Loading...
HomeMy WebLinkAboutContract 25993 06-ZU-OOPO4 :32 RCVD Akp C =r/ SECRETARY E. FILE * SPECIFICATIONS NTRACTOR`S BONDING CO. CITY SECRETARY �NSTRUCTION'S COPY AND CONTRACT NO. 5 CLIENT DEPARTMENT CONTRACT DOCUMENTS CIP INTERSECTION IMPROVEMENTS CONTRACTI v PROJECT NO. C115-020115095116 CITY SECRETARY IN THE CITY OF FORT WORTH,TEXAS O.E. FILE ONTRACTOR'S BONDING CO. FILE No. K-1628 CONSTRUCTION'S COPY 2000 CLIENT DEPARTMENT KENNETH L. BARR BOB TERRELL MAYOR CITY MANAGER HUGO A. MALANGA, PE -DIRECTOR DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS A. DOUGLAS RADEMAKER, PE - DIRECTOR DEPARTMENT OF ENGINEERING A .. �o. jN0 ALIS FINAI-1 S y ?RIV,I City of Fort Worth, Texas "noor andCommunication Cil ounc DATE REFERENCE NUMBER LOG NAME PAGE 6/20/00 **C-18086 30STABILEWINN 1 of 1 SUBJECT AWARD OF CONTRACT WITH STABILE & WINN, INC. FOR CIP INTERSECTION IMPROVEMENTS CONTRACT I RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Stabile & Winn, Inc. in the amount of $247,490.09 and 50 working days for CIP Intersection Improvements Contract I. DISCUSSION: The 1998 Capital Improvement Program provided funds to make improvements/modifications to various intersections throughout the City. This project consists primarily of constructing left turn bays in existing arterial streets. This project was advertised for bid on April 13 and April 20, 2000. On May 11, 2000 the following bids were received: BIDDERS AMOUNT TIME OF COMPLETION Stabile & Winn. Inc. $247,490.09 50 Working Days Specified Ed A. Wilson, Inc. $259,890.50 McClendon Construction Company, Inc. $261,066.00 Jackson Construction, Inc. $361,747.00 The contingency for possible change orders is $12,375.00. Stabile & Winn, Inc. is in compliance with the City's M/WBE Ordinance by committing to 8% M/WBE participation and documenting good faith effort. Stabile & Winn, Inc. identified several subcontracting and supplier opportunities. However, the M/WBEs contacted in the identified areas did not respond or did not submit the lowest bids. The City's goal on this project is 23%. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements Fund. MG:I Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) APPROVED Mike Groomer 6140 CITY COUNCIL Originating Department Head: A.Douglas Rademaker 6157 (from) JUN 20 2000 C115 541200 020115039132 $247,490.09 Additional Information Contact: �i�•l�� Ci�Fat �7irsa* A.Douglas Rademaker 6157 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ENGINEERING SERVICES DIVISION ADDENDUM NO. 3 CIP INTERSECTION IMPROVEMENTS - CONTRACT I DOE#: 2911 RELEASE DATE:May 8,2000 INFORMATION TO BIDDERS: The Specifications and Contract Documents for the above mentioned project are revised and amended as follows: 1. In the Proposal section revise pay item No. 17 to read: S.P. 17. 1 EA. ADJUST WATER VALVE BOX TWO HUNDRED Dollars& NO Cents Per S.F. S 200.00 . S 200.00- Please 00.00 .Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. RECEIPT ACKNOWLEDGED: G� A.DOUGLAS RADEMAKER,P.E. DIRECTO EPARTMENT OF ENGINEERING By. ohn Firin , Manager,Engring Services � CITY OF FORT WORTH CEIVEDMAY 1 0 2000 DEPARTMENT OF ENGINEERING BY.- ENGINEERING SERVICES DIVISION ADDENDUM NO. 2 CIP INTERSECTION IMPROVEMENTS - CONTRACT I DOE #: 2911 RELEASE DATE:May 8,2000 INFORMATION TO BIDDERS: The Specifications and Contract Documents for the above mentioned project are revised and amended as follows: 1. In the Proposal section add the following pay items: S.P. 16. 650 S.F. 4-INCH CONCRETE MEDIAN PER PLANS 512 .SMwav Dollars& Cents Per S.F. $ 7. - $ 'g&7S.=� S.P. 17. 1 EA. ADJUST WATER METER BOX THIRTY-FIVE Dollars& NO Cents Per S.F. $ 35.00 $ 35.00 2. In the Special Provisions section add the following items: PAY ITEM NO.16-MIN.4-INCH CONCRETE MEDIAN PER PLANS: All applicable provisions of standard Specifications Item 512"Concrete Medians"shall apply. Contractor shall include provisions for 1/2"premolded expansion joint material and silicone sealant between the back of curb and the concrete median.The unit price bid shall be full payment for all labor,material,equipment and incidentals necessary to install the concrete median including the expansion joint material and necessary silicone joint sealant. PAY ITEM[No. 17-ADJUST WATER VALVE BOX: Contractor will be responsible for adjusting water valve boxes to match new pavement grade. If necessary the water valves themselves will be adjusted by City of Fort Worth Water Department forces. The unit price bid will be full payment for materials including all labor,equipment,tools and incidentals necessary to complete the work 3. On sheet 4 of 4 of the plans detail"SPECIAL JOINT DETAIL FOR LANCASTER LOCATION"should be clarified to show the No.5 longitudinal bars to be 8-inches o.c. Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. RECEIPT ACKNOWLEDGED: A.DOUGLAS RADEMAKER,P.E. DIRECTO EPARTMENT OF ENGINEERING By. ohn Firin , Manager,Eng=g Services RECEIVED CITY OF FORT WORTH MAY - 9 2000 13y: DEPARTMENT OF ENGINEERING ENGINEERING SERVICES DIVISION ADDENDUM NO. 1 CIP INTERSECTION IMPROVEMENTS -CONTRACT I DOE#: 2911 RELEASE DATE:May 4,2000 INFORMATION TO BIDDERS: The Specifications and Contract Documents for the above mentioned project are revised and amended as follows: 1. In the SPECIAL PROVISIONS section add the following non-pay item and associated attachments: NON-PAY ITEM No.9—PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver two notices or flyers of the pending construction to the front door of each residence or business that will be impacted by construction.The two notices shall be prepared as follows: 1. Two Week Pre-Construction Notification Flyer. The first notification shall be posted two(2)weeks prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, DOE No., Scope of Project (i.e. type of construction activity), anticipated construction time within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number.A sample of the `two week pre-construction notification' flyer is attached. 2. Three Day Pre-Construction Notification Flyer. The second notification shall be posted three(3)days prior to beginning actual construction on each block in the project area. This flyer will also be printed on the Contractor's letterhead and shall basically serve as a follow-up letter to the two week notification flyer and shall inform residents of the actual construction duration for the neighborhood.A sample of the three day pre-construction notification flyer is attached. The contractor shall submit a schedule ihowing the construction start and finish time for each block of the project to the inspector. In addition,Copies of both flyers shall be delivered to the City Inspector for his review prior being distributed. The contractor will not be allowed to begin construction on any block until both flyers are delivered to all residents of the block Electronic versions of the sample flyers can be obtained from the construction office at 871-8306. All work involved with the pre-construction notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. 2. Add the following sample flyers to the end of the Special Provisions section as outlined in item no. 1: (To be printed on Contractor's Letterhead) Date: DOE No: xxim PROJECT NAME: MAPSCO LOCATION: <XXE> LEWYS OF CONST.: <Alpha St. between Beta Street and Gamma Ln.) Estimated Duration of Construction on your Street : <XX>days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL < REPLACE WATER AND/OR SEWER LINES - RECONSTRUCT THE STREETS ON OR AROUND YOUR PROPERTY. YOU WILL RECEIVE A SECOND NOTICE IN ABOUT TEN DAYS SHORTLY BEFORE CONSTRUCTION ACTUALLY BEGINS. IF YOU HAVE ANY QUESTIONS, PLEASE CALL Mr. <CONTRACTOR'S SUPERINTENDENT>AT <TELEPHONE NO.> OR Mr. <CTTY INSPECTOR>AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE SEEP THIS FLYER HANDY HIEN YO LJ CALL } (To be printed on Contractor's Letterhead) Date: DOE No:<xxm> PROJECT NAME: MAPSCO LOCATION: <XXE> LEWITS OF CONST.: <Aipha St. between Beta Street and Gamma La.> Estimated Duration of Construction on your Street:<XX>days "NOTICE DEAR RESIDENT, AS A FOLLOW UP TO OUR PREVIOUS FLYER DATED , THIS IS TO INFORM YOU THAT CONSTRUCTION ON THE ABOVEMENTIONED PROJECT IN YOUR NEIGHBORHOOD WILL ri BEGIN IN THREE DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL IMMEDIATELY: r Mr. <CONTRACTOR'S SUPERINI'ENDEN > AT <TELEPHONE NO.> I& OR, WL Mr. <CITY INSPECTOR?.AT <TELEPHONE NO.> PLEASF,MEP THIS FLYER HANDY WHEN YDU CALL. Please aclmowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. REC //EIE,PT ACKNOWLEDGED: A.DOUGLAS RADEMAKER,P.E. ��✓� +� DIRECTO EPARTMENT OF ENGINEERING By. ohn Firin , Manager,Engle6ering Services CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT CIP INTERSECTION IMPROVEMENTS CONTRACT I DOE NUMBER 2911 K-1628 BOB TI RRELL CITY MANAGER HUGO MALANGA, P.E. DIRECTOR, TRANSPORTATION & PUBLIC WORKS DEPARTMENT 2000 APPROVED AIM LINS A.DOUGLAS RADEMAKER, .E.DIRECTOR,DEPARTMENT OF ENGINEERING APPROVED S.FRANK CRUMB,P.E.ASSISTANT R,WATER DEPARTMENT APPROVED `-�, -fA ri�> . 2 T 441 ZA C� o GEORGE BEHMANES .E.ASSISTANT D CTOR, NS.&PUBLIC WORKS DEPT. APPROVED 411 v JOE TERNUS,P.E.A SI TANT DIRE TOR,TPW/TRAFFIC ENG.,TRANS.&PUBLIC WORKS DEPT. i O DATIE TABLE OF CONTENTS TABLE OF CONTENTS 1. Notice to Bidders 2. Special Instructions to Bidders 3. Proposal 4. Vendor Compliance to State Law 5. Minority and Women Business Enterprises Specifications 6. Special Provisions 7. Certificate of Insurance 8. Contractor Compliance With Worker's Compensation Law 9. Equipment Schedule 10. Experience Record 11. Performance Bond 12. Payment Bond 13. Contract NOTICE TO BIDDERS Sealed proposals for the following: FOR: CIP INTERSECTION IMPROVEMENTS CONTRACTI PROJECT NO.C115-020115095116 FILE NO.K-1628 DOE#: 2911 Addressed to Mr.Bob Terrell,City Manager of the City of Fort Worth,Texas will be received at the Purchasing Office until 1:30 PM,Thursday,May 11,2000 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 Office of the Department of Engineering,Municipal Office 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 document is 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. 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 Department of Engineering at 817-871-7910. In accord with City of Fort Worth Ordinance No. 11923,as amended,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. In addition,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 Jim Deeter at(817)871-7803. BOB TERRELL GLORIA PEARSON CITY MANAGER CITY SECRETARY A.Douglas Rad maker,P.E. Director,De a gmeering By Joring,P. Man er,Engin to�eices Advertising Dates: April 13,2000 April 20,2000 SPECIAL INSTRUCTION TO BIDDERS I. 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%)per cent 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 BOND AND PERFORMANCE BOND: 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 a performance bond as well as payment bond,both 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. 3 If the contract amount is in excess of$25,000 a Payment Bond shall be executed,in the amount of the contract,solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of$100,000,a Performance Bond shall be executed,in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications,and contract documents. Said bond shall solely be for the protection of the City of fort Worth. 3. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1,Item 8,paragraph 8.6,of the"General Provisions"of the Standard Specifications for 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-24)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. 7. FINANCIAL STATEMENT:A current certified financial statement may be required by the Department of Engineering if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement,if required,is to be prepared by an independent Public Accountant `* holding a valid permit issued by an appropriate State Licensing Agency. 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. NONRESIDENT BIDDERS:Pursuant to Article 601g,Texas Revised Civil Statutes,the City of Fort Worth will not award this contract to a non resident 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,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.In addition,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. 11. AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder.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 Department of Engineering Construction Division at (817)871-7910.Bids that so not acknowledge all applicable addenda may be rejected as non- responsive. 14. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A.Workers Compensation Insurance Coverage a.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 a 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. b. 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. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project,the contractor must,prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providing services on a project,and provide to the 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. f. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter g. The contractor shall notify the governmental entity in writing by certified mail or personal delivery,within ten(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. e h. 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 that they are required to be covered,and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project,to: (1) provide coverage,based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas labor Code,Section 401.011 (44)for all of its employees providing services on the project,for the duration of the project; (2) provide to the contractor,prior to that person beginning work on the project,a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project,for the duration of the project; (3) provide the contractor,prior to the end of the coverage period,a new certificate of coverage showing extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts,and provide to the contractor: (a) a certificate of coverage,prior to the other person beginning work on the -" project;and (b) a new certificate of coverage showing extension of coverage,prior to the end of the coverage period,if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in wiring 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 provision of coverage of any person providing services on the project;and z (7) contractually require each person with whom it contracts,to perform as required by paragraphs(1)-(7),with the certificates of coverage to be provided to the person for whom they are providing services. j. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by 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. k. 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 y. population. The text for the notices shall be the following text,without any additional words or changes: low "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 512440-3789 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. Contractor 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 March 15, 1996 PROPOSAL TO: Mr. Bob Terrell City Manager Fort Worth,Texas FOR: CIP INTERSECTION IMPROVEMENTS CONTRACTI PROJECT No.C115-020115095116 FILE No.K-1628 DOE#:2911 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 Department of Engineering Director 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 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: SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 1. 1 LS. UTILITY ADJUSTMENT Fifteen thousand Dollars& No Cents Per LS. $15,000.00 $15,000.00 S.P. 2. I EA. PROJECT DESIGNATION SIGNS Three hundred Dollars& No Cents Per EA. $300.00 $300.00 104 3. 26.8.3 LF. REMOVE EXIST CURB GUTTER �! Dollars& 000 Cents Per LF. $ .f ao $ /J' 104 4. 445 SF. REMOVE EXIST.CONCRETE MEDIAN Dollars& Cents Per SF. 104 5. 500 SY REMOVE EXIST.ASPHALT PAVEMENT w/CONCRETE BASE(SAWCUT SUBSIDIARY) $ $ 41-41e- Dollars& ivo Cents Per SY. 104 6. 768 SY REMOVE EXIST.CONCRETE PAVEMENT (SAWCUT SUBSIDIARY) Dollars& $ ep �vr� Cents Per SY. S.P. 7. 1295 CY. UNCLASSIFIED STREET EXCAVATION 106 *ArreEA/ Dollars& 04-14 Cents Per CY. $ /.V to $ S.P. 8. 2058 LF. 6"CONCRETE CURB �►« Dollars& �ro Cents Per LF. $ .3 eo $ /74 112 9. 20 CY. BORROW TtvAr'd of Dollars& iw Cents Per CY. $ /Z.s� $ 208 10. 3625 SY. 6"COMPACTED FLEXBASE 14-1~t Dollars& iyo Cents Per SY. $ 9, oa $ 32 i 2S,o S.P. 11. 1400 SY. MIN.2-INCH HMAC PAVEMENT 312 W/REINFORCED CONCRETE BASE PER PLANS $ fit?. 74 $ s9 /6dery rwa Dollars& jam~r —v&*V Cents Per SY. S.P. 12. 2051 SY. 7"REINFORCED CONCRETE PAVEMENT 314 mneyy"cmwe, Dollars& ^.owle- Cents Per SY. S.P. 13. 2000 LF. THERMOPLASTIC PAVEMENT STRIPING Arrow, Dollars& frim/ Cents Per LF. $ S fo $ /,/0,A0 « S.P. 14. 790 EA. TRAFFIC BUTTONS "door Dollars& 7iw&wvy F.ve Cents Per EA. $ S.P. 15. 40 CY. TOP SOIL 116 NINE Dollars& NO Cents Per CY. $9.00 $360.00 TOTAL BID $ 24 7 494.S 9 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 successfiil Biddei 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. s The undersigned agrees to complete all work covered by these contract documents within Fifty(50) Working Days from and after the date for commencing work as set forth in the written Work Order to be issued by the Owner and to pay not less than the"Prevailing Wage Rates for Street,Drainage and Utility Construction'as established by the City of Fort Worth,Texas. Within ten(10)days of receipt of notice of acceptance of this bid,the undersigned will execute the formal contract and will deliver an approved Surety Bond for the faithful performance of this contract. The attached deposit check in the sum of S ,,Pd'X-V-/ &P=1 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. (Uwe), acknowledge receipt of the following addenda to the plans and specifications,all of the provisions and ret(uirements of which have been taken into consideration in preparation of the 's foregoing bid: Addendum No. 1 (Initials) A44 Addendum No.3 (Initials) ... Addendum No.2(Initials) Addendum No.4(Initials) Respectfully submitted: Ar. ,. By o% Address f4 A)f 793 Telephone %wr- ZofsiG (SEAL) Date `J/may /� Z000 T lob ,r VENDOR COMPLIANCE TO STATE LAW 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. 2 BIDDER: SGL.•/ :'!T/. �. By: AW"w. gFK l.•,& (Please print) -�bBi,s 793Sb Signatur �A-1 �.o-W-Vrv. --oo.-OS 740-77 Title: A46111 /s..,7le CityState Zip (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION por City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract Is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than$25,000,the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority/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 goods and services directly or indirectly to the City. bib MIWBE PROJECT GOALS The City's MBENVBE goal on this project is 23 %of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal,or; 2. Good Faith Effort documentation,or; 3. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 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. 2. Prime Contractor Waiver Form: received by 5:00 p.m.,five(5)City business days after the 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 M/WBE Office at(817)871-6104. Rev.6/2198 ATTACHMENT 1A city of Fort worth Page 1 of 2 Minority and Women Business Enterprise Specifications MBE/WBE UTILIZATION PRIME COMPANY NAME BID DATE ciP w�. ti.. ..?"..y.a r.�N� i C•�. z CIAX s OP do//l0 PROJECT NAME PROJECT NUMBER Crry,s M/WBE PROJECT GOAL: Z3, M/WBE PERCENTAGE ACHIEVED: IM& 7,fob o0 Failure to complete this form, in its entirety with supporting documentation, and received by the Managi _ Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, wa result in the bid being 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 tfi"s schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowirio misrepresentation 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. _ Scope of Work(•) Supplied(*) on n m z ~ N~ 7)0A&A, 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 utllt;ed and/or Items to be supplied: (') A complete listing of items to be supplied Is required In order to receive credit toward the MANBE goal. ('•)Identify each Tier level. Tier:Means the level of subcontracting below the prime contractoriconsultant,Le.,a direct payment from the prime contractor to a subcontractor is considered t"tier,a payment by a subcontractor to its supplier Is considered 2nd tier. —j THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE(5)CITYBUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.&'Z98 ATTACHMENT 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 Scope of Work(*) Supplied(*) P= r The 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. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the 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 contract or debarment from City work for a period of not less than three (3) years and for initiatinc action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1)year. ALL MBEs and WBEs MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD theorized Signature Printed Signature Title Contact Name and Title(if different) Company Name Telephone Number(s) .., _'0�Bgj- ?5i ® &.,a>- dW9- .fib 96 Address Fax Number City/State/Zip Cods;` Date�— 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.6/21: ATTACHMENT 16 Page 1 of 1 City of Fort Worth Minority and Women Business Enterprise Specifications Prime Contractor Waiver Prime Company Name Project Name Bid Opening Date Project Number If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m., five (5) City business days after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? Yes No If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? Yes No If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. The 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) on this contract,the payment therefore and any proposed changes to the original MBE(s) and/or WBE (s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the 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 contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1)year. Authorized Signature Printed Signature Title Contact Name (if different) Company Name Contact Telephone Number (s) Address Fax Number Rev.6/2/98 ATTACHMENT 1C Page 1 of 3 City of Fort Worth Minority and Women Business Enterprise GOOD FAITH EFFORT Prime Company Name Bid Date - �iP,�;,lr..s.�fs�.Ti.yyerrn,c.*b ��•1'�c,F� G//!-oZo��S.r9s�iG Project Name Project Number If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your M/wBE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity (DO NOT LIST NAMES OF FIRMS)which will be used in the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (Use additional sheets, if necessary) List of: Subcontractinq Opportunities List of: Supplier Opportunities Lire-wva r;�.r./•lgi......./r �54../J�„�c��.i.c ATTACHMENT1C Page 2 of 3 2.) Did you obtain a current list of M/WBE firms from the City's M/WBE Office? The list is considered in compliance, if it is not more than 3 months old from the date of bid opening. /Yes Date of Listing O 3 1 31 Ivo -° No 3.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes If yes, attach M/WBE mail listing to include name of firm and address and a dated �- No copy of letter mailed. /yl�.•ls.I` 4ligi(A�, -FA?l-ace 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes If yes, attach list to include name of M/WBE firm, ep rson contacted, No phone number and date and time of contact. e-';-/A,..,(--:04/60, -0/t7/0141 NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If a SIC list of M/WBE is ten or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If a sic list of M/WBE is more than ten, the bidder must contact at least two- thirds of the list but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M1WBEs? w'*'Yes No 6.) If M/WBE bids were received and rejected,you must: (1) List the M/WBE firms and the reason(s)for rejection (i.e., quotation not commercially reasonable, qualifications, etc.)and (2) Attach affidavit and/or documentation to support the reason(s) listed below(i.e.. letters, memos, bids,telephone calls, meetings, etc.) Please use additional sheets,if necessary,and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection �f7�clir®� �CrJ ATTACHMENT 1C ` Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of j contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the qty's M/WBE Office. k. -SA.!./r— uth�yorized Signature Printed Signature Title Contact Name and Title (if different) .S f./�:L�bsNf Svcs. 4&9�P4W7-.247C94 Company Name Telephone Number(s) Address Fax Number ' -76 i-7 9 Ate► /O CityfStatelzip Date '� e CITY OF FORT WORTH,TEXAS DEPARTMENT OF ENGINEERING SPECIAL PROVISIONS FOR: CEP INTERSECTION IMPROVEMENTS CONTRACTI PROJECT No.C115-020115095116 FILE No.K-1628 DOE##:2911 1. SCOPE OF WORK: The work covered by these plans and specifications consist of modifications to existing medians at various locations consisting primarily of the addition of left turn lanes along with any and all other miscellaneous items of construction to be performed as outlined in the Plans and Specifications which are necessary to satisfactorily complete the work. This contract consists of five locations and shall be constructed in the following order: 1. Lancaster/Sargent 2. McCart/South Hills High 3. Hulen/Bellaire Dr. 4. Overton Ridge/Cityview 5. University Dr./Greenwood Cemetery The Contractor shall note that in addition to the work being completed in this order it is essential that each location be completed according to the following schedule: Location Completion Date Lancaster/Sargent 7-15-00 McCart/South Hills High 7-15-00 HulenBellaire Dr. 8-15-00 Overton Ridge/Cityview 8-15-00 University Dr./Greenwood Cemetery 9-15-00 The Contractor will be allowed,and it may be necessary,to work on more than one location concurrently. As an aid to the Contractor in the preparation of his bid,a breakdown of the bid items for each section has 5+ been included at the end of the Special Conditions section. The quantity breakdown is for informational purposes only. w 2. AWARD OF CONTRACT: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. Contract will be awarded to the lowest responsive bidder. 3. WORK ORDER DELAY:All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty(60)days of advertisement of this project. The work order for subject project will not be issued until all utilities,right-of-ways,easements and/or permits are cleared or obtained.The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 4. WORKING DAYS: The Contractor agrees to complete the Contract within the allotted number of working days and according to the preceding schedule. 5. INCREASE OR DECREASE IN OUANTITIES: The quantities shown in the proposal are approximate. It is the Contractor's sole responsibility to verify all the minor 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 contract is more than I25%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%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%of the quantity 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 Engineering 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 Department of Engineering 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 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 Engineering access to all accounts,bills and vouchers relating thereto. 6. RIGHT TO ABANDON:The City reserves the right to abandon,without obligation to the Contractor,any �. part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 7. CONSTRUCTION SPECIFICATIONS:This contract and project are governed by the two following published specifications,except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS -. A copy of either of these specifications may be purchased at the Office of the Department of Engineering, 1000 Throckmorton Street,2ed Floor,Municipal Building,Fort Worth,Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the Engineer. If not shown,then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central'Texas document. 8. CONTRACT DOCUMENTS:Bidders shall not separate,detach or remove any portion,segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as"nonresponsive"and rejecting bids or voiding contract as appropriate and as determined by the Director of the Department of Engineering. 9. MAINTENANCE STATEMENT:The Contractor shall be responsible for defects in this project due to faulty materials and workmanship,or both,for a period of one(1)year from date of final acceptance of this " project by the City Council of the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. .. 10. CONSTRUCTION STAKING:Construction stakes for line and grade will be provided by the City as outlined on page 17,Standard Specifications for Construction,City of Fort Worth. 11. 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 Texas Manual on Uniform Traffic Control Devices for Streets and fflghways"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. Signs and Markings Division (phone number 871-8075),to remove the sign. In the case of regulatory signs,the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications,the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is .� completed to the extent that the permanent sign can be reinstalled the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Contractor is responsible for means,methods,and safety during construction. Contractor shall not park vehicles in such a manner as to obstruct the vision of the traveling public. The participation of City of Fort Worth personnel in the barricade inspections does not relieve the Contractor of responsibility for the safety of the traveling public. Traffic control will not be paid for directly,but shall be considered subsidiary to the various bid items of the contract. 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 i 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 pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall be responsible for installing and maintaining within each construction zone 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 k considered subsidiary to the various bid items of the contract. Construction signing and barricades shall conform with "1980 Texas Manua[on Uniform Traffic Control Devices, Vol No. 1."(TMUTCD) The Contractor shall be responsible for providing the name and telephone number of the Barricade/Traffic Control Company he is using,and a 24-hour emergency number of the Contractor's responsible representative for maintenance of the traffic control plan. The Contractor shall provide a letter certifying all traffic control devices conform to the current issue of the TMUTCD. The Contractor shall be responsible for providing a general Traffic Control Plan(TCP)at the Pre- Construction Conference and providing specific location TCP's on request. The Contractor shall be required to comply with all street closure restrictions,make advanced arrangements with schools and businesses,and provide proof of an acceptable plan to the City. 14. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material,the contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator("Administrator"),of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth(Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the contractors 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 contractors expense. In the event that the contractor disposes of spoil/fill materials 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. w 15. ZONING REQUIREMENTS:During the const^.iction 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. 16. QUALITY CONTROL TESTING: (a) The contractor shall furnish,at its own expense,certifications by a private laboratory for all materials proposed to be used on the project,including a mix design for any 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. (b) Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate,cement and mortar which are to be used later in the concrete. The contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of in situ material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City.The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the contractor for operations requiring testing. The contractor shall provide access and trench safety system(if required)for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. (e) The contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 17. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 18. 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 SIX 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 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. a (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 six feet of a high voltage line without protection having been taken as outlined in Paragrapl:(c). 19. WATER DEPARTMENT PRE-QUALIFICATIONS: 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 described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. 20. RIGHT TO AUDIT: (a) 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 work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) 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. (c) Contractor and subcontractor agree to photo copy 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 fust page plus$0.15 for each page thereafter. (d) "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." CONSTRUCTION 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-SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However,no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM No.3 -PROTECTION OF TREES,PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including 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. By ordinance,the contractor must obtain a permit from the City Forester before any work(trimming,removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus,all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. NON-PAY ITEM No.4—PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If,in the opinion of the Engineer it is necessary,clean-up shall be done on a daily basis. Clean up work shall include,but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents'property If the Engineer does not feel that the jobsite has been kept in an orderly condition,on the next estimate payment (and all subsequent payments until completed)of the appropriate bid item(s)will be reduced by 25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed. �. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. NON-PAY ITEM No.5—PROJECT SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference. This schedule shall detail all phases of construction,including project clean up,and allow the contractor to complete the work in the allotted time. Contractor will not move on to the jobsite nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However,contract time will start even if the project schedule has not been turned in. Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. NON-PAY ITEM No.6—NOTIFICATION OF RESIDENTS: In order to cut down on the number of complaints from residents due to the dust generated when saw-cutting joints in concrete pavement,the Contractor shall notify residents,in writing,at least 48 hours in advance of saw- cutting joints during the construction of paving projects. All costs involved with providing such written notice shall be considered subsidiary to this contract. NON-PAY ITEM No.7-SILICONE JOINT SEALING FOR CONCRETE PAVEMENT: CITY OF FORT WORTH,TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING w (Revision 1,October 18, 1989) (Revision 2,May 12, 1994) 1. 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 Itcm 2.210"Joint Sealing"of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH TEXAS COUNCIL OF GOVERNMENTS. 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 sealant 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. 3.3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation,Midland,MI 48686-0994,or an approved equal. Self-Leveling Silicone 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 1.206 to 1.340 **** Skin-Over Time, minutes max. 60 **** Cure Time, days 14 to 21 **** Full Adhesion, days 14 to 21 AS CURED-AFTER ASTM D 412, Die C Mod. Elongation, % min. 1400 ASTM D 3583 Modulus @ 150% Elongation, psi max. 9 (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 seal. 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 a 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 40F(4C) and rising. 5. EQUIPMENT 5.1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactori 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 Injection Tool:-This mechanica'_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 General:The joint reservoir saw cutting,cleaning,bond breaker installation,and joint sealant placement shall be performed in a continuous sequence of -- operations 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 sand blast 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. 9. BASIS OF PAYMENT All costs involved with providing silicone joint sealant as required shall be considered subsidiary to this contract and will include furnishing all materials and for all preparation,delivery,and application of those sealing materials and for all labor,equipment,tools and incidentals necessary to complete the silicone joint sealing in conformity with the plans and these specifications. NON-PAY ITEM No.8—PAVEMENT MARKINGS: Prior to installing proposed striping and/or traffic buttons,the Contractor shall contact Mr.Ronnie Varnell, Transportation and Public Works @871-8067 or his designated representative at least 24 hours in advance to inspect and approve the position and alignment of all proposed pavement markings. PAY ITEM No. I -UTILITY ADJUSTMENT: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural R gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal;however,this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the contractor at the contractor's expense. The payment to the contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the contractor in handling the utility adjustments. PAY ITEM No.2-PROJECT DESIGNATION SIGN: The contractor shall construct and install Project Designation Signs at each location while it is under construction. It will be the responsibility of the contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of W fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction. The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The unit price bid per each will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM No.7-UNCLASSIFIED STREET EXCAVATION: See Standard Specifications Item No. 106, "Unclassified Street Excavation' for specifications governing this item. All objectionable material found within the limits of excavation shall be removed from the job site and disposed of in a manner satisfactory to the Engineer. Removal of such shall be subsidiary to this item unless otherwise provided herein. Operations necessary to windrow existing gravel base in order to lower or raise subgrade shall be considered as subsidiary to this item and no additional compensation shall be given as such. During the construction of this project,it is required that all parkways or medians be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the engineer. i The intention of the owner is to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent,then actual quantities will be paid for at the unit prices bid. The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities. PAY ITEM No. 12-7"REINFORCED CONCRETE PAVEMENT: (a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement," shall apply. The contractor shall use a six(6) sack concrete mix for all hand placement in the intersections. The unit price bid per square yard shall be full payment for all labor, material, equipment and incidentals necessary to complete the work. (b) Once an evaluation of the pavement is made to determine whether the crack is due to distress or minor shrinkage,the following policy will apply: (1) When the crack is minor and due to shrinkage(cosmetic),then no further treatment will be needed. (2) If the crack is due to distress(structural),the failed pavement must be removed and replaced a minimum of 5 feet. In no case should the remaining portion of the panel be less than 5 feet wide after repairing the failed panel. (3) Any crack within 12 inches of any joint must be removed and replaced a minimum of 5 feet to .. prevent future spalling of the pavement. (c) All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the Construction Engineer. Screeds will not be allowed except if approved by the Construction Engineer. PAY ITEM No. 8-6"CONCRETE CURB: The contractor may,at his option,construct either integral or superimposed curb. Standard Specification Item 502 shall apply except as follows:Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty(30)minutes after the concrete in the slab. PAY ITEM No. 15-TOP SOIL: The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth(compacted)over unpaved medians as required and do not include deeper than design depth behind the curb. The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site. Payment will be made on the basis of loose truck volume(full truck with sideboards up)tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed. PAY ITEM NO.11-MIN.2-INCH HMAC PAVEMENT W/REINFORCED CONCRETE BASE PER PLANS: All applicable provisions of standard Specifications Item 312"Hot Mix Asphaltic Concrete"and 314 "Concrete Pavement" shall apply. Contractor shall note the test holes supplied and match existing asphalt paving and concrete base per the detail sheet included in the plans. The unit price bid shall be full payment for all labor, material, equipment and incidentals necessary to install HMAC and concrete base to match the existing pavement. PAY ITEM No. 13—THERMOPLASTIC PAVEMENT STRIPING: All materials used shall conform to TXDOT Specification D-9-8220. Lines must have a minimum thickness of 0.090 inches (90 mil), and shall not exceed 0.180 (180 mil) per TXDOT Test Method Tex-854-B. All lines must have clean edges, square ends, and be of uniform cross- section. The density and quality of markings shall be uniform throughout their thickness. The applied markings shall have no more than five percent,by area,of holes or voids and shall be free of blisters. All markings shall be reflectorized both internally and externally. Glass beads shall be applied to the materials at a uniform rate sufficient to achieve uniform and distinctive retroreflective characteristics when observed in accordance with TXDOT test method Tex-828-B. Contractor's personnel shall be sufficiently skilled in the work of installing pavement markings. Markings that are not properly applied due to faulty application methods or defective product, and markings �. which are placed in the wrong position or alignment shall be removed and replaced by the contractor at the contractor's expense. If the mistake is such that it would be confusing or hazardous to motorists it shall be remedied the same day of notification. Notification will be made by phone and confirmed by fax. Other mistakes shall be remedied within five days of written notification. SURFACE PREPARATION AND APPLICATION On the beginning of each workday the kettle shall be clean and removed of all materials used the previous day. Roadway surfaces shall be clean and free from dirt, grease, loose and/or flaking existing markings and other forms of contamination. New portland cement concrete surfaces shall be cleaned sufficiently to remove the curing membrane. Pavement to which material is to be applied shall be completely dry. Pavement shall be considered dry if,on a sunny day after observation for 15 minutes, no condensation develops on the underside of a one square foot piece of clear plastic that has been placed on the pavement and weighted on the edges. Equipment and methods used for surface preparation shall not damage the pavement or present a hazard to motorists. Markings shall be applied within temperature limits recommended by the material manufacture, and shall be applied on clean,dry pavement having a surface temperature above 50 degrees Fahrenheit. When markings are applied on roadways open to traffic, care will be taken to ensure that proper safety precautions are followed, including the use of signs, cones, barricades, flaggers, etc. Work shall be performed with as little disruption to traffic as possible and freshly applied markings shall be protected from traffic damage and disfigurement. Temperature of the material must be equal to the temperature of the road surface before allowing traffic to travel on it. WARRANTY All markings applied under this agreement shall be fully guaranteed for one year, to be free from yellowing/darkening, crumbling and failure to adhere to the pavement surface. Retroreflectivity characteristics shall remain relatively constant. All defective materials shall be removed and replace at the contractor's expense. All replacements shall be completed within 30 days of receiving written notification. In lieu of all other specifications within this document,contractor shall be solely responsible for ensuring that all methods and materials used in removal and application, produce high quality markings capable of exceeding these warranty requirements. r PAY ITEM No. 14—TRAFFIC BUTTONS: The Contractor shall supply and install all materials necessary for the placement of traffic buttons to delineate the proposed left turn lanes as detailed in the plans. The unit price per each shall be full compensation for the contractor to supply and install Type 1-G4 and Type W-4 traffic buttons as well as adequate amounts of Type III Epoxy. � L f� v U W 3 � O o z 1m U U 0 7 �v O 0 U o 3 � S v v to A ; E .o e v = ow c Q � y c V v U U Q U in x x x x o-' v W W W W w 0 a A o pq o .v E E E E U o U c U o csL. 0� 04 rx OL �D . 11lm `�'� wavi � viU .�aU �n � fnawU 00 @In o r• o 0 N �c v O O V h O N O O h m O N O CK O CUovaAo O C ualnH O O ON C> 0 00C> 00 qT X00 0 W) O N Cl N O en .-• N en h h N C 4t en o00 O00v0iCht- Ov0i000000v0i0 +r 00 en en h ON 00 N C ►.f �j[S]aAIU[I y O O00 00 0000 � O A N O v0i O Cl N O w � •--� .-r e-r C h O h O O O ]alseau8'1 a`i oO �oO0000000 � � 0000 �. 00 V1 en C .� N P7 h "O � 00 Cl O .� N P7 VS L1I3.LI Add CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2000 CLASSIFICATION HOURLY RATE Asphalt Raker $10.32 Asphalt Shoveler $9.75 Batching Plant Weigher $9.65 Carpenter(Rough) $13.64 Concrete Finisher-Paving $10.16 Concrete Finisher Helper(Paving) $9.70 Concrete Finisher-Structures $13.44 Flagger $7.00 Form Builder-Structures $13.44 Form Setter-Paving &Curbs $10.25 Form Setter-Structures $9.75 Laborer-Common $7.64 Laborer-Utility $8.64 Mechanic $13.25 Servicer $10.13 Pipe Layer $7.35 Pipe Layer Helper $6.75 Asphalt Distributor Operator $11.45 Asphalt Paving Machine Operator $11.09 Concrete Paving Saw $10.53 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (< 1 1/2 CY) $10.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (> 1 1/2 CY) $11.52 Front End Loader(2 1/2 CY&less) $9.94 Front End Loader(over 2 1/2 CY) $9.32 Milling Machine Operator $8.00 Mixer $11.00 Motor Grader Operator(Fine Grade) $12.31 Motor Grader Operator $13.75 Pavement Marking Machine $11.00 Roller, Steel Wheel Plant-Mix Pavements $9.88 Roller, Steel Wheel Other Flatwheel or Tamping $12.12 Roller, Pneumatic, Self-Propelled Scraper $8.02 Traveling Mixer $10.00 Reinforcing Steel Setter(Paving) $9.75 Truck Driver-Single Axle (Light) $8.00 - Truck Driver-Tandem Axle Semi-Trailer $10.22 Truck Driver-Lowboy/Float $10.54 Truck Driver-Transit Mix $10.63 Truck Driver-Winch $9.80 2-1 PROJECT DESIGNATION SIGN 11/2' 11/4 7 6' Citig FortWort " " 3 1/2o 11/4 5 1/2' 3• 1:3roiect Title a' I In' Contractor: 1/2 !1/2' _ ont1 actors Name 4.0' 7 3/4' s ■ 3,4 411', scheduled Completion Date Year 11/2" 4'-0' LONGHORN WHITE (BLUE BACKGROUND MI/WHITE LETTERS) LETTERING,CITY OF FORT WORTN-MOOKMAN DEMI ITALK PROJECT TITLE .CONTRACTOR 6 DATE IM NELYETICA CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: INTERSECTION IMPROVEMENTS VARIOUS LOCATIONS DOE NO. : 2911 FUND CODE: 03 --------------------- ----------M-mm-------M.M7----------------- HOLE #1 LAB NO. : 62305 I LOCATION: McCART @ SPRING LEAF CT. S. ON MEDIAN I 9.00" BROWN CLAY I 10.00" BROWNISH GRAY CLAY W/GRAVEL I 7.00" BROWN CLAY W/GRAVEL I --------------------------------------------------------------------------I ATTERBURG LIMITS: LL: 34.1 PL: 17.1 PI: 17.0 SHRKG: 10.0% MUNSEL COLOR CHART: 7/2 LIGHT GRAY CLAY I UNIT WEIGHT: 118.0 LBS PER CUBIC FOOT I ----------_ HOLE #2 LAB NO. : 62306 I LOCATION: END OF MEDIAN ON McCART BETWEEN SPRING LEAF CT. N. AND I SPRING LEAF CT. S. I --------------------------------------------------------------------------I 16.00" DARK BROWN CLAY I 8.00" REDDISH BROWN CLAY W/GRAVEL ( - --------------------------------------------------------------------------I ATTERBURG LIMITS: LL: 44.9 PL: 23.3 PI: 21.6 SHRKG: 12.0% I MUNSEL COLOR CHART: 6/3 PALE BROWN CLAY I _. UNIT WEIGHT: 120.0 LBS PER CUBIC FOOT I HOLE #3 LAB NO. : 62307 I LOCATION: W/4 OF MEDIAN ON McCART @ SPRING LEAF CT. N. I --------------------------------------------------------------------------I 16.00" BROWN CLAY W/GRAVEL I 9.00" BROWN CLAY W/GRAVEL I --------------------------------------------------------------------------I ATTERBURG LIMITS: LL: 48.1 PL: 27.2 PI: 20.9 SHRKG: 15.0% I MUNSEL COLOR CHART: 6/3 PALE BROWN CLAY I UNIT WEIGHT: 120.0 LBS PER CUBIC FOOT I -------------------------------------------------------------------------- 4' DOE f 2 911 PAGE 2 HOLE #4 LAB NO. : 62308 I LOCATION: SE/4 OF MEDIAN ON McCART @ SPRING LEAF CT. S. I ---------------------------------------------- ------------------- --------I 5.75" CONCRETE (COMPRESSIVE STRENGTH 6742 PSI) I 7.25" BROWN SANDY CLAY V/CRUSHED STONE I 3.00" BROWN CLAY W/GRAVEL I =a�a�aaa�sx==ssa=Axa.��eaffismar.Laaa�==�aa��a$smmraa=ea=m�=aammm�— =�sasaaa�=--I HOLE #5 LAB NO. : 62309 I LOCATION: NW/4 OF MEDIAN ON McCART @ SPRING LEAF CT. ,S. I --------------------------------------------------------------------------I 8.00^' CONCRETE (COMPRESSIVE-STRENGTH 4150 PSI) I 7.00" BROWN SANDY CLAY W/CRUSHED STONE (STABILIZED MATERIAL) 5.00" BROWN SANDY CLAY W/GRAVEL I ----------------------------------------------------------- ---------------i ATTERBURG LIMITS: LL: 44.0 PL: 23.1 PI: 20.9 SHRKG: 14.0% I MUNSEL COLOR CHART: 6/3 LIGHT YELLOWISH BROWN CLAY I ---------------�m—s___.t_-------------__—mmr_m—_—ws_--__ate__--_----_—_--_—s—I HOLE #6 LAB NO. : 62310 I LOCATION: S/4 OF MEDIAN ON McCART @ LADONA I ------------------------------------------------_- -----I 16.00" BROWN SANDY CLAY I 4.00" LIGHT BROWN CLAY I 4.00" DARK BROWN CLAY I --------------------------------------------------------------------------I ATTERBURG LIMITS: LL: 54.0 PL: 30.5 PI: 23.5 SHRKG: 15.0% I MUNSEL COLOR CHART: 5/3 BROWN CLAY I UNIT WEIGHT: 116.0 LBS PER CUBIC FOOT I HOLE #7 LAB NO. : 62311 I LOCATION: SE/4 OF MEDIAN ON McCART @ LADONA NORTH BOUND LANE I ----------------------------------------------------------------------------I T 6.75" CONCRETE (COMPRESSIVE STRENGTH 5887 PSI) I 6.25" BROWN SANDY CLAY I 8.00" DARK GRAY CLAY I --------------------------------------------------------------------------I ATTERBURG LIMITS: LL: 73.4 PL: 31.2 PI: 42.2 SHRKG: 20.0% I MUNSEL COLOR CHART: 4/1 DARK GRAY CLAY I DOE # 2911 PAGE 3 HOLE #8 LAB NO. : 62312 I LOCATION: NW/4 OF MEDIAN ON McCART @ LADONA SOUTH BOUND LANE --------------------------------------------------------------------------I 7.00" CONCRETE (COMPRESSIVE STRENGTH 6049 PSI) 6.00" BROWN SANDY CLAY ­ i 7.00" DARK GRAY CLAY I --------------------------------------------------------------------------I ATTERBURG LIMITS: LL: 58.1 PL: 34.9 PI: 23.2 SHRKG: 16.0% I MUNSEL COLOR CHART: 5/1 GRAY CLAY I _--------------______________a=====_-------====-a--===_____________====xl HOLE #9 LAB NO. : 62313 I LOCATION: CL OF MEDIAN ON McCART @ LADONA I --------------------------------------------------------------------------I 16.00" GRAYISH BROWN SANDY CLAY I - 8.00" REDDIAH BROWN SANDY CLAY I --------------------------------------------------------------------------I ATTERBURG LIMITS: LL: 51. 6 PL: 30.5 PI: 21.1 SHRKG: 14.0% I MUNSEL COLOR CHART: 4/4 DARK YELLOWIS BROWN CLAY I oaaaaaaaaaaaaaaaacaaaa.�=aa=c=aaaaa=aaa=.�---aoaaaaa�a=aaaraaaaaaaa=.waa====a I HOLE #10 LAB NO. : 62300 LOCATION: CL OF MEDIAN @ 411 UNIVERSITY DR. I --------------------------------------------------------------------------I 4.00- CONCRETE (COMPESSIVE STRENGTH 4953 PSI) I 8.00" GRAVEL W/BROWN SAND I 4.00" BROWN SAND I 8.00" BROWN SANDY CLAY I ------------------------------------------------------------------------- I ATTERBURG LIMITS: LL: 28. 9 PL: 15.7 PI: 13.2 SHRKG: 8.0% I MUNSEL COLOR CHART: 6/2 LIGHT BROWNISH GRAY SANDY CLAY I HOLE #11 LAB NO. : 62301 I LOCATION: CL OF MEDIAN ON UNIVERSITY DR. 12' S. OF SHAMROCK I - --------------------------------------------------------------------------I 3.00" CONCRETE (COMPESSIVE STRENGTH 4953 PSI) I 2.00" BROWN SAND I - 4.00" BROWN SANDY CLAY I 12.00" BROWN SANDY CLAY I --------------------------------------------------------------------------I ATTERBURG LIMITS: LL: 26.0 PL: 14.6 PI: 11.4 SHRKG: 6.0% MUNSEL COLOR CHART: 6/3 PALE BROWN SANDY CLAY I --------------------------------------------------------------------------I Y DOE # 2911 PAGE 4 =a—axs�a--- rsaamarsmsaa�aasa aaa=a=aa�axaoa-----seas=a�aaxcmx —sxaaac--I HOLE #12 LAB NO. : 62302 I LOCATION: CL OF MEDIAN @ 300 UNIVERSITY DR. I --------------------------------------------------------------------------I 3.50" CONCRETE (COMPESSIVE STRENGTH 5271 PSI) I 5.50" BROWN SAND W/GRAVEL I 9.00" BROWNISH GRAY SANDY CLAY I 5.00" BROWN SAND I .. -------------------------------------------------------------------------- ATTERBURG LIMITS: LL: 22. 6 PL: 14.2 PI: 8.4 SHRKG: 6.0% MUNSEL COLOR CHART: 6/4 LIGHT YELLOWISH BROWN SANDY CLAY I �. affimaagssssacmarasxaaxes=aascmmaassx=sea=—sass:emmsa- -�-nsssasaseaaes aaaasax=aa:aa I HOLE #13 LAB NO. : 62303 LOCATION: SOUTH BOUND TURN LANE MEDIAN ON UNIVERSITY DR. @ SHAMROCK AVE. I --------------------------------------------------------------------------I 7.50- CONCRETE (COMPESSIVE STRENGTH 5789 PSI) I 7.00" BROWN SANDY CLAY W/CRUSHED STONE I . 5.50" BROWN SANDY CLAY I --------------------------------------------------------------------------I ATTERBURG LIMITS: LL: 39.7 PL: 19.2 PI: 20.5 SHRKG: 11.0% I MUNSEL COLOR CHART: 6/3 PALE BROWN CLAY I w.sa�aeaacasessaaaasse=�=saes=see=a�aaa=—�^Asa—e.m=aaa;=aa:.ssaaas=ar:ass=opo I HOLE #14 LAB NO. : 62304 I - LOCATION: SOUTH BOUND LANE MEDIAN ON UNIVERSITY DR. BETWEEN CULLEN AND I SHAMROCK I --------------------------------------------------------------------------I 8.00" CONCRETE (COMPESSIVE STRENGTH 5616 PSI) I 6.00" BROWN SANDY CLAY W/CRUSHED STONE I 6.00" BROWN SAND W/GAVEL I --------------------------------------------------------------------------I ATTERBURG LIMITS: LL: 22. 6 PL: 13. 9 PI: 8.7 SHRKG: 5.0% I MUNSEL COLOR CHART: 6/4 LIGHT YELLOWISH BROWN SANDY CLAY I easae�reaseoz—eesesaee=aomesseaes�oaaoes---.�—.acassa.=seeaae�=ssaaa--smeseo I HOLE # 15 LAB NO. : 62773 I LOCATION: 3150 S. HULEN ST. (SOUTH BOUND LEFT TURN LANE) --------------------------------------------------------------------------) 6.50- CONCRETE (COMPRESSIVE STRENGTH 4274 PSI) I 13.50" BROWN CLAY I --------------------------------------------------------------------------I ATTERBURG LIMITS: LL: 50.1 PL: 27.2 PI: 22.9 SHRKG: 13.0% I MUNSEL COLOR CHART: 5/1 GRAY CLAY ------------------------------------------------ar------ -----------mow---I DOE # 2911 PAGE 5 HOLE # 16 LAB NO. : 62774 I LOCATION: WEST BOUND LEFT TURN LANE OF BELLAIRE DR. 90' E. OF S. HULEN I - --------------------------------------------------------------------------I 10.50" HMAC I 5.00" BROWN SANDY CLAY -W/GRAVEL I - 5.50" YELLOWISH BROWN SANDY CLAY W/GRAVEL I --------------------------------------------------------------------------I ATTERBURG LIMITS: LL: 25.1 PL: 14.0 PI: 11.1 SHRKG: 7.0% I MUNSEL COLOR CHART: 7/3 VERY PALE BROWN SANDY CLAY I HOLE # 17 LAB NO. : 62775 I LOCATION: WEST BOUND LEFT TURN LANE OF BELLAIRE DR. 110' E. OF S. HULEN --------------------------------------------------------------------------I 10.50" HMAC I }}CORE TAKEN TO VARIFY THICKNESS OF CORE #13 I HOLE # 18 LAB NO. : 62776 I LOCATION: NORTH BOUND LEFT TURN LANE OF S. HULEN 62' N. OF HARTWOOD --------------------------------------------------------------------------I 7.00" CONCRETE (COMPRESSIVE STRENGTH 5300 PS_ I) 9.00" BROWN SANDY CLAY I 4.00" REDDISH BROWN SANDY CLAY I ------------------------------------------------------------------------- I - ATTERBURG LIMITS: LL: 28.0 PL: 16.4 PI: 11. 6 SHRKG: 7.0% I MUNSEL COLOR CHART: 5/3 BROWN SANDY CLAY I HOLE # 19 LAB NO. : 62777 I LOCATION: SOUTH BOUND LEFT TURN LANE OF S. HULEN 103' N. OF OAK PARK LN. I --------------------------------------------------------------------------I 7.50" CONCRETE (COMPRESSIVE STRENGTH 8495 PSI) 8.500 BROWN SANDY CLAY I 4.00" REDDISH BROWN SAND I --------------------------------------------------------------------------I ATTERBURG LIMITS: LL: 25.5 PL: 16.2 PI: 9.3 SHRKG: 5.0% I MUNSEL COLOR CHART: 5/4 YELLOWISH BROWN SANDY CLAY I c=aaaa=a==saaasa==aaaaa=caaaaaa=====aasaa=as=----===s=------------- scasc I HOLE # 20 LAB NO. : 62778 I LOCATION: 4920 BRYANT-IRVIN RD. SOUTHBOUND LEFT TURN LANE I --------------------------------------------------------------------------I 6.75" CONCRETE (COMPRESSIVE STRENGTH 8457 PSI) 7.25" STABILIZED MATERIAL (BROKEN 2:27) TO BEDROCK I DOE # 2911 PAGE 6 mms ma:alft=aa HOLE # 21 LAB NO. : 62779 _ I LOCATION: LEFT TURN LANE ON CITYVIEW 40' E. OF BRYANT-IRVIN RD. { --------------------------------------------------------------{ 6.75"' CONCRETE (COMPRESSIVE STRENGTH 5062 PSI) 7.25" BROWN CLAY W/CRUSHED STONE I 6.00" BROWN CLAY W/GRAVEL I ------------------------------------------------ -------------------------{ ATTERBURG LIMITS: LL: 48.8 PL: 27.7 PI: 21.1 SHRKG: 13.0% { MUNSEL COLOR CHART: 5/2 GRAYISH BROWN CLAY samaa=—aazsama�sams�as---ssasm�cssaasa ++�— aaass�,��• —am:maaaas HOLE # 22 LAB NO. : 62780 I LOCATION: SOUTH BOUND LEFT TURN LANE ON BRYANT-IRVIN RD. 77' N. OF { CITYVIEW --------------------------------------------------------------------------I 6.75" CONCRETE (COMPRESSIVE STRENGTH 6948 PSI) 9.25" STABILIZED MATERIAL TO SOLID ROCK { ------s-----asa----a-------------aa----- --won—�s—.����—man--�a--a—s���I 9i HOLE # 23 LAB NO. : 62781 { LOCATION: EAST BOUND LEFT TURN LANE @ 5601 OVERTON RIDGE BLVD. { - --------------------------------------------------------------------------- 7.75" CONCRETE (COMPRESSIVE STRENGTH 8157 PSI) I 8.25" YELLOWISH BROWN SANDY CLAY { 4.00" YELLOWISH BROWN CLAY { -----------------------------------------------------------------------------{ ATTERBURG LIMITS: LL: 45. 6 PL: 20.3 PI: 25.3 SHRKG: 12.0% { MUNSEL COLOR CHART: 7/4 VERY PALE BROWN CLAY { o�sxmaassama�sxs=s3aasssascs=;asa=sasscaaaa=msia�aaasa�aaaaamaawaaa�sasscacsa{ HOLE # 24 LAB NO. : 62782 I LOCATION: RIGHT TURN LANE OF I-20 SERVICE RD. 47' W. OF BRYANT-IRVIN RD. I ---------------------------------------------------------------------------I 7.00- CONCRETE (COMPRESSIVE STRENGTH 4804 PSI) i 2.00" HMAC I 5.00" BROWN SANDY CLAY I ---------------------------------------------------------------------------{ ATTERBURG LIMITS: LL: 29.3 PL: 18.0 PI: 11.3 SHRKG: 6.0% I - MUNSEL COLOR CHART: 7/3 VERY PALE BROWN SANDY CLAY I sacs=a=scsamacamsrsssssaass..sso=aasssrseseacaaaaessaaasaseaa^--s;mst�sa�=aa----■amss I HOLE # 25 LAB NO. : 62783 I LOCATION: LEFT TURN LANE OF BRYANT-IRVIN RD. 25' N. OF I-20 SERVICE RD. { --------------------------------------------------------------------------{ 7.75" CONCRETE (COMPRESSIVE STRENGTH 3978 PSI) I 2.00" HMAC I 5.25" BROWN SANDY CLAY W/GRAVEL I --------------------------------------------------------------------------- ATTERBURG LIMITS: LL: 41.4 PL: 20.9 PI: 20.5 SHRKG: 10.0% 1 MUNSEL COLOR CHART: 7/2 LIGHT GRAY CLAY I saemarsassscassesaaassc3aaoaaa.:Baa=saasas�z�caasxmcffiaasac=ssaaascaas=Qaamasa�aa I DOE # 2911 PAGE 7 -- - - as.s=ca=oas=s=osa----seroma==�asxs==x=xa=aaossaa=v----==s==-I HOLE #-26 LAB NO. : 62784 I LOCATION: NORTH BOUND INSIDE LANE OF BRYANT-IRVIN RD. 20' S. OF I-20 SERVICE RD. I --------------------------------------------------------------------------I 6.75" CONCRETE (COMPRESSIVE STRENGTH 4260 PSI) I 7.25" BROWN SANDY CLAY W/GRAVEL (STABILIZED MATERIAL) I 6.00" GRAYISH BROWN SANDY CLAY W/GRAVEL I --------------------------------------------------------------------------I ATTERBURG LIMITS: LL: 35.4 PL: 24.0 PI: 11.4 SHRKG: 5.0% I MUNSEL COLOR CHART: 8/2 VERY PALE BROWN SANDY CLAY I s=as==ssm=sm=a=s===.e==�m=s..=msss===-=ssmomm====ssas=asoss==sso=m==smm=aw I HOLE # 27 LAB NO. : 62785 I LOCATION: SE CORNER OF OVERTON TERRACE CT. & S. HULEN I --------------------------------------------------------------------------I 7.50" CONCRETE (COMPRESSIVE STRENGTH 6697 PSI) I 6.50" YELLOWISH BROWN SANDY CLAY W/GRAVEL I 6.00" GRAYISH BROWN SANDY CLAY W/GRAVEL ------------------------------------------------------------------------- I ATTERBURG LIMITS: LL: 41.3 PL: 20. 9 PI: 20.4 SHRKG: 10.0% i MUNSEL COLOR CHART: 8/2 VERY PALE BROWN CLAY HOLE # 28 LAB NO. : 65114 I LOCATION: LANCASTER EAST BOUND INSIDE LANE CL 41' EAST OF NEWARK AVE. I --------------------------------------------------------------------------I 2.50" HMAC I 5.75- CONCRETE (COMPRESSIVE STRENGTH 7119 PSI) I 3.75" YELLOWISH BROWN SAND I 8.00" GRAY CLAY I --------------------------------------------------------------------------I - ATTERBURG LIMITS: LL: 43.2 PL: 19.8 PI: 23.4 SHRKG: 14.0% I MUNSEL COLOR CHART: 5/4 LIGHT OLIVE BROWN CLAY HOLE # 29 LAB NO. : 65115 I LOCATION: LANCASTER EAST BOUND INSIDE LANE CL 25' WEST OF SARGENT AVE. I --------------------------------------------------------------------------I 2.50" HMAC I 5.75" CONCRETE (COMPRESSIVE STRENGTH 6784 PSI) I 5.75" YELLOWISH BROWN SAND 6.00" GRAY CLAY I --------------------------------------------------------------------------I ATTERBURG LIMITS: LL: 40.4 PL: 23. 9 PI: 16.5 SHRKG: 12.0% I MUNSEL COLOR CHART: 6/2 LIGHT BROWNISH GRAY CLAY I DOE # 2911 PAGE 8 HOLE f 30 LAB NO. : 65116 I " LOCATION: LANCASTER EAST BOUND INSIDE LANE N/4 44' EAST OF CHICAGO AVE. ------------------------------------------------------------ ------ 2.50'" I - 6.00m CONCRETE (COMPRESSIVE STRENGTH 6936 PSI) I 4.50" BROWN SAND I 7.00" DARK GRAY CLAY - - - ATTERBURGLIMITS: LL: 42.4 PL: 20.0 PI: 22.4 SHRKG 12.0% - --------- MUNSEL COLOR CHART: 5/2 GRAYISH BROWN CLAY I HOLE f 31A LAB NO. : 65117 LOCATION: LANCASTER INSIDE MEDIAN S/4 49' WEST OF NEWARK AVE. { - -----------------•------------------------------ --------------------------I 7.00" BROWN SANDY CLAY { 17.00" REDDISH BROWN SANDY CLAY W/GRAVEL { ** SAMPLE TAKEN FROM TOP TO 10.00" { --------------------------------------------------------------------------{ UNIT WEIGHT: 120.0 LBS PER CUBIC FOOT { HOLE # 31B LAB NO. : 65118 { LOCATION: LANCASTER INSIDE MEDIAN S/4 49' WEST OF NEWARK AVE. I --------------------------------------------------------------------------I 7.00" BROWN SANDY CLAY I 17.00" REDDISH BROWN SANDY CLAY W/GRAVEL { ** SAMPLE TAKEN FROM 17.00" TO 23.00" i --------------------------------------------------------------------------I ATTERBURG LIMITS: LL: 31.8 PL: 17.2 PI: 14. 6 SHRKG: 8.0% I - MUNSEL COLOR CHART: 4/4 DARK YELLOWISH BROWN SANDY CLAY I HOLE # 32 LAB NO. : 65119 LOCATION: LANCASTER EAST BOUND INSIDE LANE N/4 27' WEST OF NEWARK AVE. i " ----------------------------------------------------------,----------------I 2.00" HMAC 6.00" CONCRETE (COMPRESSIVE STRENGTH 8407 PSI) I 6.00" YELLOWSISH BROWN SAND I 6.00" GRAY CLAY I ---------------------------------------------------------------------------{ ATTERBURG LIMITS: LL: 37.5 PL: 20.1 PI: 17.4 SHRKG: 12.0% I MUNSEL COLOR CHART: 5/2 GRAYISH BROWN CLAY a--------------------.------ ----------Www--------------------------{ i DOE # 2911 PAGE 9 HOLE # 33 LAB NO. : 65120 I LOCATION: LANCASTER WEST BOUND INSIDE LANE S/4 26' WEST OF NEWARK AVE. I ------------------------------------------------------------------------- I 5.75" HMAC I 5.25" CONCRETE (COMPRESSIVE STRENGTH 6592 PSI) 10.00" GRAY CLAY I ** SAMPLE TAKEN FROM 15.00" TO 21.00" I --------------------------------------------------------------------------I ATTERBURG LIMITS: LL: 40.8 PL: 21.4 PI: 19.4 SHRKG: 14.0% I MUNSEL COLOR CHART: 6/2 GRAYISH BROWN CLAY I HOLE # 34 LAB NO. : 65121 I LOCATION: LANCASTER WEST BOUND INSIDE LANE S/4 38' WEST OF CHICAGO AVE. I --------------------------------------------------------------------------I 6.25" HMAC I 6.00"' CONCRETE (COMPRESSIVE STRENGTH 3980 PSI) I 8.75" GRAY CLAY I --------------------------------------------------------------------------I ATTERBURG LIMITS: LL: 53.2 PL: 24.8 PI: 28.4 SHRKG: 16.0% I MUNSEL COLOR CHART: 4/3 BROWN CLAY I HOLE # 35 LAB NO. : 65122 I LOCATION: LANCASTER WEST BOUND INSIDE LANE S/4 22' WEST OF SARGENT AVE. ( ., --------------------------------------------------------------------------I 6.50" HMAC I 5.75" CONCRETE (COMPRESSIVE STRENGTH 3092 PSI) I .. 8.75" GRAYISH BROWN SANDY CLAY W/GRAVEL I --------------------------------------------------------------------------I ATTERBURG LIMITS: LL: 38.1 PL: 21. 6 PI: 16.5 SHRKG: 10.0% I - MUNSEL COLOR CHART: 5/3 BROWN CLAY I HOLE # 36 LAB NO. : 65123 I LOCATION: LANCASTER WEST BOUND INSIDE LANE S/4 45' EAST OF NEWARK AVE. 1 --------------------------------------------------------------------------I 6.50" HMAC I 6.50" CONCRETE (COMPRESSIVE STRENGTH 4734 PSI) I 8.00" GRAYISH BROWN CLAY W/GRAVEL I --------------------------------------------------------------------------I - ATTERBURG LIMITS: LL: 34.4 PL: 20.2 PI: 14.2 SHRKG: 10.0% MUNSEL COLOR CHART: 4/3 BROWN SANDY CLAY I --------------- ------------------------- ME DOE # 2911 PAGE 10 HOLE # 37 LAB NO. : 65124 LOCATION: LANCASTER INSIDE MEDIAN S/4 36' WEST OF SARGENT AVE. - -------------------------------------------------- 8.00" BROWN SANDY CLAYi 15.00" BROWN SANDY CLAY 'W/GRAVEL I ---------------------------------------------------------------------------( ATTERBURG LIMITS: LL: 36.0 PL: 21.1 PI: 14.9 SHRKG: 10.0% - MUNSEL COLOR CHART: 4/3 BROWN SANDY CLAY UNIT WEIGHT: 118.0 LBS PER CUBIC FOOT aria--- a-- HOLE # 38 LAB NO. : 65125 LOCATION: LANCASTER INSIDE MEDIAN N/4 41' EAST OF SARGENT AVE. -------------------------------------------------------------------------- 6.00" BROWN SANDY CLAY 8.00" YELLOWISH BROWN SANDY CLAY W/GRAVEL 8.00" BROWN SANDY CLAY I --------------------------------------------------------------------------I ATTERBURG LIMITS: LL: 36. 9 PL: 20. 9 PI: 16.0 SHRKG: 11.0% MUNSEL COLOR CHART: 4/2 DARK GRAYISH BROWN CLAY I UNIT WEIGHT: 118.0 LBS PER CUBIC FOOT I as:aacaa�axaaas^:asaaa�axessscc=�asaaax�;aaoasaesaarsaaaacaasa—a==aaaaaaa=asas�aaa I HOLE # 39 LAB NO. : 65126 I LOCATION: LANCASTER EAST BOUND INSIDE LANE N/4 23' EAST F SARGENT AVE. I -----------------------------------------_-_-----_.-------------------------( 3.00" HMAC I 5.75" CONCRETE (COMPRESSIVE STRENGTH 8006 PSI) I 4.25" YELLOWISH BROWN SAND I 7.00" GRAY CLAY I ----------------------------- _---:____- _ _-------------------------- i ATTERBURG LIMITS: LL: 45. 4 PL: 22.7 PI: 22.7 SHRKG: 15.0% I MUNSEL COLOR CHART: 5/2 GRAYISH BROWN CLAY I a aiaa=aaaa----aaas.___¢saaaasasaarxs;aa —ra�----xsaa acamaaa� aaa�I HOLE # 40 LAB NO. : 65127 I LOCATION: 4116 LANCASTER EAST BOUND INSIDE LANE N/4 I --------------------------------------------------------------------------- 3.00" HMAC I 5.75" CONCRETE (COMPRESSIVE STRENGTH 8540 PSI) I 6.25" YELLOW SAND I 5.00" GRAY CLAY 1 ----------------------------------------------- -__---__--__------_--------_I ATTERBURG LIMITS: LL: 46.8 PL: 23.9 PI: 22.9 SHRKG: 16.0% I MUNSEL COLOR CHART: 6/2 LIGHT BROWNISH GRAY CLAY I ---sss�aax;caaasxaaaaaar�s;=aa.—aaamac�aaaasasaaaasaaa=xmsaaaas—a""==assaaapeaaa I ■r DOE # 2911 PAGE 11 - HOLE # 41 LAB NO. : 65128 I LOCATION: LANCASTER EAST BOUND LEFT TURN LANE N/4 32' WEST OF OAKLAND BLVDI --------------------------------------------------------------------------I 3.50" HMAC I 7.00" CONCRETE (SAMPLE DAMAGED NO PSI) I 5.50" BROWN SAND W/GRAVEL I 5.00"' GRAYISH BROWN CLAY --------------------------------------------------------------------------I ATTERBURG LIMITS: LL: 40.8 PL: 17.8 PI: 23.0 SHRKG: 12.0% I MUNSEL COLOR CHART: 5/4 LIGHT OLIVE BROWN CLAY I HOLE # 42 LAB NO. : 65129 I LOCATION: LANCASTER WEST BOUND INSIDE LANE S/4 31' WEST OF OAKLAND BLVD. I --------------------------------------------------------------------------I 7.25" HMAC I 5.75^ CONCRETE (COMPRESSIVE STRENGTH 4102 PSI) I 7.00" GRAYISH BORWN CLAY i --------------------------------------------------------------------------I ATTERBURG LIMITS: LL: 51.5 PL: 25.5 PI: 26.0 SHRKG: 15.0% I MUNSEL COLOR CHART: 6/2 LIGHT BROWNISH GRAY CLAY I HOLE # 43 LAB NO. : 65130 I LOCATION: LANCASTER WEST BOUND INSIDE LANE S/4 246' EAST OF SARGENT AVE. I --------------------------------------------------------------------------I 6.50" HMAC I 8.50" CONCRETE (COMPRESSIVE STRENGTH 7235 PSI) I 4.00" YELLOW SAND I 2.00"' BROWN CLAY --------------------------------------------------------------------------I ATTERBURG LIMITS: LL: 24.1 PL: 16.4 PI: 7.7 SHRKG: 4.0% I MUNSEL COLOR CHART: 6/2 LIGHT BROWNISH GRAY SAND I HOLE # 44 LAB NO. : 65131 I LOCATION: LANCASTER WEST BOUND LEFT TURN LANE S/4 22' EAST OF SARGENT AVE. I --------------------------------------------------------------------------I - 3.75" HMAC I 8.50" CONCRETE (COMPRESSIVE STRENGTH 5674 PSI) 2.75" YELLOW SAND 5.000 BROWNISH GRAY CLAY I --------------------------------------------------------------------------I ATTERBURG LIMITS: LL: 29.2 PL: 14.7 PI: 14.5 SHRKG: 8.0% i MUNSEL COLOR CHART: 5/3 BROWN SANDY CLAY I ,� DOE # 2911 PAGE 12 APPROVAL: /Q77L.�,RYAN JERI ROUTING s DATE TESTED: 03-15-00 JOSEPH GAGLIARDI DATE REPORTED: 03-21-00 ABE CALDERON TESTED BY: SOIL LAB JIM DEFTER FILE i R EQUIPMENT SCHEDULE List of Equipment owned by Bidder that is in serviceable condition and available for use: Portions of work Bidder proposes to sublet in case of Award of Contracts including amount and type: 1 'F EXPERIENCE RECORD List of projects your organization has successfully completed: Amount Of Contract Type of Work Date Accepted Name and Address of Owner Award List of projects your organization is now engaged in completing: Amount Of Contract Type of Anticipated Name and Address of Owner Award Work Date of Completion List Surety Bonds in force on above incomplete work: Date of Contract Award Type of Work Amount of Name and Address of Bond Bond Surety JUN-lO-2000 rnU LU:Zd AM P. 001/001 V®R PAT!(MMID�� .. 000 : : 06/15/2 PRODUCER '(817) 226.8585 PAX (817) 226-8586 THIS CERTIFICATE 18 ISSUED AS A M• R OF INFORMATIO ambert Fenchurch ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ]01 E. Randol Mill Road, Suite 204 HOLDER,THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Arlington, Texas 76011 COMPANIES AFFORDING COVIERAGE .,.....I........................•............'l I COMPANY TwiCty"'(=ire Insurance to. Aft Elizabeth Day Ext: 3 A ..............................................•.......,......•••.,,......,..............................,,.•..........,,.,..11.11....................,.. ...,.... .,.•.. ' coMPnxr H'artiori Underwri'tie•r's•..Tris'u''rance Co� """""""""' INSURED A.S.C. Pavement Markings, Inc. 1701 E. Main Street 8...................................................................................................................................... (U. S. Hwy. 80) COMPANY C Grand Prairie, TX 75050 COMPANY D THIS IS TO CERTIFY TKAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TD THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE 18BUED OR MAY PERTAIN,THE INSURANCE AFPORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. .�..........................................................•.............•.•.•......'. .......,..,......................,.........,,...................,..,............................................ ..........,..,,,.................................•............. co < POLICY EFFECTIVE POLICY EXPIRATION TYPE OF INSURANCE ! POLICY NUMBER DATE IMMIDDTYY) i DATE(mwDDNY) LIMITS GENERAL LIABILITY f P GENERAL AGGREGATE ;i Z,000,000 E ,.......••.................................................................. !X COMMERCIAL GENERAL LIABILITY i t PRODUCTS.COMP/OP AGG a ZA .1. 000 000 ..E i X i ....................................... ................ CLAIMS MADE .. ......... ........ ;. OCCUR' i :PERSONAL A ADV INJURY S 1,000000 OOO A I46 CSE QT0391 05/23/2000 05/23/2001 111.1•••.•.............•••. •.. ......... '• j OWNERS 8 CONTRACTOR B PROT; E EACH OCCURRENCE i O 000 t 2100 ......E...............................•................... f ;FIRE DAMAGE(Any ane iia) a300,000 r ;MED EXP(Any one person) t 10,000 . c AUTOMOBILE LIABILITY COMBSINGLE COMBINED LIMIT ' ANYAUTO ? .M.... '.........,,, a,.............R.........J...... 1111,.. 1 000 000 X E ALL OWNED AUT08 ? 'BODILY•INJURY „�•....� o i Por `a B X BCHEDULEDAUTOS 46 UEN QT0392 05/23/2000 05/23/2001 E X HIRED AurOa ? ;BODILY INJURY {X NON-OWNED AUTOS . . ................................................. ;PROPERTY DAMAGE....,...,...{,,,...............•........•.,.,..... ( 1 ` I ....•....•..•............... OARAOE LIABILITY AUTO ONLY-EA ACCIDENT S h H ACC. ENT tpe r> ANYAUTO..................._...............' r077-IER7NAN�AUTOOND.....�.�...... '' •Fs�iT AOOREGATE,S VACE99 LIAINuTY E !EACH OCCURRENCE S 2 I OOO r OOO ......., ........... �. ............... A UMBRELLA FORM .46 HU Q70393 05/23/2000 < 05/23/2001 AGGREGATEs Z,000,000 ;......t E OTHER THAN UMBRELLA FORM ' 0 WORKERS COMPENSATION AND X (TORY lr:IPLoreRaLUTAIUTY EL EACH AOe1neNTI 1 Is 500,000 L ...... :••• ) 46 WB QT0390 05/23/2000 105/23/2001 .....s.......... INCL ) j!L DISEASE•POLICY LIMIT S 5O� OOO PARTNERbIEXECUTIVE OFFICERS ARE: ?eXCL! i EL DISEASE-EA EMPLOYEE s 500,000 OTHER E s 3 f E i f DESCRIPTION OP OPERATIONSA CATTONeNe HIC e018PEC EMB 11 operations per ormea ny �nsured �n the state of Texas. SHOULD ANY OF TMR ASOV9 1309CIUMED POLfCIE9 09 CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ON13SAVOR TO MAIL _a_DAYS WRMTN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Stabile & Winn, Inc. BUT FAILURE TO MAIL BUG"NO X HALL IMPOSE N LID A N OR LIABILITY F.U. BOX 79380 OF ANY MNO UPONTNEC Y. SAGENTS Q06P AnV98. Saginaw, TX 76179 AUTHORIZEDREPRENeNTATM I MR-Q CERTIFICATE OF LIABILITY INSURANCE " 'w"°''°"'K VCl 7V41^.-IOMn i/7'+100 1:�9:3f PN "anaf:EN THIS CERTWMATE IS ISSUED AS A MATTER OF p�ORMATION Hamlin Hato■ lIIIJ1Lanei#108arom ONLY AND CONFERS NO RIGHTS UPON THE CERTTRCATE 9144 Walnut 3231 same ii1C81 HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Dallas, IS 75731 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Z14-34G-7510 la:: 214.346-i531 INSURERS AFFORDING COVERAGE P. Kn INC INSURERX_United Pacizin I.asurance C=pa2ly 3529 PHORIA AVS. thea DALLAS, TZ 75112 IwsuReR c: 214-631-0590 lax: 714-905-7565 _-, INaURpfN D: INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED To THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INOIVATPO.NOTWITHSTANDING 'ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES 09SCRIBEO HEREIN 16 SUBJECT TO ALL THE TERMS.EXCLUSIONS AND CDNMTIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED!IY PAID CLAIMS. NSR T"%OF INlURANCE POLICT NurMEA POLIOY EPP�09YVB 00LIf F PMT10N uesra OMMAL LwiN IM i C0 7MLIRCUL GENERAL LMILIT-Y - FlRE DAIINCE Iti+f ono ha) CiAMSM.W ®CX=IN MGDOP(Any onepax») S _ .. .._ __ ,.. ... PNIVIONALAAOVINJURY = ,-. OF&MA.M(17NEQATE S ._.. GAIL AGGREGATE LIMIT APPLIES PM - ....5 _.. ...... PRO. ,PRO(71JCTS-COMPAOP Af.G f POLICY dECT LOC - AU( N0WA LUSIJI T 91IIQLE LIMIT ANYAUTO Me 000"11) 3 ALL OWNED AUTOS BODILY INJURY - SCHEDULED AUTOS IPmr PaMIRI f HIRd.T AU I M m 4_.. ._. .. NON�MNEDAUT05 MwMwLdui) Y = pAOPGRtV OAMAOE (Pr mrttam;n) s 9AM9ELIAOILMY AUTO ONLY-EA ACCIDENT S +ANY AUTO ;OTHIIRTHAN EAACC i ...-. ALIT00NLY: AGO i ERGm LABILITY ;EACH OOCURRENCE S ;OCCUR uCLANAARMADE iAI30RERATE S �_ S DEOUCTISLE S FATGNnoN 6 S TMRKlMCOMPENUTION*AD NWA0146373-02 3/23/00 :2/31/00 X 11 rH- i1N40T6R!LV1lltirr _— . .•`"","., .. A E.L.EACH ACCIDENT S 1,C C 0,C C 0 � E.L01 �FJIEMPLOYEES 1,CG01C00 E.L.DISEASE•POUCT LIMIT S 110 0 0,0 0 0 *T'N!R LIMIT-_—..__._.. _ L MIT Is ommmPTION OP opeRATIDNMLOCAT19MNwimummus a Aomn sr Emoomseammi-GOALL PROVISO" 7.. Certificatc holder is provided with A Waiver of 61%invagation for Workers cmiiwa Ovation 2. project Information ALL TELN8 PROJECTS 3. Zneureo to afroraed Workers ComensatiQn d. Ximployers Liability as a cc-cmpleyer under the policy for cmp1oyc0G leaned from Aug staff Loaning, Inc. CERTIFICATE HOLDER ADORION.L NNWAED:IIM4REA M-mit CANCELLATION SHOULD ANT OP TME*AMR 066GAISED POUCNIs NE CANC L� ;mD SIPOM TME 11O (RATION STABILE 4 WnIN OMETMIMM.IlftIMUNOMVjftR—Ui06AVORTOML 30 0ATE WWMN PC 202 79300 Name To THS CawwwwAI E HOLUM NAmaO To Tm UWT,NIU I P"Lum to DO!o SMALL SAMNAW, TX 76179 817-847-2086 fix: a17-547-3098 WOW NO OSIJUATOX OR LIAINUFT OP AM KNO UPGM TME INSUPIM ITS A9ewrt ON REIEEEMrATNIM. AUT1M1MD ML-M ism^n 1E !rear~. ACORD 23.5(7197) a ACORD CORPORATION 1986 A.W. Insurance Agency, Inc., dba Texas Truck Insurance Agency PO Box 560344 Dallas,TX 75356•Phone(214)951-1900•Fax(214)9511920 CERTIFICATE OF INSURANCE ISSUE DATE: 1-18-2000 INSURED Phone 214-631-0590 PRODUCER: Mike Davidson T.P.Mex,Inc. CSR: Tascha 3529 Peoria Ave. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO Dallas TX 75212 RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE COVERAGES Fed ID# MC# POLICIES BELOW. THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONI']ITIONS OF Sl ICH POI ICIFS AGGREGATE I IMITS SHOWN MAY HAVF RFFN RFni Ir`Fn RY PAID Cl AIMS TYPE OF INSURANCE COMPANY/POLICY#-EFFECTIVE&EXPIRATION DATES LIMITS AUTOMOBILE LIABILITY STATE AND COUNTY COMBINED SINGLE $1,000,000 F-1AnyAuto LIMIT ❑All Owned Autos POLICY NUMBER: FTB208493 BODILY INJURY ®Scheduled Autos POLICY PERIOD (Per Person) ❑Hired Autos FROM: 1-0-2000 TO: 1-0-2001 BODILY INJURY ❑Non-owned Autos (Per Accident) ❑Garage Liability PROPERTY DAMAGE ❑Other GENERAL LIABILITY GENERAL AGGREGATE ❑Commercial General Liability POLICY NUMBER: PRODUCTS-COMP/OPAGG. ❑Claims Made ❑Occur POLICY PERIOD PERSONAL&ADV.INJURY ❑Owner's&Contractors Prot. FROM: TO: EACH OCCURRENCE FIRE DAMAGE(Any one fire) ❑ MED.EXPENSE(Any one person) EXCESS LIABILITY EACH OCCURRENCE ❑Umbrella POLICY NUMBER: AGGREGATE ❑Other Than Umbrella POLICY PERIOD FROM: TO: STATUTORY LIMITS WORKERS COMPENSATION EACH ACCIDENT AND POLICY NUMBER: EMPLOYER'S LIABILITY POLICY PERIOD DISEASE-POLICY LIMIT FROM: TO: DISEASE-EACH EMPLOYEE POLICY NUMBER: POLICY PERIOD FROM: TO: POLICY NUMBER: POLICY PERIOD FROM: TO: POLICY NUMBER: POLICY PERIOD FROM: TO: DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS As per schedule of vehicles on file with the Company. CERTIFICATE HOLDER Fax Number., CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO STABILE AND WINN SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. P.O. BOX 79380 AUT ED REPRESENTATIVE SAGINAW TX 76179 DISCLAIMER The Certificate of Insurance does not constitute a contract between the issuing insurer(s),authorized representative or producer,and the certificate holder,nor does it affirmatively or negatively amend, ��TM CERTIFICATE OF LIABILITY INSURANCE X2/23` 9 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Commercial Business Accounts ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Hilb Ro al and Hamilton of Dallas HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Rog al 5520 LBJ Freeway, Suite 600 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Dallas, TX 75240 INSURERS AFFORDING COVERAGE INSURED INSURER A.Scottsdale Ins. Co. Swett Crawfor T.P. Mex, Inc. INSURER 8: 3529 Peoria INSURER C: Dallas, TX 75212 INSURER D: INSURER E. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPEOFINSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATIONLTRLIMITS A GENERALLIABILITY CLS0567967 12/22/99 12/22/00 EACH OCCURRENCE $1,000,000 X COMMERCIALGENERALLIABILITY FIRE DAMAGE(Anyone fire] $ 100,000 CLAIMSMADE[j]OCCUR ME D EXP(Any one person) $ 5,000 X BI/PD Ded:500 PERSONAL AI ADV INJURY $1, 000,000 GENERAL AGGREGATE s2,000,000 GENtAGGREGATE LIMIT APPLIES PER: PROD UCTS-COMP/OP AGG s2,000,000 POLICYX PRO LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT : ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY : SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY : NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE : (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ OCCUR ❑CLAIMS MADE AGGREGATE $ S DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND ITR S1WCSTATU- OTH EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ E.L.DISEASE-EA EMPLOYE d$ E.L.DISEASE-POLICY LIMI $ OTHER DESCRIPTION OF OPERATIONS!LOCATIONS/VEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Attn: John Stabile FAX: 1-817-847-2098 CERTIFICATE HOLDER ADDMONALINSURED;INSURER LETTER: CANCELLATION SHOULD ANY OFTFE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION Stabile & Winn, Inc. DATETHEREOF,THEISSUING INSURER WILLENDEAVORTOMAILIODAYSWRITrEN P. 0. BOX 79380 NOTICETOTHECERTIFICATE HOLDER NAMED TOTHELEFT.BUTFAILURETODOSOSHALL Saginaw, , TX 76179 IMPOSE NOOBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURERITS AGENTS OR REPRESENTATIVES. AUTtjQRIZED REPRESENTATIVE ACORD 25-S(7/97)1 of 2 #S43621/M43615 LAL 0 ACORD CORPORATION 1988 ACORDn, CERTIFICATE OF LIABILITY INSURANCE osjiz%z 0 PRODUCER 817-737-4943 817-737-4947 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION K & S Group, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR Frank Siddons Insurance Fort Worth ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 4021 Hwy 377 South Fort Worth, Tx 76116 INSURERS AFFORDING COVERAGE INSURED Peachtree Construction, Inc. INSURER&, ZURICH COMMERCIAL INSURANCE P.o. Box 821198 INSURER B: AMERICAN INTERNATIONAL GROUP Fort Worth, TX 76182-1198 INSURER C: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR POLICY EFFECTIVEPOLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER GATE MM/DD/YY DATE MM/DD/W LIMITS GENERAL LIABILITY CON987054S3 05/12/2000 05/12/2001 EACH OCCURRENCE E 1,000,000, X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) E 300,000 CLAIMS MADE �OCCUR MED EXP(Any one person) E 10,000 A X Per Project Aggr. PERSONAL&ADV INJURY E 1,000,00 GENERAL AGGREGATE E 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY PROJECT LOC AUTOMOBILE LIABILITY ON98705495 05/12/2000 05/12/2001 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ A X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT E ANY AUTO OTHER THAN EA ACC E AUTO ONLY: AGG S EXCESS LABILITY BE7396183 05/12/2000 05/12/2001 EACH OCCURRENCE $ 2,000,000 X OCCUR F1 CLAIMS MADE AGGREGATE $ 2,000,000 B $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND C1-58191512 05/12/2000 05/12/2001 X TORY LIMITS ER EMPLOYERS'LIABILITY A E.L.EACH ACCIDENT E 500,000 E.L.DISEASE-EA EMPLOYEE $ 500,000 E.L.DISEASE-POLICY LIMIT $ S00,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL Stabile & Winn, Inc. 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Attn• John Stabile BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LABILITY P.O. Box 79380 OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. Saginaw, TX 76179 AUTHORIZED REPRESENTATJW . ACORD 25-S(7/97) FAX. (817)847-2098 ©ACORD CORPORATION 1988