other elements specified. PAY ITEM NO. 30 AND 31: TRENCH SAFETY: The provisions of NCTCOG Item 107.19.3 , "Trench Safety", shall apply except as modified or clarified below: A. In addition to personnel safety, the "Trench Safety Plan", developed by the CONTRACTOR , must provide for sheeting and shoring procedures capable of providing support of the trenches or boring pits , giving due consideration to the proximately of exiting structures and other facilities along the proposed utility lines . B. The cost of trench dewatering, if required, shall be subsidiary to this Bid Item . C. Contractor shall be paid under this bid item based on the linear foot of storm drain installed using open-cut trench method only. D. Measurement for this bid item shall be per linear foot. E. Payment for this bid item shall be pa id for at the unit price bid for "Trench Safety" of the type specified . SP-3 1 PAY ITEM NO. 32: RIPRAP (STONE PROTECTION): The provisions of TxDOT Item 432, "Riprap", shall apply except as modified or clarified below: A. Refer to plans for location of rock riprap protection. B. Riprap shall be Stone Protection at 18-inch thick (or deep), unless noted otherwise. C. Refer to Table 1 under TxDOT Item 432 for rock riprap gradation. D. Filter Fabric shall be Type 2 (Mirafi 180N or equivalent) in accordance with DMS - 6200. E. Measurement for th is bid item shall be per cubic yard. F. Payment for this bid item shall be paid for at the unit price bid for "Riprap " of the type, thickness, and void-filling technique specified, as applicable. PAY ITEM NO. 33: ADJUST EXISTING SANITARY SEWER MANHOLE RIM TO PROPOSED GRADE: The provisions of NCTCOG Item 502.1, "Manholes", shall apply except as modified or clarified below: A. Refer to the Grading Plans and "Miscellaneous Details" for adjustment of existing sanitary sewer manhole locations, details, and general notes. B. Manhole tie-ins, drop manholes, and sewage pumping (if required), will not be paid for directly, but will be subsidiary to this item. C. Contractor shall locate existing main prior to adjusting existing manholes to grade. D. Measurement for this bid item shall be per each. E. Payment for this bid item shall be paid for at the unit price bid for "Adjust Existing Sanitary Sewer Manhole Rim to Proposed Grade". PAY ITEM NO. 34 -BARRICADES, SIGNS AND TRAFFIC HANDLING The provisions of TxDOT Item 502, "Barricades, Signs, and Traffic Handling", shall apply except as modified or clarified below: A. TxDOT Section 502.2.A., "Implementation", Paragraph 3 shall state the following: "Contractor shall submit proposed traffic control plan {TCP) changes, to the Engineer and City for approval. Changes must conform to guidelines established in the TMUTCD using approved products from the CWZTCDL." B. Refer to "Construction Sequence" Plans for staging of project. C. Temprary flex base shall be used in areas as shown on the "Construction Sequence" Plan. Flex base shall be 2" thick. Flex base will not be paid for directly, but will be subsidiary to this item. D. 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 SP-32 of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701 d Vernon's Civil Statutes , pertinent sections being Section Nos . 27 , 29 , 30 and 31. E. 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. F. 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 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. G. Work shall not be performed on certain locations/streets during "peak traffic periods " as determinted by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Ma intenance Work Areas." H. Measurement for this bid item shall be per lump sum . I. Payment for this bid item shall be paid for at the unit price bid for "Barricades, Signs and Traffic Handling". PAY ITEM NO. 35: REMOVE AND RELOCATE TYPE Ill BARRICADE: The provis ions of TxDOT Item 644, "Small Roadside Sign Supports and Assemblies ", shall apply except as modified or clarified below : A. Refer to Pavement Plans and Details for location of Type Ill Barricade , notes and details. B. Refer to the TxDOT Standard Barricade and Construction Standards Sheet BC (10)- 07 for notes . C. Refer to the Compl iant Work Zone Traffic Control Devices (CWZTCD) list for details of the Type Ill Barricades and a list of all the materials used in the construction of Type Ill Barricades. D. Measurement for this bid item shall be per each. E. Payment for this bid item shall be paid for at the unit price bid for "Remove and Relocate Type Ill Barricade at Dead End". PAY ITEM NO. 36: SMALL ROADSIDE SIGN SUPPORTS & ASSEMBLIES: The provisions of TxDOT Item 644, "Small Roadside Sign Supports and Assemblies ", shall apply except as modified below: SP-33 A. Refer to construction plans for location of small roadside assemblies , details, and general notes . B. Measurement for this bid item shall be per each small roadside sign assembly installed. C. Payment for this bid item shall be paid for at the unit prices bid for "Small Roadside Sign Supports & Assemblies" of the type specified. PAY ITEM NO. 37: INSTALL OBJECT MARKER ASSEMBLIES: The provisions of TxDOT Item 658, "Delineator and Object Marker Assemblies", shall apply except as modified below: A. Refer to construction plans for location of object marker assemblies, details, and general notes. Object marker assemblies shall be installed in accordance TxDOT standard details "D&OM(1)-04". B. Refer to construction plans for Object Marker direction (Left or Right). C. Measurement for this bid item shall be per each object marker assembly installed, complete in place . D. Payment for this bid item shall be paid for at the unit prices bid for "Small Roadside Sign Supports & Assemblies" of the type specified. PAY ITEM NO. 38 AND 39: REFLECTORIZED PAVEMENT MARKINGS: The provisions of TxDOT Item 666, "Reflectorized Pavement Markings", shall apply except as modified or clarified below: A. Reflectorized pavement markings shall be Type I Marking Materials (Thermoplastic), unless noted otherwise on plans. B. Refer to Signage and Pavement Marking Plans and Details for location of reflectorized pavement markings, details , and general notes. C. Measurement for this bid item shall be per linear foot of striping or per each word, symbol, or shape. D. Payment for this bid item shall be paid for at the unit price bid for "Reflectorized Pavement Markings" of the type specified. PAY ITEM NO. 40 through 43: RAISED PAVEMENT MARKERS: The provisions of TxDOT Item 672, "Raised Pavement Markings", shall apply except as modified or clarified below: A. Refer to Signage and Pavement Marking Plans for location of raised pavement markers. Refer to City of Fort Worth standard details "Typical Pavement Markings" for details, spacing and type of buttons, and general notes. B. Measurement for this bid item shall be per each. C. Payment for this bid item shall be paid for at the unit price bid for "Reflectorized Pavement Marker" or 'Traffic Button" of the type specified. SP-34 PAY ITEM NO. 44 AND 45: WIRE FENCE: The provisions of TxDOT Item 552, "Wire Fence", shall apply except as modified or clarified below: A. Refer to Grading Plans for location of wire fence and gates . B. Refer to TxDOT standard detail for "Barbed Wire Fence (WF(2)-96)" for fence details , gate details and general notes. C. Measurement for this bid item shall be per linear foot of "wire fence" or each of "gates". D. Payment for this bid item shall be paid for at the unit price bid for "Wire Fence" or "Gates" of the type specified . PAY ITEM NO. 46: REMOVE AND RELOCATE EXISTING GATES: The following provisions shall apply: A. Refer to Pavement Plans and Details for location of existing gates, details, and general notes . B. Measurement and payment shall be made per each fence gate removed, salvaged, and reinstalled complete in place, including materials (rails, posts, caps, etc.) and labor to perform work. C. Payment for this bid item shall be paid for at the unit price bid for "Remove and Relocate Gates for Wire Fence". PAY ITEM NO. 47: REMOVE AND RELOCATE EXISTING CATTLE GUARD AND GATES: The following provisions shall apply: A. Refer to Pavement Plans and Details for location of existing fence, details, and general notes . B. Measurement shall be made per each cattle guard/gate assembly removed, salvaged, and reinstalled complete in place, including materials (rails, posts, caps , etc .) and labor to perform work. C. Payment for this bid item shall be paid for at the unit price bid for "Remove and Relocate Existing Cattle Guard and Gate". PAY ITEM NO. 48: INSTALL STREET LIGHT FOUNDATION: The following provisions shall apply: A. Refer to Paving Plans for location of street light foundations for relocated Lighting Fixtures. B. Refer to City of Fort Worth Standard Details for "Street Luminaire Pole Foundation Details" for Street Light Foundation Installation . C. Contractor shall install street light foundations and electrical conduits only for the relocated Lighting Fixtures. The Street light poles, luminaries, wiring, electrical SP-35 equ ipment enclosure , and electrical services necessa ry to power the street li ghts will be done in a separate con t ract with Oncor Electri c. D. Refer to the City of Fort Worth standard detail sheet "Street Lum inaire Pole Foundation Details " for street light foundation details and general notes . Concrete shall be Class 'C ' concrete design to meet a minimum average compressive streng t h of 3 ,600 psi at 28 days . E. Measurement for t his b id item shall be per each street light foundation installed . F. Payment for this b id item shall be paid for at the unit price bid for "Install Street Light Foundat ion ". This price shall include all materials ; and for all labor, equipment , tools and inc identals necessary to complete the work. PAY ITEM NO. 49: ELECTRICAL CONDUIT: The following provisions shall apply: A. Refer to Electrical General Notes for the City of Fort Worth . B. Conduit shall be 2-inch Schedule 40 Polyvinyl Chloride (PVC) and placed 24" to 36" deep as directed by Engineer. C. If condu it is installed in advance of the street lights , then conduit shall be installed with pull-string/pull-wire (no separate bid item) for future installation of wiring. D. Conduit shall be installed prior to paving. E. Measurement for these bid items shall be per linear foot of electrical conduit installed. F. Payment for these bid items shall be paid for at the unit price bid for "Electrical Conduit" per type and size as specified. This price shall include all materials ; and for all labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO. 50: ELECTRICAL SERVICE CONNECTION The following provisions shall apply: A. Refer to City of Fort Worth Standard Detail for "Street Luminaire General Notes" for General Construction Notes. B. Refer to City of Fort Worth Standard Detail for "Street Luminaire Electrical Connection Details" for Electric General Notes . C. This bid item includes : 1. Connection to electrical service from the street light. Coordinate w it h Oncor Electric on location of electrical service. For bidd ing purposes, electrical service will be within 200 feet of street light pole. 2. Wiring, ground boxes, conductors, and other materials necessary to connect street light to electrical service per City of Fort Worth Standard ""Street Luminaire Electrical Connection Details". D. Measurement for these bid items shall be per each electrical service connection . E. Payment for these bid items shall be paid for at the unit price bid for "Electrical Service Connection " per type as specified. This price shall include all materials; and for all labor, equipment, tools and incidentals necessary to complete the work. SP-36 (To be printed on Contractor's Letterhead) Date: ______ _ PROJECT No: C291-541200-202420090983 PROJECT NAME: LITSEY ROAD PHASE II -INTERIM IMPROVEMENTS MAPSCO LOCATION: ______ _ LIMITS OF CONST.: -------- Estimated Duration of Construction on your Street: __ days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL -RECONSTRUCT THE STREET > ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN AT APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HA VE 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 P.M. OR ON WEEKENDS, PLEASE CALL 817-392-8100 PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL.. CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C .A. Labor Code §406 .96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Project Litsey Road Phase II Roadway Improvements and City of Fort Worth Project No . C291-541200-202240090983. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR: Name : Marty Murphy Title : Manager of Estimating Date: --~-1_1.P_lo_ct _____ _ Before me, the undersigned authority, on this day personally appeared Marty Murphy known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed e act and deed of ~- for the purposes and consideration therein expressed an Given Under My Hand and Seal of Office this Jtpth day of fUa1cJL_ , 20~. RUSCELLA F. BLEASE MY COMMISSION EXPIRES April 8, 2009 Texas -Public in and for the State of THE STATE OF TEXAS COUNTY OF TARRANT § § § Bond# 08384822 PAYMENT BOND KNOW ALL BY THESE PRESENTS : That we , (1) _____ JR_J_P_a_v_in...,.g.._, _L_.P_. ______ , as Principal herein , and (2) Colonial Ame rican Casualty and Surety Company , a corporat ion organized and existing under the laws of the State of (3) Ma ryla nd , 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, Eighty One Thousand, Eight Hundred Eighty Three Dollars and Thirteen Cents Dollars ($1,081,883.13) for the payment whereof, the said Principal and Surety bind themselves and their heirs , executors , administrators , successors and assigns, jointly and severally , firmly by these presents : WHEREAS , the Principal has entered into a certain written contract with the Obligee dated the 24th day of February , 2009 , 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: Litsey Road Phase II Roadway Improvements TPW Project No. C291-541200-202240090983. NOW, THEREFORE , THE CONDITION OF THIS OBLIGATION IS SUCH , that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253 , Texas Government Code , as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void ; otherwise , to remain in full force and effect. PROVIDED , HOWEVER , that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended , and all liabilities on this bond shall be determined in accordance with the provisions of said statute , to the same extent as if it were copied at length herein . IN WITNESS WHEREOF , the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 24th day of February , 2009 . JRJ Paving , LP PRINCIPAL ATTEST: ~~ (Principal) Secretary (SE AL) ATTEST: Title: Manag er of Estimating Address : Po. Bo x 59934 Dallas , TX 75229 Co lonia l American Casualty a nd Surety Compa ny Q~L<-<~~~ Name: -------------Christi ne Davis Secretary (SE AL) NOTE: (1) (2) (3) Attorney in Fact Address : Po Bo x 1227 Baltimore , MD 21203 Telephone Number: 214 -939 -oooo Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated . In addition , an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond# 08384822 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we , (1) JRJ Paving, LP. as Principal herein, and (2) Colonial American Casualty and Surety Company , a corporation organized under the laws of the State of (3) _M_ar ..... y l_an_d ________ , 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, Eighty One Thousand, Eight Hundred Eighty Three Dollars and Thirteen Cents Dollars {$1,081,883.13) for the payment of which sum we bind ourselves , our heirs, executors, administrators, successors and assigns, jointly and severally , firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the 24th day of February , 2009, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of Litsey Road Phase II Roadway Improvements TPW Project No. C291-541200-202240090983. NOW, THEREFORE , the condition of this obligation is such , if the said Principal shall faithfully perform the work in accordance with the plans , specifications , and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void ; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended , and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein . IN WITNESS WHEREOF , the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 24th day of February . 2009. (SE AL) ATTEST: Secretary (SE AL) JRJ Pa v in , LP PRINCIPAL Title: Manager of Estimating Address: P o . Bo x 59934 Dallas , TX 75229 Colonial American Casualty and Surety Company Name : Christine Da vis Attorney in Fact Address : PO . Bo x 59934 Dallas , TX 75229 W;~ Telephone Number: 2 14-989-oooo NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated . In addition , an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond# 08384 822 MAINTENANCE BOND THE ST ATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS : That JRJ Paving, LP. ("Contractor"),as principal , and, Colonial American Casualty and Surety Company a Corporation organized Under the laws Of the State of Ma ry la nd , ("Surety "), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth , a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas , ("City") in Tarrant County, Texas , the sum of One Million, Eighty One Thousand, Eight Hundred Eighty Three Dollars and Thirteen Cents Dollars ($1,081,883.13) lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves , their heirs , executors, administrators, assigns and successors, jointly and severally . This obligation is conditioned , however, that: WHEREAS , said Contractor has this day entered into a written Contract with the City of Fort Worth , dated the 24th of February , 20 09 , a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements : Litsey Road Phase II Roadway Improvements the same being referred to herein and in sa id contract as the Work and being designated as project number(s) TPW Project No. C291-541200-202240090983 and said contract, including all of the specifications, conditions , addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and , WHEREAS , in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City ; and WHEREAS , said Contractor binds itself to maintain said work in good repa ir and condition for said term of 2 (Two) Years ; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period , if in the opinion of the Director of the City of Fort Worth Department of Transportation and Public Works , it be necessary ; and , WHEREAS , said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided . NOW THEREFORE , if said Contractor shall keep and perform its said agreement to maintain , repair or reconstruct said Work in accordance with all the terms and conditions of said Contract , these presents shall be null and void , and have no force or effect. Otherwise , this Bond shall be and remain in full force and effect , and Bond# 0838 4 822 the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted . IN WITNESS WHEREOF, this instrument is executed in _6_ counterparts , each of which shall be deemed an original , this 24th day of February , A.O. 2009 . J RJ Pav in g , LP Title : _ ___.._.M ..... a ...... n,..a.,,_g ... e r..___,o ..... f .......... E ..... s ...... t.....,i...,m.,..a...._t.in ..... g ___ _ (SEAL) Address: P .O . Box 7993 4 Dall as , TX 75229 Witne~~d.~ Colo ni a l A m erica n Casua lt y a nd Suret y Compa ny ATIEST: Qft?:g,,2J/l.z-,rd/ Name: Chri st ine Dav is Secretary Attorney in Fact (SE AL) Address: P.O . box 1227 Ba ltmroe MD 2 1203 Witn ~ Telephone Number: 2 14-989 -oooo NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety . 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. Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY The said Assistant Secretary does hereby certify that the extract set forth on th e reverse side hereof is a true copy of Article VI , Section 2, of the By-Laws of said Companies, and is now in force . IN WITNESS WHEREOF, th e said Vice-President and Assistant Secretary have hereunto subscribed th e ir names and affixed the Corporate Seals of th e said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and th e COLONIAL AMERICAN CASUAL TY AND SURETY COMPANY, thi s 20th day of March , A.D. 2007. ATTEST: State of Maryland } ss· City of Baltimore · FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUAL TY AND SURETY COMPAN Y By: Eric D. Barnes Assistant Secreta1y M. P. Hammond Vice Presid ent On this 20th day of March , A.D. 2007, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came M. P. HAMMOND, Vice President , and ERIC D . BARNES , Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me perso nally known to be the individuals a nd officers described in and who executed the preceding instrument, and they each acknowledged the execution of the sa me, and being by me duly sworn, severally and each for him se lf deposeth and saith , that they are the said officers of the Compa nie s aforesaid , and that the sea ls affixed to the preceding in strument is the Corporate Seal s of said Companies, and that the sa id Corporate Seals and their s ig natures as such officers were dul y affixed and s ubscribed to the said instrument by the authority and direction of the sai d Corporations. IN TESTIMONY WHEREOF, I have hereunto se t my hand and affixed my Official Sea l the day and year first above written. Constance A. Dunn Nota,y Public My Commission Expires: Jul y 14 , 2011 POA-F 168-0589 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI , Section 2 . The Chairman of th e Board , or th e Pres id ent, or an y Exec uti ve Vi ce -Pre sid e nt , or any o f th e Se ni or Vice -Pres id e nts or Vi ce-Pres ide nts s pec iall y auth ori ze d so to d o by th e Board o f Directors o r by the E xec utiv e Committee, shall ha ve po wer , by a nd with th e conc urrence of th e Secre tary or any o ne o f th e A ss ista nt Secre tarie s, to appoint Res ident Vic e-Presid ents, Ass istant Vi ce-Presid ent s a nd A tt orn eys-in-Fac t as th e bu sin ess of th e C o mpan y may require, or to auth ori ze a ny pe rso n or persons to execute o n be half o f th e Compa ny any bo nd s, und ertaking, recog ni zanc es, s tipulation s, polic ie s , co ntrac ts, agreement s , deed s , and re leases and ass ig nm ents of judge me nts, dec rees, mortgages and in struments in th e nature of mo rtg ages, ... and to affi x th e se al of th e C omp a ny th ere to." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Articl e VI , Secti o n 2 . Th e Ch airman of th e Board , or th e Presid e nt , or an y Exec uti ve Vice-Pres id e nt, or any of th e Senior Vi ce-Pres id e nt s o r Vi ce-Pres id e nt s s pec iall y a uth ori ze d so to d o by th e Bo ard o f Directo rs or by the Ex ecutive Committee, shall have po wer, by and with th e co ncurrenc e of th e Secre tary or an y o ne of th e Ass ista nt Secretari es, to appoint Res id e nt Vi ce-Presid ent s, Assi stant Vice -Pres id ent s and Attorn eys -in -Fact as th e bu s in ess of th e C o mpany ma y require, or to auth ori ze a ny perso n o r perso ns to exec ute o n behal f o f th e C o mp a ny any bond s, und ertakin g , recog ni zan ces , s tipulation s, po li c ies, contracts, agreement s, deed s , and re leases and ass ig nm e nt s of judge ments , dec rees , m ortg ages and in s truments in th e nature o f mo rt g ages, ... and to affix th e se al o f th e Co mp a ny th ere to ." CERTIFICATE I , th e undersig ned , A ss istant Sec retary o f th e FIDELITY AND D EPOSIT COMPANY OF MARYLA ND , a nd th e COLONIAL AMERICAN CASUALTY AND SURETY COMPA NY , d o he re by certi fy that th e forego in g Power o f Attorn ey i s still in full forc e and e ffe c t on th e d ate of thi s certi fica te ; a nd I do furth er ce rtify th at th e Vic e-Pr es ident wh o exec uted th e sa id P ower of Attorn ey was o ne o f th e additi o nal Vi ce-Pres id e nt s s pec iall y auth ori zed by th e Board of Directors to appo int an y Atto rn ey-in-Fact as provided in Articl e VI , Sec ti o n 2 , o f th e res pecti ve By -Law s o f th e FIDELITY AND DEPOSIT COMPANY OF MARYLAND , and th e COLONIAL AM E RIC A N C A SUALTY AND SURETY COMPANY . Thi s Po wer of Attorn ey and Certific ate may be s ig ned by facs imil e und er a nd by auth orit y o f th e followin g res oluti on o f th e Bo ard of Direc tors of th e FIDELITY AND DEPOSIT COMP ANY OF MARYLA ND a t a mee tin g dul y call ed and he ld on th e 10th day of M ay, 1990 and of th e Bo ard of Directo rs of th e C O LONI AL AM E RICAN CASUALTY AND SURETY COMPANY at a meetin g duly call ed and held o n th e 5th d ay o f May, 1994. RESOLVE D: "That th e fac s imil e or mechanicall y re produced sea l o f th e comp a ny and facs imil e or mechani call y re produced sig nature o f an y Vic e-Pres ident, Sec retary, or A ss ista nt Sec re ta ry o f the Co mp a ny , whe th er mad e heretofore or hereaft er , wh erever appearing upon a certifi ed c opy of a ny power of att o rn ey iss ued hy th e Compan y, shall be valid and binding upon th e Company with th e sam e for ce and e ffec t as th o ugh manu a ll y a ffix ed ." IN TESTIMONY WHEREOF , I ha ve hereunto sub sc ribed m y na me a nd a ffi xe d th e co rp orat e seals of th e said Compani es, thi s JJJh d ay of fQ. Cfl [Q. '2j Assistant Sec reta ry April 30, 2004 MINUTES OF A SPECIAL MEETING OF THE MEMBER OF JRMJ HOLDINGS, L.L.C. BY UNANIMOUS WRITTEN CONSENT Pursuant to the provisions of Article 2.23 of the Limited Liability Company Act, the undersigned being the sole member entitled to vote at the annual meeting of JRMfHoldings, L.L.C., ("Limi.te.d..Liability .C::_ompany~') for the following described actions, authorizes by bis signature below,thefollowing resolutions: RES0L VED , that the following named individuals; be and they hereby are, elected to the offices set forth by their name, each to ser¥e the Limited Liability Company until their respective successors are duly elected and qualified: John R Marriott, Jr. Vickie Marriott · Tery Chapman Marty Murphy Glenn Highland General Manager Manager/Operations Manager/Sales Manager/Estimating Manager/Finance FURTHER RESOLVED, that the General Manager or the Manager/Operations shall each be granted unlimited authority to bind the Limited Liability Company to any contract, agreement or other document subject to the Regulations of the Limited Liability Company and that the Managers/Sales or the Manager/Estimating shall each be granted authority to enter into construction contracts, agreements or change orders on behalf of JRJ Paving, LP (JRMJ Holdings , L.L.C. is the General Partner of JRJ Paving, LP), and that the Manager/Finance be authorized to sign financial and tax reporting documents of the Limited Liability Company. IN WITNESS WHEREOF, the undersigned bas here~d bis name effective April 30, 2004. / / SlJ.BSCRIB~D and SWORN TO before me, on this , the ,_ j@ci;~, day of ' If/ · · /; 2004 l 1,· ... ;I.'~./'-"( ' • i ,, .... :. ' ./' Co mmis sion Expires :· i (:>,IC.:: ' I I ·· ....... .J:~~;.: /\{ .. ~ N OT ARY PUBLIC \ . ......_ .. : ~ • ._.::....\;p--£-r~·~:,,. ·•.'-.;,.~..::,...,.~:.,~~:""·.-.,--.: .. :Cr .. ::..1.-:: ·~ .. : 11~~1() ,,,, ii;;,s~:;J:s, II ~ ·-n lol l'...l o~=-.-.::.-.=,~,~--=1,".;7:._.':,~":"!:• Fidelity and Deposit Companies Home Offi ce: 39 10 Kesw ick Roa d Ba lt imore, MD 2 12 11 IMPORTANT NOTICE To obtain infonn ation or make a comp laint: You may cal-I the Fidelity and Deposit Co mpany of Maryland, Co lon ial American Casua lty and -Burety-Company; and/orZurich Ameac-an Tfisura,ice"Company'°s folT~free telephone numb er for information or to make a complaint at: l-800-654-5155 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights , or complaints at: 1-800-252-3439 You may write the Texas Department of In suranc e: P.O. Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim , you should first contact Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas Department of Insurance . ATTACH THIS NOTICE TO YOUR POLICY: This notice is for infonnation only and does not become a part or condition of the attached document. S8543f(IX) (08/01) THE STATE OF TEXAS CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT This agreement made and entered into this the 24th day of February , 20..fill_ by and between the CITY OF FORT WORTH , a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.O ., 1924 , under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, and JRJ Paving, 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 : LITSEY ROAD PHASE II ROADWAY IMPROVEMENTS Designated as project number: C291-541200-202240090983. 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 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 . I I LRECORD CITY SEC ETARY FT. WORTH, TX 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 Transportation and Public Works Department of the City of Fort Worth . 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Transportation and Public Works Department of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 260 (Two Hundred Sixty) working days . If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated , plus any additional time allowed as provided in the General Conditions , there shall be deducted from any monies due or which may thereafter become due him , the sum of $ 420.00 per calendar day, not as a penalty but as liquidated damages , the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans , Specifications , and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete the same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if, in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said Plans and Specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing , setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 . Contractor covenants and agrees to indemnify City 's engineer and architect, and their personnel at the project site for Contractor's sole negligence . In addition , Contractor covenants and agrees to indemnify, hold harmless and defend , at its own expense , the Owner, its officers , servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers , agents , employees , subcontractors , licensees or invitees , whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees . Contractor likewise covenants and agrees to indemnify and hold harmless the Owne r 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 th erms an a con I ons of this 0 FICI L RECOR CITY SECRETARY c-2 FT. WORTH, TX Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees . In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7 . The Contractor agrees, on the execution of this Contract, and before beginning work, to make , execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Texas Government Code Section 2253, as amended , in the form included in the Contract Documents , and such bonds shall be 100 percent (100%) of the total contract price , and the said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 8 . Said City agrees and binds itself to pay, and the said agrees to receive , for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in by-weekly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates NIA shall be ONE MILLION, EIGHTY ONE THOUSAND, EIGHT HUNDRED EIGHTY THREE DOLLARS AND THIRTEEN CENTS $1,081,883.13 C-3 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 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 Transportation and Public Works Department. 10. The Contractor agrees to pay at least the min imum wage per hour for all labor as the same is classified , promulgated and set out by the City of Fort Worth , Texas , a copy of which is attached hereto and made a part hereof the same as if it were copies verbatim herein. 11 . The Contractor shall procure and shall maintain during the life of this contract insurance as specified in paragraph 8 of Special Instruction to Bidders of this contract documents. 12 . It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS WHEREOF , the City of Fort Worth has caused this instrument to be signed in Six (6) counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached . The Contractor has executed this instrument through its duly authorized officers in Six (6) counterparts with its corporate seal attached . C-4 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Done in Fort Worth , Texas, this the __ 2_4_th __ day of February ,20_09 __ APPROVED: JRJ Paving, LP (Contractor) (Representa Marty Murph y Manager of Estimating (TITLE) 1805 Ro ya l Lane, Suite 107 (Address) Dallas, TX 75229 (City/State/Zip) Revised June 2008 CITY OF FORT WORTH ~---4c2! ASSISTANT CITY MANAGER ATIEST: Contr act Authorization d-} e-'+I o~ Date APPROVED AS T LEGA OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX "' " ,. . . , ... EXPERIENCE RECORD List of projects your organization has successfully completed: Amount Of Contract Type of Work Date Accepted Name and Address of Owner Award $ · ,2 4-34 .. 54- ,'. 00 List of projects your organization is now engaged in completing: Amount Of Contract Type of Anticipated Name and Address of Owner Award Work Date of D~c::.t.;, (cu " y $ 014-729 , 3 bCO CC>...., n-, B..l"'C.~ Si:;. Ff 440 a.~ Dc:<l!~ \ s 'D . .i 6'z32 Bz:o ., b 3 1 /oq ·~,100 Roc:;s /!lv e illei. TX C,~ o · B», r lJi .,._.., "\ $" 5 . 340. 18 0/0 14f w', f<t r1 f?,,-a 5-r 5· LBo 617 ~ 4b o,, 2/o List Surety Bonds in force on above incomplete work: Date of Contract Award Type of Work Amount of Name and Address of Bond Bond 6-IB -o too :£ 8 ~26-0B p " I• 0 -5 -D6 t i ,, ,, to -€-o ~ V l,A L I EQUIPMENT SCHEDULE List of Equipment owned by Bidder that is in serviceable condition · and available for use: Portions of work Bidder proposes to sublet in case of Award of Contracts including amount and type: G.REEN CEMENT POLICY COMPLIANCE STATEMENT {To be furnished by the Contractor to the City at the time of bid opening) (Submit separate forms for each supplier I product supplier) Name of Project: L1 ,t ee j l=?o o-.d Pha,seR lnk nm lrnlx overneot .5 City Proj. No.: C 291 -5 4l 2DD -2022-4ex0 q o q t33 This is to certify that the cement to be utilized for the above project will meet the following criteria: The cement was manufactured in a kiln utilizing the dry process (list source below) or in a kiln that meets the emission standard of 1.71b or less of NOx I ton of clinker released into the atmosphere . Name of Manufacturer Address of Manufacturer: _.._M_._._1 ... d ...... l ..... ,2'--'+ ..... h ............ 1 M~i-+-1 _}e .......... x.....a.v ..... 1 ..... s.._ ___ _ CONTRACTOR SUPPLIER Name 2 c b c:J,..(d 3ze.c.s~ Name Vice .-Pr esi rl e_nt Title Title JRJ Pav1v,j J L, P. LZL'btt W/1Dre ~/1 eden d 6 Company Company 2 l4-46b-834-o · Phone Number Phone Number APPENDIX A LITSEY ROAD GEOTECHNICAL ENGINEERING REPORT -oc~ ENGINEERING, INC. May 14, 2008 Halff Associates, Inc. 1101 Cross Timbers Road, Suite 2020 Flower Mound, Texas 75028 Attn: Mr. Brian Haynes, P.E., CFM Dear Mr. Haynes: RE: CMJ REPORT 117-08-92 LITSEY ROAD • PHASE II FORT WORTH, TEXAS INTRODUCTION 7636 Pebble Drive Fort Worth., Texas 76118 www.cmjengr.com CMJ Engineering, Inc. is pleased to present the results of a geotechnical investigation for Phase II of the proposed Litsey Road refurbishment project in Fort Worth, Texas. The investigation herein was performed in general accordance with CMJ Proposal 07-1988 dated April 1, 2008. Authorization to perform this investigation in accordance with this proposal was provided by Mr. Brian Haynes, P.E., CFM on April 3, 2008. A geotechnical study has been performed for the proposed roadway by Rone Engineers documented in Project No. 513-9-547-01 dated March 6, 2000. The proposed roadway includes a bridge over Henrietta Creek, with embankments planned to establish final grades approaching the bridge abutments. The proposed embankments have a maximum height on the order of 5 to 6 feet. Approximately 50 to 60 thousand cubic yards of borrow materials will be excavated along the banks of Henrietta Creek for the proposed embankments. Obtaining borrow soil properties/characteristics and suitability of soils for embankment construction was requested in this supplemental investigation. Phase II of Utsey Road will initially be constructed with a temporary flexible pavement section prior to the ultimate concrete pavement section. It is understood the temporary section will be in Phone(817)284-9400 Fax (817) 589-9993 Metro (817) 589-9992 CMJ ENGINEERING, INC. Halff Associates, Inc. Report No. 117-08-92 May 14, 2008 Page2 place for 5 years or less. The proposed temporary pavement section will be evaluated for estimated allowable traffic. To accomplish this purpose, the following work scope was performed: • Drilled 4 hand-auger borings to a depth of 5 feet within the proposed borrow area in the vicinity of Henrietta Creek; obtained disturbed samples of the subsurface materials • Performed engineering laboratory testing on selected samples to include moisture content, soil identification, and liquid and plastic limit determination • Analyzed the results of the field and laboratory investigations; performed calculations for pavement life based on the paving conditions and assumed pavement section; provide results in the written report herein Plate A.1 attached hereto presents a plan showing the boring locations. Plates A.2 and A.3 describe nomenclature utilized on the boring logs. Detailed descriptions of material encountered in the borings and the results of the lab tests are provided on Plates A.4 through A.7. Detailed descriptions of the field and laboratory procedures are on file and are available upon request. SUBSURFACE CONDITIONS The surficial soils encountered in Borings B-1 through 8-4 generally consist of silty clays and sandy silty clays possessing Plasticity Indices varying from 26 to 36 at tested specimens. Soils also contained various concentrations of gravel and occasional sand deposits. No unusually soft or deleterious materials were encountered in any of the borings. The general material consistency and type appear similar to those encountered in the referenced geotechnical report conducted by Rone Engineers in March 2000. The materials tested are suitable for general site grading and embankment fill, provided they are properly placed, compacted, and tested following the recommendations in the section "Earthwork" below. CMJ ENGINEERING, INC. Halff Associates, Inc. Report No. 117-08-92 May 14, 2008 Page3 The borings were advanced using hand augers without introducing water during the drilling process. All borings were dry at completion of drilling. Although no water was encountered in the field process, the possibility exists that temporary perched water may trap within the more sandy soils atop the more clayey impermeable materials, particularly after periods of extended rainfall. PAVEMENT COMMENTS Temporary Pavement Section The assumed temporary section provided to CMJ Engineering, Inc. consisted of a 2-inch thick Hot-Mix Asphalt Concrete (HMAC) section overlying a 6-inch flexible base. This pavement structure will be supported on a 6-inch thick lime stabilized subgrade. Pavement analyses below utilized traffic information equating to the number of equivalent 18-kip single-axle loads (E18KSAL). For example, a typical 18-wheel vehicle with one single axle and two tandem axles equates to approximately 2.4 E18KSAL. Comparatively, a typical passenger vehicle presents a load equivalency of approximately 0.002 E18KSAL. Pavement Analysis and Comments Pavement thickness calculations utilized the American Association of State Highway and Transportation Officials (AASHTO) method. The following data has been assumed in the pavement thickness calculations: Hot-Mix Asphaltic Concrete Thickness Flex Base Thickness Lime Stabilized Subgrade Thickness Reliability .......................................... 85% Overall Deviation .............................. 0.45 CBR value, untreated subgrade ....... 3 2inches 6inches 6inches Soil Resilient Modulus ...................... 4, 118.2 psi Initial Serviceability Index ................. 4.5 Terminal Serviceability lndex ............ 2.5 Based on the analyses and pavement design program output (See Plate B.1) the above pavement assumptions indicate that the 2-inch hot mix asphaltic concrete pavement underlain by the 6-inch flex base material can tolerate 50,100 E1 BKSAL loadings for its "pavement life". CMJ ENGINEERING, INC. Halff Associates, Inc. Report No. 117-08-92 May 14, 2008 Page4 Assuming the given 5 year design life, the temporary asphalt section has a capacity of approximately 11 fully loaded 18-wheeled vehicles per day. Each truck has one single axle and two tandem axles. An increase in truck frequency would result in a decreased pavement life span and increased probability of undue pavement distress prior to the 5-year time frame. Pavement Subgrade Preparation The borrow soils typically consist of moderately to highly plastic silty clays and are subject to loss in support value with the moisture increases which occur beneath pavement sections . They react with hydrated lime , which serves to improve and maintain their support value . Treatment of these soils with hydrated lime will improve their subgrade characteristics to support area paving. Prior to lime stabilization or compaction, the subgrade should be proofrolled with heavy pneumatic equipment. Any soft or pumping areas should be undercut to a firm subgrade and property backfilled as described in the Earthwork section. The stabilized subgrade should be scarified to a minimum depth of 6 inches and uniformly compacted to a minimum of 95 percent of ASTM D 698, near optimum to plus 4 percentage points of the optimum moisture content determined by that test. It then should be protected and maintained in a moist condition until the pavement is placed. We recommend a minimum of 6 percent hydrated lime be used to modify the clay subgrade soils. The estimated amount of hydrated lime required to stabilize the subgrade should be on the order of 27 pounds per square yard for a 6-inch depth, based on a soil dry unit weight of 100 pct. The hydrated lime should be thoroughly mixed and blended with the upper 6 inches of the clay subgrade (TxOOT Item 260). The hydrated lime should meet the requirements of Item 260 (Type A) in the Texas Department of Transportation (TxDOT) Standard Specifications for Construction of Highways, Streets and Bridges, 2004 Edition . Lime treatment should extend beyond exposed pavement edges to reduce the effects of shrinkage and associated loss of subgrade support. We recommend that subgrade stabilization extend to at least one foot beyond pavement edges to aid in reducing pavement movements and cracking along the curb line due to seasonal moisture variations after construction . Each construction area should be shaped to allow CMJ ENGINEERING, INC Halff Associates, Inc. Report No. 117-08-92 May 14, 2008 Pages drainage of surface water during earthwork operations, and surface water should be pumped immediately from each construction area after each rain and a firm subgrade condition maintained. Water should not be allowed to pond in order to prevent percolation and subgrade softening, and lime should be added to the subgrade after removal of all surface vegetation and debris. Sand should be specifically prohibited beneath pavement areas, since these more porous soils can allow water inflow, resulting in heave and strength loss of subgrade soils (lime stabilized soil will be allowed for fine grading). After fine grading each area in preparation for paving, the subgrade surface should be lightly moistened, as needed, and recompacted to obtain a tight non-yielding subgrade. Surface drainage is critical to the performance of this pavement. Water should be allowed to exit the pavement surface quickly. This can be accomplished by maintaining at least 1 percent slope of the finished grades and discharging the water into drainage structures. Pavement Material Requirements Material and process specifications developed by the Texas Department of Transportation (TxDOT) have been utilized. These specifications are outlined in the TxDOT Standard Specifications for Construction of Highways, Streets and Bridges, 2004 Edition. Specific construction recommendations for flexible pavements are given below. Reinforced Portland Cement Concrete: Reinforced Portland cement concrete pavement should consist of Portland cement concrete having a 28-day compressive strength of at least 3,500 psi. The mix should be designed in accordance with the ACI Code 318 using 3 to 6 percent air entrainment. The pavement should be adequately reinforced with temperature steel and all construction joints or expansion/contraction joints should be provided with load transfer dowels. The spacing of the joints will depend primarily on the type of steel used in the pavement. We recommend using No. 3 steel rebar spaced at 18 inches on center in both the longitudinal and transverse direction. Control joints formed by sawing are recommended every 12 to 15 feet in both the longitudinal and transverse direction. The cutting of the joints should be performed as soon as the concrete has "set-up" enough to allow for sawing operations. CMJ ENGINEERING, INC Halff Associates, Inc. Report No. 117-08-92 May 14, 2008 Page 6 Lime Stabilized Subgrade: Lime treatment for base course (road mix) -Item 262, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition. Flexible Base: Crushed Stone Flexible Base -Item 247, Type A, Grades 1 or 2, Texas Department of Transportation Standard Specifications for Construction of Maintenance of Highways, Streets, and Bridges, 2004 Edition. EARTHWORK Site Preparation The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be reworked to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment. · The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. Prior to fill placement, the subgrade should be scarified to a minimum depth of 6 to 8 inches, its moisture content adjusted, and recompacted to the moisture and density recommended for fill. In areas of perched water or pumping subgrade, it may be necessary to install sub-pavement drains or edge drains. This decision should be made during construction to verify the need. Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-operated power compactors or small self-propelled compactors. The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water CMJ ENGINEERING, INC. Halff Associates, Inc. Report No. 117-08-92 May 14, 2008 Page7 required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. The fill material should be compacted to a minimum of 95 percent of the maximum dry density determined by the Standard Proctor test, ASTM D 698. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges . For some soils and under some conditions, the contractor may have to maintain a more narrow range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed . As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. As stated above, the existing ground surface should be stripped of vegetation, roots, old construction debris, and other organic material prior to the placement of any fill. It is estimated that the depth of stripping will be on the order of 6 to 8 inches. The actual stripping depth should be based on field observations with particular attention given to old drainage areas and excessively wet soils. The stripped areas should be observed to determine if additional CMJ ENGINEERING, INC Halff Associates, Inc. Report No. 117-08-92 May 14, 2008 Page 8 excavation is required to remove weak or otherwise objectionable materials that would adversely affect the fill placement or other construction activities. Special site preparation procedures will be imperative to reduce the possibility of slope sliding, settlement of fill soils, and otherwise undue soil movements . These procedures are outlined below, but generally consist of proper removal of existing vegetation, proof rolling the site area to receive fill, benching new fill into the existing fill to prevent a direct slide plane at this interface, and general grading at existing, specific erosion and drainage areas. Specific recommended procedures are provided in this report section to emphasize the importance of these procedures. If these procedures are adhered to during the construction phase, the potential for slides, undue settlement, and otherwise problematic soil movements are greatly reduced. The following specific recommendations are provided: 1. Grub all areas in which earth fill operations will take place . This requires the proper removal and disposal of all trees, brush, and vegetation. It also requires the grubbing of all roots in excess of 1 inch and disposing of them properly away from the site. 2. All organic topsoil , trash, debris, or other deleterious materials should be removed from the fill. Any rock fragments larger than 6 -inch size should likewise be removed. 3. In areas to receive fill, the surface should be proof rolled to locate any soft or compressible materials. Should said materials be encountered, they should be removed and backfilled with acceptable soil materials. 4. The fill materials should be placed from the bottom leading upwards. The surface soils should be lightly scarified to allow bonding of new fill to either natural soils or existing fill. The initial lift of fill should be at least 12 feet wide and placed on a horizontal plane. As additional fill is placed, the fill should be benched into the natural soil for every 1-foot thickness of fill placed. The benches should continue to work uphill to prevent a continuous plane from occurring at the new fill/old fill/natural soil interface. The onsite soil may be used as fill for the proposed slopes; however, if a mass grading deficit occurs , then offsite soil should consist of silty clays, sandy clays, or clayey sands with a Liquid Limit less than 45 and a Plasticity Index between 4 and 25. Clean sands, silts, gravels, and CMJ ENGINEERING, INC. Halff Associates, Inc. Report No. 117-08-92 May 14, 2008 Page 9 highly plastic clays should be discarded. In addition, fill materials should be placed, pulverized as required, uniformly moistened as required, compacted to those standards listed above, and each lift tested to assure proper compaction. Any fill not meeting specifications should be reworked/recompacted as necessary. In addition, light scarification should be performed on the surface of the accepted fill prior to placing the next lift of fill in order to bond the fill lifts satisfactorily. Permanent slopes at the site should be as flat as practical to reduce creep and occurrence of shallow slides. The following slope angles are recommended as maximums. RECOMMENDED SLOPE ANGLES Height (ft.) Horizontal to Vertical 0-3 1:1 3-6 2:1 6-9 3:1 >9 4:1 The above angles refer to the total height of a slope. Site improvement should be maintained away from the top of the slope to reduce the possibility of damage due to creep or shallow slides. Excavation The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or o_ther facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. CMJ ENGINEERING, INC. Halff Associates, Inc. Report No. 117-08-92 May 14, 2008 Page 10 Trench safety recommendations are beyond the scope of this report. The contractor must comply with all applicable safety regulations concerning trench safety and excavations including, but not limited to, OSHA regulations. Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities .. All applicable ordinances and codes regarding sediment control should be followed. REPORT CLOSURE The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual-manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times . With regard to ground-water conditions, this report presents data on ground-water levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground-water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations, on CMJ ENGINEERING, INC Halff Associates, Inc. Report No. 117-08-92 May 14 , 2008 Page 11 pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction , different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. This report has been prepared for the exclusive use of Halff Associates, Inc. for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. * * * * CMJ ENGINEERING, INC. Halff Associates, Inc. Report No. 117-08-92 May 14, 2008 Page 12 We appreciate the opportunity to perform this investigation . Should questions arise on information contained herein, please contact us . The following plates are attached and complete this report: Plate A.1 -Plan of Borings Plate A.2 -Unified Soil Classification System Plate A.3 -Key to Classification and Symbols Plates A.4 -A.7-Logs of Borings Plate 8 .1 -Pavement Thickness Design Respectfully submitted, CMJ ENGINEERING, INC. _ ....... ,,,,, --"'"e. OF ;~ \\ ,.....~~!-----···t-:~~ \ J' ~ .. ·· * ··-.15' •• • • I f*•• "•* I ,.; \•' t ····••••••••••••·•·••·••··•·· ~ • l JAMES P. SAPPINGTON, IV~ 'Cr.~ -~ .. -........................ -:.~t o: , ___ ....:,.,,-01t·~:-117402 .-..... , ' to· ··~~ James Sapp·1ngton IV p E t,~.{fi.Cf!'NS~.?.-·~.:' . , , . . ,,·ss ,!; ... -~~G.:-' Projec Engineer '\,[ONAL ~--.... .1\. ,,, .... ~ ,_,-. Texas No. 97 402 ::> arrett E. Williams, P.E. resident Texas No. 52525 copies submitted: (2) Mr. Brian Haynes, P.E., CFM; Halff Associates, Inc. - / ;l u / Ill c,, C ":i e ,, ./ u iii E 0 C: ~ IJ l::> r-. )::,. --i n, LEG[NO: ~ Boring Location LITSEY ROAD ~B-2 -/ I I I I I / / ~B-1/. / / I I -· .-·-·-· I .,.... / /~ / llJ I Ck: u · <e I \: \ UJ . a: \ z . UJ I :c l I I I PLAN OF BORINGS LITSEY ROAD PHASE II FORT WORTH, TEXAS / ~ / / / / N / / f / / / -I ---I -I I I ~B-4 I / / ---· ~B-3 0 100 200 feBI Approximate Scale CM JENGINEERING, INC. CMJ PROJECT No . 117-08-92 Major Divisions Grp. Sym . Typ ical Names lii 'in' Well-graded gravels, gravel-~ _[ ..!:2 ~ GW sand mixtures , little or no .!!! Ii.: ~ .!!2 rn o fines 1/) C o,C: U ~~ so ~ 13 .!::! Q) (I) Poorly graded gravels, gravel ·ro CD m(/) -O> -~ ..= e1> u ~-GP sand mixtures , little or no <i, vi vi e1> > -fines ~ <I> Qi ~.Q1 ro > > ttl (/) 0 -~ ~ g v1---_--+---11-------------1 u 0 -c,_o (/)c ~ 0 ~ z ~ 5 GM Silty gravels, gravel-sand-silt _gi N -t;::E "xt a.>"' 0 1 ..cffi ..c ro 'in' m1 ures 2: ~ Z ~(1)<1> ~m C: ~ -;: :a .!:: 1----4-------------f (.) ·.; •ft C'O :5 (/) C'O -(1) 0 --a;~o ~~ '5 fi ~ > ~ GC Clayey gravels , gravel-sand-v, Cl) ... o coa. c:o -o <1> ._ a. clay mixtures ·m z (1) e> ~ (!):5. 0>5 C: co ,v ·ro-;;; E £ o= '-en .g~ d, -~ ~ <1> SW Well-graded sands, gravelly ro ~ -¥J E ~ i§ sands , little or no fines } ~ 8E ,; ~g o,§ Labo ratory Classification Criteria Dso {D,0)2 C.= --greater tha n 4 : Cc= ----between 1 and 3 D 10 0 10 x D 60 o...o..!!!t-----------------------l CJ) CJ) _g 3i::i~ CJ) (/) (/) -6 "'iii Not meeting all gradation requi rements for GW 0... rr, ~ (!)~-o,_ _________ ,---------~ ~-::i gi (9 C) :!: . : ~ (g .... Liquid and Plastic limits below "A" line or P.1. greater than 4 (/) (1)1------------1 _Liquid and plastic limits plotting in hatched zone between 4 and 7 are borderline cases requiring use of dual symbols (/) ~ ;~ : 'i:: : (I) Liquid and Plastic limits above "A " line with P.I. greater than 7 :~!----------'--------~ =o ! cq D60 (030 )2 Cu== --greater than 6: Cc= -----between 1 and 3 D10 D10 X D so ~ oc: =m [ii O --------------1-g M <1> <1> Poorly graded sands ; co .:: : c 0 :;::;N (j,;::; '0~ -<I> _ ~ ·en ::i SP gravelly sands, little or no [ii ~ ~ e Not meeting all gradation requ irements for SW ~ .,, ~ ! ._, fines (/) .§ al ~ ..3 C: -g ~ 'cni------+---1-------------10 0 a. N C:t-----------T""""---------1 1 mg:v .._ lflm Ll'l ..... ~ -ro o · .!: ~ i ~ ~ ~ Liquid and Plastic limits ~ -0 ~ gJ § Silty sands , sand-silt ro c ..c ..c - o __ c: c o SM m·,xtures c ~ oi --N below "A" fine or P .I. less liquid and plastic limits _E_ t.::E <1>._3:u,m..-th 4 -Jg £ :5 ro 'in' e 8. g gJ o .s an plotting between 4 and 7 a) > Cl> 'ui 0 0 N 0 z C: m :5 (/) ... '5 ~ V, "'iii -o E ~ (/) 'iii .!!2 .__ C> m ~j ·-co LL E -0 ..... "'iii .c C: ttl .c -~ 0 5 -~ ~ ~ 1----......------------1 ~ c: .E ....1 :E Ll'l t-------------1 are bo rderline cases v,~t.:: o.,, -o ·o -~ -~ ~ Liquid and Plastic limits requiring use of dual ffi ~ SC Clayey sands, sand-clay E ~ ~ above "A" line with P.I. symbols Cl) c. mixtures <1> a> "' a. -o. "' greater than 7 :5. ~~i ML CL Inorganic silts and very fine sands, rock flour, silty or . clayey fine sands, or clayey silts with slight plasticity Inorganic clays of low to medium plasticity, gravelly 601.----t---r---t-~~..----t------t-----r-----t/-----,r clays, sandy clays, silty clays , ~50!---+--+--+--+---+--+--t--t--,,"+/---1 and lean clays V CH / OL Organic silts and organic silty 4~rn--+--+--+---t--'---+--i,----H....._-+---+--1 clays of low plasticity x // 1--------+--,1------------t!~ :g""l----1-----~------s I() C: Ill (/J .c >,-co .... 132 co "O Q) C: ... ffl Cl rJ)~ ~E (/) ::: "O ·3 CT d, MH CH OH Pt Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts Inorganic clays of high plasticity , fat clays Organic clays of medium to high plasticity, organic silts Peat and other highly organic soils ; o::. +' OHardMH ·~ 21'u.---------/-----+---t--+---+---i CL 0 10 20 30 / 40 50 60 Liquid limit Plasticity Chart 70 80 90 100 UNIFIED SOIL CLASSIFICATION SYSTEM PLATEA.2 SOIL OR ROCK TYPES ---GRAVEL ---..... • • ••• SAND • • • • • • SILT CIJWEY LEAN CLAY SANDY • SILTY HIGHLY PLASTIC CLAY SHALE CONGLOMERATE Shelby Tube Auger Split Spoon TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50% Passing No . 200 Sieve) Descriptive Item Penetrometer Reading, (tsf) Soft 0.0 to 1.0 Firm 1.0to1 .5 Stiff 1.5 to 3.0 Very Stiff 3 .0 to 4 .5 Hard 4.5+ Coarse Grained Soils (More than 50% Retained on No . 200 Sieve) Penetration Resistance Descriptive Item (blows/foot) Oto4 4 to 10 10 to 30 30 to 50 Over 50 Soil Structure Very Loose Loose Medium Dense Dense Very Dense Relative Density 0 to 20% 20 to 40% 40 to 70% 70 to 90% 90 to 100% Contains appreciable deposits of calcium carbonate; generally nodular Having inclined planes of weakness that are slick and glossy in appearance Composed of thin layers of varying color or texture Containing cracks, sometimes filled with fine sand or silt Rock Core Cone No Pen Recovery Calcareous Slickensided Laminated Fissured lnterbedded Composed of alternate layers of different soil types , usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Soft Moderately Hard Can be remolded in hand; corresponds in consistency up to very stiff in soils Can be scratched with fingernail Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite , dolomite, siderite , Degree of Weathering Unweathered Slightly Weathered Weathered Extremely Weathered and iron oxide are common cementing materials. and iron oxide are common cementing materials. Rock in its natural state before being exposed to atmospheric agents Noted predominantly by color change with no disintegrated zones Complete color change with zones of slightly decomposed rock Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATEA.3 Project No . Project Litsey Road -Phase II 117-08-92 I Boring No . 8-1 Denton County, Texas Location Water Observations See Plate A.1 Dry at completion -, 0.. (!) N i .... <!) ~ 0 a, Completion Depth 5.0' it 0 "' Q) .c ..0 ci i5.. E E >, cu Q) en Cl) 0 I -- I-- ..... - I-- 1-5- I Completion Date 4-22-08 Surface Elevation Type N/A Hand Auger Stratum Description SILTY CLAY, dark brown -w/ gravel, 3' to 5' -~------------------------ ... 0 <!) 0 ...J LOG OF BORING NO. 8-1 ~ (.) w 0::: CMJ ENGINEERJNC INC . - 0 0 C: it c5 .~ N 0 ~ ~ii "'C O . . 'O z 0 Q) ui CT -cu :a C: (/)~ c,;;s: CD -~ :i ';f?. ~&! . ~ u'?f. :5 C: i.:= Q) (/) C: 0 ·-Qi 'O Cl~ C .._ "'C ,l: C 11, ~~ :;:; X -Q) 0 0. C: 0 ~~ ':i ~ "' Q) in-~ rti o E ::1 a ..Q Cl>Cf.! o-E ra E -c l'G .-.!l! -g Oo C: ..0 C: 0 0 0::: [DQ..~ 0. Cl) :J:J n: ::i Q._ ~() ::) .J ::) (.) a.. 51 15 36 19 20 22 20 18 PLATE A.4 C!) z ii 0 a, u. 0 8 ..J Project No . I Boring No. Project Litsey Road -Phase II 117-08-92 8-2 Denton County, Texas Location Water Observations See Plate A.1 Dry at completion Completion I Completion Depth 5.0' Date 4 _22 -0 8 Surface Elevation Type N/A Hand Auger ii a "' .l!! £ .0 0. E E 0. >, ro Stratum Description Q) Cl) Cl) Q \ I SILTY CLAY, dark brown -------brown , w/ sand deposits and gravel, 3' to 5' ..... - -5--~------------------------ ' LOG OF BORING NO . 8-2 CMJ EN GINEERING IN C. - 0 0 cii .... c» N o.S 0 '#. ~Li'. -o .2 & . "O z 0 ~:/l~ -ro ~ (I) - "$. '#. u.. (I) C);;,: ~ u'*-~c ~:i i;:: (I) "' U) er. . C: 0 ·o O!::,? C: .... "O (.) Q ~ c:~ ·;;;g :-2 ._;-~~ :;:; X -(I) 0 0. C: ::,-"' (I) II)-~ u; o E::, UJ 0 .Q Q) ~ "'(I} crE ro E .!!! -g ·-C: IU --oo C: .0 C: 0 0 0:: er. CD Cl. t-a.. Cl) :J :.J a: ::i a__ ::E (.) ::> ...J ::> (.) a.. 19 19 45 14 31 18 15 14 PLATE A.5 a, ~ ~ g -; ::;; (.) -, 0.. Cl i ~ Cl z a: 0 a, lL 0 Cl g : Project No. I Boring No. Project Litsey Road -Phase II 117-08-92 B-3 Denton County, Texas Location Water Observations See Plate A.1 Dry at completion Completion I Completion Depth 5.0' Date 4-22-08 Surface Elevation Type N/A Hand Auger cr: 0 ti) 4l .c .D ci. C. E E >. 111 Stratum Description Q) (/) 0 (/) \ I SIL TY CLAY, dark brown --,-.. -e----,......5---------------------------I LOG OF BORING NO. 8-3 CMJ LlVlJ Cf\l\...JJl".C.t.l\lN\., !NI..... -g C: u: ... c:ii N o.!: 0 :,e ~u: -o .2 d-..;~ z 0 0 ~ ::i~ .?;-c,.;': *-o'?f!. Cl) -~::; :,e :,e ~ 4l .... -c;:: Q) U) 0 0 U) 0::: u.: C -:g:_ .. ·13 ::, C: CQ C: i;.. "O Cl ·-CD ~~ ~ )( -G) 0 a. C: 0 ~ C: Cl) U) > II)+' ::,·-U) Q) ·-C: ~ fl) o E::, w 0 Ul CD CT E 111 E £~ DO -Q) • .u._ C: .0 C: 0 0 0::: 0::: CD a.. I-a.. (I) :::LJ a: :::i ::? (.) :::> ...I ::i (.) a.. 21 44 15 29 20 25 25 26 PLATE A.6 Cl z ix: 0 "' u. 0 Cl g Project No. I Bo rt ng84 Project Litsey Road -Phase II 117-08-92 Denton County, Texas Location Water Observations See Plate A.1 Dry at completion Completion I Completion Depth 5.0' Date 4-22-08 Surface Elevation Type N/A Hand Auger u: 0 Cl) (I) i .&l a. E E >. ro Stratum Description (I) en (/) 0 SIL TY SANDY CLAY, brown t-- t-- t-----w/ sand deposits , 4' to 5' ~s-.. -------------------------- LOG OF BORING NO. B-4 -;F. :,!! 0 (.) 0 0 w 0:: 0:: CMJ ENGINEERIN G INC. - 0 0 C: u: o.~ N 0 -;F. iu: -o .2 o- . "O z 0 ~:~ -<11 >. u.. (I) Cl<>' -;F. (.)~ Q) -2:-:i ·5 :5C ~ (I) Cl) ui 0:: u..: C: 0~ C: ~ "O ·-Cl> "O ~~-;x -Q) o °"c ~ C . Cl)> ·5:t!_-Cl) (I) ,n-~ ui o E::, gj .!!! CT E mE ·-C: .Q (I)~ fll "O Do C: .&l coo coa.1-a. Cl) :.J :J 0:: :J 0::£ :E (.) ::i _J ::> (.) a. 20 19 22 39 13 26 22 25 PLATE A.7 .... WinPAS Pavement Th ickness Des ign Accord ing to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Flexible Design Inputs Agency: City of Fort Worth Company: Halff Associates , Inc. Contracto r: CMJ Eng ineering , Inc. roject Description : Litsey Road -Phase II Location : Fort Worth , Texas Flexible Pavement Design/Evaluation 2 .52 50 ,100 Structural Number Design ESALs Reliability Overall Deviation 85 .00 percent 0.45 Layer Pavement Design/Evaluation Layer Layer Material Coefficient HMACTyD 0.42 Flex Base 0 .20 LSS 0 .08 0 .00 0 .00 0.00 Monday , May 12, 2008 2 :02 :41PM Engineer:JPS Soil Resilient Modulus Initial Serviceability Tenninal Serviceability Drainage Layer Coefficient Thickness 1.00 2 .00 1.00 6 .00 1.00 6 .00 0.00 0.00 0.00 0 .00 0.00 0.00 E S!\ 4 , 118.20 psi 4 .50 2 .50 Layer SN 0 .84 1 .20 0.48 0.00 0 .00 0 .00 2.52 PLATE B.1 APPENDIXC PROJECT DESIGNATION SIGN 4' -0" FONTS: PROJECT DESIGNATION SIGN -------------4' -0" -------- 6~" PMS-167 =13" 3" C Project Title 1 1 .. 3 "C 2ND LINE t IF NECESSARY_/ ----r 3 11 1~"~1---Contractor: --=± 1" 2f'LContractor's Name 1 2 1~"~ Scheduled Completion Date 1~" I Year 1 " 1" 2 5" FORT WORTH LOGO = CHEL TINGHAM BOLD ALL OTHER LETTERING = ARIAL BOLD LOGO COLORS: FORT WORTH -PMS 288 LONGHORNLOGO-PMS167 LETTERING -PMS 288 BACKGROUND -WHITE BORDER -BLUE PROJECT DESIGNATION SIGN CITY OF FORT WORTH-CONSTRUCTION STANDARD DRAWING NO . DATE: 9 -20-02