Loading...
HomeMy WebLinkAboutContract 38577- -~ .... cu••• x .,. 111 --••r11 , ... --·--· __ ..... ., SPECIFICATIONS AND CITY SECRETAr. ~ c,'.::--,-, CONTRACT NO .J.OJ.-1.-t CONTRACT DOCUMENTS FOR .... ...,.CJt,DH 'A St;:TTER AND DRIVEWAY REPLACEMENT (2009-5) AT VARIO US LOCATIONS IN THE CITY OF FORT WORTH, TEXAS CITY PROJECT NO. 01259 TPW PROJECT NO. C293-541200-207630125983 MIKE MONCRIEF MAYOR 2009 DALE A. FISSELER, P.E. CITY MANAGER WILLIAM A. VERKEST, P.E., DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT GEORGE A. BEHMANESH, P.E., ASSISTANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT PREPARED BY TRANSPORTATION AND PUBLIC WORKS DEPARTMENT INFRASTRUCTURE GROUP __ ,,,,,,, ---~ OF 7'1.'~~\ : ..... ~ ............. ~ ,, ,~r.••*• .. ~.,.,, ~to •.. ··. "' ' ~.: ... ,, f * : • * I t ..... ·,. NUsAAUNr . ~ ~· ~ .· ......... ·:ii ·: 05-12-09 P03:34 IN 11\\ 88823 .Jjjjf ,, ~··.,~-·~_; ~=====:::::i. •,,,f' ·-~······· --~: . ' "" 'c/Jf' [)ORIGINAL /fJ/-/t?f' .. City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 4/21/2009 DATE: Tuesday , April 21 , 2009 REFERENCE NO.: C-23462 LOG NAME: 20CURB/GUTTER/DWY REPLACEMENT 2009-5 SUBJECT: Authorize Contract with ProCon Paving and Construction , Inc ., for Curb, Gutter and Driveway Replacement at Fifteen Locations in the Amount of $134,450 .00 RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with ProCon Paving and Construction , Inc ., in the amount of $134,450 .00 for 50 working days for curb, gutter and driveway replacement at 15 locations that are listed on enclosed attachment. DISCUSSION: The project consists of the removal and replacement of existing curb, gutter, driveways, wheelchair ramps and valley gutters as a part of the Annual Contract Street Maintenance Program . The City 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 percent of the contract award . This project was advertised for bid in the Fort Worth Star-Telegram on January 15 , 2009, and January 22, 2009 . On February 12, 2009 , the following bids were received: Bidders ProCon Paving and Construction, Inc. Advanced Paving Company Macval Associates, LLC PAEE Corporation Allied Builders, Inc . Ken-Do Contracting, LP Vendigm Construction Ed A Wilson, Inc . Laughley Bridge and Construction, Inc . Estrada Concrete Company, LLC Admiral Construction Company Amount $134,450 .00 $180 ,933 .00 $189 ,000 .00 $190,600 .00 $217 ,900 .00 $222,150 .00 $229,250 .00 $243,050 .00 $260 I 550 . 00 $292,900 .00 $326,850 .00 ProCon Paving and Construction , Inc ., is in compliance with the City's M/WBE Ordinance by committing to 19 percent M/WBE participation . The City's goal on this project is 19 percent. Th is project is located in COUNCIL DISTRICTS 3, 5 , 6 , 7 , 8 and 9 . FISCAL INFORMATION/ CERTIFICATION: Logname: 20CURB/GUTT ER/DWY REPLACEMENT 2009-5 Page I of 2 . The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated , of the Contract Street Maintenance Fund . FUND CENTERS: TO Fund/Account/Centers CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 1. 2009-5 FAR.pdf (CFW Internal) 2 . 2QO~--~-~9_c~ti_q_ns . pdf (Public) 3 . 2009-5 MWBE .pdf (CFW Internal) 4. AccQunting lnfOJ>.Qf (CFW Internal) FROM Fund/Account/Centers C293 541200 207630125983 Fernando Costa (6122) William Verkest (8255) George Behmanesh (7914) Logname : 20CURB /GUTTERIDWY REPLACEMENT 2009-5 Page 2 of 2 CITY OF FORT WORTH CONTRACT COMPLIANCE MEMORANDUM THIS FORM MUST BE ATIACHED TO THE ROUTING "M & C" BEFORE LAW DEPARTMENT AND CITY MANAGER APPROVAL. To: From: Date: Riad Nusrallah (underl ine appropr iate one) ~oject Manager Melani Villarreal -X'\ M/WBE Office Staff March 18, 2009 In the Amount of $13_4-,4_5_0_.o_o _____ _ Buyer Project/Bid: Curb and Gutter Replacement 2009-05 Department Director 6293 Extens ion TPW-01259 DO E/Proj ec t No . 1. Compliance with the City's M/WBE has been achieved by one of the following methods: a). ProCon Paving and Construction, Inc. is in compliance with the City's M/WBE Ordinance by committing to 19% M/WBE part icipation . The City's goal on this project is 19%. b). is in compliance with the City's M/WBE Ordinance by committing to Q% M/WBE participation and documenting good faith effort. identified several subcontracting and supplier opportunities . However, the M/WBEs contacted in the areas identified did not submit the lowest bids . The City 's goal on this project is Q%. c). is in compliance with City's M/WBE Ordinance by documenting good faith effort . The City's goal on this project is Q%. d). is in compliance with City's M/WBE Ordinance by submission of the prime contractor waiver form . The City's goal on this project is Q%. 2. The apparant low dollar bidder (s) did not comply with the City's M/WBE Ordinance because: 05 /1 1/99 CURB AND GUT T ER AND DRIVEWAY REPLACEMENT (2 009-5 ) Blk Limits STREET NAME DTREET LIMITS CD Map 900-1099 HHAVE W TERRELL A VE · W ROSEDALE ST 9 76 M 3400 · 3R95 W 7TH ST BOL,\ND ST. BEL.LE PL 7 76A 1600 • 2299 E BERRY ST S RIVERSIDE DR -OLD MANSFIELD RD 8 77Z 7900. 8399 BRENTWOOD STAIR RD COOKS l.N • RA NCH LN 5 8 18 3000 · 3399 W CANTEY ST S UNIVE RSITY DR · STADIUM DR 9 76S 2600 -3399 CHERRY LN WEST FWY SR EU -WILLIAMS RO 3 73G 4300 . 4499 GLENWOOD DR OVERTON PARK DR W • S H U L EN ST 3 75X o 700 -7113 KINGSWOOD DR ALT AMF.SA Bl.VD· WIND CII IM E DR 6 103fl 6000 -7499 LAKE COUNTRY DR BOAT CLUB RD -T RAIi.RiDGE DR 7 32K --" 3100 -3399 PORTAL.ES DR S NORMAN DALE ST· CAMP BOW IE WEST Bl. VD 7 73P 3400 • 3799 RENZEL BLVD CAMP BOW IE WES T BL VD -CHAPIN RD 3 73N ' 2600 -2799 ROGERS A YE MC PHERSON AVE - W CANTEY ST 9 76S 1400 -2599 STALCUP RD E ROSED ALE ST -RAMEY A YE 5 791. 2496 -3099 S UNIVERSITY DR PARK HILL DR· W B E RRY ST 9 76S 5700 · 6399 WOODWAY DR W ILKIE WAY· ALTAM ESA BLVD 6 89Z SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CURB & GUTTER AND DRIVEWAY REPLACEMENT (2009-5) AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS CITY PROJECT NO. 01259 TPW PROJECT NO. C293-541200-207630125983 NAJI FA S, P.E. INFRASTRUCTURE MANAGER DATE TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ERING MANAGER, WATER DEPARTMENT DATE TABLE OF CONTENTS 1. Notice to Bidders 2. Special Instructions to Bidders 3. Prevailing Wage Rates 4. Proposal 5. Vendor Compliance 6. Minority and Women Business Enterprise Specifications 7. Special Provisions 8. Item 360, Concrete Pavement (Modified Specification) 9. Contractor Compliance with Worker's Compensation Law 10. Certificate of Insurance 11. Equipment Schedule 12. Experience Record 13. Performance Bond 14. Payment Bond 15. Maintenance Bond 16. Contract 17. Notice of Construction Detail 18. Project Designation Sign Detail 19. Other Details 20. Street Locations Sealed Proposals for the following : CURB & GUTTER AND DRIVEWAY REPLACEMENT (2009-5) AT VARIOUS LOCATIONS CITY PROJECT No. 01259 TPW PROJECT NO. C293-541200-207630125983 Submit package to City of Fort Worth, Purchasing Division, in the lower level of the Municipal Building, 1000 Throckmorton, Fort Worth, Texas 76102 until 1:30 P.M., Thursday, February 12, 2009, and then publicly read aloud at 2:00 p.m., in the Council Chambers . Specifications and Contract Documents for this project may be purchased for twenty dollars ($20) per set at the office of the Transportation and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth , Texas 76102. These documents contain additional information for prospective bidders . A pre-bid conference will be held at 9:00 A.M. Thursday, January 29, 2009, in the Transportation and Public Works Conference Room 270, 2nd Floor, Municipal Building. The major work on the above-referenced project shall consist of the removal and replacement of 7,000 L.F. of concrete Curb and Gutter. Included will be other miscellaneous items of construction as outlined in the Plans and Specifications . · For additional information , please contact Riad Nusrallah, Street Program Manager at (817) 392 -2729 . DALE A. FISSELER, P. E. CITY MANAGER Advertising Dates: January IS, 2009 January 22, 2009 WILLIAM A. VERKEST, P. E., DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ~~~« Riad Nusrallah, P.E. · Street Program Manager SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. 3. 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. · 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- 2729. Bids that do not acknowledge all applicable addenda will be rejected as non- respons1ve . SPECIAL INSTRUC T IONS TO BIDD ERS - I - 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 $ I 00,000, 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. I 9-1. In addition, the surety must (I) 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 SPECIAL INSTRUCTIONS TO BIDDERS -2- 6. 7. 8 the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City LI OUIDA TED 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 l 3A-21 through l 3A-29 of the Code of the City of Fort Worth (1986), as amended, prohibiting discrimination in employment practices. WAGE RA TES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following: Compliance with and Enforcement of Prevailing Wage Laws A. Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. B. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall , upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents . This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258 .023. C . Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258 .023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination . Upon the City 's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and SPECIAL INSTRUCTIONS TO BIDDERS -3- wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph ( c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. F. Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. H. Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. I. (Wage rates are attached following the end this section.) 9. FINANCIAL STATEMENT: A current certified financial statement may be required by the Director of Transportation and Public Works Department for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be SPECIAL INSTRUCTIONS TO BIDDERS -4 - prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. I 0. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or $250,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto'', defined as autos owned, hired, and non- owned). Additional lines of coverage may be requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders -Item 16. ADDITIONAL INSURANCE REQUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. D. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premrnm. 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 SPECIAL INSTRUCTIONS TO BIDDERS -5 - 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. "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 . SPECIAL INSTRUCTIONS TO BIDDERS - 6 - 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: I. Name of Contract 2. Name of M/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project, the Contractor comply with the M/WBE Ordinance by complying with the following procedures: • A M/WBE Participation Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. • Reports are to be submitted monthly to the M/WBE Office, regardless of whether or not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month, place a "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. SPECIAL INSTRUCTIONS TO BIDDERS -7- 13. 14. • 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. Ifthe 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 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. SPECIAL INSTRUCTIONS TO BIDDERS - 8 - 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 . -I 0:00 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 I 0:00 a .m. whenever construction phasing requires the use of motorized equipment for periods in excess of I hour. However, the Contractor may begin work prior to I 0 :00 a .m. if use of motorized equipment is Jess than I-hour, or if equipment is new and certified by EPA as "Low Emitting'\ or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a .m. -6 :00 p.m ., on a designated AIR POLLUTION WATCH DAY , that day will be considered as a weather day and added onto the allowable weather days of a given month. 16 . WORKERS COMPENSATION INSURANCE COVERAGE : Contractors compliance with Workers Compensation shall be as follows: SPECIAL INSTRUCTIONS TO BIDDERS -9 - 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 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: (I) 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. SPECIAL INSTRUCTIONS TO BIDDERS -10 - E. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (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 SPECIAL INSTRUCTIONS TO BIDDERS • 11 • (7) contractually require each person with whom it contracts, to perform as required by paragraphs (I) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false of misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any officers, members, agents or employees who engage in the performance of this contract shall, in connection with such employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate SPECIAL INSTRUCTIONS TO BIDDERS • 12 • 18. 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. 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 -13 - General Decision Number: TX080043 02/08/2008 TX43 Superseded General Decision Number: TX20070045 State: Texas Construction Types: Heavy and Highway Counties: Collin, Dallas, Denton, Ellis, Grayson, Johnson, Kaufman, Parker, Rockwall, Tarrant and Wichita Counties in Texas. HEAVY AND HIGHWAY CONSTRUCTION PROJECTS IN WICHITA COUNTY ONLY. HIGHWAY CONSTRUCTION PROJECTS ONLY FOR REMAINING COUNTIES. Modification Number 0 Publication Date 02/08/2008 SUTX2004-004 11/09/2004 Rates Air Tool Operator .............. $ 10.06 Asphalt Distributor Operator ... $ 13.99 Asphalt paving machine operator$ 12.78 Asphalt Raker .................. $ 11. 01 Asphalt Shoveler ............... $ 8 . 8 0 Batching Plant Weigher ......... $ 14.15 Broom or Sweeper Operator ...... $ 9.88 Bulldozer operator ........... $ 13.22 Carpenter ...................... $ 12 . 8 o Concrete Finisher, Paving ...... $ 12.85 Concrete Finisher, Structures .. $ 13.27 Concrete Paving Curbing Machine Operator ............... $ 12. 00 Concrete Paving Finishing Maching Operator ............... $ 13. 63 Concrete Paving Joint Sealer Operator ....................... $ 12. 50 Concrete Paving Saw Operator ... $ 13.56 Concrete Paving Spreader Operator ....................... $ 14. 50 Concrete Rubber ................ $ 10.61 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator ................. · ...... $ 14. 12 Electrician .................... $ 18.12 Flagger ........ : ............... $ 8. 43 Form Builder/Setter, Structures$ 11.63 Form Setter, Paving & Curb ..... $ 11.83 Foundation Drill Operator, Crawler Mounted ................ $ 13. 67 Foundation Drill Operator, Truck Mounted .................. $ 16.30 Front End Loader Operator ...... $ 12.62 Laborer, common ................ $ 9.18 Laborer, Utility ............... $ 10.65 Mechanic ....................... $ 16. 97 Milling Machine Operator, Fine Grade ..................... $ 11.83 Mixer operator ................. $ 11.58 Motor Grader Operator, Fine Grade ......................•... $ 15 . 2 0 http://www.wdol.gov/wdoVscafi1es/davisbacon/TX43.dvb Fringes o.oo 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 o.oo 0.00 0.00 0.00 0.00 0.00 o.oo o.oo 0.00 0.00 0.00 o.oo 0.00 0.00 0.00 Page 1 of3 11/11/2008 Motor Grader Operator, Rough ... $ 14,50 Oiler .......................... $ 14. 98 Painter, Structures ............ $ 13.17 Pavement Marking Machine Operator ....................... $ 10. 04 Pipe layer ...................... $ 11. 04 Reinforcing Steel Setter, Paving ......................... $ 14. 86 Reinforcing Steel Setter, Structure ................•..... $ 16. 29 Roller Operator, Pneumatic, Self-Propelled .......•......... $ 11.07 Roller Operator, Steel Wheel, Flat Wheel/Tamping ............. $ 10.92 Roller Operator, Steel Wheel, Plant Mix Pavement ............. $ 11.28 Scraper Operator ............... $ 11.42 Servicer ....................... $ 12. 32 Slip Form Machine Operator ..... $ 12.33 Spreader Box operator .......... $ 10.92 Tractor operator, Crawler Type.$ 12.60 Tractor operator, Pneumatic .... $ 12,91 Traveling Mixer Operator ....... $ 12.03 Truck driver, lowboy-Float ..... $ 14.93 Truck driver, Single Axle, Heavy .......................... $ 11.47 Truck driver, Single Axle, Light .......................... $ 10.91 Truck Driver, Tandem Axle, Semi-Trailer ................... $ 11.75 Truck Driver, Transit-Mix ...... $ 12.08 Wagon Drill, Boring Machine, Post Hole Driller Operator ..... $ 14.00 Welder ......................... $ 13. 57 Work Zone Barricade Servicer ... $ 10.09 0.00 o.oo 0.00 0.00 0.00 0.00 o.oo 0.00 0.00 o.oo 0.00 o.oo 0.00 o.oo 0.00 0.00 o.oo 0.00 0.00 o.oo 0.00 0.00 o.oo 0.00 o.oo Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5. 5 (a) (1) (ii)) • In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling on survey related matters, initial contact, including requests http://www.wdol.gov/wdol/scafiles/davisbacon/TX43.dvb Page 2 of3 11/11/2008 for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requester considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION http://www.wdol.gov/wdol/scafiles/davisbacon!TX43.dvb Page 3 of3 11/11/2008 City of Fort Worth, Community Development Block Grant Funded Construction Projects (Davis-Bacon Applicable) TO: ALL CONTRACTORS, SUB-CONTRACTORS, AND PAYROLL CLERKS ETC. FRO!vl: SHERRY JOHNSON, CONTRACT COMPLIANCE SPECIALIST RE: PA '{ROLL PROCEDURES 1. Payrolls are to be submitted, in original only, to the Contract Compliance Specialist, Finance Department 1000 Throckmorton, Fort Worth, Texas 76102 on or before 5:00 p .m. of the seventh day following the close of that pay period, using Form WH-347 or equivalent certified payrolls (when approved by the Contract Compliance Specialist). 2. Payroll not submitted on time will be sufficient cause to withhold monies due for previous Pay requests . 3. For All Contractors Exceeding $10,000 -When a Contractor or Subcontractor arrives on the job in order to commence work, he/ she shall submit, with the initial payroll, a Notice of Start Lei/er, a certificate from Contractor/ Subcontractor appointed efficer or employee to supendse payment of employees, a certificate regarding Eq11al Employment Opportuniry, a Labor Standards and Prevailing Wage Requirements Certijicatio11, and the Affirmative Action Agreement. 4. Payrolls are to numbers consecutively beginning with #1, submitting payroll for each week until work is completed. 5. Show Contractors and Subcontractors IRS NUMBER ON THE INITIAL PAYROLL 6. Whenever a Subcontractor is absent from the job during a complete pay period, he/she shall submit "No Work" payroll on the WH-347 for that period. 7. When a Subcontractor leaves the job permanently after having completed a contract, the final payroll should state "Final". 8. Any time an error is found in the payroll whereby an employee is under paid for that particular pay period, a supplemental payroll shall be submitted, for that employee or those employees. Together with the payroll, a Receipt for payment and Back Wages statement and a copy of the check issued to pay the back wages shall be submitted . 9. Payrolls shall be correct and (preferable in ink, no pencil entries) must include the following items: a. Employees Name b. Employees Address c. Employees Social Security Number d . Employees correct classification (as shown on the Department of Labor wage decision). All classifications used must be shown on the wage determination. e. Exact hourly rate of pay (shown on wage decision). Can be more than that shown, but never less). f. Daily and weekly total number of hours worked (if several trades during that particular pay period). g. Allowable deductions made. Allowable deductions are F.I.C.A. and Withholding Tax. The Payroll Deduction 1\uthorization Form, signed by the employee authorizing these deductions, shall accompany all other deductions shown . 1bis form only needs to be submitted once if there will be no new deductions. h. Total actual wages paid. If the employee or employees work more than one trade dwing any given period, it should be shown on the payroll and accompanied by an Employee's Statement of Work Verification signed by the employee, showing that he/she did work the various hours on the payroll in the various trades. Note: On!J the wage rates provided ry the Department of Labor are used.for this project. The contract must be signed within 90 dqys of the bid opening or the biddingprocm.for the project must start again or the Contractor mqy choose lo accept a wage modifications if one is required. ljjou have any questions, please contract me at (817) 392-7333. Thank you, Sherry Johnson HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RA TES 2008 Air Tool Ooerator Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeoer Operator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Ooerator Concrete Rubber Crane, Clamshell, Backhoe, Derrick, DragJine, Shovel Operator Electrician Flagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Ooerator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Oiler Painter, Structures Pavement Marking Machine Ooerator Pipe layer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Ooerator, Steel Wheel, Flat Wheel/Tamping Roller Operator, Steel Wheel, Plant Mix Pavement Scraper Operator Servicer Slip Form Machine Operator Soreader Box Operator Tractor Operator, Crawler Type Tractor Ooerator, Pneumatic Traveling Mixer Operator Truck Driver Lowboy-Float Truck Driver Single Axle, Heavy Truck Driver Single Axle, Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wagon Drill, Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13.99 $12.78 $11.0 I $ 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 $18.12 $ 8.43 $11.63 $11.83 $13.67 $16.30 $12.62 $ 9.18 $10 .65 $16 .97 $11.83 $11.58 $15 .20 $14 .50 $14 .98 $13.17 $10.04 $11.04 $14 .86 $16 .29 $11.07 $10.92 $) 1.28 $11.42 $12.32 $12.33 $10 .92 $12.60 $12 .91 $12.03 $14.93 $11.47 $10.91 $11.75 $12 .08 $14 .00 $13.57 $10 .09 Classification AC Mechanic AC Mechanic Heloer Acoustical Ceiling Mechanic Bricklayer/Stone Mason Bricklayer /Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Fom, Builder Drywall Mechanic Drvwall Heloer Drywall Ta per Drvwall Taper Helper Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper Floor Layer (Resilient) Floor Layer Helper Glazier Glazier Heloer Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Painter Helper Plpefltter Pi pefitter Helpe r Plasterer Plasterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY I H,iy Rate I Classification $21.69 Plumber $12.00 Plumber Helper $15.24 Reinforcing Steel Setter $19.12 Roofer $10, 10 Roofer Helper $16.23 Sheet Metal Worker $11.91 Sheet Metal Worker Helper $13.49 Sorinkler System Installer $13.12 Sprinkler System Installer Helper $14.62 Steel Worker Structural $10.91 Concrete Pump Crane, Clamsheel, Backhoe, Derrick , 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 H,,, .... S20.43 $14.90 $10 .00 $14.00 $10.00 S16.96 $12 .31 $18.00 S9.00 $17.43 $20.50 $17 .76 $12.63 $10 .50 $14. 91 S16 .06 $9 .75 TO: CITY OF FORT WORTH PURCHASING DMSION 1000 THROCKMORTON ST FORT WORTH, TEXAS 76102 PROPOSAL FOR: CURB & GUTTER AND DRIVEWAY REPLACEMENT (2009-5) ATV ARIOUS LOCATIONS CITY PROJECT NO. 01259 TPW PROJECT NO. C293-541200-207630125983 Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Transportation and Public Works Department of the City of Fort Worth. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding on and awarding the contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (±) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices . Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance, Payment and Maintenance Bonds acceptable to and approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums, to-wit: SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. I 2 EA. Project Designation Sign @ Two Hundred Dollars & No Cents Per EA. $ 200.00 $ 400.00 S.P. 2 LUMPSUM Utility Adjustment @ Six Thousand Dollars & No Cents Per L.S. $ 6l000 .00 $ 6i000.00 P-1 SPEC PAY APPROX . DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 104 3 7,000 L.F. Removal and Replacement of Concrete 502 Curb & Gutter@ S.P. f=~ n::1i: £.tJ Dollars & jt-/. oO q~roo .oD P5 Cents Per L.F. $ $ 104 4 1,400S.F. Removal and Replacement of6-lnch 504 Concrete Driveway @ S.P . fill .Q_ Dollars & $ s s o 3--,Jm .oo ~\~ Cents Per S.F. $ 104 5 lOOS.F. Removal and Replacement of 4-lnch 504 Concrete Sidewalk @ S.P. ~~ Dollars & i,50 :15 0. Oc..:.> Cents Per S.F. $ $ 104 6 50 S.F. Removal and Replacement of 4-Inch 504 ADA Wheelchair ~mp@ ;;}5, O D ~ \ I d5b ,00 S.P. V Dollars & $ $ Cents Per S.F. 1 504 7 700S.F. New 4-Inch ADA Wheelchair S.P. RaSi~ 1UJ I \l4 .0(.) Dollars & $ $ IL~).oo ~ Cents Per S.F. i 104 8 50 .S.Y. Removal and Replacement Concrete 360 V~Gutter@ S.P. __ '~ ~ V (' Dollars & 4'-f. t,O J ~ro .oC> $ $ $2) Cents Per S.Y. 360 9 50S.Y. New Concrete Valley Gutter@ S.P. -m\(~(\d~ Dollars & 39,0 D )~5 0.oO Cents Per S.Y. $ $ S.P. 10 1 EA. Removal and Replacement of 5-Ft Storm Draina~ lnleho~ d gao. OD ~Q0 .00 E ~±v ff~ Dollars & $ $ ~ Cents Per EA . P-2 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 11 1 EA. Removal and Replacement of 10-Ft Storm Drainage Inlet Top @ C:pQ :fu o v $c\n d Dollars & $ } 000 .CIC \ 0 DD O 0 $ (25 Cents Per EA. I ) ' ' S.P. 12 500 S.Y. St. Augustine Grass Sod @ Th(tQ..... Dollars & {8 Cents Per S.F. 300 I 5C{);)o $ . $ I ' S.P. 13 500 S.Y . Bermuda Grass Sod @ .. :]brt.R._ Dollars & S o 0 <2> Cents Per S.F. $ 3100 $ }1 OD. , S.P. 14 1 EA. Mobilization -Services @ Five Hundred Dollars & No Cents Per EA. $ 500.00 $ 500.00 TOTAL BID P-3 This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Taxes. All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under House Bill 11, enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in, employment practices. The undersigned agrees to complete all work covered by these contract documents within fifty (50) Working Days from and after the date for commencing work as set forth in the written Work order to be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction" as established by the City of Fort Worth, Texas. Within Ten (10) Calendar Days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond for the faithful performance of this contract. The attached deposit check in the sum of < 1' x they., s.,,,.... ') S.. tAe o L6 ..,.., .9 __!) + ~"'-' 'J ::t N ~ . Della rs ($ ~ 2... 2 , 5 O ) is to become the property of the City of Fort Worth, Texas, or th··t;tt;fffect1Jidder's Bond is to be forfeited in the event the contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. The Contractor shall mobilize within ten (10) calendar days of the notice given by the Construction Engineer for any of the locations. If the contractor fails to begin the work within ten (10) calendar days, a $200 dollars liquidated damage will be assessed per Block per day. I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. 1 (Initials) __ Addendum No. 2 (Initials)_ Addendum No. 3 (Initials)_ (Seal) Date: z/t t / 0 '1 P-4 P nted N me of Principal Address : MA .[G.\) A • lc..B Al A,:::::- 7 ' E-mail Address : rr, , /c..1-, c,, \ A p p p {OCO/\ f" u, ""'j · ~' Telephone: (1 7 b, J --:/ £ 2 e :{~ 2 g .. VENDOR COMPLIANCE TO ST A TE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principal place of business is located . The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non- resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Non-resident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our ~rincipal place of business or corporate offices are in the State of Texas. ~ Bidder: I03vl f>1CJs:h LL1KYl Rd Address ~ • ~re/ City I State Zip Title (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION '\ ·, FORT°WORTH "-:z-W a City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract Is $25,000 or more, the M/WBE goal Is applicable. If the total dollar value of the contract is less than $25,000, the M/WBE oal is not applicable . POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid . M/WBE PROJECT GOALS The City's M/WBE goal on this project is i 9 % of the total bid (Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the followin for the entire bid to be considered responsive to the s ecifications . 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m ., five (5) City business days after the bid met or exceeded : opening date, exclusive of the bid opening date . 2. Good Faith Effort and Subcontractor received by 5:00 p .m., five (5) City business days after the bid Utilization Fonn. if participation is less than opening date, exclusive of the bid opening date . stated goal : 3. Good Faith Effort and Subcontractor received by 5:00 p .m., five (5) City business days after the bid Utlllzatlon Fonn, if no M/WBE participation: opening date, exclusive of the bid opening date . 4. Prime Contractor Waiver Fonn, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/suoolier work : opening date, exclusive of the bid opening date . S. Joint Venture Fonn, if utilize a joint venture received by 5:00 p. m ., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid openinq date . FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 392-6104. Rev . 11/1/05 :_-1s -09po 4 :05 rc v o • FORT WORTH ~- City's M/WBE Project Goal : % ATTACHMENT 1A Page 1 of 4 City of Fort Worth Subcontractors/Suppliers Utilization Form Prime's M/WBE Project Utilization: % Check applicable block to describe prime MIW/DBE NON-MIW/DBE BID DATE 2-I I 2.-/ U::::, PROJECT NUMBER 012-5°9 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its. entirety w ith requested documentation, and received by the Managing Department on or before 5 :00 p.m . five (5) City business dc;tys after bid open ing , exclusive of bid opening date, will result in the bid be.ing considered non-responsive to bid specifications. . · ... ·, . , . . . . ' . ; . .·· .. ' .,.. . . . ' .. ·' . ,· . ', ' .. . . . ' ' .· Tt,~, undersignei 9.ff eror agrees ·to e~ter intd a form~I agreement ; with . the MNVBE firm(~) . listed in thi~ . utilization . scoed~le, . cqnditioried .up~ri .execution , of a. contract with the .. City . of Fort . Worth~ : The intentiona l: apd/e>r ~riowirig rili~r epres~nfatiori . ~f facts . is :gr_ounds f9.r consi~er~tion : of disquaiifigation and will , result 1n the ·· bid being'c:6h$idered nqn'~responsive:tobid specifications : , . '; ? .... :··:.' . ) i · : . : · .. ···· · ·. · .... '· M/WBEs llsted 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 . ldenttfy ,ach Tler -level. Tier . is the lev~I of subcontracting .below the p ri rri'E! contractor, i.e., a direct' p~ynient f rom ~ the :pd m~ contractor to .~ s.ubcon~ractor is considered ·1st tier, a . payment . by a . subcontractor to , its' supplier is' considered 2nd tier · . · · · . . . · · . ' · . . ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators; and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, includ i ng owner-operators , but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease aoreement. Rev. 5/30/03 ... ... • FORTWORTH -....---ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/supp11ers, regardless of status ; i.e ., Minority . Women and non -M/WBEs. Please list MM'BE firms first. use additional sheets if necessary . Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name I N C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A ~rY' To o l ~ -; , l . s .. ~f 'J (o~r7~] Ce, iN'-t Ow "" ~[),· (Y\1 ' >t. ..-- I ""C. ,- v Cot" o.,A(.. ' C!... ~,'X J·~,r/d Rev. 5/30/03 t \ ' - \ I 1 1 I l I J I ~ I - ... ._J I 1 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 additi onal sheets if necessary . , Certification (check one) ( SUBCONTRACTOR/SUPPLIER T r Company Name I N T Detail Detail C X ' Subcontracting Work Supplies Purchased Dollar Amount Address • M w T D .. Telephone/Fax r B B R 0 E E E C T E A Rev . 5/30/03 1 1: FORT WORTH ----w· E COMPANY NAME: (o Co"' D,tJ :" City of Fort Worth Good Faith Effort Form --~c. PROJECT NAME : Cv..vb ~ G ,\\'\<.i"" ;:h,9 1),;v"-e w· City's M/WBE Project Goal : (Cf% ATTACHMENT1C Page 1 of 3 Check applicable block to describe rime M,W/DBE NON-M,W/DBE BID DATE If you have falled to secure M/WBE participation and you have subcontracting and/or supplier opportunities or If your DBE participation Is less than the City's project goal, you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and 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. FalJure .to co_mplete this form, tn :. Its .e.ntlrety with.· • suppo.rttng document11tlon, and . r~ce~yed by · the_ Managing Department .on··or before s:oo· p:m:·flve ·(s) City business _days after ~Id opening, exclusive of bid opening d~t~.: wlil result lri the 'bid' being cons'ldered noni responslve to bid s'peclficatlons. '., ' . . ' ' 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 R...'4.M T'o " l I c; •. "' wt '"' Co·""f ..... '\ ' ~l). . ,J /" M, ':x ~--c::. o-w1c ..J- Rev. 05/30/03 l I 1 1·, l FORTW°ORTH --·w· City of Fort Worth Prime Contractor Waiver Form ATIACHMENT 18 Page 1 of 1 Check applicable block to describe City's M/WBE Project Goal: % PROJEC NUMBER o \ 2.fi '1 rime M/W/DBE NON-MM//DBE If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided , if appl icable . If the answer to either question is NO, then you must complete ATTACHMENT 1C . This form is only applicable if .bmb answers are yes . ,;: . ~·m•r., -~~--~~"'.!Pl!~~ t~I~ .fo~ In I~_ fJO~l~e~ .. ~d b_e _re_~!J'<,ct 'b~ _the Managing _Dep~rtment ~~ oi' before . . ·-_ :. . ~,::5:00 p,m;,· five (5) City business days · after bid ·opening, _,]!C?l~s-~~ gf the bl_d !)P&nn~g <ta~e, v,~11 . ~s1Jlt I~ the /btclbelrig consldered ;nori~resporistve to b'd specification•.:<:>> ::. ' .. : ,;·: .,; -. >: · · :_. .: .. · •. ::, • .-.. ::::/ . ,. --~--. ·'. ,. -. · . ; . WIii you perform this entire contract without subcontractors? X YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business . Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. ~ NO The bidder further agrees to provide, directly to the City upon request , complete and accurate information regarding actual work performed by all subcontractors , including M/WBE(s) on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid . The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract , by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements . Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than ear. /11 A J £ D ,A , \<.." A LA r Printed Signat ure tos61 )'Yt, k.h A;~ r @7 f TV C.c hf?< J1 ·~J , (.0 ""- Email Address Address fl . City/State/Zif; Date Rev. 5/30/03 I ~ ), 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 __ No Date of Listing~/ "2-1-2...:L 3 .) Did you sollclt bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mall, exclusive of the day the bids are opened? __ Yes (If yes, attach M/WBE mall llstlng to Include name of firm and address and a dated copy of letter malled.) __ No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, excluslve of the day the bids are opened? --p,L_ Yes (If yes, attach 11st to Include!!.!!!!! of M/WBE firm, person contacted, phone number and date and time of contact.) __ No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. , If a facsimile Is used, attach the fax confirmation, which is to provide M/WBE name, . c:late, time, fax nu.rriber and docurrientatlori faxed. ' ' ; ,, ' ' . . ' NOTE:, ,If the . ilst .ofM/WBEs for a partli:ula.r $Ubcootracting/suppller opportunity is' ten (1Q) .or less, the bidder must' contact. the ·entire Ust tcf be In . compliance with questions, 3 arid 4. , If the' list of M/WBEs for a padicular sul)cfo11tracting/~Lfppller opportunity, Is )en (10) or more;, ijle bidt;ier .rriust conta~f at le.asf two- thirds (2/3) of th«Uis(withl·n such area of o·pportunlty, b.ut not less than ·ten to be in compliance with questions ~ ancf4. . . ' . . . . ,, . . . . . . . . . , .. . . . . 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? --.J..L__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 necessarv, and attach.J Company Name Telephone Contact Person Scope of Work Reason for Rejection Rev. 05/30/03 · 1 , ·r I i' 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 the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's M/WBE O ce. /11 A :IE T) .A . .liirinted Signature /uthorlz Signature . flM-o' ,Q.., c Tide Contact Name and Title (if different) 1\"'.:'v._.o..._.(_o....a""~eJ,-a'i!:r.JEY';..:.:1 ~...:.:~9"'· ___.;_~ ....._LJJ&Jl::t~(-4-u../.:::. ... .:::...~ t-:.!...:~:...;.'"'--.....J'):"'c . {Cf 12s) Jb Z -96ZJ 81/J 6oef-8z ?0 Company Name I Phone Number Fax~ml>er I . m . fc-hp 1..Ce pyp Cp k f aJ, n1 , uir'- Email Address Address ,)A, 1 p.~ . -rx. 15 2=-?.--0 City/State/Zip 21 I 7/07 Date Rev. 05/30/03 SPECIAL PROVISIONS FOR: CURB & GUTTER AND DRIVEWAY REPLACEMENT (2009-5) ATV ARIOUS LOCATIONS CITY PROEJCT NO. 01259 TPW PROJECT NO. C293-541200-207630125983 1. SCOPE OF WORK: The work covered by these details and specifications consists of the removal and replacement of existing curb and gutter, driveways, wheelchair ramps and valley gutters as directed by the Engineer. The Contractor shall mobilize within ten (10) working days of the notice given by the Construction Engineer for any locations. If the contractor fails to begin the work within ten (10) working days, a $200 dollars liquidated damage will be assessed per block per day. It shall be the responsibility of the prospective bidder to visit the project sites 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. The contractor shall verify these locations with the Construction Engineer. For street locations see list at the back of this document. At the sole discretion of the City, the City reserves the right to add, delete or substitute streets in this contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (±) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. Total quantities given in the bid proposal may not reflect actual quantities, but represent the best estimate based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. SP-1 2. AW ARD OF CONTRACT: Contract will be awarded to the lowest responsible bidder. 3. SUBMITT ALS FOR CONTRACT AW ARD : The City reserves the right to require contractor who is the apparent low bidder(s) for a project to submit such information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the information if requested may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 4. CONTRACT TIME: The Contractor agrees to complete the Contract within the allotted number of days. If the Contractor fails to complete the work within the number of days specified, liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas. The contract time will be counted from the date set at the pre-construction conference and will continue until a time the inspector determines the project is ready for a . final inspection. At that time a final inspection will be scheduled. If in the opinion of the inspector the project has not been made ready, the final inspection will be cancelled and time will continue to be counted. A five working day period is required for the rescheduling of a final inspection. The Contractor also agrees to complete the final punch list within ten (10) working days after receiving it. If the Contractor fails to complete the work within ten (10) working days, the counting of the number of days to complete the Contract will resume and liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of SP-2 the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas. 5. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: A. A letter will be mailed to the contractor by certified mail; return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. B. The Construction Engineer and the Director of the Transportation and Public Works Department will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. C. Any notice that may, in the City's sole discretion, is required to be provided to interested individuals will distributed by the Construction Engineer. D. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Construction Engineer will, if necessary, forward updated notices to the interested individuals. SP-3 E. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 6. 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. 7. CONSTRUCTION SPECIFICATIONS: 8. This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION- CITY OF FORT WORTH and STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH CENTRAL TEXAS. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. A copy of these specifications may be purchased at the Office of the Transportation and Public Works Department, 1000 Throckmorton Street, 2nd floor of the Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call- out for the pay item in the Proposal. If not shown, then applicable published specifications in any of these documents may be followed at the discretion of the Contractor. CONTRACT DOCUMENTS: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate and as determined by the Director of the Transportation and Public Works Department. 9. MAINTENANCE STATEMENT: SP-4 The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. See Special Instructions to Bidders Item No. 14 for further requirements. 10. TRAFFIC CONTROL: The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Vernon's Civil Statues, pertinent sections being Section Nos. 27, 29, 30 and 31. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer @817-392-8712 at least 10 working days prior to the preconstruction conference. Although work will not begin until the traffic control panel has been reviewed, the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 817-392-7738), to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. SP-5 The Contractor shall limit his work within one continuous lane of traffic at a time to minimize interruption to the flow of traffic upon the approval of the City Engineer. Work shall not be performed on certain locations/streets (primarily arterials) during "peak traffic periods (7 a.m. to 9 a.m. and to 4 p.m. to 5 p.m.)"; or, as determined by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." See "Street By Street Quantity Determination Spread Sheet", in the back of this document, for designated locations. The contractor will be responsible for coordination, of proposed construction activities, with public or private school administration. The proposed construction activities shall accommodate school operating schedules, including school bus/parent drop off and pick up periods. The contractor shall provide proper traffic and pedestrian control to ensure safety at all times. Construction areas shall be properly barricaded/fenced to prevent public entry. 11. PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any street in this contract, the contractor shall, prepare and deliver a notice/flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice/flyer shall be posted three (3) working days prior to beginning construction activity along each street. The flyer shall be prepared on the Contractor's letterhead and shall include the following: o Project name/Contract name o Project number o Expected dates of construction o Contractors and project inspector's contact information A sample notice/flyer is included in the contract documents. The Electronic version of the notice/flyer can be obtained from the Office of the Transportation and Public Works Department (817) 392-2729 It will be the contractor's responsibility to create and distribute a follow-up notice/flyer informing residents if for any reason work should stop on a project for more than five (5) working days after construction begins. The flyer should also include the anticipated date SP-6 12. ~·,.::, ,. ,~,, ·' .· .•, . ' of when the work will begin again. It will be the contractor's responsibility to re-distribute a three (3) working day notification/flyer prior to beginning the construction activity. In addition, all copies of the notice/flyer shall be delivered to the City inspector for his review prior to distribution. The contractor will not be allowed to begin construction on any street until the flyer is delivered to all residents of the street. All work involved with the notice/flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. PAYMENT: . Payment will be made to the contractor twice a month for work completed during the pay periods ending on the 15th and the 30th day of each month. Checks (less 5% retainage) will be sent to the contractor within the two (2) week window following each payment period. Payment of the retainage will be made with the final payment upon acceptance of the project. See Special Instructions to Bidders Item No. 14 for further requirements. 13. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary · instructions for carrying on the work, then such delay will entitle the Contractor to ali equivalent extension of time, his application for which shall, however, be subject to the approval of the City and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force . until · the discharge of the contract. SP-7 14. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction, as required by Engineer, by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs", Item 524, and/or as shown on the plans. Construction signing and barricades shall conform with the latest edition of the "Texas Manual on Uniform Traffic Control Devices, Vol. No. 1 ". 15. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056) and a flood plain permit issued. All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the Administrator approving the disposal site, upon notification by the Director of the Department of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. No temporary storage of material, rubble, equipment or vehicles within parkway is allowed. Damage to sodded/landscaped areas shall be replaced at Contractor's expense to the satisfaction of City Engineer. SP-8 16. 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. 17. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 18. CONSTRUCTION SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference. This schedule shall detail all phases of construction, special coordination with schools (see Item No. 10 Traffic Control for details), including project clean up, and allow the contractor to complete the work in the allotted time. Contractor will not move on to the job site nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in. Contract start date would be outlined in the pre-construction work order notice. Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. 19. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (1) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE TIDS EQUIPMENT WITmN SIX FEET OF IDGH VOLTAGE LINES." SP-9 (2) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hood connections. (3) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TXU Electric Delivery) which will erect temporary mechanical barriers, de-energize the line, or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TXU Electric Delivery and shall record action taken in each case. (4) The Contractor is required to make arrangements with the TXU Electric Delivery for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (5) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). 20. RIGHT TO AUDIT: Contractor agrees that City shall, until the expiration of three (3) years after final payment under this contract is made by City, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of Contractor involving transactions relating to this contract. Contractor agrees that City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with Article VI. City shall give the subcontractor reasonable advance notice of intended audits. SP-10 Contractor and subcontractor agree to photocopy such documents as may be requested by City. City agrees to reimburse Contractor and/or subcontractor for the cost of copies at the rates as contained in the Texas Administrative Code at the time payment is made. 21. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to indemnify City's Engineer and Architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been ref erred 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. 22. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City · believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material that has been specified. Where the term "or equal", or "or approved equal" is used, SP-11 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 establishing a standard of quality acceptable to the City. If a product of any other name is proposed substitutes is procured by the Contractor. Where the term "or equal", or "approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications. 23. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor, at his own expense. 24. 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. 25. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained written permission from the property Owner. A copy of the written permit shall be provided to the assigned inspector prior to utilization of the property. 26. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities, which may be encountered. 27. 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". SP-12 28. CONSTRUCTION The City of Fort Worth maintains a "CONFINED SPACE ENTRY PROGRAM" for its employees and all contractors and their sub-contractors must comply with this program as a condition of the contract. All active sewer manholes, regardless of depth, are defined, as "permit required confined spaces". Contractors will be required to complete the "CONFINED SPACE ENTRY PERMIT" used by the Fort Worth Water Department (Field Operations Division) for each entry and possess and use the equipment necessary to comply with this program. The cost of complying with this program will be considered subsidiary to the pay items involving work in confined spaces (e.g. vacuum testing, cleaning, televising, construction, etc.). 29. QUALITY CONTROL TESTING: (a) The contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphalt and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete. The contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of in situ material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the contractor for operations requiring testing. The contractor shall provide access and trench safety SP-13 system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. (e) The contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. NON-PAY ITEM No. 1 -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM NO. 2 -PROTECTION OF TREES, PLANTS, SOIL, ETC.: All property along and adjacent to the Contractor's operations including lawns, yards, irrigation systems, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys. This permit can be obtained by calling the Forestry Office at (817) 871-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. NON-PAY ITEM NO. 3-PROJECT CLEAN-UP: SP-14 During the construction of this project, all parkways that are excavated shall be shaped, including bar ditches, and backfilled at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Engineer. The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of the roadway and residents' property If it has been determined that the jobsite has not been kept in an orderly condition, the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. The Contractor shall make a final cleanup of each street as soon as the paving and curb and gutter has been constructed. No more than Seven (7) working days shall elapse after completion of construction before the roadway and right-of-way is cleaned and restored. Failure to do so will be cause to stop the contractor from starting work on other streets. Project time will not be suspended and a $200 charge per day will be made as liquidation damages. The Contractor shall make a final cleanup of all parts streets before acceptance of the project is made. 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. NON-PAY ITEM NO. 4 -STORM DRAIN INLET PROTECTION: All storm drain inlets shall use inlet protection for sediment control, in accordance with the Standard Specifications for Public Works Construction-North Central Texas. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. SP-15 NON-PAY ITEM NO. 5 -AGREEMENT OF QUANTITIES The streets will be measured and all quantities per street will be documented, a copy of the measured quantities will be provided to the contractor. If the Contractor in agreement of the measured quantities, then the Contractor is required to sign it and return it with in ten (10) working days. If the Contractor is not in agreement, then the Contractor is required to, within five (5) working days, arrange a field trip with the assigned inspector to show proof of the difference. PAY ITEM NO. 1 -Project Designation Sign: The contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of% inch fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction. The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The unit price bid per each will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO. 2 -Utility Adjustments: SP-16 This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer, and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. Contractor shall immediately cap the broken sprinkler system lines, and must notify the inspector prior to replacements. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. PAY ITEM NO. 3 -Removal and Replacement of Concrete Curb & Gutter: This item shall include the removal and replacement of all failed existing curb and gutter in sections, as designated by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item, see City Standard Specifications, Item No. 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-SSB. Pay limits for laydown curb and gutter are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut the curb and gutter and/or pavement prior to removal. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seven (7) days. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the SP-17 construction of the curb and gutter. The pay limit will be 9-inch out from the gutter lip. The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc., if damaged during construction, shall be replaced with same or better at no cost to the City. Backfill for curb and gutter shall be completed within five (5) working days from the day of completion of the curb and gutter. If the contractor fails to complete the work within five (5) working days, a $100 dollar liquidated damage will be assessed per block per day. H.M.A.C . Type "D" mix (PG 64-22), sawcut excavation, and Top Soil shall be included and figured subsidiary to this unit price. The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY-ITEM No. 4 ~ Removal and & Replacement of 6-Inch Concrete Driveway: This pay item shall include the removal and replacement of existing concrete driveways, as designated by the Construction Engineer, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing these items, see City Standard Specifications Item No. 104 "Removing Old Concrete" and Drawing Nos. S-SS, and Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-SS of the Standard Specifications. Contractor shall sawcut existing driveway, curb and gutter, and pavement prior to driveway removal. SP-18 All concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seven (7) days. Exposed concrete aggregate driveway surface shall be seeded with pea gravel. Backfill for driveway shall be completed within Five (5) working days from the day of completion of the driveway. If the contractor fails to complete the work within five (5) working days, a $100 dollar liquidated damage will be assessed per block per day. H.M.A.C. Type "D" mix (PG 64-22), sawcut excavation, and Top Soil shall be included and figured subsidiary to this unit price. The unit price bid per square feet shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the replacement work. PAY-ITEM NO. 5-Removal and Replacement of 4-Inch Concrete Sidewalk: This pay item shall include the removal and replacement of any type of existing concrete sidewalk, as designated by the Construction Engineer, due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing these items, see City Standard Specifications Item No. 104 "Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways". All concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seven (7) days. The exposed concrete aggregate sidewalk surface shall be seeded with pea gravel. Backfill for concrete sidewalk shall be completed within Five (5) working days from the day of completion of the curb and gutter. If the contractor fails to complete the work within five (5) working days, a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per square feet shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the replacement work. SP-19 PAY-ITEM NO. 6 ~ Removal and Replacement of 4-Inch ADA Wheelchair Ramp: This item shall include the removal and replacement of existing standard concrete wheelchair ramps at various locations as to be determined in field by the Construction Engineer, due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item, see City Standard Specifications Item No. 104 "Removing Old Concrete", and Item 504 "Concrete Sidewalk Driveways", except as herein modified. All concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seven (7) days. Contractor shall sawcut existing sidewalk, curb and gutter and pavement prior to wheelchair ramp removal. The removal of existing curb and gutter as required for the replacement of existing wheelchair ramps shall be included in PAY ITEM NO. 3 Curb & Gutter, as determined by the Construction Engineer. Pay limits for laydown curb and gutter are as shown in the Accessability Ramp Pay Limits detail (STR-032). The pay limit will extend from 9 inches outside the lip of gutter to 15 inches back from the face of curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. The replacement of existing curb and gutter as required for the installation of new wheelchair ramps shall be included in PAY ITEM NO. 3 Curb & Gutter. Pay limits for laydown curb and gutter are as shown in the Accessability Ramp Pay Limits detail (STR-032). The pay limit will extend from 9 inches outside the lip of gutter to 15 inches back from the face of curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will start 15 inches back from the face of curb and encompass the remainder of the ramp and sidewalk. Concrete flared surfaces, as designated by the Construction Engineer, shall be colored with LITHOCJm.OME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be used in accordance SP-20 - with manufactures instructions. Concrete stain may be applied after concrete is poured (Product sold by BAER). "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution." Backfill for wheelchair ramp shall be completed within Five (5) working days from the day of completion of the curb and gutter. If the contractor fails to complete the work within five (5) working days, a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per square feet, as shown on the proposal, will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY-ITEM NO. 7 -New 4-Inch ADA Wheelchair Ramp: This item shall include the construction of new standard concrete wheelchair ramps at various locations as to be determined in field by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item, see City Standard Specification Item 504 "Concrete Sidewalk Driveways", except as herein modified. All concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seven (7) days. Contractor shall sawcut existing sidewalk, curb and gutter and pavement prior to wheelchair ramp removal. The removal of existing curb and gutter as required for the construction of new wheelchair ramps shall be included in PAY ITEM NO. 3 -Removal and replacement of Concrete Curb & Gutter, as determined by the Construction Engineer. Pay limits for laydown curb and gutter are as shown in the Accessability Ramp Pay Limits detail (STR-032). The pay limit will extend SP-21 from 9 inches outside the lip of gutter to 15 inches back from the face of curb. Any asphalt tie- in shall be subsidiary to the curb and gutter pay item. The replacement of existing curb and gutter as required for the installation of new wheelchair ramps shall be included in PAY ITEM NO. 3 -Removal and replacement of Concrete Curb & Gutter. Pay limits for laydown curb and gutter are as shown in the Accessability Ramp Pay Limits detail (STR-032). The pay limit will extend from 9 inches outside the lip of gutter to 15 inches back from the face of curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will start 15 inches back from the face of curb and encompass the remainder of the ramp and sidewalk. Concrete flared surfaces, as designated by the Construction Engineer, shall be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be used in accordance with manufactures instructions. Concrete stain may be applied after concrete is poured (Product sold by BAER). "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution." Backfill for wheelchair ramp shall be completed within Five (5) working days from the day of completion of the curb and gutter. If the contractor fails to complete the work within five (5) working days, a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per square feet, as shown on the proposal, will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO. 8 -Removal and Replacement of Concrete Valley Gutter: SP-22 - This item shall include the removal and replacement of existing concrete valley gutters, at locations to be determined in field by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. Contractor shall sawcut existing sidewalk, curb and gutter and/or pavement prior to valley gutter removal. Sawcutting and removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be included in this pay item. For specifications governing this item, see City Standard Specifications, Item No. 104, "Removing Old Concrete" and Item No. 106, "Unclassified Street Excavation", Drawing No. S-S6 and detail enclosed, TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 247 "Flexible Base (referenced), 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and Item No. 360 "Concrete Pavement" (enclosed), shall apply. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary Type "D" asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. Contractor may substitute 5 inch non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. All applicable provisions of Item No. 360 "Concrete Pavement" (enclosed) shall apply. Surface texturing shall be made with a medium broom in lieu of carpet drag or metal tining. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seven (7) days. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) working days. If the contractor fails to complete the work on each half within seven (7) working days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. SP-23 - - The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO. 9 ~ New Concrete Valley Gutter: This item shall include the construction of new concrete valley gutters, at locations to be determined in field by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. Contractor shall sawcut existing sidewalk, curb and gutter and/or pavement prior to valley gutter removal. Sawcutting and removal of asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be included in this pay item. For specifications governing this item, see City Standard Specifications, Item No. 106, "Unclassified Street Excavation", Drawing No. S-S6 and detail enclosed, TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 247 "Flexible Base (referenced), 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and Item No. 360 "Concrete Pavement" (enclosed), shall apply. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary Type "D" asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. Contractor may substitute 5 inch non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. All applicable provisions of Item No. 360 "Concrete Pavement" (enclosed) shall apply. Surface texturing shall be made with a medium broom in lieu of carpet drag or metal tining. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seven (7) days. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) working days. SP-24 - If the contractor fails to complete the work on each half within seven (7) working days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO. 10 -Removal and Replacement of 5-Ft Storm Drainage Inlet Top: PAY ITEM NO. 11 -Removal and Replacement of 10-Ft Storm Drainage Inlet Top: Pay items No. 10 and No. 11, shall include the removal and replacement of a 7 inch thick drainage inlet top of 5 -foot and 10' drainage inlet openings, at locations to be determined in field by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. For specifications governing these items, see City Standard Specifications Item No. 450 "Adjusting Manholes and Inlets", as shown in the Drawing S-S02 and as directed by the construction engineer. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seven (7) days. The unit price per bid per each will be full compensation for all labor, equipment, material, tools, and all incidentals necessary to complete the work. PAY ITEM NO. 12-St. Augustine Grass Sod Replacement: PAY ITEM NO. 13-Bermuda Grass Sod Replacement: Pay items No. 12 and No. 13, shall consist of the replacements of a like grass sod that was removed under this contract due to the removal and replacement of driveways and curb and gutters as determined by the Engineer. All materials shall be of recent production, and suitable for there intended purpose. SP-25 Sod Products Specifications: • Sod shall consist of live and growing grass. • Grass shall have a healthy, virile root system of dense, thickly matted roots throughout an approximately one-(1) inch minimum thickness of native soil attached to the roots. • Sod will be free from obnoxious weeds or other grasses and be free from any deleterious matter that might the growth of the grass. • Sod material must be kept moist from the time it is dug until planted. Sod Installation Specifications: • The area to be sodded shall be determined by the City. • The sodded area shall be smoothed down. • The sodded area shall be thoroughly watered immediately after it is planted. The unit price bid per square yard will be full compensation for all labor, material, tools, and incidentals necessary to complete the work. PAY-ITEM NO. 14-Mobilizations: This item shall compensate the Contractor to remobilize personnel, equipment, supplies, and material to perform additional work as directed by the Engineer. Remobilization will be considered when concrete "Flat-work" has been completed, personnel and equipments were demobilized, and the street is clean and ready for overlay. Remobilization shall be determined by the Engineer. Requests for reimbursement of remobilization expenses shall be denied unless prior approval is granted by the Engineer. The unit price per bid per each will be full compensation for all labor, equipment, material, tools, and all incidentals necessary to complete the work. END OF SECTION SP-26 -. - - NOTE: THIS SPECIFICATION HAS BEEN MODIFIED TO DELETE NON- APPLlCABLE ITEMS FOR USE AS A GUIDE SPECIFICATION FOR CITY STREETS •. Item 360 CONCRETE PAVEMENT 300.1. Description. Construct Portland cement concrete pavement with or without curb~ on the concrete pavement. 300.2. Materials. A. Portland Cement Concrete. Provide Portland cement concrete to meet a minimum compressive strength of 3,000 psi at 28 days; unless shown otherwise in the contract do.cu men ts. Use Class A concrete for curbs that are placed separately from the paven:,ent. Provide concrete that is workable and cohesive, possesses satisfactory finishing qualities, and conforms to the mix design and mix design slump. · B. Reinforcing Steel. Provide Grade 60 deformed steel for bar reinforcement. Provide approved positioning and supporting devices (baskets and chairs) capable of securing and holding the reinforcing steel in proper position before and during p·avlng. Provide corrosion protection when shown on the plans. 1. Dowels. Provide Grade 60 smooth, straight dow~ls of the size shown OIJ the plans, free of burrs or deformations. Coat dowels with a thin film of grease or other approved de-bonding material. Provid~ dowel caps_ on the lubricated .end of each dowel bar used in an expansion joint. Provide dowel caps filled with a. soft compres;;ible material with enOl:JQh range of movement to ' allow complete closure c. D. E. F. of the expansion joint. · 2. Tie Bars. Provide straight defo~med steel tie bars. Provide either ·multiple-:piece tie ba·r$ or slrigle-:piece tie bars as shown on the plan.s:· Pr6vi9e multiple-piece tie bars composed of 2 pieces of deformed reinforcing steel With a coupling capable of developing a minim.um tensile stren!Jth of 125% of the design yiefd strength of the deformed steel when tensile-tested in· the assembled configuration. Provide a minimum length of 33 diameters of the deformed steel in each piece. Curing ·Materials. Provide Type 2 membrane curing compound conforming to DMS-4650, ·Portland Cement Concrete Curing Materials and Evaporation Retardants.• · Epoxy. Provi<;fe Type Ill epoxy in accordance with DMS-6100, aEpbxies and Adhesives,• for installing all drilled-in reinforcing steel. Evaporation Retardant. Provide evaporation retardant conforming to DMS-4650, "Portland Cement Concrete Curing Materials and Evaporation Retardants.• Joint Sealants and Fillers. Provide Class 5 or Class 8 joint-sealant materials and fillers unless otherwise shown on the prans or approved and other sealant materials of the size, shape, and type shown on the plans in accordance with DMS-6310, "Joint Sealants and Fillers." 300.3. Equipment. Furnish and maintain all equipment in good worki~g condition. Use measuring, mixing, and delivery equipment conforming ~o the requirements of Item 421, "Portland Cement Concrete." Obtain approval for other equipment used. · Q. P-\ -- -. .- - - ' . ... .... :.· A. Placing, Consolidating, and Finishing Equipment. Provide approved.self- propelled paving equipment that uniformly distributes the concrete with minimal segregation and provides a smooth machine-finished consolidated concrete pavement conformir:ig to plan line and grade. Provide an approved automatic grade control system on slip-forming equipment. Provide approved mechanically operated finishing floats capable of producing a uniformly smooth pavement surface. Provide equipment capable of providing a fine, light water fog mist Provide mechanically operated vibratory equipment capable of adequately consolidating the concrete. Provide immersion vibrators on the paving equipment at sufficiently close intervals to provide uniform vibration and consolidation of the concrete over the entire width and depth of the pavement and in accordance with the manufacturer's recommendations. Provide immersion vibrator units that operate at a frequency in air of at least 8,000 cycles per minute. Provide ~nough hand-operated immersion vibrators.for timely and proper consolidation of the concrete alOf""!Q forms, at joints and in areas not covered by other vibratory equipment. Surface vibrators may be used to supplement equipment-mounted immersion vibrators. Provide tachometers to verify the proper operation of all vibrators. For small or irregular areas or when approved, the paving equipment described in this Section is not required. 8. Forn,ing Equipment 1. Pavement Forms. Provide metal or wood side forms of sufficient cross-section, strength, and rigidity to support the paving equipment and resist the impact a.nd vibration of the operation without visible springing or settlement. Use forms that are free from detrimental kinks, bends, or warps that could affect ride quality or alignment. Provide flexible or curved metal or wood forms for curves qf 100-~. radius or less. · · 2. Curb Forms. Provide curb forms for separately placed curbs that are not slipformed that conform to the requirements of Item 529, "Concrete Curl;>, Gut1~r. and Combined Curb and Gutter." C. Reinforcing Steel Inserting Equipment Provide inserting equipment that accurately inserts and positions reinforcing steel in the plastic concrete parallel to the profile grade and horizontal alignment in accordance to plan details. · D. Texturing Equipment. 1. Carpet Drag. Provide a carpet drag mounted on a work bridge or a moveable support system. Provide a single piece of carpet of sufficient transverse length to span the full width of the pavement being placed and adjustable so that a sufficient longitudinal length of carpet is in contact with the concrete being placed to produce the desired texture. Obtain approval to vary the length anc:f width of the carpet to accommodate specific applications. Use an artificial grass-type carpet having a molded polyethylene pile face with a blade length of 5/8 in. to 1 in ~. a minimum weight of 70 oz. per square yard, and a strong, durable, rot- resistant backing material bonded to the facing. 2. Tining Equipment. Pro'(ide a self-propelled transverse metal tine device equipped with 4-in. to 6-in. steel tines and with cross-section approximately 1/32 in. thick by 1/12 in. wide, spaced at 1 in., center-to-center. Hand-operated · tining equipment that produces an equivalent texture may be used only on small or irregularly shaped areas or, when permitted, in emergencies due to equipment breakdown. -~.: ..... ..... -:.: E. Curing Equipment. Provide a self-propelled machine for applying membrane curing compound using mechanically pressurized spraying equipment with atomizing nozzles. Provide equipment and controls that maintain the required uniform rate of application over the entire paving area. Provide curing equipment that is independent of all other equipment when production rates are such that the first application of · membrane cuf!ng compound cannot be accomplished immediately after texturing and aft~r free moisture has disappeared. Hand-operated pressurized spraying · equipment with atomizing nozzles may only be used on sman or irregular areas or, when permitted, in emergencies due to equipment breakdown. F. Sawing Equipment Provide power-driven concrete saws to saw the joints shown on the plans. Provide standby power-driven concrete saws during concrete sawing operations. Provide adequate illumination for nighttime sawing. G. Grinding Equipment. When required, provide self-propelled powered grinding equipment that is specifically designed to smooth and texture concrete pavement using circular di~mond blades. Provide equipment with automatic grade control capable of grinding at least a 3-ft. width longitudinally in each pass without damaging the concrete. 300.4. Construction. Obtain approval for adjustments to plan grade-:-line to maintain thickness over minor subgrade or base high spots while maintaining clearances and drainage. Maintain subgrade or base in a smooth, clean, compacted condition in . conformity.with the required section and established grade until the pavement concrete is ·placed. Keep subgrade or base damp with water sufficiently in advance of placing pavement concrete . Adequately light the active work areas for all nighttime operations, if required. A. Reinforcing Steel and Joint Assemblies. Accurately place and secure in ·position all reinforcing steel as shown on the plans. Place dowels at mid-depth of the pavement slab, parallel to the surface. Place dowels for transverse contraction joints parallel to the pavement e~ge! Tolerances for location and alignment of dowels will be shown on the plans. Stagger the longitudinal reinforcement splice~ to avoi~ having more than 1/3 of the splices within a 2-ft. longitudinal length of each l;ane of the pavement Use multiple-piece tie bars or drill and epoxy grout tie bars at longitudinal construction joints. 1. Manual Placement. Secure reinforcing bars at alternate intersections with wire ties or locking support chairs. ne all splices with wire. 2 .. Mechanical Placement, If mechanical pla'cement of reinforcement results in steel misalignment or improper location, poor concrete consolidation, or other inadequacies, complete the work using manual methods. B. Joints. Install joints as shown on the plans . Clean and seal joints in accordance with Item 438, "Cleaning and Sealing Joints and Cracks (Rigid Pavement and Bridge Decks).• Repair excessive spalllng of the joint saw groove using an approved method befor~ installing the sealant SeaJ all joints before open ing the pavement to all traffic. When placing of concrete is stopped, install a rigid transverse bulkhead, accurately notched for the reinforcing steel and shaped accurately to the cross:.. section of the pavement 1. Placing Reinforcement at Joints. Where the plans require an assembly of parts at pavement joints, complete and place the assembly at the requ ired location and elevation with all parts rigidly secured in the required position . Accurate ly notch joint materials for the reinforcing steel. .· .. · .... :·:· .... :-- - - - 2. Curb Joints. Provide joints in the curb of the same type and location as the adjacent pavement Use expansion joint material of the same thickness, type, and quality required for the pavement and of the section shown for the curb.· Extend expansion joints through the curb. Construct curb joints at all transverse pavement joints. For. non-monolithic curbs, place reinforcing steel irito the piastic concrete pavement as shown on the plans unless otherwise approved. Form or saw the weakened plane joint across the full width of concrete pavement and . through the monolithic curbs. C. Placing and Removing Forms. Use clean and oiled forms. Secure forms on a base or firm subgrade that is accurately graded and that provides stable support without deflection and movement by form riding equipment. Pin every form at least at the middle and near each end. Tightly join and key form sections together. to prevent relative displacement Set side forms far enough in advance of concrete placement to permit inspection. Check conformity of the grade, alignment, and stability of forms immediately before placing concrete, and make all necessary corrections. Use a straightedge or other approved method to test the top of forms to ensure that the ride quality requirements for the completed pavement will be met. Stop paving operations if forms settle or deflect more than 1/8 in. under finishing operations. Reset forms to line and grade, and refinish the concrete surface to · correct grade. Avoid damage to the edge of the pavement when removing ·forms. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hr. aft~r form removal unless otherwise approved. Clean joint face and repair honeycombed or damaged areas within 24 hr. after a bulkhead for a transverse construction joint has been removed unless otherwise approved. Whl;!n forms are removed before 72 hr. after concrete placement, promptly apply membrane curing compound to the edge _of the concrete pavement Forms that are not the same depth as the pavement but are within 2 in. of that depth are permitted if the subbase is trenched or the full width and length of the form base · is supported with a firm material to produce ttie required pavement thickness! · · Promptly repair the form trench after use. Use flexible or curved wood or meta! forms for curv~ of 1 00-ft. radius or less. · D. Concrete Delivery. Clean delivery equipment as necessary to prevent accumµlation of bid concrete before loading fresh concrete. Use agitated delivery equipment for concrete designed to h~ve a slump of more than 5 in. Segregated concrete is subject to rejection. Place agitated concrete within 60 ·min. after batching. Place no _n-ag[t~ted concrete within 45 min. after batching. In hot weather or under conditions caµ~ing quick setting of the concrete, times may be reduced by the Engineer. Time li!llit?tions may be extended if the Contractor can demonstrate that the concrete can q~ properly placed, consolidated, and finished without the use of additional water. E. Concrete Placement. Do not allow the pavement edge to deviate from th~. established paving line by more than 1/2 in. at any point. Place the concrete as/")ear as possible to its final location, and minimize segregation and rehandling. Wh~r~ ; .... hand spreading is necessary, distribute concrete using shovels. Do not use rakes or vibrators to distribute concrete . · 1. Pavement Consolidate all concrete by approved mechanical vibrators operated on the front of the paving equipment. Use immersion-type vibrators that simultaneously consolidate the full width of the placement when machine .. finishing. Keep vibrators from dislodging re inforcement. Use hand-operateq ;, ... vibrators to consolidate concrete in areas not accessible to the machine-mounted vibrators. Do not operate machine-mounted vibrators while the paving equipment is stationary. 2. Temp_erature Restrictions. Place concrete that is between 40°F and 95°F at the time of discharge, except that concrete may be used if it was already in transit when the temperature was found to exceed the allowable maximum. Take immediate corrective action or cease concrete production when the concrete temperature exceeds 95°F. Do n.ot place concrete when the ambient temperature in the shade is below 40°F and falling unless approved. Concrete may be placed when the ambient · temperature in the shade is above 35°F and rising or above 40°F. WJ,en temperatures warrant protection against freezing, protect the pavement with an approved insulating material capable of protecting the concrete for the speci~ed curing period. Submit for approval proposed measures to protect the concrete· from anticipated freezing weather for the first 72 hr. after placement. Repair or replace all concrete damaged by freezing. F. Spreading and Finishing. Finish all concrete pavement with approved self- propelled equipment Use power-driven spreaders, power-drive_n vibrators, power- driven strike-off, and screed, or approved alteJ11ate equipment. Use the transverse finishing equipment to compact and strike off the cohcrete to the required section and grade without surface voids . Use float equipment for final finishing. Use concrete with a consistency that allows completion of all finishing operations without addition of water to the surface. Use the minimal amount of water fog mist necessary to · maintain a moist surface. Reduce fogging if float or straightedge operations result in excess slurry. · 1. Finished Surface. Perform sufficient checks with long-handled 10-ft. ~nd 15-ft. straightedges on the plastic concrete to ensure that the final surface js'\v.ithin the tolerances specified in the contract documents. Check with the stralghte{f g~ parallel to the centerline. · 2. Maintenance of Surface Moisture. Prevent surface drying of the pav~rnent · before application of the curing system. Accomplish this by fog application.~ of evaporation retardant on the pavement surface. Apply evaporation retardant ·at . the rate recommended by the manufacturer. Reapply the evaporation retard;:mt as needed to maintain the concrete surface in a moist condition until curing · system is applied. Do not use evaporation retardant as a finishing aid. · · ' .. 3. Surface Texturing. Perform surface texturing using a combination of a carpet drag and metal tining, if required by the contract documents. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag longitudinally along the pavement suiface wi!h the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. Operate the metal-tine device to obtain grooves spaced at 1 in ., approximately 3/16 in. deep, with a minimum depth of 1 /8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregu·lar sections of pavements. Rep·air damage to· the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid .. 4. Small or Irregular Placements. Where machine placements and finishing of concrete pavement are not practical, use hand equipment and procedures that produce a consolidated and finished pavement section to the line and grade. c.. P-5" ! : ,. 5. Emergency Proceduras. Use hand-operated equipment for applying texture, evaporation retardan~ and cure in the event of equipment breakdown. G. Curing. Keep the concrete pavement surface from drying by water fogging until the a.ning material has been applied. Maintain and promptly repair damage fo curing materials on exposed surfaces of conaete pavement continuously for at least 3 curing days. A curing day is defined as a 24-hr. pariod when either the temperature taken in the shade away from artificial heat is above 50°F for at least 19 hr. or when the surface temperature of the concrata is maintained above 40°F for 24 hr. Curing begins when the concrete curing system has been appfied. Stop concrete paving if curing compound is not being applied promptly and maintained adequately. Other methods of curing in accordance with ftem 420. •eoncrefe structures,• may be used · when specified or approved. 1. Membrane Curing. After texturing and immediately after the free surface morstura has disappeared, spray the concrete surface unifonnly with 2 coats of membrane curing compound at an indMdual application rate of not more than 180 sq. ft. per gaUon. Apply the first coat within 10 min. after completing texturing operations. Apply the second coat within 30 min. after completing texturing operations . Before and during application. rnaintain curing compounds In a unlfonnly agitated condition, free of settlement Do not thin or dilute the curing compound. Where the coating shows discontinuities or other defects or If rain falls on the newly coated surface before the film has dried enough to rasiat damage, apply · additional compound at the same rate of coverage ta correct the damage. J=nsure that the curing compound coats the sides of the tining grooves. H. Sawing Joints.. Saw Joints to the depth shown on the plans as soon as sawing can be accomplished without damage to the pavement regardless of time of day or weather conditions. Some minor raveling of the saw cut is acceptabfe. Use a chalk line, smog line, sawing template, or other approved method to provide a frue joint affgnmem. Provide enough saws to match the paving production rate to ensure sawing corna,tetion at the earliest possible time to awid uncontrolled cracking. Reduce paving production if necessary to ensure timely sawing of joints. Promptly restore membrane cure damaged within the first 72 hr. of curing. J. Protection of Pavement and Opening to Traffic. lesting for early opening is the responSJbirrty of the Contractor regardless of job-rontrol testing responsibilities unless otherwise shown in the plans or directed. T eating result interpretation for opening to traffic is subject to the approval of the Engineer. 1. Profaction of Pavement. Erect and maintain barricades and other standard and approved devices fllat will exclude all vehicles and equipment from the newly· placed pavement for the periods specified. Before opening to traffic. protect the pavement from damag~ due to crossings using approved methods. Mainmin an adequate supply of sheeting or other material to cover and protect fresh concrete . surface from weather damage. Apply as needed to protect the pavement surface from weather. , 2. Opening Pavement to Traffic. Before openf ng to traffic, dean pavement, place stable material against the pavement edges, seal joints, and perform all other traffic safety related work. CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C .A. Labor Code §406.96 (2000), as amended , Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of City Project No 01259 and City of Fort Worth Project No . C293 207630125983. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR ProCon Pavin By :+-........,'+--+--'-----"----- Name : AA:J G J) A , 1st:\ A LA f°" I Title : ?f'«<; ,·,L "'"" Date : 6/, I oc.i Before me , fhe undersigned authority, on this day personally appeared • . "'"' \c.J. , known to me to be the person whose name is subscribed to the for ing instrument, and acknowledged to me that he executed the same as the act and deed of ProCon Paving and Construction, Inc for the purposes and consideration therein expressed and in the capacity therein stated . Given Unqer My Hand and Seal of Office this \ tt. day of --M-~......_,... __ , 20 o <\ e STEVEN J. ZINECKER I NOTARY PUBLIC STATE OF TEXAS MY COMM . EXP. 05-30-2009 -..... __________ .....;:~ EXPERIENCE RECORD L' t f t t' h 1s o proJec s your orgamza 10n as success full l t d ty comp e e Amount Of Contract Type of Work Date Accepted Name and Address of Owner Award 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 Completion List Surety Bonds in force on above incomplete work : Date of Contract Award Type of Work Amount of Name and Address of Bond Bond Surety J 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: PERFORMANCE BOND Bond No.: 4370962 THE ST ATE OF TEXAS § KNOW ALL BY THESE PRESENTS : COUNTY OFT ARRANT § That we (I) ProCon Paving and Construction, Inc as Principal herein, and (2) Sure Te e Insurance Compan'il a corporation organized under the . Jaw s of the State of (3) Texas , and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of: One Hundred Thirty-Four Thousand Four Hundred Fifty Dollars and No Cents ..................... . ($134,450.00) Dollars for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firml y by these presents . WHEREAS, Principal has entered into a certain contract with the Obligee dated the 21'1 of April, 1009 a copy of which is attached hereto and made a part hereof, for the construction of: Curb, Gutter and Driveway Replacement at Fifteen Locations 2009-5 NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfull y 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 Princip a l's default, and reimburse and repa y 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 Ch apt er 22 53 of the Texas Government Cod e, as amended, and a ll liabilities on this bond sh a ll be determined in accordance with the pr ov ision s o f su ch st atut e, to the same exten t as if it were copied al length her ei n. IN WITNESS WHEREOF, the duly authorized representatives of th e Pr incip a l and th e Sure ty have exec ut ed thi s ins trument . SJGNED and SEALED this 21'1 of April, 2009 . ATTEST: ProCon Paving nnd Construction, Inc P~INCIPAL J7 By :/l?iA I ~ y i4 ' I t Name : M t}:f£1) A . I' t ,.._ k.\::\ A LA, ..... (S ~jl~ Wltn ess as to Principal ATTEST : (S EAL ) Title : ~ j?N c jks: Address : 10361 Bickham Rd Dallas, TX 75220 Sureiec los11raoce Compao ~, SURETY Address : 1000 So. Main St., Ste. 240 Grapevine, T X 76051 Telephone Number: (817 ) 329-7007 THE STATE OF TEXAS PRESENTS : COUNTY OF TARRANT PAYMENT BOND § § § Bond No.: 4370962 KNOW ALL BY THESE Tlnil we, ( I ProCon Pnving nncf Construction, Inc, as Principal herein, and (2) SureTec In surance Comp.mll' ______ , a corpora t ion organized and existing under the Jaws of the Sta te of(3) Texas ___ , as surety, are held and firmly bound unto che City of Fori Worth, a municipal corporation located in Tarrant and Denton Counties , Texas, Obligee herein, in the amount of Oi1c Hundred Thirty-Four Thousnnd Rour H undred Fifty Doll:irs and No Cents ..................... . Doll ars ($134,450.00) for the payment whereof, the said Principal and Surety bind them se lves and the ir heirs, executors, administrators, s uccessors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the - ~day of~ 2Q09 •. which contract is hereby refen·ed to and made a part hereof as if fully and to the same extent BS if copied at length, for the following project: Curb, Gutter and Driveway Replacement at Fifteen Locations 2009-5 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if ti)e said Principal shall Fai thfull y 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 co ntract, th en this ob ligation 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 provisio ns of sa id statute, to the same exten t as if it were copied at length herein. fN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety huve executed this instrument. SIGNED and SEA LED this~ day of, April, 2009 . ProCon Paving and Construction, Inc PRINCIPAL . () 71 By: M4'<-,~c/ · I I Name : /1'.lAJLcD .A• J /<-ti.ALA,-::- (SEAL} J).Lb;:: = ~o Principal Title: --+B~1"-e_s~'~'~ __ ....,_~----- Address : 10361 Bickham Rd Dallas, TX 75220 SureTec los\lraoce Company SURETY ATIEST: ~ Tu~rli~- sy0~ Name: s:=:: (S EAL) .... NOTE : (1) (2) (3) Attorney in Fact Address : 1000 So . Ma in St., Ste . 240 Grapevi ne, TX 76051 Telephone Number: (817) 329-7007 Correct name of Principal (Contractor). Correct name of Surety . State of incorporation of Surety Telephone number of surety must be stated . In addition, an ori ginal 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. I MAINTENANCE BOND Bond No .: 4370962 THE STATE OF TEXAS § COUNTY OF TARRANT § That ProCon Paving and Construction, Inc ("Contractor"), as principal, and __ _ Sure Tee In surance Company I a corporation organized under the laws of the State of - Te xas , ("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 Hundred Thirty-Four Thousand Four Hundred Fifty Dollars and No Cents ..................... . Dollars ($134,450 .00), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, the ir 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 21 51 of April , 2009, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements : Curb, Gutter and Driveway Replacement at Fifteen Locations 2009-5 the same being referred to herein and in said contract as the Work and being designated as project number(s) C293 207630125983 and said contract, including all of the specifications , conditions , addenda , change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years; and WHEREAS , said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering , it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided . NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void , and have no force or effect. Otherwise , this Bond shall be and remain in full force and effect , and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligat ion 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 §. counterparts, each of which shall be deemed an original, this 21 51 day of April, A.D .2009. A TIE ST: ProCon Paving and Construction, Inc (S E A L) & -1-Contractor µ ~t-r,,./ !'") ~ -.fjy /4./ . .!) A Secretary Name : ft1 AJ)::· 6) A, ~"' A LA F ~ ii Title : __ ?~~-~~ -'--"','jL_"'----"-"°'---- Sure Tee Insurance Company (SE AL)' Surety Title : __ A_tt_om_e~y_-ln_-F_a_ct _____ _ 1000 So . Main St., Ste . 240 Grapevine, TX 76051 Address POA #: 422 l 049 SureTec Insurance Company LIMITED PO\VER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corpora:ion duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas , does by these present~ make, constitute and appoint Charles K . Miller, Shannon L. Lewis, Steven J. Zinecker its true and la wful Attorney-in-fact, with full pow er and authority hereby conferred in it s name , place and stead , to exe cute , acknow ledge and deliver any and all bonds , recognizance s, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, pro viding the bond penalty does not exceed Five Million Dollars and no /100 ($5,000,000.00) and to bind the Company thereb y as full y and to the same extent as if such bond were signed by the President , sealed wi th the corporate sea l of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment shall continue in force until 12 /31 /10 and is made under and by auth ori ty of the following resol utions of the Board of Directors of the SureTec Insurance Company: Be it Re.solved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to exvcute., acknowledge and deliv er, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory 1mdertakings and any and al.I notices and documents canceling or tem1inating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of th.e Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or fa cs.imile seal shall be valid and binding upon the Company with respect to any bond or undertaldng to which it is attached . {Adopted at a meetin g held on 2(/' of April, 1999.) I11 Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its Presi dent, and its corporate seal to be hereto affixed this 28th day of October, A.D. 2008. State of Texas County of Harris ss: CE COMPANY On this 28h day of October, 2008 before me personally came B.J. King, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which exec uted the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. e Michelle Denny No!a'yPUbllO State of Texas l!)q)!rw h,glm 11, 2012 Michelle Denny, Notary P~bilic My commission expires August 27, 2012 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and forego in g is a true and correct copy o f a Power of Attorney, exec ut ed by said Comp any, which is still in full force and effect; and furthennore, the resolutions of the Board of Direc tors, set out in the Power of Attorney are in fuil force and effect. Given under my han d and the seal of said Company at Houston, Texas this 21st M. Brent Any Instrument Issued In excess of tlie penalty stated above is totally void and without any validi ty. . For verifi cation of the authority of this power you may call {713) 812-0800 any business day bstween t.:00 am and 5:00 pn CST. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at : 1-866-732-0099 . You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies , coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a cla im, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance . Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for , and the surety shall not be liable for, losses caused by acts of terrorism , riot , civil insurrection, or acts of war . Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for , and the surety thereon shall not be liable for, molds, living or dead fungi , bacteria, allergens, histamines , spores, hyphae , or mycotoxins , or their related products or parts, nor for any environmental hazards , bio-hazards , hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons , property, or the performance of the bonded obligations , of the occurrence, existence, or appearance thereof. Re v 1.1.06 CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS KNOW PRESENTS COUNTY OF TARRANT ALL BY THESE This agreement made and entered into this the 21 51 day of April A .D., 2009, by and between the CITY OF FORT WORTH , a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A .D . 1924 , under the authority (vested in said voters by the "Home Rule " provision) of the Constitution of Texas , and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, ProCon Paving and Construction, Inc , HEREINAFTER CALLED Contractor . WITNESS ETH : 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 : Curb, Gutter and Driveway Replacement at Fifteen Locations 2009-5 2 . That the work herein contemplated shall consist of furnishing as an independent contractor all labor , tools , appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth , which Plans and Specifications and Contract Documents are hereto attached and mad e a part of this contract the same as if written herein . 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten ( 10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth . 4 . OFFICIA L RECORD CITY C ETARY FT. WORTH , TX The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 50 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 $200 Per working day, not as a penalty but as liquidated damages , the Contractor and his Surety shall be liable to the Owner for such deficiency . 5 . Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage , personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its offlcers, 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. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 7 . The Contractor agrees, on the execution of this Contract , and before beginning work , to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work , such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas, as amended , in the form included in the Contract Documents, and such bonds shall be for I 00 percent of the total contract price , and said surety shall be a_surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth . 8. Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be One Hundred Thirty-Four Thousand Four Hundred Fifty Dollars and No Cents ..................... . Dollars, ($134,450 .00). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. JO. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in ~ 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§. counterparts with its corporate seal attached . Done in Fort Worth, Texas, this the 21•1 day of April, A .O., 2009. APPROVAL RECOMMENDED: ?r-1..~~ WILLIAM A . V~~ DIRECTOR, DEPARTMENT OF TRANSPORT A TI ON/PUBLIC WORKS MANAGER ATTEST: ProCon Paving and Construction, Inc 10361 Bickham Rd Dallas, TX 75220 CONTRACTOR TITLE November 1960 Revised May 1986 Revised September 1992 p CITY OF FORT WORTH FERNANDO COSTA , ASST CITY f?QE~ (SE AL) contract Authori~atioa L.\-\?:-\ \ O°\ Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Project Name: HMAC Surface Overlay {, _____ ) DOE Project Number: ___ _ Mapsco Location: ____ _ Street Maintenance Work Notice As part of the City of Fort Worth's Street Maintenance Program, _______ _ has been contracted to repair your street. During the maintenance work, there will be a brief time that you may not have access to your residence or business. On the days specified below, vehicles can not be parked on the street. Also, please turn off your sprinkler adjacent to the street. If you have any questions or concerns, please contact contractor ________ _ at ------------ If we are not able to resolve your concern to your satisfaction , you may also contact City of Fort Worth Inspector at , Monday- Friday between 7:30 a .m. and 4:30 p.m. After 4:30 p.m . and on weekends, call (817) 392-8100 . Block Street Project Limits Name Limits 1100 to 1200 Brown Street Yates Avenue to Keller Springs Parkway Expected Construction Dates Weather Permitting From 6-20 -06 to 7-4-06 Nombre del Proyecto: HMAC Surface Overlay ( ____ ) Numero del Proyecto DOE: ___ _ Ubicaci6n Mapsco: ____ _ Notificacion de Mantenimiento de la Calle Como parte del Programa de Mantenimiento de las Calles de la Ciudad de Fort Worth, ___________ ha sido contratado para reparar su calle. Durante este trabajo de mantenimiento, habra un tiempo breve en que no tenga acceso a su hogar o negocio. En los dias especificados abajo, vehiculos no deben estacionarse el la calle. Tambien, por favor apague su sistema de regar el cesped cerca de la calle. Si tiene alguna pregunta o concierne, por favor llame al contratista _______ al Si no resuelve su concierne a su satisfacci6n, puede tambien llamar a la Oficina de lnspecci6n de la Ciudad de Fort Worth al , de lunes a viernes entre las 7:30 a.m. y 4:30 p.m. Despues de las 4:30 p.m. o en los fines de semana llame al (817) 392-8100. Li mites Nombre Li mites De Bloques de Calle De Proyecto 1100 a 1200 Brown Street Yates Avenue a Keller Springs Parkway Fechas de Construcci6n Permitiendo el Estado de Tiempo De 6-20-06 a 7-4-06 - 0 PROJECT DESIGNATION · SIGN -------4I-011 ______ -...i --L---11/4 II FORT WORTH---PMs,aa PMS 167 3" 3 "!8 I BEET MAINT CE 3"1 PROGRAM ~ 3" 111 2 •• t Contractor: /: -'/2 " 2~ Contractor's Name-=-y 2 11 11/2" TELEPHONE NUMBER 16 1/2" FORT WORTH IN LOGO· CHEL TINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD LOGO COLORS : FORT WORTH • PMS 288 LONGHORN LOGO -PMS 167 SOIJ41t( f[[T or VAi.i.CT !;UT Tl II W CASUll(D ,11ow UC1t•o, • CUIII TO II.CK• o,-~Ill EXIST. N.M.A.C:. , ..... 1. IUt IIIATCIC EXIITINO GUT TU TIIAHIITIO. L IJIU (WIOTH AS REOUIREOI . A PLAN VIEW Not It> $~11/11 A'! in..-,rt IHJ •or• tllaa ,. ,. t,,,. ••~ •• /111 llu1• .J,/4 • Ill ,,,,~ •ill 1H rtf•lut Ill ·1111 l',lt• rttll•T 111flu-1. T~• co.tr11ctor ,Ill ~ r•1wr1d n tut IA• ,,,,., r,it/J "'"' /J1for, I/Jt Joj u lltt'll•d. T'" COICCll(TE VALLtT GUTTf.11 z'!'tUt.A.C. TUNSITIOff Limestone ··-o· llts1DENTIAL IT lttETI l/lT 1• ~ONCAETE II.SC SECTION . 'A-A' Not to Sco/11 EXIST. tUU..C:. ,v11't· • IAS[ T/Ja 7 r1inf()(Cdd concrtfd YtIIII)' i.Jxrll r,p/lJCI IM top 7~ol llJ# p<Jt'l"!6nl r/111 Ill~ r,maininl portion ol pav,mtnl lo bl con1trucl1d Including 1u/Jgrad1 lrHf111111I, In accordonc, w//11 /111 IJ'plcal paring 1•cllon. T/11 conr:r1t1 w/11)' r/111># gDr1r111d accordlng lo city 1l~ndard1 for concr1/1 curb and 111111;. T/11 t:oacr1t1 I/Jo/I M 01-..asbtd and 6Cr11n1d oggr,gat, 11(11/J .•~In.of fl~,{$) •acl• of c1m1nf ,,, cubic J'Otd of concr1t1 . with a minimum compressive strength of 3,000 pounds per square inch in seven day _s. · CONCRETE VALLEY DETAILS ... ATTENTION: CURB RA.MPs · SHALL BE CONSTRUCTED PERPENDICULAR TO THE CURB AT STREET CROSSINGS WITH LANDINGS IN LIEU OF DIAGONAL CROSSINGS WHERE FEASIBLE. SEE FIGS. 58, 59 &. 60. . WHEELCHAIR RAMPS STANDARD DETAILS CITY OF FORT WORTH, TEXAS -CONSTRUCTION STANDARD . OCTOBER , 1992, REDRAWN OCTOBER 2002 . STREET CURB MONOLITHIC · SIDEWALK Cll~B LINES TO BE . 1/4''. DEEP 4 JOINT ,. 4" GAP , .. R ~ 4-• R.O.W. PAY LIMIT MAX. LENGTH OF SURFACE TREATMENT (GROOVE) 5' FROM TI-fE BACK OF CURB. EXPANSION · MATERIAL RECESSED 1 / 4" AND SEALED W/ SILICONE (APPLICABLE TO All. COLD-JOINTS) NOTES . TYPICAL RAMP X-SECTION CITY OF FORT WORTH, TEXAS -CONSTRUCTION STANDARD 1. FOR PARKWAY WITH ELEVATION BELOW STREET ELEVATION, TI-IE SIDEWALK CURB MUST BE. 2" HIGHER 11iAN THE STREET CURB. OCTOBER, 1992, REDRAWN .. OCTOBER 2002 2. SIDEWALK CURB SHAU. NOT ENCROACH ON THE PROPOSED WIDTI-1 OF THE SIDEWALK RAMP. 3. FOR TYPE I RAMP MAXIMUM SIDEWALK CURB HEIGHT O" TO 7". CITY OF FORT WORTH, TEXAS ACCESSABILllY RAMP - TYPICAL CROSS SECTION DAlE: 09/200+ STR-031 EXISTING CURB AND GUTTER SAWCUT FOR CONCRETE PAVEMENT · . \ EXISTING · 15' R SCALE 1 # ·= 5' · SIDEWALi< RAMP W/ COLORED SURFACE . NOTES 1 )' ~~f st0Jrio~ f61:J8~~E Pi~~N~D . FOR SIDEWALK. 2'J ~~l~ ~~1\8frfREM~ALs1i~~tsHALL BE AS DIRECTED BY TI-IE ENGINEER IN 'THE FJELD, . 3) MONOUlHIC CURB OR,., FU.RED SLOPES MAY BE INSTAU.£0 ON BOn-t :-IDES OF n-tE RAMP · DEPENDING ON TI-IE FlEl.D CONDmoN OR AS DIRECTED BY THE ENGINEER. 4) CURB RAMPS WITH RE11.JRNED CURBS MAY BE · USED WHERE PEDESlRIANS WOULD NOT · ' NORMALLY WALK ACROSS n-tE RAMP . 5) SLOPE OF CURB RAMP AND/OR SIDEWALK SHALL BE . A MAXIMUM OF 1:12. FlARED SIDES OF . RAMP SHAU. HAVE A MAXIMUM SLOPE OF 1: 1 a, UNLESS PEDESTRIANS COULD WAJ..X ACROSS THE RAMP THEN THE MAXIMUM SLOPE SHALL BE 1:12. t.10NOUTHIC SIDEWALK CURB CK OF PROP. CURB FACE OF PROP . r CURB STANDARD PAY LIMIT DETAIL CnY OF FORT WORlli, TEXAS ACCESSABILllY RAMP PAY LIMITS SAWCUT FOR HW.C PAVEMENT DATE: 09/2004 STR-032 EXISTING CURB AND GUTTER 18" OR 24" SAWCUT FOR CONCRETE · PAVEMENT JOINT 0!:f fJL EXISTING 1 5' R SCALE 111 = 5' NOTES · SIDEWALK RAMP W/ COLORED SURFACE 1) r~s~iN st'1J~~~ f6U8~~E Pi~N~D FOR SIDEWALK. 2) ~~G ~~f ~~f\~EM~f"s1gtw~IST SHALL BE >S DIRECTED BY THE ENGINEER IN THE FlEI.D. MONOLITHIC SIDEWALi< CURB ·soDDING AS REQUIRED EXPANSION JOINT & SIUCONE SEALING CK Of PROP. CURB FACE Of PROP. 7" CURB SAWCUT FOR HMAC PAVEMENT CnY OF FORT WORTI-l, TEXAS . CATE: 09 /2004 ACCESSABILITY RAMP JOINT nFTAII CTD _ n "Z -Z ... · .· .. : •:.: .· :-:-·:•:•. :-:• :: •: .::·:-:-· .• ... ·.·.·:•:·········· -:··=·=··=·:-::-:-::·:-:······ •• . . . (a) PBV'l:HDICUI.AA PUBUC SIDEWALi( CURB RAMP •• •' ••• -:· :-•:•: ,::· :-::•:• :-·=·:. •:•: .·:-:,:=· :• :-· ••..• . . . ·.•.·:-:-::•:•:······ .. - (b) PAAAU..B. PlBJC SIDEWALK CURS RAMP CllY OF FORT WORTI-1. TEXAS ACCESSABIUTY RAMP TYPICAL CROSS SECTION DA'TE: 09/200,4. STR-034 L______:_. ____ _J__ ___ --- AITENT!ON: CURB RAMPS SHALL BE CONSTRUCTED PERPENDICULAR TO THE CURB AT STREET CROSSINGS WITH LANDINGS IN LIEU OF DIAGONAL CROSSINGS WHERE FEASIBLE. SEE FIGS. 58, 59 &: 60. 1+.2.6 Vehicular Ways and Facilities I) o · (a) • I I I I I ,, '(,; I 0 .r \ "<. (b) . Perpendicular pubffc 3ldowalk curb ramp In pubGe 1ldewollc with i,ari<way P,up•ndlc:ulcr pubRc slde•alk cun, ramp in publlc 1idewalk (a) Q/"<lllel public •idewolk curb ramp In publle 31de,.alk a a a ij ij (b) Camblnotlon ,P,UbGc: •ldcwalk cwil romp in pubUc sida•olk with parkway · Fig. 60 a a a (e) = = Porpandlcular f.ubr.c 3id1"Walk curb romp ol pro acled inloruetlon Public Sidewalk Cirb Ramp~ al l,!arl<.ed Crossings CITY OF' FORT WORTH, TEXAS ACCESSABILITY RAMP F"lr,f JRF 60 DATE: 09/200,4. STR-035 RUNITTNG SLOP! 1:20 MAX NOTE: X -======~y RUNNING SLOPE l:12 MAX CURB RilCP COUNTER SLOP! 1:20 MAX STRUT . (1) Slop• ~ y/x -..hare :r l,r • loTal llapa (2) CoW1t.ar dap• shall nal c:cccecl l:20 Fi(. B.(;,7.2 J,!euureinent at Curb Ramp Slope PLA.N'I'ING OR OTHER , NONlrALXING SURFA.CE .SIDI!! NOTS! It X < ~· (1Z20 :mm) lb.ea I.he elope aC t.ha Cla.red .tile• aha.11 11.ol .xi>H4 l :1ll . ( &) Flara4 Slda.,1 .. fOI!,~Jlli Fie. B~.7.5 Sides of Curb Ra.m.ps Fi,. B+.7.15 Built-up Curb. RIUiip OCTOBER, 1992 , REDRAWN OCTOBER 2002 CITY OF FORT WORTH. TEXAS ACCESSABILITY RAMP . RAMP SLOPE DETAILS . DATE: 09/200"4- STR-036 A'ITENTION: CURB RAMPS SHALL BE CONSTRUCT.ED PERPENDICULAR TO THE CURB AT STREET CROSSINGS WITH LANDINGS IN LIEU OF DIAGONAL CROSSINGS WHERE . FEASIBL,E. SEE FIGS. 58, 59 & 60. . TYPICAL LAYOUTS CITY OF FORT WORTH, TEXAS -CONSTRUCTION STANDARD OCTOBER, 1$92, REDRAWN OCTOBER 2002 1:4-6 1:12 TYPE I EXISTING 15' R. SCALE 1" = 4' PROP. 4' RAMP WITH COLORED SURFACE VARlABLE HEIGHT CURB 1 1/2' R. (TYP) CllY OF FORT WORiH, TEXAS ACCESSABILITY RAMP TYPE _ I (W/15' RADIUS) DA l'E: 09 /2004, STR-037 1:48 TYPE I EXISTING 20' R. SCALE 1" = 4' PROP. 4' RAMP WITH COLORED SURFACE · VARIABLE HEIGHT CURB 1 1/2' R. (TYP) Cl1Y OF FORT WORTH, 1EXAS ACCESSABILITY RAMP TYPE I (20' RAD.) DA TE!. 09/200+ STR-038 I I mS'?'ING cmm &c~ SODDING AS REQUIRED TYPE ·III · EXlSTING 15' R. SCALE 1" = 4.' SIDEWALK RAMP WITH COLORED SURFACE ~1-=,=.-=,=·~4 BROOM FINISH ~ HMAC TIE-IN WONOLlTBIC CURB "°'~......-.k--F-•e& GP 7• CURB . ~ EXISTING . CURB le GU'ITER S!.TCUT TOR CONCRETE P.A.VEHENT CITY OF FORT . WORTH, TEXAS DATE: 09/2004- ACCESSABILITY RAMP - . TYPE ill (15' RADIUS) . STR-039 I I & GUTTER )f EYJS11NG CURB ~ ~18" OR 2+" 5• SODDING >S REQUIRED TYPE 111 EXISTING 20' R. SCALE 1" = 4' · SIDEWALK RAMP WITH COLORED SURFACE I -• .. -~ .. BROOM FINISH -.. ~ HMAC TIE-IN VARIAB~ HEJGHT CURB EXISTING CURB de GUTTER SAWCUT FOR CONCRETE PAVEMENT CITY OF FORT WOR1H, lEXAS ACCESSABILITY RAMP - TYPF TTT (?n' R~nll ,~, DATE: 09/200+ C'TD f"t An CURB AND GUTTER AND DRIVEWAY REPLACEMENT (2009-5) Blk Limits ST REET NAME DTREET LIMITS CD Map 900 -1099 5TH A VE W TERRELL A VE - W ROSEDALE ST 9 76M 2400 -2699 W 7TH ST STAYTON ST-CARROLL ST 9 750 3400 -3895 W 7TH ST BOLAND ST -BELLE PL 7 76A 1600-2299 E BERRY ST S RIVERSIDE DR -OLD MANSFIELD RD 8 772 7900 -8399 BRENTWOOD ST AIR RD COOKS LN -RANCH LN 5 818 3000 -3399 W CANTEY ST S UNIVERSITY DR -STADIUM DR 9 76S 2600 -3399 CHERRY LN WEST FWY SR EB -WILLIAMS RD 3 73G 4300 -4499 GLENWOOD DR OVERTON PARK DR W -S HULEN ST 3 75X 2900 -5099 HORNE ST CAMP BOWIE BLVD-W VICKERY BLVD 7 74M 6700 -7113 KINGSWOOD DR ALT AMESA BL VD -WIND CHIME DR 6 1038 6000 -7499 LAKE COUNTRY DR BOAT CLUB RD -TRAILRIDGE DR 7 32K 3100 -3399 PORT ALES DR S NORMANDALE ST -CAMP BOWIE WEST BL VD 7 73P 3400 -3799 REN2EL BLVD CAMP BOWIE WEST BLVD-CHAPIN RD 3 73N 2600 -2799 ROGERS A VE MC PHERSON A VE -W CANTEY ST 9 76S I 400 -2599 STALCUP RD E ROSEDALE ST -RAMEY A VE 5 79L 2496 -3099 S UNIVERSITY DR PARK HILL DR - W BERRY ST 9 76S 3300 -3520 VAUGHN BLVD E BERRY ST-WICHITA ST 5 78T 5700 -6399 WOODWAY DR WILKIE WAY -ALT AMESA BL VD 6 892