Loading...
HomeMy WebLinkAboutContract 25747 CITY CONTRACT NO Y ` �9J44 7 to COPY ft COwRACIOR SPECIFICATIONS CoitmCi+Dtt s emmr,Co. AND •-•.•—Cirf SECRMRY M MAMMGEn OFFiCF r CONTRACT DOCUMENTS WCCNmN6 W- �T,iw_mEcm FOR JENNINGS-MAY-ST. LOUIS r STREET GATES AND ENTRY PORTAL STRUCTURES IN THE CITY OF FORT WORTH, TEXAS r PROJECT No. GR76-005206100920 MARCH 1999 rKENNETH L.BARR BOB TERRELL MAYOR CITY MANAGER of TE HUGO A.MALANGA,P.E.-DIRECTOR y��• •.* C0�8• .0 / JOE S. TERNUS, P.E. -ASSISTANT DIRECTOR E TRANSPORTATION AND PLBLIC WORKS DEPARTMENT ,e , TALLEY ASSOCIATES PLANNING, LANDSCAPE ARCHITECTURE, AND URBAN DESIGN 1925 SAN JACINTO, SUITE 400 DALLAS, TEXAS 75201 (214) 871-7900 � �CQAL 11MD)ED cc�N'E'1'e:1 Em Iy R. wool"A- City of Fort Worth, Texas Mayor and Council Communication DATE REFERENCE NUMBERLOG NAP,1E PAGE 3/7/00 **C-17901 20STRUCTURES 1 of 2 SUBJECT AWARD OF CONTRACT AND CHANGE ORDER NO. 1 TO CUSTOM SERVICES, INC. FOR JENNINGS-MAY-ST. LOUIS STREET GATES AND ENTRY PORTAL STRUCTURES RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract and Change Order No. 1 with Custom Services, Inc. in the amount of $134,120 for construction of the Jennings- May-St. Louis Neighborhood Crime Prevention Through Environmental Design (CPTED) Project which includes street gates and entry portal structures. DISCUSSION: Law Enforcement Block Grant and Community Development Block Grant funds were designated for the CPTED Project in the Jennings-May-St. Louis Neighborhood. Traffic control, calming devices, and streetlights were previously installed in the neighborhood as part of this program. When constructed, the street gates and entry portal structures will complete most of this neighborhood program. The project was advertised for bid on September 16 and 23, 1999. On October 14, 1999, the following bid was received: BIDDER TOTAL BID Custom Services, Inc. $178,293 Change Order No. 1 is recommended to keep the project within available funding. The Transportation and Public Works Department has coordinated this change order with the Jennings-May-St. Louis Neighborhood Association, the contractor, and other City departments. This change order removes $44,173 from the contract, thereby decreasing the total contract to $134,120. Change Order No. 1 eliminates street gate panels and columns at Hemphill/Mulkey, street gate panels at St. Louis/West Capps, two gate operators and sensors, as well as other items. Entry portal structures will be located at Hemphill Street and Lowden Street. Seven street gate panels and columns will be installed at the following locations: • Hemphill/Cantey • St. Louis/Cantey • St. Louis/Lowden • Hemphill/West Bowie (with optical communication device) • St. Louis/West Bowie (with optical communication device) • May Street/Berry Street Park (North) • May Street/Berry Street Park (South) Custom Services, Inc. is in compliance with the City's M/WBE Ordinance by committing to 20% M/WBE participation on the base bid. The City's goal on this project is 18%. - ii City of Fort Worth, Texas Mayor and Council z Communication DATE REFERENCE NUMBER LOG NAME PAGE ry 3/7/00 **C-17901 20STRUCTURES 2 of 2 SUBJECT AWARD OF CONTRACT AND CHANGE ORDER NO. 1 TO CUSTOM SERVICES, INC. FOR JENNINGS-MAY-ST. LOUIS STREET GATES AND ENTRY PORTAL STRUCTURES This project is located in COUNCIL DISTRICT 9, Mapsco 77S and W. i FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current operating budget, as appropriated, of the Grants Fund. MG:k Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) Mike Groomer 6140 Originating Department Head: Hugo Malanga 7801 (from) APPROVED 3/71" GR76 539120 005206100920 $134,120.00 Additional Information Contact: Hugo Malanga 7801 7. TABLE OF CONTENTS Part A Notice to Bidders Special Instructions to Bidders Part B Proposal Vendor Compliance to State Law Minority and Women Business Enterprise Specifications Part C General Conditions (See City of Fort.Worth Standard Specifications For Street and Storm Drain Construction, Part I. General Provisions) Part D Special Provisions Part E Specifications 02510 Concrete Walks 02830 Ornamental Metal Fencing 04200 Masonry 09900 Painting 13700 Security Access and Surveillance (Opticom System) Silicone Joint Sealant For Concrete Pavement Part F Certificate of Insurance and Bonds Certificate of Insurance Contractor Compliance With Worker's Compensation Law Equipment Schedule Experience Record Performance Bond Payment Bond Part G Contract PART A NOTICE TO BIDDERS AND SPECIAL INSTRUCTIONS TO BIDDERS NOTICE TO BIDDERS Sealed proposals for the following: JENNINGS-MAY-ST. LOUIS STREET GATES AND ENTRY PORTAL STRUCTURES addressed to Mr.Bob Terrell,City Manager of the City of Fort Worth,Texas and will be received at the Purchasing Office until 1:30 PM,Thursday,October 14, 1999 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the Transportation and Public Works Department, Second Floor,Municipal Building, 1000 Throckmorton Street, Fort Worth,Texas. One set of documents will be provided to prospective bidders for a deposit of$20.00;such deposit. will be refunded if the documents are returned in good condition within(10) days after bids are opened. Additional sets may be purchased on a nonrefundable basis for twenty dollars($20.00)per set. These documents contain additional information for prospective bidders. A Pre-Bid Conference will be held at 3:00 PM,Thursday, September 30, 1999 in Room G14 of the Public Safety Building(north of Municipal Building). All bidders are encouraged to attend. Bid security is required in accordance with the Special Instruction to Bidders. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of forty-nine(49)days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM("Documentation")as appropriate is received by the City. The award of contract, if made,will be within forty-nine(49) days after this documentation is received, but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all Addenda may be rejected as being nonresponsive. Information regarding the status of Addenda may be obtained by contacting the Transportation and Public Works Department at(817) 871-7800. In accord with City of Fort Worth Ordinance No. 11923,as amended by Ordinance 13471,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contract. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM("Documentation") as appropriate. The documentation must be received no later than 5:00 PM, five(5)City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid nonresponsive. For additional information,contact Mr. Mike Weiss at(817)871-8485. Advertising Dates: September 16, 1999 September 23, 1999 r r r SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five(5%)percent of the 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 (10)days after the contract has been awarded. To be an acceptable surety on the bond,(1) the name of the surety shall be included on the current U.S. Treasury,or(2) the surety must have capital and surplus equal to ten times the limit of the bond. The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amount shown on the treasury list or one-tenth(1/10)the total capital and surplus. 2. 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. In this connection, the successful bidder shall be required to furnish Performance,Payment and Maintenance Bonds,all 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 Article 5160 of the Revised Civil Statutes of Texas,as amended. In order for a surety to be acceptable to the City, (1) the name of the surety shall be included on the current U.S. Treasury List of Acceptable Sureties(Circular 870), or(2) the surety must have capital and surplus equal to ten times the amount of the bond. The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list or one-tenth (1/10) of the total capital and surplus. If reinsurance is required, the company writing the reinsurance must be authorized, accredited or trusteed to do business in Texas. No sureties will be accepted by the City which 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. A Payment Bond and Maintenance Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. A Performance Bond shall also 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. 3. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1,Item 8,paragraph 8.6,of the "General Provisions"of the Standard S�eei ications for Street and Storm Drain Construction of the City of Fort Worth,Texas,concerning liquidated damages for late completion of projects. 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No. 7400(Fort Worth City Code Section 13-A-21 through 13-a-29)prohibiting discrimination in employment practices. 6. WAGE RATES: All bidders will be required to comply with provision 5159a of"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. Special Instructions to Bidders Page 1 of 7 7. FINANCIAL STATEMENT: A current certified financial statement is required by the Transportation and Public Works Department for use by the CITY OF FORT WORTH in determining the successful bidder. This statement is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 8. INSURANCE: Within ten(10) 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 Worker's Compensation and Comprehensive General Liability(Bodily Injury-$250,000 each person, $500,000 each occurrence; Property Damage-$300,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. 9. NONRESIDENT BIDDERS: Pursuant to Article 601 g,Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident'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 nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. "Nonresident bidder"means a bidder whose principal place of business is not in this state,but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder"means a bidder whose principal place of business is in this state,and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves 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 nonresident contractor to do so will automatically disqualify that bidder. 10. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 11923,as amended by Ordinance 13471,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM("Documentation") as appropriate. The Documentation must be received no later than 5:00 p.m., five(5)City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the Documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request,Contractor agrees to provide to owner complete and accurate information regarding actual work performed by Minority Business Enterprise(WBE)on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books,records or files in its possession that will substantiate the actual work performed by an MBE and/or 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 initiation action under appropriate federal,state or local laws or ordinances relating to false statement; further,any such misrepresentation(other than a negligent misrepresentation)and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participation in City work for a period of time of not less than three(3) years. r Special Instructions to Bidders Page 2 of 7 r r11. AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder based on the total bid including all base bids and all alternate bids. Contractors are required to submit bids on all Units of the Proposal Form(Base Bids and Alternate Bids.) The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of forty-nine(49) days from the date the M/WBE UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM("Documentation")as appropriate is received by the City. The award of contract, if made,will be within forty-nine(49) days after this documentation is received, but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. 12. PAYMENT:The Contractor will receive full payment(minus 5%retainage) from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. 13. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained by contacting the Transportation/Public Works Department at(817) 871-7800. Bids that so not acknowledge all applicable addenda may be rejected as non-responsive. 14. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: rA. Workers Compensation Insurance Coverage 1. Definitions: Certain 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 worker's compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes,without limitation, independent Contractors,subcontractors, leasing companies, motor carriers,owner-operators,employees of any such entity,or employees of any entity which furnishes persons to provide services on the project. "Services" include,without limitation,providing,hauling,or delivering equipment or materials, or providing labor, transportation, or toner services related to a project. "Services"does not include activities unrelated to the project, such as food/beverage vendors,office supply deliveries,and delivery of portable toilets. 2. The Contractor shall provided coverage,based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code,Section 401.011 (44)or all employees of the Contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. 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. Special Instructions to Bidders Page 3 of 7 I 5. The Contractor shall obtain from each person providing services on a project,and provide to the governmental entity: (1) a certificate of coverage,prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project;and (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project MO that they are required to be covered,and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on a project,to: (a) 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; (b) 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; r (c) 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; r (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project;and (2) 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; (e) retain all required certificates of coverage on file for the duration of the project and for one year .�. thereafter. (f) notify the governmental entity in writing by certified mail or personal delivery, within ten(10) days after the person knew or should have known, of any change that materially affects the rprovision of coverage of any person providing services on the project; and r rSpecial Instructions to Bidders Page 4 of 7 (g) 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. 10. 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 worker's compensation coverage for the duration of the project,that the coverage will be based on proper reporting of classification codes and payroll amounts,and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self insured,with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative, criminal, civil penalties or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B. 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 Worker's Compensation Act or other Texas Worker's 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 WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker" 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 Worker's 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". 15. NON DISCRIMINATION: The Contractor shall not discriminate against any person or persons because of sex,race, religion,color, or national origin and shall comply with the provisions of City Ordinance 7278, as amended by City Ordinance 7400(Fort Worth City Code Sections 13A-21 through 13A-29),prohibiting discrimination in employment practices. 16. AGE DISCRIMINATION: In accordance with the policy("Policy") of the Executive Branch of the federal government, Contractor covenants that neither it nor any of its officers, members,agents,or employees,will engage in performing this contract,shall, in connection with the employment,advancement or discharge of employees or in connection with the terms,conditions or privileges of their employment, discriminate against 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,or person acting on their behalf,shall specify,in solicitations or advertisements for employees to work on this 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. r r rSpecial Instructions to Bidders Page 5 of 7 r rContractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 17. 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 and/or conditions of employment for applicants for employment with,or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. Revised April 5, 1999 Special Instructions to Bidders Page 6 of 7 r rCITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATES FOR 1999 CLASSIFICATION RATE CLASSIFICATION RATE AIR TOOL OPERATOR $9.00 MILLING MACHINE OPERATOR $8.62 ASPHALT RAKER $9.55 MIXER(OVER 16 CF) $10.30 ASPHALT SHOVELER $8.80 MOTOR GRADER OPERATOR(FINE $11.97 GRADE) BATCHING PLANT WEIGHER $11.51 MOTOR GRADE OPERATOR $10.96 CARPENTER $10.30 PAVEMENT MARKING MACHINE $7.32 CONCRETE FINISHER(PAVING) $10.50 ROLLER,STEEL WHEEL $9.06 (PLANT-MIX PAVEMENTS) CONCRETE FINISHER(STRUCTURES) $9.83 ROLLER,STEEL WHEEL(OTHER $8.59 (FLATWHEEL OR TAMPING) CONCRETE RUBBER . $8.84 ROLLER,PNEUMATIC SELF- 58.48 PROPELLED SCRAPER ELECTRICIAN $15.37 SCRAPER $9.63 FLAGGER $7.55 TRACTOR-CRAWLER TYPE $10.58 FORM BUILDER(STRUCTURES) $9.83 TRACTOR-PNEUMATIC $9.15 FORM LINER(PAVING&CURB) $9.00 TRAVELING MIXER $8.83 FORM SETTER(PAVING&CURB) $9.24 WAGON-DRILL,BORING MACHINE $12.00 FORM SETTER(STRUCTURES) $9.09 REINFORCING STEEL SETTER $13.21 (PAVING) LABORER,COMMON $7.32 REINFORCING STEEL SETTER $13.31 (STRUCTURAL) LABORER,UTILITY $8.94 STEEL WORKER-STRUCTURAL $14.80 MECHANIC $12.68 SPREADER BOX OPERATOR $10.00 OILER $10.17 WORK ZONE BARRICADE $7.32 SERVICER $9.41 TRUCK DRIVER-SINGLE AXLE $8.965 (LIGHT) PAINTER(STRUCTURES) $11.00 TRUCK DRIVER-SINGLE AXLE $9.02 (HEAVY) PIPELAYER $8.98 TRUCK DRIVER-TANDEM AXLE $8.77 ' (SEMI-TRAILER) BLASTER $11.50 TRUCK DRIVER-LOWBOY/FLOAT $10.44 ASPHALT DISTRIBUTOR OPERATOR $10.29 TRUCK DRIVER-TRANSIT MIX $9.47 ASPHALT PAVING MACHINE $10.30 TRUCK DRIVER-WINCH $9.00 BROOM OR SWEEPER OPERATOR $8.72 VIBRATOR OPERATOR(HAND $7.32 TYPE) BULLDOZER $10.74 WELDER $11.57 CONCRETE CURING MACHINE $9.25 CONCRETE FINISHING MACHINE $11.13 CONCRETE PAVING JOINT MACHINE $10.42 CONCRETE PAVING JOINT SEALER $9.00 CONCRETE PAVING SAW $10.39 CONCRETE PAVING SPREADER $10.50 SLIPFORM MACHINE OPERATOR $9.92 CRANE,CLAMSHELL,BACKHOE, $11.04 DERRICK,DRAGLINE,SHOVEL FOUNDATION DRILL OPERATOR $10.00 (CRAWLER MOUNTED) FOUNDATION DRILL OPERATOR $11.83 (TRUCK MOUNTED) FRONT END LOADER $9.96 Special Instructions to Bidders Page 7 of 7 PART B PROPOSAL VENDOR COMPLIANCE TO STATE LAW M/WBE FORINTS PROPOSAL T0: Mr. Bob Terrell City Manager Fort Worth, Texas FOR: JENNINGS-MAY-ST.LOUIS STREET GATES AND ENTRY PORTAL STRUCTURES 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 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 Transportation and Public Works of the City of Fort Worth. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish AN Performance and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated and for the following sums, to-wit: BASE BID FOR GATES 1 —9 PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY PRICE AMOUNT BID w 1. 9 EA Furnish and install two(2)gate panels at each gate location S50789 - 00 %2 , 092 - 00 2. 9 EA Furnish and install two(2)brick columns and structural footings at each gate ___p 0 %A '199 00 location 3. 4 EA Furnish and install two(2)gate operators and sensor loops at Gates 1,3, 5, and 6 $8,158. 00 332 , 632 . 00 TOTAL BASE BID FOR GATES I -9= S 143 , 053 . 00 ALTERNATE BID FOR GATES 1 —9 PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY PRICE AMOUNT BID 4. 20 EA Furnish light fixtures $790 . 00 $15 , 800 . 00 TOTAL BASE BID+ALTERNATE BID 1 FOR GATES 1 -9= S 158 , 853 . 00 I Proposal B- 1 i I BASE BID FOR ENTRY PORTAL STRUCTURES—HEMPHILL AND LOWDEN PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY PRICE AMOUNT BID 1. 1 LS Furnish and install two(2) tall brick columns, two(2) low walls, two(2)short $ 11 ,800 . 00 $ 11 ,800 . 00 brick columns, and all structural footings 2. 1 LS Furnish and install two(2)sign brackets $ o $ 640 3. 1 LS Furnish and install two(2) mounted pots $ 3 , 200 . 00 $3 , 200 . 00 ' TOTAL BASE BID FOR ENTRY PORTAL STRUCTURES=$-15 , 6 4 0 . 0 0 I ALTERNATE BID FOR LOGO BUMPER GUARDS PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY PRICE AMOUNT BID 1. 8 EA Furnish and install logo bumper guards at Gates 1,3, 5,and 6 $475 - 00 $3 ,800. 00 TOTAL ALTERNATE BID FOR LOGO BUMPER GUARDS= s3 , 800 . 00 TOTAL ALL BASE BID ITEMS -ALL ALTERNATE BID ITEMS= $ 178 , 293 . 00 - CONTRACTOR WILL BE SELECTED ON BASIS OF TOTAL BID INCLUDING ALL ALTERNATES Proposal B-2 This contract is issued by an organization which qualifies for exemption pursuant to the provision 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 successful Bidder shall be required to complete the attached Statement of Materials and Other Charges at the time of executing the contract. 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 Forty-five(45,1 �+ Working Days from and after the date for commencing work as set forth in the written Work Order to be issued by the Owner and to pay not less than the"Prevailing Wage Rates for Street,Drainage and Utility Construction"as established by the City of Fort Worth,Texas. Within ten(10)calendar days of receipt of notice of acceptance of this bid,the undersigned will execute the formal contract and will deliver an approved Surety Bond and other bonds required by the Contract Documents for the faithful performance of this Contract. The attached bid security in the amount of 5%in the sum of Dollars($ ) 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 Bidder agrees to begin construction within 10 working days after issue of the work order,and to complete the contract within Forty-live(45)Working Days after beginning construction as set forth in the written work order to be furnished by the Owner. (Uwe),acknowledge receipt of the following addenda to the plans and specifications,all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No. 3 (Initials) Addendum No. 2 (Initials) Addendum No.4 (Initials) Respectfully submitted: By. Clifford Fischer Title: Owner Address: 1313 N. IH 35 Waxahachie, Tx 75165 Telephone: 972-923-3603 (SEAL) Date October 14 , 1999 Proposal B-3 VENDOR COMPLIANCE TO STATE LAW s The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder,nonresident bidders(out-of-State contractors whose corporate offices or principal place of business are outside of the State of Texas)bid projects for construction, improvements,supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-State or nonresident bidders in order for your bid to meet specifications. The failure of out-of-State or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State),our principal place of business,are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in (give State),our principal place of business,are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. F] ti BIDDER: Custom Services By: Clifford Fischer (Please print) 1313 N. IH 35 Signature: Waxahachie , Texas 75165 Title: Owner City State Zip (Please print) r THIS FORM MUST BE RETURN FD WITH YOUR QUOTATION City of Fort Worth Minority and Women business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS �I 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 I!� value of the contract Is less than $25,000, the MMBE goal is not applicable. J � 1 POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority/Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. The objective of the Policy is to increase the use of M/WBE firms to a level comparable to the availability of M/WBEs that provide i goods and services directly or indirectly to the City. MMBE PROJECT GOALS i The City's MBE/WBE goal on this project is 18° 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 1 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. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in s order for the entire bid to be considered responsive to the specifications. r 1. M/WBE Utilization Form: received by 5:00 p.m.,five(5) City business days after the bid opening date, exclusive of the bid opening date. , 9 2. Prime Contractor Waiver Form: received by 5:00 p.m.,five(5) City business days after the i bid opening date, exclusive of the bid opening date. ; 3. Good Faith Effort Form: received by 5:00 p.m.,five(5) City business days after the bid 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. Any questions, please contact the MMBE Office at(817) 871-6104. i �I Rev.612198 luATTACHMENT 1A I City of Fort Worth Page 1 of 2 Minority and Women Business Enterprise Specifications MBE/WBE UTILIZATION Custom Services October 14 , 1999 PRIME COMPANY NAME Je n n S-M L l�i BID DATE Street Gates an my ��r1 5?ruCtures GR 76-005206100920 PROJECT NAME PROJECT NUMBER CITY'S M/WBE PROJECT GOAL: M/WBE PERCENTAGE ACHIEVED: 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 eing considered non-responsive to bid specifications. - The undersigned bidder agrees to enter into a formal agreement with the MBE and/or WBE firms for work listed in this schedule, conditioned upon execution of a contract with the City of Fort Worth. The Intentional and/or knowing isrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to specifications. Company Name, Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount Address,and Telephone No. TU-001 Scope of Work(') Supplied(') �aLPs IST 02t'cF70- M/WBEs must be located In the 9(nine)county marketplace or currently doing business In the marketplace at the time of bid. ') Specify all areas In which MWBE's are to be utilized and/or items to be supplied: `) A complete listing of Items to be supplied is required in order to receive credit toward the MlWBE goal. (")Identify each Tier level. Tier:Means the level of subcontracting below the prime contractor/consultant,i.e.,a direct!pa�ym�entfrom the prime contractor to a subcontractor Is considered 1"tier,a payment by a subcont Its supplier Is considered 200 tier. ,- THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE(5) CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.6098 Pages 1 and 2 of Attachment 1A must be received by the Managing Department i tATTACHMENT 1A Page 2 of 2 City of Fort Worth Minority and Women Business Enterprise Specifications MBE/WBE UTILIZATION Company Name,Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount Address,and Telephone No. a F Z Scope of Work(•) Supplied(`). 2T NI- Z , Lhe bidder further agrees to provide, directly to the City upon request, complete and accurate Information regarding actual work performed by all subcontractors, including MBE(s) and/or WBE(s) arrangements submitted with this bid. 'he bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that vill substantiate the actual work performed by the MBE(s) and/or WBE(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 rontract 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 areach 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. M Es and WBEs MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD Clifford Fischer Auth JrPiedAfgnature Printed Signature Owner Clifford Fischer 'Title Contact Name and Title (if different) Custom Services 972-923-3603 :ompany Name Telephone Number(s) 1313 North IH 35 927-923-3715 %ddress Fax Number Waxahachie , Tx 75165 City/State/Zip Code Date THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 .m. FIVE 5 CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.6/2/98 Pages 1 and 2 of Attachment 1A must be received by the Managing Department .w. PART C GENERAL CONDITIONS See City of Fort Worth Standard Specifications For Street and Storm Drain Construction. r 0- z= r s ;r PART D SPECIAL PROVISIONS on OW OW r r r aw OW SPECIAL PROVISIONS FOR: JENNINGS-MAY-ST.LOUIS STREET GATES AND ENTRY PORTAL STRUCTURES r TABLE OF CONTENTS 1. Scope of Work 2. Contract Award 3. Project Completion PM 4. Increase or Decrease in Quantities 5. Termination 6. Reference Specifications 7. Bid Submittal 8. Warranty 9. Construction Staking 10. Traffic Control AM 11. Payment 12. Delays 13. Detours and Barricades 14. Parkways 15. Disposal of Spoil/Fill Material 16. Zoning Compliance 17. Clearing and Grubbing 18. Final Cleanup 19. Quality Control Testing 20. Property Access 21. Construction Schedule 22. Safety Restrictions—Work Near High Voltage Lines 23. Water Department Pre-Qualification Requirements 24. Right To Audit 25. Trench Safety 26. Subsidiary Work 27. Substitutions 28. Temporary Soil Erosion, Sediment and Water Pollution Control 29. Existing Utilities r 30. Construction .• PW low Special Provisions D-1 SPECIAL PROVISIONS 1. SCOPE OF WORK: The work covered by these plans and specifications consists of furnishing and installing street gates and entry portal structures for the Crime Prevention Through Environmental Design(CPTED) project in the Jennings-May-St. Louis Neighborhood. Included are all other miscellaneous items of construction to be performed which are necessary to satisfactorily complete the work as outlined in the Plans and Specifications. AWARDING OF CONI ItACT AND WORKING DAYS: (a) Contract may not necessarily be awarded to the lowest bidder. The City Engineer shall evaluate and recommend to the City Council the best bid which is considered to be in the best interest of the City. The contract will be awarded to the lo%tcst responsive and responsible bidder. (b) The number of working days shall be 45. 2. CONTRACT AWARD: Contract will be awarded to the lowest responsive and responsible bidder. 3. PROJECT COMPLETION: The Contractor agrees to complete the Contract within the allotted number of calendar days. If the Contractor fails to complete the work within the number of working days specified, liquidated damages shall be charged, as outlined in Part 1, Item 8,Paragraph 8.6 of the"General Provisions" of the Standard Specification for Construction of the City of Fort Worth,Texas. 4. INCREASE OR DECREASE IN QUANTITIES: It is the Contractor's sole responsibility to verify all pay item quantities prior to submitting a bid. When the quantity of work to be done or materials to be furnished under any major pay item of the Contact is more than 125'rG of the quantity stated in the Contract,whether stated by Owner or by Contractor, then either party to the Contract, upon demand,shall be entitled to negotiate for revised consideration on the portion of work above 125°o of the quantity stated in the Contract. When the quantity of the work to be done or materials to be furnished under any major pay item of the Contract is less than 75"/,of the quantity stated in the Contract,whether stated by Owner or by Contractor, then either party to the Contract,upon demand, shall be entitled to negotiate for revised consideration on the portion of work below 75-0 of the quantitv stated in the Contract. This paragraph shall not apply in the event Owner deletes a pay item in its entirety from this Contract. A major pay item is defined as any individual bid item included in the Proposal that has a total cost equal to or greater than 5 percent of the original Contract. A minor pay item is defined as any individual bid item included in the Proposal that has a total cost less than 5 percent of the original Contract. In the event Owner and Contractor are unable to agree on a negotiated price, Owner and Contractor agree that the consideration will be the actual field cost of the work plus 15"')as described herein below,agreed upon in writing by the Contractor and Department of Transportation and Public Works and approved by the City Council after said work is completed, subject to all other conditions of the Contract. As used herein, field cost of the work will include the cost of all workmen, foremen,time keepers, mechanics and laborers; all materials, supplies, trucks, equipment rental for such time as actually used on such work only, plus all power, fuel, lubricants,water and similar operating expenses;and a ratable portion of premiums on performance and payment bonds,public liability, Workers Compensation and all other insurance required by law or by ordinance. The Director of the Transportation and Public Works Department will direct the form in which the accounts of actual field cost will be kept and will recommend in writing the method of doing the work and the _ type and kind of equipment to be used but such work will be performed by the Contractor as an independent Special Provisions D-2 Contractor and not as an agent or employee of the City. The 15",,of the actual field cost to be paid to the Contractor shall cover and compensate him for profit, overhead, general supervision and field office expense and all other elements of cost and expense not embraced with the actual field cost as herein specified upon request, the Contractor shall provide the Director of Transportation and Public Works access to all accounts, bills and vouchers relating thereto. 5. TERMINATION: The City reserves the right to abandon, without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 6. REFERENCE SPECIFICATIONS: This Contract and project are governed by the following published specifications(latest edition),except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION, CITY OF FORT WORTH A copy of these specifications may be purchased at the Office of the Department of Transportation and Public Works, 1000 Throckmorton Street, 2"`i Floor,Municipal Building, Fort Worth,Texas 76102. The applicable specifications are indicated on the plans and in the Contract Documents. General Provisions shall be those of the City of Fort Worth document rather than Division 1 of the North Central Texas document. STANDARD SPECIFICATIONS FOR CONSTRUCTIONOFHIGHWAYS,STREETS AND BRIDGES, TEXAS DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR PUBLIC IVORKS CONSTRUCTION, NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS a 7. BID SUBMITTAL: Bidders shall not separate,detach or remove any portion, segment or sheets from the Contract Documents at any time. Failure to bid or Tully execute Contract without retaining Contract Documents intact may be grounds for dciignating bids as"nonresponsive" and rejecting bids or voiding Contract as appropriate and as determined by the Director of the Transportation and Public Works Department. 8. WARRANTY: The Contractor shall be responsible for defects in this project due to Contractor's faulty materials and workmanship, or both, for a period of one(1) year from date of final acceptance of this project by r the City Council of the City of Fort Worth. The Contractor will be required to replace at his expense any part or all of the project which becomes defective due to these causes. I,,. 9. CONSTRUCTION STAKING: Construction stakes for line and grade will be provided by the City (if required)as outlined on page 17,Standard Speeifications for Street and Storm Drain Construction, City of Fort Worth. 10. TRAFFIC CONTROL: The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "1980 Te-vas Manual on Uniform Traffic Control Devices for Streets and Hightvays" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways,"codified as Article 6701d Vernon's Civil Statues, pertinent sections being Section Nos. 27, 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign,street name sign or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department,Traffic Services Division(phone number 871-8100),to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such 4 temporary sign must be installed prior to the removal of the permanent sign. if the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be lett in place until the temporary sign requirements are met. When construction Nvork is completed to the extent that the Special Provisions D-3 permanent sign can be reinstalled the Contractor shall again contact the Traffic Services Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Traffic control will not be paid for directly,but shall be considered subsidiary to the various bid items of the contract. 11. PAYMENT: The Contractor will receive full payment from the City for all work as described in the Special Instructions to Bidders. 12. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work,except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop.work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall,however,be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the Contract. 13. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedest ian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall be responsible for installing all construction signs, signals, and markings necessary to provide adequate traffic controls for purposes of construction. Barricades, warning and detour signs shall conform to the Standard Specifications"Barriers and Warning —• and/or Detour Signs,"Item 524 and/or as shown on the plans. The furnishing, placing, and maintaining of barriers and warning and/or detour signs by the Contractor will not be paid for directly,but shall be considered subsidiary to the various bid items of the contract. f Construction signing and barricades shall conform with"1980 Texas Manual on Uniform Traffic Control Devices, Vol.No. 1." 14. PARKWAYS: It is required that all parkways be excavated and shaped as required at the time of construction. All excess excavation will be disposed of at locations approved by the Engineer. Any parkway shaping is subsidiary to the unit prices bid for this contract. ^ 15. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator("Administrator"),of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 11998). All disposal sites must be approved by the Administrator to ensure the filing is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site,upon notification by the Director of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. Special Provisions D-4 16. ZONING COMPLIANCE: During the constriction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 17. CLEARING AND GRUBBING: All objectionable matter required to be removed within the right-of-way and not particularly described under these specifications shall be covered by Item No. 102,"Clearing and Grubbing"and shall be subsidiary to the other items of the Contract. 18. FINAL CLEANUP: Final cleanup work shall be done for this project as soon as the construction has been completed. No more than seven days shall elapse after completion of construction before the roadway and f. right-of-way is cleaned up to the satisfaction of the Engineer. 19. QUALITY CONTROL TESTING: The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (a) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar that are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. (b) Quality control testing of in situ material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the Contract. (c) The Contractor shall provide not less than 48 hours notice to the City for operations requiring testing. The Contractor shall provide access and trench safety system(if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. (d) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 20. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 21. CONSTRUCTION SCHEDULE: It shall be the responsibility of the Contractor to furnish the Engineer,prior to construction,a schedule outlining the anticipated time each phase of construction will begin and be completed, including sufficient time being allowed for cleanup. 22. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this Contract: (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs,pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING—UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN TEN FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm,except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Company) which will erect temporary mechanical barriers, de-energize the Special Provisions D-5 line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TU Electric -� Service Company and shall record action taken in each case. (d) The Contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (e) No person shall work within ten feet of a high voltage line without protection having been taken as outlined in Paragraph(c). 23. WATER DEPARTMENT PRE-QUALIFICATION REQUIREMENTS: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures and specifications described in the current Fort Worth Water Department General Specifications. 24. RIGHT TO AUDIT: Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits. (a) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits. (b) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies as follows: 1. 50 copies and under $0.10 per page. 2. More than 50 copies $0.85 for first page plus$0.15 for each page thereafter (c) "Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract and further, that City shall have access during normal working hours to all appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits." 25. TRENCH SAFETY: The Contractor must comply with the following basic requirements in order to provide for the safety and health of workers in a trench. The Contractor shall develop, design and implement the trench excavation safety protection system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety-system and providing"a safe place to work" for the workman. The trench excavation safety protection system shall be used for all trench excavations deeper than five(5) feet. The Excavating and Trenching Operation Manual of the()ccupational Safety and Health Administration, U.S. Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification. The Contractor shall, in addition, comply with all other applicable Federal, State and local rules, regulations and ordinances. Special Provisions D-6 The Contractor shall provide all methods used for trench excavation safety protection including furnishing, designing,providing all materials, tools, labor,equipment and incidentals necessary, including removal of the system. 26. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project such as conditions imposed by the Plans, the(general Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration and cleanup are general items of work, which fall in the category of subsidiary work. 27. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material which has been specified. Where the terns"or equal",or"or approved equal"is used, it is understood that if a material,product, or piece of equipment bearing the name so used is furnished, it will be approved, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the proposed substitute is procured by the Contractor. Where the term"or equal", or"or approved equal"is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer,as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to"Substitutions"shall be applicable to all sections of these specifications. 28. TEMPORARY SOIL EROSION, SEDIMENT AND WATER POLLUTION CONTROL: The Contractor shall provide all temporary soil erosion. sediment and water pollution control measures for the duration of the Contract in compliance with Federal (EPA),State of Texas, and City of Fort Worth regulations. The temporary measures shall include silt fences, temporary construction entrances,dikes, dams, berms,sediment basins, fiber mats,jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners,baled-hay retards,dikes,slope drains, and other dei ices. Such prevention measures shall be in accordance with the North Central Texas Council ofGoverninents St +rm Trater Quality Best Management Practices for Construction Activities. All work,materials, and equipment necc,sary to provide temporary erosion control shall be considered subsidiary to the Contract and no extra pay will be given for this work. 29. EXISTING UTILITIES: It shall be the responsibility of the Contractor to determine the existence of, to verify locations, elevations, and dimensions of adjacent and.or conflicting utilities in order that adjustments can be made to provide adequate clearances. The Contractor shall preserve and protect public utilities at all times during construction. Any damage to utilities resulting from the Contractor's work shall be restored at the Contractor's expense. Public utilities shall be notified when proposed facilities conflict with existing utilities. If any City of Fort Worth water utility is in the vicinity of a proposed column footing(within 3.0 feet), then the Contractor will hand dig to uncover the water line and verify that the proposed footing location is satisfactory. Contractor shall contact the following utility companies 48 hours prior to doing work at any location: Lone Star Gas Metro(214) 263-3444 Southwestern Bell 1-800-344-8377 AT&T 1-800-878-8711 Marcus Cable 246-5538 Western Union Cable (214) 939-1930 TU Electric 1-800-233-2133 City of Fort Worth Water Department 871-8275 City of Fort Worth Transportation and Public Works Department 871-8100 Special Provisions D-7 30. CONSTRUCTION: NON-PAY ITEMS: NON-PAY ITEM No. 1 - CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing." However, no direct payment will be made for this item and it shall be considered incidental to this Contract. NON-PAY ITEM No. 2 -SPRINKLFNG FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However,no direct payment will be made for this item and it shall be considered incidental to this Contract. NON-PAY ITEM No. 3 - PROTECTION OF FENCES,TREES. PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including fences, lawns, yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. However, no direct payment will be made for this item and it shall be considered incidental to this Contract. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street right-of-way and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning, standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be asessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. PAY ITEMS: The City shall have the right to increase or decrease of the extent of the work, and make changes and alterations -� in the quantities and locations of work as may be considered necessary or desirable, and such changes and alterations shall not be considered as a waiver of the conditions of the contract, nor shall they invalidate any of the provisions thereof. The Contractor shall perform the work as increased, decreased,or substituted with no allowances will be made for any anticipated profits. Payment to the Contractor for contract items will be made for the actual quantities of work done and material fumished at the unit prices set forth in the contract. FURNISH AND INSTALL GATE PANELS: All measurement for payment will be made at each of the street gate locations. The unit price bid for each gate location shall be full compensation for furnishing and installing two (2) street gate panels and all labor, tools, equipment, and incidentals necessary to safely complete the work. FURNISH AND INSTALL BRICK COLUMNS AND STRUCTURAL FOOTINGS: All measurement for payment will be made at each of the column locations. The unit price bid for each gate and/or entry portal location shall be full compensation for furnishing and installing brick columns, structural footings,and all labor, tools,equipment, and incidentals necessary to safely complete the work. Special Provisions D-S FURNISH AND INSTALL GAIT OPERATORS(Gates 1, 3, 5,and 6): All measurement for payment will be made at each of the gate locations. The unit price bid for each gate location shall be full compensation for furnishing and installing two(2)gate operators, connections to the gates, conduit, sensor loops,and all labor, tools, equipment, and incidentals necessary to safely complete the work. Electrical service, wire, conduit, and motor electrical connections shall be provided by the City of Fort Worth Street Services Department. The Contractor shall contact Mr. Mahmud Bilaidi at 871-6596 to schedule electrical service connections. Contractor shall transfer motor warranties to the City of Fort Worth. FURNISH AND INSTALL SIGN BRACKETS: All measurement for payment will be made at the entry portal location. The lump sum bid price shall be full compensation for furnishing and installing two (2) si,,n brackets and for all labor, tools, equipment, and incidentals necessary to safely complete the work. FURNISH AND INSTALL 2 MOUNTED POTTERIES: All measurement for payment will be made at the entry portal location. The lump sum bid price shall be full compensation for furnishing and installing 2 mounted potteries with drains and for all labor, tools, equipment, and incidentals necessary to safely complete the work. ALTERNATE BID ITEMS: If the lowest total bid submitted by a responsible bidder exceeds the amount of funds estimated by the Owner available to finance the contract, the Owner may award the contract on the base bid only. FURNISH LIGHT FIXTURES: All measurement for payment will be made for each light fixture furnished. The unit price bid for each light fixture shall be full compensation for furnishing light fixtures and delivering them to the Street Services Harley Avenue Service Center, 3409 Harley Avenue, Fort Worth,TX 76107,Phone No. 871-8100. FURNISH AND INSTALL LOGO BUMPER Gt'ARDS: All measurement for payment will be made for each of the logo bumper guards installed. The unit price bid for each guard shall be full compensation for furnishing and installing steel posts, concrete foundations, welding signs provided by others, and for all labor, tools, equipment, and incidentals necessary to safely complete the work. Special Provisions D-9 r PART E SPECIFICATIONS The City of Fort Worth's"Standard Specifications for Street and Storm Drain Construction"will govern this project,except as modified by the Contract Documents and the plans. A copy of these Standard Specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building,Fort Worth,TX 76102. "Standard Speci ications for Public Works Construction", latest edition,as published by the North Central Texas Council of Governments(NCTCOG)shall cover any remaining items not included by the Fort Worth or TxDOT Standard Specifications or modified specifically by the plans or Contract Documents. r JmaL ur i tu: atreet nates ana rortai tntry City of Fort Worth PART ONE - GENERAL 1.01 SUMMARY A. Work included 1. Concrete walks as indicated on drawings and specified herein. 1.02 RELATED SECTIONS A. See City of Fort Worth Standard Specification for Street and Storm Drainage Construction. B. Cast-in-Place Concrete: See City of Fort Worth Standard Specification for Stree%nd Storm Dra,,, 601,S1-rv445cA 1.03 QUALITY ASSURANCE A. Testing 1. Testing shall comply with the applicable portion of the City of Fort Worth ^# Standard Specification for Street and Storm Drainage Construction. B. Job Mock-Up 1. The Contractor shall construct a mock-up sample, 6 feet by 6 feet minimum, of the concrete walk surface, and shall indicate all the typical jointing, score lines, texture and finishes, and color required in actual construction. The Contractor a° shall make all mock-up samples as required until acceptance by the Owners and Landscape Architect. The selected mock-up shall become a standard of work- manship and shall be matched throughout the project.The sample may be con- structed as part of the project and, if approved, will be accepted as part of the work. However, should the sample fail to meet the Owners and Landscape Architect's approval, it shall be removed and reconstructed until approved. 1.04 SITE CONDITIONS A. Existing Conditions 1. Examine work in place on which this work is dependent. Defects which may influence satisfactory completion and performance of this work shall be corrected �. in accordance with the requirements of the applicable section of work prior to commencement of the work. Commencement shall be construed as work in place being acceptable for satisfying the conditions of this section. B. Protection 1. Protect the work and adjacent work against damage during progress of the work. 2. Do not use construction equipment which will damage existing or new pave- ments. Concrete Walks-02510-1 JMSL CPTED:Street Gates and Portal Entry City of Fort Worth PART TWO - PRODUCTS 2.01 CONCRETE A. All concrete shall comply with applicable portions of the City of Fort Worth Standard Specification for concrete. B. Coarse aggregate shall comply with ASTM C33 Class Designation 4S except that the sum of clay lumps, friable particles and chert shall be less than 4 percent. C. Ingredients shall be proportioned to produce homogeneous concrete which will attain the required strength, durability, resistance to deterioration and abrasion, water tightness, �• appearance, and other specified properties. D. Minimum compressive strength shall be 4,000 psi for structural concrete and 3,000 p.s.i. for sidewalks and pavement. 2.02 FORMWORK A. All formwork shall comply with the applicable portion of the city of Ft. Worth standard specification. 2.03. REINFORCEMENT A. All reinforcement shall comply with the applicable portion of the city of Ft. Worth standard specification. 2.04 EXPANSION JOINTS ^■ A. All expansion joint material shall comply with the applicable portion of the city of Ft. Worth standard specification. 2.05 CURING COMPOUND A. Curing compound shall comply with the applicable portion of the city of Ft. Worth stan- dard specification. 2.06 JOINT SEALANTS - A. All joint sealants shall comply with the city of Ft. Worth standard specification. PART THREE - EXECUTION 3.01 INSPECTION - Concrete Walks-02510-2 JMSL CPTED: Street Gates and Portal Entry City of Fort Worth a A. Examine subgrade which shall have walks placed for improper grade, poor compaction, or other conditions which will adversely affect execution or quality of the work. B. Do not place concrete until conditions are satisfactory. 3.02 PREPARATION A. Setting Forms 1. Compact subgrade under forms and cut to grade so that form, when set, will be uniformly supported for its entire length. 2. Firmly stake forms to the required line and grade; join forms neatly and in such a �+ manner that joints are free from play or movement in any direction. For side- walks, arrange forms to provide cross-slope as indicated. 3. Set forms at least one day's construction ahead of the actual placing of concrete. Supply of forms shall be sufficient to permit forms being kept in place for at least 12 hours after concrete has been placed. Clean and oil forms before each use. B. Before Placing Concrete 1. Maintain finished subgrade in a smooth and compacted condition until concrete has been placed. 2. Ready-mix trucks or other equipment shall not operate between forms in paving lane unless job conditions will not permit operation from shoulder or outside lane. 3. If necessary to operate trucks between forms, and trucks cause rutting displace- ment of subgrade, provide suitable runways, re-roll or hand-tamp subgrade as required to correct ruts or other irregularities that may be caused by trucking. 4. When the mean daily temperature is less than 35 Degrees F., protect the sub- grade from freezing. 5. Immediately prior to placement of concrete, test subgrade for conformity with indicated cross section by means of an approved template riding on side forms. If necessary, remove or add material as required to bring all portions of sub- grade to correct elevation. Subgrade shall be thoroughly compacted and again tested with template. Concrete shall not be placed on any portion of subgrade which has not been tested for correct elevation. Clear subgrade of loose materi- al which may have fallen upon it. Subgrade shall be damp but not saturated with water. 3.03 INSTALLATION A. Placing Concrete Concrete Walks-02510-3 JMSL CPTED:Street Gates and Portal Entry City of Fort Worth 1. Place concrete only on a moist compacted base. 2. Deposit concrete so as to require as little rehandling as practicable. Placing shall be continuous between transverse joints or in individual sections of the work. 3. Spade concrete thoroughly along forms and expansion joints, and work carefully into corners and around reinforcement. Tamp and screed to a dense mass. 4. Vibrators may be used provided they are operated under experienced supervi- sion and forms are constructed to withstand their action. 5. Walks shall be one-course concrete of widths and depth, and cross-sloped as indicated. 6. Place reinforcement in walks where indicated. 7. Walks shall be continuous between expansion joints. After initial placement of concrete, bring surface of concrete to proper section guided by forms. 8. Finish surface of walks and steps to grade and cross section by floating. After floating, trowel the surface smooth and edge all edges and joints. B. Expansion Joints 1. For unsealed joints, the expansion joint filler strip shall be installed 1/8-inch below the finish surface of the walk. 2. For sealed joints, expansion joint filler strips shall be installed in manner to pro- vide a void having depth equal to width of joint plus 1/8-inch for sealing com- pound. 3. Provide 1/2-inch thick expansion joints at all points of contact with fixed objects, such as walls, buildings, curbs, pavement, poles, signs and hydrants, at inter- vals not exceeding 30 feet, or as indicated. C. Control Joints 1. Provide control joints in concrete walks to form panels of sizes indicated. Control joints shall be at right angles to, and parallel to, building lines, or to pat- terns indicated on drawings. 2. Control joints indicated shall be sawn by using a diamond blade concrete power saw. Saw shall cut into slab at least 1", but in no case shall it be less than 25% of slab depth. Concrete Walks-02510-4 JMSL CPTED:Street Gates and Portal Entry City of Fort Worth 3.04 CONCRETE FINISHES A. Broom Finish 1. Provide medium broom finish at locations indicated. 2. Finish concrete surface for concrete walks and pads shall be given a medium broom finish, with direction of grooves in concete surface perpendicular to length of pavement. After concrete has set sufficiently to prevent course aggregates from being torn from the surface, but before it has completely set, brooms shall be drawn across it to produce a pattern of small parallel grooves. Broomed surface shall be uniform, with no smooth, unduly rough or porous spots, or other irregularities. Coarse aggregate shall not be dislodged by brooming operation. 3.05 CURING A. Liquid membrane curing compound shall be applied to cover surface completely and uni- formly at a rate which will achieve the performance requirement specified in AASHTO Specification M148. Apply membrane curing compound immediately behind final finish- ing operation. Failure to provide complete and uniform coverage at required rate will be cause for rejection of all concrete so affected. Take special care to apply curing com- pound to pavement and walk edges immediately after forms have been removed. B. The curing shall continue until the cumulative number of hours or fractions thereof during which temperature of the air in contact with the contract is above 50 Degrees F. has totaled at least 168 hours. Rapid drying at the end of the curing period shall be prevent- ed. 3.06 FIELD QUALITY CONTROL A. Perform compressive strength tests according to ASTM C31 and C39. B. Perform slump measurement according to ASTM C145. C. Perform air content according to ASTM C231. D. Rate of testing shall comply with the applicable portion of Section 03300. 3.07 CLEANING A. Concrete spilled on the pavement, structures, or ground shall be removed and the pave- ment or structures thoroughly cleaned before the concrete sets. Spilled concrete shall not be washed into sewers or drains. Restore the site of the work to a neat and sightly appearance, including removal of excess materials, forms, and equipment. END OF SECTION 02510 Concrete Walks-02510-5 JMSL CPTED:Alley Gates City of Fort Worth SECTION 02830-ORNAMENTAL METAL FENCING PART ONE-GENERAL 1.01 SUMMARY A. This Section includes the following: 1. Alley Gates -� 1.02 RELATED WORK Not Used 1.03 SUBMITTALS A. Shop drawings showing fabrication and installation of ornamental metal fencing including plans, elevations, details and dimensions of components and attachments to other units of work. Indicate materials and profiles of each ornamental metalwork member, fitting,joinery, finishes, fasteners,anchorages and accessory items. B. Samples and Mock-ups 1. Provide one full size mock-up of one section of metal gate and side panel, post to post,painted and complete. 2. Once approved by the Owner and Landscape Architect,mock-ups may be accepted as part of the work. The Contractor shall make all mock-up samples as required until accepted by the Owner and Landscape Architect.The approved mock-up shall become a minimum standard of work when accepted, and shall be matched or bettered throughout the project. C. Qualification data for firms and persons specified in the Quality Assurance article to demonstrate their capabili- ties and experience. 1.04 QUALITY ASSURANCE A. Fabricator Qualifications: Firm experienced in successfully producing ornamental metal fencing similar to that indicated for this project,and with sufficient production capacity to fabricate and install specified gates by the project completion date. B. Installer Qualifications:Arrange for the installation of ornamental metal fencing specified in this Section by the same firm that fabricated it. C. Welding Standards:Comply with applicable provisions of AWS D1.1 "Structural Welding Code—Steel". 1. Certify that each welder has satisfactorily passed AWS qualification tests for welding processes involved and, if pertinent, has undergone recertification. ON Ornamental Metal Fencing 02830-1 7.96 JMSL CPTED:Alley Gates City of Fort Worth 1.06 DELIVERY, STORAGE AND HANDLING A. Store ornamental metal fencing inside a well-ventilated area,away from uncured concrete and masonry, and pro- tected from weather,moisture,soiling,abrasion,extreme temperatures and humidity. ., 1.07 PROJECT CONDITIONS A. Field Measurements: Check actual dimensions of existing condition, including location of all existing utilities by accurate field measurements before fabrication; show recorded measurements on final shop drawings. Notify owner of any discrepancy or conflicts. PART TWO-PRODUCTS 2.01 METALS A. Insofar as possible, furnish products from a single manufacturer. B. Provide metals free from surface blemishes where exposed to view in the finished work. Exposed to view sur- faces exhibiting pitting, seam marks, roller marks,stains,discolorations,or other imperfections on finished units are not acceptable. C. Steel: Provide steel in the forms indicated complying with the following requirements.- 1. equirements:1. Tubing:Cold formed,ASTM A 500; or hot-rolled,ASTM A 501. 2. Steel Plate, Shapes and Bars:ASTM A 36/A 36M. 2.02 MISCELLANEOUS MATERIALS A. Welding Electrodes and Filler Metal:Type and alloy of filler metal and electrodes as recommended by producer of metal to be welded,complying with applicable AWS specifications, and as required for color match, strength and compatibility in the fabricated items. �• B. Fasteners: Use fasteners of the same basic metal as the fastened metal, unless otherwise indicated. Do not use metals that are corrosive or incompatible with materials joined. �. 1. Provide concealed fasteners for interconnection of ornamental metal fencing components and for their attachment to other work,except where otherwise indicated. 2. Exposed fasteners.to be galvanized, unless otherwise indicated. C. Shop primer: Refer to Section 09900, Painting. D. Bituminous Paint: Cold applied asphalt mastic complying with SSPC-Paint 12,except containing no asbestos fibers. E. Concrete: Min. 28 day compressive strength of 4,000 p.s.i. for structural concrete and 3,000 p.s.i. for paving and sidewalks. M F. Lock: 1 Knox Padlock with 1-3/4" shackle per gate,as manufactured by Knox Company of Irvine,Ca. 1-1800-522- Ornamental Metal Fencing 02830-2 7.96 00 5669. All padlocks to have matching keys. JMSL CPTED:Alley Gates City of Fort Worth 2.04 FABRICATION A. Form ornamental metal gate to required shapes and sizes,with true curves, lines and angles. Provide compo- nents in sizes and profiles indicated, but not less than required to comply with structural performance. B. Provide necessary rebates, lugs,and brackets to assemble work and attach to other work. Drill and tap for required fasteners. Use concealed fasteners wherever possible,and in agreement with design intent. *� C. Comply with AWS for recommended practices in shop welding and brazing. Provide welds and brazes behind finished surfaces without distortion or discoloration of exposed side.Clean exposed welded and brazed joints of all flux and dress all exposed and contact surfaces. D. Mill joints to a tight, hairline fit. Cope or miter corner joints. Form joints exposed to weather to exclude water penetration. E. Finish exposed surfaces to sharp,well defined lines and arises. F. Assemble items in the shop to the greatest extent possible to eliminate field splicing and assembly. Disassemble �. units only as necessary for shipping and handling. Clearly mark work for reassembly and coordinated installa- tion.Use connections that maintain the structural integrity of the joined pieces. G. Nonwelded Connections: Fabricate members and fittings to produce flush, smooth, rigid hairline joints. H. Welded Connections: Use welding method that is appropriate for metal and finish indicated,and that develops strength required to comply with structural performance criteria. Finish exposed welds and surfaces smooth, flush and blended to match adjoining surfaces. .. 2.05 STEEL FINISHES A. Preparation for Shop Priming:Prepare uncoated ferrous metal surfaces to comply with minimum requirements indicated below for-SSPC surface preparation specifications and environmental exposure conditions of installed ornamental metal fencing. 1. SSPC-SP 6 "Commercial Blast Cleaning" B. Shop Primer Finish:Refer to Section 09900,Painting. C. Intermediate Coat: Refer to Section 09900, Painting. D. Finish Coat: Refer to Section 09900, Painting. E. Verify that surfaces to be coated are dry,clean,and free of dust,dirt,oil,wax,grease and other contaminants. PART THREE-EXECUTION 3.01 PREPARATION A. Check actual dimensions of existing condition, including location of all existing utilities by accurate field mea- surements before fabrication; show recorded measurements on final shop drawings. Notify owner of any dis- crepancy or conflicts. Ornamental Metal Fencing 02830-3 7.96 JMSL CPTED:Alley Gates City of Fort Worth B. Ensure adequate clarance for swing of gates prior to fabrication. C. Coordinate delivery of such items to the project site. 3.02 INSTALLATION A. Perform cutting,drilling and fitting required to install ornamental metal fencing. Set work accurately in location, alignment and elevation, plumb, level and true,measured from established lines and levels. Provide temporary bracing or anchors for items that are to be built into concrete,masonry or similar construction. B. Fit exposed connections accurately together to form tight,hairline joints, or,where indicated,with uniform reveals.Where cutting,welding and grinding are required for proper shop fitting and jointing of ornamental metal fencing, restore finishes to eliminate any evidence of such corrective work. C. Do not cut or abrade finishes that cannot be completely restored in the field. Return items with such finishes to the shop for required alterations, followed by complete refinishing,or provide new work as required. 3.03 ADJUSTING A. Touchup Painting: Immediately after erection,clean field welds and abraded painted areas, and touchup exposed areas with coating system specified in Section 09900. 3.04 PROTECTION A. Protect ornamental metal fencing from damage during the construction period. B. Restore finishes damaged during installation and construction so that no evidence remains of correction work.Return work that cannot be refinished in the field to the shop; make required alterations and refinish entire unit or provide new unit as required. 3.05 CLEANING A. Upon completion of installation,clean surfaces of ornamental metal fencing. B. Clean up and legally dispose of all rubbish and debris resulting from this work. C. Leave areas surrounding this work in clean condition. END OF SECTION 02830 r R Ornamental Metal Fencing 02830-4 7.96 JMSL CPTED: Street Gates and Portal Entry City of Fort Worth SECTION 04420-Masonry �. PART ONE-GENERAL 1.01 SUMMARY A. This section specifies masonry work including setting of natural stone. 1.02 RELATED WORK A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections,apply to this section. B. Cast in Place Concrete per City of Fort Worth Standard Specification. 1.03 SUBMITTALS A. Product Data: Submit, for information only, specifications and other data for each type of masonry work required. Include instructions for handling,storage,and installations and protection of each type. B. Submit samples of the full size and color range of brick to be used, for acceptance by the Landscape Architect. C. Job Mock-up 1. Prior to installation of masonry work, provide sample18" tall by 8 feet long of masonry indicating with proposed range of color,texture and workmanship to be expected in completed work, Build mock-up at site, using brick and jointing,as shown and specified. 2. Obtain Landscape Architect's acceptance of visual qualities of sample before start of masonry work, Replace unsatisfactory mock-up work,as directed, until acceptable to Landscape Architect. Retain sample panels during construction as a standard for judging completed work. Do not alter,move or destroy mock-up until work is completed, The accepted mock-up may become part of the completed work and remain in place,if in undisturbed condition at Date of Substantial Completion. 1.04 PRODUCT DELIVERY,STORAGE,AND HANDLING A. Protect materials during storage and construction against soiling,staining, and physical damage. B. Handle brick to prevent chipping, breakage, soiling or other damage. Do not use pinch or wrecking bars without protecting edges of bricks with other rigid materials. Lift with wide-belt type slings wherever possible,do not use wire rope or ropes containing tar or other substances which might cause staining. If required,use wood rollers and provide cushion at end of wood slides. C. Protect mortar materials and masonry work accessories from weather,moisture and contamination with earth and other foreign materials. w MASONRY 04200-1 JMSL CPTED: Street Gates and Portal Entry City of Ft.Worth 1.05 PROJECT CONDITIONS A. Cold-Weather Protection 1. Remove any ice or snow formed on masonry bed by carefully applying heat until top surface is dry to touch. 2. Remove masonry work determined to be frozen or damaged by freezing conditions. 3. Do not use frozen materials or materials mixed or coated with ice or frost. Do not use salt to thaw ice in anchor holes or slots. Do not lower the freezing point of mortar by use of admixtures or anti-freeze agents. Do not use calcium chloride in mortar or grout. PART TWO-PRODUCTS 2.01 SOURCE QUALITY.CONTROL A. Single-Source Responsibility for brick: Obtain each color,grade, finish, type and variety of brick from a single supplier with resources to provide materials of consistent quality in appearance and physical properties. B. Single-Source Responsibility for Mortar and Grout Materials: Obtain mortar ingredients of uniform quality and from one manufacturer for each cementitious component,and from one source or producer for each aggregate. C. Single Source Responsibility for Other Materials: Obtain each type of brick accessory,sealant and other materi- als from one manufacturer for each product. 2.02 MATERIALS A. Brick material shall be from Acme brick company,Tulsa Blend#4 rough, modular size brick, shale red and flash color. B. Precast concrete material shall be supplied by Custon Cast Stome of Dallas at(972)276-2000 or(972)272-6400. D. Mortar and Grout: Refer to Division 4 Mortar and Grout Section for requirements. PART THREE-EXECUTION 3.01 INSPECTION A. Installer must examine supporting structure and conditions under which the masonry work is to be installed,and notify Contractor in writing of any conditions detrimental to proper and timely completion of work. Do not pro- ceed with the installation of masonry work until unsatisfactory conditions have been corrected in a manner acceptable to installer. B. Do not use brick units with cracks,voids, stains,or other defects which might be visible in the finished work unless otherwise acceptable to the Landscape Architect. C. Do not continue building on frozen work: remove and replace masonry work damaged by frost or freezing. D. Do not use frozen material or materials mixed or coated with ice or frost. Do not use salt to thaw ice in anchor holes or slots. Do not lower freezing point of mortar by use of admixtures or anti-freeze agents, and do not use MASONRY 04200-2 JMSL CPTED: Street Gates and Portal Entry City of Ft.Worth calcium chloride in mortar or grout. 3.02 INSTALLATION A. General: 1. Execute masonry work by skilled brick masons. 2. Contiguous Work: Provide openings and other spaces as required for contiguous work. Close up open- ings in brick work after other work is in place. Use materials and set to match surrounding stonework. 3. Ferrous Metal: Where brick work will contact ferrous metal surfaces which will be concealed ion back- up construction(anchors,supports,structural framing and similar surfaces),apply a heavy coat of bitu- minous paint on metal surfaces, prior to setting of brick. Do not extend coating onto portions of ferrous metal which will be exposed in finished work. Do not apply coating to stainless or non-ferrous metals. 4. Provide expansion joints where shown and as required. Do not fill with mortar, Install continuous strips of preformed joint filler to allow for installation of backer rod and sealant. 5. Wet brick thoroughly before setting. ,.. 6. Set brick before initial set of cement bed occurs. Do not set brick on dry bed. Tamp brick for a com- plete contact between brick and setting bed. 7. Set brick with uniform joints as indicated. A B. Grout joints as soon as possible after initial set of setting bed. Force grout into joints, finish according to detail. Wet joint surfaces, if dry, prior to grouting. B. Brick Veneer 1. All brick shall be laid in pattern as indicated, 2. Break joints so vertical joints are not directly over each other in any two courses and so horizontal joints -• are straight and continuous. 3. Set bricks on their widest bed. Form tops of walls true to line. 4. Do not use bricks with large cracks, large holes or stains 5 Provide necessary field cutting as brick is installed. Select brick at job site and install to provide as �. even a distribution of colors as possible throughout the work. Maintain brick as clean as possible as work progresses. C. Precast Concrete Caps 1. All walls shall have a prcast concrete cap. Joints on the top of the wall shall be flush with the cap as to prevent ponding of water on the wall.. 2. Do not use cap material with large cracks, large holes or stains. MASONRY 04200-3 JMSL CPTED:Street Gates and Portal Entry City of Ft.Worth 3. Select cap material at job site and install to provide as even a distribution of colors as possible through- out the work. Maintain cap material as clean as possible as work progresses. 3.04 ADJUST AND CLEAN -. A. Remove and replace masonry units which are broken,chipped,stained or otherwise damaged. Remove and replace units which do not match adjoining brick work. Provide new matching units, install as specified and point-up joints to eliminate evidence of replacement. Repaint defective and unsatisfactory joints as required to ^„ provide a neat, uniform appearance. B. Clean masonry work immediately as it is laid, using clean water and stiff-bristle brushes to avoid etching or staining of the work. Do not use wire brushes,acid type cleaning agents or other cleaning compounds with caus- tic or harsh fillers. C. Provide final protection and maintain conditions, in a manner acceptable to installer,which insures masonry work being without damage,discolorations,or deterioration during subsequent construction and until Date of Substantial Completion. END OF SECTION 04420 MASONRY 04200-4 JMSL CPTED: Street Gates and Portal Entry City of Fort Worth SECTION 09900- PAINTING PART ONE-GENERAL 1.01 SUMMARY A. Section includes surface preparation,painting, and finishing exterior items and surfaces. Surface preparation, priming,and finish coats specified in this section are in addition to shop priming and surface treatments speci- fied under other sections. B. Painting is not required on prefinished metal surfaces,concealed surfaces,operating parts and labels. 1.02 SUBMITTALS A. Product Data: 1. Submit manufacturer's specification to evidence compliance with these specifications. 2. Submit manufacturer's installation instructions. 3. Manufacturer's Product Data shall be clearly marked to indicate specific models or types intended for submittals and desired approval. 4. Product Data which is unmarked or unclear as to intended submittal will be returned unreviewed to submitter. ``fm I B. Detailed Painting Schedule: r 1. Furnish "Detailed Painting Schedule" for approval by the Owners and Landscape Architect. Indicate types of surface,type of paint material, and number of coats required,as set forth in Painting Requirements" . OW 2. Submit brand designation and grade of indicated type produced by approved manufacturer for each application listed or required. 3. Submit product analysis and performance characteristics for paint material as requested by the Owners and Landscape Architect. C. Samples: 1. Submit four(4)samples of each type of paint finish proposed for use. 2. Samples shall be on 81/2"x 11"cardstock material and shall be as true a representation of finished work as practical. 3. Label each sample and show various stages of finish on each sample. D. Certification: Submit certification that system complies with VOC requirements. 1.03 QUALITY ASSURANCE A. Regulatory Requirements: Paint products shall meet Federal, State and Local EPA requirements for maximum VOC. Painting 09900-1 JMSL CPTED:Street Gates and Portal Entry City of Fort Worth 1.04 PRODUCT HANDLING A. Delivery: 1. Deliver material to job site in,original unopened containers and package bearing manufacturer's name, type of paint,stock number and color. 2. Deliver paints ready mixed unless otherwise directed by the Owner and Landscape Architect. B. Storage: 1. Keep storage neat,clean and adequately protected from paint spills. Repair damage caused to the sur- face with in the storage area. 2. Dispose of cloths and cotton waste which might be constitute a fire hazard at the end of each work day. 1.05 ENVIRONMENTAL CONDITIONS A. Do not apply paint or varnish under conditions that could adversely affect drying of the final finish. �. B. Apply the materials under adequate illumination and ventilation. C. Do not apply paint when temperature are below 50 degrees F.,or when excessive humidity occurs. RM 1.06 EXTRA STOCK A. Leave with the Owner,where directed by the Landscape Architect, not less than one(1)gallon of each color of paint,unused. B. Label each color of paint with the color and paint number in addition to the manufacturer's label, PART TWO- PRODUCTS �. 2.01 ACCEPTABLE PRODUCT/MATERIAL MANUFACTURERS A. Specific products or materials manufactured by the following manufacturers are"acceptable"only if specific products or materials can evidence compliance with the Contract Documents. 1. Tnemec 2. Carboline I Ameron 2.02 MATERIALS A. Prepared paints and coatings: Materials selected for coating systems shall be product of single manufacturer, unless otherwise specified. �. B. Tinting Colors: By manufacturer of prepared paint. Painting 09900-2 JMSL CPTED:Street Gates and Portal Entry City of Fort Worth C. Type of Coating System: Organic zinc;epoxy zinc-rich primer shop applied; high build epoxy intermediate coat, aliphatic polyester polyurethane finish coat. Gloss sheen. D. Dry Film Thickness(DFT):As specified by the product manufacturer. E. Ferrous Metal Primer:Tnemec 90-97 Tnemec-Zinc, DFT 2-3.5 mils. F. Intermediate Coat:Tnemec 66-1211 Hi-Build Expoline, Epoxy-Polyamide, DFT 3-5 mils. G. Finish Coat:Tnemec 70 Endura-Shield, DFT 1.5-2.5 mils. 2.03 MIXING A. Paint colors shall be selected by Landscape Architect. Before work is begun, Landscape Architect will furnish color schedule and or/color chips showing where various colors shall be used. B. Tint prime coats and undercoats to approximately the shade of final coat, but each with slight variation in color to distinguish from the previous coat. C. Apply paint of consistency recommended by the manufacturer.Additional thinning only permitted with previous written approval. 2.04 COLORS A. Colors including deep tones shall be selected by the Landscape Architect. B. Number of colors to be used will be determined by the Landscape Architect. PART THREE- EXECUTION 3.01 EXAMINATION A. Examine surface to receive painting before beginning work and correct defects that could affect quality of fin- ished work. Repair surfaces, as necessary,to receive painting as specified. Retouch shop coats and prime coats as necessary. B. Starting painting work shall be construed as evidence of acceptance of conditions under which work will be done. C. Meet requirements of other sections of specifications for preparation of specific items. y D. Apply primer immediately after surface preparation to prevent contamination of the surface. 3.02 PREPARATION A. Surface blast clean to white metal in accordance with Structures Painting Council SSPC SPS. B. Clean surfaces to be painted and spaces in which painting will be done, broom clean and dust free. Remove soil, prints, stains and adhered material that would affect the finish painting. Painting 09900-3 JMSL CPTED: Street Gates and Portal Entry City of Fort Worth C. Shop Primed Ferrous Metal: 1. Clean surface free of concrete,mortar, plaster,shavings,dirt, dust and other foreign material.Remove grease and oil according to manufacturer's recommendations. 2. Lightly sand surfaces to be field primed to roughen for bond, or marred shop coats with spot primer. 3.03 PROTECTION OF ADJACENT AREAS OR SURFACES A. Carefully and adequately protect, as required, surfaces not requiring painting in areas where painting is being carried on. Use tarpaulins or other suitable covers,with support, if needed to protect adjacent or underlying sur- faces. B. Maintain factory protection on items that could be affected by the painting.All surfaces shall be protected for the duration of the painting. 3.04 APPLICATION A. Apply in accordance with the manufacturer latest requirements, instructions, specifications and details. B. Do not open container until required for use.Thoroughly mix paint before application and frequently stir during application so as to maintain pigment in suspension. C. Do not thin paint unless recommended by the manufacturer and then not in excess of printed direction of the manufacturer. Do not allow caking or setting of pigment into a hard mass. D. Apply paint uniformly without visible laps,sags. curtains, holidays or objectionable brushmarks.Exercise care so paint does not splatter on surfaces not required to be painted. Remove promptly any paint splattered or spilled on surfaces. E. Insure that primer and intermediate coats of paint are unscarred and completely integral at time of application of each succeeding coat.Allow sufficient time between coat to ensure proper drying. F. Sand between coats on metal surfaces prior to application of succeeding coats. G. Match final coat of paint color, tint and hue with color display approved by Landscape Architect. 3.05 FIELD QUALITY CONTROL A. When painting is to be started, manufacturer whose material have been approved for use shall furnish compe- tent technical assistance on job to ensure that his materials are being applied properly. Manufacturer's assis- tance shall be available at times until completion of work. B. Each coat must be started, inspected and approved before application of succeeding specifiedcoat, otherwise no credit for coat applied will be given and Contractor automatically assumes responsibility to re-coat work in ques- tion. C. Application equipment shall be cleaned at least daily and no work shall be done with equipment which leaves adulterant in coat being applied. Painting 09900-4 dMSL CPTED: Street Gates and Portal Entry City of Fort Worth 3.06 CLEANING A. Remove from premises upon completion of work staging,scaffolding and containers. B. Remove misplaced paint spots,oil or stains upon adjacent surfaces and leave entire work in clean condition. Touch up and restore finish where damaged. END OF SECTION 09900 I � u � I Painting 09900-5 JMSL CPTED Street Gates City of Fort Worth,Texas SECTION 13700 Security Access and Surveillance (Opticom System) �- I. SYSTEM DESCRIPTION: The Opticom system will be furnished and installed by City of Fort Worth Transportation and Public Works Department's Traffic Services Division. The system required will employ optical communication to identify the presence of designated emergency vehicles and will cause the gate openers to activate and remain open. This communication will be effective to the optical detectors at or near the gate over a line-of-sight of up to 2,500 feet. The system will not require any attention of the vehicle operator other than a simple emitter"ON" until the end of the emergency run. The Emergency Response Management System shall consist of optical detectors, optical detector cable,and other ancillary equipment to facilitate installation and operation of the system. II. MATCHED SYSTEM COMPONENTS: The system shall be comprised of three basic matched components plus ancillary equipment. To insure system integrity, operation and compatibility, the three basic components(optical detector,detector cable, and phase selector)shall be from the same manufacturer. The bidder shall list on the bid document the name of the manufacturer and model number for each component bid. The optical detection equipment shall be activated by the Opticom emitter devices currently employed by the City of Fort Worth Fire Department. The manufacturer of the system shall provide with the bid written certification that the three basic components are designed, manufactured and tested as a system of matched components and will meet �+ or exceed the requirements of these specifications. A. OPTICAL DETECTOR: A lightweight, weatherproof, adjustable optical detector assembly. Internal circuitry transforms optical energy from the optical emitter assembly into electrical signals for delivery (up to 1,000 feet)via optical detector cable to the phase selection equipment. The optical detector shall be bi-directional with one output. Each optical detector shall be supplied complete with mounting hardware to accommodate installation. B. OPTICAL DETECTOR CABLE: A durable shielded 3-conductor cable with necessary electrical characteristics to carry power to the optical detector from the phase selector and deliver the necessary high quality signal to the phase selector. C. PHASE SELECTOR: This equipment shall interface between the optical detector and the controller unit and provide the following functions while not compromising the existing fail safe provisions: 1. Deliver sufficient power to all optical detectors required for the intersection. 2. Control sensitivity to the optical detector signal via adjustable range settings. 3. Deliver signals to the gate opener to cause the opener to activate. III. SYSTEM OPERATION A. Priority control phase selection shall be activated by an optically transmitted signal or upon the actuation of a test switch. i B. The gate openers shall respond to inputs from an emergency vehicle preempt module or from the phase selector modules to open the gate for the emergency vehicle. C. The system shall provide power for the optical detectors. D. The system shall cause the gate controller to open the gate even if the optical energy signals are e interrupted before the gate is completely opened. Security Access and Surveillance 13700-1 JMSL CPTED Street Gates City of Fort Worth,Texas IV. SYSTEM COMPONENT SPECIFICATION: A. Optical Detector 1. The optical detector shall be a lightweight, weatherproof device capable of sensing and transforming pulsed optical energy into electrical signals for use by the encoded phase selection equipment. 2. The unit shall be high impact polycarbonate construction with stainless steel and/or brass hardware. •■ 3. The unit shall be designed for mounting at or near the gate. 4. The unit shall accept optical signals from two directions. 5. The unit shall include a design feature to allow aiming of the two optical sensing inputs for skewed approaches or slight curves. 6. The unit shall have a built-in terminal strip to simplify wiring connections. Each terminal shall be clearly marked. 7. The unit shall receive power from the encoded phase selector and have internal voltage regulation to be operational from 16 to 40 volts. 8. The unit must respond to the encoded optical emitter at a distance of 2,500 feet under clear atmospheric conditions. 9. The unit must deliver the necessary electrical signal to the encoded phase selector via the optical detector cable up to 200 feet in length. 10. The unit shall employ replaceable circuit board assembly and photocells to facilitate repair. 11. The optical detector shall be bi-directional. 12. Each optical detector shall be supplied with mounting hardware to accommodate installation. B. Optical Detector Cable 1. The cable must guarantee delivery of the necessary high quality signal from the optical detector to the phase selector over a non-spliced distance of 200 feet. 2. The cable must guarantee sufficient power to the optical detector over a non-spliced distance of 200 feet. 3. The cable must be of durable construction to satisfy the following installation methods: Direct burial. Conduit and mast arm pull. Exposed overhead(supported by messenger wire). 4. The weight shall not exceed .04 lbs./ft. 5. The outside diameter shall not exceed .03 inches. 6. The insulation rating shall be 600 volts minimum. 7. The temperature rating shall be 80 degrees C. minimum. 8. The cable shall have 3 conductors of AWG#20(7x28)stranded, individually tinned copper color coded insulation as follows: 40 Orange for delivery of optical detector power(+). Blue for optical detector power return W. Yellow for optical detector signal. 40 9. The conductors shall be shielded with aluminized polyester and have an AWG#20(7x28) stranded, individually tinned drain wire to provide signal integrity and transient protection. 10. The shield wrapping shall have a 20% overlap to ensure integrity following conduit and mast arm pulls. '" Security Access and Surveillance 13700-2 .IMSL CPTED Street Gates City of Fort Worth,Texas C. Phase Selection Equipment The phase selectors shall operate with the gate opening equipment. Each phase selector shall contain a power supply to support optical detectors and circuitry to recognize electrical signal from the optical detectors caused by emitter equipped vehicles. 1. Phase selectors shall be plug-in devices. 2. Phase selectors shall be powered from 115 volt, 60 Hz mains and contain internally regulated power supply to support optical detectors. 3. One opto-isolated NPN output per channel shall provide the electrical signal to the appropriate pin on the card edge connector required to activate the gate opener. 4. Phase selectors shall utilize crystal control timing and optical pulse rate recognition circuitry to �^ assure: Accurate optical signal recognition. Synchronous logic. Precise output pulse. 5. Phase selectors shall have three recessed range controls per channel to adjust optical sensitivity P (emitter range). 6. Phase selectors shall have a solid state"Power On"indicator. 7. Phase selectors shall have a solid state indicator for each channel which performs as follows: P1 Flash during call validation. Be steady-on during valid call and test switch operations. �. 8. Phase selectors shall have a test switch for each channel to deliver signal pulse rate to verify proper function of optical emitter. 9. Phase selectors shall have a selectable call dropout time of 5 or 10 seconds. 10. Phase selectors shall not exceed the following physical dimensions: Length(including handle)7.91 inches. Width 1.11 inches. r Height 4.50 inches. V. RELIABILITY 'p A. All equipment supplied as part of the system intended for use in the controller cabinet shall meet the electrical environmental specifications outlined in the NEMA standards publication TSI-1983 Part 2: I. Line voltage variations per NEMA TSI-2.1.2 2. Power source frequency per NEMA TSI-2.1.3 3. Primary power interruptions per NEMA TSI-2.1.04.A.I 4. Power source noise transients per NEMA TSI-2.16.1 op 5. Power source high energy transients per NEMA TSI-2.1.62 6. Non-destruct transient immunity per NEMA TSI-2.1.7 7. Input-Output noise immunity per NEMA TSI-2.1.7 8. Temperature ranger per NEMA TSI-2.1.7 9. Humidity per NEMA TSI-2.1.5.2 10. Shock test per NEMA TSI-2.1.13 11. Vibration per NEMA TSI-2.1.12 �, Security Access and Surveillance 13700-3 P. JMSL CPTED Street Gates City of Fort Worth,Texas ME VI. WARRANTY MR A. Manufacturer shall warrant that,provided the system has been properly installed, operated and maintained,component parts of a matched component system(see Section II) that prove to be defective in workmanship and/or material during the first ten(10)years from date of shipment from the manufacturer shall be covered in a documented system protection plan. The protection plan shall warrant that component parts of a matched component system that prove to be defective in workmanship and/or material during the first five(5) years from date of shipment from manufacturer will be repaired at no charge, and that extended coverage with a fixed repair deductible will be available for an additional five(5)years. B. The warranty coverage must assure ten year operational reliability and interface compatibility with future components designed for the system. C. A copy of the manufacturer's warranty outlining the conditions stated above shall be supplied with bid. VII. TEST AND ACCEPTANCE The low bidder shall be required to supply a working sample of all components specified in this specification. VIII. CERTIFICATE OF INSURANCE The manufacturer shall provide a certification of insurance protection for$5,000,000. This certificate assures the system user that the manufacturer is insured against civil damages if proven to be at fault for an accident due to equipment failure within the matched component system. END OF SECTION Security Access and Surveillance 13700-4 r r SILICONE JOINT SEALING FOR CONCRETE PAVEMENT: CITY OF FORT WORTH,TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1,October 18, 1989) (Revision 2, May 12, 1994) r1. SCOPE This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2. (11)"Joint Sealing Materials"of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH,and Item 2.210"Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS. 2. DESCRIPTION This specification for silicone joint sealing shall apply to, but shall not be limited to, all Portland Cement Concrete street pavement and curbs. h 3. MATERIALS 3.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification. Before the installation of the joint sealant, the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint sealants meet these requirements. 3.2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated, documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems. Verifiable documentation shall be submitted to the Engineer. Acetic acid cure sealants shall not be accepted. The silicone sealant shall be cold applied. r3.3 Self-LevelinSilicone Joint Sealant The joint sealant shall be Dow Coming 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation,Midland, MI 48686-0994,or an approved equal. Self-Leveline Silicone Joint Sealant for Asphalt Table III Self-Leveling Joint Sealant Test Method Test Requirement As Supplied **** Non Volatile Content,%min. 96 to 99 MIL-S-8802 Extrusion Rate,grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1.260 to 1.340 **** Skin-Over Time,minutes max. 60 **** Cure Time, days 14 to 21 llp **** Full Adhesion,days 14 to 21 Silicone Joint Sealant For Concrete Pavement Page E1 As Cured—After 21 Days at 25°C. (770F.) and 50% RH ASTM D 412, Die C Mod. Elongation, %min. 1400 ASTM D 3583 Modulus @ 150%Elongation, PSI 9 y„ (Sect. 14 Mod.) ASTM C 719 Movement, 10 cycles @+ 100/-50% No Failure ASTM D 3583 Adhesion to Concrete,%Elongation min. 600 (Sect. 14 Mod.) ASTM D 3583 Adhesion to Asphalt,% Elongation min. 600 (Sect. 14 Mod.) 3.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight sea]. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. Reference is made to the"Construction Detail"sheet for the various joint details with their respective dimensions. 4. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement,the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the"Construction Detail'sheet or as directed by the Engineer within 12 hours of the pavement placement. (Note that for the"dummy"joints, the initial 1/4-inch width "green"saw-cut and the"reservoir"saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven(7) days. Then the saw cuts for the joint sealant reservoir shall be made, the joint cleaned,and the joint sealant installed. During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40°F. (4°C.)and rising. 5. EQUIPMENT 5.1 The Contractor shall furnish all necessary equipment. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows: 5.2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 5.3 High Pressure Water Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 5.4 Air Compressors: The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow- tube shall fir into the saw-cut joint. 5.5 Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 5.6 Iniection Tool:This mechanical device shall apply the sealant uniformly into the joint. 5.7 Sandblaster:The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 5.8 Backer Rod Roller and Tooling Instrument:These devices shall be clean and free of contamination. They shall be compatible with the join depth and width requirements. 6. CONSTRUCTION METHODS 6.1 Genera]: The joint reservoir saw cutting, cleaning,bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations "' Silicone Joint Sealant For Concrete Pavement Page E2 RM •" 6.2 Sawing Joints: The joints shall be saw-cut to the width and depth as shown on the"Construction Detail" sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 6.3 Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high-pressure water. The water flushing shall be done in one- direction to prevent joint contamination. When the Contractor elects to saw the joint by the dry method,flushing the joint with high-pressure water may be deleted. The dust resulting from the sawing shall be removed from the joint by using compressed air.(Paragraph Rev. 1,October 18, 1989) After complete drying,the joints shall be sandblasted. The nozzle shall be attached to a mechanical aiming device so that the sandblast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes. Upon the termination of the sandblasting, the joints shall be blown-out using compressed air. The blow tube shall fit into the joints. The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open,cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape: The bond breaker rod and tae shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 6.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sealant shall be applied using the ,., mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F(4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition. Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the Engineer the acceptable method for sealant installation. The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. 7. WARRANTY The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City. Also, the Contractor �.. shall provide the Engineer a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for one year after final acceptance of the completed work by the Engineer. 8. BASIS OF PAYMENT No payment will be made for this subsidiary pay item. Contractor shall furnish all materials; prepare, deliver, and apply sealing materials; and provide all labor,equipment, tools and incidentals necessary to complete the silicone joint sealing in conformity with the plans and these specifications. h � ' Silicone Joint Sealant For Concrete Pavement Page E3 1 PART F CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW EXPERIENCE RECORD EQUIPMENT SCHEDULE PERFORMANCE BOND AND PAYMENT BOND FROM : CUSTOM SERVICES FRX idO. : 1372 923 3715 rear. 16 2000 (33:Siert PS -. CER"f IVICATL or, INSURANCE C utiGcate I lolder: City of Furl `Vortlt, Date: Nlarclt 7, 2000 Projcet Name: Jenninbs-May-St. Louis Street Gates and Entry Portal Structures Project Number: GR76-005206100920 This is to certify that: Custom Service,Inc. Address: 1313 N 11135 Waxahachie,TX 75165 is at the date of this certificate, insured by this company with respect to the business operations hereinafter described, for the type or ituunnce and in accordance with the provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side thereof. Type of Insurance 1'Ut,(CY No. Frr•Lcrive EXPIRESLIMITS oi:LIABILITY Workers CumpcnsatiLill ZN00098503 05/10/99 05/10/00 EACH ACCIDENT 1, 000, 000 Comprehensive Gcncral Budily injury: $ lJahitityhssuranct: PACP775W2745 05/10/99 05/10/00 Cach.Utcurrcnce: Wubhc Liubility) Property Damage: Cach Occurrence: $1,000, 000 lll:utinb Each Occurrence S Cullnpsc of linildins Each Occurrence $ or structures adi�iccntto cscavations � a Da,nagc to underground Ln 11 Occurrence $ Utilities Builder's Risk Cocnprelhcn,ive Liodily Iniury CGL AutumuhilcLiability ACP775W2745 05/10/99 OS/10/00 Ench Person $1,000, 000 Each Occurrent& S Property Damage FaL-lt Occurrence C:ontnctual Liability Bodily Injury Each Occurrence $ Propert, "3--page Each Occurrence 5 Other Locationscovercd: JENNINGS—MAY—ST. LOUIS STREET GATES & ENTRY PORTAL STRUCTURES Description of operations covered: - The above policies either in the body thereon or by appropriate endorsement provide that they may nor be changed or canceled by the Inuttrer in less than five(5)days af>:cr the insured has received written notice of such change or cancellations. Where applicable local laws or regulations require more than five(5)days actual notice of change or cancellation to be'assured,dtc above policies cunt yin such special requirerncnts,either in the body thereof r by nppropriate endorsernenr thereto attached. �• Ay&ctcy SWINDLE, COLLINS & ASSOC _ Fort Worth Agent JEFF TURNER Address- .13760 NOEL RD, '#85.0 Title: PRODUCER DALLAS, TX 75240 T A:IIINSURAN_FRM r CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor, Custom Service, Inc. certifies that it provides worker's compensation insurance coverage for all of its employees employed on City of Fort Worth project Jennings-May-St. Louis Street Gates and Entry Portal Structures project rnumber, GR76-005206100920. By: 4,�04"' Tie ",-2/— Date STATE OF TEXAS 3 COUNTY OF TARRANT 3 BEFORE ME, the under igned authority, on this day personally appeared known to me to be the person whose name is subscribed to the fo egoing instr hent, and acknowledged to me that he executed the same as the act and deed of for the purposes and considerations therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ' day of FY O-NERINE A.SIRCHIA ,4v COMMISSION EXPIRES Notary Public h for the State of Texas 11; March 2,2003 (a) Contractor agrees to provide to the City a certificate showing that it has obtained a policy of workers compensation insurance covering each of its employees on the project in compliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this section. (b) Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of workers compensation insurance covering each employee employed on the project. Contractor will not permit any subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy of all such certificates to the City. AA3W0RKC0M.FRM e BOND ISSUED IN SIX (6) ORIGINALS +w PERFOR-MAN(:E I ND TME STATE: OF TEXAS Bond No. 149435 COUN`fY OF TAIZRANT KNOW ALL MEN BY THESE. PRESENT: That we (1) CustQtn ,Services _ (2) Conrr►a L _of "texas hereinafter called Principal and (3) Frontier Insurance Company I corporation organized and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound onto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas hereinafter called Owner, in the penal sum of: One Tfundred Thirt)•-four Thounand,One Mundred TwenyK Doliflrs & No Cents S134,120.00 Dollars in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we hereby bind ourselves, our heirs, executors,administrators, and successors,jointly and severally,firmly by these presents. THL CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner, dated the 7th day of February,2000 , a copy of which is hereto attaclicd and trade a part hereof, for the construction of 3ENNINGS-MAY-ST. LOUIS STREET GATES AND ENTRY PORTAL STRUCTURES designated as Project Number (7.R76-005206100920 _ , a copy of which contract is hereto attached, referred to, and made a part hereof as fully and to the same extent as if copies at length herein,such project and construction being hereinafter referred to as the"work". NOW THEREFORE, if the Principal shall well, truly and faithfully perform the work in accordance with the plans,specification, and contract document during the original temp thereof, and any AM extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if Ile shall satisfy All claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the owner all outlay and expense which the Owner may incur in making; good ally default, then this obli,ation shall be void;otherwise to remain in full force and effect. PROVIDL-0 FURTHER, that If any legal action be filed upon this bond, venue shall lie in ' Tarrant County, State of Texas. AND PROVIDED FUR-f HER, that the said Surety, for value received, hereby stipulates and afire-s that no change,extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the speciCeations accompanying the same shall in tiny wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time alteration or addition to the terms of the contract or to the work or to the specifications. BOND PREMIUM BASED ON AMPERBONE)TRM FINAL CONTRACT PRICFr IN WI'iNLSS WHEREOF, this instrument is executed in 6 Counterparts each one 01-which shall he deemed an onginal, this the 16th _day of March ' moo. Custom Services - — PI'iRClpa1 (4) — ATTFST: By. - (Principal) Secretary (Printed Name/Title) (SEAL) 1313 N, I-35 E ADDRESS Waxahachie, TX 75165 CITY/STAT M- 1P 17304 Preston Road, Suite 450 Frontier Insurance Company (Address) (Surety) Dallas TX 75252 WITNESS: Malaye Mengel Kinder, Surety Underwriter By. ( me -Fact)(5) (SEAL) Sharyl A. Markovits, Attorney-in-Fact �r ^ (Printed Attorney-in-} act) Witness as to Surety Kathy R. Zacharek, Surety Underwriter Note: Dart!of Gond must not be prior to dale of � ('OnfruC! (l) (`or-reef nine of Contractor ('J of Corporation,a Parpterdtip or and /ndicidual,as cmc mus-be (3) Correct Name of Surety (a) ?[C'ontrtrciar is partnership all Partners should weenie bond (S) A true copy of I'v+rrr q/Arrorncy shall be attached to hand by Aitonrcy-in-ract A_14PERBONQ.FRM BOND ISSUED IN SIX (6) ORIGINALS PAYMENT BOND THE STATE OF TEXAS BOND NO. 149435 C011NTY OF TARRANT KNOW ALL MEN BY THESES PRESENTS: That we, Custom Services a corporation of Tarrant County, Texas hereinafter called Principal and (3) Frontier Insurance Company a corporation organized and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a tttunicipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to in the penal sum of: One IIundred 'l'hirty-four Thousand,One Hundred Twenty Dollars & No Cents 5134,120.00 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the °s+ payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE t;ONDITION OF THIS OBLIGATION is such that Wherces, the Principal entered into a certain contract with the City of Fort Worth, the Owner dated the 7t11 day of February, 2000, a copy of which is hereto attached and utade a part hereof, for the construction of: JENNiNGS-MAY-ST. LOUIS STREET GATES AND ENTRY PORTAL STRUCTURES s designated as Project Number G1176-005206100920 copy of which contract is hereto attached, referred to, and made a part hereof as fully and to the same extent as if copied at length herein, such project and construction biting hereinafter referred to as the"works", NOW, THEREFORF, the condition of the obligation is such that, if the Principal shall promptly make payment to all claimants as defines! in Article 5160 of the Revised Civil Statutes of Texas, ''" supplying labor and materials in the prosecution of the work provided for in said Contract, then this obligation shall be null and void, otherwise it shall remain in full force and effect. AV TI TTS BOND 11; MADE, AND ENTERED into solely for the protection of all claimants supplying labor and material in the prosecution of the work provided for in said Contract, as claimants are defined in said Article 5160, raid all such claimants shall have a direct right of action under the bond as provided ,,,,, in Article 5 160 of the Revised Civil Statutes. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in AIR Tarrant County, State of Texas, and that the said Surety, for value received, hereby stipulates and agrees that no change extension of time, alteration or addition to the ternis of the contract or to the work to be performed thereunder or the specification accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terns of the contract or to the work or the specifications. PROVIDED t^URTH1r12, that no tiaat settlement between the Owner and the Contractor shall A:15PAYROND.FRM tSUND PREMIUM BASED ON MW FINAL CONTRACT PACE abridge the ri-lit of any beneficiary hereunder%vllose ulainl shall be unsatlsried. IN WiTNESSI TH WHEREOF,this instrument is executed in 6 counterparts, each one of which shall be deemed an original,this the 16th day of March, 2000, Custom Services Principal (4) ATTEST: BY: (Principal)Secretary ([Tinted Name/Title) (SELL) 1313 N, I-35 E AD DRE, Waxahachie, TX 75165 CITY/STATE/ZTP 17304 Preston Road, #450, Dallas, TX 75252 Frontier Insurance Company (Address) (Surety) WITNESS: ' X34 lYtc� IIy&4ne Malaye Menge Kinder, Surety Underwriter y-in nct)(5) Sharyl A. Markovits, Attorney-in-Fact (Printed Attorney-in-fact) (SEAL) Witness as to Surety Nate: [kite of Bond nual not be prior to date of Kathy R.4acharek, Surety Underwriter Contract (1) Corrcct name afContractor (3) d Corporatimr• a Partnership or and Individual,as case may be an 01 Correct Namr of Surety (J) If Contractor is Partnership all Partners sia.dd erecrar b.,nd F ;Irantier Bond No. 149435 INSURANCE COMPANY 2636 Elm Hill Pike,Suite 500 Nashville,TN 37214 (A Stock Company) POWER OF ATTORNEY Ri11UtU All NiCll 'it{tr (These I-.1refletitz: That FRONTIER INSURANCE COMPANY, a New York Corporation, having its principal office ,n Rock Hill,New York,pursuant to the following resolution,adopted by the Board of Directors of the Corporation on the 41h day of November, 1985: "RESOLVED.that the Chairman of the Board,the President,or any Vice President be,and hereby is,authorized to appoint Attorneys-in- Fact to represent and act for and on behalf of the Company to execute bonds.undertakings,recognizances and other contracts of indemnity and writings obligatory in the nature thereof,and to attach thereto the corporate seal of the Company,in the transaction of its surety business. "RESOLVED.that the signatures and attestations of such olficers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed with respect to any bond,undertaking,recognizance or other contract of indemnity or writing obligatory in the nature thereof; "RESOLVED,that any such Attorney-in-Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in such certification the date thereof,said date to be not later than the date of delivery thereof by such Attorney-in-Fact" This Power of Attorney is signed and sealed in facsimile under and by the authority of the above Resolution. DOES HEREBY MAKE,CONSTITUTE AND APPOINT: V. R. Damlano James V. Damiano Kenneth Zacharek Kathy R. Zacharek Malaye Mengel Kinder Sharyl A. Markovits Sherri L. Schraer of Dallas ,in the State of Texas its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred in its name•place and stead to sign,execute,acknowledge and deliver in its behalf,and as its act and deed,without power of redelegation,as follows, Bonds guaranteeing the fidelity of persons holding places of public or private trust;guaranteeing the performance of contracts other than insurance policies; and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed; IN AN AMOUNT NOT TO EXCEED FIVE MILLION ($5,000,000.00) DOLLARS; and to bind FRONTIER INSURANCE COMPANY thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of FRONTIER INSURANCE COMPANY,and all the acts of said Attomey(s)-in-Fact pursuant to the authority herein given are hereby ratified and confirmed. �Itt 3 IItIlCze lfflklCrraf,FRONTIER INSURANCE COMPANYof Rock Hill.New York,has caused this Power of Attorney to be signed by its President and its Corporate seal to be affixed this 19th day of April 1999 FRONTIER INSURANCE COMPANY `�SURAry�F oSEAL` > 7RE 4JU State of New Yorkss.. THEODLEY,President County of Sullivan ,. •,,, On this 19th day of April 1999 before the subscriber,a Notary Public of the State of New York in and for the County of Sullivan,duly commissioned and qualified,came THEODORE J.RUPLEY of FRONTIER INSURANCE COMPANY to me personally known to be the individual and officer described herein, and who executed the preceding instrument, and acknowledged the execution of the same,and being by me duly sworn,deposed and said,that he is the officer of the Company aforesaid,and that the seal affixed to the preceding instrument is the Corporate Seal of the Company,and the Corporate Seal and signature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the Corporation, and that the resolution of the Company, referred to in the preceding instrument,is now in force. _1111 (Zretittunttl 3a11lrreof,I have hereunto set my hand,and affixed my official seal at Rock Hill,New York,the day and year above written PpOTARli,PU ALICIAA. LANESE Notary Public State of New York Sullivan County Clerk's No.2396 CERTIFICATION Commission Expires July 8,2000 I,JOSEPH P.LOUGHLIN,Secretary of FRONTIER INSURANCE COMPANY of Rock Hill,New York,do hereby certify that the foregoing Resolution adopted by the Board of Directors of this Corporation and the Powers of Attorney issued pursuant thereto.are true and correct,and that both the Resolution and the Powers of Attorney are in full force and effect din Wititee8 3EIlerrof, I have hereunto set my hand and alf xed the facsimile seal of the corporation this 16th day of March 2000 .o "SEAL _ .. oM *JOSEPH P.LOUGHLIN,Secretary 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: P.O. Box 149104 Austin, TX 78714-9104 Fax #(512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. PART G CONTRACT a 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 7st day of February 2000 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 Custom Service, Inc. 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- Jennings-May-St. Louis Street Gates and Entry Portal Structurs Designated as project number, GR76-005206100920. 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 all the Plans, Specifications and Contract Documents prepared by the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans, Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3. In 511.NT�� G-1 The Contractor hereby agrees and binds himself to commence the construction of said work .� within ten (10) days after being notified in writing to do so by the Transportation and Public Works Department of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the a commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Transportation and Public Works Department of the City of Fort Worth and the City Council of the City of Fort Worth within a period of Forty-five (45) working days. If the Contractor should fail to complete the work as set forth in the Plans, 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 $ 210.00 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 injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees.. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a releas nvolved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work �- performed under a City Contract. 7. The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas, as amended, in the form included in the Contract Documents, and such bonds shall be One Hundred 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) alternates _ shall be: One Hundred thirty-four Thousand One Hundred Twenty Dollars & No Cents $134,120.00 9. ,. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Transportation and Public Works Department. 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. ON The Contractor shall procure and shall maintain during the life of this contract insurance as specified in paragraph 8 of the Special Instructions to Bidders of the Contract Documents. 12. C)FIFMAJ-, V' ��Jrk�M G-3 C-Irf Of RNFIWo UEL 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. Done in Fort Worth, Texas, this the 7st day of March 2000. CITY OF FORT WORTH r ' (Contractor) ASSISTA T CITY 44 AN AG APPROVE : BY: " ( e resentative) 0!5�7�---;I DIRECTOR�fiRANSPOR-TArTION AND PUBLIC WORKS AT ST: (TITLE) �� ITY SECRJrARY / 3 j-3 N. —27--3-6-4 (SEAL) (Address) `7 51 (City/State/Zip) APPROVED AS TO FORM & LEGALITY: ASSISTA CITY ATTORNEY November 1960 lam' 1 L`j Revised May 1986 Contract Authorization Revised September 1992 Revised January 1993 3- " LU Revised April 1999 Date ,� Revised June 1999