HomeMy WebLinkAboutContract 26723 CITY
CONTRACT NAORY
t4,61 T�%, ou.
t1�k mi
AMI
HIM 2 17 J P"rvr,J PT"W,J P71,1,rq�"J,IT M A 2�
M&IRVOVrl * ., -j: :,:
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
CONSTRUCTION OF
S 1RROtS STRJEF.Z" � slfuLo►J Coozy
IN THE CITY OF FORT WORTH, TEXAS
FILE NO. K-
KENNETH L.BARR BOB TERRELL
MAYOR CITY MANAGER
HUGO A. MALANGA, PE - DIRECTOR
T" DEPARTMENT OF TRANSPORTATION AND PIIBLIC WORKS
FORT WORTH HOUSING FINANCE CORPORATION
ZE9F
i
rE,11Z
DEVELOPER
E. M. PARTEN
rr t 17236 i
o
C=ENOYNEERINO SERVICE COWANY 5�.f'o�s rfq••.gs
wrarrt rr u4cxw4t r"way:roxr woxm tau ......r......................•s.....
L}t SS
PAR EN!.AMO CUT= E. M. PAKTEN
2274
,wuN+O ADDRESS rarnioi4c: a �V r
o .
„ T..,.7toa
JAW.,zoo►
TABLE OF CONTENTS
TABLE OF CONTENTS
htc*2
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. Permits/Easements
8. Certificate of Insurance
9. Contractor Compliance With Worker's Compensation Law
10. Equipment Schedule
] I . Experience Record
12. Performance Bond
13. Payment Bond
14. Contract
z.
NOTICE TO BIDDERS
Sealed proposals for the following:
FOR: CONSTRUCTION OF SiRR00 STXE.E-T 4 S1v=%J CcioR-Y
PROdEeT Ne.
FILE NO. Y\_ 1 G 5C0
DOE 4: 3 z 24
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, 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 it) 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withdrawn until the expiration of forty-nine(49)days from the date the M/WBE UTILIZATION FORM,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. v OBD. �,�4�'
b.
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
NIBE/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. I-or additional
information, contact Jim Deeier at (817) 871-7803.
BOB TERRELL GLORIA PEARSON
CITY MANAGER CITY SECRETARY
(8t'r:} S?I--8363
Advertising Dates:
A
SPECIAL
INSTRUCTION TO BIDDERS
SE RITY: Cashier's check or an acceptable bidder's bond payable to the Ctitv rt Worth,
• in an amo lot less than five(5%)per cent of the total of the bid submi ust accompany the
bid. and is subject to 'n the event the successful bidder fail• ecute the contract documents
within ten(10)days after the con s been awarcic
To be an acceptable surety on th• (1) the name o .,t ,shall be included on the current
U.S. Treasury,or(2) t • ety most have capital and surplus c(luanes the luuit ol•the bund.
The suret )c licensed to do business in the state of Texas. The amount of �shall e amount shown on the treasury list or one-tenth (1/10) the total capital and
2. PAYI1ENT BOND AND PERFORMANCE 13OND: The successful bidder entering into a contact
for the work will be required to give the City surety in a sum equal to the amount of thv contract
awarded. In this connection, the successful bidder shall be required to furnish a performance bond as
well as payment bund, 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 bowls fllrnlShed
hereunder shall meet the requirements of Article 5160 of the Revised Civil Statutes of- I'exas, as
amended.
order for a surety to be acceptable to the City,(1) the name of the surety shall be included on t
curve U.S. Treasury List of Acceptable Sureties(Circular 870), or(2)the surety must have pita)
and surplu nal to ten times the amount of the bond. The surety must be licensed to usiness un
the State of'I e s The amount of the bond shall not exceed the amount shown of e rreasury list or
one-tenth(1/l0) of t Dual capital and surplus. ff reinsurance is required, th ompany writing the
reinsurance must he autho ed,accredited or trusteed to do business in xas.
No sureties will be accepted by the which are at the tinic L cfault or delinquent un arV bond,or
which are interesteel Ili any liti�galiun agau . thr ('ny. SI d any surety ou the costa,t be delel'mined
unsatisfactory at, , time by the City, nolicc �% , ver to the contactor to that clI'r;t:utd the
contractor shall iron,diatrly provide a nca susa actury to the City.
If the contract amount is in excess o _i 000 a Payment Boric . II be executed, in the amount ofthc
t
conact,solely for the protecti ofall claimants supplying labor an iaterials in the lnosecuton o►
the work.
If the contract a int is in excess of$100,000,a Performance Bond shall be execute ut the amount
of the cont conditioned on the faithful performance of the work in accordance with th alis,
specif ions,and contract documents. Said bond shall solely be for the protection of'tile City fort
rth.
3. LIQUIDATED D.-VVIA 'E :The Contractor's attention is called to Part 1, Item 8, paragraph 8.6,ol'
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. 7271N' as arucaded
by City Ordinance No. 7400(Fort Worth City Code Section 13-A-21 throu-1i 13-a-29) prohihitny,
discrimination in oniplovnient practices.
4
G. 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 rags 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: r ie 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 require(by each individual project.
NONRESIDENT BIDDERS: Pursuant to Article 601g,Texas Revised Civil Statutes, the Pity of Dort
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 busitiv�s is not in this
state. but excludes a contractor whose ultimate parent company or 111.1.1orrty o%k nrr
has its principal place ol'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 f'or its bid to
meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that
bidder.
1 I O IT Y AND WOMEN BUSINESS ENTERPRISES: in accord with City of Fort Worth
Or ' nce No. 11921, as amended, the City of Fort Worth has goals for the participation of rnority
business erprises and women business enterprises in City contracts. A copy of the inance can
be obtained fr the office of the City Secretary. In addition, the bidder shall su it the MBEAWBf:
UTILIZATION R PRIME CONTRACTOR WAIVER FORM and/or GOOD FAITH
EFFORT FORM ("Doc( entation")as appropriate. The Documenta n must be received no later
than 5:00 p.m., five(5)City bu • ess days after the bid opening d . The bidder shall obtain a receipt
from the appropriate employee of the anaging department vhom delivery «as made. Such rrrer)n
shall be evidence that the Documentation received the City. Failure to comply ;hall render the
bid non-responsive.
Upon request,Contractor agr to provide to owner complete and ac - to information regarding
actual work performed b inority Business Enterprise(WBE)on the cont - and payment therefore.
w Contractor further ees to permit an audit and/or examination of any books. rec - s or files in its
possession tha -ill substantiate the actual work performed by an MBE and/or WBE.
misrepre ation of facts(other than a negligent misrepresentation)and/or the commission 'aud
® by t ontractor will be grounds for termination of the contract and/or initiation action under
5
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 beim_determined to be irresponsible and barred from participation in City work for a
period of time of not less than three(3)years.
I I AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. h ity
Ki
he right e, re{ect a y and,ora bids and w eve any ac or all i gu arches. o nd nia c
n int' the e.���ir io10 f for -nine(49) ays from e date t M/WBE t LATI
_ IZI E ( t)\ �CfOR AIVER I 1 andi the G D FAITH F It"f E
cation"1 appropri e is receive the y. T ie award of contact, if made, will be
rty ntne c ays a ter 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)#n9=4wVWf0r 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. [aids that so not acknowledge all applicable addenda may be rejected as non-
responsive.
14, CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW:
A. %Vorkcrs Connpcnsation Insurance Coverage
a. 1)cl'uutuu•
Certain ut co%erage("certificate"). A copy ol'a certificate of insurance,a certificate of
authority to self-insure issued by the commission, or a coverage agreement(TWCC-81,
TWCC-83,-TWCC-83, or TWCC-84),showing statutory worker's compensation insurance
coverage cur 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[lie project until
the contractor's/person's work on the project has been completed and accepted by the
governmental entity.
Persons providing services on the project("subcontractor"in§+406.096)-includes all persons
or entities performing all or part of the services the contractor has undertaken to perform on
the project, regardless of whether that person contracted directly with the contractor and
regardless of whether that person has employees. This includes,without limitation,
independent contractors,subcontractors, leasing companies,motor carriers,owner-operators,
employees of any such entity,or employees of any entity which furnishes persons to provide
services on the project. "Services"include, without limitation,providing, hauling,or
delivering equipment or materials,or providing labor, transportation,or toner services related
to a project. "Services"does not include activities unrelated to the project,such as
food/beveragc vendors,office supply deliveries,and delivery of portable toilets.
h. 'The -,trcuactor shall provided coverage, based on proper reporting ofclassification codes
and payroll amounts and filing of any coverage agreements, which meets the statutory
G
tr 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
® beim, av,:uded the contract.
m
d. If the coverage period shown on the contractor's current certificate of coy erage 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 pruV ide
to the go%ernmental entity:
(1) a certificate of coverage,prior to that person beginning work on the project.so the
oovcniniental entity will have on file certificates of coverage sho%vin�,coverage fOr
all parsons 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 :ontractor shall notify the governmental entity in writing by certified mail or
�. personal delivery,within ten(10)days after the contractor knew or should have kno%%n.
of any change that materially affects the provision of coverage ofany person providing
services un the project.
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,anti stating how a
person may verify coverage and report lack of coverage.
1. The contractor shall contractually require each person with whom it contracts to provide
seri ices 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 or, the
current certiticate 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
(h) a new certificate of coverage showing extension of coverage. prior to the -Ud
of the coverage period, if the coverage period shown on the Current certil :ate
_ 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
Ior one year thereafter.
(G) 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
(7) :otxractually require each person with whom it contracts,to perform as required by
hara;traphs(1) - (7), with the certificates of coverage to be provided to the person for
x%hunt they are providing services.
j. By sicnimt this contract or providing or causing to be provided a certificate of coverage,
m the:oouUctor 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
insuied. with the commission's Division of Self-Insurance Regulation. Providing false or
misIvaklUt_ information may Subject the contractor to administrative,ci iuiinal. civil
penaluc, 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
't 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 IN point normal
type,and shall be in hath English and Spanish and any other language common to the worker
population. The text for the notices shall be the following text,without any additional words or
changes:
"REQUIRED WORKER'S COMPENSATION COVERAGE"
The law requires that each person working on this site or providing services related to this construction
project must be covered by worker" compensation insurance.This includes persons providing, hauling
or delivering equipment or materials,or providing labor or transportation or other ser%ice related to the
project, regardless of the identity of their employer or status as an employee".
Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the
legal requirement for coverage, to verify whether your employer has provided the required coverage,
or to report an employer's failure to provide coverage".
8
15. NON DISCRIMINATION: The contractor sliall 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 ol'a bona fide
occupational qualification, retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers, members, agents, or employ ces. 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 oilier 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 C'ontractor's
alleged failure to comply with the above-referenced laws concerning disability discrimination in the
performance of this Contract.
Revised March 15, 1996
9
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
�c
P R O P O S A L
TO: Mr . Bob Terrell
City Manager
Fort Worth, tExas
j
FOR : CONSTRUCTION OF SIRRON SrRF-E.'r Sl VK 000 COU2.'r
PROJECT NO.
FILE NO.
DOE # :
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 du 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
�ithtn the lime stated and Im the following sums, to-wit:
SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL
ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMT. BID
S . P . 1 . LS . UTILITY ADJUSTMENT
Dollars &
U W _ Cents Per LS. * )$5000.00 $5000.00
S . P. 2 . 2 EA PROJECT DESIGNATION SIGNS
'�_ 1114 a r dMCQ ) Dollars &
►rx Cents Per EA. $300.00 $600.00
104 3 . 50 LF . REMOVE EXIST.7"CURB&18"GUTTER
Q _Dollars & r moo � 4�
Cents Per LF . �_s:1.—_
104 4 . 200 SF. REMOVE EXIST.CONCRETE SIDEWALK
LEADWALK AND/OR WHEELCHAIR
RAMPS
fwt7 Dollars & � �D
ac Cents Per SF. $
S . P. 5 . 900 CY. UNCLASSIFIED STREET EXCAVATION
106 Qk) Dollars &
btp Cents Per CY. $ Ian- $
112 6 . 100 CY. BORROW
iiu Dollars & o
{gip Cents Per CY. _ W
* ) As Approved By The Engineer
�r
210 7 . 3 8 Tona LIM ..,�
nn� (l1 L /!11 I gUollars & / ��✓ J
nn Cents Per Ton $ Z
210 8 . 2700 SY. 6"L ME STABILIZED SUBGRADE
cu--) Dollars & `� �-�,, ,.,�,��
Cents Per SY. $
S . P. 9 . 1950 SY. "REI RCED .'CONCRETE PAVEMENT
314 -� F �U Dollars &
Cents Per SY. c $ wQg00,_
S . P. 10. 2250 LF. SILICONE JOINT SEALANT
Dollars & a; �
j Cents Per LF. $
S. P . 11 . 1300 LF. 7" CONCRETE CURB
Dollars &
Cents Per LF. $ `
504 12 . 3500 SF. STD.4" REINFORCED CONCRETE
SIDEWALK,LEADWALK AND/OR
WHEELCHAIR RAMPS
,TlUI.UI J Dollars & $ � o^ y0 b,
Cents Per SF. '� I
S . P. 13 . 50 LF. REPLACE EXISTING
104 "CURD&18"GUTTER
502 , Dollars & �L
Cents Per LF. $ � � $ 50.
/
ST 14 . 2 .0 Tons H . �WON
31Z (�1 ollars &
Per Ton
S. P. 15 100 LF . 6111. SUBDRAIN( if needed) *)
Dollars & Ell
o�
Cents Per L.F . $ $ 000
ST. 16 . 200 CY. TO ` OIL
16 Dollars &
Cents Per CY. $ / � $
17 . 1 LS EROSI N CONT.+R� O��.�/L' -,,
=if�jtd— ollars & ryy�..
Cents $ lox`f
140 18 . 100 CY. ROCK OR BROKEN CONCRETE 12--
181116 RIPR P -
Dollars &
Cents
TOTAL BID $JA5 vim'
* ) As Approved By The Engineer
1Z
This contract is is,ueLI by an organization which qualities for exemption pursuant to the provision of
r Article 20.04 (F)orthc"Texas Limited Sales, Excise and Use Tax Act,
Taxes. All equipment and materials not consumed by or incorporated into the project construction,are
subject to State sales taxes under House Bill 11,enacted August 15, 1991.
The successful Bidder shall be required to complete the attached Statement of Materials and Other
Charges at the time ol'executing the contract.
The Contractor shall comply with City Ordinance 7278,as amended by City Ordinance 7400(Fort
Worth City Code Sections 13-A-21 through 13-A-29),prohibiting discrimination in employment
practices.
The undersigned agrees to complete all work covered by these contract documents within Forty(40)
Working Days from and after the date for commencing work as set forth in the written Work Order to
be issued by the Owner and to pay not less than the"Prevailing Wage Rates for Street, Drainage and
Utility Construction"as established by the City of Fort Worth,Texas.
Within ten(10)days of receipt of notice of acceptance of this bid, the undersigned will execute the
formal contract and a ill deliver an approved Surety Bond for the faithful performance of this contract.
The attached dcpw ii check in the sum of _Dollars
(`6 _ _ )is to be forfeited in the event the contract and bond are not executed within
the time set lorth. as liquidated damages for delay and additional work caused thereby.
(Uwe), acknowledge receipt of the following addenda to the plans and specifications, all of the
provisions and requirements of which have been taken into consideration in preparation of the
foregoing bid:
Addendum No. I (himals) Addendum No. 3 (Initials)
Addendum No. ? (Initials) Addendum No.4 (Initials)
Respectfully submitted: ,
By .
ill S�
�
a ,
�.Q�k,,�t9C:l✓t.Q��.
Address } �-c, 1 76-/e9
35 Telephone
(SEAL)
Date
a
1$
CITY OF FORT WORTH, TEXAS
DEPARTMENT OF ENGINEERING
SPECIAL PROVISIONS
FOR: CONSTRUCTION OF SIRRO10 STKF.E7 i SIRQA►J CCK-0Ur
FILE NO.
DOE#: J
I. SCOPE OF WORK: The work covered by these plans and specifications consist of S reinforced concrete
paving over 6" lime stabilized subgrade 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.
SES P to
2. cessar'I be awarde en a City FoR, -C .0
Engineer shall evaluate and recom unci considered to be in the �ERSID�
best y ontract 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 he 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.
s
5. INCREASIi OR DECREASE IN OUANT'ITIB: 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 125%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 tine 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.
14-
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
all 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,
mucks,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 Lind 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. [LIGHT TO ABANDON: The{ }reserves the right to abandon, without obligation to the Contractor. ani
part of the project or the entire protect at any time before the Contractor begins any construction work
authorized by the City.
7. CONSTRUCTION SPGCIFICATIONS: "['his 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 SPEC[FICA"PIONS FOR PUBLIC WORKS CONSTRUCTION
NORTH C'I:NTRAL'I'I;XAS
A copy of either of these specifications may be purchased at the Office of the Department of Engineerin;�.
1000 Throckmorton Street, 2"d 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. 11'nut 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 DOCUMEN'T'S: Bidders shall not separate,detach or remove any portion, seunnent or sheen•
from the contract documents at any time. Failure to bid or fully execute contract without rctainin."cuntr;l,*(
documents intact may he grounds for designating bids as"nonresponsive"and rejecting bid;or voiding
contract as appropriate and as determined by the Director of the Department of Engineering.
9. MAINTENANCE ST,\TEMENT: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 as
outlined on page 17, Standard Specifications for Construction,City of Fort Worth.
r
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 Mammal on Uniforn►
Traffic Control Devices for Streets and Highways" issued under the authority of the "State of"texas
�5
Uniform Act Regulating Traffic on Highways,"codified as Article 6701d Vernon's Civil Statues,pertinent
sections being Section Nus.27,29,30 and 3l.
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 situ. 11'
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 constructrun k%ork is
completed to the extent that the permanent sign can be reinstalled the Contractor shall again :ontact the
Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until
such reinstallation is completed.
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 thereofsltall be presented by the Contractor to the Engineer and it by hon found
correct shall be appro%ed 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 order;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
a 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 protect construction as required by Engineer by pr0vidill2
barricades.
Barricades. warning and detour signs shall conform to the Standard Specifications"Barriers and Warnin,'
and/or Detour Signs," Item 524 and/or as shown on the plans.
Construction signing and barricades shall conform with"1980 Texas Manual on Uniform Traffic Control
Devices,Vol.No. 1."
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/till material at its expense and dispose of such materials iii
accordance with the Ordinance of the City and this section.
ry
• 1 5. ZONING IZEQUIREkII;NTS: During the construction of this project, the Contractor shall comply with
present zoning requirements of the City of Fort Worth in the use of vacant property for stora�.te purposes.
10. OI:ALI I I C ONTRU; I LSTIN'6:
• (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
I'm-all manufactured items to be used in the project and will bear any expense related thereto.
(b) Tests of the desi�,n 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. -File 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 tiliAt
at its own
expense, Any retesting required as a result of failure of the material to meet project specifications �x ill
be at the expense ol'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 Ilunnish materials and equipment conforming to the requirements of the contract.
(d) Not less than 2=1 hours notice shall be provided to the City by the contractor for operations requiring
testine. The contactor shall provide access and trench safety system(if required)for the site to be
tested and any %%m k effort involved is deemed to be included in the unit price for the item beim, tested.
(e) The contractor shall provide a copy of the trip ticket for each load of till material deli%cred to the job
site. The ticket shall specify the name of the pit supplying the fill material.
17. PROPERTY ACC F..S.S: Access to adjacent property shall be maintained at all times unless otherwise
directed by the lingincer.
IS. SAFETY IZESTRIC`I'IONS- 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 teet 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 LINFS."
(b) Equipment that stay be operated within ten feet of high voltage lines shall have an insulating cage-1.YPe
of guard about the boom or arm, except back hoes or dippers and insulator links oil the lift hued
connections.
(c) When necessary w 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 Electr is Service Company and shall record action taken in each case.
+7
(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 Para"raph (c).
lr). WAVER f)EPARTMI-.\_I' PRF.-QALIFICA"PIONS: Any contractor performing any work on Fart kVooh
xxater or sanitar) facilities must be pre-qualified with the Nater Department to perform such work ill
accordance with pro:cdures described in the current Fort Worth Nater Department General Specifications
which general specifications shall govern performance of all such work.
20. RIGHT TO AUDIT:
(a) Contactor agrees that the City shall, until the expiration of three (3) years after final payment under
this contact 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.
Contactor agrees that the City shall have access during normal working hours to all necessary
contractor facilites and shall be provided adequate and appropriate work space in order to condu:t
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 rhe
provisions of'thi., article tolWther with subsection (c ) hereof. City shall Sive subcontractor reasonable
advance notice of intended audits.
(c) Contractor and subcontractor agree to photo copy such documents as may be requested by the City.
2. Mare tlitm So eeries $0.85 for first page pitts$0.15 frit cach page iheree
(d) "Contractor agrees that the City shall, until the expiration of three (3) years after final payment raider
this contract have access to and the right to examine any directly pertinent books, documents, papers
Lind 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 ITE.M No. 2 - SPRINKLING FOR DUST CONTROL:
All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply.
I lu�cever. nu duce[ payment \\ill be made for this item and it shall be considered incidental to this contact.
a
l r3
NON-PAY ITEM No 3 - l'Rt7TECTION OF TREES PLANTS AND OIL.:
a..
All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, etc. shall he
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 ll 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 Will fungus, all wounds on Live Oak and Red Oak trees shall be immediately
*+* sealed using a c011111MC al pruning paint. This is the only instance when pruning paint is recommended.
NON-PAY ITEM No. =4 - CONCRETE COLOItED SURFACE:
Concrete wheelchair ramp Surfaces, excluding the side slopes and curb, shall be colored with L.ITHOCHROME
color hardener or equal \ brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or
equal, shall be used in accordance with manufacturers instructions. Contractor shall provide a sample concrete
panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer. meeting,
the albrementiuned specifications. The sample, upon approval of the Engineer, shall be the acceptable stand:ud
to be applied fin•all construction covered in the scope of this Non-Pay Item. No direct payment will be made for
this itetll and it ,hall be cow;idcred incidental to this contract.
The method ofapplication shall be by screen, sifter,sieve,or other means in order to provide for a uniform color
distribution.
i
NON-PAY ITEM No. 5— 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. 11', in the opinion
of the Enuineer it is neccssitry.clean-up shall be done on a daily basis. Clean up work shall include,but not be
limited to:
• Sweeping the sweet 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 nwre than seven days..ball elapse alter completion ofconstruction before the roadway and right-ol=way iN
cleaned up to the Satisfacut,n of the Engineer.
.,e
INUN-PAY I'I'l:Vl No. G- _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 evert
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.
19
TION-PAY ITEM No. 7— 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 casts involved with pno.iding such written notice shall be considered subsidiary to this conu'act.
NON-VA), I I_FM \o.� P1_BLIC NOTIFICATION PRiOR TO BEGiNNING CONSTRUCTIcN:
Prior to Cin!`U'itkmon on any block in the project, the contractor shall, on a block by block basil;.
prepare and deliver MO 11011ces or flyers of the pending construction to the front door of each residence or
business that will be unpactcd by construction.The two notices shall be prepared as follows:
I. 'rA.o 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 construct on 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 \c eek 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 tirlluw-up letter to the two week notification flyer and shall inform residents of the actual construction
duration f0i the nci,,hborhood. A sample of the three day pre-construction notification flyer is attached.
l'hC Contractor shall suhnnt a schedule showing the construction start and finish time for each block of the
Project to the tnspcctor. In addition, Copies of boli flyers shall be delivered to the City Inspector for his review
prior being distributed. I Ire contractor will not be allowed to begin construction on any block until both flyers
-� are dcltvcrcd to all residents of the block. Electronic versions of the sample flyers can be obtained from the
construction office at 871-5306.
MW All work involved with the pre-construction notification flyers shall be considered subsidiary to the contract
price and no additional compensation shall be made.
PAY ITEM No. 1 - UTiLITY ADJUSTMENT:
This iteni is included for the hasic purpose of establishing a contract price which will be comparable to the final
cost of making nccessar) adiustnents required due to street improvements to water, sanitary sewer and natural
gas service lines and appurtenances where such service lines and appurtenances are the property owner's
responsibility to maintain. An arbitrary figure has been placed in the Proposal;however,this does not guarantee
any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the
Proposal. it shall be the "Contractor" 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 duc
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
y adjustments shall be the acatal cost of the adjustments plus ten percent (10%) to cover the cost of bond and
overhead incurred b\ the ct m-actor in handling the utility adjustments.
... PAY ITEM No 2 - PROJECT DESIGNATION SIGN:
zo
The contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of
the contractor to maintain the signs in a presentable condition at all times on each project under construction.
Maintenance will include painting and repairs as directed by the Engineer.
d.
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 1/." 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.
'rhe work, which includes the painting of the signs, installing and removing the signs, furnishing the material;.
supports and connections to the support and maintenance shall be to the satisfaction of the Engineer.
.r
The unit price bid per each will be full payment for materials including all labor, equipment, tools and
incidentals necessary to complete the work.
During the construction of this project, it is required that all parkways be excavated and shaped at the sante turn
the roadway is excavated. li<cess excavation will be disposed of at locations approved by the en-ineer.
The intention of the owner is to pay only the plan quantity without measurement. Should either contractiu,,
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.9—SREINFORCED CONCRETE PAVEMENT:
(a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement," shall apply. The
contractor shall use a six (G) 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 01'5 feet. In no case should the remaining portion of the panel be less than j feet wide
after repairin.v the failed panel.
(3) Any crack \\tthin 12 inches of any joint niust be removed and replaced a muunnun 01'3 feet to
prevent fuuue spalling of the pavement.
(c) All concrete paverrtcat 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. 10_SILICONE JOINT SEALING FOR CONCRETE PAVEMENT:
CITY OF FORT WORTH,TEXAS
TP ANSPORTATION AND PUBLIC WORKS DEPARTMENT
SPECIFICATION
zi
a
for
SILICONE JOINT SEALING
(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 Itcm 314.2.(1 1)"Joint Sealing Materials"of STANDARD
... SIIE( li ICATIONS I c)i< STREET AND STORM DRAIN CONSTRUCTION-
CIT1' OF FORTWOR 111,and Item 2.210"Joint Sealing"of STANDARD
SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH TEXAS
COUNCIL OF GOVERNMENTS.
3. MATERIALS
.. 3.1 1 he silicune.lutnt sealant shall meet Federal Specification TT-S-001 543A for
Class A sealant except as modified by the test requirements of this specification.
BetOre the installation of the joint sealant, the Contractor shall furnish the
Ftigineer 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.
fhe silicone sealant shall be cold applied.
3.3 ",elf-Leveline tiihcone Joint Sealant
T I he Jutnt sealant .hall 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
T 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
zz
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 I-lie 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
thejoint sealant from flowing to the bottom of the joint. The backer rod and
breaker tape;hall 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
%%idth "green"sim-cut and the"reservoir"saw cut are identical and should be
part of the same saa cutting operation. Immediately after the saw cutting
pressure %%aa►im, shall be applied to Ilush the concrete slurry from the freshly
sa%% cut joint,.) The pavement shall be allowed to cure for a minimum of seven
(7)days. "Then the saw cuts for the joint sealant reservoir shall be made, the
joint cleaned, and the joint sealant installed. During the application of the joint
sealant, the weather shall not be inclement and the temperature shall be 40F(4C)
and risino.
5. EQUIPMENT
�.I All nCCessarV CLju►pment shall be furnished by the Contractor. The Contractor
i -
sha11 krej� hi.cLltnpment to a satisfactory working condition and shall be
uupccted by the Lngineer prior to the beginning of the work. The minimum
rCquirentCnts 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.
S.4 Air Compressors: rhe 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
eater and oil from the compressed air. The blow-tube shall fir into the saw-cut
y joint.
_ 5.5 Extrusion Pump:The output shall be capable of supplying a sufficient volume of
sealant to the joint.
S.a Injection]%wl: This mechanical device shall apply the sealant uniformly into the
point.
Z3
5.7 Sandblaster:The design shall be for commercial use with air compressors as
specified in Paragraph 5.4.
a 5.8 Backer Rod (Zoller and Tooling Instrument:These devices shall be clean and free
of contamination. They shall be compatible with the join depth and width
rcluirnnient,
_ 6. CONSTRUCTION METHODS
6.1 General: fhe 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 liressurc ,eater may be deleted. The dust resulting from the sawing
shall he renioved Iron thejoint by using compressed air. (Paragraph Rev. 1,
October 18. 1989)
A tier co iliplvic 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
reheated 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
pay enx•nt surface shall be removed and discarded and shall not be used to seal
-a-4-
the�uutts
.n 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
Tile 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.
b. BASIS OF PA)':IvIl•.N'I
Payment will be made at the Contract bid item unit price bid per linear foot(L.F.) as
provided in-MEASUREMENT" for"SILICONE JOINT SEALING",which price of
shall be full compensation for 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.
PAY ITEM No. I I-7"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-IS-REPLACE EXIST CURB AND GU=R:
This item is included for the purpose and removing and replacing existing curb and gutter in transition areas as
determined by the Engineer in the field. The proposed curb and gutter will be of the same dimensions as the
existing curb and gutter to be removed. Quantities for this pay item are approximate and are given only to
establish a unit price for the work
The price bid per linear foot for "REPLACE EXIST. CURB AND GUTTER" as shown in the Proposal will he
full payment for materials including all labor,equipment, tools and incidentals necessary to complete the work.
PAY ITEM No 14-HMAC TRANSITION•
This item will consist of the furnishing and placing at varying thicknesses an HMAC surface in transition areas
- where indicated on the plans,as specified in these specifications and at other locations as may be directed by the
Engineer.
This item shall be governed by all applicable provisions of Standard Specifications Item 312.
The price bid per ton HMAC Transition as shown in the Proposal will be full payment for materials includinu :ill
= labor,equipment,tools and incidentals necessary to complete the work.
PAY ITEM No. 15-G"PIPE SUBDRAIN
No specific location for this item is designated on the plans. Subdrain shall be installed only if field condition,
indicate ground water at subgrade level after excavation and if deemed necessary by the Engineer.
z5
PAY ITEM No. 1i.-TOP SOIL:
The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth(compacted)over the
parkway area and do not include deeper than design depth behind the curb. The pay item is intended to pay f'or
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 nicet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and
may be substantially kss than the proposal quantities listed.
ZAP
(To be printed on Contractor's Letterhead)
Date:
DOE No: xxxxx
PROJECT NAME:
MAPSCO LOCATION: <XXE>
LIMITS 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
OUR COMPANY WILL < REPLACE WATER
AND/OR SEXvVER LINES - RECONSTRUCT THE STREET> ON OR
AROUND YOUR PROPERTY.
YO1WILL RECEIVE A SECOND NOTICE IN ABOUT TEN DAYS
SHORTLY BFFORE CONSTRUCTION ACTUALLY BEGINS.
IF YOU HAVE ANY QUESTIONS, PLEASE CALL
Mr. <CONTRACTOR'S SUPEI;UNTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY IN.SPFCTOR> AT <TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL.
Z7
(To be printed on Contractor's Letterhead)
a Date:
DOE No: <xxxxx>
PROJECT NAME:
MAPSCO LOCATION: <XXE>
LIMITS OF CONST.: <Alpha St. between Beta Street and Gamna L.u.>
Estimated Duration of Construction on your Strut: <XX> daws
S
4.!7
v v
'� Q��i�t�._.
V
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 W11..1,
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:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR,
Mr. <CITY INSPEC'TOR> AT <TELEPHONE NO.>
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL.
ze
VENDOR COMPLIANCE TO STATE LAW
a
'— 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 consu-uction, 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
11MUCSident brd&r m Order io 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-ot=State or
Ilunl'"ILICnt hiddcrh III under for your bid to meet specifications. The failure of out-of-State or nonresident
cunnracturs to du Su %�ill automatically disqualify that bidder. Resident bidders must check the box in Section 13.
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.
13. Our principal place of business or corporate offices are in the State of Texas.
BIDDER:
JN-By:
(Please print
1 &X,( Signature: _
d&d a f •1C I PaC -n ers
CTV I t9 Title: (S
City State Zip (Please print)
TF1IS FORNI MUST BE RETURNED WITH YOUR QUOTATION
29
.r
PERFORMANCE BOND
— THE STATE OF TEXAS §
COUNTY OF TARIZANT §
KNOW ALL MEN BY THESE PRESENTS: That we(1) Jackson Construction, Ltd.
a(2) Corporation of Texas
hereinafter calla! Principal, and(3) Independence Casualty and Surety Company
a corporation organized and existing under the laws of the State and fully authorized to transact
business in the Stalc of' I'exas, as Surety, are held and firmly bound unto the City of Fort Worth,a
Illulllc Ipal corporation or_anized and existing under the laws of the State of Texas, hereinafter called
Owner. rn the penal Burn of:
One hundred twenty five thousand seven hundred eighty and 00/100
(S 125,780.00 ___J Dollars in lawl'ul money of the United States, to be paid in Fort Worth,Tarrant
County,Texas, torr the payment of which sum well and truly be made,we hereby bind ourselves,our heirs,
executors. adnunisuators and successors,jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a
certain contract with the City of Fort Worth, the Owner, dated the day of
A.U. ,a copy of which is hereto attached and made a part hereof, for the construction of':
Sirr6n___9treet and Norris Street
D.O.E. No. 324
designated as Project No.(s) File No. K-1656 ,a copy of which contract is hereto
attached, referred to. and made a part hereof as fully and to the same extent as if copied at length herein,
such project and construction being hereinafter referred to as the"work".
NOW THFREFORE, if the Principal shall well,truly,and faithfully perform the work in
accordance %\ith the plans. specifications,and contract documents during the original term thereof.and any
extensions thcreol'which may be granted by the Owner, with or without notice to the Surety, and iflle shall
satisfy all claims and denlands incurred under such contract,and shall fully indemnify and save harmless
the Owner from all costs and damages which it may suffer by reason of failure to do so,and shall
reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any
default. then this obligation shall be void,otherwise to remain in full force and effect.
r
30
PROVIDED FURTHER,that if any legal action filed upon this bond,venue shall lie in Tarrant
County,State of Texas.
ANIS PIZOVIDFD FURTHER,that the said Surety,for value received,hereby stipulates and
agrees that no change.extension of time, alteration or addition to the terms of the contract or to the work to
be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation
- on this bond. and it does hereby waive notice of any such change,extension of time,alteration or addition
to the terms 61'the contract or to the work or to the specifications.
IN MTNESS WHEREOF, this instrument is executed in six counterparts each one of which shall
be deemed an original, this the day of A.D., V9 Zool .
Jackson Construction Ltd.
"fZ=L(4V
A Tf 1:ST B
---
5112 Sun Valley Drive
(Address) -
Font Worth, Texas 76119
(SEAL)
.5112 Sun Valley Drive
(Address)
Fort Worth., Texas 76119 Independence Casualty and Surety Company
Surety p,
.. AT til' \-� BY:
(Art y-in-fact) (5) Jack M. owley
(Surety)Secretary
NOTE: Date of Bond must not be prior to date of Contract
(SEA (1)Correct Name of Contractor
(2)A Corporation,a Partnership or an Individual,as case
Vl'it e,.ti as to Surety may be
(3)Correct name of Surety
(4) IfConu•actor is Partnership all Partners should execute
Bond
(5)A true copy of Power of Attorney shall be attached to
Bond by Attorney-in-Fact.
3t
Independence Casualty and Surety Company
HOME OFFICE:SAN DIEGO,CALIFORNIA
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:That INDEPENDENCE CASUALTY AND SURETY COMPANY,a Texas Corporation,does hereby appoint:
JACK M.CROWLEY
its true and lawful Attomey(s}in-Fad,with full power and authority,to execute,on behalf of the Company,fidelity and surety bonds,undertakings,and
other contracts of suretyship of a similar nature.
This Power of Attorney is granted and is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors
on the 23rd day of February, 1998,which said Resolution has not been amended or rescinded and of which the following is a true copy:
"RESOLVED,that the Chairman of the Board,the President,an Executive Vice President or a Senior Vice President of the Company,and each of
them,is hereby authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the
Company,fidelity and surety bonds,undertakings,or other contracts of suretyship of a similar nature;and to attach thereto the seal of the Company;
provided however,that the absence of the seal shall not affect the validity of the instrument.
FURTHER RESOLVED,that the signatures of such officers and the seal of the Company,and the signatures of any witnesses,the signatures and
seal of any notary,and the signatures of any officers certifying the validity of the Power of Attorney,may be affixed by facsimile."
IN WITNESS WHEREOF, INDEPENDENCE CASUALTY AND SURETY COMPANY has caused these presents to be signed by its duly authorized
officers this 11th day of March 1999.
INDEPENDENCE CASUALTY AND SURETY COMPANY
`rG
V
4-
STATE
STATE OF CALIFORNIA
SS. John L. annum, Executive Vice President
COUNTY OF SAN DIEGO
IN WITNESS WHEREOF,the undersigned certify that they are adults,and have witnessed the signing of this instrument by the principal or
have witnessed the principal's acknowledgment of the signature on the power of attorney,pursuant to California Probate Code§4121 and 4122.
®rFafa*ul �� Janis Theodore
CERTIFICATE:
I,John H.Craig,Assistant Secretary of INDEPENDENCE CASUALTY AND SURETY COMPANY,do hereby certify that the original POWER OF
ATTORNEY,of which the foregoing is a true copy,is still in full force and effect,and that this certificate may be signed by facsimile under the authority
of the above quoted resolution.
IN WITNESS WHEREOF,I have subscribed my name as Assistant Secretary,on this day of
_ SV1yTY�O
INDEP CE C AL TY A URETY COMPANY
Zd g �O
ICS 37 John Wdiai ,/Assists cretary
i
PAYMENT BOND
THE STATE OF TEXAS §
.. Jackson Construction, Ltd.
KNOW ALL MEN BY THESE PRESENTS: That we(1) . a(2) _
Corporation of Texas hereinafter called
Principal,and(3) Independence Casualty and Surety Company a corporation
organized and existing under the laws of the State and fully authorized to transact business in the State of Texas,as
Surety,are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing
under the laws of the Statc of Texas, hereinafter called Owner, and unto all person, firms,and corporations who
may lurnish materials, lur or perform labor upon the building or improvements hereinafter referred to in the penal
,t1,11ii1; One hundred twenty five thousand seven hundred eighty and 00/100
(S 125,780.00 1 Dollars in lawful money of the United States, to be paid in Fort Worth,Tarrant County,
"Texas, for the payment of which sum well and truly be made,we hereby bind ourselves,our heirs,executors,
�. administrators and succrssrirs. jointly and severally, firmly to these presents.
TI IF CONDI I ION OI:THIS OBLIGATION is such that Whereas, the Principal entered into a certain
nuract ��1111 the Cit) III 1-ort Worth, the Owner,dated the day of' _A.D..
P'Zoo/ , a copy of which is hereto attached and made a part thereof, for the construction of: _
Sirron Street and Norris Street
D.O.E. No. 324
designated as Project No.(s} File No. K-1656 ,a copy of which contract is hereto attached,
rcicrred to and made a hart hereof as fully and to the same extent as if copied at length herein,such project and
Cunit'uelion being hereinafter referred to as the"work".
- NOW THEREFORE, the condition of this obligation is such that, if the Principal shall promptly make
payment to all claimants as defined in Article 5160,Revised Civil Statutes of Texas,supplying labor and materials
in the prosecution of the work provided for in said Contract, then this obligation shall be null and void,otherwise it
x shall remain in full force and effect.
THIS BUND IS NIADF AND ENTERED into solely for the protection of all claimants supplying labor and
olaterial in the Prosecution ol'the work provided 1'or in said Contract,as claimants are defined in said Article 5160,
- Mid all such claimants;hall have a direct right of action under the band as provided in Article-5160 of the Revised
Civil Statutes.
PROVIDE-'D F(tlt'I'I-IfR, that if any legal action be tiled upon this bond, venue shall lie in Tarrant County,
State of Texas, that the said Surety,for value received, hereby stipulates and agrees that no change,extension of
time,alteration or addition to the terms of the contract or to the work to be performed thereunder or the
® specifications accompanying the same shall in any wise affect its obligation on this bond,and it does hereby waive
notice of any such change,extension of time,alteration or addition to the terms of the contract or to the work or to
the specifications.
3Z
PRO\-IDED H1,101-1 I:R, that no final settlement between the Owner and the Contractor sliall abridge the
right o1•any beneficiary hereunder whose claim may be unsatisfied.
IN WITNESS WHEREOF,this instrument is executed in counterparts each one of which shall be
deemed an original, this the day of A.D., ,Zoo I
Jackson Constructio, Ltd.
PRIN L(4)
A'17EST: BY. '
y (Principal i -cretary � .---_.----•---
5112 Sun Valley Drive _
(Address)
Fort Worth, Texas 76119
(SEAL)
5112Sun_ Valley Drive
_.._.._. (Address) -------
Fort Worth, Texas 76119 Independence Casualty and Surety Company
Surety
\ I f
BY: —
�� \��I (Afton Jack M. rowley
,F (Surety) Secretary l�
NOTE: Date of Bond must not be prior to date of Contract
(SEA . / (1)Correct Name of Contractor
(2) A Corporation,a Partnership or an Individual,as case
Wi ess s to Surety may be
(3)Correct name of Surety
�. (4) If Contractor is Partnership all Partners should execute
Bond
(5) A true copy of Power of Attorney shall be attached to
Bond by Attorney-in-Fact.
r..
33
Independence Casualty and Surety Company
HOME OFFICE:SAN DIEGO,CALIFORNIA
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:That INDEPENDENCE CASUALTY AND SURETY COMPANY,a Texas Corporation,does hereby appoint:
JACK M.CROWLEY
its true and lawful Attomey(s)-in-Fact,with full power and authority,to execute,on behalf of the Company,fidelity and surety bonds,undertakings,and
other contracts of suretyship of a similar nature.
This Power of Attorney is granted and is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors
on the 23rd day of February,1998,which said Resolution has not been amended or rescinded and of which the following is a true copy:
"RESOLVED,that the Chairman of the Board,the President,an Executive Vice President or a Senior Vice President of the Company,and each of
them,is hereby authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the
Company,fidelity and surety bonds,undertakings,or other contracts of suretyship of a similar nature;and to attach thereto the seal of the Company;
provided however,that the absence of the seal shall not affect the validity of the instrument.
FURTHER RESOLVED,that the signatures of such officers and the seal of the Company,and the signatures of any witnesses,the signatures and
seal of any notary,and the signatures of any officers certifying the validity of the Power of Attorney,may be affixed by facsimile."
IN WITNESS WHEREOF, INDEPENDENCE CASUALTY AND SURETY COMPANY has caused these presents to be signed by its duly authorized
officers this 11th day of March 1999.
`��Pa rr No�G INDEPENDENCE CASUALTY AND SURETY COMPANY
r a K
a �6'
STATE OF CALIFORNIA
SS. John L. annum, Executive Vice President
COUNTY OF SAN DIEGO
IN WITNESS WHEREOF,the undersigned certify that they are adults,and have witnessed the signing of this instrument by the principal or
have witnessed the principal's acknowledgment of the signature on the power of attorney,pursuant to California Probate Code§4121 and 4122.
d_
0/6rryaul / Z� Janis Theodore
CERTIFICATE:
I,John H.Craig,Assistant Secretary of INDEPENDENCE CASUALTY AND SURETY COMPANY,do hereby certify that the original POWER OF
ATTORNEY,of which the foregoing is a true copy,is still in full force and effect,and that this certificate may be signed by facsimile under the authority
of the above quoted resolution.
IN WITNESS WHEREOF,I have subscribed my name as Assistant Secretary,on this day of
Y�� G
s
x INDEP CE C AL TY A URETY COMPANY
Z r a
ICS 37 JohnWdrai ,/Assists cretary
EXPERIENCE RECORD
List of projects your organization has successfully completed:
Amount Of Contract Type of Work Date Accepted Name and Address of Owner
Aivard
ion 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:
t Date of Contract Award Type of Work Amount of Name and Address of
Bond Bond Surety
34
EQUIPMENT SCHEDULE
List of Equipment owned by Bidder that is in serviceable condition and
available for use:
r
r
Portions of work Bidder proposes to sublet in case of Award of
Contracts including amount and type:
35
CERTIFICATE OF INSURANCE
T0: CITY OF FORT WORTH Date: April 25,2001
NAME OF PROJECT: Sirron Street&Sirron Court
PROJECT NUMBER- File No. K-1656 DOE No. 3224
IS TO CERTIFY THAT: Jackson Construction Ltd, 5112 Sun Valley Dr., Ft.Worth, Tx.76119
is,at the date of this certificate,Insured by this Company with respect to The business operations hereinafter described,for
the type of insurance and accordance with provisions of the standard policies used by this Company,and further
hereinafter described. Exceptions to standard policy noted on reverse side hereof.
TYPE OF INSURANCE
Policy Effective Expires Limits of Liability
Worker's ompensatron S-F0001072700 10/01/2000 10/01/2001 500,0000/500,000/500,000
b
Comprehensive General Bodily Injury:
Liability Insurance(Public Ea Occurrence: $1,000,000
Liability) Property Damage:
46CQT0286 10/01/2000 10/01/2001 Ea Occurrence: 51,000,000
Blasting 46CQT0286 10/01/2000 10/01/2001 Ea.Occurrence: $1,000,000
Collapse of Building or
structures adjacent to Era. $1,000,000
excavations 46COT0286 10/01/2000 10/01/2001
Damage to Underground
Utilities 46CQT0286 10/01/2000 10/01/2001 Ea. Occurrence: $1,000,000
Builder's Risk
Comprehensive Bodily Injury: 1,000,000
Automobile Liability Ea. Person: $
Ea.Occurrence: S 1,000,000
Property Damage:
6UENOT0287 10/01/2000 10/01/2001 Ea,Occurrence: S 1,000,000
Bodily Injury:
Contractual Liability Ea.Occurrence: S 1,000,000
Property Damage:
46CQT0286 10/01/2000 10/01/2001 Ea. Occurrence: $1,000,000
Other 146HUOT0288 10/01/2000 10/01/2001 $10,000,000
Locations covered: As described above, Ft.Worth,Tx
Description of operations covered: As described above
The above policies either in the body thereof or by appropriate endorsement provided tht they may not be changed or
canceled by the insurer in less than five(5)days after the insured has received written notice of such change/or
cancellation.
Where applicable local laws or regulations require more thatn five(5)days actual notice of change or cancellation to be
assured,the above policies contain such special requirements,either in the body thereof or by appropriate endorsement
thereto attached.
Agency Coble-Cravens Insurance Agency, Inc. Ro rt W. P rdin
Fort Worth Agent B y L�
P.O. Box 429
Address 202 E. Border,Arlington,TX 76004-0429 itle President
i
CONTRACTOR COMPLIANCE WITH
WORKER'S COMPENSATION LAW
Pw•suant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor certifies
that it provides worker's compensation insurance coverage for all of it's employees
employed on City ol•Fort Worth Project Number
ONTRAC OR
By
('Zinc*,-, A Pah Y7VA
Titl
Date
{, STATE OF TEXAS §
COUNTY OF TARRANT §
EFORE the undersigned authority, on this day personally appeared
known to me to be the person whose name is
SUbscriled to ie fore ing ' strument, an acknowled ed to me tie/she executed the
same as the act and deed o ' , for the purposes
and consideration therein exbkessed and in the capacity therein stated.
GIVE ' DER MY HAND AND SEAL OF OFFICE this �Q day of
200/
'IQ4 t eSAvi.STON
n;r?'AGCY PUBLIC
St.ate °I T;axas
°�-2001 of y Public in and for the State of Texas
_ 3?
STANDARD FORM OF AGREEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
THIS AGREEMENT, made and entered into this 91tday of A.D.2001,by and between
Fort Worth Housing Finance Corporation, acting through City of Fort kVorth Housing Department,
thereunto duly authorized so to do, Party of the First Part, hereinafter termed DEVELOPER, and Jackson
Construction, Ltd. , party of the Second Part, hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned,
to be made and performed by the Party of the First Part(DEVELOPER),and under the conditions expressed
in the bonds bearing even date herewith,the said Party of the Second Part(CONTRACTOR), hereby agrees
with the said Party of the First Part(DEVELOPER) to commence and complete the construction of certain
improvements described as follows:
Construction of Sirron Street and Norris Street
File No. K-1656
D.O.E.No. 324
City of Fort Worth
and all extra work in connection therewith, under the terms as stated in the General Conditions of the
Agreement and at his(or their)own proper cost and expense to furnish all the materials,supplies, machinery,
equipment,tools,superintendence, labor, insurance,and other accessories and services necessary to complete
the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto,and
in accordance with the Notice to Contractors,General and Special Conditions of Agreement, Plans and other
drawings and printed or written explanatory matter thereof,and the Specifications and addenda therefore, as
prepared by. E.M.PAKTEN&ASSOCIATES.4009 Linkwood Drive,Aledo,Texas 76008
Telephone Number 817-244-0716
herein entitled the DEVELOPER'S ENGINEER, each of which has been identified by the CONTRACTOR
and the DEVELOPER'S ENGINEER, together with the CONTRACTOR'S written Proposal, the General
Conditions of the Agreement,and the Performance and Payment Bonds hereto attached: all of which are made
a part hereof and collectively evidence and constitute the entire contract.
The CONTRACTOR hereby agrees to commence work within `) days after the date written
notice and to substantially complete the same within working days after the date of the written notice to
commence work, subject to such extensions of time as are provided by the General and Special Conditions.
The DEVELOPER agrees to pay the CONTRACTOR in current funds the price or prices shown in
the proposal, which forms a part of this contract, such payments to be subject to the General and Special
Conditions of the contract.
Page 1 of 2 of Standard Form of Agreement
k R'elEC01D
COY R(C- pl
IN WITNESS WHEREOF, the parties hereto have executed thip Contract in Fort Worth, Tarrant
County, Texas, this day of ,A.D. 00 .
Owner
on ractor
By:
Title 8-C J
d2AV-0-L �
Acknowledged by: hh
cA.--
Fo ity of Fort Worth Housing Department
as wner's Representative
Approved as to form and legality
Assist nt City Attorney
ATTEST
Contract Authorization
°® Page 2 of 2 of Standard Form of Agreement
Date
CNN RIG�ORY
PART I - SPECIFICATIONS
MATERIAL SPECIFICATIONS
FOR
STREET
IMPROVEMENTS
SIRRON STREET AND NORRIS STREET
MATERIAL SPECIFICATIONS: This contract and project are governed by
the two following published specifications, except as modified by the
Special Provisions.
STANDARD SPECIFICATIONS FOR STREET AND STORM
DRAIN CONSTRUCTION, CITY OF FORT WORTH
STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION, NORTH CENTRAL TEXAS COUNCIL
OF GOVERMENT
A copy of either of these specifications may be purchased at the Office of
Transportation and Public Works, 1000 Throckmorton Street, Municipal
Building, City of Fort Worth, Texas. The applicable published specification
in either of these two documents may be followed, at the discretion of the
Contractor.
40