Loading...
HomeMy WebLinkAboutContract 30022 p CITY SECRETARY CONTRACT NO. - � ••• rrVIC SPECIFICATION -- COR RAMk AND CO-WRACWS WNDW CO. My slampy CONTRACT DOCUMENTS ~m MANS GcR'S OFFICE 4`4;*'FWNG Div. FOR i/PW.FILE CM H.M.A.C. SURFACE OVERLAY (2004-11) AT VARIOUS LOCATIONS Project No. GS93-020930522580 IN THE CITY OF FORT WORTH, TEXAS 2004 �. MIKE MONCRIEF GARY W. JACKSON MAYOR CITY MANAGER t ROBERT D. GOODE, P.E . , DIRECTOR DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS A. DOUGLAS RADEMAKER, P .E. , DIRECTOR DEPARTMENT OF ENGINEERING PREPARED BY TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ENGINEERING COORDINATION H OF EXHIBIT "An ASE •T ���� o� •-.S OQ � g 1t Oa .4 ORIGINAL. r 2 �. City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 5/11/2004 DATE: Tuesday, May 11, 2004 ` LOG NAME: 20HMAC04-11 REFERENCE NO.: **C-20063 SUBJECT: '" Award of Contract to Peachtree Construction, Ltd for HMAC Surface Overlay 2004-11 at Various Locations RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Peachtree Construction, Ltd in the amount of $613,705, for 60 working days for HMAC Surface Overlay 2004-11 at Various Locations. DISCUSSION: In the FY2003-2004 Contract Major Maintenance Program, various types of street maintenance techniques are grouped into specific contract packages. HMAC (hot mix asphaltic concrete) Surface Overlay 200411 at Various Locations provides for surface and base rehabilitation, curb and gutter, and valley gutter replacements for asphalt streets funded from the Contract Street Maintenance Fund. The following list details the limits for each of the streets included in this project: STREET FROM TO MAPSCO CD* Bellaire Drive North University Drive Odessa Avenue 76W 9 Bellaire Drive North Odessa Avenue Stadium Drive 76W 9 Bellaire Drive North Stadium Drive Alton Road 76W 9 Bellaire Drive North Alton Road Bellaire Drive West 75Z 9 West Bowie Street Forest Park Boulevard McCart Avenue 76X 9 Feliks Gwozdz Place Alston Avenue Lipscomb Street 76M 9 Forest Park Boulevard Glenco Terrace Park Hill Drive 76T 9 Forest Park Boulevard Park Hill Drive West Cantey Street 76T 9 = Forest Park Boulevard West Cantey Street West Berry Street 76X 9 South Grove Street East Momingside Drive East Bowie Street 77X 9 West Jefferson Avenue Sth Avenue West dead end 76Q 9 Kent Street Mid Court Pond Drive 76W 9 West Lowden Street Townsend Drive Frazier Avenue 76Y 9 West Lowden Street Frazier Avenue Forest Parts Boulevard 76X 9 ^' Maddox Avenue Henderson Street 5th Avenue 76M 9 Magnolia Avenue Hemphill Street Alston Avenue r� 9 McCart Avenue Mc Pherson Avenue West Lowde �^; � 1 " $)� 9 _ r . McCartAvenue Bowie Street Berry Street 9 Mid Court Bellaire Drive North Kent Street 710w, 9 Morphy Street College Avenue Henderson S eet `'7 9 Page Street Jennings Avenue Main Street 77S 9 Park Hill Drive Park Hill Way McCart Avenue 76T 9 West Richmond Avenue South Henderson Street 5th Avenue 76R 9 West Richmond Avenue 5th Avenue 6th Avenue 76R 9 West Richmond Avenue 6th Avenue 8th Avenue 76R 9 Townsend Drive West Robert Street West Cantey Street 76U 9 *COUNCIL DISTRICT The City also reserves the right to increase or decrease quantities of individual pay items within the contract, provided that the total contract amount remains within plus or minus 25% of the contract award. This project was advertised for bid on February 12 and 19, 2004. On March 18, 2004, the following bids were received: BIDDERS AMOUNT Peachtree Construction,Ltd $613,705.00 Austin Bridge 8 Road, LP $621,586.00 APAC-Texas, Inc. $657,935.00 JLB Contracting, LP $686,276.00 Peachtree Construction, Ltd is in compliance with the City's MMIBE Ordinance by committing to 2% M/WBE participation and documenting good faith effort. Peachtree Construction, Ltd identified several subcontracting and supplier opportunities. However, the MMBEs contacted in the areas identified did not submit the lowest bids. The City's goal on this project is 17%. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budgets, as appropriated, of the Contract Street Maintenance Fund and the Street Improvements Fund. TO FundfAccountlCenters FROM Fund/Account/Centers C111 541200 020111053257 $14,000.00 C115 541200 020115033124 $7,900.00 GS93 541200 020930522580 $591,805.00 Submitted for City Managers Office byj Marc Ott (8476) Originating Department Head: Robert Goode (7804) Additional Information Contact: George Behmanesh (7914) MAR-10-2004 WED 12;26 PM TRANSPORTATION PUBLIC WK- FAX N0, 817 871 8092 P. 08/11 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM No.1 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CONCRETE RESTORATION(2004-11) AT VARIOUS LOCATIONS PROJECT NO. GS93-020930532580 The specifications and contract documents for the subject project are hereby revised or amended as the following: The primary purpose of this addendum is to clarify the following: On page SP-18 of the Special Provisions,under Pay Item No.21, 8"PAVEMENT PULVERIZATION,delete second paragraph as below: If the existing pavement has a combination of 10" H.M.A.0 and crushed stone/gravel, undercut will not be required, the contractor will pulverize 10" inches, the 2" inch cut will be taken from the 10" pulverized material. (see soil test report) and replace with second paragraph as below: If the existing pavement has a combination of 10" H.M.A,C and crushed stone/gravel, undercut will not be required, the contractor will pulverize 10" inches, the 2" inch cut will be taken from the 10" pulverized material. (soil test reports will be available at pre- construction meeting). Please acknowledge receipt of this addendum by inserting signed copy of same into your proposal at time of bidding. Failure to return a signed copy of this proposal shall be grounds of rendering the bid non-responsive. RECEIPT ACKNOWLEDGE: By: George A. Rehmanesh,P.E. AssistaiE; By: Street Program Manager r SPECIFICATIONS AND CONTRACT DOCUMENTS FOR H.M.A.C. SURFACE OVERLAY (2004-11) - AT VARIOUS LOCATIONS PROJECT NO. GS93-020930522580 IN THE CITY OF FORT WORTH, TEXAS 2004 1 O A. DOUGLAS RADEMAKER, P.E. DATE DIRECTOR, DEPARTMENT OF ENGINEERING i zl lo4 GEORGE A. BEH"6, P.E. DATE ASSISTANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT C)64� n �.a 3 -a ey 41MO IM, P.E. DATE CAPITAL PROJECT ENGINEER WATER DEPARTMENT TABLE OF CONTENTS 1. Notice to Bidders 2. Special Instructions to Bidders 3. Prevailing Wage Rates 4. Proposal 5. Vendor Compliance 6. Disadvantaged Business Enterprise 7. Special Provisions 8. Contractor Compliance with Worker's Compensation Law 9. Certificate of Insurance 10. Performance Bond 11. Payment Bond 12. Maintenance Bond 13. Contract 14. Project Designation Signs 15. Details 16. Street Locations NOTICE TO BIDDERS Sealed proposals for the following project : H.M.A. C. SURFACE OVERLAY (2004-11) AT VARIOUS LOCATIONS Project No. GS93-020930522580 Addressed to Mr. Gary W. Jackson, City Manager of the City of Fort Worth, Texas will be received at The Purchasing Office until 1:30 P.M. , March 18, 2004 and then publicly opened and read aloud at 2 : 00 P.M. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas, 76102 . A pre-bid conference will be held at 9 :00 A.M. , February 24, 2004 in the Transportation and Public Works Conference Room 270, 2nd floor, Municipal Building. One set of documents will be provided to prospective bidders for a deposit of twenty dollars ($20 . 00) : such deposit is non- refundable. Additional sets may be also purchased on a non- refundable basis for twenty dollars ($20. 00) per set . For additional information contact Ms. Susan L. Schwinger, P.E. at (817) 871-6529 . GARY W. JACKSON Robert D. Goode, Director City Manager Transportation and Public Works 4 PUBLICATION: By. February 12, 2004 Naj W N. Fares, P.E. , February 19, 2004 Str et Program Manager, TPW SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of PM Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been F-0 awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business 01. in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or(2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion,will determine the adequacy of the proof required herein. 2. PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices,the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities,to re-advertise for new proposals, or to ,f proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be PM made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as to hereinafter provided,without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. PM 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting the Department of Engineering Construction Division at(817) PW 871-7910. Bids that do not acknowledge all applicable addenda will be rejected as non- responsive. SPECIAL INSTRUCTIONS TO BIDDERS -I - 4. AWARD OF CONTRACT: The contract, if awarded,will be awarded to the lowest responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of forty-nine(49)City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City. 5. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is$25,000 or less,payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. If the contract amount is in excess of$25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material,in the prosecution of the work. C. If the contract amount is in excess of$100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. .= Said bond shall solely be for the protection of the City of Fort Worth. D. A Two-year Maintenance Bond is required for all projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Paragraph 7 of the Special Provisions. To be an acceptable surety on the performance, payment and maintenance bonds, the surety must be authorized to do business in the state of Texas and meet all requirements of Texas Insurance Code, section 7.19-1. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City SPECIAL INSTRUCTIONS TO BIDDERS -2- 6. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 -General Provisions, Item 8,Paragraph 8.6, Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth,Texas, concerning liquidated damages for late completion of projects. 7. EMPLOYMENT AND NON-DISCRIMINATION: The Contractor shall not discriminate against any person(s)because of sex,race, religion, color or national origin and shall comply with the provisions of sections 13A-21 through 13A-29 of the Code of the City of Fort Worth(1986), as amended,prohibiting discrimination in employment practices. 8 WAGE RATES: All bidders will be required to comply with provision 5159a of o� "Vernons Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth, Texas, and set forth in Contract Documents for this project. 9. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering Director for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 10. INSURANCE: Within ten days of receipt of notice of award of contract,the Contractor must provide, along with executed contract documents and appropriate bonds,proof of .insurance for Workers Compensation(statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or$250,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on"any auto", defined as autos owned,hired, and non- owned). Additional lines of coverage may be requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110%of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders- Item 16. ADDITIONAL INSURANCE REQUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers'compensation insurance policy. n B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. D. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms SPECIAL INSTRUCTIONS TO BIDDERS -3- ` or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. E. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. F. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. G. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. H. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. I. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. J. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. K. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. L. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of City, Contractor shall provide complete copies of all pa insurance policies required by these contract documents. 11. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non- resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state,but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. SPECIAL INSTRUCTIONS TO BIDDERS -4- "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if the project is funded in whole or in part with federal funds. The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. 12. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 11923, as amended by Ordinance No. 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. The M/WBE Utilization Form,Prime Contractor Waiver Form and the Good Faith Effort Form, as applicable,must be submitted no later than 5:00 p. m. five(5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Department of Engineering M ("Managing Department"),2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non-responsive. rUpon contract execution between the City of Fort Worth and the successful bidder,now known as Contractor, a pre-construction meeting will be scheduled at which time the V, Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s)to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information: 1. Name of Contract 2. Name of M/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties po A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project,the Contractor comply with the M/WBE Ordinance by complying with the following procedures: 0 A M/WBE Participation Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The �^ monthly report MUST have an original signature to ensure accountability for audit purposes. • Reports are to be submitted monthly to the M/WBE Office,regardless of whether or not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month,place a"0" or"no participation" in the spaces provided, and provide SPECIAL INSTRUCTIONS TO BIDDERS -5- a brief explanation. • The Contractor shall provide the M/WBE Office proof of 12gMent to the M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as proof of payment: PW 1. Copies of submitted invoices with front and back copies of canceled check(s), OR 2. A notarized letter explaining, in detail: a Subcontractor/supplier Scope of Work b. Date when services were received from subcontractor/supplier c. Amounts paid to the subcontractor/supplier d. Original signatures from both parties must be included on this letter. FO • If the Contractor foresees a problem with submitting participation reports and/or proof of payment on a monthly basis,the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Chante Form to the M/WBE Office explaining the request for the change or deletion. 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. a. All requests for changes must be reviewed and pre-approved by the M/WBE Office. b. If the Contractor makes change(s)prior to approval, the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth,The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office, 3rd floor- City Hall. For additional information regarding compliance to the M/WBE Ordinance, call(817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise(M/WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books,records or files in its possession that will substantiate the PF actual work performed by an M/WBE. The misrepresentation of facts(other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation(other than a negligent misrepresentation) and/or commission of fraud SPECIAL INSTRUCTIONS TO BIDDERS -6- im will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three years. 13. AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the proposal, the City reserves the right to adopt the most advantageous construction thereof or to reject the proposal. 14. PROGRESS PAYMENTS FINAL PAYMENT PROJECT ACCEPTANCE AND WARRANTY: a. --The contractor will receive full payment(less 5%retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. ii c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding(i) final quantities, or(ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 1P 15. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON,within the Metroplex area, runs from May 1,through October 31,with 6:00 a.m. - 10:00 a.m. being critical because emissions from this time period have enough time to bake in the hot atmosphere that leads to early afternoon ozone formation. The Texas Commission on Environmental Quality(TCEQ), in coordination with the National Weather Service,will issue the AIR POLLUTION WATCH by 3:00 p.m. on the afternoon prior to the WATCH day. On designated AIR POLLUTION WATCH DAYS, the Contractor shall bear the responsibility of being aware that such days have been designated AIR POLLUTION WATCH DAYS and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use f motorized equipment is less than 1-hour or if a ui ment is new and certified b EPA as"Low- SPECIAL LowSPECIAL INSTRUCTIONS TO BIDDERS V -7- =' y Emittin `, or equipment burns Ultra Low Sulfur Diesel MSDI,diesel emulsions,or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated AIR POLLUTION WATCH DAY, that day will be considered as a weather day and added onto the allowable weather days of a given month. 16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: A. Definitions: Certificate of coverage("certificate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission,or a coverage agreement(TWCC-81,TWCC-82,TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity employees PF providing services on a project, for the duration of the project. Duration of the project- includes the time from the beginning of the work on the PM project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. r Persons providing services on the project("subcontractor" in 406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person has employees. This VM includes,without limitation, independent contractors, subcontractors, leasing companies,motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. ,F "Services" include,without limitation,providing,hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage PP vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage,based on proper reporting of classification PL codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must,prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. PP E. The contractor shall obtain from each person providing services on a project, and provide to the City: SPECIAL INSTRUCTIONS TO BIDDERS 8- p- (1) a certificate of coverage,prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. E. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner PP prescribed by the Texas Workers'Compensation Commission,informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. .� I. The contractor shall contractually require each person with whom it contracts to provide services on a project,to: (1) provide coverage,based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor,prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor,prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity beginning work on the project; and (b) a new certificate of coverage showing extension of coverage,prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the durat' oject and for one year thereafter. d SPECIAL INSTRUCTIONS TO BIDDER -9- (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts,to perform as required by paragraphs (1) -(7),with the certificates of coverage to be provided to the person for whom they are providing services. PE J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false of misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text,without any additional words or changes: REQUIRED WORKERS'COMPENSATION COVERAGE P "The law requires that each person working on this site or providing services related to this construction project must be covered by workers'compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at(512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." 17. AGE DISCRIMINATION: In accordance with the policy("Policy")of the Executive Branch of the federal government, contractor covenants that neither it nor any officers, members, agents or employees who engage in the performance of this contract shall, in SPECIAL INSTRUCTIONS TO BIDDERS -10- connection with such employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against any person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers,members, agents or employees acting on their behalf, shall specify in solicitations or advertisements for employees to work on those contract a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification,retirement plan or statutory requirement. Contractor warrants that it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the Policy in the performance of this contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990("ADA'), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public,nor in the availability,terms or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply with the ADA's provisions and any other applicable federal, state, or local laws concerning disability and will defend,indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the ADA in the performance of this contract. '" END OF SECTION I� PP r r. :�Hi , i�illo FM SPECIAL INSTRUCTIONS TO BIDDERS -I1 - CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILL iG WAGE RATES FOR 2000 ASPHALT RAKER 510.32 ASPHALT SHOVELER 9.75 BATCHING PLANT WEIGHER 9.65 CARPENTER(ROUGH) 13.64 CONCRETE FINISHER-PAVING 10.16 CONCRETE FINISHER HELPER(PAVING) 9.70 CONCRETE FINISHER-STRUCTURES 13.44 FLAGGER 7.00 FORM BUILDER-STRUCTURES 13.44 FORM SETTER-PAVING&CURB 10.25 FORM SETTER-STRUCTURES 9.75 LABORER-COMMON 7.64 LABORER-UTILITY 8.64 MECHANIC 13.25 SERVICER 10.13 PIPE LAYER 7.35 PIPE LAYER HELPER 6.75 ASPHALT DISTRIBUTOR OPERATOR 11.45 ASPHALT PAVING MACHINE OPERATOR 11.09 CONCRETE PAVING SAW 10.53 CRANE,CLAMSHELL,BACKHOE,DERRICK,DRAGLINE,SHOVEL(<1 '/CY) 10.00 CRANE,CLAMSHELL,BACKHOE,DERRICK,DRAGLINE,SHOVEL(<1 %CY) 11.52 FRONT END LOADER(2 1/.2 CY&Less) 9.94 FRONT END LOADER(over 2%CY) 9.32 MILLING MACHINE OPERATOR 8.00 MIXER 11.00 MOTOR GRADER OPEATOR(FINE GRADE) 12.31 MOTOR GRADER OPERATOR 13.75 PAVEMENT MARKING MACHINE 11.00 ROLLER,STEEL WHEEL PLANT-MIX PAVEMENTS 9.88 ROLLER,STEEL WHEEL OTHER FLATWHEEL OR TAMPING 12.12 ROLLER,PNEUMATIC,SELF-PROPELLED SCRAPER 8.02 TRAVELING MIXER 10.00 REINFORCING STEEL SETTER(PAVING) 9.75 TRUCK DRIVER-SINGLE AXLE(LIGHT) 8.00 TRUCK DRIVE TANDEM AXLE SEMI-TRAILER 10.22 TRUCK DRIVER-LOWBOY/FLOAT 10.54 TRUCK DRIVER-TRANSIT MIX 10.63 TRUCK DRIVER-WINCH 9.80 P R O P O S A L TO: MR. GARY W. JACKSON Fort Worth, Texas City Manager Fort Worth, Texas FOR: H.M.A.C. SURFACE OVERLAY (2004-11) AT VARIOUS LOCATIONS PROJECT NO. GS93-020930522580 Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Department of Engineering of the City of Fort Worth. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding on and awarding the contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (t) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance, Payment and Maintenance Bonds acceptable to and approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums, to-wit: SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 1 2 EA. Project Designation Sign @ Two Hundred _Dollars & No Cents Per EA. $ 200.00 $ 400.00 S.P. 2 LUMP SUM Utility Adjustment @ Six Thousand Dollars & No Cents Per L.S. $ 6,000.00 $ 6,000:00 406 3 30 EA. Manhole Adjustment @ 450 Three-Hundred and Fifty Dollars S.P. & No Cents Per EA. $ 350.00 $ 10,500.00 406 4 70 EA. Water Valve Boxes Adjustment @ 450 Two-Hundred and Fifty Dollars & S.P. No Cents Per EA. $ 250.00 $ 17,500.00 S.P. 5 3 EA. Water Meter Boxes Adjustment @ Thirty-Five Dollars & No Cuts Per EA. $ 35.00 $ 105.00 PA SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID 'UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 104 6 1,000 L.F. Removal and Replacement of 502 Concrete Curb and Gutter @ S.P. E14MEW Dollars & rJo Cents Per L.F. $ 19 $ 140=W 104 7 500 S.Y. Removal ,and Replacement of 6" 504 Concrete Driveway S.P. FoaT`f - FiVE Dollars & Cents Per S.Y. $ 45 $ 22 SCO,e-70 104 8 100 S.Y. Removal and Replacement of 4" 504 Concrete Sidewalks @ S.P. 1-141a-T%f Dollars & No Cents Per S.Y. $ SOT $ 3000.00 300 9 150 C.Y. Removal and Replacement of 304 H.M.A.C. Pavement and 312 Base (Base Repair) @ S.P. ONE Dollars & t--%P Cents Per C.Y. $ 110s: $ 1L,sw.00 208 10 150 C.Y. Graded Crushed Stones @ S.P. _TWeP._ f_ F'w6 Dollars & P-0 Cents Per C.Y. $ 25 2 $ 3117Saco S.P. 11 33,000 L.F. Wedge Milling 2" to 0" Depth 5.0' Wide @ ONE Dollars & FIVE Cents Per L.F. $ °S $ 3 f-SaOO S.P. 12 34 EA. Butt Joint-Milled @ TWO HUNO¢E 0 6 SE VIP.-Mollars & $ $ Cents Per EA. 270'54 I aoo 300 13 50 TON H.M.A.C. Level-Up @ 312 se VEST~ Dollars & �_v Cents Per TON $ ']O s $ 315C2 aQ_- 312 14 93,000 S.Y. 2"H.M.A.C. Surface Course S.P. (Type "D" Mix) @ -nd QE6 Dollars & F, C1C%4TY- F � o (L. Cents Per S.Y. $ 3 B4 $ 351,120.E i 104 15 100 S.Y. Removal and Replacement of 7" 314 Concrete Valley Gutter @ lip S.P. 5 XXT`f Dollars & Tt� Cents Per S.Y. $ (Vo $ by 470 ao i P-2 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 314 16 200 S.Y. New 7" Concrete Valley Gutter @ S.P. SEyEljW Dollars & Wo Cents Per 'S.Y. $ -10T $ I,41n00 av 104 17 40 S.Y. Standard 4" Reinforced Concrete 505 Wheelchair Ramps @ S.P. �2T! Dollars & t� Cents Per S.Y. $ $ I,`OC.Ca 402 18 800 L.F. 6" PVC Perforated Pipe Subdrain @ 500 SIX Dollars & 620 N O Cents Per L.F. S.P. $ (o°—` Co.go 502 19 200 L.F. New Concrete Curb and Gutter @ 51)(T E ETI Dollars & FIFTY Cents Per L.F. $ Sa $ 16 504 20 100 S.Y. New 4" Concrete Sidewalk @ "TN I Z-rY Dollars & Imp Cents Per S.Y. $ 30 $ �ooaae 214 21 19,000 S.Y. 8" Pavement Pulverization @ S.P. ;x.10 Dollars & _FWN Cents Per S.Y. $ 21±+ $ 3q 900-a0 214 22 247 TON Cement @ owe 14UN09EP Dollars & Fad Cents Per TON $ $ Z4,'100.00 S.P. 23 5 EA. Remobilization @ Five Hundred Dollars & No Cents Per EA. $ 500.00 $ 2,500.00 1 106 24 100 C.Y. Unclassified Street Excavation S.P. nJ£./JTY Dollars & No Cents Per C.Y. $ ZO qr $ Zy aw.o0 S.P. 25 6,000 S.Y. 2" Surface Milling @ Dollars & Cents Per S.Y. $ 25 $ -1 S00.00 P-3 f SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 26 1 E.A. Speed Cushions (30' wide Street)® El4uT HuNDQED Dollars & $ $ MO Cents Per E.A. e00,00 S.P. 27 1 E.A. Speed Cushions (40' wide Street) N UNDQ6b Dollars & $ $ No Cents Per E.A. 900 ti G M,00 Total Bids W,38-10S-00 Jky if This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Taxes. All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under House Bill 11, enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29) , prohibiting discrimination in, employment practices. The undersigned agrees to complete all work covered by these contract documents within Sixty 60 Working Days from and after the date for commencing work as set forth in the written Work order to be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction" as established by the City of Fort Worth, Texas. Within ten (10) days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond for the faithful performance of this contract. The attached deposit check in the sum of FIVE PEIZCEur 4 JWr QIO Dollars ($ ) is to become the property of the City of Fort Worth, Texas, or the attached Bidders Bond is to be forfeited in the event the contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. The Contractor shall mobilize within ten (10) calendar days of the notice given by the Construction Engineer for any locations. If the contractor fails 1! to begin the work within ten (10) calendar days, a $200 dollars liquidated damage will be assessed per Block per day. I (we) , acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Respectfully submitted, Addendum No. 1 (Initials) _1�� PEAQW-q rQNSTRUCTION,IM Addendum No. 2 (Initials) Company Addendum No. 3 (Initials) By: Signa re J.BARRY CLARK Printed Name of Principal Address: P.O.BOX 821198 FT A-9-S U 76182-1196 (Seal) Date: 3- 1 r°- o4 Telephone: 917-4°8-5470 P-5 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as a low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the state of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in (give-state), our principal place of business are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. Bidder: PEACMEE CONSTRUCTION,LTD. J.BARRY CLARK Company By (Please Print) P.O.BOX 821195 � P�C,_ Address Sig ature F7_wntma JX Z81W Ion PRESIDENT City/State/Zip Title (Please Print) ''" THIS FORM MUST BE RETURNED WITH YOUR QUOTATION ]FORT WORTH City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract Is$25,000 or more,the M/WBE goal Is applicable. If the total dollar value of the contract is less than$25,000,the MMBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. MNVBE PROJECT GOALS The City's MBE/WBE goal on this project is 107 %of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal,or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department,within the following times allocated, in order for the entire bid to be considered responsive to the specifications. K 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date,exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid t perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form,if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS I• Any questions,please contact the M/WBE Office at(817) 871-6104. Rev.5/30/03 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime P�ttc�fi� �S'�ru��F�o n L fid. MNV/DBE NON-MNV/DBE PROJEAI. CT N®AME: 2 6 oq—t ) BID/ 0V�!" DATEi City's MNVBE Project Goal: rime's MNVBE Project Utilization: PROJECT NUMBER V7 % ,6 ( % G593-O�b ,3oS.uSF0 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct T payment from the prime contractor to a subcontractor is considered 1St tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minorityor women businesses by the North Central Texas Regional Certification Agency(NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The MNVBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the Fees and commissions earned by the MM/BE as outlined in the lease agreement. c Rev.5/30/03 ATTACHMENT 1A FORT WORTH Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e.,Minority,Women and non-M/WBEs. Please list M/WBE firms first,use additional sheets if necessary. Certification N (check one) o SUBCONTRACTOR/SUPPLIER T n Company Namei N T Detail Detail Address e M yy C X M Subcontracting Work Supplies Purchased Dollar Amount T D W Telephone/Fax r B B R o B E E C T E ak A M ot,k St. Rid gy. SSS 60. 00 v 7-4�t�-t-ped (� �D U 60-Yq 4 Care.,• .2-/00 AJ. Sr/von is Cv r�rife 4 3oc�,o� For+L001 ) 14. 76/// A17 � s9/9 AlohZo L�hq Dustrc r ?b ,Box l ass; 750. 00 Is A04 A off, 'T-51-', 76.22 v ?- yjo -39 s,% S/7-meq/- .23s`fi�x Gk1 es+k1'11 Can stnuc' Can cr&. - ,S9o.0 0 *, �c) 'B 4k -20/ (o Cv r6 Fi C-1:5 6u m e.0 Te 76033- 2o(Co 50 /1P4c,TPx4s A4,k 1274,/ass, na ,DGcIGs,TX.75.2.2Z-Yagb 971 - �Ca-oco 972--7-q-9-,o4-2-2 4;,- &Lto.o0 f o '8 ox 71 iso PPI &(��` gar � �Vl f�' 1677d - aq 7-ata s6 rU. .617- F47- -Zo-j$ Rev.5/30/03 i ATTACHMENT 1A FORT WORTH Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e., Minority,Women and non-MANBEs. Please list M/WBE firms first,use additional sheets if necessary. Certification (check one) C SUBCONTRACTOR/SUPPLIER T r Company Name i N T Detail Detail Address M wc X P Subcontracting Work Supplies Purchased Dollar Amount TelephonelFax r B B T D E E R O E E C T E A r= P - Rev.5/30/03 -0 11 ATTACHMENT 1A FORT WORTH Page 4 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 07 no, p O Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ -'tSc)jSOS., oo IL TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ q . DO The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of ChangelAddition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including IL M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable 116 subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the MNV/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. ....- .1• rr- l4f-1G Authortz d Signature Printed Signature Title Contact Name/Title(H different) I P Coffin, . Lid, �/7-ggIg ?0r&,n -g�r0 -O S6g Company Name Telephone and/or Fax D Bax 41 4f-.ua C14-- - COP" Address E-mall Address 3, 2 oltylastlt —ip Date , MR • •a Rev.5/30/03 f ATTACHMENT 1 B FORT WORTH Page 1 of 1 � City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: Check applicable block to describe 1' f rime M/W/DBE ON-MM/DBE PROJECT NAME: LBID DATE City's M/WBE Project Goal: PROJECT NUMBER / 7% 6.513 o 52a SFsO If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if lith answers are yes. Failure.to:complete this form in its entirety and'be received by the Managing Denartment!on orbefore 5:00 p.m..five'(5) City business days after bid opening, exclusive of the bid opening date,will result'in the bid beingconsidered non-responsive to bid'specifications. EL Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, NO this is our normal business practice and 2rovide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information 111. regarding actual work performed by all subcontractors, including M/WBE(s)on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3)years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one(1)year. \,N_ Co �Zg rr4 Gbtr_� Auftdied Signatu Printed signature ��'�,S io�Q_,r+.'jf' x-/G✓i?e� CJ�4c� —�C� �i-�i'Za�— Title Contact Name Of different) �ac.(ti�ir� �c�/1�ruc�i�� .L�• 817, -54f>p Sb3-8`'�D- <r, Company Name T— Phone Number F Number Address Email Address v O ity/stateop Date Rev.5/30/03 ATTACHMENT 1C Page 1 of 3 FORT WORTH City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe 1—+d. rime NV PR/OOJJECT NNA�ME: M /DBE NON-MNV/DBE 14fPROJECT 4C NAME: c� r�� � o� '�� BID DATE, ` _;166L( City's MMBE Project Goal: PRO CT NUMBER l ? °i° GS 93 - b�� 3o��zs8o If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or If your DBE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the MIWBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and OL submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. IL Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m.five (5) City business days after bid opening,exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunitv2 for the completion of this it project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2" tier. k (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities �0J'tCra1-4e- SVD tit/k G hci-� e ��I✓z.rz z�f�� I� r Rev.05/30/03 ATTACHMENT 1C Page 2of3 2.) Obtain a current(not more than three(3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. — -_ �es Date of Listing P [ No 3.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed,at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes,attach MMBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed,at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MMBE firm, ep rson contacted,phone number and date and time of contact.) No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. IL NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- k thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of IL plans and specifications in order to assist the M/WBEs? ./Yes No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide �z dispute concerning quotes,the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. ti (Pie se use additional sheets,if necessary, and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection rico-tilt7. 1972-271-y2ri Jin T,"-k e-46- X Ja4-- Law t _ M.Cres Co� ci /"lana /I I` k if Fel calle-rale A I - a , Rev.05/30/03 ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. ` The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by ' the City's M/WBE Office. T. terry Clary Autgorized Si nature Printed Sign re JDre /Wei I- AV,61,C3M4-c�--EEd e f- 16 Title Contact Name and Title(if different) Z°FIZ c.Lt` -me 6D' A s tru c-tiy n ,Lid V y- ",R-S-wd gd 0-Seo--o s�� Company Name Phone Number Fax Number /00 d 6r..,a-4-- IA ft-eP_60A .G0/ 1, Address Email Address r City/State/Zip Date f Rev.05/30/03 M/WBE REQUIRED DOCUMENTATION RECEIPT Transportation & Public Works Official Date: 63 ia5 iog Official Time: Bid Date: 3 / I / Project Name: Tl pd- nuirfew-e DuerLau a40e{-/l Project Manager: W Forms Submitted By Name: ` --t- Company: (©n< dfucl t'oy) Received By: 44/, 60 CERTIFICATE OF INSURANCE STANDARD FORM BY INSURER 1 DATE ACO-RD. CERTIFICATE OF LIABILITY INSURANCE 05/14/2004) PRODUCER 817-737-4943 FAX 817-737-4947 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION K & S Group, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Frank Siddons Insurance Fort Worth HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 4021 Hwy 377 South - Fort Worth, Tx 76116 INSURERS AFFORDING COVERAGE NAIC# r. INSURED Peachtree Construction, Ltd. INSURERA: Travelers Lloyds Insurance Co. P.o. Box 821198 INSURERB: Travelers Indemnity Co. of Conn. Fort Worth, TX 76182-1198 INSURERc: Texas Mutual Insurance Company ` INSURER D: 817-498-5470 Fax: 800-880-0568 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDIN ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS I TP MAPGENERAL LIABILITY CO-8225A589-TLC 06/30/2003 06/30/2004 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 300,000 CLAIMS MADE a OCCUR MED EXP(Any one person) $ 5,000 A X Per Project Aggr. PERSONAL 8 ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY X PRO- LOC JECT AUTOMOBILE LIABILITY CAP-8225A577-TCT 06/30/2003 06/30/2004 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ B X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLA LIABILITY CUP-8225A565-TCT 06/30/2003 06/30/2004 EACH OCCURRENCE $ 4,000,000 X OCCUR ❑CLAIMS MADE AGGREGATE $ 4,000,000 B $ ]DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND TSF-000579832 06/30/2003 06/30/2004 X I WCSTATU- OTH- EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ 1,000,000 C ANY PROPRIETOR/PARTNERIEXECU IVE OFFICERIMEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $ 1,000,0001 It yes,describe!ender SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ 1 000,000 OTHER DESCRIPTION OF OPERATIONS I LOCATIONS/VE�IICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPF,CIAL PROVISIONS Project: HMAC Surface Overlay (2004-8) at Various Locations Project No. : GS93-020930522560 ertificate holder is named as an additional insured on general liability and auto liability with a giver of subrogation on general liability, auto liability and workers compensation. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Fort Worth BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 1000 Throckmorton Street OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. Fort Worth, TX 76102 AUTHORIZED REPRESENTATIVE Steven Siddons/LSCOTT ACORD 25(2001/08) FAX: (817)871-8092 ©ACORD CORPORATION 1988 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Project HMAC Surface Overlay 2004-11 at Various Locations and City of Fort Worth Project No. GS93-020930522580. CONTRACTOR: PEACHTREE CONSTRUCTION,LTD. By: �� l�c�.-� Gr.— Name: J.BARRY CLARK Title: PRESIDENT Date: 5-24-c4 STATE OF TEXAS § COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared J.BARRY CLARK known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of PEACHTREE CONSTRUCTION,LTD. for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this 24 day of r-a" , 20 ct CHERYL A.HOHENSEROER *= MY COMMISSION EXPIRES Notar►r Pu is in and for the State of �so,2ooa Texas Bond No. SS8141 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) Peachtree Construction. Ltd. , as Principal herein, and (2) Fidelity and gjaranty Insurance Underwriters, Inc. , a corporation organized and existing under the laws of the State of (3) Wisconsin , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Six Hundred Thirteen Thousand, Seven Hundred Five Dollars and No Cents Dollars ( $613,705.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 11 m day of May , 2004, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: HMAC SURFACE OVERLAY 2004-11 Project No. GS93- 020930522580. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED thisIf -day of May , 2004. Peachtree Construction, Ltd. PRINCIPAL ATTE T: By: �%t._ Name: J. Barry Clark (Ftnncipal) Secre ry Tale: President (S E A L) Address: P.O. Box 821198 Fort Worth, TX 76182 Witness as to Principal Fidelity and Guaranty Insurance Underwriters, Inc. SURETY i T �T By. . 09 Name: Lorrie Scott Secretao Holly A. Gravenor Attorney in Fact (S E A L) Address: 4021 Hwy 377 south Fort Worth, TX 761166- Witness 6116Witness as to Surety Erin ssey Telephone Number: (817)-737-4943 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attomey-in-Fact. The date of bond shall not be prior to date of Contract. Bond No. SS8141 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) Peachtree Construction, Ltd. , as Principal herein, and (2) Fidelity and Guaranty Insurance Underwriters, Inc. , a corporation organized under the laws of the State of(3) Wisconsin , and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of Six Hundred Thirteen Thousand, Seven Hundred Five Dollars and No Cents Dollars ( $613,705.00 ) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the 11th day of May , 2004, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of HMAC SURFACE OVERLAY 2004-11 Project No. GS93-020930522580. NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, theri this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 11s' day of May , 2004. Peachtree Construction, Ltd. PRINCIPAL ATTEST: By:..�a , '' L �—e-, Name: J. Barry Clark (Principal) Secretary Title: President (S E A L) Address: P.O. Box 821198 Fort Worth, TX 76182 Witness as to Principal Fidelity and Guaranty Insurance Underwriters, Inc. SURETY A By: /19' - � Name: Lorrie Scott SecretangHolly A. Gravenor Attorney in Fact (S E A L) Address: 4021 Hwy 377 South Fort Worth, TX 76116 Witness as to SuretYA ErinLmassey J Telephone Number. (817)-737-4943 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attomey-in-Fact. The date of bond shall not be prior to date of Contract. Bond No. SS8141 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That Peachtree Construction. Ltd. ("Contractor), as principal, and, Fidelity and Guaranty Insurance Underwriters. Inc. a corporation organized under the laws of the State of Wisconsin ("Surety'), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of Six Hundred Thirteen Thousand, Seven Hundred Five Dollars and No Cents Dollars ( $613,705.00 ), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the 11`" of May , 20 04, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: HMAC SURFACE OVERLAY 2004-11 AT VARIOUS LOCATIONS the same being referred to herein and in said contract as the Work and being designated as project number(s) GS93-020930522580 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of 2 (Two) Years _; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void„ and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in 6 counterparts, each of which shall be deemed an original, this 11th day of May , A.D. 2004. Peachtree Construction, Ltd. PRINCIPAL ATTEST- By: � •.r�2 Name: J. Barry Clark (Principal) Secretary Title: President (S E A L) Address: P.O. Box 821198 Fort Worth, TX 76182 Witness as to Principal d, Fidelity and Guaranty Insurance Underwriters, Inc. SURETY A By: (-74 Name: Lorrie Scott SecretarjJ Holly A. Gravenor Attorney in Fact (S E A L) Address: 4021 Hwy 377 South Fort Worth, TX 76116 Witness as to Surety Erin Masse)U Telephone Number: (817)-737-4943 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. ;1. �P.I . TheStPdul POWER OF ATTORNEY Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company Power of Attorney No. 24309 Certificate No. 2089567 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,and that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the "Companies"), and that the Companies do hereby make,constitute and appoint Steven B. Siddons,Holly A.Gravenor,and Lorrie Scott Fort Worth Texas of the City of State their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign its name as surety to,and to execute,seal and acknowledge any and all bonds,undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings w paired or permitted in any actions or proceedings allowed by law. 16th April 2004 IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and sealed this^ day of Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company 4�ry '`F1RL 6y \�'N..MS4 Jp+.NSN9�4 �YIv_ PETER W.CARMAN,Vice President State of Maryland City of Baltimore THOMAS E.HUIBREGTSE,Assistant Secretary On this 16th day of April 2004 ,before me,the undersigned officer,personally appeared Peter W.Carman and Thomas E.Huibregtse,who acknowledged themselves to be the Vice President and Assistant Secretary,respectively,of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.;and that the seals affixed to the foregoing instrument are the corporate seals of said Companies;and that they,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. In Witness Whereof,I hereunto set my hand and official seal. )rl My Commission expires the 1st day of July,2006. CM�o REBECCA EASLEY-ONOKALA,Notary Public AE 86203 Rev.7-2002 Printed in U.S.A. This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety C7force Fire and Marine Insurance Company, St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Gu Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.on September 2, 1998,which resolutions are now, effect,reading as follows: RESOLVED,that in connection with the fidelity and surety insurance business of the Company,all bonds,undertakings,contracts and other instruments relating to said business may be signed,executed,and acknowledged by persons or entities appointed as Attomey(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s)of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman,or the President,or any Vice President,or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and subject to any limitations set forth therein,any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company,and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached;and RESOLVED FURTHER,that Attorneys)-in-Fact shall have the power and authority,and,in any case,subject to the terms and limitations of the Power of Attorney issued them,to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings,and other writings obligatory in the nature thereof,and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I,Thomas E.Huibregtse,Assistant Secretary of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company, St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I hereunto set my hand this day of SURE/l• „w,,,,.,,, *I� • "� _ �epR FOM��f�y.. Jy'•'�✓04�1r� W "^^MWtFD N,� * � �'•;SEAL:o"J ��e.38RL%s ow, tl��� � `1 �i11 � _ �• Thomas E.Hurbregtse,Assistant Secretary To verify the authenticity of this Power of Attorney,call 1-800-421-3880 and ask for the Pbwer 0 ey clerk. Please refer to the Power of Attorney number, the above-named individuals and the details of the bond to which the power is att4pktd.- ,6 St.Paul Fire and Marine Ioiuraace Company United Sates Fidelity and Guaranty Company StRiul Surety St.Paul Guardian Iainrance Company Fidelity and Goaranty insurance Company St Paul Mercury Insurance Company Fidelity sod Guaranty Insurance Underwriters,Inc. Seaboard Surety Company St.Paul Medical I IsbWry InsOranCe Company RIDER CONTAINING DISCLOSURE NOTICE OF TERRORISM COVERAGE This disclosure notice is required by the Terrorism Risk Insurance Act of 2002. No action is required on your part. This Disclosure Notice is incorporated in and a part of the attached bond. You should know that, effective November 26, 2002, any losses caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by the Terrorism Risk Insurance Act of 2002. Under this formula, the United States reimburses 90% of covered terrorism losses exceeding the statutorily established deductible paid by the insurance company providing the coverage. There is a cap on our liability to pay for such losses if the aggregate amount of insured losses under the Act exceeds $100,000,000,000 during the applicable period for all insured and all insurers combined. In that case, we will not be liable for the payment of any amount which exceeds that aggregate amount of $100,000,000,000. The portion of your premium that is attributable to coverage for acts of terrorism is 0.00. IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO CHANGE ON ANY BOND THAT PREMIUM IS CHARGED ANNUALLY. Fidelity and Guaranty Insurance Underwriters, Inc. IMPORTANT NOTICE: To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin,TX 78714-9104 FAX # 1-512-475-1771 Your notice of claim against the attached bond may be given to the surety company that issued the bond by sending it to the following address: Mailing Address: Fidelity and Guaranty Insurance Underwriters, Inc. P.O. Box 4689 Federal Way, WA 98063-4689 Physical Address: Fidelity and Guaranty Insurance Underwriters, Inc. 31919 First Avenue South Suite 100 Federal Way, WA 98003 You may also contact the St. Paul Surety Claim office by telephone at: Telephone Number: 1-253-945-1545 PREMIUM OR CLAIM DISPUTES: If you have a dispute concerning a premium,you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document. CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT This agreement made and entered into this the 11th day of Mav , 20 04 by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.D., 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city, and the City of Fort Worth being hereinafter termed Owner, and Peachtree Construction, Ltd. HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: HMAC SURFACE OVERLAY 2004-11 AT VARIOUS LOCATIONS Designated as project number, GS93-020930522580 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 60 (Sixty) working days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $ 315.00 per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications, and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete the same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if, in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said Plans and Specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6. Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such /niurv, damaare or death is caused. in whole or in Part, by the negligence or alleged negligence of Owner, its officers. servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to C-2 property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the neg/igrence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials fumished in the prosecution of the work, such bonds being as provided and required in Texas Government Code Section 2253, as amended, in the form included in the Contract Documents, and such bonds shall be 100 percent (100%) of the total contract price, and the said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 8. Said City agrees and binds itself to pay, and the said agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) altemates N/A shall be SIX HUNDRED THIRTEEN THOUSAND, SEVEN HUNDRED FIVE DOLLARS AND NO CENTS ,5613,705.00 C,3 9. It is further agreed that the perfomiance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copies verbatim herein. 11. The Contractor shall procure and shall maintain during the life of this contract insurance as specified in paragraph 8 of Special Instruction to Bidders of this contract documents. 12. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in Six counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in Six (6) counterparts with its corporate seal attached. C-4 Done in Fort Worth, Texas, this the I Vh day of May , 20 04 . RECOMMENDED: 7 F FORT WO aJ / '� 7- DIRECTOR, DEPARTMENT OF ASSIS ANT CI MANAGER ENGINEERING APPROVED: X,,,DIRECTOR, TRANSPORTATION AND PUBLIC WORKS Peachtree QMsj;ruction, Ltd. ATTEST: (Contractor) CI SECRETARY (SEAL) (Representative) C— J. Marry Clark Contract Aut1h�oriiaa-(tiiox President (TITLE) Date P.O. Box 821198 APPROVE AS TO FORM & (Address) LEGA Fort Worth, TX 76182 (City/State/Zip) ASSISTANT CITY ATTORNEY November 1960 Revised May 1986 Revised September 1992. Revised January 1993 ` Revised April 1999 Revised June 1999 2, rr piti� � Revised June 2001 Q C-s _ Z Q W L � p LU a. m a co 0 U m N z iD 1` Ii N 0 a V) ry W �---t w z cn- &40D1 z cn Q z i ,I Q %%. z OLOf z o ,_,., 0 U = C) z a '—' w 0 9- , 0 0 W F-- F-- II I U w Lli W (2� 0 F- r*r n JDD c � o Z - W Q1 H_ � � � W i LW C __ Ir O J cc O Q O 2 pi-J V O j Q WHNNQ J 0 W= Waa}-�' W Z O > ix2W y F' V W s� cca0WL1C > y t- v 2v W } ~ O V m H p.. J Z = = a c O W Q J • a7 cr V • Z.p 0 Jr. x lt1 I~ Z x ~ W W ` ' WW ~ ac } H W < W 1- J z O 2 IOVVINOO NI ION lovVIN00 NI low C � O W e N N p 01 1 � O W e � Z z v O C m W ao > x zo W . :j _J W IOIIIIIIII� V :E .. G W z S � vO Z W z a W _ W c uj J _ O ° m V N Q W U. W a m U > W 0NF- 1- yi0 3 z r F V CL OO W C Q CD � t I.- -1 0 a. W S Z O = H ac �ao ar N V J .W Vj m OW Q FN< pW Z V t- NW> W � ZV C7 } O W�' W z 2 .39X ' . y yin mZ W N 1— iW �= a� z` }- p � N CL 0 io�' � 0Z WILUS C J F' =m W1 V ~x Z Z � IL O ° = _ rWo i- Z W f• ' z N O V r a a m m W N W O W J H O Z 1-H m0 o � � W � 1 > O W W O L.. > W _W F at W 0E- m m Q 0Ja =W J a F-.J � 3 � U. m ZQ ca O � N C !; 4c W W IJ=J �W � Q 4 004 ON Z Wo G c W E- m Z CY W Z 1- W CLC: O Fes- Z Z CO W— D • F- D m ai A C W = F- v t t 1� h z � � W at z Q.cc W = J O W to~ g 2 W 0 ki p t JO tno6- ZZ C W J.. c=c m 0 N F- Z (� QVZ 1- = 0 OUl � } J d W W O L $- �m W < z a J 0 mCC d d Q' z W °A III ` • r. Iil ••+ ,,l 'r III lli �t,, •1 ,: r I . 1 i ... !� to.' to - IIIago sit u' tll ... 111 to .::: ��� 1��I i :.. ill •: � i - 1. off •�il.11 ' •.. ' � • i i Doi so I I •Y 1, � It 4' MANHOLE WATER VALVE 1/2 W TYP 4.0' M H 2.0' W V " L . •� 8 #4 BARS TYP. PLACED MIN 3" = 0 BELOW SURFACE ••�/ \ �• 3" TYP. c PVMT PVMT BASE t ;; °' BASE GRADE RINGS AND I RAM NECK L CONCRETE COLLAR HEIGHT VARIES r• „ 1. ALL CONCRETE USED SHALL BE 300 0 PSI. 2. CONCRETE COLLAR SHALL EXTEND TO THE BOTTOM OF BASE (MIN.). 3. CONCRETE COLLAR SHALL BE: a) 4' x 4' for MANHOLE ` b) 2' x 2' for WATER VALVE. CONCRETE COLLAR i for MANHOLE and WATER VALVE NTS February 1993 • A %0"%t FEET OF VALL" GUTTER MEASURED FROM BACK-OF-CURS TO BACK-OF-CUR! EXPANSION JOINTS TRANSITION If AREA. 1 e 7727=1- TRANSITION AREA(WIDTH AS REOUIRED)L-40. OUMMT YATGUT TIER IMO A JOINTS PLAN VIEW Not to Scale Aa lawl ao owe thea l'/a depth ood oo /tee I400 Slide depth ii/l be"W-far/a-o//8•arldw roller 10tetR FA*CoolioNoi Arx M relairid to list the puller frith Iroter before lhe%0 4 oeeeplid- T°CONCRCTE EXIST,K M A.C. VALLEY t•VY•T f BASC GUTTER !°N.ILA.C. NO.3 t 24"C-C TRANSITION 1-0- NO.34 IB°C-C16 ° 2�KILA.C. TRANSITION ITEM N0.302 7° fxIST.Or BA !/2T PYYY ASE S' 2/27 !` CONCRETE BASE Crushed CONCRETE BASE Limestone RESIDENTIAL STREETS SECTION 'A —A' Not to scale rhe 7 reinforced concrete ralley sha/frep/ace the top 7~ar Jhe pavement rflh the semafnfnf portlon of pavement to be constructed Aclud/nf subfrode freata,eal, /a accordance w1th the lyp/cal pav/nf seclfon. The concrete ra//sy or///A#poverned accordfn f to cil.v standards for concrete curb and puffie The concrete *Ao// be of irashed and screened aggregate w/th a ao/n. of flet(3Jseeks of cement per cubicyord Of concrete. wi th a mi nimum *compressi ve strength of 3.000 pounds per square inch in seven days. aAICRETE VALLEY DEMI�LS ' 1:. -T)ril 1993 GROUND LINE 1.5'MIN, FACE OF CURB SUITABLE MATERIAL TAMPED IN �. LIFTS NOT CURB AND EXCEEDING Vie, GUTTER �G 12" L00SE. TOP Of CURB N _i WASHED ROCK 12. OVERLAP 2 .PER ITEM 402 '� a FILTER FABRIC PER PAY ITEM NO. 1% 0.3' PIPE SHALL BE 6' PERFORATED POLYVINYL CHLORIDE TUBING PER ASTM D-1784 UNLESS SPECIFIED OTHERWISE. SUBDRAIN . CITY OF FORT WORTH,TEXAS-CONSTRUCTION STANDARD LDRAWING NO. S-S 11 r1001F. DATE: 3- 7-95 367 Addendum 3 v WH CHAIR RAMPS -W-N& s T A -MN�.-. A R T A'l S CITY OF FORT VORTK TEXAS - CONSTRUCTION STANDARD OCTOBER. 1992 w� w O°C OC w Of ON z0 Y J-1 xY J r~, Q2 3 f ZOOMi> A r--4 V w q H 3 W-Ct Z= t Q W ac x dtj =AN da .• cq >yx OCA �n CoY[�x JW oW.� d.Cf CL z C3.j� �a ow 0 -C tA-wz 0a 4._ 1-4 - lz@ A �- H U Z W o it AC w _. Q "Ld � { w p4 M M IL � �`•NW Q 04 U t- W Z Ra(Jg Q v 4b —1 a LJOSO Q Z 'q• --1 Cl W _j U Z 0 w � 00 U t- W 0 _ 0 .�� � r � TYPE I EXISTING 15' R SCALE 1" = 5' . PROP. 4' RAMP Z COLORED SURFACE o , a z 0 U h r _ 1148 112 112 VARIABLE HEIGHT CURB 1 1/2' R (TYP.) CITY OF FORT VORTK TEXAS - CONSTRUCTION STANDARD OCTOBER, 1992 I I EXISTING 15' R SCALE 1" = 5' SIDEWALK RAMP NOTES U EXPANSION JOINT AND SILICONE SCALING I SHALL K SUBSIDIARY TO UNIT PRICE 111D FOR SIDEVALK CASIIK am e) THE ACTUAL LDNITS OF RE"aVAL OF EXIST- ING CURB AND GUTT0t AND SIDEVALK-SHALL SASS DIRECTED BY THE ENGINEER IN THE 00 T"m_N� 3) HONOLIT14C CURB OR FLARED SLOPES PAY BE 1HSTALLED ON BOTH SIDES OF THE RAMP DEPENDING ON THE FIELD CONDITION OR AS W Q =d, DIRECTED BY THE CN50CER. 4) CURB RAMPS VITH RETURNED CUM HAY BE USED WERE PEDESTRIANS VOILD NOT SAWA foe NW4ALLY VALK ACROSS THE RAMP ow rvWT . 5) SLOPE Of CURL RAV AND/OEt SIDEWALK SHALL BE A MAXlMJM OF 112 FLARED SIDES OF RAMP SHAII HAVE A b6kM" SLOPE OF 1110, MESS PEDESTRIANS COULD AS REouEll VALK ACROSS THE RAW THEN THE 14AXIMIA# SICK W SLOPE SHALL BE 142 FW.a In KV01= nxv#tx CUPS cuts OR '• ' ate wtE ... : rrc 1 Com oe a 1 n_*m . • nim sw#a a as zVLL x CMD" sI �. ._ ,•. AS REa,ou LEGEND . ••'.• Moc W Mr. ars + Act Fro►. 7" cu" -- WIIEELCHAIR RAMP raft QTS N`vt . . • . . • • •• • • •• LAYDOWN C/G STANDARD PAY LIMIT DETAIL CITY OF FORT VORTK TEXAS - CONSTRUCTION STANDARD 0CTC19M 19M WR - 1 ASPIIALT TIE-IN - EXISTING 15' R SCALE 1" = 5' _ SIDEWALK RAMP cias•T*G � wK� f EFAFG33M � AND x�:Xs� :� K s� � 'M tH1 PR= $a FM MCV" Imm b IFe GUTTER AM slxvKx s1AL x As XTf] sr TFC DOGDAmt !1 TK hill 6" W CR 2+"' lt: SAVM f= ft-a-MV3 .or s �aveai..tnac srk'V#cX a,Rs oaocv� � 1/i^ W • .A.F*(T3fIG � TaL i s cwt VA4' V.1 TcxL �� C)Pmcsmq jam & sx,xoc xm-*G mac OF f9W.ClW FACE Pim. IN CMI GUTTA VdJT Fm ciHCTSLm PAVDCIR JOINT DETAIL CITY OF FORT VORTK TEXAS — CONSTRUCTION STANDARD OCTOBER, 1992 i I I I TYPE III I I EXISTING 20' R SCALE 1" = 5' EXISTM cm I I I PROP. RAMP � anTCR BROOM FINISH t4r I TRANSITION `r ��� FTS old fFi4t PvK7 1 � S�Dh1G PftSP. COl.�1 t TUFKIE =Ism CaLom SLWAM "7 Mi �--- T COKUMTKX VAU Wx or Pew. Cm r12 f/x ffw. ?r Celt! SAvo ffTX! • C� PYlfT CITY OF FORT WORT - K TEXAS CONSTRUCTION STANDARD OCTOBER, 1992 PLAN VIEW BACK OF BACK OF CURB CURB (Vai-e-3 (Min. 30'-Ma 2' (Varies) 21-7.5" 6'-3" 2'-7.5 (Varies) 2' TP. (Typ.) 12"WHITE HOT TAPE (AVERY DENNISON OR EQUIVALENT) C? zo C, 12"WHITE HOT TAPE (AVERY DENNISON Striping and reflectors to be OR EQUIVALENT) install by the Contractor WHITE TYPE 11 1-SIDED REFLECTORS ........................................ ... Overall length Overall width Height: 3-1/2 inches Ramp Gradient: 8.57 in 1 (30 inches 3-1/2 inches height) DEPARTMENT OF TRANSPORTATION rND PUBLIC WORKS CITY of Side Gradient: 3.43 in 1 (12 inches 3-1/2 inches heighl ",F FIC DZNEEFUNG FORT VYURTH SPEED CUSHIONS .UR APPPOW BY: DRAWING NOT TO SCALE HMAC SURFACE OVERLAY (2004-11) STREET FROM TO TYPE MAP LM CD BELLAIRE DR N UNIVERSITY DR ODESSA AVE MOL 76W 0.58 9 BELLAIRE DR N ODESSA AVE STADIUM DR MOL 76W 0.27 9 BELLAIRE DR N STADIUM DR ALTON RD MOL 76W 1.01 9 BELLAIRE DR N ALTON RD BELLAIRE DR W POL 75Z 0.69 9 W BOWIE ST FOREST PARK BLVD MCCART AVE POL 76X 0.1 9 FELIKS GWOZDZ PL ALSTON AVE LIPSCOMB ST POL 76M 0.11 9 FOREST PARK BLVD GLENGO TER PARK HILL DR MOL 76X 0.66 9 FOREST PARK BLVD PARK HILL DR W CANTEY ST MOL 76T 1.94 9 FOREST PARK BLVD W CANTEY ST W BERRY ST MOL 76X 1.05 9 S GROVE ST E MORNINGSIDE DR E BOWIE ST POL 77X 0.79 9 W JEFFERSON AVE 8TH AVE W DEAD END MOL 76Q 0.11 9 KENT ST MID CT POND DR MOL 76W 0.22 9 W LOWDEN ST TOWNSEND DR FRAZIER AVE POL 76Y 0.15 9 W LOWDEN ST FRAZIER AVE FOREST PARK BLVD MOL 76X 0.28 9 MADDOX AVE HENDERSON ST 5TH AVE POL 76M 0.13 9 MAGNOLIA AVE HEMPHILL ST ALSTON AVE MOL 771 0.52 9 MC CART AVE MC PHERSON AVE W LOWDEN ST MOL 76T 0.64 9 MC CART AVE BOWIE ST BERRY ST MOL 76X 0.37 9 MID CT BELLAIRE DR N KENT ST MOL 76W 0.15 9 MORPHY ST COLLEGE AVE HENDERSON ST POL 76M 0.33 9 PAGE ST JENNINGS AVE MAIN ST MOL 77S 0.44 9 PARK HILL DR PARK HILL WAY MCCART AVE MOL 76T 0.55 9 W RICHMOND AVE S HENDERSON ST 5TH AVE MOL 76R 0.17 9 W RICHMOND AVE 5TH AVE 6TH AVE POL 76R 0.17 9 W RICHMOND AVE 6TH AVE 8TH AVE MOL 76R 0.49 9 { TOWNSEND DR W ROBERT ST W CANTEY ST MOL 76U 0.47 9 !+ Total Lane Miles 12.39 MOL=Mill Overlay POL=Pulverized Overlay Friday,February 20,2004