Loading...
HomeMy WebLinkAboutContract 42929 70 COPY CITY SECRETARY .---Cwym CONTRACT No. aq - -- sPECIFICATIONs CONTRA WNM CT" CITY SECRETARY ��, CONTRACT DOCUMENTS EImEERNI6 W. FOR �--�- SIDEWALK INFRASTRUCTURE AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS TPW PROJECT NO. R159-539570-0202505 2011 BETSY PRICE T.M. HIGGINS MAYOR INTERIM CITY MANAGER DOUGLAS W. WIERSING, P.E., DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT JIM WALKER, A.I.C.P., ASSISTANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT PREPARED BY TRANSPORTATION AND PUBLIC WORKS DEPARTMENT PROGRAMMING DIVISION _'j 0 �+p ,aaetaaaeoEj,ey'' +'rA � • a �vt x�o• a & 1i rOFFICIAL RECORD' r� EC�kETARY ' itC° ,ORTH,TX I M&C Review Pagel of 2 Official site of the City of Fort Woilh, Te,,as I CITY COUNCIL AGENDA F0R_ T�TII COUNCIL ACTION: Approved on 1/10/2012 REFERENCE ** 20SIDEWALK DATE: 1/10/2012 NO.: C-25381 LOG NAME: INFRASTRUCTURE PROJECT 2011 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of a Contract with Estrada Concrete Company, LLC, in the Amount of$134,710.00 for Sidewalk and Pedestrian Curb Ramp Improvements 2011 at Twenty Locations (COUNCIL DISTRICTS 2, 3, 4, 5, 6, 7 and 9) RECOMMENDATION: It is recommended that the City Council authorize the execution of a contract with Estrada Concrete Company, LLC, in the amount of$134,710.00 for Sidewalk and Pedestrian Improvements 2011 at twenty locations. DISCUSSION: This contract will implement pedestrian sidewalk improvements at approximately 20 locations. Improvements include rehabilitation of existing failed sections of sidewalks as well as installation of new segments. Sidewalk locations are prioritized in accordance on pedestrian activity, known users with disabilities, proximity to schools, hospitals, parks, libraries, shopping centers, government buildings, transit gaps in the pedestrian network, constructability and the ability to meet Federal and State requirements. Funding for these improvements are included in the Red Light Enforcement Traffic Safety Program Fund Fiscal Year 2012 Budget. The project was advertised for bid in the Fort Worth Star-Telegram on September 29, 2011 and October 6, 2011. On October 20, 2011, the following bids were received: BIDDERS BID AMOUNT Estrada Concrete Company, LLC $134,710.00 Jet Underground Utility, Inc. $144,290.00 McVal Associates, LLC $178,800.00 The City reserves the right to increase or decrease quantities of individual pay items within the contract, provided that the total contract amount remains plus or minus 25 percent of the contract award. Estrada Concrete Company, LLC, is in compliance with the City's M/WBE Ordinance by committing to 20 percent M/WBE participation on this project. The City's goal on this project is 19 percent. Additionally, Estrada Concrete Company, LLC, is a certified M/WBE firm. This project is located in COUNCIL DISTRICTS 2, 3, 4, 5, 6, 7 and 9. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current operating budget, as appropriated, of the Red Light Enforcement Program Fund. TO Fund/Account/Centers FROM Fund/Account/Centers http://apps.cfwnet.org/council_packet/mc review.asp?ID=16224&councildate=1/10/2012 1/23/2012 M&C Review Page 2 of 2 R159 539570 0202505 $134,710.00 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Jim Walker(8009) Riad Nusrallah (2729) ATTACHMENTS 20SIDEWALK INFRASTRUCTURE PROJECT 2011 Project List.xls http://apps.cfwnet.org/council_packet/mc review.asp?ID=16224&councildate=1/10/2012 1/23/2012 TABLE OF CONTENTS 1. Notice to Bidders 2. Prevailing Wage Rates 3. Special Instructions to Bidders 5. Minority and Women Business Enterprise Specifications 6. Proposal 7. Special Provisions 9. Vendor Compliance 10. Contractor Compliance with Worker's Compensation Law 11. Certificate of Insurance 12. Equipment Schedule 13. Experience Record 14. Performance Bond 15. Payment Bond 16. Maintenance Bond 17. Contract 18. Notice of Construction Detail 19. Project Designation Sign Detail 20. Other Details 21. Sidewalk Locations Sealed Proposals for the following: CITY OF FORT WORTH,TEXAS SIDEWALK INFRASTRUCTURE PROJECT 2011 TPW PROJECT NO: R159-539570-0202505 Submit package to City of Fort Worth, Purchasing Division, in the lower level of the Municipal Building, 1000 Throckmorton St, Fort Worth, Texas 76102 until 1:30 P.M., Thursday, October 20, 2011, 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 10:00 A.M. Monday, October 10, 2011, in the Transportation and Public Works Conference Room 270,2nd Floor,Municipal Building. 1000 Throckmorton St,Fort Worth,Texas 76102 The major work on the above-referenced project shall consist of the following sidewalk improvements: 15,000 S.F.4-Inch Concrete Sidewalk(include remove and replace, and new) Included in the above will be all other miscellaneous items of construction as outlined in the contract documents, This contract shall be a purchase agreement with the option of two (2)renewals under the same terms, conditions, unit prices, and by mutual agreement of the Contractor and the City. For additional information,please contact Riad Nusrallah, Project Manager at(817)392-2729. 3 T. M. HIGGINS DOUGLAS W. WIERSING, P. E., DIRECTOR INTERIM CITY MANAGER TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Advertising Dates: September 29, 2011 Riad Nusrallah, P.E. October 6, 2011 Project Manager HEAVY& HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool 020tor A halt Distrib S10.0 utor or $13.99 Asphalt PavingMachine for S1 Asphalt Raker 1 $11.01 Asphalt Shoveler s 8.80 Bawhing Plant Weigher $14.13 Broom or Sweeper Operator s 9.88 Bulldozer Owwor 313.22 Carpenter $12.90 Concrete Finuher Pavin 512.83 Concrete Finisher Structures 1 .27 Concrete Pavin Curbing Machine OLmrstor 1 312.00 Concrete Pavins Finishing Machine Operator I S13.63 Concrete Paving Joint Sealer Operator I S 12.10 Concrete paving Saw Operstar 1 s13.36 Corrarete Pavina Spreader ODerstor IS14.501 Concrete Rubber 1 $10.61 CrIns.Clanuhell eackhoe Derrick. i Shovel 0 razor $14.12 Electrician S 11.12 Flaaw s 8.43 Form Builder/Setter Structures IS11.63 Form Setter Paying dr Curb S11.13 Foundation Drill 00wator.Crawler Mounted I S13.67 Foundation Drill O a Truck Mounted S 16.30 Front End Loader OpgMor 1 $12.62 Laborer Common s 9.18 Laborer Ufilky S10.63 Mechanb $16.97 Millins Machine for Fine Grade 1 S11.83 Mixer opers1tor $I1.51 Motor Oradsr for.Fine Gracile S 13.20 Motor Grader Operator.Rou S 14.SO Oiler $14.98 Paints Strucuares 313.17 Pavement Markin Machine rator s 10.04 Pt i sl 1.04 ReinforcingSteel Setter Pavin $14 86 Rainforcin Steal Satter.Structure $16.29 Roller for,Pneumatic Self-Propelled S11.07 Roller tor, Steil Wheel Flat Wheellram in $10.92 Roller Steel Wheel Plant Mix Pavement S11.28 ScnWa Operator $11.42 dicer $12.12 SlipForm Machine for 512.33 Spreader Bore 0 AS rractor Crawlw T S12.60 Tractor Pneumatic $ rrovelin Mixer for Truck Driver Lowbo .Float Truck Driver Sin Axle Nea Truck Drivas Sin a Axl U Truck Driver Tandem Axl semi-rreilerTuck Drive► rrawit-Mix Wagon Drill Bonn Machine, POO Hole Dnller Op erator Welder Work Zone Bamcade Servicer 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. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting the Transportation and Public Works Department at (817) 392- 2729. Bids that do not acknowledge all applicable addenda will be rejected as non- responsive. SPECIAL INSTRUCTIONS TO BIDDERS - I - 4. AWARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of forty-nine (49) City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City. 5. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. D. A Two-year Maintenance Bond is required for all projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Paragraph 7 of the Special Provisions. To be an acceptable surety on the performance, payment and maintenance bonds, the surety must be authorized to do business in the state of Texas and meet all requirements of Texas Insurance Code, section 7.19-1. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to SPECIAL INSTRUCTIONS TO BIDDERS -2- the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City 6. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 - General Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 7. EMPLOYMENT AND NON-DISCRIMINATION: The Contractor shall not discriminate against any person(s) because of sex, race, religion, color or national origin and shall comply with the provisions of sections 13A-21 through 13A-29 of the Code of the City of Fort Worth (1986), as amended, prohibiting discrimination in employment practices. 8 WAGE RATES: 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 31 st 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 1 lth 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. 10. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or $250,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto", defined as autos owned, hired, and non- owned). Additional lines of coverage maybe 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 premium. 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. in. 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: l. 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 "0" or "no participation" in the spaces provided, and provide a brief explanation. • The Contractor shall provide the M/WBE Office proof of ap yment 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- • If the Contractor foresees a problem with submitting participation reports and/or proof of payment on a monthly basis, the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion. 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. a. All requests for changes must be reviewed and pre-approved by the M/WBE Office. b. If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office, 3rd floor - City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M/WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be 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. 13. 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. 14. 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 pregress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 15. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through October 31, with 6:00 a.m. - 10:00 a.m. being critical because emissions from this time period have enough time to bake in the hot atmosphere that leads to early afternoon ozone formation. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the AIR POLLUTION WATCH by 3:00 p.m. on the afternoon prior to the WATCH day. On designated AIR POLLUTION WATCH DAYS, the Contractor shall bear the responsibility of being aware that such days have been designated AIR POLLUTION WATCH DAYS and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1-hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated AIR POLLUTION WATCH DAY, that day will be considered as a weather day and added onto the allowable weather days of a given month. 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: (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 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 (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project,that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a Self- insured, with the commission's Division of Self-Insurance Regulation. Providing false of misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "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- against any person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents or employees acting on their behalf, shall specify in solicitations or advertisements for employees to work on those contract a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants that it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the Policy in the performance of this contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply with the ADA's provisions and any other applicable federal, state, or local laws concerning disability and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the ADA in the performance of this contract. END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS - 13- FORT WORTH City of Fort Worth Disadvantaged Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $26,000 or more, the DBE goal Is applicable. If the total dollar value of the contract is less than $26,000, the DBE goal Is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Disadvantage Business Enterprises (DBE) in the procurement of all goods and services to the City on a contractual basis. The objective of the Policy is to increase the use of DBE firms to a level comparable to the availability of DBEs that provide goods and services directly or indirectly to the City. All requirements and regulations stated in the City's current Disadvantage Business Enterprise Program apply to this bid. DBE PROJECT GOALS / The City's DBE goal on this project is / % of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's DBE program by either of the following: 1. Meet or exceed the above stated DBE goal, or; 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the DBE documentation in person to the appropriate employee of the managing department and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed copy will not be accepted. 1. Subcontractor Utilization Form, if received by 5:00 p.m., five (5) City business days after the bid goal is met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is opening date, exclusive of the bid opening date. less than statedgoal: 3. Good Faith Effort Form, if no received by 5:00 p.m., five (5) City business days after the bid participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form: received by 5:00 p.m., five (5) City business days after the bid o enin date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received by 5:00 p.m., five (5) City business days after the bid exceeded: opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S DBE PROGRAM, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the MfWBE Office at(817) 392-6104. Rev. I P 1 1/05 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime � 84TOL d I 00RU& CO � LLC. MNV/DBE NON-MNV/DBE PROJECT NAME: f BID,�D�ATE 1fikA4r1_A6H , 161City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJEICT NUMBER 1 2 -s ?o aoa-sc�L ] Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MMBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications MIWBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1 t tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with 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, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev. 5/30/03 ATTACHMENT 1A FORT WORTH Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority,Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) SUBCONTRACTOR/SUPPLIER T n Detail Detail Company Name i N T Address e M W C X M Subcontracting Work Supplies Purchased Dollar Amount T D W Telephone/Fax r E E R O B C T E A C�,oncx ccna(& � I , Rev. 5/30/03 i ATTACHMENT 1A FORT WORTH Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail Address e M W C X M Subcontracting Work Supplies Purchased Dollar Amount T D VV Telephone/Fax r B B R O B E E C T E A Rev. 5/30/03 i ATTACHMENT IA FORT WORTH Page 4 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ c�Total Dollar Amount of Non-M/VVBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ � 6d The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time o less than one (1) year. Authorized SigKature Pr ted Signature n 11 -pas, Oar► a C� �c► 11 Title Contact Name/Title(if different) C5 214 Lt-1-1-aq-A Company Name Telephone and/or Fax 1621 �Urzti �12 (' �►mar�1\o�nar�a �a�noo.c�n. Address E-mail Address LP City/Sta a ip Date Rev. 5/30/03 ATTACHMENT 1 B FORT WORTH Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY TE: Check applicable block to describe GNAR"qLLc prime OA4, M/W/DBE NON M/W/DBE PROJECT NAME: Yf BID DATE S a (e, Nne-c� 16 1 W 12-611 City's M/WBE Project Goal: PROJECT NUMBER R - 5395 70 0 2-6a505 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 applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m., five (6) City business days after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this aNO 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 MNVBE(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 resu in a determi n of an irresponsible offeror and barred from participating in City work for a period of time p t ess than on 1 ear. ym ueln L-36adr, thorize igna ure Printed Signature II T—fiem I&M - a Title Contact Name(if different) ACL 4 L4 Company Name Phone Number Fax Number 010 Tit s Em ail Address yC�h 0 0 at � 1 l ate/Zip Date Rev.5130/03 ATTACHMENT 1C Page 1 of 3 FORT WORTH City of Fort Worth Good Faith Effort Form PRIME CCOMMPANY NAM r I Check applicable block to describe EV I ada Q�l�l l.�l� prime PROJECT NAME: MM//DBE NON-MNV/DBE c6�&)dL ldfdt L� BID DATE City's MNVBE Project Goal: PROJECT NUM ER °'° - 5 5�0 - O �d aso5 If you have failed 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. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity) 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" tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities CM� �,(dq RU Y, Rev.05/30/03 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. Yes Date of Listing No 3.) Did you solicit bids from MIWBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes,attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) I/ No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes,attach list to include name of M/vVBE firm, person contacted,phone number and date and time of contact.) u/ 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, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? Yes No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection Rev. 05/30/03 ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MNVBE participation on this project. 6S Ucj� Odwlcwn �tadq iMx -Pp(Af-irs On : re gou5 Dotcls + -e ul'(f 1 aL-5Q4- Omuei6 On ( I-C, Gl, DrAiew mee'�t"ftr' C 96aJ5 . LJ The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will ntacted a reasons for not using them will be verified by the City' /VVBE O Authori i ature Printed Signature re:s g� MaXia CAM6VIN Tit Contact Name and Title (if different) lOWre'�LOam LcC 21'-( wil-OfCi14 21 '{ �1a - 5Ua3 Company Name Phone Number Fax Number eS}rada-�,�„nc.i sea a7 sb�globa-1 . ne.+- NkCZOL knle CG.MUx'►\�OMGx*� u. G� 3a.h00, c,Ovl-, Address Email Address X -� 5 a �� ►d�z���► 1 y/State/Zip Date I Rev.05/30/03 Joint Venture 1 of 4 FORT WORTH CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered;use "NA"ff applicable, Name of City project: I e rL -Pavt4 A joint venture form must be completed on each pro ct UP/Bid/Purchasing Number: 151- 539 510 — C Q,Z 50 S 1.Joint venture information: Joint Venture Name: Joint Venture Tax ID#: Joint Venture Address: (If applicable) Telephone: Facsimile: Cell: E-mail address: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide the same firm information and detailed explanations of work to be performed by each firm comprising the joint venture MIWBE firm Non-M/WBE name: firm name: Tax ID#: Tax ID#: Business Address: Business Address: City,State,Zip: Ci fate,Zip: Telephone Facsimile Cell Telephone Facsimile Cell E-mail E-mail Certification Status: If pending,date completed packet submitted to age cy: Name of Certifying Agency: M/WBE firm Non-M/WBE name: firm name: Tax ID#: Tax ID#: Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile Cell Telephone Facsimile Cell E-mail E-mail Certification Status: If pending,date completed packet submitted to agency: Name of Certifying Agency: Rev. 05-04-10 Joint Venture 2 of 4 2. Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE: 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Date of Joint Venture Agreement: 5. Attach a copy of the joint venture agreement. 6. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 7. Identify by name, race,sex and firm those individuals (with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating - --------------------------------------------- b. Marketing and Sales --------------------------------------------- Rev. 05-04-10 Joint Venture ---------------------------------------------- 3of4 c. Hiring and Firing of management personnel ---------------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of contract award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's MN1/BE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's M/WBE Ordinance. 10-24-11 A09 : 48 IN Rev. 05-04-10 Joint Venture 4 of 4 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. --N---a-m---e--o--f---M--/-W---B---E--f-i-r----------------------------------------------------------------------------------Na--m---e--o-fn--on---M--/-W---B--E---f--r-m---------------------------------------------------------------------- LsWa luck Printed Name of Owner Printed Name of Owner Raftels tL "al Signatur wner Signature of Owner t— Printed Name ner Printed Name of Owner Signature of ner Signature of Owner Tit e Title reaj aj- Date Date IQZdII Notarization State of , ��CaS County of O�I�GI On this �(� day otn alIcie , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public A Q 1(-a- Y 1(-�R.t N, - Print Name =,,,. a RIA M. CAMARILLO s �c Notary Public,State of Texas My Commission Expires Notary PublicV"a LP-7\ OWI-� .p;g�;;,, September 14,20� ignat re Commission Expires IL4 2-6 2J (sea[ Rev. 05-04-10 P R O P O S A L TO: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH, TEXAS 76102 FOR: SIDEWALK INFRASTRUCTURE PROJECT TPW PROJECT NO. R159-539570-0202505 AT VARIOUS LOCATIONS 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 W 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. 1 2 EA. Project designation sign @ Two Hundred Dollars & No Cents Per Each $200.00 $400.00 S.P. 2 50 EA. S rikle ads adjustment @ Dollars ZCrb' Cents Per Ea. 00 $_l1 $ 50 S.P. 3 LUMPSUM ZUhty Adjustment @ Thousand Dollars to / No Cents Per L.S. $3,000.00 $3,000.00 P-1 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 502 4 200 L.F. Install standard concrete curb& S.P. gutter @ GYL Dollars& ✓ °=•- Zar+p - Cents Per L.F. $ $ Li DOD 104 5 200 L.F. Remove and replace concrete curb& 502 gutter @ S.P. Dollars& v� r o� ° °o o1 $ ZC r0 Cents Per L.F. $ Ot � $ 104 6 500 S.F. Remove and replace 6-inch concrete 502 driveway @ S.P. to tAr Dollars& I -�I Cents Per S.F. $ $ cQ 5D 104 7 50 S.F. Remove and replace 6-inch exposed 504 aggregate concrete driveway driv way�{ S.P. VIA I d V e. Dollars& 'ZCro -- Cents Per S.F. 504 8 200 S.F. Install 6-inch concrete driveway S.P. @ Dollars& Cents Per S.F. S/ $� $ 00 104 9 9,000 S.F. Remove and replace 4-inch concrete 504 sidewalk @ S P tOU l� Dollars& 00 ZGry Cents Per S.F. $ $ 3 V D 104 10 30 S.F. Remove and replace 4-inch exposed 504 aggreg to sidewalk @ S.P. I je- Dollars& ,� •�. Ze r0 Cents Per S.F. $ $ O 504 11 6,000 S.F. Install 4-inch concrete sidewalk @ g p re'e- Dollars& e, Cents Per S.F. $ 3 $ a P-2 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 12 1,500 S.F. Install 4-inch asphalt sidewalk @ — 1rGt Dollars& Cents Per S.F. S.P. 13 200 S.F. Install 4-inch ADA asphalt wheelchair ramp(with 24-inch x 48-inch detectable warning Dome-Tile surface)@ v8 60� Cj even Dollars& 'ZGro Cents Per S.F. $ ` $ L�d 104 14 1,000 S.F. Remove existing wheelchair ramp and 504 Install standard 4-inch ADA concrete S.P. wheelchair ramp(with 24-inch x 48-inch detectable warning Dome-Tile surface)@ ,Q �- Dollars& e° ZGMO Cents Per S.F. $ $ 504 15 3,000 S.F. Install standard 4-inch ADA concrete S.P. wheelchair ramp(with 24-inch x 48-inch detectable warning Dome-Tile surface)@ JCvGY1 Dollars& D✓ ✓ ZGYa ^ Cents Per S.F. $ 504 16 100 S.Y. Ins a117" concrete valley gutter @ S.P. i Si SL Dollars& ZCr�Cents Per S.Y. •°_ '° 504 17 10 C.Y. Install variable height of 8-inch concrete S.P. retain' g wall wit 'dewalk @ rtt ►uyldre _Dollars& to— ?trr^ Cents Per C.Y. $ $ 3!TQQ 434 18 10 L.F. Install 42-inch hand rail with prime coat S.P. and aluminum oil paint @ Dollars& ZC ro Cents Per L.F. $ $ g o0 510 19 10 L.F. Instal 48-inch chain link fence @ S.P. _Dollars& o-rLT Cents Per L.F. r $ Sy $ S®O P-3 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID i 516 20 10 C.Y. Remove and replace concert steps @ S.P. t _�_� P f f , V t Y� Ye }.t-t-t'�l�Dollars& 2e(h--Cents Per C.Y. $ 150 $ 5�b S.P. 21 10 S.F. Install diamond patterns steel plate walkway @ ,�,r •�- t " 7 Dollars& 0 0 r Z.Cr6— Cents Per S.F. $ 50 $ 50 0 S.P. 22 10 EA. Remove and relocatee shrubs RE: �jAnAj tt'f+f Dollars& �_Glfb Cents Per Ea. $ 150 $ 5 06 106 23 20 C.Y. Unclassified street excavation @ S.P. Dollars& Zf(d Cents Per C.Y. $ 15 $ 300 S.P. 24 2,000 S.Y. Grass�'sod replacement (Ci V e— Dollars& ° ?" Cents Per S.Y. $ $ S 0 S.P. 25 10 EA. Painting house curb addresses @ Dollars& .61 ZGfU - Cents Per Ea. $ $ 30O S.P. 26 5 EA. Water IMeter Box replacement @ ` 11't� Vlllt7�f� �i�i �l Dollars& Ze�✓� Cents Per Each $ 3 50 $ S dG 1 � TOTAL BID $ ` P-4 This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Taxes: All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under House Bill 11, enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29) , prohibiting discrimination in employment practices. The undersigned agrees to complete all work covered by these contract documents within One Hundred (150) Calendar 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 enclosed Prevailing Wage Rates. This contract shall be a purchase agreement with the option of two (2) renewals under the same terms, conditions, unit prices, and by mutual agreement of the Contractor and the City. 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 deposit check in the sum of 15 "/0 6tached ACJ Dollars (t ) is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. 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: TRespectfully submitted, Addendum No. 1 (Initials) -I Cr Addendum No. 2 (Initials) Company e Addendum No. 3 (Initials) By: Signature ll � (Seal) Printed Name of Principal P-5 Address: 103 C-Qrza qy6 . _Dat 14s _M _1 5 'w Iaba� E-mail Address: � MdOa ra(xc,5ca Osb f Date: 1� 2o11 Telephone: --zzt%A 4tq Qi77— (�(a,3�,— A4+ CQ fir► ta.. ca Mai,l IO Mari P-6 SPECIAL PROVISIONS FOR: SIDEWALK INFRASTRUCTURE AT VARIOUS LOCATIONS TPW PROJECT NO. R159 539570 0202505 1. SCOPE OF WORK: The work covered by these details and specifications consists of removal and replacement of existing sidewalk, driveways, curb and gutter, wheelchair ramps, reinforce concrete valley gutter, asphalt pavement, shrubs, fences, and any other existing structures that maybe necessary to be removed and replaced to construct new sidewalk, and wheelchair ramps. These items are described in the Special Provisions of these specifications. The work also consists of all other miscellaneous items of construction to be performed as outlined in the details and specifications which are necessary to satisfactorily complete the work. j 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 be in 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. For project 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 sidewalk/wheelchair ramps locations 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. SP-1 f 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. 2. AWARD OF CONTRACT: Contract will be awarded to the lowest responsible bidder. This contract shall be a purchase agreement with the option of two (2) renewals under the same terms,conditions,unit prices,and by mutual agreement of the Contractor and the City. 3. SUBMITTALS FOR CONTRACT AWARD: The City reserves the right to require the 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, 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. SP-2 The Contractor also agrees to complete the final punch list within ten (10) working days from receiving the list. 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 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 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 ten (10) days from the date that the letter is received, to 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 contracted 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, in the City's sole discretion, is required to be provided to interested individuals will be 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, and then 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: This contract and projects 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 will be available 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. 8. 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. J Although work will not begin until the traffic control plan has been reviewed, the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City, If it is determined that a sign must be removed to permit required construction,the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 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. 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. SP-5 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 6 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: Five (5) working days Prior to beginning construction on any location 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 flyer shall be prepared on the Contractor's letterhead and shall include the following: o Project name o Project number o Expected dates of construction (starting and completion) o Contractor's contact information o City 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 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. SP-6 In addition, all copies of the notice/flyer shall be delivered to the City Inspector for review prior to distribution. The contractor will not be allowed to begin construction on any location until the flyer is delivered to all residents/businesses. All work involved with the notice/flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 12. PAYMENT: Payment will be made to the contractor twice a month for work completed during the pay periods ending on the 15`' and the 30`h 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 an 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. 14. DETOURS AND BARRICADES: SP-7 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 signage and barricades shall conform to 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 Transportation and Public Works Department, 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 the 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 Transportation and public Works Department, 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, 16. ZONING REQUIREMENTS: SP-8 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 onto 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 THIS EQUIPMENT WITHIN SIX FEET OF HIGH 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 to the power company which will erect temporary mechanical barriers, de-energize the line, or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to the power company and shall record action taken in each case. (4) The Contractor is required to make arrangements with the power company 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 the 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 the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with Article VL City shall give the subcontractor reasonable advance notice of intended audits. 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: SP-10 Contractor Covenants and agrees to indemnify City's Engineer, 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 the 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 fi•om 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 the City, its officers, servants or employees. In the event the 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 the City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides the City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract, 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, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approved, 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 SP-11 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. And it shall be the contractor's responsibility to call DIG- TESS prior to construction activities on any street. 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". 28. CONSTRUCTION SP-12 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 twenty four(24) hours notice shall be provided to the City by the contractor for operations requiring testing. The contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. (e) The contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. SP-13 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—LOCATION AND EXPOSURE OF UTILITIES: It shall be the contractor's responsibility to notify the utility companies and call DIG TESS or other utility Locators prior to any construction activities. The following is helpful utility contact persons: Company Telephone Number Contact Person SBC—Telephone 817-338-6202 Mr. Gaty Tillory 214-384-3732 Cell TXUElectric Delivery.- Downtown 817-215-6424 Mr. Scott King Other than Downtown 817-215-6688 Mr. Robert Martinex Atmos Energy(Gas) 817-215-4366 Mr, John Crane 469-261-2314 Cell CFW-Street Light 817-392-7738 Mr. James Turner CFW—Light Signal 817-392-8775 Mr. Ken Brock 817-360-6364 cell CFW—Pavement Marking 817-392-8107 Mr. Chuck Snyder CFW-Storm Drain 817-392-5196 Mr. Rodney Sinithey SP-14 CFW- Water 817-212-2 699 Mr, Roger Hauser 817-925-2360 Cell CFW-Sewer 817-212-2699 Mr. Rick Davis 817-944-8399 Cell NON-PAY ITEM NO.3 -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 Urban Forestry Office at (817) 392-7933. 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 f6i7nula 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. 4—PROJECT CLEAN-UP: 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 oi-debris SP-15 • 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 worksite 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 five (5) 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 worksites 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. 5—STORM DRAIN INLET PROTECTION: It shall be the contractor's responsibility to protect all storm drainage inlets adjacent to the worksite. - The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. NON-PAY ITEM NO. 6—AGREEMENT OF QUANTITIES The work will be measured and all quantities per location 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 five (5) 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. If an en•or(s) in quantities or pay items were found in any Pay Estimate that already has been processed "Paid" then all corrections shall be made in the following Pay Estimate or before closing the contract. SP-16 PAY ITEM NO. 1 —Project designation sign: The contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of 3/a 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 pre bid unit price per each will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO.2—Sprinkler heads adjustments: This item shall include relocating existing sprinkler heads including supply piping for sidewalk construction as determined by the Engineer. No payment will be made for sprinkler heads 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 relocating otherwise,the lines shall be repaired 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 unit price bid per each shall be full compensation for all materials, labor, equipments, and incidentals necessary to complete the work, SP-17 PAY ITEM NO.3—Utility adjustments: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer, and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise,the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent(10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. PAY ITEM NO. 4—Install standard concrete curb& gutter: This item shall include the construction of new standard concrete curb and gutter with same day haul- off of the removed material to a suitable dumpsite. For specifications governing this item, see City Standard Specifications item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-SSB. Pay limits for lay-down curb and gutter are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall saw-cut the curb and gutter and/or pavement prior to removal as per specification Item No. 520"SAWING" The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven 28 days. The followings are Included,and figured subsidiary to this pay item unit price A) 9-inch Street Pavement saw-cut excavation and fill SP-18 Contractor shall saw-cut and excavate 9-inch out from the gutter lip into the street pavement with 6-inch deep to aid in the construction of the curb and gutter as per specification Item No. 106 "Unclassified Sheet Excavation", and specification Item No. 520"SAWING" The 9-inch street pavement void shall be filled with HMAC Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT "Standard Specifications for Construction and Maintenance of Highways, Sheets, 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. In lieu of filling the street pavement void with full depth HMAC Type "D" mix. At no additional cost to the City, the Contractor may fill the void with 2:27 concrete less 2-inch from the pavement surface to allow the placement of new 2-inch HMAC Type"D"mix. B)Expansion Joint Expansion joint shall be placed in the curb and gutter at maximum interval of sixty (60) feet or otherwise as specified by the Engineer. D) Curb backfill Backfilling behind the curb shall be at finish grade with native material or borrowed material, and top soil. Contractor shall backfill behind the curb, and fill the 9-inch street pavement void within five (5) working_days of pouring 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. Backfilling behind the curb and street pavement void fill shall be completed in order for the curb and gutter to be accepted and measured as completed. 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. The unit price bid per linear foot shall be full compensation for all materials, labor, equipments and incidentals necessary to complete the work. PAY ITEM NO. 5 Remove and replace concrete curb & gutter: SP-19 This item shall include the removal and replacement of all failed existing curb and gutter in sections, as designated by the Constnuction 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 3,000 pounds per square inch in 28 days. The followings are Included,and figured subsidiary to this pay item unit price A)9-inch Street Pavement saw-cut excavation and fill Contractor shall saw-cut and excavate 9-inch out from the gutter lip into the street pavement with 6-inch deep to aid in the construction of the curb and gutter as per specification Item No. 106 "Unclassified Street Excavation", and specification Item No. 520"SAWING" The 9-inch street pavement void shall be filled with HMAC Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT "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. In lieu of filling the street pavement void with full depth HMAC Type "D" mix, At no additional cost to the City, the Contractor may fill the void with 2:27 concrete less 2-inch from the pavement surface to allow the placement of new 2-inch HMAC Type "D"mix. B)Expansion Joint Expansion joint shall be placed in the curb and gutter at maximum interval of sixty (60) feet or otherwise as specified by the Engineer. D) Curb backfill Backfilling behind the curb shall be at finish grade with native material or borrowed material, and top soil, SP-20 Contractor shall backfill behind the curb and fill the 9-inch street pavement void within five (5) working days of pouring 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. Backfilling behind the curb and street pavement void fill shall be completed in order for the curb and gutter to be accepted and measured as completed. 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. 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. 6—Remove and replace 6-inch concrete driveway: This item shall include the removal and replacement of existing concrete driveway 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-S5, and Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut existing driveway, curb and gutter, and pavement prior to driveway removal Concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in 28 days. Exposed concrete aggregate driveway surface shall be seeded with pea gravel. Temporary expansion joint board at driveway approach edge shall be used to dam off wash water from entering street gutter. Temporary catch basin sealed with impervious diaphragm sump shall be used to collect all wash water until off site disposal is obtained, or, unless otherwise directed by the Engineer or his authorized representative. SP-21 } Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the driveway. 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. Contractor shall backfrll around the driveway within five(5)working days from the day of pouring the driveway, if the contractor fails to complete the backfill within five(5)working days, $100 dollar liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade and shall be completed in order for the driveway to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. 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. 7—Remove and replace 6-inch exposed aggregate concrete driveway: This item shall include the removal and replacement of existing exposed aggregate concrete driveway 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-S5, and Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut existing driveway, curb and gutter, and pavement prior to driveway removal SP-22 Concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in 28 days. Exposed concrete aggregate driveway surface shall be seeded with pea gravel. Exposed concrete aggregate wash off water is silty, high in alkalinity and may contain harmful chemicals; therefore, wash off water shall not be discharged into storm sewers and drainage ditches or streams. Temporary catch basin sealed with impervious diaphragm sump shall be used to collect all wash water until off site disposal is obtained, or, unless otherwise directed by the Engineer or his authorized representative. Temporary expansion joint board at driveway approach edge shall be used to dam off wash water from entering street gutter. Temporary catch basin sealed with impervious diaphragm sump shall be used to collect all wash water until off site disposal is obtained, or, unless otherwise directed by the Engineer or his authorized representative. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the driveway. 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. Contractor shall backfrll around the driveway within five (5)working days from the day of pouring the driveway, if the contractor fails to complete the backfill within five(5)working days, $100 dolJai- liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade and shall be completed in order for the driveway to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. 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. 8—Install 6-inch concrete driveway: SP-23 This item shall include the construction of new standard concrete driveway as designated by the Construction Engineer with same day haul-off of the removed material to a suitable dump site. For specifications governing these item, see City Standard Specification Item No. 504" Concrete Sidewalk and Driveways", Drawing Nos. S-S5, and Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut existing driveway, curb and gutter, and pavement prior to driveway removal All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in 28 days. Exposed concrete aggregate driveway surface shall be seeded with pea gravel. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Sheet Excavation", into the street to aid in the constiltction of the driveway. 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. Contractor shall backfill around the driveway within five(5)working days from the day of pouring the driveway, if the contractor fails to complete the backfill within five(5)working days, $100 dollar liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade and shall be completed in order for the driveway to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. 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. 9-Remove and replace 4-inch concrete sidewalk: SP-24 i This item shall include the removal and replacement of existing concrete sidewalk as designated by the Construction Engineer, due to failure or in situation where curb and gutter is replaced to adjust e day haul-off of the removed material to a suitable grades to eliminate ponding water with sat 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 3,000 pounds per square inch in 28 days. The exposed concrete aggregate sidewalk surface shall be seeded with pea gravel. "t Contractor shall backfill around the sidewalk within five (5)working days from the day of pouring the sidewalk, if the contractor fails to complete the backfill within five(5)working days, $100 dollar liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade and shall be completed in order for the sidewalk to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. 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. 10—Remove and replace 4-inch exposed aggregate sidewalk: This item shall include the removal and replacement of existing exposed aggregate 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 3,000 pounds per square inch in 28 days. The exposed concrete aggregate sidewalk surface shall be seeded with pea gravel. SP-25 All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in 28 days. The exposed concrete aggregate sidewalk surface shall be seeded with pea gravel. Contractor shall backfill around the sidewalk within five(5)working days from the day of pouring the sidewalk, if the contractor fails to complete the backfill within five(5)working days, $100 dollar liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade and shall be completed in order for the sidewalk to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. 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. 13 —Install 4-inch ADA asphalt wheelchair ramp: (with detectable warning dome-tile surface): This item shall include the construction of 4-inch ADA asphalt wheelchair ramp that includes a detectable warning Dome-Tile surface as directed by the Engineer, The asphalt shall be 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. Contractor shall backfill around the sidewalk within five (5)working days from the day of pouring the sidewalk, if the contractor fails to complete the backfill within five(5)working days, $100 dollar liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade, and shall be completed in order for the wheelchair ramp to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. SP-27 R 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. 14 — Remove existing wheelchair ramp and install standard 4-inch ADA wheelchair ramp (with detectable warning dome-tile surface): This item shall include removing the existing wheelchair ramp and installing Standard 4-inch ADA wheelchair ramp that includes a detectable warning Dome-Tile surface 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 enclosed details for Wheelchair Ramp (with detectable warning Dome-Tile surface, and 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 3,000 pounds per square inch in 28 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. 7 — 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 Accessibility Ramp Pay Limits detail (STR-032). The pay limit will extend from 9-inches outside the lip of gutter to the back of the 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. Contractor shall furnish and install brick red color pre-cast detectable warning Dome-Tile, manufactured by StrongGo Industries or approved equal by the construction Engineer. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street, and shall be located so that the edge nearest the curb line is a minimum of 6-inch and a maximum of 8-inch from the extension of the face of curb. Detectable warning Dome-Tile SP-28 surface maybe curved along the corner radius. The method of Dome-Tile installation shall be in accordance with the manufactures instruction. Cost of detectable warning Dome-Tile and installation, shall be included in this pay item. Contractor shall provide a brick red colored Dome-Tile sample for approval 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. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the wheelchair ramp. 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. Contractor shall backfill the wheelchair ramp within five (5)working days from the day of pouring the wheelchair ramp, if the contractor fails to complete the backfill within five (5) working days, $100 dollar liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade, and shall be completed in order for the wheelchair ramp to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. 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. 15 — Install standard 4-inch ADA wheelchair ramp: (with detectable warning dome-tile surface): f This item shall include the construction of new Standard 4-inch ADA wheelchair ramp that includes a detectable warning Dome-Tile surface at various locations as to be determined in field by the Construction Engineer, due to a 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. SP-29 For specifications governing this item, see enclosed details for Wheelchair Ramp (with detectable warning Dome-Tile surface, and 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 3,000 pounds per square inch in 28 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. 7 — Remove and Replace 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 from 9 inches outside the lip of gutter to the back of the 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. r`I Contractor shall furnish and install brick red color pre-cast detectable warning Dome-Tile, manufactured by StrongGo Industries or approved equal by the construction Engineer. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street, and shall be located so that the edge nearest the curb line is a minimum of 6-inch and a maximum of 8-inch from the extension of the face of curb. Detectable warning Dome-Tile surface maybe coved along the corner radius. The method of Dome-Tile installation shall be in accordance with the manufactures instruction. Cost of detectable warning Dome-Tile and installation, shall be included in this pay item. Contractor shall provide a brick red colored Dome-Tile sample for approval 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. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the wheelchair ramp. 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. d SP-30 The Contractor shall backfill behind the wheelchair ramps within five (5) working days from the day of pouring the wheelchair ramp, if the contractor fails to complete the backfill within five (5) working days, $100 dollar liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade, and shall be completed in order for the wheelchair ramp to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. 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. 16—Install 7-inch 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 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 tinning. _ SP-31 The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in 72 hours. 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 five (5)working days. If the contractor fails to complete the work on each half within five(5)working days, $100 dollars liquidated damage will be assessed per each half of valley gutter per day. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the valley gutter. The pay limit will be 9-inch out fi•om the valley gutter. 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. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor,equipment,tools and incidentals necessary to complete the work PAY ITEM NO. 17—Install variable height of 8-inch concrete retaining wall with sidewalk: This item shall consist of the construction of standard concrete retaining walls with sidewalk in locations and at heights as determined by the Engineer in field, all applicable section of City Standard Specifications Item No. 518 "Retaining wall' and Item No. 504 "Concrete Sidewalk and Driveways" shall apply except as follows: All 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 excavation, as per specification Item No. 106 "Unclassified Excavation"to aid in the construction of the retaining wall and sidewalk. Retaining wall shall be constructed per City of Fort Worth Construction Standard Drawing No. S- M13 "Retaining Wall with Sidewalk"where applicable. SP-32 The unit price bid per cubic yard will be full compensation for all labor, materials, equipment,tools, and incidentals necessary to complete the work. PAY ITEM NO. 18—Install 42-inch hand rail with prime coat and aluminum oil paint: This item shall consist of the constructing hand railing in locations determined by the Engineer in field; all applicable section of City Standard Specifications Item No. 434"Railing"shall apply. The unit price bid per linear foot shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the replacement work. PAY ITEM NO. 19—Install 48-inch chain link fence: This item shall consist of on posts and constructed of one kind of chain link fabricated on post and constructed of material and workmanship as determined by the Engineer in field, all applicable section of City Standard Specifications Item No. 510"Chain Link Fence"shall apply. The unit price bid per linear foot shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the replacement work. PAY ITEM NO. 20—Remove and replace concrete steps: This item shall consist of the construction of standard concrete steps in locations determined by the Engineer in field, all applicable section of City Standard Specifications Item No. 516 "Concrete Steps"shall apply except as follows: All 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 excavation, as per specification Item No. 106"Unclassified Excavation"to aid in the construction of the steps. Steps shall be constructed per City of Fort Worth Construction Standard Drawing No, S-M 3 "Concrete Steps"where applicable. SP-33 The unit price bid per cubic yard will be full compensation for all labor, materials, equipment,tools, and incidentals necessary to complete the work. PAY ITEM NO.21 —Install diamond patterns steel plate walkway: This item shall consist of installing diamond pattern steel plate walkway for drainage flume at locations to be determined by the Engineer. The steel plate shall be an industry standard or shall have four edges of plate stiffened with a minimum of 1" x 1" steel angle or 1" square steel section and shall be capable of supporting an imposed load of 400 pound at maximum span of 3.5 feet. Plate shall be anchored to sidewalk at both ends. The flume it self will be paid as sidewalk under the sidewalk pay item. The unit price bid per square foot will be full compensation for all labor, materials, equipment,tools, and incidentals necessary to complete the work. PAY ITEM NO.22—Remove and relocate shrubs: This item shall include the removal and relocation of existing shrubs for sidewalk construction. The Engineer must provide a written authorization before the Contractor relocates any shrubs. The unit price bid per each will be full compensation for all labor, mate]-ial, tools, and incidentals necessary to complete the work. PAY-ITEM NO.23—Unclassified street excavation: This item will be used if additional excavation is needed that is not covered by PAY ITEMS NO. 4, 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 and 21. All additional excavation will be determined by the Engineer. No payment will be made for additional excavation without the approval of the Engineer. These measurements shall be under City standard specifications Item No. 106 "Unclassified Street Excavation" all applicable provisions of Item No. 106 "Unclassified Street Excavation" shall apply; work shall be paid per cubic yard. The unit price bid per cubic yard will be full compensation for all labor, material, tools, and incidentals necessary to complete the work. SP-34 PAY ITEM NO.24—Grass sod replacement: This pay item shall consist of the replacements of a like grass sod that was removed under this contract due to the removal and replacement of driveways, sidewalk,wheelchair ramps, and curb and gutters as determined by the Engineer. All materials shall be of recent production, and suitable for their intended purpose. 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 and 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 hinder 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 sod shall be determined by the City. ■ The sod area shall be smoothed down. ■ The sod 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.25—Painting house curb address: This item shall include painting of house addresses on curb or driveway radiuses that are removed and replaced in this contract ■ All materials shall be of recent product, and suitable for its intended purpose. ■ Surface preparation and application shall be in strict compliance with manufacturer's recommendations. ■ The paint shall NOT be applied; if the new concrete curb has aged less than a minimum of 28 days, and if weather condition may harm or damage the finish surface. ■ The background paint shall be equal to or exceed #5160 White Latex Striping paint manufactured by Kwal Paint or approved equal. SP-35 ■ The letters paint shall be equal to or exceed #6306 Black Latex Exterior paint manufactured by Kwal Paint or approved equal. ■ The minimum size for the background shall be 6"high x 16" long, and the minimum size for the letters shall be 4"high. The unit price bid per each will be full compensation for all labor, material, tools, and incidentals necessary to complete the work. PAY ITEM NO.26—Water meter box replacement: This item shall include replacements of broken water meter boxes and covers as directed by the engineer. The adjustment of these boxes and all other utility boxes within the sidewalk and ramps shall be included as subsidiary to the sidewalk and wheelchair ramps pay items. If any utility boxes were damaged by the Contractor's crew shall be replaced at the Contractor's expense. The unit price bid per each will be full compensation for all labor, material, tools, and incidentals necessary to complete the work. END OF SECTION SP-36 �xt Cl`'R`1`1_Fit"ATP n3e ear S" `I a TO: CITY OF FORT WORTH Date:�metiva 812 NAME OF PROJECT., Side�va 1p�'astructnre Prulect Ztlt l PROJECT NUMBER; ,titl"9- 3957+�- A�+ IS TO CERTIFY THAT: > �racla C is,at the date or this certificate,Insured by this Company with respect to the business a tlto type or insurance and artce with provisions ortlic operations hereinafter described,for hereinafter described. Ekeepdons to standard standard polio*u4d by this Company,and further policy noted'on reverse side'heretrf. s: CDF Worker's Coon 'o a NJ n lMfftctive 10t to Limits ofLiabll' Comprehensive General It Liability Insurar:t e(Public + Liability) �Wb���3i led k tr z i�adtly Injury: !c� ��-� �'�- 1?a.Occurrence: Si fl Property Damage: Blastin . t° 1F.a wee: $ Collapse of Building or r+a" lea Occtttsrutttre: S structures adjacent to excavation � (� t!r[CrkCe; $ Damage to Underground' Utilities Builder's Risk f. . Ea.Occurrence: $ Comprehensive Automobile Liability jj Bodily Injury: 9 � 10 1 . t EL Person: Ea.Office:$ Property Damage: z' F.L.Occturt mee: ' Contractual Liability Bttdil$+itl ry: PA. 'ei#CC: Other Property Damage'' F,.a:O urence: $ LOL3600s covered; Description of operations 0 Praycc ty4+Mc: Stdewa. 1tn r,, ---- The above policies culler in the body diereoi'or by appropriate endorserrterd C`uz+-u CC CJ V&C`t mS LO Clc.�-ton S canceled by the insurer in less man five 5 p ed that they may net be changed or cancellation. ( } at the insured ham notice of such changer Where applicable local laws or MPlations require more than five •assured,the above policies contain such special r ( ` "nd of change orcan;cellatiotl to be thereto attached. erne i ts,*thg4z qAr#lweof or by appropriate endorsement The City,its officers,employees and servants shall be en excepting employer's liability insurance coverage under Con.tcactor s wOrke� ured on Contractor's insurance policies compensation insurance polz`csy. A yzi ��'F,�Y1C1�•�\�M�V� 1wgUyoNc� t0• EOrt Worth t Title CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date:January 10,2012 NAME OF PROJECT: Sidewalk Infrastructure Project 2011 PROJECT NUMBER: R159-539570-0202505 IS TO CERTIFY THAT: Estrada Concrete Company,LLC is,at the date of this certificate,Insured by this Company with respect to the business operations hereinafter described,for the type of insurance and accordance with provisions of the standard policies used by this Company,and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury: Liability Insurance(Public Ea.Occurrence: $ Liability) Property Damage: Ea.Occurrence: $ Blasting Ea.Occurrence: $ Collapse of Building or structures adjacent to Ea.Occurrence: $ excavations Damage to Underground Utilities Ea.Occurrence: $ Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea.Person: $ Ea.Occurrence:$ Property Damage: Ea.Occurrence: $ Bodily Injury: Contractual Liability Ea.Occurrence: $ Property Damage: Ea.Occurrence: $ Other Locations covered: Description of operations covered: The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five(5)days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five(5)days actual notice of change or cancellation to be assured,the above policies contain such special requirements,either in the body thereof or by appropriate endorsement thereto attached. 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. Agency Insurance Company: Fort Worth Agent By Address Title VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder,non-resident bidders (out of state contractors whose corporate offices or principal place of business are outside of the State or 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 principle place of business,are not required to underbid resident bidders. B. Our P lace of business or corporate offices are in the State of Texas. principle Bidder: Estrada Concrete Company,LLC 1623 Garza Ave Dallas,TX 75216 By: (Please Pr' t) Signature Y 5 Title(Please Print) 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 Transportation and City of Fort Worth Project No. R159-539570- 0202505. CONTRACTOR Estrada Conofete CompanX, LLC By: Name: t'rancl SGD Ps4y a& Title: re5l&U� Date: 'a- STATE OF TEXAS § COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared E-54 , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of Estrada Concrete Company, LLC for the purposes and consideration therein expressed and in the capacity therein stated. ' Given Under My Hand and Seal of Office this day o , 20 J_. Njotbry Public in and for the State of/Texas 'a MARIA M.CAMARiLLO c ^`MY CQMWSSION EXPIRES Sepiomw 17,2012 f,4L� Contractor: Estrada Concrete Company LLC 1623 Garza Ave. Dallas,TX 75216 Office: 469 877-6635 or 214 477-9974 Fax: 214 372-5623 email: estradafrancisco@sbcglobal.net Estrada Concrete CO LLC/current contracts OWNER: City of Frisco PROJECT NAME: Eldorado at Teel Sidewalk improvement CONTRACTAMOUNT: $448,320.00 CONTACT: Art Harle PE PHONE 972 292-5435 OWNER: City of Carrollton PROJECT NAME: Annual Contract for Street Alley&Sidewalk Repair CONTRACTAMOUNT: $1,000,000.00 CONTACT: Kirk Iverson/Public works PHONE 972 466-3482 OWNER: City of Frisco PROJECT NAME: Hickory Street Trail Extension CONTRACTAMOUNT: $73,842.00 CONTACT: John Doshir/Project Manager PHONE 972 292-6514 OWNER: City of Dallas PROJECT NAME: Sidewalk Group 06-142 CONTRACTAMOUNT: $501,760.75 CONTACT: Wilkens Engmann/Project Manager PHONE 214 948-4001 OWNER: City of Arlington PROJECT NAME: 2011 Misc Concrete Street Maintenance & Handicap Ramp Program CONTRACTAMOUNT: $1,428,750.00 CONTACT: Josh Majors/Project Manager PHONE 214 478-6135 a Contractor: Estrada Concrete Company LLC 1623 Garza Ave. Dallas,TX 75216 Office:469 877-6635 or 214 477-9974 Fax: 214 372-5623 email: estradafrancisco@sbcglobal.net Estrada Concrete CO LLC/current contracts OWNER: City of Frisco PROJECT NAME: Eldorado at Teel Sidewalk improvement CONTRACTAMOUNT: $448,320.00 CONTACT: Art Harle PE PHONE 972 292-5435 OWNER: City of Carrollton PROJECT NAME: Annual Contract for Street Alley&Sidewalk Repair CONTRACTAMOUNT: $1,000,000.00 CONTACT: Kirk Iverson/Public works PHONE 972 466-3482 OWNER: City of Frisco PROJECT NAME: Hickory Street Trail Extension CONTRACTAMOUNT: $73,842.00 CONTACT: John Doshir/Project Manager PHONE 972 292-6514 OWNER: City of Dallas PROJECT NAME: Sidewalk Group 06-142 CONTRACTAMOUNT: $501,760.75 CONTACT: Wilkens Engmann/Project Manager PHONE 214 948-4001 OWNER: City of Arlington PROJECT NAME: 2011 Misc Concrete Street Maintenance & Handicap Ramp Program CONTRACTAMOUNT: $1,428,750.00 CONTACT: Josh Majors/Project Manager PHONE 214 478-6135 ESTRADA CONCRETE COMPANY LLC 1623 GARZA AVE DALLAS TX, 75216 OFFICE 469-977-6635/214-779-6432 FAX 214-372-5623 EMAIL estradafrancisoAsbcglobal.net REFERENCE SHEET CITY OF FRISCO CONTACT: MR. WESS HICKS PHONE:972-292-6516 f PROJECT: LEBANON TRAIL INFILL AMOUNT:320,000 COMPLETED BY OWN CREWS: 100% CITY OF FRISCO CONTACT: MR. ART PHONE: 972-292-5435 PROJECT: ELDORADO PKWY PEDESTRIAN IMPROV. AMOUNT:1,141,000 COMPLETED BY OWN CREWS: 100% CITY OF RICHARDSON CONTACT: GENE JACKSOM PHONE: 469-644-1822 PROJECT: 2010 CITYWIDE STREET REPAIRS CONTRACT AMOUNT:1,500,000.00 COMPLETED BY OWN CREWS: 100% CITY OF GRAND PRAIRIE CONTACT:ENRIQUE OCHOA PHONE: 817-288-2775 PROJECT: BOWLESS PARK PARKING AND RECREATIONAL TRAILS AMOUNT: 238,890.00 COMPLETED BY OWN CREWS: 100% CITY OF CEDAR HILL CONTACT: MR. COREY L. PHONE: 972-291-5126 EXT.2830 PROJECT: 2009 CDBG SIDEWALK AND ACCESSIBILITY IMPROV. AMOUNT:120,000 COMPLETED BY OWN CREWS:100% ESTRADA CONCRETE COMPANY LLC 1623 GARZA AVE DALLAS TX, 75216 OFFICE 469-877-6635/214-779-6432 FAX 214-372-5623 EMAIL estradafranciso(4sbcdobal net REFERENCE SHEET CITY OF FARMERS BRANCH CONTACT: MR. OLEN PHONE: 214-662-7820 PROJECT: DENNIS LANE AND HEARTHSTONE DRIVE SIDEWALKS AMOUNT:154,000 COMPLETED BY OWN CREWS: 100% CITY OF BEDFORD CONTACT: STEVE HIKE PHONE: 817-713-0622 PROJECT: CONCRETE STREET PANEL RECONSTRUCTION AT VARIOUS LOCATIONS AMOUNT:50,000.00 COMPLETED BY OWN CREWS :100% DALLAS ISD CONTACT: MR.BRUNO PHONE: 214-738-1751 PROJECT: CONCRETE REPAIRS AMOUNT: 500.000.00 COMPLETED BY OWN CREWS: 100% CITY OF ROCKWALL CONTACT: WILLIAM PHONE: 214-801-2391 PROJECT: STREET REPAIRS AT VARIOUS LOCATIONS AMOUNT: 300,000.00 COMPLETED BY OWN CREWS: 100% CITY OF ROCKWALL CONTACT: ANDY HASSER PHONE: 214-205-1637 PROJECT. SQUABBLE CREEK TRAIL AMOUNT:302,000.00 COMPLETED BY OWN CREWS :100% IM V. MARo.A` NIJARILL0 PERFORMANCE BOND Bond#MIX2975 THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § Merchants National That we (1) Estrada Concrete Company, LLC as Principal herein, and(2) Bonding,Inc. a corporation organized under the laws of the State of(3) Io-a 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 Thirtv Four Thousand Seven Hundred Ten Dollars and Zero Cents... Dollars($134110.001 for the payment of which sum we bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally, firmly by these presents. WHEREAS,Principal has entered into a certain contract with the Obligee dated the 10 of January,2012 a copy of which is attached hereto and made a part hereof,for the construction of: - Sidewalk Infrastructure Project 2011 NOW THEREFORE,the condition of this obligation is such, if the said Principle shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise,to remain in full force and effect. i PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 10 of Januarv,2012. ATTEST: Estrada Concrete Co anv (Principal)Secretary PRINCIPAL(4) BY: L Title: t% r i (SEAL) 1623 Garza Ave Dallas,TX 75216 (Address) Merchants National Bonding,Inc. - _ Wi ss as 60 cip Surety - - — -� ATTEST: Brady K.Cox, (A - ct) Lindsay Mitchell . (Surety) Secretary 2100 Fleur Drive D oines,IA 50321-1158 (Address) 1 (SEAL) NOTE: Date of Bond must not be prior to date of Contrac (1) Correct N e of Contractor (2) Correct name of Surety (3) State of incorporation of Sureh, Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attachectto Bond by Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Witness as to Surety Candice Allen 5930 Preston View Blvd.,Ste 200 Dallas,TX 75240 (Address) 1 1 PAYMENT BOND Bond#NTX2975 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § Merchants National Bonding,Inc. That we,(1)Estrada Concrete Company,LLC,as Principal herein,and(2) a corporation organized and existing under the laws of the State of(3) Iowa as surety, are held and firmly bound unto the City of Fort Worth,a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of One Hundred Thirty Four Thousand Seven Hundred Ten Dollars and Zero Cents... Dollars (S134,710.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors,administrators,successors and assigns,jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 10 day of January, 2012, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if € copied at length,for the following project: Sidewalk Infrastructure Proiect 2011' NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if.the said Principal shall faithfully make payment to each and every claimant(as defined in Chapter 2253,Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract,then this obligation shall be void:otherwise,to remain in fail force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument_ SIGNED and SEALED this 10 day of January,2012. s i E I Estrada Concrete Company, LLC PRINCIPAL ATTES BY: Name: (anctsce, t- -'f��. (Principal) Secretary Title: �(esickev4- (S E A L) Address: 1623 Garza Ave /! Dallas, TX 75216 �Vj� !14 Wit ss as to P/iraal Merchants National Bonding,Inc. SURETY ATTEST: BY= Name: dy K.Cox Se retary LindsaiMitchell ttorney in Fact (S E A L) _ - - -- Address: 2 eprivel-. Des Moine,IA 50321- '8 - Witness as to Surety Candice Allen Telephone Number: si'-23-81"1 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. MALN'TENANCE-BOND THE STATE OF TEXAS Bond#NTX2975 COUNTY OF TAR-RANT That Estrada Concrete Company, LLC ("Contractor'), as principal, and Merchants National Bonding,Inc. a corporation organized under the laws of the State of Iowa ("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 Thirtv Four Thousand Seven Hundred Ten.Dollars and Zero Cents... Dollars ($134.710.00), 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, their heirs, executors, administrators, assigns and successors, jointly and severally. - This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the 10 of January, 2012, a copy of which is hereto attached an `made a part hereof, for the performance of the following described.public improvements: Sidewalk Infrastructure Proiect 2011 the same being referred to herein and in said contract as the Work and being designated as project number(s) R159-539570-0202505 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 obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in 7 counterpart(s), each of which shall be deemed an original, this 10 day of January, A.D.2012. ATTEST: Estrada Concrete Company, LLC (S E A L) Contractor l� BY: " Secretary Name: C _ 1 Title: C ATTEST:- - _ -- Merchants National Bonding,Inc. -" (S E A L) Surety BY: 1 Secretary Lindsay Mitchell Name: Brady . ox Title: Attorney ' -fact I2100 Fleur Drive Des Moines,IA 50321-1�58 -- Address 515-243-8171 Telephone Number 1 l I l I MERCHANTS BONDING COMPANY,, POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,both being corporations duly organized under the laws of the State of Iowa(herein collectively called the"Companies and that the Companies do hereby make, constitute and appoint,individually, Blaine Allen; Brady K Cox; Brent Baldwin; Brock Baldwin; Michael B Hill; William D Baldwin of Dallas and State of TX their true and lawful Attorney-in-Fact,with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of-. FIVE MILLION($5,000,000.00)DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed.This Power-of-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of Directors of the Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on.October 24,2011. "The President, Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when soused shall have the same force and effect as though manually fixed. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 1st day of January , 2012, •'�.©\G cQ .o'. MERCHANTS BONDING COMPANY(MUTUAL) ;`rr ••'Q Q ' � p��; Q�1,1Z, q', MERCHANTS NATIONAL BONDING,INC. Aj Ar 1933 By STATE OF IOWA urtt++„' COUNTY OF POLK ss. loll*, '•..,••.+' President On this 1st day of January 2012,before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at.the City of Des Moines, Iowa, the day and year first above written. NIARANDA GREENWALT ,,� = F Commission Number 770312 My Commission Expires 014" October 28,2014 Notary Public,Polk County,Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof; I have hereunto set my hand and affixed the seal of the Companies on this, loth day of January 2012 `}'-42'•�40 �'':��• .t✓J;�� t'(t'."�• �"'isslh-fib �''�jw�.'%'�; ;�:'; 'O� i7`�C •tom. -O- C -�•• _ . •x' Secrets 1933 POA 0014 (11l11) �:� �c ' -•,..t•;;�t•R,,,' •.'r'�y' s �•• ,rlryrrn�.F�ttytr` ••.e.•: IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Nations Bonding Company's toll-free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 =You may write.the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. NBC 0105 (7/07) CITY OF FORT WORTH,TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT This agreement made and entered into this the 10 day of Janua A.D., 2012, 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 1 to'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, Estrada Concrete Company,LLC,HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: 3 1. i I 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 N certain improvements described as follows: Sidewalk Infrastructure Proiect 2011 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten(10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. t 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of ti the Department of Transportation of the City of Fort Worth and the City Council of the City of Fort Worth within a period of One Hundred Fifty(150) days. LT. ORTH,TX 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 Jsum of$200 per Calendar Day,not as a penalty but as liquidated damages,the Contractor and his Surety shall be liable to the Owner for such deficiency. I 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 I� 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. II 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, j hold harmless and defend, at its own expense,the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of,the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees.. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred 1 to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public q work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor, I and/or materials furnished in the prosecution of the work, such bonds being as provided and required in i Texas Government Code Section 2253, as amended, in the form included in the Contract Documents, FT. OR'TH, TX and such bonds shall be for 100 percent (100%) 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 1 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(includinglexcluding)alternates n/a, shall be One Hundred Thirty Four Thousand Seven Hundred Ten Dollars and Zero Cents...Dollars, ($134 710.00 . 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be i� sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. !� 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. J 11. It is mutually agreed and understood that this agreement is made and entered into by the parties j 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. i IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in 7 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 7 counterparts with its corporate seal attached. Done in Fort Worth,Texas,this the 10 day of January,A.D.,2012. F FICIAL RECORDTY SECRETARY FT. WORTH, TX J APPROVAL RECOMMENDED: CITY OF FORT WORTH DOUG W. WIERSIG,P.E. DIRECTOR,DEPARTMENT TRANSPORTATION/PUBLIC WORKS FERNANDO COSTA,ASST CITY MANAGER .o�no.:a�A p4� fonr hay p��o °p°°oopopp ���� o° ATTEST: �o � �d O ° ° ° a°. CONTRACTOR 0°000O0000o°° ,q Estrada Concrete Company,LLC A0y1'. R s CITY SECRETARY (S E A L) TITLE 2- 5-3 g t 10. fz APPROVED AS TO FORM AND 1623 Garza Ave LEGALITY: Dallas, TX 75216 ADDRESS ASST. CITY ATTORNEY November 1960 Revised May 1986 Revised September 1992 Revised March 2006 0F1' �4AL R.t����� CITY SECRETARY FT. WORTH, TX -------- -- C 0 r w � U go, ;t h A W a a� v CJ � w w � z � x Z q a Cn c c� aa� � -- E a V N --- ---- --- LN X U M R3 U W p to L N W Project Name: HMAC Surface Overlay ( ) DOE Project Number: Mapsco Location: 'treet W1 aintenance 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 Expected Construction Dates Limits Name Limits Weather Permittinq -20-06 to 7-4-06 1100 to 1200 Brown Street Yates Avenue to Keller Springs Parkway From 6 Nombre del Proyecto: HMAC Surface Overlay ( ) Numero del Proyecto DOE: Ubicacion Mapsco: o ifi ci®n 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 dfas 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 Ilame al contratista al Si no resuelve su concierne a su satisfaccion, puede tambi6n Ilamar a la Oficina de Inspeccion 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 Ilame al (817) 392-8100. Limites Nombre Limites Fechas de Construcci6n De Bloques de Calle De Proyecto Permitiendo el Estado de Tiempo 1100 a 1200 Brown Street Yates Avenue a Keller Springs Parkway De 6-20-06 a 7-4-06 PROJECT DESIGNATION SIGN 41 - 011 111411 4r w w FoRT WOK. i - H.--- PIVIS 288 PIVIS 167 311 Y: STREET MAI NT C E 3 PROGRAM 0 311 11121 Contractor: IX 2 2 Contractor's Name 11/211 A rk TELEPHONE NUMBER 161/211 FORT WORTH IN LOGO- CHELTINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD LOGO COLORS: FORT WORTH - PMS 288 PIVIS 167 LONGHORN LOGO �10' PARKWAY I I PROPERTY LINE J I a 3 w v� 1 I FLARES AT SIDEWALKS SLOPE 1 ":12" MAX (TYPICAL) Q. o 7 CURB ° PROPERTY LINE CURB FLUSH `: e .D :•,�I•' °' SIDEWALK W/GUTTER ° D LEVEL LANDING s ° •f, e R ``. DETECTABLE WARNING SURFACE (2' x 4' DOME — TILES) WHEEL CHAIR RAMP .I CITY OF FORT WORTH-CONSTRUCTION STANDARD DATE. 2/27/09 o, � PARKWAY WIDTH A 4- u- EXISTING o m GROUND LINE w D D u- - Y4" PER A" PER FT, (USUAL) 4:1 (MAX.) TOP OF CURB MAX. SLOPE 3:1 PROPOSED GROUND LINE (SEE NOTE 1) STANDARD SIDEWALK lN-CUT PARKWAY WIDTH A B u- 4 om w Ckf UID Y4" PER FT. (USUAL) Y4" PER FT, (MIN,) <0 4:1 (MAX,) TOP OF CURB PROPOSED STANDARD SIDEWALK GROUND LINE EXISTING GROUND LINE MAX, SLOPE 3:1 PARKWAY (SEE NOTE 1) IN-FILL WIDTH DIM A" DIM "B" lo' 9 11' TO 14' 2' TO 5' 91 NOTES: 15 TO 19' 3' TO 7' 12' 1. CONTRACTOR TO MATCH EXISTING TOP OF GROUND AS SOON AS PRACTICAL. 20' TO 22' 1 5' TO 7' 15' ORT WORT CITY OF FORT WORTH,TEXAS DATE:08-2006 R OR BL DG. LIB,E w 5.0' W 0= 15.5� R.P. U) - � G %FT. USUAL 'f I i \ GSGq U- 1 LL TRANSITION FROM MAIN ST. CURF SECTION TO EXIST. -CURB THRU THIS AREA uNLESS SPECIFIED OTHERWISE IN THE PLANS. ( TYPICAL SIDE STPEET ) SLOPE DIAGRAM - RAMPS 15' RADIUS SCA'.E: 1" 5.0' EXISTING 15' R SCALE I" = 5' SIDEWALK RAMP W/ COLORED SURFACE 1) EXPANSION JOINT AND SILICONE SEALING SHALL BE SUBSIDIARY TO UNIT PRICE BID EXISTING CURB FOR SIDEWALK. AND CUTTER 2)•THE ACTUAL LIMIT OF REMOVAL OF EXIST —ING CURB AND GUTTER AND SIDEWALK SHALL BE AS DIRECTED BY THE ENGINEER IN THE FIELD, 3)MONOLITHIC CURB OR FLARED SLOPES MAY BE 6" INSTALLED ON BOTH tIDES OF THE RAMP DEPENDING ON THE FIELD CONDITION OR AS DIRECTED BY THE ENGINEER. 18' OR 24' 4) CURB RAMPS WITH RETURNED CURBS MAY BE USED WHERE PEDESTRIANS WOULD NOT NORMALLY WALK ACROSS THE RAMP. S) SLOPE OF CURB RAMP AND/OR SIDEWALK SAWCUT FOR SHALL BE A MAXIMUM OF 1;12. FLARED SIDES CONCRETE OF RAMP SHALL HAVE A MAXIMUM SLOPE OF PAVEMENT 1:10 UNLESS PEDESTRIANS COULD WALK ACROSS THE RAMP THEN THE MAXIMUM SLOPE SHALL BE 1:12. 9. SODDING N 9 AS REQUIRED BACK OF nC PROP. CURB MONOLITHIC SIDEWALK CURB ONOUTHIC FFLARED R (SEE NOTES) ONOUTHIC 3 CURB SEE NOTES) C61 A FLARED SURFACE OR CURB ! SODDING REQUIRED .o CK OF PROP. CURB FACE OF PROP. 7' CURB I h o T 0�oo�,p�OM AYCLIMITG SAWCUT FOR HMAC PAVEMENT STANDARD PAY LIMIT DETAIL ORT WORD CITY OF FORT WORTH, ryas DATE, os�soo4 ACCESSABILITY RAMP — PAY OMITS STR-032 EXISTING 15' R SCALE 1 " = 5' SIDEWALK RAMP W/ COLORED SURFACE NOTES 1) EXPANSION JOINT AND SILICONE SEALING SHALL BE SUBSIDIARY TO UNIT PRICE BID EXISTING CURB FOR SIDEWALK. AND GUTTER 2) THE ACTUAL LIMIT OF REMOVAL OF EXIST -ING CURB AND GUTTER AND SIDEWALK SHALL BE AS DIRECTED BY THE ENGINEER IN THE FIELD. 6" 18- OR 24" SAWCUT FOR CONCRETE --- PAVEMENT 9 SODDING REQUIRED ACK OF PROP. CURB MONOLITHIC SIDEWALK CURB GR OOVE JolunNG TOOL GROOVE J IN WITH TOOL AS REQUIRED EXPANSION JOINT & SILICONE SEALING CK OF PROP, CURB FACE OF PROP. 7" CURB SAWCUT FOR HMAC PAVEMENT JOINT DETAIL ORT RTH CrTY of FORT WOM"H, nD(AS 7 DATE: M/2004 ACCESSABILITY RAMP - JOINT DETAIL STR-033 TYPE I EXISTING 15' R. SCALE 1" = 4' PROP. 4' RAMP WITH COLORED SURFACE z 0 E z 0 U 1:48 L1:12 1:12 VARIABLE HEIGHT CURB 1 1/2' R. (TYP) UR►h UT�, CITY OF FORT WORTH, TEXAS DATE: 09/2004 ACCESSABILITY RAMP - TYPE I (W/15' RADIUS) STR-037 EXISTING CURB UTTER TYPE -III EXISTING 15' R. SCALE 1" = 4' s• ® SIDEWALK RAMP WITH COLORED SURFACE 18" OR 24' ® BROOM FINISH SAIICUT FOR HMAC PVMT. ® HMAC TIE—IN 9 SODDING AS REQUIRED BACK OF PROP. CB. 1:12 MONOLITHIC CURB 1:98 1 • � � � 1:12 1:48 SODDING I AS REQUIRED BACK OF PROP CURB FACE OF 7' CURB EXISTING CURB Je GUTTER SATCUT FOR CONCRETE PAVEMENT ��•l+��RT CITY OF FORT WORTH, TEXAS DATE: 09/2004 ACCESSABIUTY RAMP - TYPE III (15' RADIUS) STR-039 TYPE III EXISTING 20' R. &xICUTTER CURB SCALE 1" = 4' ® SIDEWALK RAMP WITH COLORED SURFACE la" OR 24' ® BROOM FINISH SAWCUT FOR HMAc PVMr. HMAC TIE—IN I r 6" 9' SODDING AS REQUIRED BACK OF PROP, CB. 1:12 VARIABLE HEIGHT CURB 1:3 1:12 :4 EXISTING CURB do GUTTER SODDING AS REQUIRED BACK OF PROP CURB i FACE OF 7" CURB 3 SAWCUT FOR CONCRETE PAVEMENT &gff;ORTEUHCITY OF FORT WORTH, TEXAS DATE; 09/2oo4 ACCESSABILITY RAMP - TYPE III (20' RADIUS) STR-040 0 zow F� >c~nz UFO WL,U I� O F J W C)f W U(i Z)z t- dWY MJ(n m,JU �- z d0 1Qu m �O0 Bo Lo LL Y:•...•. I_ M In CV LL Cl- cn J \.Q}]z W dW\ 03 z cn> I ao o as "' -I �o _ \ I La LLI Q O O v, (NIW „9) ao S318VA a M N cn ui V) nm C)z CL UJ N x z 0 LLI V) LLJ C) < 0 _}i. LL ox < o Mao z z LLJ 0_j 0 • x 0 C) a j Lj B CD 0-. UNLLJ�_ m Lij Z L'i LL) LLI z Ld V)cn fV, dr F— ....................... rd .... .................... ...*'. . 1*�� i co LLI LLI Q Q ❑ S CNV w p W Q. 3NII _ _ n a .112i3d02�d s � ao 0 o n 3 W I y W �a Z V O O TT. loo V e J O O Q ® QONpZ S Z m I Z Q Q ZQ J� d' 0 U)iz NwX3Q zQ zZ-, CL g o ¢J�Wvi p o a LJ 3 � UQm�Z ZOZ "Ouw on o�� z-2 �o g a um�u5 �S a Wxzp!o NldMab 3-1 W w o:2 -.5 a rwlf o HAIM .kVM>18Vd o � z o0 c� oz� Z Of z0 Q Z Z z X00 Q N F- WUU p_Z 9—` Z �W -j O U, ate.O w (� Z O O z L' Z CDp C9 Z J Q o cn Lt N F za Qw IL x x ww J W U Z a O r � a. MM -XVV4 01 'NIN j 110 t 0 z Z uj ou U ui UJ -J L 0 Ln m a- 0-0 F- I El I I 1— --=l =1 I FHI H I 1=-1 I 4t. co LOL 00 LL- M o C) LLJ W <x a, CL C) L) 00 0 -J (-) < > uj Cl- U) 0 u w-i 0 C5 0 0 T- L) CL P: Low C-4 z z 05 Li C) 0 to0 0 F- LLI 0 Lr) w 0 X Lij F- LLJ C) C)of C) 0 0 0 0 c) o V) V) iv < �i < LU LLJ < (L w a- 0 C6 0 LLJ d:::... z o cn 0 Ul LO 0 m D Ln O R I 4'-0" 1'-0" I 14-TREAD 6" WIDE CURB (STD. 4" SIDEWALK) LEAD- WALK FLAGGING ENTRANCE Y WALK - J o #3 BARS � J FACE OF RISERS FLAGGING Y2" EXPANSION JOINT #3 BARS Y2., EXPANSION JOINT ® 1'-3" 6" WIDE CURB I R PLAN VIEW R 6" WIDE CURB, Yz" EXPANSION BOTH SIDES JOINT 4'-0" 1'-0" VARIABLE ENTRANCE WALK (STD. 4" SIDEWALK) LEAD- 5" TO 7" WALK Y2" EXPANSION TREAD Y JOINT �_ ".�,�•: •. ..; i < / 2 ` 2" SAND 6" CUSHION J2" RADIUS 6 (TYP.) SECTION VIEW NOTES: 1. NUMBER OF RISERS VARIES TO MEET CONDITIONS ON GROUND. SLOPE TREAD Y" PER FT. ORT WORT Ci Y OF FORT WORTH,TEXAS DATE:W2006 CONCRETE E IsIm a 37R-M o , &� ' K � - -> _ 11'-O" FOR SINGLE DWY. 18'-0" FOR DOUBLE DWY. SEE NOTE 1 REINFORCE 4" WALK STANDARD WITH #3 BARS � TABLE) ®SIDEWALK e A _ 18" O.C.B.W. d REINFORCE 6" r 4'-0" +— ORIVE W/ N3 ;(DUMMY JOINT: BARS ® 18' SPACING) I i O.C.B.W. B (SEE HALF LENGTH PAID AS TABLE) S, ATTACHED CURB STD. CURBZ )I (CONC. PAVEMENT ONLY) & GUTTER �'a JOINTSEE EXPANSION NOTE 2 \ (EXCEPT SLIP-FORMED) 6" EXPANSION JOINT A 18" OR MATCH (EXCEPT SLIP-FORMED) 10'-0" MIN. SINGLE DWY, AS DIRECTED BY ENGINEER 17'-0" MIN, DOUBLE DWY. 20'-0" MIN. SINGLE DWY. 27'-0" MIN, DOUBLE DWY. PLAN VIEW PAID PER L.F. AS CURB OR CURB & GUTTER DRIVEWAY PAY LIMIT 2'-9" PARKWAY WIDTtA 8 H I (SEE (SEE TABLE) TABLE) -_4'-0" SIDEWALK i'-3" 18" LAYDOWN STANDARD CURB (SEE STD. 3 2" CURB SEE NOTE 3 = DETAIL) QU 6" r. Y 2" SAND SEE NOTE 4 CUSHION OR APPROVED SUBGRADE o STABILIZED m SUBGRADE Y� U� SECTION A-A m U DRIVEWAY NOTES: PARKWAY DIM "A" DIM "8„ 1. PROVIDE Xt" PREMOLDED EXPANSION JOINT & SILICONE JOINT SEALANT, ONLY IF WIDTH CONNECTING TO EXISTING CONCRETE DRIVE OR SIDEWALK (SUBSIDIARY TO DRIVEWAY). 10' 1 9' DOWEL INTO EXISTING CONCRETE DRIVEWAY WITH #4x24" BARS 0 18" O.C. 2. DUMMY JOINT IN DRIVEWAY RAMP IS OPTIONAL IN 11'-O" DRIVEWAY ONLY. i 1' TO 14' 2' TO 5' 9' 3. SIDEWALK SLOPE SHALL BE 4" PER FOOT TO THE FACE OF CURB, OR AS DIRECTED 15 TO 19' 3' TO 7' 12' BY THE ENGINEER. 4. SIDEWALK SECTION THRU DRIVEWAY TO BE POURED SAME THICKNESS AS DRIVEWAY 20' TO 22' 5' TO 7' 15' APPROACH, AND PAID FOR AS DRIVEWAY APPROACH. EXISTING SIDEWALK, IF ANY, SHALL BE REMOVED AND REPLACED. FORT WORTH CITY OF FORT WORTH,TEXAS DATE:08-2008 pe :e IA ' S32 i E+e3 °E pcc°= FE;c 6�s€1S:, wE'goE 1-'1 Ca•' E� -° LU €i ° j Q Z _� •tt�°_.E w`e�£�a<w+ •$ Y 0 61, ¢ �RA :-o st r�zSeeR wESFg ;tz:l is:eu ¢ s+ ~ as w El-iMLs-g-ic-�°stg�"•.m..=e. E zs _ R r�•;o.:�. a• R°OS",.°ec=e3- <e•� €a L 8 ws nEa�;-Y°-oS3 '�gi `E _osr a Y ` ' f!` aeE-a-.�;E,r 'oj g �3ata.� $•t•aE. s`s'^�`e'"gin zY� ¢ •, -i1 sad Ail * EE "r; �•� ^�__•_ E+Z � E`` E:EC m R�T�p'•' nw :E4o�$ W d -E .w z _ EE°�:i<�•T d "' gn33;:�-:8 = rL�s � wE q s U 2� c n•�a2 -:3`°o�e�e'oE'�e�:x°o � ° � 3 �: Oe nE Rio• w °y •°. 5 £-u n %'cam^ee Z:� Q AE -'- -E Cii•-a ip;a. G £•o� •Q IJQ # 0 c ia3•Y3 agE-b � � w Ex= � °'ag5sg €EPrsa�oE j - ¢ I PS J. I 0 74eE° �-SQfl'cgBgE�' ..� 3: a aF a eE8-" 5E •.. ;z"eE,P L<a =r f �Y,3 7 _sst • �cwa E b• E ae 3 E3 S £- _ c• vP o_ R c S� 9� � E E 7-mac ``a <i�F< LU �: .-e'sE�z ��aS :E�o::•pEa`+''�. E- e'a8 ~ I- mC9 'vS• ES. w Eg.� s pv Eca cEE E_Cv e -S•n.. •"p¢ p"c°ic : L) <� '.: .FFa£YeoE5:aEo,e�Eegc�• ooEB °• • i L) UZ SS8 E £'� ��`2F`da Z`wq`.ei 3�ci:`°S�Sciuc°uw¢:PH Sugiau".LL 8'm-E��`-pu°O`° •+Ja ��•., ' = Z� waC $ 3xaiSz� «�. mn .m - LU -Z Vu3E .? 9 aEt:i� E a z w z .o i az� `fie e a su ¢ Zo�: �y aRwg�38 "x7a �� L., aao,s £R. % �- _ uy ' a9 z .a E Z_ E•3"q Y LgS E n� o W S a5 a�i8S2g8ai�Egnrr O. <G cF :..ttiy NJ � ��: NC 'io=d iL ;�. tt i� �j��E,� a� uij iuwz U' � e ¢•+ gf f' E o, �WY €; ��:a �,-i --,�Gy m �E F„`�,; 3: x�a a�ii a • ' s LL '� " sm� am S" Ukg z v- 1 0 to 111 e U ¢n °w• U �� \ �z S wj4 co 's w ,f •,'• Q £ z O j 4 }}I i''7 0 S.p Z g I! L Y E al - �.�.. � w �l w LWU cc CL <cc l- moo: ix as a. • a Sa l a �€ � �' s up� a w o i i y r PROPOSED_SIDEWALK LOCATION Street Name _ Street Limits Mapsco W cantey Rd _ Gordon Ave - Forest Park Blvd 76U Trinity Creek Dr _ �rin� Ranch Dr - Bowman Roberts St _46C Bowman Roberts St --Trinity Creek Dr - Texas Shiner Dr 4 6 C RYAN AVE W CANTEY ST - W BOWIE ST 76Y ---- - — ---------------- ---- - WILDFLOWER WAY OCEAN DR - SUMMER CREEK DR 102R SARATOGA SPRINGS CIR CARIBOU CT - GREAT DIVIDE DR 22A APPLETREE WAY ALTA VISTA RD - MATTHEW DR 22S MAIN ST S W ALLEN AVE - W JEFFERSON AVE 77N FOUR WINDS DR SYCAMORE SCHOOL RD - SEVEN GABLES 103G NAVAJO WAY CARIBOU CT - GREAT DIVIDE DR 36Q ALTAMESA BLVD VEGA DR - WOODWAY DR 103D ALTAMESA BLVD WESTCREEK DR - MCCART AVE 104A COLLINWOOD AVE BELLE PL - CLOVER LN 75H LOCKE AVE ALAMO AVE - BELLE PL 75M PARKWOOD PLAZA DR HAUN DR - MURTON PL 36R FAIRMOUNT AVE W OLEANDER STW MAGNOLIA AVE 76M ----------- --------------------------------- --------------- ---------- _ 5TH AVE LILAC ST_-_MITCHELL AVE 76R MISTLETOE BLVD 8TH AVE - 9TH AVE 76L GLADNEY LN GOLDENVIEW DR - SUNDIAL DR 21Z SAN JOAQUIN TRL FROM DEAD END - SALADO TRL 66D CRATER LAKE DR TULAROSA DR - ISLE ROYALE DR 36V BEAVER HEAD RD PREWETT RD - PARK BEND DR 36P NOTE: These locations may change