Loading...
HomeMy WebLinkAboutContract 14559 CITY SECRETARY STATE OF TEXAS § 0QKTP.A= ftzk�97 KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT § That the City of Fort Worth, a municipal corporation situ- ated in Tarrant County, Texas, acting herein by and through Douglas Harman, its duly authorized City Manager, hereinafter called "CITY," and Faggett-Taylor, Engineer/Designer of Fort Worth, Texas, a partnership, acting herein by and through its duly authorized partners, hereinafter called "ENGINEER," hereby make and enter into the following agreement: ARTICLE I Professional Services of Engineer 1.1 GENERAL 1.1.1 The City hereby contracts for the professional services of the Engineer, and the Engineer agrees to perform diligently the necessary professional services to correct the parement and drainage problem at the Southeast Service Center, City of Fort Worth, hereinafter called "PROJECT" as more fully described in M&C C -9097, approved by the Fort Worth City Council on July 2, 1985. 1.2 PRELIMINARY DESIGN PHASE 1.2.1 The Engineer shall perform a detailed site investigation. 1.2.2 The Engineer shall provide plans, index of guide specifications, a design analysis and cost estimate. 1.3 FINAL DESIGN PHASE 1.3.1 The Engineer shall provide final plans, specifications, a design analysis, cost estimate and annotated comments. 1.4 TIME 1.4.1 The Engineer shall perform the preceding services as expeditiously as is consistent with professional skill and care .and the orderly progress of the Project. ARTICLE II City Responsibilities 2.1 The City shall provide full information regarding require- ments for the Project, including a program which shall set forth the City's design objectives, constraints and criteria. 2.2 The City shall designate a representative authorized to act in the City's behalf with respect to the Project. The City, through such authorized representative, shall examine the documents submitted by the Engineer and shall render decisions pertaining thereto promptly to avoid unreasonable delay in the progress of the Engineer's service. 2.3 The City shall furnish the required information and ser- vices and shall render approvals a" decisions as expeditiously as necessary for the orderly progress of the Engineer's ser -vices. -1- ARTICLE III Description and Payment of Fees 3.1 The City agrees to pay the Engineer for such services a total fee equal to but not to exceed $14,847.20. 3.2 The Engineer's fee shall be payable on a monthly basis and determined by the extent of professional services completed during the month. ARTICLE IV Nondiscrimination 4.1 The Engineer shall not discriminate against any person or persons because of sex, race, religion, color or national origin and shall comply with the provisions of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through 13A-29), prohibiting discrimination in employment practices. ARTICLE V Termination of Agreement 5.1 The City may terminate this contract at any time and for any cause by a notice in writing to the Engineer. Upon receipt of such notice, the Engineer shall, unless the notice directs otherwise, immediately discontinue all services and work and the placing of all orders and materials in connection with the performance of this contract and shall proceed to cancel promptly all existing orders and contracts insofar as such orders are chargeable to this contract. 5.2 If the contract be terminated due to the fault of the Engineer, no further payments will thereafter be made, except for services performed prior to said termination date which are of value to the City. If the contract is terminated due to no fault of the Engineer, the Engineer will be paid promptly that proportion of the prescribed fee which the work actually per- formed under this contract bears to the total work called for under the contract, less such payments as have been previously made and less any amount due the City by reason either of any prior default of the Engineer or otherwise. ARTICLE VI Independent Contractor 6.1 Engineer shall operate hereunder as an independent con- tractor and not as an agent, servant or employee of the City of Fort Worth. Engineer shall have exclusive control of and the exclusive right to control the details of the services to be performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its offi- cers, agents, employees, contractors and subcontractors. The doctrine of respondent superior shall not apply as between City and Engineer, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creat- ing a partnership or joint venture between City and Engineer. -2- x ARTICLE VII Successors and Assigns 0c, y and the Engineer, respectively, bind theme their par s assigns an entatives to the oth d to the partners, ssigns and legal covenants of this ..X/.� ARTICLE VIII Venue 8.1 Should any action, whether real or asserted, at law or inequity, arise out of the terms and conditions of this contract, venue for said action shall lie in Fort Worth, Tarrant County, Texas. This agreement entered into this /4/!-&day of , A.D. 19,ge. CIT ORT WORTH B z ty Manager APPROVAL RECOMMENDED: ENGINEER: Transportation and Publ c Edward M. Fagget , Yog., Partner -lo Works Director By:_ aln E. Taylor I Partner There are no other partners APPROVED AS TO FORM AND Address: LEGA.LI Y: Faggett-Taylor Engineer-Designer 5228 Raltenbrun Rd. , d:-clty Attorney Fort Worth, Texas 76119-6431 ATT 2 : -®9� Wtt es City Secretly- -3- �` �'�� icy � �C � � ,t � s '� N y Rr 7� `� ..- Y: �'� ��.4: *.. � t • � j 9 . � ';� - j� SPECIFICATIONS �j AND CONTRACT DOCUMENTS FOR STREET IMPROVEMENTS FOR STONEGATE ADDITION, PHASE I IN CITY OF FORT WORTH, TEXAS PROJECT NO. 030-036-843-00 1984 BOB BOLEN VERNELL STURNS MAYOR ACTING CITY MANAGER G. DALLAS WILLIAMS, P.E. ASSISTANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT/ENGINEERING THE CAMBRIDGE COMPANIES, INC. DEVELOPER { CARTER & BURGESS, INC. ENGINEERS - PLANNERS 1100 MACON STREET FORT WORTH, TEXAS 16102 C&B NO. 8362002 ADDENDUM NO. 2 CONTRACT DOCUMENTS FOR STREET IMPROVEMENTS AND STREET LIGHT INSTALLATION FOR STONEGATE ADDITION, PHASE I IN CITY OF FORT WORTH, TEXAS PROJECT NO. 030-036-843-00 (BIDS TO BE OPENED ON WEDNESDAY, DECEMBER 5, 1984) Attached are the following revised plan sheets and pages of the contract documents for the above referenced project. Please incorporate these � f sheets and pages into the contract documents. CONTRACT DOCUMENTS �. P-5 Remove Type #1 and #3 sidewalk ramps from contract. P-9 Add control box, Pay Item C-13. SP-9 Minimum compressive strength for brick 10,500 psi . i Addendum No. 2 C&B No. 8362002 December 4, 1984 j Page 1 of 1 SPEC. PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID S. P. A-18 1,128 L .F. 2" PVC Conduit Installed Com- plete in Place for Future i Irrigation Use Dollars & Cents per L. F. $ S. P. A-19 Lump Sum Remove Existing Entry Wall & Driveway, Complete Dollars & - Cents per L. S. $ A-20 Lump Sum Road Markers, Traffic Buttons , Complete in Place Dollars & Cents per L.S. $ ; SUBTOTAL SECTION A - STREET IMPROVEMENTS $ 1 l i P-5 SPEC. PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT 11121 J,LH QUANTITY PRICES WRITTEN IN WORDS PRICE BID 604 C-10 4,030 L . F. 1'.," Galvanized Rigid Steel Conduit Installed Complete in Place (for Signalization) I Dollars Cents per L• F• $ $ C-11 2,950 L.F. 2" Galvanized Rigid Steel Conduit Installed Complete in Place (for Signalization) Dollars & Cents per L. F- C-12 18 Ea. Electrical Pull Box Dollars & Cents per Ea• $ C-13 Lump Sum Street Liaht Control Cabinet, Including Contactor, Panel , Photo Cell and Associated �z Circuitry �- Dollars & Cents per L.S. $ l_ SUBTOTAL SECTION C- STREET LIGHTING P-9 f l_ PAY ITEM NO. A-14 - FINAL ADJUST SANITARY SEWER MANHOLES TO GRADE: Method of adjusting the manholes will be as detailed in Figure "A" attached. 1 Note that the Street Contractor will provide 2"06" steel plate grout with mortar Ref. E-12 of the General Contract Documents and Specification for the Water Department. PAY ITEM NO. A-15 - FINAL ADJUSTMENT STORM DRAIN MANHOLES AND INLETS: Contractor will be responsible for adjusting the curb inlets and storm drain manhole, if needed, to the finished street grades. The unit price bid will be full payment for materials, labor, equip- ment, tools and incidentals necessary to complete the work. PAY ITEM NO. A-16 - WATER VALVE ADJUSTMENT: Contractor will be responsible for adjusting water valve boxes and vaults to finished grade. The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work, if required. PAY ITEM NOS. A-17 AND A-18: Contractor shall place 1-4" and 1-2" PVC conduit for use for irri- gation at the locations shown on the plans. Conduit shall be Placed a minimum of 12" below the proposed subgrade. Conduit placed below existing pavement within South Hulen Street right-of- way shall be bored. Cuts within the existing pavement will not be permitted. Conduit for irrigation shall not be placed in the same trench as conduit for signalization or street lights. Conduit for r irrigation shall be in a trench by itself. PAY ITEM N0. A-19 - ENTRANCE WALL AND DRIVE: Contractor shall remove the existing driveway entrance and wall along South Hulen Street only after pavement for project has been completed. Contractor shall saw cut concrete pavement along South Hulen Street as shown on the plans, place concrete curbing and per- t_ form all incidental work required to remove the existing pavement and rock and concrete wall . Compensation for work under this item ( shall be lump sum. l 12. TECHNICAL SPECIFICATIONS PAY ITEM NO. B-1 - BRICK PAVERS: A. Material : Brick Paver: Brick pavers shall meet the specifications of { ASTM C 7-42 for paving brick. In addition, pavers must have a 1 minimum compressive strength of 10 ,500 psi and have a maximum SP-9 r ADDENDUM NO. 1 CONTRACT DOCUMENTS FOR (� STREET IMPROVEMENTS AND l STREET LIGHT INSTALLATION FOR STONEGATE ADDITION, PHASE I CIN CITY OF FORT WORTH, TEXAS PROJECT NO. 030-036-843-00 (BIDS TO BE OPENED ON WEDNESDAY, DECEMBER 5, 1984) Attached are the following revised plan sheets and pages of the contract documents for the above referenced project. Please incorporate these sheets and pages into the contract documents. CONTRACT DOCUMENTS Page Revision Made MNB-1 Notice to Bidders - Corrected date of bid opening. SI-1 Liquidated damages for delay shall be in accordance with City of Fort Worth Public Works General Specifications. P-1 thru P-12 New Proposal Form a. Set up three different sections of Proposal . Separate bid proposals will be considered for the three different sections. b. Add brick pavement to contract. Add sidewalk ramp Type #1 and #3. Addendum No. 1 C&B No. 8362002 I_ November 29, 1984 Page 1 of 2 1 CONTRACT DOCUMENTS Page Revision Made C. Remove aeration system. d. Contractor shall specify number of calendar days to complete work. (Note: The number of days will be considered in determining the successful bidder.) SP-1 thru SP-15 a. SCOPE OF WORK - Number of days will be con- sidered in determining the successful bidder. Proposal has been divided in three phases. Proposal can include all three, two sections only or just one section. b. Changed pay item numbers. TS-2 & 7 Change type paint. TS-8 Add 100 watt high pressure sodium lamps. TS-14 Remove manufacturer and all connections shall be watertight. 1 PLANS Sheet Revision Made 4 Storm drain inlet adjustment detail . 10 & 11 Remove aeration system. Modify entrances to multi-family tract (Blocks 9 and 10). 12 Modify entrance to Block 10. 26 Modify sawed dummy joint detail . 32 & 33 Modify and added street light details. 34 New street - street lighting details. Addendum No. 1 C&B No. 8362002 November 29, 1984 Page 2 of 2 �I TABLE OF CONTENTS 1 . Notice to Bidders 2. Special Instructions to Bidders 3. Prevailing Wage Rates for Streets , Drainage and Utility Construction 4. Proposal 5. Special Provisions 6. Technical Specifications - Street Light Installation ' 7. City of Fort Worth Standard Maintenance Bond 8. City of Fort Worth Standard Payment Bond 9. City of Fort Worth Standard Performance Bond 10. City of Fort Worth Standard Certificate of Insurance 11 . ASCE Standard Form of Agreement (to be included in the executed contract) c L NOTICE TO BIDDERS Sealed proposals addressed to Cambridge Companies, Inc . for the furnishing of all labor , materials and equipment necessary for the contruction of street improvements and street light installation for Stonegate Addition , Phase I , an addition to the City of Fort Worth, Texas , will be received at the office of Carter & Burgess , Inc ., P. 0. Box 2973 , Fort Worth, Texas 76113 or 1100 Macon Street, Fort Worth, Texas 76102, until : 1, 10:30 a.m., Wednesday, December 5 , 1984 and then publicly opened and read aloud. Special Contract Documents , including plans and supplemental detailed specifications , have been prepared for this project and may be obtained at the office of Carter & Burgess , Inc., Engineers - Planners, 1100 Macon Street, Fort Worth, Texas. Prequalification according to the Fort Worth Public Works and Transportation Department Contract Specifications ' is required. Also a deposit of $10.00 is required for each set of Special Contract Documents . Standard Specifications and Standard Special Provisions (as amended by Special Provisions herein contained) for Public Works Department Projects for the City of Fort Worth also comprise a part of the Contract Documents for this project. a All bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278 as amended by City Ordinance No . 7400 prohibiting discrimination in employment practices . The Owner and/or 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-five (45) days from the date bids are opened. THE CAMBRIDGE COMPANIES, INC. DEVELOPER PUBLICATION: November 14 , 1984 November 21 , 1984 NB-1 i i CSPECIAL INSTRUCTIONS TO BIDDERS i 1. FINANCIAL STATEMENT: A current certified financial statement may be required by the Owner if required for use in determining the successful bidder. This statement, if required, is to be prepared by an independent Certified Public Accountant or independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 2. MAINTENANCE BOND: A standard City of Fort Worth Maintenance Bond will a requ re on this project. 3. PERFORMANCE AND PAYMENT BONDS: These bonds will be required on is project accor ing to standards and on the forms adopted by the City of Fort Worth, Texas. ' 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating R—ces n the Proposal , the Owner reserves the right to adopt the most advantageous construction thereof to the Owner or to reject the Proposal . 5. STATE SALES TAX: This contract is for the improvement of streets and insta a n on of street lights in right-of-way which has been dedicated to the Public and the City of Fort Worth, 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. The Contractor performing this contract can probably purchase, rent or lease all material , supplies, equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate complying with State Comptroller's ruling #95-0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller' s ruling #95-0.09 as amended to be effective October 2, ' 1968. 6. LIQUIDATED DAMAGES FOR DELAYS: It is understood and agreed between the parties hereto that time is of the essence of this contract, and that for each day of delay beyond the completion date of the construction units in this contract (after due allowance for such extension of time as is provided herein) the Contractor shall pay to the Owner as liquidated damages for each day of such delay the sum specified in the City of Fort Worth Public Works General Specifications, it being understood between the parties hereto that such sum shall be treated as liquidated damages and not as a penalty, and the Owner may withhold from the Contractor' s compensation such sums as liquidated damages. SI-1 k�; C 7. CONTRACT: The Contractor shall be required to execute a contract on Standard Form of Agreement between Owner and Contractor adopted by the Texas Section of the American Society of Civil Engineers, revised October 7, 1971, which instrument shall be provided to the successful bidder in addition to the "General Conditions of Agreement" in support of said contract. 8. RESPONSIBILITY FOR DEFECTS DUE TO MATERIALS AND/OR WORKMANSHIP: The Contractor shall be responsible for defects in this project due to faulty materials or workmanship, or both, for a period of one (1) year from the date of final acceptance of the project by the Owner and will be required to replace at his own expense any part or all of this project which becomes defective due to these causes. 9. INSURANCE: Prior to commencing the work, the Contractor shall furnish to the City of Fort Worth and Owner proof of satisfactory carriage of insurance in accordance with the standard requirements of contractors doing work of the nature herein proposed. 10. BID SECURITY: A cashier' s check, or an acceptable bidder' s bond, ' payable to The Cambridge Companies, Inc. in an amount of not less than five percent (5%) of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the contract documents within ten (10) days after the contract has been awarded. 11. WAGE RATES: Not less than the prevailing wage rates established by Tlie City of Fort Worth, Texas, and as set forth in the Contract Documents shall be paid on this project. 12. PENALTIES AMENDMENT: The Contractor' s attention is called to Part Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specifications for Construction of the City of Fort Worth, Texas, concerning penalties for late completion of projects. SI-2 CITY OF FORT WORTH, TEXAS Prevailing Wage Rates for Streets. Drainage and Utility Construction February 1. 1984 Prevailing Prevailing Classification Rate Classification Rate Air Tool Man $ 6.00 Crane.Claashell.Backhoe.Derrick $ Abphalt Raker 6.75 Dragline. Shovel (1-1/2 CY 4 Over) 8.50 Abphalc Shoveler 6.00 Form Loader 7.25 hatching Plant Scaleman 7.40 Foundation Drill Operator Carpenter Rough 7.45 Truck Mounted 8.85 Carpenter Helper. Rough 5.55 Front End Loader (2-1/2 CY d Less) 6.55 Concrete Finisher (Paving) 7.55 Front End Loader (Over 2-1/2 CY) 7.60 ConcreLV Finisher helper Mixer (16 CF 4 Less) 6.00 (Paving) 6.50 Mixer (Concrete Paving) 6.85 Concrete Finisher (Stre.) 7.65 Motor Grader Operator (Fine Grade) 8.20 Concrete Finisher Helper Motor Grader Operator 7.45 (Strs .) 6.20 Roller. Steel Wheel (Plant Mix Electrician 9.75 Pavements) 6.30 Electrician Helper. Senior 8.25 Roller, Steel Wheel (Other Electrician Helper. Junior 7.00 Fletwheel or Tamping) 6.00 Form Builder (Strs.) 7.35 Roller, Pneumatic Self-Propelled 5.55 Form builder Helper (Stra.) 6.50 Scrapers (17 CY or Leas) 6.95 Form Liner (Pvg. 6 Curb) 7.45 Scrapers (Over 17 CY) 7.20 Form Setter (Pvg. 6 Curb) 7.00 Tractor (Crawler Type) Form Setter Hlpr. (Pvg. 6 Curb) 5.75 150 hP and Less 6.00 Form Setter (Sirs.) 7.05 Tractor (Crawler Type) Form Setter Helper (Stra.) 5.75 Over 150 HP 7.25 Laborer. Common 4.95 Tractor (Pneumatic) 80 HP and Less 6.25 Laborer. Utility Man 5.50 Tractor (Pneumatic) Over 80 hP 7.25 Mechanic 8.25 Wagon-Drill or Boring Machine or Mccl►a►►ic Helper 5.75 Post Hole Driller Operator 5.75 ' uilcr 6.75 Reinforcing Steel Setter (paving) 5.75 Servlcema►► 6.20 Reinforcing Steel Setter Pipe Layer 7.15 (Structures) 7.35 Pipe Layer helper 5.35 Reinforcing Steel Setter Helper 5.65 Steel Worker (Structural) 7.50 Spreader box Man 6.50 ,g PLA&R EQUIPMENT OPERATORS: Abplialt Distributor 6.75 TRUCK DRIVERS: Asphalt Paving Machine 7.30 bulldozer . 15U HP 4 Less 7.00 Single Axle. Light 5.85 bulldozer. Over 150 hP 7.55 Single Axle, Heavy 5.85 Co ►►crete Paving Finishing Tandom Axle or Semi-Trailer 5.95 Machine 6.65 Lowboy - Float 6.25 Concrete Paving Saw 7.05 Transit Mix 6.50 Crane . Clamshell. backhoe . Winch 6.70 Derrick. Draglioe, Shovel. Welder 7.50 (Less than 1-112 CY) 7.10 Welder helper 6.15 PROPOSAL (This Proposal must not be removed p ove from this book of Contract Documents. ) TO: THE CAMBRIDGE COMPANIES, INC. Fort Worth, Texas DEVELOPER FOR: STREET IMPROVEMENTS AND December 5, 1984 1 STREET LIGHT INSTALLATION STONEGATE ADDITION , PHASE I PROJECT NO. 030-036-843-00 Pursuant to the foregoing "Notice to Bidders," the undersigned bidder, having thoroughly examined the Contract Documents, Plans, Special Provisions, Standard Special Provisions, the site of the project and understanding the amount of work to be done, and the prevailing ' conditions, hereby proposes to do all the work, as provided in the Plans and Contract Documents, subject to inspection and approval by the Director of Public Works of the City of Fort Worth, Texas, and binds ' himself upon acceptance of this Proposal to execute a Contract and furnish an approved Performance Bond and Payment Bond and such other bonds, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: u SPEC. PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT IM IT& QUANTITY PRICES WRITTEN IN IIIORDS PRICE BID SECTION A - STREET IMPROVEMENTS 106 A-1 Lump Sum Fine Grading and Subgrade 108 Preparation Stonegate Blvd. , 204 Oak Hill Circle, Bridgeview S.P. Dr. and Oak Park Lane Eight ' Thousand Dollars $ NO Cuts per L•S- Z 8,000.00 $ 8,000.00 106 A-2 Lump Sum Unclassified Street S.P. Excavation South Hulen Street Ten Thousand --Ilsrs No Cents per L.S. $ 10,000.00 $ 10,000.00 P-1 SPEC. PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT 1121 1111-1 QUANTITY PRICES WRITTEN IN WORDS MCI BID 104 A-3 2,800 L. F. Remove Existing Curb and Gutter I Six Dollars & Fifty Cents per L. F. $ 6.50 $ 18,200.00 210 A-4 56,600 S.Y. 6" Lime Stabilized Subgrade (24 Lbs. /S. Y. ) Dollars Ninety-Two Cents per S'Y. $ .92 $ 52,072.00 212 A-5 679.2 Tons Lime for Subgrade Seventy-Two Dollars No Cents per Ton $ 72.00 $ 489902.40 314 A-6 429228 S.Y. 7" Reinforced Concrete S.P. Pavement Fifteen Dollars Fifty-Five Cents per S•Y• $ 15. 55 $ 656,645.40 314 A-7 11 ,221 S. Y. 6" Reinforced Concrete S.P. Pavement Twelve —Dollars � N ne Cents per S Y• $ 12.09 $ 135,661.89, P-2 SPEC. PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT 11121 11111 QUANTITY PRICES WRITTEN IN WORDS PRICE BID 502 A-8 16,637 L. F. 7" Attached Curb S.P. One Dollars $ Eighty Cants per L. F. $ 1.80 $ 29,946.60 502 A-9 8,785 L. F. 6" Attached Curb S. P. (Median Curbs) One Dollars € Fifty Cents per L• F• $ 1.50 $ 139177.50 314 A-10 33,336 S. F. 6" Reinforced Concrete Base S.P. for Brick Pavement, Complete Two Dollars 6 Sixty Cents per S. F. $ 2.60 $ 86,673.60 314 A-11 843 L. F. 2' -0" Curb & Gutter, 7" Curb (In Area of Brick Pavement) velve Dollars Twenty-Five Cents per L.F. $ 12.25 $ 10,326.75 314 A-12 455 L. F. 2'-0" Curb & Gutter, 6" Curb ( In Area of Brick Pavement) Eleven Dollars Seventy-Five Cents per L.F. $ 11. 75 = 5,346.25 P-3 SPLC. PAY APPROXIMATE OLSUIP'TION OF ITEMS WITH BID UNIT AMOUNT 111& 11W QW&KITY PRICES WkITTLN IN WORDS pRIC BID II 104 406 A-13 Lump Sum Relocate Existinq Storm Drain Inlet South Hulen Street Sta. 26+04. 73 Five Thousand Dollars $ No Cents per L . S. $ 5,000.00 $ 5,000.00 450 A-14 9 Ea. Final Adjustment Sanitary Sewer S. P. Manholes to Grade (See Detail "A" in Special Provisions) ' Three Hundred nollars � No Cents per Ea- $ 300.00 $ 29700.00 S. P. A-15 30 Ea. Final Adjustment Storm Drain Manholes and Inlets to Grade ( If Needed) Two Hundred Fifty Dollars 8 No Cents P er Ea. 250.00 ; 7,500.00 ; S. P. A-16 10 Ea. Final Adjustment Water Valves and Vaults to Grade (If Needed) ' One Hundred Fifty Dollars 8 No Cents per Ea• ; 150.00 $ 1,500.00 S.P. A-17 1 ,128 L. F. 4" PVC Conduit Installed Com- plete in Place for Future Irrigation Use Four Dollars 8 Seventy Cents p er L. F. $ 4.70 $ 59301.60 ' P-4 SPEC. PAY APPROXIXATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT II& ITW $UANTITY PRICES WRITTEN IN WORDS PRICE. BID S. P. A-18 1 ,128 L .F. 2" PVC Conduit Installed Com- plete in Place for Future Irrigation Use I Three Dollars 8 Twenty Cents per L. F. $ 3.20 $ 3,609.60 S. F. A.-19 Lurp Sun. Re7ove Existing Entry Wall & Driveway, Complete ' Two Thousand Dollars f, No Cents er L•S• S 2,000.00 $ 2,000.00 P A-20 Lump Sum Road Markers, Traffic Buttons, Complete in Place Ten Thousand Dollars 6 No Cents P er L.S. $ 10,000.00 = 10,000.00 SUBTOTAL SECTION A - 1,112,563.59 STREET IMPROVEMENTS $ P-5 SPEC. PITY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT IM ITLM gUNTITY PRICES WRITTEN IN WORDS PRICE BID (� ( TION B - BRICK PAVFMFNT �I S. B-1 33,336 S.I. Brick {'avement , Setting Bed & Brick Pavers Installed Com- plete in Place aDollars $ Cents per S'F' $ $ SUBTOTAL SECTION B - BRICK PAVING g P-6 ' SPEC. PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT MR 1M QUANTITY PRICES WRITTEN IN WORDS PRIG BID f" ('11-10-N-L - SIRLH LIG II I N �j 60 C-1 30 Ea. Street Light Pole Assemblies Type #8, 33B Arm Complete with Luminaires, 200 Watt HPS Lamps, In-Line Fuses and Wiring, Com- plete in Place, with Bronze Enamel Finish (Type 'A' ) Dollars & Cents per Ea. $ $ 601 C-2 9 Ea Street Light Pole Assemblies Type #8, 33B Arm Complete with ' Luminaires , 100 Watt HPS Lamps, n-Line Fuses and Wiring, Com- ete in Place, with Bronze ' En el Finish (Type 'B' ) Dollars $ Ea Cents per $ $ 601 C-3 7 Ea. Street Ligh\anWiring,emblies Type #19, 3plete with Luminaires, PS Lamps, In-Line Fus Com- plete in Plronze Enamel FiniC' ) Doll s & Cents per E $ $ ' 601 C-4 9 Ea. Relocate Existing Street Lig Pole Assemblies Type #8, Re- lamped with New, 200 Watt HPS Lamp, In-Line Fuses and Wiring, Complete in Place, with Bronze Enamel Finish (Type ' D' ) Dollars $ Cents per Ea. $ P-7 SPEC. PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT IT& ITS QUANTITY PRICES WRITTEN IN WORDS PRICE BID 60 C-5 12 Ea. Existing Street Light Pole Assemblies Type #8, Relamped with New, 200 Watt HPS Lamp, ~� with Bronze Enamel Finish (Type 'E' ) Dollars & a Cents per Ea. $ $ 604 C-6 11,800 . F. 114" PVC Conduit Installed Complete in Place, Including Cable & Wire (Street Lighting) Dollars & Cents per L• F• i Z 604 C-7 500 L. F. 14" Galv ized Rigid Steel Conduit I talled Complete in Place, I cludinq Cable & Wire (Street fighting) ollars F, Cents p L. F. $ S 611 C-8 48 Ea. Type #2 Drilled Shaft Foun a- ' tion with #47 Anchor Bolts for Types 'A' , 'B' and 'D' Assemblies cellars & Cents per Ea. S S 611 C-9 7 Ea. Type #6 Drilled Shaft Founda- tion with # 51 Anchor Bolts for Type 'C' Assemblies Dollars Cents per Ea. $ i P-8 SPEC. PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT IM a1ANTITY PRICES WRITTEN IN WORDS PRIG BID 6 4 C-10 4,030 L.F. 14" Galvanized Rigid Steel Conduit Installed Complete in Place (for Signalization) El Dollars $ Cents per L. F. $ $ C-11 2,950 L. 2" Galvanized Rigid Steel Conduit Installed Complete in Place (for Signalization) ' ollars & Cents per L.F. $ ; C-12 18 Ea. Electrica\lBox Do l 1 s b Cents per E $ $ C-13 Lump Sum Street Light Control Cabinet, Including Contactor, Panel , Photo Cell and Associated Circuitry Dollars Cents per L.S. $ $ SUBTOTAL SECTION C- STREET LIGHTING $ P-9 SUMMARY Li TOTAL SECTION C - STREET LIGHTING $ NO BID � TOTAL SECTION B - BRICK PAVEMENT $ NO BID TOTAL SECTION A - STREET IMPROVEMENTS $ 1,112,563.59 GRAND TOTAL FOR PROJECT $ 1,112,563.59 a 0 P-10 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. The Contractor performing this contract may purchase, rent or lease all materials, supplies, equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exerption certificate complying with State Comptroller' s ruling #95-0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Cc-ptroller' s ru ing #95-0.09 as amended to be effective October 2, 19CE. The undersigned assures that its employees and applicants for erplo . ent and those of any labor organization, subcontractors or e ployment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400 prohibiting discrimination in employment practices. The undersigned agrees to complete all pavement work covered under Section A within 108 calendar days from and after the date for commencing work as set forth in the written work order to be issued by the Owner. Brick paving under Section B shall be completed no bid calendar days after Notice to Proceed and completion of the concrete base for brick and 2'-0" curb and gutter (Items A-10 through A-12). All street lighting installation under Section C shall be completed no bid calendar days after substantial completion of Section A. Contractor agrees to pay not less than the "Prevailing Wage Rates for Streets, Drainage, and Utility Contruction" as established by the City of Fort Worth, Texas. Within ten (10) days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond for the faithful performance of this Contract. The attached Bid Bond in the sum of 5% Dollars ($ ) is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. Respectfully submitted, i L. H. Lacy Co. 4 P. 0. Box 20297 (S E A L) Dallas, TX 25220 Date: December 5, 1984 * After receipt of pr000sal contractor agreed to adjust the number of calendar days from 200 to108 with no increase in compensation. P-11 Receipt i3 acknowledged of the following addenda: Addendum No. l Addendum No. 2 ---------- | � Addendum N�. 3 ---------- �^ P-l2 CITY OF FORT WORTH PUBLIC WORKS DEPARTMENT I SPECIAL PROVISIONS STREET IMPROVEMENTS AND STREET LIGHT INSTALLATION FOR STONEGATE ADDITION, PHASE I 1. SPECIFICATIONS: "Standard Specifications for Construction" by the ity of Fort Worth Public Works Department shall govern this project, except as modified by these Special Provisions and Special Specifications. A copy of the Standard Specifications may be purchased from the Public Works Department, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. 2. LOCATION: This project is located in Stonegate Addition, an addition located in the southwest part of Fort Worth, Texas, south of Trinity River Bridge along South Hulen Street. °+ 3. EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine the site of all ambient conditions which 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 as well as determination of suitable means for disposing of any excess excavation in order that proper consideration may be given to these details during the preparation of the Proposal and then any unusual conditions which may give rise to later contingencies might be brought to the 1 attention of the Owner prior to the time of the submission of the Proposal . 4. SCOPE OF WORK: The work for this project consists of furnishing all mater ia s, labor, equipment, tools, and incidentals necessary to construct, in accordance with the plans and specifications, the proposed concrete pavements, lime stabilized subgrades, brick pavement, proposed conduits, street and signal light foundations, assemblies, pull boxes, and miscellaneous items as indicated on the plans. Contractor can submit a proposal for all three phases of work (Sections A through C) or only one phase as specified in the Proposal . Contractor shall plan his sequence of work to complete the street improvements as quickly as possible to permit access into the project as soon as possible. The number of days the Contractor proposes to complete the different phases of the work will be taken into account in determining the successful bidder. SP-1 Attention is invited to the following information pertinent to the scope of work of this project. Site work and utility contracts have been awarded and the streets have been brought to the proposed subgrades over the majority of the project. It is the intent that street subgrades for those streets proposed to be paved in this contract have been completed to a tolerance of 0.2 foot plus or minus of final plan elevation, except cut along �i South Hulen Street. The Paving Contractor for this project shall do such incidental earthwork (both cut and fill ) as may be required to dress the street subgrades to the required template. The park- ways and medians shall be brought to grade in accordance with the plans. Incidental earthwork operations required for preparation of the streets to be paved shall be paid for under Pay Item No. 1, Fine Grading and Subgrade Preparation. Incidental earthwork operations required for preparation of the medians and parkway shall also be under Pay Item #A-1. Unclassified excavation along South Hulen Street shall be paid under Pay Item #A-2. 5. LINES AND GRADES: Survey layout, horizontal and vertical ¢'! a ignments for construction shall be furnished by the City of Fort Worth Public Works Department. 6. WATER FOR CONSTRUCTION: Water for construction will be furnished y the Contractor at his own expense. 7. TESTING: All testing required by the City of Fort Worth on materials used in construction shall be by the Contractor. Testing shall be subsidiary to the unit prices and no additional payment shall be made. 8. INSPECTION: Inspection of the proposed construction will be provided by the City of Fort Worth Public Works Department. 1 9. COORDINATION OF WORK: It shall be the responsibility of the P Y Contractor to coordinate his work with any public or private utility engaged in installation of new or adjustment of existing facilities on the project site. A separate contract will be let to place the brick pavement as shown on the plans. It is the responsibility of the paving contractor to coordinate his paving activities ro permit brick pavement contractor access to his work. 10. BARRICADES AND WARNING SIGNS: Barricades and warning signs shall be placed in accordance with the requirements of the City of Fort Worth Standard Specifications, "Barricades and Warning and Detour Signs," and/or as directed by the Engineer. Construction of L SP-2 I signing and barricades shall conform with "1973 Texas Manual on Uniform Traffic Control Devices, Volume No. 1." 11. CONSTRUCTION: The "Standard Specifications for Construction" shall govern this construction. The technical specifications, measurement, and payment on each pay item shall be as detailed in the above "Standards" except as amplified below on items not covered in the "Standards" or on which special construction is required. PAY ITEM NO. A-1 - FINE GRADING AND SUBGRADE: The street subgrades for Stonegate Blvd. , Bridgeview Drive, Oak Park Lane and Oak Hill Circle have been completed to a tolerance of 0.2 feet plus or minus of final plan elevation, except as noted below: Stonegate Blvd. 0+00 to 1+00 Bridgeview Drive 0+00 to 1+00 Oak Park Lane 0+00 to 1+00 The paving contractor for this project shall do such incidental earthwork (both cut and fill ) as may be required to dress the street subgrades to the required template. The parkways and medians shall be brought to grade in accordance with the plans. PAY ITEM NO. A-2 - UNCLASSIFIED EXCAVATION - SOUTH HULEN STREET: 1 All excavation needed along South Hulen Street shall be paid under this pay item. PAY ITEM NO. A-3 - REMOVE EXISTING CURB AND GUTTER: Where shown on the plans or where designated by the Engineer, existing curb and gutter and concrete median shall be sawed, removed and disposed of in a manner satisfactory to the Engineer. Measurement will be by the linear foot for curb and gutter as shown on the proposal and will be full compensation for the removal and disposition of the curb and gutter and concrete median, and for all labor, tools, and incidentals necessary to complete the job. PAY ITEM NOS. A-6 through A-10 - REINFORCED CONCRETE PAVEMENT AND CONCRETE BASE: Standard Specifications Item 314 shall apply except as herein modified. 314.2 MATERIALS 2. Coarse Aggregate Coarse aggregate that contains more than 0.5 percent free moisture by weight shall be stockpiled for at least 24 hours prior to use. SP-3 3. Fine Aggregate When the fine aggregate is mixed with Type III cement in the proportion of 1:3, the average strength of not less than three i standard mortar briquettes at the age of three days shall be equal to or greater than the strength of Ottawa sand mortar briquettes of the same proportions and consistency when tested at the age of three days. 314.5 CONSTRUCTION METHODS 5. Joints Joints shall be used where shown on the plans or where directed by the Engineer. The plane of all joints shall make a right angle with the surface of the pavement. No joints shall have an error in alignment of more than one-half (z) inch at any point. The edges of the slab at all joints shall be rounded with an edger having a radius of one-quarter (4) inch. The edging shall be done symmetrically on each slab with the plane of the joint, and so that the edge of one slab will not overlap the other. The concrete along the face of all joints, except dummy joints, shall be thoroughly spaded to insure a surface which is free from honeycombing. a. Transverse Joints Transverse joints shall be expansion, contraction or construction joints. They shall make a right angle with the surface and with the centerline of the pavement and extend through all integral curb and in line across adjoining paving slabs for the full width of the pavement. b. Expansion Joints Expansion joints shall extend entirely through the depth and width of the pavement. They shall be of the design Width, and spacing shown on the plans, or as approved by the Engineer. Expansion joints will be required at street intersection, to separate the pavement slab from any rigid structures such as manholes, poles, etc. , coming within the area of pavement, and at the center of all blocks over 600 feet in length. A joint filler accurately shaped to the cross section of the bottom and top of the concrete section and of depth sufficient to provide a seal space of the depth shown on the plans, or as approved by the Engineer, shall be SP-4 t securely fastened in place and in contact with the subgrade for its entire length. Holes of the proper size to hold the center of the dowel bars accurately in position, and of a diameter not more than one-eighth (1/8) inch greater than the dowel bar diameter, shall be cut in the correct location to secure the dowel bar spacing required by the plans, or as approved by the Engineer. Where a fiber joint filler is used, it shall be installed in an approved metal shield, continuous from edge to edge of the concrete section, or not less than 20 feet in length, of such section and strength as to hold the fiber filler securely in a straight line and a vertical position. The metal shield shall be removed just prior to the completion of the finishing operations. Upon the completion of the curing of the concrete, the top of each joint shall be filled with the specified seal material . The concrete shall be clean and the surface dry when the seal is placed. C. Transverse Contraction Joints Transverse sawed joints shall be as follows: Pavement Thickness Spacing Inches Foot 6 15 7 17 Joints shall be made with quarter inch wide, saw at the joints shall be one-fourth of the concrete pavement thickness. Contraction joints at approximately 60-foot intervals shall be sawed as soon as sawing can be accomplished without damage to the pavement and before 12 hours after the concrete has been placed, the exact time to be approved by the Engineer. The remaining contrac- tion joints shall be sawed in a uniform pattern as directed by the Engineer, and they shall be completed before uncontrolled cracking of the pavement takes place. All joints shall be completed before placing concrete in succeeding lanes and before permitting traffic to use the pavement. d. Transverse Construction Joints Transverse construction joints shall be constructed wherever the placing of concrete is suspended for thirty (30) minutes or more. Any concrete in excess of that needed to form the joint shall not be used in the pavement. However, such construction joints shall not SP-5 i I eliminate the placing of expansion or contraction joints at the location required by the plans and specifications. An edge created by a construction joint shall have a standard dummy joint groove which shall be sealed as required for dummy joints. Fe. Longitudinal Joints Longitudinal joints shall be constructed along the centerline of the concrete pavement or parallel thereto as shown on the plans, or as directed by the Engineer. Keyed butt longitudinal joints shall be constructed on the abutting edges of all slabs built in separate longitudinal strips. Longitudinal joints shall be sawed when required by the plans as soon as possible after construction of the pavement. Sawing shall not cause damage to the pavement. No traffic (including construction traffic) shall be permitted on the pavement until the longitudinal joint is cut. f. Dowels F7,III! Dowels shall be round, smooth bars of the size shown on the plans, or as approved by the Engineer, and shall be installed at the spacing as specified. The dowels shall be held in position exactly parallel to surface and centerline of the slab, by a metal device that is in exactly the correct position so firmly that the dowel ' s position cannot be altered by concreting operations. None of the members of the device shall restrict the free opening and closing of the expansion joint nor make planes or weaknesses in the pavement. Expansion joint dowel bars shall be completely coated with a thin uniform coating of hot asphalt. A close fitting metal sleeve with one end closed shall be provided for one end of each expansion joint dowel as shown on the plans, or as directed by the Engineer. g. Curb The Contractor may, at his option, construct either integral or superimposed curb. 7. Placing Concrete b. In no case shall concrete be placed upon a frozen ` subgrade, nor shall it be mixed and placed when the atmospheric temperature is below freezing. If at any time the air temperature is likely to drop to or is SP-6 I already at or below thirty-eight degrees F. (38°) , the concrete shall not be mixed or deposited unless the mix can be brought to a temperature of not less than fifty degrees F. (50°), nor more than one hundred degrees F. (100 ). Concrete shall be maintained at a temperature of not less than fifty degrees F. (50 ) for a period of not F" less than five (5) days after placing. It is to be distinctly understood that the Contractor is responsible for the quality and strength of the concrete placed under any weather conditions. PAY ITEM NOS. A-8 AND A-9 - ATTACHED CURB: The Contractor may, at his option, construct either integral or superimposed curb. Standard Specification Item 502 shall apply except as herein modified. a. Integral Curb Integral curb shall be constructed along the edge of the Pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. b. Superimposed Curb Concrete shall have a minimum compressive strength of three thousand pounds (3,000 lbs.) per square inch at twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs. ) of Portland cement. The slump of the concrete shall not exceed three inches (3"). A minimum cement content of five (5) sacks of cement per cubic yard of ' concrete is required. PAY ITEM NO. A-10 - 6" REINFORCED CONCRETE BASE BENEATH BRICK PAVEMENT: This item shall include the furnishing and placing of a concrete base beneath the proposed brick pavers at locations shown on the plans. A separate contract for brick pavement is proposed. Care shall be taken to assure that concrete base on the propsal will be full payment for furnishing and placing the concrete base and for all labor, materials, equipment, tools and incidentals necessary to complete the work. Unclassified street excavation shall be covered under Pay Item No. A-1. Payment will be made at the unit price per square foot. SP-7 fj PAY ITEM NO. 14 - FINAL ADJUST SANITARY SEWER MANHOLES TO -' GRADE Method of adjusting the manholes will be as detailed in Figure "A" attached. Note that the Street Contractor will provide 3j"x36" steel plate grout with mortar Ref. E-12 of the General Contract Documents and Specification for the Water Department. PAY ITEM NO. 15 - FINAL ADJUSTMENT STORM DRAIN MANHOLES AND INLETS: Contractor will be responsible for adjusting the curb inlets and storm drain manhole, if needed, to the finished street grades. The unit price bid will be full payment for materials, labor, equip- ment, tools and incidentals necessary to complete the work. PAY ITEM NO. 16 - WATER VALVE ADJUSTMENT: Contractor will be responsible for adjusting water valve boxes and ' vaults to finished grade. The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work, if required. PAY ITEM NOS. 17 THROUGH 21 - STREET LIGHT AND TRAFFIC SIGNAL POLES: Standard Specification Item 601.2 applies except as herein modified. Prime steel poles, pedestals and fixture heads shall be given a minimum of two (2) coats of name brand high grade bronze acrylic enamel . Duplicate samples of available shades shall be submitted to the owner for final selection. The unit price bid shall include acquisition, installation and assembly of pedestal , pole, arm, luminaire, and miscellaneous appurtenances necessary to complete the work as shown on the plan. The Contractor shall be responsible for cable and wiring of street ' lights from hand holes to luminaires. Wiring will be done per manufacturer' s specifications and wiring diagrams. ' PAY ITEM NOS. 22 AND 23 - 1;" CONDUIT: The Contractor shall be responsible for installing all conduit in conformance with Technical Specification Item 604. Measurement and payment for con- duit installation and connection shall be as described in Technical Specification Items 604.4 and 604.5 contained herein, and on the drawings. Contractor shall furnish and install all wiring as herein specified under the Technical Specifications for street lighting. No direct Payment for cable and wire will be made. This item will be subsidiary to Pay Item Nos. 22 and 23, 114" PVC and galvanized rigid steel conduit. SP-8 'i PAY ITEM NO. A-14 - FINAL ADJUST SANITARY SEWER MANHOLES TO GRADE: Method of adjusting the manholes will be as detailed in Figure "A" attached. Note that the Street Contractor will provide 2"x36" steel plate grout with mortar Ref. E-12 of the General Contract Documents and Specification for the Water Department. PAY ITEM NO. A-15 - FINAL ADJUSTMENT STORM DRAIN MANHOLES AND INLETS: Contractor will be responsible for adjusting the curb inlets and storm drain manhole, if needed, to the finished street grades. The unit price bid will be full payment for materials, labor, equip- ment, tools and incidentals necessary to complete the work. PAY ITEM NO. A-16 - WATER VALVE ADJUSTMENT: Contractor will be responsible for adjusting water valve boxes and vaults to finished grade. The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work, if required. PAY ITEM NOS. A-17 AND A-18: Contractor shall place 14" and 1-2" PVC conduit for use for irri- gation at the locations shown on the plans. Conduit shall be placed a minimum of 12" below the proposed subgrade. Conduit placed below existing pavement within South Hulen Street right-of- way shall be bored. Cuts within the existing pavement will not be permitted. Conduit for irrigation shall not be placed in the same ' trench as conduit for signalization or street lights. Conduit for irrigation shall be in a trench by itself. PAY ITEM NO. A-19 - ENTRANCE WALL AND DRIVE: ' Contractor shall remove the existing driveway entrance and wall along South Hulen Street only after pavement for project has been completed. Contractor shall saw cut concrete pavement along South Hulen Street as shown on the plans, place concrete curbing and per- form all incidental work required to remove the existing pavement and rock and concrete wall . Compensation for work under this item shall be lump sum. 12. TECHNICAL SPECIFICATIONS PAY ITEM NO. B-1 - BRICK PAVERS: A. Material : Brick Paver: Brick pavers shall meet the specifications of ASTM C 7-42 for paving brick. In addition, pavers must have a minimum compressive strength of 10,500 psi and have a maximum SP-9 absorption of 6% in a 5-hour boil in accordance with ASTM testing procedure. Contractor shall be required to furnish test data from an independent testing laboratory at his expense as a condition of approval and acceptance of submitted brick pavers. The City may wish to conduct testing of the pavers being used through the progress of the work and will do so at its expense, unless pavers fail to meet specifications at which I time cost will be borne by the Contractor. Contractor shall provide samples of brick pavers to Owner so that the Owner can select the color of paver to be used on the project. Contractor shall construct a 6'x6' sample of proposed brick rowlock for approval by the Engineer with respect to color and workmanship prior to continuing construction. B. Bituminous Setting Bed: Asphalt cement to be used in the bituminous setting bed shall conform to ASTM Designation D-946-69A with a penetration at 77 degrees F. 100G, 5 sec. of minimum 85 millimeters and a maximum of 100 millimeters. The fine aggregate to be used in the bituminous setting bed shall be clean, hard sand with durable particles and free from adherent coatings, lumps of clay, alkali salts, and organic matter. It shall be uniformly graded from "coarse" to "fine" and all passing the No. 4 sieve and meet the gradation requirement when tested in accordance with the standard method of test for sieve or screen analysis for dried fine aggregate shall be combined with hot asphalt cement, and the mix shall be heated to approximately 300 degrees F. at an asphalt plant. The approximate proportion of materials shall be seven percent (7%) cement asphalt and ninety-three percent (93%) fine ' aggregate. Each ton shall be apportioned by weight in the approximate ration 145 lbs. asphalt to 1 ,855 lbs. sand. The Contractor shall determine the exact proportions to produce the best possible mixture for construction of the bituminous setting bed to meet construction requirements as approved by the Engineer. C. Neoprene - Modified Asphalt Adhesives: Shall consist of two percent (2%) neoprene (grade WM1 or equivalent) oxidized asphalt with a 155 degree F. , (80 penetration) and ten percent (10%) long fibered asbestos. SP-10 D. Joint Filler: Joint filler shall be pigmented to match brick color as approved by the Engineer. Filler shall consist of one (1) part Portland cement to three (3) parts sand. Portland cement shall conform to ASTM C-150 and sand shall conform to ASTM C-33. CONSTRUCTION A. Placing Bituminous Setting Bed: l� To install the setting bed over the surface of the base, place 3/4 inch deep control bars directly over the base. If grades must be adjusted, set wood chocks under depth control bars to proper grade. Set two bars parallel to each other ' approximately eleven (11) feet apart to serve as guides for striking board (12 ft. long 2 in. x 6 in. board). The depth control bars must be set carefully to bring the pavers, when laid, to proper grade. Place some bituminous bed between the parallel depth control bars. Pull this bed with the striking board over these bars several times. After each passage, low porous spots must be showered with fresh bituminous material to produce smooth, firm and even setting bed. As soon as this initial panel is completed, advance the first bar to the next Position in readiness for striking the next panel . Carefully fill up any depressions that remain after removing the depth ,i control bars and wood chocks. The setting bed shall be rolled while hot with a power roller to nominal depth of 3/4 of an inch. B. Installation of Brick Pavers: Contractor shall construct a 6'x6' mock-up panel of pavers for Engineer' s approval and his use in judging quality and workmanship of final construction. ' When the modified asphalt adhesive is dry to the touch, carefully place the pavers by hand in straight courses with hand tight joints and uniform top surface. Good alignment must be kept, and the pattern shall be that shown on the plans. Newly laid pavers must be protected at all times by panels of plywood on which the installer stands. These panels of plywood can be advanced as work progresses. However, the ' plywood protection must be kept in areas which will be subjected to continued movement of materials and equipment. These precautions must be taken in order to avoid depressions and protect paver alignment. If additional leveling of the pavers is required, and before sweeping in joint filler, roll with a power roller after sufficient heat has built up in the surface from several days of hot weather. SP-11 L� Alignment tolerances maximum are ; inch in 10 feet and 2 inch in 40 feet or more. Surface tolerances shall be at maximum +1/8 inch in 8 feet non-cumulative. All required cutting of (" pavers to fit shall be done by masonry saw. Exposed broken (_ edges will not be allowed. Existing grades shall be matched insofar as possible. Payment will be at the unit price bid per square foot and shall be full compensation for labor and incidentals necessary to complete the work. 1 PAY ITEM NOS. C-1 THROUGH C-5 - STREET LIGHT AND TRAFFIC SIGNAL POLES: Standard Specification Item 601.2 applies except as herein modified. Prime steel poles, pedestals and fixture heads shall be ' given a minimum of two (2) coats of name brand high grade bronze acrylic enamel . Duplicate samples of available shades shall be submitted to the owner for final selection. The unit price bid shall include acquisition, installation and assembly of pedestal , pole, arm, luminaire, and miscellaneous appurtenances necessary to complete the work as shown on the plan. The Contractor shall be responsible for cable and wiring of street lights from hand holes to luminaires. Wiring will be done per manufacturer' s specifications and wiring diagrams. PAY ITEM NOS. C-6 AND C-7 - 11,-" CONDUIT: The Contractor shall be responsible for installing all conduit in conformance with Technical Specification Item 604. Measurement and payment for conduit installation and connection shall be as described in Technical Specification Items 604.4 and 604.5 contained herein, and on the drawings. Contractor shall furnish and install all wiring as herein specified under the Technical Specifications for street lighting. No direct Payment for cable and wire will be made. This item will be subsidiary to Pay Item Nos. C-6 and C-7, 1;" PVC and galvanized rigid steel conduit. 12. SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: u 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 driver, 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-12 I F2. 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 backhoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notify the power company (Texas Electric Service Company) who 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 Texas Electric Service Company, and shall record action taken in each case. 4. The Contractor is required to make arrangements with the Texas Electric Service 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. 13. WASTE MATERIAL: All waste material shall become the property of e Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. 14. INDEMNIFICATION: The Contractor agrees to fully indemnify and save w o e and harmless, the City and/or owners of the units and lots abutting the units in this contract, from all costs or damages on arising out of any real or asserted claim or cause of action against it of whatsoever kind or character and in addition, from any and all costs or damages arising out of any wrongs, injuries, ' demands or suits for damages, either real or asserted, claimed against it that may be occasioned by any act, omission, neglect or misconduct of the said contractor, his agents, servants, and employees. the Contractor further agrees to comply with all applicable laws, regulations, ordinances, buildings and construction codes of the City of Fort Worth and the State of Texas, and with any regulations for the protection of workers which may be promulgated by the Government, and shall protect such work with all necessary lights, barriers, safeguards, and warnings as are provided for in said specifications and in the ordinances and regulations of said City. 15. 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. SP-13 F 16. CONSTRUCTION SCHEDULE: It shall be the responsibility of the L Contractor to furnish the Construction Engineer prior to construction a schedule outlining the anticipated time each phase o construction will begin and be completed, including sufficient ll Fi time being allowed for cleanup. 17. FENCES: All fences encountered and removed during construction of TFifs project shall be restored to the original or a better than original condition upon completion of the project. Where wire fencing, either wire mesh or barbed wire, is to be crossed, the Contractor shall set cross braced posts on either side of the permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross braced posts at point of the proposed cut in addition to the cross braced x posts provided at the permanent easement limits before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight. The cost for fence removal , temporary closures and replacement shall be subsidiary to the various items bid in the project Proposal ; therefore, no separate payment shall be allowed for any service associated with this work, unless there is a bid item for it. 18. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities which may be encountered. The utility lines and conduits shown on the plans are for infor- mation only and are not guaranteed by the Owner to be accurate as to location and depth; they are shown on the plans as the best information available from the owners of the utilities involved and from evidences found on the ground. The Contractor shall determine the exact location of all existing utilities and conduct his work so as to prevent interruption of service or damage to them. The Contractor shall be responsible for the replacement of any utility damaged by him and shall likewise be responsible for losses to the utility owner due to any disruption to the service of the utility caused by the Contractor. 19. CONSTRUCTION: The "Standard Specifications for Construction" shall govern this construction. The Technical Specifications, measure- ment and payment on each pay item shall be as detailed in the above "Standards" except as amplified below on items not covered in the "Standards" or on which special construction is required. 20. WARRANTY: Final acceptance of the illumination system will not be made until the system has operated satisfactorily for a period of 30 days. The 30-day period must include a period of 14 consecutive days of satisfactory operation (this includes energizing and de-energizing the lighting circuits at dusk and dawn) . Pole knockdowns, and minor failures of lamps, ballasts, or other SP-14 problems will be cause for modifying or restarting the 14-day period. Final acceptance of the system will be made at the end of a satisfactory 30-day test period that includes 14 consecutive days of uninterrupted normal operation of the system. The Contractor will be relieved of the responsibility for maintenance and repair of the system following final acceptance of the system. SP-15 CITY OF FORT WORTH TECHNICAL SPECIFICATIONS STREET LIGHT INSTALLATION ITEM 601 STREET LIGHT AND TRAFFIC SIGNAL POLES I 601 .1 DESCRIPTION: This item will govern the installation of street light poles and luminaires , traffic signal pedestal poles , signal mast arm and pole assemblies , and street light - signal mast arm combination pole assemblies. Poles assemblies , including poles, mast arms and luminaires with lamps will be furnished by the Contractor. ' The Contractor shall install pole assemblies of the type and at locations designated in the Plans , and shall provide and install all other materials and equipment herein described , including wiring and fuses , required to do a complete and finished job. 601 .2 MATERIALS: As described above , pole assemblies will be furnished by the Contractor. The Contractor is urged to forestall pick-up of pole assembly units until their installation is imminent, to minimize the possibility of damage during interim storage and handling. Signal switching cable shall conform to IMSA Specification No. 20-1 for Signal Cable. Electrical materials and fittings shall be watertight and weatherproof and shall conform to requirements of the National Electrical Manufacturer's Association, and Underwriters' Laboratories Standards. Steel poles shall be used and shall conform to the attached "Specifications for Traffic Signal and Street Light Pole." Luminaires shall conform to the attached "Specifications for High Pressure Sodium Luminaires and Ballasts ." 601 .3 CONSTRUCTION METHODS: Placement of poles, pedestals , mast arms and span wire assemblies will , at times , require the occupancy of portions of the roadway by construction equipment. The Contractor shall strictly follow procedures and shall provide , install , and maintain all signs , barricades and warning devices required in the "Traffic Control Handbook for Construction and Maintenance Work Areas ," City of Fort Worth, February 1979, including latest revisions. Decisions concerning the placement and level of warning devices for construction areas shall be the responsibility of the Engineer. All such devices installed and maintained by the Contractor will not be measured directly, but will be considered subsidiary to the Item "Street Light and Traffic Signal Poles." TS-1 Metal conduit and metal poles or pedestals shall be bonded to form a continuous system and shall be effectively grounded. Bonding jumpers shall be No. 8 copper wire or equal . Poles and pedestals shall be erected and secured plumb on breakaway or transformer base, as indicated on the Plans. Steel poles, pedestals and transformer bases shall be furnished with prime paint coat finish inside and out. After installation, OU primed steel poles, pedestals and bases shall be given a minimum of two (2) coats of the very best grade of heavy duty bronze acrylic enamel paint, resulting in assemblies which are neat in appearance. 601.4 MEASUREMENT: Pedestal and pole assemblies of the respective types specified on the Plans will be measured per each unit. Additional materials required and used in the installation, such as conductors, fuses, lamps, luminaires, paint, etc. , will not be measured directly, but will be considered subsidiary to the Item "Street Light and Traffic Signal Poles." 601.5 PAYMENT: Pedestals and ole assemblies,emblies, installed and in place, will be paid for at the unit price bid for respective types specified in the bid item list. Said prices shall be full compensation for furnishing and installing pedestal and pole assemblies, lamps, luminaires, fuses, conductors, paint and for all labor, tools, materials, equipment and incidentals necessary to complete the work. TS-2 L- ATTACHMENT "A" TO ITEM 601 CITY OF FORT WORTH TEXAS SPECIFICATIONS TRAFFIC SIGNAL AND STREET I LE FI GENERAL The intent of these specifications is to describe the "functional " requirements of traffic signal and street light poles for use by the City of Fort Worth. Bidders are encouraged to offer their standard products to comply with these functional requirements . Standard dimensions that affect interchangeability, and as noted herein, should be complied with. If a bidder's product does not comply with these specifications , the bidder should state these "exceptions" with his bid and also submit two (2) sets of shop drawings indicating the variation(s) . All items listed on the bid form shall be quoted on a per item basis . DESIGN STANDARDS The pole assembly shall consist of a tapered, cylindrical steel shaft and either a "steel anchor base" or "embedment sleeve" of adequate strength and appropriate size to resist the loading requirements specified herein. The anchor base shall be secured to the lower end of the shaft of telescoping the shaft and placing two continuous welds around the pole, one weld on the bottom end of the shaft and the other at the top of 'the base plate . On poles to be embedded in the ground, a ground sleeve at least 24" in length and a minimum of No. 7 gauge shall be installed at the designated height from the bottom of the pole to the groundline and secured by two continuous welds around the pole shaft at the bottom and at the top of the sleeve. A steel strap at least 2" wide , or equivalent, shall be welded across the bottom opening of the shaft to support it in the drilled hole prior to backfilling. Street lighting poles and traffic signal poles shall be designed to withstand all "dead load," "ice load," and "wind load" expected to result during the service life of the standard. The standards shall be designed to withstand ice loads of 3.0 psf applied to all areas of the standard , including luminaires and/or signal heads, and wind loads computed by the following formula and applied to all normal projected areas of the pole, mast arm(s) and appurtenances : TS-3 P = .00256 (1 .3V) 2Cs Ch �J Where: P = Wind Pressure in pounds per square foot V = 70 (wind speed in MPH) 1 .3 V = 30% gust factor Cs = Shape Coefficient (1 .2 for pole shaft and mast arm(s) ; 0.5 for luminaires; 1.7 for traffic signal heads) Ch = Height Coefficient (0.8 for 0 to 15 feet above ground level ; 1 .0 for 15 to 30 feet above ground level ; 1 .2 for 30 to 50 feet above ground level ) . "Traffic Signal Mast Arm Poles" shall be capable of supporting a "signal head" deadload of 120 pounds with a projected area of 12.5 square feet applied at the end of the mast arm. "Traffic Signal Span Wire Poles" shall be designed to support a 120 foot span, attached to the pole 24 feet above the base, with three-point loading and a 3 percent sag in the span wire. Signal heads on span wire installations will be mounted 16 to 20 feet above the pole base and positioned horizontally at 40 feet, 60 feet and 80 feet from the pole attachment point with a design deadload of 70, 140, and 70 pounds, respectively. Each of the three (3) signal head assemblies will , for design purposes, have projected areas of 12 .5 square feet. Both "Mast Arm" and "Span Wire" poles will , in addition to the above, be designed to support a 40 pound, 12.5 square foot , signal head located adjacent to the pole shaft at a height of fifteen (15) feet above the base. Luminaire mast arm(s) and shafts on street light poles and on traffic signal poles , when required, shall be designed to support a 75 pound fixture with a projected area of 3.2 square feet. "Pedestal Poles" for traffic signal installations shall provide a fourteen (14) foot mounting height for a projected signal head area of 12.5 square feet. The pole shall have a four and one-half (42) inch O.D. at the top and be furnished complete with anchor bolts, nuts and a threaded square pedestal base approximately 15 inches high and 13 inches square with handhole and cover. When specified for special applications , a "combination span wire-mast arm traffic signal pole" shall be furnished. The span wire shall be attached at right angles to the signal mast arm and luminaire mast arm with loading as specified for the specific application on attached drawings. The pole shaft shall be one piece for poles 40' and less; two piece for poles over 40' is optional . Two-piece shafts shall assemble by telescoping the upper section over the lower section with a firm tapered fit. The telescoping length of the joint shall not be less than lZ times the diameter of the pole at the joint. The tapered shaft tube, or tubes , shall be a weldable, high quality, carbon steel and have a constant taper of .10" to .14" per linear foot. TS-4 All steel shafts and steel bases shall be smooth and finished with a zinc chromate , or iron oxide applied to the outside and either zinc chromate , iron oxide or red lead (prime coat) applied to the inside. The manufacturer may, at his option, furnish the pole and mast arms with a hot-dipped , galvanized finish conforming to the requirements of ASTM A-123 . Poles shall be manufactured from steel which, after fabrication , shall have a "minimum" yield strength of 48,000 psi and shall be capable of being cold bent (according to the requirements of ASTM A-370) to one-half the minimum radius of the pole shaft without cracking on the exterior surface. Steels used in the fabrication of the poles must meet or exceed the above yield strength and bend test requirements . Poles may be either round or octagonal with pole measurements made on the center of "flats ." Minimum straightness tolerance of 3/8" per 20 feet shall be maintained throughout the length of the pole shaft. All anchor bolts shall have a guaranteed minimum yield strength of 50,000 psi and be galvanized in accordance with ASTM A-153. The length and diameter of anchor bolts will be sufficient to develop the full strength of the pole shaft and base plate and to transmit the loading to the concrete foundation. All street light and traffic signal standards shall be furnished complete with anchor bolts and nuts , anchor bolt covers, handhole, (approximately 4"x6") , handhole cover, removable pole cap, grounding nut, and all necessary screws , bolts, washers, etc. , required for the complete assembly of the pole. A pole plate, or plates , with appropriate wire inlets shall be furnished near the top of the shaft for mounting the luminaire arm(s) on all street light poles and, when required , on traffic signal poles. Traffic signal poles shall be furnished with a reinforced shaft section for U-clamp attachment of the signal mast arm(s) and appropriate wire inlet. All wire inlets shall be reamed and free of all burrs and sharp edges . Pole plates shall conform to the dimensions shown on Drawing No. 3 for all luminaire arm attachments . When required on the bid form, the standards shall be furnished with either a steel "T-Base" or an aluminum "Breakaway Base." Steel Transformer Bases: The sides of the steel "T-Bases" shall be fabricated from hot, rolled basic open hearth steel . The top and bottom plates shall be of adequate thickness to develop the full strength of the pole shaft. The door shall be secured in place by an approved locking device. Each base shall be provided with four (4) loose steel plate anchor clips to fasten the base to the anchor bolts . The top of the transformer base shall fasten to the pole's anchor base by means of four (4) galvanized hex-head machine bolts and nuts . Breakaway Transformer Base: The cast aluminum breakaway type transformer base, witF7aT necessary fittings and attachments , TS-5 shall be so designed to afford to the lighting standard the quality of "breaking away" under vehicular impact. The base shall have a vertical height of approximately 20" to provide bumper area contact with a passenger vehicle approximately two thousand pounds and traveling at a speed of twenty (20) miles per hour. It shall meet necessary structural and wind loading requirements specified herein and, in addition, withstand a five hundred pound load applied 18" from the tip of the shaft for which the base is designed without any permanent distortion, overstress , or failure occurring. A door opening shall be provided in the side of the base approximately 8"x10"x13" in size. Aluminum base material shall conform to ASTM B-108 alloy SC 70A-T6. CERTIFICATIONS AND DRAWINGS The manufacturer shall submit a notarized "Certificate of Compliance" verifying his product conforms with the loading and other requirements of this specification. If requested, the manufacturer shall submit: (a) Mill certificates on tube steel , pipe used in bracket arms , and anchor rods. (b) Copies of tensile test and bend test reports . (c) Detailed loading computations used in designing the standard including the pole shaft, mast arm(s) , anchor bolts , base plate and attachment brackets . Detailed drawings of the poles and accessories are attached. Diameters shown on the drawings refer to the O.D. of a steel pole or the dimension across the outside of the flats for octagonal poles. These drawings are to be used as a functional guide only and are not intended to be restrictive or to specify any additional structural or design requirements of the poles. The bidder should return one (1) copy of shop drawings or catalog cuts of the product he intends to furnish. These drawings shall provide all pertinent information relevant to the particular request for bid (i .e., bolt circle(s) , anchor bolt length(s) , mounting height(s)) . Upon special request by the City, the manufacturer shall supply all anchor bolts and anchor bolt templetes within thirty (30) days of notification. TS-6 `'A ATTACHMENT "B" TO ITEM 601 CITY OF FORT WORTH SPECIFICATIONS FOR HIGH PRESSURE SODIUM LUMINAIRES AND BALLASTS Bids shall be submitted for the following items: The intent of these specifications is to describe the functional requirements of the products and are not intended to be restrictive. ( Bidders may offer their standard products to comply with the functional requirements of the specifications. If a bidder's product does not comply with the detail specifications as to materials and tolerances, the bidder should state these exceptions with his bid and submit drawings indicating any variations from the detailed specifications. Upon request, vendor shall furnish sample equipment for test and inspection. If required, such equipment must be received not more than 20 days from notification to vendor. GENERAL SPECIFICATIONS All luminaires shall be adapted for both 14" or 2" adjustable slip fitter mounting with leveling screws to securely clamp to mast arm or bracket. All luminaire housings shall be cast or drawn from a :.1 non-ferrous alloy and shall be free of cracks and excessive porosity. The exterior surface shall have uniform bronze enamel or painted finish. Mogul base sockets shall be nickel plated copper and shall be rigidly attached to a high grade porcelain base which shall extend and completely enclose the metal shell . Sockets shall be mounted to provide for latest requirements of the IES-ANSI Standards for highway and roadway lighting. Socket shall be of one piece construction; no split socket construction acceptable. All nuts, screws, clips, washers and attaching hardware shall be fabricated from highly corrosion resistant alloys. Lamp shall be mounted in a horizontal position. The optic assembly shall be provided with resilient gaskets and so constructed that a positive seal against weather and other contaminates will be maintained. The hinge shall be lift-off type with a means for preventing unintentional separation. The latch shall be an automatic type or quick release thumb latch and designed such that a spring failure will not cause the refractor assembly to open. The reflector shall be processed to a highly specular finish. It shall be secured in such a manner that no tools will be necessary for removal or replacement. The edges of the reflector if not covered by a gasket, shall be smooth and all corners rounded to prevent injury to bare hands. The reflector shall have sufficient strength to prevent being distorted during routine operations. The refractor shall be crystal clear glass with refracting prism (IES Type II unless otherwise specified). TS-1 r BALLASTS Ballasts shall be the regulated type designed to operate 100 and 200 watt high pressure sodium lamps in a horizontal position, as manufactured by Westinghouse or General Electric, voltage of 240 volts unless shown otherwise on the drawings. Total assembled weight of luminaire and ballast shall not exceed 50 pounds. Ballast input wattage during fluctuations of the primary voltage of plus 5% or minus 10% shall not exceed the value given in the table below: Lamp Wattage Maximum Ballast Input (Average for Group Sample) �1 100 145% of Nominal Lamp Wattage 150 145% of Nominal Lamp Wattage 200 130% of Nominal Lamp Wattage 250 130% of Nominal Lamp Wattage 400 130% of Nominal Lamp Wattage 1000 130% of Nominal Lamp Wattage Lamp wattage shall average within plus or minus 3% of wattage measured at nominal line voltage applied to the ballasts and shall not be less than 0.90. Each ballast shall permanently and clearly indicate the following: Type, Catalog Number, Voltage Rating, and Connection Diagram STARTER The electronic starter shall be a solid state device capable of withstanding ambient temperatures of 85° C. All components shall be sealed and protected from dirt, moisture, or other foreign material . The starter shall have a minimum pulse repetition rate of 1 pulse per cycle. The minimum amplitude of the pulse shall be 2500 volts for the 100 through 400 watt lamp; 3000 volts for the 1000 watt lamp, and shall be applied within 20 electrical degrees of the center of the open circuit voltage wave. TESTING All ballasts and luminaires will be tested with a nominal , center-rated lamp. The lamps used for testing will have been "burned in" for period of at least 100 hours. TS-8 ITEM 603 JUNCTION AND PULL BOXES 603.1 DESCRIPTION: This item will govern the furnishing and installation of junction and/or pull boxes of the type and at locations indicated on the Plans. 603.2 MATERIALS: Pull boxes shall be supplied by the Contractor and shall conform to the following requirements : Class "A" Standard Concrete Pull Box. The pull box shall conform to the requirements of applicable ASTM Standard Specifications shown in the drawings. The frame shall be of No. 6 gauge wire welded closed and installed as shown on the drawings. Type I or Type II Portland Cement (ASTM C-150) portioned with lightweight aggregate (ASTM C-330) having a percentage or wear not to exceed 40 (ASTM C-131) to provide 3000 psi concrete after 28 days. The cast iron lid will be of grey iron conforming to ASTM A-48, Class No. 30, cast with a raised diamond pattern to provide a non-skid surface. The Contractor shall furnish the Transportation Department with the results of compressive tests performed by an established independent laboratory on concrete cylinders made during the construction of supplied pull boxes. 603 .3 CONSTRUCTION METHODS: Installation of pull boxes will , at times, require the occupancy of portions of the roadway by construction equipment. The Contractor shall provide, install and maintain all signs, barricades and warning devices required in the "Traffic Control Handbook for Construction and Maintenance Work Areas ," City of Fort Worth , February 1979, including latest revisions . Decisions concerning the placement and level of warning devices for construction areas shall be the responsibility of the Engineer. All such devices installed and maintained by the Contractor will not be measured directly, but will be considered subsidiary to the Item "Junction and Pull Boxes." TS-9 Pull or junction boxes shall be installed by the Contractor at t the location and grade as shown on the Plans or as directed by the Engineer. Junction or pull boxes found damaged prior to project acceptance shall be removed and replaced by the Contractor at his expense. All pull boxes or junction boxes installed shall be amply bedded and backfilled with field sand conforming to Item 402 "Trench Excavation and Backfill for Storm Drains." 603.4 MEASUREMENT: Junction and pull boxes of the types specified in the Plans will be measured per each unit. Additional materials required for installation will not be measured directly, but will be considered subsidiary to the item "Junction and Pull Boxes." 603.5 PAYMENT: Junction and pull boxes as provided under "Measurement" will be paid for at the unit price bid as specified in the bid list. Said price shall be full compensation for furnishing and installing all described pull or junction boxes, and for all labor, materials , tools, equipment and incidentals necessary to complete the work. x TS-10 ITEM 604 CONDUIT 604.1 DESCRIPTION: i This item will govern the furnishing and installation of rigid metal or PVC conduit of the type and size and at locations as indicated on the Plans . 604.2 MATERIALS: Conduit for the construction of traffic signal electrical systems shall be either galvanized , rigid steel conforming to the latest edition of the UL "Standards for Safety" UL-6, or rigid, non-metallic PVC conforming to latest edition of the UL "Standards for Safety" UL-651. Each conduit length or bend shall be clearly and durably marked with UL label . Galvanized conduit shall have a minimum zinc coating of 0.008" (eight ten- thousandths inches) in thickness . Conduits shall be furnished in nominal ten (10) foot lengths and of nominal diameter as specified in the Plans . All conduit shall conform to Schedule 40 pipe dimensions. Field bending of metal conduit will be permitted only with the Engineer's approval . Fittings and elbows produced by the conduit manufacturer must be used in the electrical system. 604.3 CONSTRUCTION METHODS: Installation of conduit will , at times, require the occupancy of portions of the roadway by construction equipment. The Contractor shall provide, install and maintain all signs , barricades and warning devices required in the "Traffic Control Handbook for Construction and Maintenance Work Areas ," City of Fort Worth, February 1979, including latest revisions . Decisions concerning placement and level of warning devices for construction areas shall be the responsibility of the Engineer. All such devices installed and maintained by the Contractor will not be measured directly, but will be considered subsidiary to Item "Conduit." All conduit shall be placed in accordance with lines and grade, details , and dimensions as shown on the Plans , or as directed by the Engineer. All ends of metal conduit shall be reamed to remove burrs. All splicing of metal conduit will be done by threading each end of the conduit with standard pipe threads and using standard couplings manufactured for this purpose . All PVC Or conduit shall be joined with PVC cement. When joining PVC conduit to metal conduit, threaded adapters shall be used. All bare ends of metal conduit for future connections by others shall TS-11 be threaded and capped. Ends of PVC conduit shall be placed a minimum of six inches (6") below the bottom of the pavement base and in no case shall be of a greater depth than thirty inches (30") measured from the top of the curb. Conduit shall extend six inches (6") behind back of curb unless otherwise called for on the Plans. Conduit in medians shall be placed in the center of the median at a depth of eighteen (18) to thirty (30) inches. All necessary fittings for proper installation of conduit in the pull box will be furnished and installed by the Contractor. Where it is required that pull boxes be installed, the conduit shall be fitted with standard ninety (90) degree conduit "ell " fittings to enter the pull box from the bottom. A nipple shall be attached to the "ell " of sufficient length so that the distance from the top of the pull box to the end of the nipple shall be eight inches (8") . All conduit installed in trench shall be bedded on three inches (3") of field sand as governed by 1 Item 402 , "Trench Excavation and Backfill for Storm Drains ," and shall be backfilled to the bottom of the pavement base with field sand and properly compacted. A No. 9 galvanized pull wire shall be placed in all conduit and, prior to the placement of paving, the wire shall be moved back and forth to insure that the conduit is free from obstruction. Before final acceptance of the conduit work, this method checking shall again be incorporated to insure that the paving operations have not rendered the conduit useless . It shall be the ✓+ Contractor's responsibility to remove and replace all damaged l conduit at his own expense. With the Engineer's permission, field shaping or bending of metal conduit will be permitted. The Contractor shall use an approved portable hydraulic bender for such operations and in no case shall such bends be less than twenty-four inches (24") radius. As a marking for the location of the tei*mination point of buried conduit that is not otherwise specifically marked , an "X" shall be marked into the nearby curb. Metal conduit which is to be placed under existing pavement, sidewalks, and driveways shall be placed by jacking or boring. If it is determined by the Engineer that it is impractical to place the conduit as outlined above due to unforeseen obstructions , written permission will be granted by the Engineer for the Contractor to cut the existing pavement. Pits for jacking or boring shall not be closer than 2 feet to the back of the curb or the outside edge of the shoulder unless otherwise directed by the Engineer. The jacking and boring method used shall not interfere with the operation of street, highway, or other facility, and shall not weaken or damage any embankment, structure , or pavement. Heavy jacks are to be used for jacking. Boring is to be done by mechanical means providing a maximum one-inch overcut for the conduit to be placed, and use of water { or other fluids in connection with the boring operation will be permitted only to the extent to lubricate cuttings. Water jetting will not be permitted. ` TS-12 Where conduit is to be placed under existing asphaltic pavement, the jacking method is to be used unless written approval is given by the Engineer for placement of conduit by boring. Sod and/or shrubbery removed or damaged during construction shall be preserved and/or replaced to original state and position. Damaged sod or shrubbery shall be replaced at the Contractor's expense. The Contractor shall secure approval of the Engineer before cutting into or removing any walks or curbs. When construction is completed, walks or curbs which have been removed or damaged shall be restored to their original condition, in compliance with applicable City Construction Standards , and to the satisfaction of the Engineer. �A 604.4 MEASUREMENT: Conduit of the type and sizes specified on the Plans will be measured by the linear foot along the main line of the conduit run. Fittings , elbows and other materials used in the installation will not be measured directly, but will be considered subsidiary to the item "Conduit." 604.5 PAYMENT: Conduit as provided under "Measurement" will be paid for at the unit price bid for respective types and sizes specified in the bid item list. Said prices shall be full compensation for furnishing and installing all described conduit, for fittings, elbows, trenching and/or jacking or boring procedures , and for all labor , materials , tools , and incidentals necessary to complete the work. TS-13 rip ITEM 605 WIRE AND CABLE 605.1 DESCRIPTION: Or j This item will govern the furnishing and installation of conductors for street lighting size as indicated on Plans. The Contractor shall furnish and install wire and cable as herein described, and all other associated materials required to do a complete and finished job. 605.2 MATERIALS: Power wire and cable shall be AWG, code type XHHW copper. Ground wire shall be of soft drawn bare copper. All wire and cable shall be sized as indicated on Plans. 605.3 CONSTRUCTION METHODS: Unless otherwise called for on Plans, Contractor shall make all arrangements for connection to power supply, voltage and phase as indicated on Plans. All wire and cable connections shall be made with wire joints. Use one piece nylon self-insulated "Buchanan B-Cap" connectors, Thomas & Betts "piggy" wire joints, or Minnesota Mining and Manufacturing Company "scotchlock" connectors. All connections shall be made watertight. TS-14 ITEM 611 STREET LIGHT- AND TRAFFIC SIGNAL FOUNDATIONS 611 .1 DESCRIPTION: This item will govern the installation of traffic signal and street light foundations . The Contractor shall install foundations of the type and at locations designated in the Plans , and shall provide and install all other materials and equipment as required to do a complete and finished job. Anchor bolts and nuts will be furnished by the Contractor. 611 .2 MATERIALS: Class A concrete , per Item 406 "Concrete for Structures" shall be used in the construction of the drilled shaft foundations. Reinforcing steel required in construction of the foundations shall be per Item 424 "Reinforcing Steel ." Conduit required shall conform to Item 604 , and be of the size indicated on the Plans . 611 .3 CONSTRUCTION METHODS: Placement of foundations will , at times, require the occupancy of portions of the roadway by construction equipment. The Contractor shall strictly follow procedures and shall provide, install , and maintain all signs , barricades and warning devices required in the "Traffic Control Handbook for Construction and Maintenance Work Areas ," City of Fort Worth, February 1979, including latest revisions. Decisions concerning the placement and level of warning devices for construction areas shall be the responsibility of the Engineer. All such devices installed and maintained by the Contractor will not be measured directly, but will be considered subsidiary to the Item "Street Light and Traffic Signal Foundation." Excavations for drilled shaft foundations shall be done in accordance with lines and depths indicated on the Plans. The foundations shall be placed in accordance with requirements of Item 404 "Drilled Shaft Foundations." Open excavations shall be barricaded for protection of the public during construction. Foundations shall be constructed to dimensions shown on the " Plans . Casing of drilled shafts may be required at the direction of the Engineer. Care shall be used to insure that the top surface of the finished foundation is at the specified height and is level . Anchor bolts and conduits shall be held rigidly in place until the concrete is set. After concrete is placed and the top struck off, it shall be covered with wet cotton or burlap mats for not less than ninety-six (96) hours. All bracing for TS-15 anchor bolts shall remain in place during this time, and conduit and anchor bolts shall not be subject to any applied strain during the curing process . Curing and placement of concrete shall be in accordance with the requirements of Item 410 "Concrete Structures." Sod and/or shrubbery removed or damaged during construction shall be preserved and/or replaced to original state and position. Damaged sod or shrubbery shall be replaced at the Contractor's expense. The Contractor shall secure approval of the Engineer before cutting into or removing any walks or curbs. When construction is completed, walks or curbs which have been removed or damaged shall be restored to their original condition, in compliance with applicable City Construction Standards, and to the satisfaction of the Engineer. 611 .4 MEASUREMENT: Foundations of the respective types specified on the Plans will be measured per each unit. Additional materials required and 1 used in the installation, such as concrete, reinforcing steel , conduit stubs, galvanizing repair material , etc., will not be measured directly, but will be considered subsidiary to the Item "Street Light and Traffic Signal Foundations." 611 .5 PAYMENT: Foundations installed and in place, will be paid for at the unit price bid for respective types specified in the bid item list. Said prices shall be full compensation for furnishing and installing all described anchor bolts and nuts , concrete, reinforcing steel , conduit stubs, etc. , and for all labor, tools, materials, equipment, and incidentals necessary to complete the work. 4 TS-16 1/2"X36" steel place , grout with mortar Refs E 1-14 provided by street contractor 1 1 1 e ( •� w Grade rings are to be provided 1 I for installation by street contractor(Are not show Top steel plate is 15" Trench widt below finish rim cons. cradl elevation , to extend t Monolithic Concrete pipe bell or ASTM C478 precast I reinforced manhole sections or equal Refs E-2-14 t Perma-Step #100-2. I I or equal and ° *•� staggered as '` •! r• shown T— f t !A dl•+•�i� lYii!< <IoOG r/ ego -CA ee (1 ) 4" die_. for sewer pipe up to 2111 dia. *fC��'e 04 5" dia. for sewer pipe up. to 39" dia. LWJ H Y„J I OV d -Manhole frame and 24" dia cover to McKinley Iron Works ' i No. A24AM with pick slots or. pick holes. Ref: E2-14 i Street contactor will inst 11 = " 4ea. 2"X8"X24" ID { precast reinforced conc . ; grade ringst conforming to AS.TM C478 or equal may be used in lieu of �� __ b icka used :•. . A Top .of concrete. cone r ng and /; r 1;% section 15" below manhole lids as l� / to =? finish rim elevation < < r i \� AP' Provided by the water and sanitary sewer contractor to a site designated by the Public Works Construction 'Engineer.. r . ��f&A'V& TtAINTENANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN W T IE::J' PRESENTS, That L. H. LACY COMPANY hereinafter called Contractor, as principal, and FIRENIEN'S INSURANCE COMPANY OF NUVARK, N. a corporation organized under the laws of the State of New Jersey as surety, do hereby acknowledge themselves to he held and hound to nay unto the City of Fort Worth, a Municipal Corporation, charte -cd by virtue of Constitution and Laws of the State of Texas, at Fort Worth, in Tarrant County, Texas, the sum of One Hundred Eleven Thousand, Two Hundred Fifty- Six and 36/100------jollars ($ 111,256.36 ) , lawful money of the United States, for the payment of which sum well and truly to be made unto said City of Fort Worth and its successors, said Contractor and surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. L This obligation is conditioned, however; that, WHEREAS, said Contractor has this day entered into a written Contract with i' The Cambridge Companies, Inc. i' the Developer, dated 1>PC-emhPr ;, 19R4 , a copy of which is attached hereto and made a part hereof , and said Developer in turn entered into COMMUNITY FACILITIES CONTRACT �S NO. , with the City of Fort Worth, Texas , the Owner, dated , for �►. the Construction of Stonegate Addition designated as Project No. which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied verbatim herein, such pro- `'' ject and construction in the City of Fort Worth, together with the necessary grading ' and excavation, which Contract and the Specifications therein mentioned adopted by the City are expressly made a part hereof, as though written herein in full; and, Via.. WHEREAS, in said Contract, Contractor hinds itself to use such materials and to so construct the work that it will remain in good repair and condition for and Jduring the period of one (1) year after the date of the final accep- tance of the work by the City; and WHEREAS, said Contractor hinds itself to maintain said work in good repair and condition for said term of one (1) year and, 'a 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 Public Works of the City of Fort Worth, it be necessary; and, i� MfEREAS, said Contractor binds itself, upon receiving notice of the need '•'" therefor to repair or reconstruct said work as herein provided. L MR-1 L_ Fl NOW, THEREFORE, if said Contractor shall keep and perform its said agree- ment 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, [6- and said City shall have and rernver from the said Contractor and its surety damages In the premises as prescribed ry said Contract. LThis 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, the L. H. Lacy Company has caused these presents to be executed in three counterparts by its authorized } Attorney-in-Fact, and said Firemen's Insurance om-Da �- of Ne�,ark N 7 surety, Has caused these presents to be executed in three counterparts by its Attorney and attested by its corporate ' seal, this 7th day of February A.D. 19 85 L L. H. LACY COMPAQ\\ ' aContractor ;. BY FIREMEN'S INSURANCE COMPANY OF N KARK, N.J �. Surety By G � !Linda 0 Nale, Attorney _ P. 0. Box 960 - Dallas Texas 75221 Address ATTEST: (S E A L) Secretary I f 1. MB-2 (DC - 5/21/70) Firemen's Insurance Company of NewaQk, New jersey 80 Maiden Lame, New York, New York 10038 GENERAL POWER OF ATTORNEY Know all men by these Presents,That the FIREMEN S INSURANCE COMPANY OF NEWARK. NEW RSEY has made. constituted and appointed. and by these presents does make, constitute and appoint rry F. Rose or Linda O'Nale or Juanda J. Holmes or Richard D. Hansen, Jr. or Barry L. Crow all of Dallas, Texas, EACH A t rue and lawful attorney for It and in its name,place.and stead to execute on behalf of the said Company,as surety,bonds, el-takings and contracts of suretyship to be given to all obligees on behalf of L. H. Lacy Company jDvided that no bond or undertaking or contract of suretyship executed under this authority shall exceed In amount the m Of Unlimited Dollars. PThis Power of Attomey is granted and is signed and sealed by facsimile under and by the authority of the following Reso- ion adopted by the Board of Directors of the FIREMEN'S INSURANCE COMPANY OF NEWARK,NEW JERSEY a meet- Ing duly called and held on the 20th day of February. 1975. -RESOLVED.that the Chairman of the Board.the Vice Chairman of the board.the President.an Executive Vice President W a Senior Vice Pres- n1 or a Vice President of the Company,be.and that each or any of them hereby R,authorized to execute Powers of Attorney Qualifying the attor- ly y named In the given Power of Attorney to exearie In behoti of FIREMENE INSURANCE COMPANY OF NEWARK•NEW JERSEY.bonds.under- takings and all contracts of suratyship,and that an Assistant Vice President.a Secretary or an Assistant Secretary be,end that each or any of them here- by is.authorized to Wrest the er<ecution of any such Power of Attorney,and to attach thereto the seat of the Company. FURTHE R RE SOLVED.that the signatures of such officers and the sesi of the company may be affixed to any such Power of Attorney or to any Irtifocat*relating thereto by facsimile.and any such Power of Attomey or certificate besring such facsimile slpnaturei or facsimile seat shalt be wind and binding upon the Company when so affixed and in the future with respect to any bond.undertaking or contract of suretyship to whiCh M is attach- e►d In Witness Whereof,the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY has caused Its official seal be hereunto affixed'end these presents to be signed by one of its Vice Presidents and attested by one of Its Asistant Vice Presidents this 3rd day of January, 1979 FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY test: By • M T.H stephens. pstant V¢e PPresodent h-1 Fero.w• i�4re•.eent CUNTY ATE OF NEW YORK OF NEW YORK. IOn this 3rd day of January. 1979. before me personally came M.L. Ford, to fne known,who being by me duly sworn. d depose and say that he resides in Summit.In the County of Essex,State of New Jersey,at 768 Springfield Avenue;that Is a Vice-President of the FIREMENS INSURANCE COMPANY OF NEWARK,NEW JERSEY.the corporation described M and which executed the above instrument;that he knows the seat of the said corporation;that the seal affixed to the said shument is such corporate seal;that it was so affixed by order of the Board of Directors of said corporation and that he r»d his name thereto by like order. `��y. l � �rtV4: ;fit FTHEI TARANIO VDIARr PMI C.Stair of Ives tort CERTIFICATE ft t4- 6 't1Do' hMoarnu cs+tr ttttrss Mra 30.f 1,the undersigned, an Assistant Secretary of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY. SNew Jersey corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in lull force nd has not been revoked,and furthermore that the Resolution of the Board of Directors, set forth in the said Power of At- may. is now In force. Signed and sealed at the M Of New York. Dated the 7th day of February . 19 85 . 1 1). Jam«M Keene. Assistant Lecrelery �I PAYMENT BOND ElTHE STATE OF TEXAS COUNTY OF TARRANT $ E KNOW ALL MEN BY THESE PRESENT: That we (1) L. H. LACY COMPANY, a (2) corporation of P. 0. BOX 20297, DALLAS, TEXAS, hereinafter called Principal, and (3) FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, a corporation organized and existing under the laws of the State of New Jersey and fully authorized to transact business in the State of Texas, as Surety are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all person, firms, and ' corporations who may furnish materials for, or perform labor upon the building or improvements hereinafter referred to in the penal sum of: ONE MILLION ONE HUNDRED TWELVE THOUSAND, FIVE HUNDRED SIXTY-THREE AND 59/100 ($1,112,563.59) Dollars in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which j sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with THE CAMBRIDGE COMPANIES, INC. , the Developer, dated December 28, 1984, a copy of which is hereto attached and made a part hereof, and said Developer in turn entered into COMMUNITY FACILITIES CONTRACT NO. , with the City of Fort Worth, Texas, the Owner, dated , for the construction of Street Improvements for Stonegate Addition, Phase 1, designated as Project No. 030-036-843-00, which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied verbatim herein, such project and construction being hereinafter referred to as MW the "Work." NOW, THEREFORE, the condition of this obligation is such that, if the Principal shall promptly make payment to all claimants as defined in Article 5160 of the Revised Civil Statutes of Texas, supplying labor and materials in the prosecution of the work provided for in said Contract, then this obligation shall be null and void, otherwise it shall remain in full force and effect. THIS BOND 15 MADE AND ENTERED into solely for the protection of all claimants supplying labor and material in the prosecution of the work provided for in said Contract, as claimants are defined in said Article 5160, and all such claimants shall have a direct right of action under the bond as provided in Article 5160 of the Revised Civil Statutes. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, State of Texas, and that the said Surety, for value rceived, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in siycounter- arts, each one of which shall be deemed an original, this the 25�' - day of A. D. 19 S(-----. L. H. LACY COMPANY Principal 4 ATTEST: B ( Principal) ecret ar y t.. (SEAL) - Witness as to Principal I (►� (Address) P. 0. Box 20297 4 !! (Address) I� i. I 1 ATTEST: FIRaIEN'S INSURANCE COMPANY r OF NEWARK, NEW JERSEY Surety Secretary urety IL / By AM r y-in-Fact 5 Linda O'Nale (SEAL) P. 0. Box 960 1 Dallas, Texas 75221 Address) NOTE: Date of Bond must not be prior 'fitness as to Surety to date of Contract. (1 ) Correct name of Contractor (2) A Corporation, a Partnership or an individual, as case may be 12200 Park Central Dr. , Suite 440 Dallas Texas 75251 (3) Correct name of Surety Address (4) If Contractor is Partnership, all partners should execute bond. (5) A true copy of Power of 1 Attorney shall be attached to bond by Attorney-in-Fact. : Firemen's Trnsurance Company of Newcak,, New jersey 80 Maiden Lane, New York, New York 10438 GENERAL POWER OF ATTORNEY Know all men by these Presents,That the FIREMEN S INSURANCE COMPANY OF NEWARK. NEW fRSEY has made. constituted and appointed. and by these presents does make. constitute and appoint .terry B. Rose or Linda O'Nale or Juanda J. Holmes or Richard D. Hansen, Jr. or Barry L. Crow all of Dallas, Texas, EACH Ctrue and lawful attorney for It and in its name.place,and stead to execute on behalf of the said Company,as surety,bonds, undertakings and contracts of suretyship to be given to r all obligees on behalf of L. H. Lacy Company L� �DlVided that no bond or undertaking or contract of suretyship executed under this authority shalt exceed M amount the M of Unlimited Dollars. I' This Power of Attorney is granted and is signed and seated by facsimile under and by the authority of the following Resc- ion adopted by the Board of Directors of the FIREMENS INSURANCE COMPANY OF NEWARK,NEW JERSEY at a rneet- Ing duly called and held on the 2Dth day of February.1976. 'RESOL VED.Mal the Chairmsn of the loard,the Vice Chairman or Mt board.the*resilient,an r—cufivt V.ca President a a Senior Vice►res- nt or a Vmo Presid*nt of the Company•b e.and that each or any of Vt om hereby k.outhort:ed to asacule Pc.ars of Atlornay awltfying Me atta• y named jr,the given Power of Attorney to a■eana in behatt of FlREMENS INSURANCE COMPANY OF NEWARK,NEW JERSEY.bonds.wnder- tsktngs an0alt Contracts of suratyshtp,and that sn A."htsnt Vice prostdant,a Secretary or an Assistant Sacralary pe.end Mat each W any of them here- IS.aufhoris•d to attest the execution of any ouch Po•.ar of Attomay,and to attach thereto the goat of the Company. FURTHER RESOLVED.that the 06inslures d►auch ofbcers and the seat 0 the Company May ke aNisad to any ouch Pipwo,of Attorney or to any rnif"la Totaling thereto by lscsimlle,and any ouch Poway of Atlorney or conflicata besting such tocsirntie a gna7urei or tacsimile►eat shall be varrd end binding upon the Company•Then ao"'ad and M the 1✓tura w"respbci to any bond.undertaking or Contract of suralyst4 to which M Is attach oe in%ilness Whereof,the FIREMEN'S INSURANCE COMPANY OF NEWARK,NEW JERSEY has caused Its official seat be hereunto affixed ind these presents to be signed by one of its Vice Presidents and attested by one of Its Asistant Vice Presidents this 3rd day of January, 1979 FIREMEN'S INSURANCE COMPANY OF NEWARK. NEW JERSEY hest: By ?.M aloof+&"& Agaetani Vice 149s4snt •s Ml rood.Vc -P"*4"nt ATE OF NEW YORK, UNTY OF NEW YORK. IOn this 3rd day of January. 1979, before me personally came M.L. Ford, to me known,who being by me doily swom. d depose and say that he resides in Summit,in the County of Essex,State of New Jersey,&1 768 Springfield Avenue;that he Is a Vice-President of the FIREMEN'S INSURANCE COMPANY OF NEWARK,NEW JERSEY,the corporation described and which executed the above instrument;that he knows the seal of the said corporation;that the seat Mixed to the said Pstrumeni Is such corporate seal;that It was so affixed by order of the Board of Director:of said corporation and that he aned his name thereto by like order. 41 �r4(m�v� ^• 107ARY htE,C.Suu Of flit•tan It !14W 117 tit' k KOV CERTIFICATE oprwh&.ir torn urct,x t 1, the undersigned, an Assidard Secretary of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY. New Jersey corporation, DO HEREBY CERTIFY that the foregoing and attached Power Of Attorney ey reains in full force L.,d has not been revoked,and furthermore that the Resolution of the Board of Direclm, set forth in the said Power of At- I-Mey. Is now In force. Signed and seated at the M of Now York. Dated the day of •10 v.r�«V Kure Aasnu�t t•iretlrr PFRFORMANCE BOND THE STATE OF TEXAS X COUNTY OF TARRANT X KNOW ALL MEN BY THESE PRESENTS: That we (1) L. H. Lacy ConiDany a (2) Corporation of P. 0. Box 20297 '- Firemen's Insurance Company , hereinafter called Principal , and (3) Y of Newark, NJ a corporation organized and existing under the laws of the State of New Jersey_, and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organ-' !zed and existing under the laws of the State of Texas, hereinafter called Owner, In the penal sum of: One Million One Hundred Twelve Thousand Five Hundred Sixty-Three and 59/)00 ($ 1,112,563.59 ) Dollars in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators and suc- cessors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Vhereas, the Principal entered into a certain contract with The Cambridge Companies, Inc. - ' — - -- -_ -_---_, the Developer. dated Dec. 28, 1984 a copy of which is hereto attached and made a part hereof, and said Developer in turn entered into COMMUNITY FACILITIES CONTRACT No. — with the City of Fort Worth, Texas. the Owner, dated __ for the construc- tion of —Street Improvements for Stonegate Addition, Phase 1---_ _ designated as Project No.-030-036-843-OOanich contract is hereby referred to and made a part hereof as fully and to the same extent as if copied verbatim herein. such project and construction being hereinafter referred to as the "work". L_ IF f NOW THEREFORE, if the Principal shall well, truly and faithfully perform the work in accordance with the plans, specifications, and contract documents IF during the original ter-m thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and f save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and ex- pense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the speci- fications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN WITNESS WHEREOF, this instrument is executed inx counterparts each i one of which shall be deemed an original, this the 2`O day of ' A.D., 19 S Q--. L. H. LACY COMPANY PRINCIPAL (4) ATTEST: BY: a (Principal) Secretary P 0 Box 20297 - Dallas Texas 75220 (Address) (SEAL) FIREMEN'S INSURANCE COMPANY (Address) OF NTWMK, N W JERSEY S e y l ATTEST: BY: (Atltorney-in-fact) (5)Linda O'Nale (Surety) Secretary NOTE: Date of Bond must not be prior to date of Contract 1L (S E A ) (1) Correct name of Contractor (2) A Corporation, a partnership or an Individual, as case may be Witness as to Surety (3) Correct name of Surety (4) If Contractor is PartnersEip all Partners should execute bond (5) A true copy of Power of Attorney shall be attached to bond by Attorney-in-Fact. t CERTIFICATE OF INSURANCE r I ` TO: Date December 14 , 1984 CI'T'Y OF FORT WORTH Project No. 030-036- 843-00 TEXAS Type of Street Improvements for Stonegate Project Addition, Phase I L.H. Lacy Company , ( THIS IS TO CERTIFY THAT P .O. Box 20297 , Dallas , Tx. 75220 (Name and Address o: Assured) is. ar the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the type of Insurance and in accordance with the 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 No. Effective Expires Limits of Liabilit Workers' Com ensation W204068-84 11/15/84 11/15/85 $100 ,000 f Public 1 Person $ 500 , 000 CSL Liability TCMPLL5307 11/15/84 11/15/85 1 Accident$ Contingent 1 Person $ Liability 1 Accident$ Property Damage TCMPLLS307 11/15/84 11115/85 $500 ,000 CSL Builder' s Risk Automobile GLA77575 11/15/84 11/15/85 $500 , 000 CSL Other ( I The foregoing Policies (do) (A&Xn`dC) cover all sub—contractors. — Locations Covered: Texas Descriptions of Operations Covered: Street Improvements for Stonegate Addition, Phase I The above policies, either in the body thereof or by appropriate endorsement , provide that they may not be changed or cancelled by the insurer in less than five days after the insured has received written notice of such change or _ cancellation. When applicable local laws or regulations require more than five days' actual notice of change or cancellation to the assured, the above policies contain such special requirements, either in the body thereof or by appropriate endursement thereto attached. Utica Insurance Group (Name f InsuT) S By Co11lPr Cr)hh F Accnr Tnr "26 EQUIPMENT SCHEDULE List of Equipment owned by Bidder that is in serviceable condition and available for use. ti "21 Portions of work Bidder proposes to sublet in case of Award of Contracts including amount and type: EXPERIENCE RECORD List of Projects your Organization has successfully completed: NAME AND ADDRESS ..... AMT. OF CONTRACT AWARD I TYPE OF WORK DATE ACCEPTED OF OWNER .,r I I I List of Projects your Organization is now engaged in completing: i ANTICIPATED DATE I NAME AND ADDRESS AMT. OF CONTRACT AWARD I TYPE OF WORK IOF COMPLETION OF OWNER ►.. List Surety Bonds in Force on above incomplete work: TYPE OF WORK NAME AND ADDRESS DATE OF CONTRACT AWARD BOND AMOUNT OF BOND OF SURETY Y l S TANDARD FORM OF AGREEMENT As Adopted By Tllh: TEXAS Sh;('1'I()N OI '1'llE AMERICAN SOCIETY OF CIVIL ENGINEERS Octolwr 7, 1971 Revised November 17, 1928 Revised April 15, 1932 Revised October 27, 1934 I Revised October 19, 1945 Revised April 8, 1954 Revised April 21, 1960 Revised October 7, 1971 l Approved as to Legal Form by Legal Counsel STATE OF TEXAS COUNTY OF TARRANT } THIS AGREEMENT, made and entered into this day of A. D. 1904 by and between______-- The Cambridge Companies, Inc_ of the County of_— Dallas and State of Texas, acting through _thereunto duly authorized so to do, Party of the First Part, hereinafter termed OWNER, and r L. H. Lacy Co. of the City of Dallas County of Dallas Mand State of Texas Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements herein- after mentioned, to be made and performed by the Party of the First Part (OWNER), and under the conditions expressed in the bond bearing even date herewith, the said Party of the Second Part (CONTRACTOR), hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: Street Improvements for Stonegate Addition, Phase I in City of Fort Worth, Texas , Project No. 030-036-843-00 l and all extra work in connection therewith, under the terms as stated in the General Conditions of the Agreement and at his (or their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with the Notice to Contractors, General and Special Conditions of Agreement, Plans and other drawings and printed or written explanatory matter thereof, and the Specifications and addenda therefor, as prepared by Carter & Burgess. Inc. , Engineers-Planners P. 0, Box 2973 (1100 Macon Street) , Fort Worth, Texas 76113 herein entitled the FNGINEER, each (it' which has been identified by the CONTRACTOR and the ENGINEER, together with the CON'I'KACTOICS wriltcn Proposal, the General Conditions uf the Agreement, wid the Perfo�rt aiwe :ui(l 1':iy nwiit Kends hereto attached: all of which are made Il a part hereof and collectively vvidenci. and ( nsliliile the entire contract. ( SF-1 f I The CONTRACTOR hereby agrees to commence work within ten (10) days after the date written notice to do so shall have been given to him, and to substantially complete the same —�0 calendar days within kft*)dwW after the date of the written notice to commence work, subject to such extensions of time as are provided by the General and Special Conditions. THE OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the contract. IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. The Cambridge Companies. Inc. L. H. Lacy Co. ( Party of the First P (OWNER) Party of the Second Put (CONTRACTOR) A T ATTEST: a I I M I. I I SF-2