HomeMy WebLinkAboutContract 27899i
�I ,
� ' � '• � � �i �'. .' i � �'� � I�.�
,
�
spEcz�rc�Traxs
nrr�
CONTRI�CT bOCUt�fENmS
POi2
CONSTRL�'CTION pF
E A 5 T C R E S T C Q II R T
YN T� CrTY aF ��RT WORTH, TEX1�.S
FrT,E NO . �j � � � ��
�. o. �. . N o. �'� � � -
KENNE'I'H L. BARR
?�{A"Y 0 R
FTIIGO A. MAI,ANGA, FE — DTRLCTOit
DEPARTNENT QF TFtANSPORTATiON 7tND PIIBT,�C HORRS
GARY JACKSON
CITY MANAGER
DALE A. FfSSELER, P.E.
D1F�ECTOR, WAi'ER D�PARiMEN7 . ,Lti1uZt
�. 1 l
�
1'OTt'F' HORTfi �lOIISrNG PYN1LN'CE CORPORATiDN '��a��'�F. rF'�tlr
��ff r �� 9�s�1�
DEVL"?LOP�R �� �r •.NH�f. ��'
r E. M ....».». �...
�..,.,.......... PART�N
MYM4h����a•
�r -� 1.7236 . ��.�
_ r�l�o� 5.�:��
., . �� � � -�,,���
`� �, � . �
cxvx�, �r�����,r� s���xc� co��rr�
. �rr�r,�rrtuc��w�Y�oWm:m.�rs►� ..r�r� .
zht rxx�rN u �rso�jl 4,'�.�a� �{��
� � r��
u.�ur+a rs.00a.�ss; _,
+C07 LL�Y,.Lod D�I .r . �� �'u �• • I i
�,4ay Y�„ ?C0.�1 il
��' � . Z �o �, � f F� nxRl ��4J� � _
conYi�r�A�Y ����r� ��i� �
�
n
,�A��.4�, r��,
�t��°`��F�s
o.
.... � ......................:2.....
E. �M.` PARTEN
��9 2274 � f r..
,a �,
� 1 tiF�. & B� p r'''
a�'° stiRv�.'�°�
TABLE 4F CONTENTS
TABLE OF CQ?�lTENTS
I�r��2
1.
�.
3.
4.
5.
b.
�
S.
9.
1 D.
1 1.
12.
13.
14.
Natice to Bi�d�rs
Special Insn-uctions to Bidders
Proposai
Vendor Campli�nce to State Law
Minority arid Women Business Enterprises Specifications
Speeial Provisions
Permits/Easem�i�ts
Certi�cate of Ic�surai�ce
Contractor Coillpliaizce With Worker's Compensation Law
Equipment Sc1ledLile
Experiei�ce Record �
Performanc� Bond
Payment Bonc�
Cqntrack
�
NOTTCE TO BIDDERS
Sealed proposals for th� following:
FOR: CONSTRIICT70N OF E A S��T C R E S T
_,
�i:.:l��� s�....,
FILE �1'O o �`�' 1 � ���
DOE #: � � � �
C 0 II R T
Ac�ciressed ca Mr. Bob 7'errrll. Ciry Manager af the City af �ort Worth, Texas wiil be received ut Ehe Furchasing
Office unti] 1:30 AM, and thon publicly opened �nd read �loud at 2:40 PM in the
C.'ouncil Chambers.•�Flans, Sptciticatians and Contract Documents for this project may be obtained at the Office
ni' the Qepar[ment of �ngineering, Municipa� Off�ice Building, 1000 Throckmorton Street, Fort Worth, Texas.
Qnc set of documents will be provided to grosgective bidders Por a deposit of $2�.0(}; such deposit will be
refunded if the document is i-e�urned in �ood condition within (10} days after bids are openecl. Additional sets
may be purchased an a nnn��efundable 6asis for twenty dvllars ($20.�Q) per set. lficse documents contain
additionad information for pros}�ective b�dders,
i3id security is t°equired in a��n�-ti�nC� with th� 5pe�inl lnstruction to BidderS.
TE�e City reser+�rs the right <<i rrje�t any and/or aq bids �itd waive any ��dlor all irreguiarities. Nu bid may be
withdrawn un�il the expirAtinn ul� i'orry-nine (49) days fi•om the datc. the M1WBE UTILIZATION FORM,
PRIME CONT[tACTOR irl'AI VER FORM and/ar the GOOD FAITH EFFORT �'ORM ("Dacumentatian"} as
appropriate is �•eccived by the City. The gward of contract, if made, will be within forty-nine (49) days after this
documentation is received, bnt in no case wili khe awar� he made until the respvnsibility of the bicider to whom
ii is proposed ta award the conh•actiias becn verifed.
Biciders are responsible for ��htaining all A�denda to the contract documents and acknowledging receipt oi the
Addei�da by iiliiiafin� rhe A�7�ropriatc spaces on the PROI'OSAL form. Bids that do not acltnowfedge receipt aF
all Addenda m�y be rejecte<< as b�ing nanresponsiva. Information regarding the st�tus af Addencia msy be
ob[ained by c��ntacti�7�� the I)r��ar�ment oFEngi��eerin� at 817-871-7910. �� ,
�� b �,�, �'r 1 � �
in accord with City of Fort W ortfti Ordinance No. 11923, as am�nded,�the Cit�y of Fork Worth has goals for the'
participation of minority 6usiness enterprises artd �vomen business enterprisas in City cor►tract. A copy af [he
DE�dinance can be obtained fi•om the Office af the Gity Secretary, In addition, the bidder shali su6mit the
MBE/WBE UTILIZATION FORM, PRiME CONTRACTOR ViiAIVER FORM and/or the GOOD FATTH
EF�'ORT FQRM {"Document�tion") as appropriate. The document�tian must he received no later than 5;00
PM, f�ve (5) Ciiy b�si�iess days �i{'ter the bid opening date. The bicider shall obt�in � receipt fi•am the appro�riate
einAlovee of Ihe: mana��in�ds��u•rm�nr rn w1,���avFt•�l/ �Uca��t�ad�--���i-r�c$i�t-s�a-ld-�e-ev-iden��t-�at-t��
doeumentation 4vas receivr{i by the City, Failure ro cnmply shal] render the bid nonresportsive. I�or addition�l
intorn�ation, c��niact Jim D��.ter ,zt (lil7} 871-7$03.
[30B ']�ERfZE L L
CITY MANAGER
A�,o.S, M�C�, .
G1,�RIA PEARSON .
C1TY SECRETARY
�'i!�•��4�,��U��,t��.. , t},o.�.��4�'�,�
���z� $?s-- 790�
,�dvertisi�zg lla[es:
SPECIAL
INS"FRUC"i'ION TO BJDDERS
� SECURITY; C:�isltier's check or an acceptable bidder's boud payable to the Ci� ' rt Wot•tl�,
m an anlo ot less than five (5%} per cent oi khe total of the hid subnzi ust �lccompaily t11e
bid, and is sub.ject to �'n tha event the sElccessfui bidder Fail ecute tl�e contr�ct documents
within ten (l0) days attei the con. s beez� awarde
To be an acceptable surety Qi� th ,{]) tlie name o shall be iilcluded oi� the ciu•rent
U.S, Treasury, or (2) t ety must have capital and sui-�lus equa ' Zes tlze limit of the bond.'
Tl�e s�u-etv e litensed to do business in the state of Texas, The amoiu�t o d sha�l nos I
amaunt shown on the treasury list or one-tentl� {1l10) the total capita] and su��
2. 1'Al'MENT BOn'�7 .Ai�n �'ER�'ORMANC� BOND: The successfi�l bidder �nte��in�; inta a contract
%r the work will be required to gi�+e the City surery in a sum equal to the arnount of t��c contract
awarded. In this connection, the successful bidder sIzall be �-equia�ed to fu����ish a performance l�ond as
��ell �is p�yinenE band, botli in a s�im equal to the amount of tl�e contract awarded. Th� Form of� t'lte
6ond shall Y�e as herein provided and the ssuety sl�all be acceptable ro the City. All boncfs fiirnisl�ed
lzereEinder shall meet t13e requiremenfis af Article 5160 of the Revzsed Civil Statutes of'T'exas, as
amended. '
order for a surety to be acceptable to the City, (1} the naine of the surery shall be i��cluded on l
cur�•e U.S, Treasury Lis[ of Acce�table Sureties {Gircuta�- $70), or (2) the surety musr lla�e pital
and sui�lu ual to �e:n tin3es the amount of ti�e Uond. The st�rety must be licensed Co usi�iess ii-�
the State of Te T[ie ail�ount of tlie bor�d shali ilot exceed the amount sha�n� o e Treas�u-y list or
ane-tenth (i/10) of t �otal capital and sui�aius. If reinsLua�lCe is required, th ompany writin� ti�e
reins�u-ance must Ue autho � ed, accredited or n���steed to do business in as.
Na sureties will be acce}�ted by tlie ' wI1ic1� are at �l�e time ' efault or delinquent� c��l any honds or
whicl� are interesled in any litigatioil aga� the Ciry. Sl d�ny surety oi� Yhe enntr�cl be de#e�-�1�ined
ui�zsatisfactoiy at �ny �ime by the City, natice w b� ven to the contractor to thai effe•rt and the
co«h�actor sl�all i�r�:77eciiatel� �iovide a ne�v su � sa ' acto�y to tl�e City.
If t11e cnntract amoustt is in excess o 5,000 a Payment Bon Il b� exect�ted, in the ax�-�ount of the
contr�ct, solely for fhe: F�roiecti of all clai�7�ants su�}�lying 6abor ai7 �ateri�lls in the �rosec��tion of
tite wnrk.
If the contraet a uirt is in excess of $100,000, a Performan�e Bond shall be execu in die an�otiitt
of the con conditioned on the iaitl�ful perforrnance of r11e work in aceordance wiil� th ans,
s�ecif ions, az�d contract documents. Said bor�d s11a11 solely be for tl�e protection of the City fart
3, LIOUIDATED 1},4i1�IAG�S: The Cautractar's attention •is called to Part 1, Item 8, ��3•agrapli 8.G, oi'
the "General 1'rovisio�is" of tlie Standard Specifieations for ConshucFion of the City of �ort Wordi,
TA.r��, rauc��a-i-����i+���-ic�a-ted-daiaa�g�s-�ar--]��an�al�ti�a1 ��ojecr�.
AMT3IGUTTY: l�z c�se of anibiguity .or lack of clearness in stating pri�es in t3ie propos�l, t17e CiTy
reseives tl�e right ro ado�t the n�ost advant�geous consh�t�ctio� tliereaf to the City or to eeject tlie
proposal.
S. EMPLOYNiEN'1`: All vidders will �e required to coi�lply r�vith City Ordu�aa�ce No. 727$ as atnencted
by City Ordinancc No. 7400 (Fo��t Wort11 City Cade Section ]3-A-21 through ]3-a-?9) �rohii�itin�;
discriminatian in �m�lnvn�ent practices.
b. WAGE RATES: All Uidders will �e raquiied m comgly with provision 5159a af "Vernons Annotated
Civil Stat�ltes" of Ll�e State of Texas with respect to the payment of pzevaiIi.n� wage rai�s as establis[�ed
by tt�e City of Forf WorCl�, Texas and set fnrth in �onh•act Docunients for filxis project,
�
7. I'INANCIAL S'T'.�'I'�:ilV1ENT: A cus•renC certified financ:ial statement may 6e require�l by t11e
Depa�•tment af En�ineei7il� if required For tise by the C1TY OF I'bRT WORTH in derc:rmining the
successful bicider. �1'l�is statenleilt, if required, is to be prepared by an i�ldependent Pui�lic Accoun�ai�t
holdi�zg a valid pemiil issued by a�a appropriate 5tate Licensing Ageilcy,
��
8. INSURANCE: i ,�ie Coneractor mttst �
provide, alon� wit1� exec�.ited conh�act docunzents and appropriate bonds, proof of iizsu�-ance for
Worker's Compens�tian a��d Connpzehen.sive Gez-�eral Liability (Bodi�y Injiuy-$2SO,OQ4 eacl� person,
$500,004 eacl� occurrence; Property Dan�age -$300,OQa eacl� occurrence). The City r�serves the right
ko request any o#her insw'a�1ce coverages as �nay l�e required by eacl� individual projccl.
NONR�SIDENT BIDDrRS: Pursuailt to Article 6DIg, Texas Itevised Civil Statutes, the {'ity of �'ort
Wnrth �vifl not arvard t•his �anh�act to a non resic€ent biddee unless lhe iin�iresideut'� bid is I��wer than tl�c
iawest bid� subniitted b� a responsible Texas resident bidder by the same ainouiit that a Te��is resident
biddei• wauld be requi:�ed lo uncierbid a.i�onresicient biddar to obtai�k a com�arable co�iti•�et in the st�te i�y
wl�icl� the i�ozu-esidenc's �rincipal place of business is located.
"Nonresident bidder" means a bidder whase �rincipal place of busincss is not in this
staie, �ut excludes a contr�actor whose ultiinate parent coinpany or m��jaiity owner
has irs princi�al place of business in tlzis state.
'`7'e�xas residenc bidder" n�eans a bidder wl7ose }arincipal place of �aus3uess is in tl7is
stui�, and inc3udes a contractar whose ultin�afe pa�'ent cornpany or rnatjority o�mer
htts its principal plac� af busu�ess ui Yhis state,
Tliis provisioi� does not ap�ly if this contract invol�es federa] fiinds.
The appro�riate blanlcs of tlie Proposal must be filied out b}+ aIl non resident bidders in order for its bid ta
meet specifications. The failtu�e of a nnm�esident cont�actor to da so wilI automatically disc�ualify �iat
bidder.
YIVORTTY ANTI \wOMEN BUSI]VESS ENTERPR�S£S: In accord with Gity af Fi�rt Wort[�
Or ' iiee No. I I923, as flmended, the GiYy ofFort V,�ortl� has �aals foz� tl�e Participatin�t of z�arity
busiat�;ss ezpriscs aiicl women busii�ess encerprises in City conYracts. A copy oPtlie uia�lce c�iEi
be obtained fr thc. nifce of the Giry Sec��etary. Tii �ddition, the bidder shall su it che MBE/WT3�
UTILTZATION FC , PRLME GONTRf1CT0[Z WAIVER FQRM �z3d/or G04D FAITH
�FFORT FOR11�T ("Doc�. entatioi�") as ap�ro�riate. Tkle Docuinent ' i�nast be rec�ived uo �acer
than 5:00 p.m., five (5) City bu ' ess days aftez� the bid opening d . The bidder sh�ll obtain �t receipt
from the appropriate einployee af tl� anaging ctepartmeizt hom delivery was made. Such receipt
shall be evidence that the Dacuinentation received �e Ciiy. Failure to eomply shall render �he
�3.C� l�tl Y�.i�:.'"f:31\":;.
Upon zec�uest, Coi�trnctor agr to pro�ide to ow��er �oniplete and ac te iilfornlatiUn regardii�g
actual work perfqrnied b anax�ity Business Ente�pi-ise (WBE) on d�e contx and pay��ent therefore.
Coiltractor fui�ther � ees to pennit an ai�dit and/or �xamina#ion af any books, rec s Qr �les in its
posses�ion tha �ill stiibstantiate the acrital work perfonned by an MBE and/csr WBE.
misrepre � ation of facts (other tlian a ne�li;ent anisre��esentation) and/or the comillission •aiid
by t ontractor will be b ounds for ternlination of the contaact andlor initiation actio�t unfler
appropriate feder�l, st��te or loca[ laws or ordinances relating to false statement; fiuther, airy stEcF�
i�lisrepresentation {ather than a negligent n�isrepresentation) and/or cornrnission of fiaud wiIl result in
tlie Cnntractoz� b�in�� clGtermined tn be irresponsible and barred fi-am particip�ation iz� City work for �
periad nf time of nac less tha�i tluee (3) years.
1 l. AWARI� OF COI�TTRACT: Cont�act will'be awarcled to the ]nwest respoiisiv� bidder.��Th ity
�re"ser s tl�e rig]�t re.j�ct a y and/or a bids and w�ive ai�y ai at all i guia'riYies No id tna �1
w� drawn unt' the expir iai� of for -nine (49) ays froir� e date t MIW13E C ATI /
RM, P[� I E C'(.) N' ' A C T O R A I V� R F a n d l t h e G F A I T H F R`: E' F C �� f
�{"Docum tation") �pprapr' e is receive Y. the '. T�e a�vard of conn•1ct, if »cide, will be �
witnin torty-nine [�� days aftei tTiis documentation is received, but in na case �il] the award be made
until tlie respnnsibi lity of ttle bidder to who� it 'rs proposed to award the cont�-act has l�een verifiecl,
12. PAYi1+IENT: The Gonhactor will receive full payment (ininus 5%retai�age) �,� -_- _�� `for all
work %r each pay �eriod. Payn7ent of the reuiaining an�.ount sliall be made witl�► fhe fi�ial payment,
ai�d upon acceptance of tlie p�oject.
13. ADDT�1\TDA: Bic�clers are responsible for obta�nin� a11 addenda to the contract docuitlents prior ta tlie
bid :•eceipt time and acl:n��vleci�ing tliem at the time afbid receipt. Inform�tinil regarc[in� the stattis
of addenda may Ue ob[aiued by contactint� Che Deparrment of Engineering Co�istructiat� Division �t
($]7} 871-79I0, I�icls that so not acknawledge all �pplicab3e acideilda inay be rejeeted as i�on-
resuonsive.
14. CONTRACTOIZ COMPT�TANCE WITH WOI�K�R'S COM�'ENSATION LA4�':
A, Workers Gon�pensation Insurance Coverage
a. Definitipi�s:
C:ertain ul�cc�vera�e {"certificate"). A co}�y oi a certificate ofinsurance, a certii'icate of
authority to sel;f=instiue issued by the cairimission, or a covez�age a�z-eemeiit (TWCC-81,
TWCG-82, TWCC-83, ai TWC�-$�), showing statutoz'y worker's conlpens�tian uisuranc�
conerag� for tlae persoi7's or encity's ein}�lnyees pioviding services on a project, far the
duration af Ylie projeet.
Duration nf tl�e projec#-includes the tinle fron� tIie beginnin.� of the work on il�� project until
the contractor's/persan's work oii #l1e project has been completed and aceepte�i by the
�overm7��ntal ei�city. �
Perso�s pruvic{ing set•vices on the project ("s�ibcontracto�" in �406.09G)-includes all persn�ts
or encities pe:-iom�ing al] or paz't of tlie serviees the contraetor lias iu-►dertaken lo pe�forn� on
the projeet, re�a�•dle5s of whether that person cont�•acted directly with the conrractor and
reaardles5 of whether that person has en�ployees. This ii�c2udes, witl�out lir�i[��tion,
u�dependent coa�tractors, subcontractors, leasing coinpanies, motor carriers, o�vner-operators,
P,�,ri.,���` �. f��� P�+;ft,�7--"�pn�Ia}��s� �f 2rs�� r�t3�l�is�-f-��-��is��-�c.��o-r�s-to-p�o-�ciu
services on tl�e pzaject. "Seivices" include, without linutation, pzovidizzg, ]��iEli3ig, or
delivering ec�uipnzent or mateziaJs, or pro�iding ]abor, transportatioi�, or toner seivices rel�ted
to a pzoject. "Services" daes not include activities u�arelated to tlse }�roject, sticl7 as
foodfbe��era�� �N�adors, affice sup}�ly deliveries, and deli�ery of portable toil�rs.
b. �'l�e :�����i:-ac�or shall pro«icled cc�verage, l�asecl on �roper reportin� of classi-fic�tiot� codes
a��d payrol] �in�ounts and fiEin� o��any coverage agreernents, whicl� meets t�l�e st�t��toi•y
ret�iiirii���nis af"I'exas Labor C:ode, 5ectio�i =4U1.U11 (��4) o�• all ei�ipl�yc��5 ul'tlir
concracror providing services on the project, for the du3•ation of ihe projecr.
e. The Gantr�ctor i�ust provid� a certificate of covera�e co the bavernme��t.z! entity priar to
bein�=. a���ai-dec� the cont�•�ct.
d. If the �overage period shown on the cantractor's cuirent certificate of coverage ends
duriiig the d�.uation of t�e pzoject, the contra�toz must, prior to tlie end of tlie coverage
period, #�il� a new cex-tificate af caverage with the gavernmental entity showing tl�at
coveE•abe has been extended.
e. The conrractor shall oUtnin fronl each person providiug se���ices on a praj�ct, and prau•ide
to ch� �avernmental entity:
(1) a C�s�titicate of coverage, prior to EUat person be�;inniz�g work an the project, so tli�
��ov�a-nmentai entity will have on iiie cet•tificates of caverage showing coverage for
, t�ll pErsons �roviding services ou ll�e project; af�d
�
(2) i�Q later than seven days after reeeipt by the cont�actor, a new certititate of coverage
showing extension of coverage, if the cavera�e period shown on the current
certifi�ate af cove�•age ends during the du�ation af the praject.
f. TJ�e cantract�r shall retau� al] required certiiicates of cover�ge far tl7e dur�ation of the
pr�ject asid fo�• one ye�r thereaffer
g. Th� rc�:�Rrlecor slial] zlotify flae goveG��unei�tal entity in writi��� by ee�-tific;�l m�il oi-
persosial deliveiy, witliiii ten (10) days aiter t�ie ec�ntractor knew or slloultl have la�o��+n,
of any ch�enge that materially affects th� �roviszan of caverage of a�y p�rson pzoviding
ser�iees on the projeet.
h. The coilhactnr shall post nn eaeh project site a notice, in the text, fonn �ric� aia�znei•
prescribed by tile Texas Worker's Cornpensation Co�7unissian, in%iz�nin� all persons
praviding se�vices on the project that tl�►ey are relluired to be covered, and statin� how a
person n�ay �erify cavez-a�e �i�d a•e�ark lack of cove�age.
The ci�nl�actoR• sl�all �onn•acivally renuire each peY•san with wl�o»� it contracts ta �rovide
sei'vices aii a projeCt, to:
(I) pravi�le coverage, based onpzopez ��epozking on classification codes andpayz-o11
ainonnts and filuzg af any coverage agreements, which meets the statutory
requirer�e3lts of'I'exas laboz� Code, Sectian 401.OI I(44) for all of its employees
��roviding services on tl�e project, for d�e duration oFthe p�•ajeci;
(2} provide to the cox�teactor, prior io tinat person beginnin� work on the project, a
v✓��ifianS� af eever•���a:�wi��a kat c4�e�s-b�'ra� �ovi�ad-#or�-a�n3p�o-y�sref� —
tlle pes•son providin� services on d�e project, f4E- the duration ofthe ����oject;
(3) pro�ide flte cont�•actor, priar ta the er►d of the cov�rage pei•iod, a new certificate o1'
cavea•age showi�g extension of co�erage, if the coverage period shown on �17e
cuirent certificate of coverage ends during tlxe duration of the pxoject;
(4) obtain from each otIter persoal wit11 whom it contracts, and pravide to the contractor:
0
(a) a certificate of coverage, prior ta �lie othez person beginnin�; ���nrk on the
project; and
(b) a new certificate of coverage sl�awin� extei�sion of coverage, prior to tkie �nd
of the coverage period, if t11e cover�ge period si�aw�i on the c�urrenf certii'ic:z�te
of cavera�e enc�s d�irin� ll�e duration af the prDject;
(5) retaiii all required ce�-tiiicates ofcovea�age ail file far the dtEr�tion ot' �17e �roject and
Fc�r o�ie yea�- thereafter.
(6) notify tl�.e gavernmental ent�ty in wiring by certif'ied maiI or person�! delivery,
withiiz ten {10) days after the person lmew or should have known, oI'any cl�ange that
materially aifects the pro^vision of cnvexage of any person providing seiv�ces on the
}�roject; and
(7) contracnially require each person with whorn it contracts, k0 ]J�I�OI'lll �15 ]'�C]Li1C�CI b�
para`�r�phs (1) -(7), witli the ce��tifcates of co�er�ge to be �rovide�] �o tE1e persn�� inr
�a�llot7� tl�ey are pro�iding ser�ices.
By signing this contract or providi�g ar causing to be pzavided a certiiicate of coveras�e,
th�e cuncr�ctor is represenfing to the governmental enfity tliat all employees of the
contracto�• who will provide services on the project wili be co�ered by warker's
con�pens�tion aoverage fox the duratioi� of ti�e praject, that tlie caverage �vi�l be based on
pro�er re�arting af classification codes and payroll an�nunts, ttnd that all co�erage
agreetnents will be filed wi�1i the appropriate insurance carrier or, in tl�e rase of a seli'
EllSlil't'.CI. 4�4'Ifll i�ll' Cfl1111'I115S1O11's Division of Self Insui•ance Regulation. 1'�•uvidi�it! t��lsr �r
misleadin�,inform�tion niay suhject the contractor Co aclmi�lisi�'ative, crini'snal, civil
penultirs c)s- OtL�ee Civil aCCipn5.
k. Tl�e contraetar's failure to co�uply with any of these pz�ovisioz�s is a breacl► ofcontrace hy
tlie cc>nl'ractoz does not ren�edy tl�e breacl� within ie� days af�er receipt of notiee of
b�:eacl� frani the govez�nea�taI entity.
B. The connactor sl�all post a notice on each project si#e informin� all persons providing services on the
p��oject that they �re rec�tiired ko be covered, and statnlg how a persan rnay verify�current co�erage and
z•eport iailure io pra�lide cavera�e. This notice does nat satisfy oflier posting �•�quiramcnts irnposec� by
the Texas Worker's Coizlpeiisation Act or otlier Texas Worlcer'S C0177�7E115c�Lldf1 COF1ll1lSSS1Q1] I'L1jCS.
T17is notice must bi �r inted with a title ii1 at least 30 poir�t Uold ty�ae aGad text in at least l9 painr norm�i
type, and sl�all be i�z bpth Englisl� aud Spai�ish and any other language comman tn the �ti�orker �
populatian. The sext for tlie notices shall be the follawu�g text, without any additiona] words or
changes:
"I2EQUIRED WORKER'S COMPENSATION COVERAG�"
'7`hP la�u r�.r•��_,c_,�;jj�ry� r�.a���g��rn,•lr;r,� nn tj�ic cit� a n�e�n�ririii� cPrvir.Pc rPl�t,eri tri i�hic rnncrrairtinn
�roject must be covered by worlcer" �oinpensation irtsurance. `I'l�is ineludes persoixs pravidin�, l3at�ling
or c�eliverin� equi��m�irt ur ta�aterials, or �aro�idi�� labor or [�ansportation or other ser��i�e relared to rh�
p��qject, regardl�ss af Il�e iclentiYJ� of rl��ir employer ar star�is as ai� em}aloyee".
Call Yire Texas u���rker's Com}��ns�tio�1 Cai��n�issia�� at �12-440-37$9 to recei�fe infvri�i��tioi� on tl�c
1e�a1 �equirenaent f'or covc;rage, to verify rvl�etl�er your en�ployer ]�as provided tl�e req�tired coverage,
or to report an employei's fallure to provide coverage",
15. NON DISCRIM�\.47'ION: The conhactor �hall not discrimu►ate agai�ist any pei'son or �ersons
because of sex, race, retigiou, color, or natianal arigin and shal] co�nply with the pra�isioi�s o#� Cicy
Qrdina�lce 7278, as anlended by City Ordinance 7400 (Fort Worth City Code Sections I 3A-2 l througli
13A-29), prohibiting discriminatioil u1 ernployment pz�actices.
16. AGE DTSCR.IMTNATION: In accordance'with the policy ("Policy"} af the ExecutiWe Branch of the
federal governmei�t, couta�actor co�eaiants that neither it nar any of its officers, members, agetits, or
en�playees, will en�a�e in perfon��ing this coi�ri°act, shall, in con��ection with the employment,
advancement or tlischarge of en�pioyees or in cotu�ection wiil� the terms, candiCions or �ariv�leges of
tl�eiz empjoyinen[, clis�riniinate against person beeause oP their age except on tlle basis irf � buna iide •
occupational c�Lia]ii�c�Cio��, reiirementpian or statutory requirerneizC.
Conh•actor fur�h�r co��enailts that neither it rlor its offace�-s, xnen�bers, agents, or employees, or person
acting o�� their bel�alf. sl�all specify, iu saiicitatio��s or advei�isements for employees to work on this
Contract, a maximum �ge Iimit for sLich enzpIoymei�t unless the specified maximL�n� a,�e limit is based
uJ�on a bona �de occupaEional qualification, retuemen# plan ar statutory requii-emeirt.
Conttactor warrants it wi]! fi�lly comply with tl�e Policy ai�d will defend, ii�dezzuiify nr�ci hoid City
17at7nless aganist aity asld atl claims or allegatians asserted by tl�u•d parties against CiEy �rising out o1'
Contractor's allegcd failure ta coniply with the abo�e referenced Palicy concerning ay�� discrinunacic�n
u1 the perfonnance of this Contract.
17. DISCRTMINATTON DU� TO DTSABTLYTY: I�z accordaz�ce witii tlie provisions af rhe Ameiicans
uvith Disabilities ,�ct af 1990 ("ADA"), Cor�txactor warrants that it wili not unlawfully discriminate on
the basis af disabiliry in the pro�ision of s�zvices to the general pu6lic, nor in the availabiIity, terms
and/or conditions of employnaent for applicants for employment with, or current empinyees af
Co�#ractor, Contracto�- wai-�anis zt will Fuily cainply with ADA's provisions aizd any other applicable
federal state and lQcal laws cancerning flisability and will defea�d indernnif�+ ai�d hnld City hannless
against any clain�s ar alle�ations asserted by illird parfies a�aans# City arisiiig out of C'csnG•actor's
alleged faaEuz�e to camply with the abo�e-refere»ced laws cancerning disabiliry discrin��it�ation in the
perforn�ai�ce nf this �.oi7tract.
Revised March 15, 199G
�
CTTY OF FORT WORTH
HIGHWAY CUNS'f[tUCTfON
PREVAILINC� WAG� RA`I'� FOR 2000
GLASSIFICATION
Asphalt Raker
Asphalt Shoveler
Batching Planf Weigher
Carp�nf�r (Rough)
Concrete Finisher-Paving
Goncret� Finisher Helper (Paving)
Ccsncrete Finisher-Structures
�lagger „
F'arm �uilder-Str�Fctures
Fo�m Setter-Paving & Curbs
Forrr� Setter-Str�Etures
Laborer-Common
Laborer-LJtility
Mechanic
S�rv�cer
Pipe Layer
Pipe l..ayer Helper
Asphalt Distrit�utar t�perator
Asphalt Paving Machine Operator
Concrete Paving Saw
Crane, Clamsheii, 8�ckhoe, D�rrick, Dragline, Shovel (< 1 1/2 CYj
Crane, Clamshelf, Backhoe, Derrick, Dragline, Shovel (> 1 1I2 CY)
Front End Loader (2 112 CY & less)
Front End �oader (aver 2 1/2 CY}
Milling Mac�tine Operator
Mixer
Motor Grader OPerator (Fine Grade)
Motor Grader Operatar
Pavemer�t Markin� M�chine
RQller, Sfeei Whael Plant-Mix Paverr�enfs
Rol�er� 5teei Wheel Other Flatwheel or 7amping
RollEr, Pneumatic, Seff-Propelled Scraper
Traveling Mixer
Reinforcing 5teel Setier �Pa�ing)
Truck Driver-5ingle Axle (Ligh#}
Trt��k I7rivPr-Tanrlam Axla Sami-TrailPr
Truck Dri�er-LowboylFloat
Truck Driver-Transit Mix
7ruck Dri�er-Winch
HOURLY RATE
$10.32
�9.75
$9.65
$� 3.84
$10.16
$9.T0
$13.�l4
$7.D0
$13.44
$10.25
$9.7�
$7.fi4
$8.64
$13.25
$10.1�
$7.35
$6.75
$� t,45
$91.09
$90.53
$� 0.00
$11.52
$9.94
�9.32
$8.00
$1 �.00
$12.3�
$13.75
$1°1.00
$9.88
$12,12
$8.42
$� 0.00
$9.75
$$.QQ
�1{] 7�
$10,54
$T0.63
$9,80
�RopasA�
Tfl: Mr. Gary �. Jack�on
City Manag�r
Fart Wor�h, T�xas
FO�: CONSTR�CTIO� OF E A 5 T C R E S T C p II� T �
PR4�ECT N0. ' :
FILE N0. ������,
DOE # : �� ��
PtErsuaiu �o �he forc�oiRg "houcz to Bidders", the uncters�gned lias lhoroughly txamincd the plans,
specilica[ions and the si�e, undrrsrands �lae amo�Ent of work t4 be done, And I�zreby proposes to du af! thr work
and furnisli all labor, equip�t�cu�, and materials �ecessary tc� complolc all tt�e �vork as provided in [hc p]an5 und
specit'ica�ions, and su�j�ci �u ihr inspection and approvAl of Ibe Departmcnt af Enginocring birre:tor af cl►e City
of For� Wordi,
Upon aceepEance of ihis propnsal by il�e Cily Council, tiie biddcr is bound to exacntc a contract �t►d furnish
Perfoi-mance and Paymeiu [�tm�! �+pproved by the eity o1'Fart Worth for performing and complt�ing said work
��•i�l�in �hr tin�c s�a�eci a�ul ���� il,� foliowinb sunls, to-tivit:
SPEC PAY APPROX. DESCRIPTYON 0�' ITEMS WxmH �TD i7t3IT TOTAL
ITEM ITEM Q[IANTTTY PRIC�S WRYTTEN �N 'W4RD8 PRYCE AMT. BTD
S. P. 1. L5 .'�' UTIL�'TY ADJUSTMENT �Cg. ,�l�7�
�O�(���� �/�}71(���%Do 11 a r s &
�(!�j Cents Per LS . * ) �¢000. 00 $�4000 . 00
S, P. 2. 2 EA ����Td E$�GNATxO�l STGNS
� /�f ollars &
��� Cents Per EA. $300.00 $6Q0.00
� 104 3. 5Q LF. R�I�OV ' EXYST.7"CUTtB&18"GUTTEFt �
I Dollars & /� �,�" �Q� �r-
`(�!�'j Cent,s per iF, $ � ` $ •
-` .
` '�104 9. 2aQ 5F. REMOV� EXZST,CONCRE�`E SIDEWALK
`�5.4'. 5.
1Q6
'��11� 6.
9r3 cY.
/�-�-� Dollars & .Qa
j(%ll Cen�s Per SF. $ �•
UPd ASSrFTED STREET E7CCAVATION �i
�j�_% , Dollars & /� t�.
� �� Cents F�r C'Y. $ 'E��
BO R W
J�� bo�7�ars & ��%
Cents Per CY. $ `
�� �� ,
$ '
l30� �
$ ��
�
100 CY.
'Yc �t--' 1-.�/�.T� � i31.. . t a' G e, I rs }.E 7 C� �. SE,P-.�.`� S`j''.
�
��• � .
���
(���,�
��
�"z�� o
�210
7 . � � � 4 Tons�yME �/����/� .
���9/����.� .D o 1]. a r s & QQ
� �iCents Per Ton $ /f � �
�7`�D SY. 8" ME STABxL���D SC7BGRADE
3 ��js��' ��� Do].lars & 0
_Cents Per SY. $ �,��'
I9�`jCJ, SY. ('p�� � N(„A.�-,, PAVEMENT
�f�` f��� DoJ.lars & �
��(/� Cen�s Per SY. $ /�,'��-
� 5, LF. �,��� REINFORC�D CONCR�T� PrPE C�,�'
�%�%�•��,�� D o 1�, a r s & �.
Cents Per SF. � ��� �
�
9.
1f'�.�.:�.(} ! 0 .
''�£,��,� 2 2 .
�� O
��P ,
504
S.�.
312
� �A• �1`0' RECESSEb CURB II�LET
i"f��/r��-�`r� Dollars &
.. • �l3 --- --Cen�s
� �i ��� �� .
�P f �4 / J �� �I
i
�� �t���
$ �
� � 3� �, `'i°'
/
$��'� ���D�.��i
� �
� �
� 2 . ��' C Y .
i3.
14.
15
5.p. 16.
S.P, 17.
ll6
18.
140 I9
U �LASSiFIEb TRENCH �xCAVATIQN s�
/`�/l�� D a 11 a r s & U� . D�f
�/n Cents per CX . $ � $ �� '
�
�,I �5. LF. ��� CONCRETE cu��,1��G����
Jl����� Dal�ars &
�/1rlJ�i / �G��nts P�r T�F.
, ,
�{-3aa, SF. 5T�.4" RSIN1�qRCED CONCRETE
SIDEWALK,LEADWALiC AND/OR
W � CHAxR �2AMP5
���� Dal�.ar5 &
._,�,'Tt/ Cents Per SF.
2.0 Ton M. f ��A� ITTOI�
' ���������� !"l�ollars s,
• � Cent's Per Ton
lOD LF. 6��p� SUBDi2AIN(�f needed� *)
�����U� Doll�rs &
=�/n.,�Cen�s P�r L.F'.
2D0 CY. T P SpIL
/'/���� Dolla�s & .
���5 Cen�s Per Cy,
1 LS EROSTON CONTRpL
��� ,DoZlars &
Cents
75. CY. ROCKQ .
.��t�, ' r�,],.R�-IF
���' ������� Dollars &
�� _
_��/� Cent�
!X
��� '��
� .� ���.
� ��'�� °�
'� ,��
� �� �
1
'��
� ���r� j
�,
$
0�� . 1 j
� �� . �
� ���a �r
J �
$ �% � Q�/7���
�
�� L�
� ��" .���� � ���
TOTAL B�D � �''�/ �J�� �,�
/
This coi�tZact �s issue�l by an organization �hich c�ualifies for exemptio3i pursuanl ta �h�� �rovision a[�
Article 20.0�4 (F) of [he Texas Limited Sales, Excise and Use 7'ax Act,
Taxes. 1a.11 ec{�tipmei�t and mateiials nat consuined by or inco��parated into the project constr�.tetion, are
subject to State sales caxes under Hause Bill 11, enacked August I5, 1991.
The successful Bidder shall be required to aon�plete the attached Statement of Material� and Other
Cha��ges at the time aF execLituz� the contract.
The Conh-aetor shall cc�nipEy with City Ordinr�nce 7278, as ail�ended by City Ordii�ancr 7400 (�'orl '
WorCh CiCy Code 5eclions 13-A-21 tluough 13-A-29}, pral�ibiting discrimination in emp�oyment
practices.
The undersigned agrees ta complete all woi•k covered by these contract documents within Forty (40j
Working Days fra►n a�1d aftel• tl�e date for comniencing work as set forth in the written Work Order to
be issued by the Owiler and to pay not less than ihe "Frevailing Wage Rates for Slaeek, bzainage ancl
Utility C;onstruct�on" as establisl�ed by tl�� City of Fort Worth, Texas,
WitUin te1� {� 0} ciays �f receipt of r�otice of �eceptan�e of ihis id, the undersi�ned will i�xecute the
fornlal confl-act ancl will deliver an �pproved 5urety Bond�f� �yhe faithful perfa3-mance t�f this contracc.
The �tt�ched de��c�tiii �ltecl. i�i che sum nf /{� r/ Dollars
($ ) is to be forfeited in fhe evenc the%on�ract and bond are not ex��cuted within
the ti�ne set for#h, as Eiquidated daiYlages foi del�y and additional work caused tl�ereby.
(I/we), acknowledge reeeipe of the follovvu�g addenda to the plans and specif�ications, ai! of the
provisions and requiremenis of wl�ich have been tiaken into consideration in preparation of tl�e
foregoing bid�
Addendurn Na. 1(lnitials) /"� Addepdum No, 3{Initials) � __
Addenduim No, 2([ni�i�ils) �� Addeiic{um No, 4(lnitials) ____�
�Res ectfully
��o�
By���] d�
Address J�la� �
,�.�r G
Telepl�one p / % �
� �
�r�-u�r��.�1, ���
�
�� �/�-�y.�r���/�
o,�TH ���-s �G,ry
.��� --�33a 3
cs�aL)
Date
CTTY OF FqR� WOR�H. TEXAS
DEPARTMENT �F ENGINEERTNG
�PECIAL PROVISIONS
FOR: CONS��UCTYON 0� E A S T C R E S T C O II R T
.—'A...�3�G"!�j` ." 1 � . -- — .
FTLE N0. �"� � � ��
DOE# : � � �_� �
SCOP� OF WORK: The work covered by these pians ar�d spccifications cansist of���reiut'orced concrete
paving over 6" lin�e si��bilized subgrade and all other miscellaneous items otconstruction to be perf'ormed
as outlincd �n thc Plans and Spccifications which are neccssary to sakisfactorily compl�tc die work.
_, - - - ' '�° S�� � !�
AWARD OF CflNT�2As,'.'1': 4nnua+l� cessarily be awarde �der. The City ��� ��
Engineer shall e�aluate and recomme unci ' h is considered to be in the ��-�SfAi
best ' f Ih,. � i�y. �`ai�d�act will be uwarded to the lawest responsi�e bidder.
�� — -
VIrORK ORDER DEL�11': All utilities and ��ight-of way are expectcd to be cicar and easeme�its andlor
permits o6tained o» tJ�is p.roject within sixty (60) days of advertisement of this project. Thc �vork arder foe
subjec� }�ro,jec� will nut he issiaed unti! al! utilities, right-of-ways, easem�nts and/or permits ur� eleared or
obtaineci. The Contractor si�all not hold the City of Fort Worth responsible for a�y delay in issuing the work
order for this Coneracc.
WQRICENG DAYS: Tl�e Co�ttractor agrees to completa the Contrnct wzthin the ttIlptted aiumber nf working
days.
a. �i�1CREA5C: C)R I7F'CR�A�}� 1N OIJAT�1TITfES; "f'l�c quaiitities shown in t�e pl'oposal arr approximate. 1�
is the Cun�ractor`s solt �•esponsi6ility to verify a!1 the nzinor pay item quAr►tities prior to submitting a°�id,
When the quantity oi �vork to be done or materials to ise fnrnished under any ma�ar pay item af the contract
is more than 125% of the q�iantity sisted in the cantract, whet�ier stated by Owner or by Contractar, then
either parry to the contract, upon demand, shall be entitled to ncgatiale for re�ised consideration on the
portion of work above 125"/0 of the quantity st�ted in the cantract.
When the c�Lrantity oi� �I�c tivork to be done or n�aterials to be fur�tiished uncier any major pay item of the
Con[raci iS ICSS C�lal] i5�u o['the quautity stat�d in di� contract, whether stated by �wner or by Contractor,
�hen rither �3arry to the conn�act, upon demaiid, shall be entikled to negotiate far ro�ised consideration on tlt�
partion o�' �vork be�ow 75"/,s of [he qu�ntify stated in the contract. This para�raph shall not upply in the
event Owner deketes a pay item in its entirety from this cantract. .
A major pay item is defincd as any individual bid item included in the proposal that lras a total cost equal to
or greater than S perceiit of the original contract,
A minor pay item is detined as any indi�ic�ual bid item included in the proposal that has a total cast less th�r�
5 percen[ ot the original contract,
,i
In the e��ent Owner and ConTractor are unai�le to agree on a i�egotiated price, Owner a��d Ccrn�raetor agree
that the consideration wil� be the actual field cost of the worlc plus 15°fo as described l�erein belnw, agreed
�ipoa�. in writi��.g by the Cont�actor aztd Departmez�t of Engiz�eerii�g az�d approved by El1e City Council after
said work is conzgleted, sub�ect to aIl otl�.er conditioz-�s of the contr�ct. As used herein, fielc! cost of cl�e wvrlc
vrill include the cask of all worlanen, farenlen, kin�e keepers, mecl�anics and lAborers; ali n���lerials, supplies,
nvcks, equi}�me��t re�1Ct�1 foi' sLEch tune as acriially used oi� such work only, plus all power, {is�.l, luba�icai�cs,
water and simila�• nperating expenses; nnd n racahle }�ortioi� of prez��i�uns oi� �e��forz��auce ��n�l payment
hanc�s, ��ub�ic liahility, ��orkers Conlpe�lsation and ail othes insuz-aiace recJuired by ]aw or by ordinailce. `f'the
Direetor of tile Departme��t of �ngineering wi]] direci tl�e farm in whicl� the accounts af actisal field cost
will be lcept and wil[ r�corrunend in writing the ineCl�od af doiiig clie work a�d tlie type ancl Icind o#�
equipn�ent to be used but sucli work will be perfomied by tlze Contractor as an independent Contractor and
not as an agent or employee of the Ciry. 'Fhe 15% of the achial field cost ta be paid to the Cnntractor shall
cover and compensate hirn for pro�t, ovexhead, general super�ision and fzeld offiee expens� 1nd all other
elements of cost and expense nat embraced witYi the achial fielc� cost as herein specified upan request, the
Contz�actor shal! provide tl�e Director of Enginee�ru�g access to al] accaunts, bills and vouchcrs relating
thereta.
"� �-U�.r,9P��
6, RIGHT TQ,ABANDON: Tfie� resezves the right ta abandon, without obligatian to the Gont�-actoz�, a��}�
part of the project or che ent�re pro�ect at any rime before the Coahactor begins any ca��struction vrork
authorizeci 6}r the City.
7, CON5TItUCTION SPCCTT�ICATIONS: This cailt�•act and pxoject are gaverz�ed by tl�e two (b[lnwii7�
published specifcations, except as modified by these Special Provisions: �
STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTAUCTiON
CITY OF FOR'f WORTH
STANDARD SPECIP[CATIONS FOR PUBLIG WORKS CONSiRUCTION
NORTH C�NTRAL TrXAS
A copy of �: itlier oi cliise s�ecifica�ions n�ay be �urchased at the O#'fice of tl�e Deparmient �I' Engineering,
1000 Throclur�ortoi� Street, 2"`� Floar, Municipal Buildiing, Fort W�rth, Texas 76102. The specificatio�zs
applicable to eacFi pay item are indicated iz� the call-aut for the pay item by the Engiazeer. I1� �iot sl�ow��, tlir�a
applicable publisiied specificatir�ns in eiYl�er of tllese docuinenis may be followed at tl�e discretion af the
Canh�actor. GeneraI Provisions slzall be those of tlie Fort Worth docun�ent rather than Division I of the
North Cenlra] Texas docui�ez�t.
8. CONTRAf:T DOCUM�NTS: Bidders sI1al1 not separ�te, detach or rei-��.ove any partion, se��rie�lt or shee�s
frnm �he cont�act documants at any tiirie, Failure fo bid or fully execute connact witl�at�t r�:<<ii�ing contr•aci
documents intact n-�ay be groui�ds for designating bids �as "noiues}�onsive" and rejectiilg bids or �oiding
coz�tz-act as apprapriate and as determfned by the Directnr of the Department of �ngii�eerin�.
9. MATNTENANCE STATEMENT: Tlie Contractor shall be responsible fo�- d'efects in this praject dt�e to
faulty materials and worlananship, or both, for a period o#' one (1) year fram date oifinal acceptance of tfiis
r�3wrt h f thP C'i�071riC1.LOf-�I1P�lt}f nfFnrt ViTnrtla_aLirl wi]i hP �•Pnlll�:e�-CO--L'ep1SC.C.�LLI1i���pBI1S�_arl�_p.r��'��
or all of the pro_ject which becames defective due to these causes.
��L..o ��R.
10. CONSTRUCTION STAICING: Constructinn sCalces for line �tid �rade will be providcd by lh as
oudix�ed on page 17, Standard Speci�catio�ts for Const�ziction, City of Fort Wor[h,
11. TRAFFIC CONTROL; Tlie conhactor slzall be responsible for providing t�aftc control d�u-ing the
consnuction af tlus project consistent vsritl� the provisions set forth iz� the "1980 Texas Manual ofl ilnitiortl�
Traffic Conl�ol Devices for �t�eets a�id Highways" issued uaider the authority of tl-►e "State uFTexas
r�
Unifonn Act Re��ilatin3 Traf#"ic on Hi�hways," codified as Article 6701 d Vei��an's Ci�i] S��uues, }�erti»enr
sections bein� Section �os. 27, 29, 3Q az�d � 1.
Tl�e Cant�aCtor will npt remove any re�ulatar�+ sign, instructiona] sign, sTi'�et z�ame sign or nther si�i�t whicli
has been ez�ected by tlie City. If it is detemuned rhat a sig�1 must be rexnoved to permit required
coils�uctian, the Conh�actor shall contact khe Transportation and Publi� Vv'orks Departmei}t. Signs anc3
Markings Divisio�l (phone nurnber 871-8475), to z�en�o�e the sign. In the case of re�ulatary si�s, tfle
Contractor ���ust t•ep[�ce the permanent sign vvith a temporary si�ii rneetin� the reqilireme�lis oftl�e nbave
referc;nced manua] and such Cer�zporary sig�, rnust be installed griar to l'he rernovat of ihe �4rsn�u�e��t si�i�s. I1'
the temparary sign is ��ot ii�stalled corcectly or if ic does not me�.t the required speci�calia�Es, �he perm�n��rt
sign shall he left in pl=�ce until l�he Pempor�ry sign reqaiiremenls 1re l��et. When coilstructiusi ��+orlt is
Goinpieted to the exre�it thaC the }�er�ll�nent sign ean be rei��stal]ed the Contractor shall again coi�taci ch�
Si�ns and MarEcings Di�ision to reinstall the pernlane�it sigz� a��,d shall lea�e his teniporary si3n im place until
such reinstallation is coinpleted.
1�, DELAYS: The Connactor shall recei�e no compensatzon for delays or htncl�ances to the work, except ��hen
direct and un�voidahie exh•a cost to the Gontractor is causad by k11e faihire of the City to prUvide
infonnatiop or material, if any, which is to be furnished by tlie City, When such extra caznp�nsation is
claimed a writtei� staternent fllereof shall be presented by the Contractar to t11e Enbineer azld if �y hin� fozii�d
correct shail be appro��zd and referred by hun to tlze Gouncil for final a�provaf or disappro�ral; �nd rhe
acfio�i ehea�eon by the Council shalE be final and binding. If delay is caused by specific ordtrs �iven by th�
Enginee�� to stop work or �y the perfortxiance af ex[a'a work or by the failuie of the City to ps•ovide marerial
or necessary instrucfioi�s iar carryu�g on the work, t11en such dekay will entitle the Co�itractor to an
ec�uivalent extension of time, his application for which shall, l�owe�er, l�e subject to tl�e apprayal of tl�e City
Co�Encii; and no sucli extensiou of tn�ae shall reIease fihe Coniractor or the surety on l�is per�'o�znance boi�c�
form all his abligatioi�s here�.u�dez- wk�cla shall remaii� iii fixll farce until tI�e discharge of the contract.
13. DETOURS AND BARRICADES: The Cont��actor shall prosecute l�is wozk u�t such � manner as to cre�te a
minsrnti�n� of intentiiptictn to traffic and pedes[��ian facilities and to tl�e flow c�fvehicuiar and 4;ectestrian
traftic within che project area. Coiitr�cCor shall proteet constizictinn as requiret� by En;ineer by proviciing
barr'scades.
13arricades, u+a��i�in; i1lli� C��f011f SL�E15 511811 COI7f01'l11 [0 lI1C Si�iRCI�1'd S�eCLF1Cf1T10i1S "I3arrierti illlCl �arilin��
ai�d/or Detour Signs," ltem 524 andJor as slzaw�x on the plans.
Construction signing azid l�a.rri.cades shall con%rm with "148a Texas Manua! on Unifornt Traffie Canf�'ol
Devices, Vol, Na. I."
14. DISPOSAL C?F SPOII,/FILE, M�TERTAL: Prior to the disposing of any s�ail/fill material, llYe contractor
shafl advise the Director af the Deparhnent of �izgineeriilg actizig as tlie City of Fort Wort17's Flood Plain
Admi.nisb.�ator ("Administ��ator"), of Che location of �l[ sites where the contractor intealds to dispose of 5ut1�
material. Contractor sliall noC dispose of such m�ta�'ial until tlie pro}�osed sites l�ave been derern3i��ec� by rhe
Adnzinist�-atoi° to nzeet tl�e requuen�e�ats of lhe Ftpod Plain Ordijlance of the City ofFort Wurtlz (Ordinanc�
No. 1�056). All dis}�osal sites ���ust be approved by the Adnvnist�•atoz to enstu�e the iilliug is not occu�xin�
•=.,zt�i�"^��-w-i�au�a-p��i��-fJood-�.laiu peu�.i�ca�..be_issae�up.on_ap�xo��l nf necessa`v
enguieez-in� studies. P�{a iill permit is requued if disposal sites are nnt in a flood plain. Approval oi the
cont�actors dis�osa] sites shall be evidenced by a letter sign�d liy the Adrninish•ator s#ating tl�at the site is
�iot in a known flood plain or by a Flaod Plain fill Pemlit aufhorizing fill witb.ir� the fload pl��i�1. Ai�y
expenses associa#ed witl� oUtainiz�� tl�e fill permit, includi�g a�1y necessary anguieering shtdies, shall be at
the cont�•act�ors expens�. In the event tl�at the coG�t�-actor disposes of spoill�ll maCeeials at a site witl�our � 1-i11
penniC or a l�tter tro»� fhe acin�inistrator ap�rowin� the ciis}�osaE site, u�pon natification by tl�c L7irector nf
Lngineerin,�, conh�actz�r sh�l]] remnve the spoil/till material at its expense and dispose of sucl� rn�terittls iii
accord�nce with the C�rdin�ance of d�e City a�1d tliis section.
i�
IS. ZONING REOUIREMENTS: Duz�ing the consh•uction of tliis project, the Cant�actor sliall cQmply with
present zoning reqLuren�euts of tE�e City of Fort Word1 in the use of �vacant property for stara�e pwposes.
1 G. OUALi tY CONTROL 1�1�STING:
(a) The caz�tzactor shaEl fi.unish, at its nwil expense, certifications by a.private laboratary Iar ali maceri�ls
proposed to be used on the pa�oject, including a�nix design for any as�haltic ai�ci/or Poicland cen3ei�t
concrete to be used and gradation anal�sis foz sand az�.d crushed stone to be used �long with the name of
the pit from which the material was talcen. Tlje cdntractor shall provide manufachirer's certi�cations
for alI manufachized items to be used in the project and will bear any expense related tliereto, �
(b) Tests of the desig» co��crete mix shall be made by tl�.e cont��actor's labor�tory at ]ea�t nine days prior io
the placing of co�lerete using tlae same a�gregate, cernent and martar which are to be ��se�l later in the
concr�efe. The contraeCor shall provic�e a certified copy of the test results to the Ciry.
�Ir�L-�'�'�
(c) Quality coaiCi•ol testin� of in situ n�aterial on tliis �roject will beperformed by tlz at �ts o�vn
expense., Any z�etesting rec�uired as a iesult of failure af the mateiial to rneet praject sp�tificatioils �i�sll
be at tjae expense of tUe coi�tractor az-►d wili be billed at con�zzercial rates as determined by che City. The
fail�tre of the City to niake a�iy tes#s of matez�ials shall ii2 n� way relieve th.e conf�•actor ai' its
respoi�sibility to furi�►isI7 materials and equipment eanformuig to the requirements of tiie contzact.
(d) Not less tl�an 24 haurs notice shall be provided to tl�e City by the contractor for aperati�ns rec�uirin,�
Cesting. Tize coi�trac#or shall provide access and trench safety systetn (if ret�uired) far ehe site to be
tested rind any wor]< etiorC in�nE�ed is deemed to be iucluded in tlie unit �rice for tl�e iten� bein� tesirci.
(e) The contractor shall provide a co�y of tl�e trip ticket fnr each 1Qad af fil] inataria] deliv�r�d to the job
siEe. Ti�e ticicet sl»Il s�acify the a�azne af the pit supplying tize irl� material.
17. PROPERTY ACCESS: Access to adjacent prnperty shall be maintained at a11 times unless othenvise
directed by the En�ineer.
1$. SAPETY RES`CR�CTTONS - WORK NEAR HIGH VOLTAGE LTNES:
The fo]]o��ing �rocedures wil] be folln`�ed regardin� the subject item on tl�is contracr:
(a) A��arning si�ni nut less tl�an fi�e inclies by seven i�iches, painted yellor�r rvith blacl: letters thlt �ire
legible at tweIve feet shall be placed insid� and outsid� vehicles sucl� as cranes, ileiracks, por���r
slzo�els, drilling rigs, �ile drivez•s, hoisting equiprneiit or siinilar apparatus. The warniug sign s�ia11 r�cEd
as follaws: �
"WARNING--UNLAWFCFI. �'O OP�RA'I� THIS EQUiFMENT WITHIN SIX l�I;ET Oi' H1CiI�
VOLTAGE LINES."
(b) Equipn�eiu rhat m7�� be pperated witliin ten feet af high voltage lines s1z111 hat+e ai-� insul�atii�g rage-9��pe
nf Jiarri �hn�it �I�r hnnm rn�nrn___�� ____n�rPn___rr_]��rlc I�(1e5.-p�--.[li��e-05-n�d-i��,�tz-l�tbt�-L4r�1��--��-l�--k�l-I�uu�l
C017I1�C1't0II5,
(c) Wl�en ilecessary eo work within six feet of l�igh voltage elechic lines, i�oti�calioz� sh�tll be bi�en the
power cornpany (TU Electric Se�-vice Company) whicl� will erect tempora�y mechanical barriers, de-
energize tl-�e line o�• raise o� lowez• the line. Tlxe work done by the power com}aany sha11 not be at the
expense of the Cit�r of Fort Wordi. Tl�e notifying departrnent shall maintain an accuraie !og of all s�.ic1S
ca31s to TLT EIeetric Seivice Coinpany and shall record action taken in eaeh case.
�ry
(d� The conn�actor is required to nzake arr�ngements vrith the TU Electxic Service C.ompany for rhe
tem�araLy refocaciol� or raising of high voltage li�xes at t�.e contractor's sale cost �nd exE�ense.
(e) No person shall wo�-k within six feei of a higlz �volta�e line witk�out protection havi�l�, 6een taken t�s
� outlined in Paragrapli (e),
]9. WATER DEPARTMI��!��T PRE-�UALIF�CATTONS,: Any cant��actor performing any worl: o�� Fas�t Wo,�th
�va�er or sanitasy seti���r f�cilities musc be pre-qua�ii"ied witll the �Vater Departinent ta }�erturi�l s�tch wo��l< in
��ccnrdance wiCh proc��cl�ires descriUed in t�he currei3t 1=art Wortil Water De}�art7��ent Gentr-al 5pecific�tic�t�s
whici� ��neral speeifiratic�ns sl�all goveri� perfo��na�ice of all sucl� worl�. �
20, RIGHT TO AUDIT:
(a) Contractor agre�s tliat tkae City slzall, unt�l the expiration of three {3} years af�er fii�z�l payment uzlde3'
tllis contract have access to and Cl�e right to exa�z�ine and photocQpy any directly pertineitt bonks,
CIOCLlIIliRCS, papers and recoz�ds of t13e ctinti•actar involving transactioi�s relzitis�g tU this coi�ir�ict,
Contraccor a��ee5 that the CiCy shall have access during �aoriz�al worlcii�g hours tc� all �iecess,�iy
cona�acto} facilitir-:s and shall be provided adequate and �ppropriate work sp7ce in trrder to concl�i��
audits in`coilzpli��nce wit11 the pro�isioiis of this section. Tl�e City shaEl �ive ConEractor relsona�l�l�
advaa�ce notice of intended audits.
(b) Cont��actoz� furthe�• agrees to include in all its subcon�iacts hereunder a provisioza to tl�e effect that rhe
subcoi�tractor agrees that the City shall, under the expization of thtae {3) years aftex final payrnent nncl�r
the stibconiract, ]lave access to and the right to examine az�d phatocopy any directly pertinent boolcs,
ciocum.ents, papers and records of such subcontractor involving hansactions to the subco��.tract and
fi.�rtller, that City shall have access duru�g norinal working hours to ali subcont�'actor facilities �i�d shall
be provided adet�uate and appropx-iate work space in o��der to conduct audits i�l conlpliance with �he
provisic�ns o�f this �irticle together with subseetion (c ) hereof. City shall give subco��tractar reasc�n�ihl�
�dvance nofice oi� intended audits.
(e) Coiltrnetor a��d subcnnh-actor a�ree to }�hota copy such documents as may be requesred by the Cicy.
�!'In� r`ir� tiSA'�-�:t.: ��In�.��v�� �oJt�r�` �-,,. �+ „�,. �� :rt ftil�-iz; '
1. 5 C' �c� i 9> (' inz' �a�g�-�
Z. I.�rfsx•� Lliat7 � :.J�iJ,� Q�+ • � '
(d} "Contractor �grees t111t the City sha[l, u�itil the expiratian of three (3) years after fii�.�] paymentkurulcr
tl7is aont�•act Iiave access to and tlle right to examine aoy dia�ectly pertinent 600ks, d��ruanenl•s, pnp�rs
and records of su�ll subcontractor, involving transactians to the subeo�ltraet ancl fiirtlirr, that C'ity sli;�ll
have access dtit3'in�. nprmal workin� hours to �ll ap�rapriate work space, in ordec to �onduct a�uc�i�s in
compliax�ce 4vith rhe provisions af this article. City shall give subcantractor reasonable advance nU�ir�
of intendecl atiidits."
CONSTRUCTION
NON-PAY ITEM No. 1- Ci.EARING.ANT? GRUSBING;:
A1� objecEionable ite�1s rvifhin the limits af this prnject and not othex�wise provided for shall be renioved uncler
tliis item i�1 accordance with Standard Specificatior► Itern 102., "Clearing an.d Grubbing." Ho��eva�-, no direct
payment will be n7ade for U�i� item and it shall be cansidered incident�l to this contract.
NON-PAY TTLM No. 2- SPRINKLING �OR DUST CONTROL,:
All applicaUl� pro�isio��s af Standard S�ecificltions Itez�.� ZQO, "Sprin�:liiig %r Dus# Conr��al" sha[I ap�ly.
However, nc� di�-ect }�ayil��n� wil] be tnade for this item and it sl�all be coi�sidered incidental to tiiis coiltraet,
r�
NON-PAY ITEM Nn. 3- PROTECTION OF TREBS. PLANTS AND S01L:
All property a�nng at�d aclj�cent to the Contz-actar's operations incltEding lawns, yards, shrubs, tre�es, etc. s]Zall h�
preserved ❑r restored after com}�letion of the work to � condiiioiz equal or better than existed prior tc� starl uf
wark.
By ordinai�ce, the contractor i�z�ust obtain a peiinit from the City Forester before any work (t��imming, rernoval nr
root pt�zning) can be dozze oi�. trees or shrubs gl'owing on pubkic property zncludang stz�eet rights-of-way �ncl
designated alleys. This perinit caz� be obtained by calling the Forestry Of�ce at 871-573&. All tree work sl�all
be in compliance with pruning standards for Class II Pruning as described by the National Arbarist Associatsan.
A copy of these standards cnn be provid�d by calling the above number. Any dan��ege to puL�lic trees dur ia
na�ligence by tl�e Conta•actrar sl�all be assessed using the curr�i�t foamula for Shade Tree Evaluaition as de{'inec�
by tl�e I��te�nationa] Society of Arl�oriculcure. Pay�nent for negli�ent darna�e to ptiiblic t��ees sl�al] be n�ade to �I�e
City uf Foi�t Worth and m�ay be withiield from fui�ds dne tn the Corrtractar by the-�t�.
'�% �VC-1-.a��
Tn }�reuent the spread of the Oak Witt fu�lgus, all wou��ds ozi Live Oak and Red Oak h•ees sl�all be irnnledi7reiy
sealed usixx� a coi�unercial �ruiiiug paint, This is the on.ly itistance when pruning paint is recommended.
N�N-PAY TTEM•�No. 4- CO�fCRETE COL.ORED St7RFACE:
CoilereCe wheelchai�• ra�iap sGu-faces, excluding the side slopes and curb, shall be colared bVkt�l L:JTHOCHROML"
color hardeEler or equal. A 6ric1� red coloz-, a dry-shake lzai°dener mailufactured by L.M. 5coi"irld Coi�zpany nr
ec���at, shal] be used in accnrd�nce with manufactl�rers insnuctions. Cantractor shall provide r� sample concrere
panel of one foot by one foot 6y th�-ee inches dimeilsion, or other d'uz�ension appa•oved by the I�ii�ineer, nZet ti�i�
the aforemer�tioned speciCications. The sarnple, upon approval of the Engineer, sl�all be the acceptable standarcl
to be applied For afI constriiction cflvered ii1 ihe scope af tlus Nou-Pay Itenl. No c�irect payment ���ill be inad� I�sr
this item and it shal] be consiclered incideiital to this cani�-act.
The method of appiication sha11 be by screen, sifter, sieve, or other means in order to pro��ide £ar a uniform color
distributian.
NON-PAY ITEM Nn. 5- PR07ECT CI�EAN-UP;
TYae Cont��actor sha]] be au��re diat ]ceeping the praject site in a neafi and orderly condition is considered an
inte��•al pr�srt of the co�itracted woilc ax�d as such slial] be consid�red sLibsidiary to tlle appropriatr bid iiems,
Clean ap woi•lc shal] be done as directed hy tl�e Engineer as the woz�k p�•ogresses or as needed. 1 f, in t17e opini��i�
o:F the Engineer it is izeness�i3-y, clean-up sl�all be doi�e on a daily basis. Clean up work s21a11 inclucle, but ��ot �Sr
lin�►itccf lo:
o Sweeping the street clean of.dirt or deb�is
o Storing excess material in appiopriate and organized maiu�er R
o ICeepin� tras�i of any 1<ind off af residents' property
If tl�.e En�ineer does not Fct.l t]�at tl�e jobsite has been kept i�i aiy arderly coildition, on the r�exz �:s[�i�nate paymeis�
(and atl suhsequent ��yn�enCs iintil con�pleted) of tl�e appropriate bie� item(s) will be reduced b}� 25%.
Fin�l cleai�up �aork s�iall b�: done for this project as soon as the pavin� and curb and gutter has be�n construci� �i.
No more than seven days tihal] elapse after con�pletion of construction before the roadway and ri�„ht-of=Gu�y i�
��d�r�r-t�o-c�c autiafu�ti✓�i cf tliz, �n�ir�:,ur.
NON-PAY STEM No. 6-- PR07ECT SCHEDiJT,E:
Go��t�actor shall be responsiUle for proflucing a project sehedule at the pre-consn�tctian conference. This
schedule shall detail aIl pllases oiconstructian, includin� project c]ean up, and �llow flze conh'actor to cqmpleYe
the warl< in tlse aIlotted tiia�c. Contractor w's!1 not n�ove o�� tn the jabsite nor will warlc begin unti] said schedule
has been received and a�provAI secured fiom tl�e Consh-uction Engineez. Howevei, contract tirne vcjill start eve��
if the project scl�edule l�as not beei3 turi�ed in. Project schedule wiil be updated ai�d t•estibmitted at the ejld at�
every estin�ating period. All costs in�olved with producing azld maintaining the project schedulc sha[1 be
conside�-ed su6sidiaiy to tLis coutrlct.
NON-PAY TTEM No. 7— NOTIFICATION OF RESID�NTS:
Iza arder to cut ciorW» on ihe nL�mber of coinplaiu�ts from residei�ts due eo the d�tst gene�•ated when saw-cuttii�g
jaints in concrete pavement, the Contractor shall notify residents, ni writing, at least 48 hofirs in advance o#'sa��-
�itttizi� joints during the cansrraction of �aVing projects.
A1] rosts inti�olveci w�itU g�r��viding sucll written �totice s11aI1 be considered s�ibsidiary to this ct>n�i���ct.
�IUN-PAY iTEM Na. S-1'UBL1C NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION:
Priqr to beginning co�ish-uction on any block in tl-►e praject, the co��h•actoz• shall, a�� a bloci< by bfock basis,
prepare and deliver two nocices or fly�;rs of tiie pending constructiozl to the fronY door 4f e�sclz residence ��r
b�isiness tha# will be inapa4ted by consh-uctian. 'I'�e twa notices shall be prepaxed as follows:
I. Two Week Pre-Canstruction Natification Flyer.
Tl�e ��-st noi�ficatio�l sl�all be posted two {2) weelcs pi7or to beginning any cortsi��uctio3i activity on eael�
block in tl�� project area. The flyer shall be prepared on the Contractor's letterheac! and shall include iltr:
fallowin� uiforiiiacic;i�: Narr►e of Project, DOE No., Scape of Projeet (i.e, type of consrructioi� activiiy),
anCicipated constnic�iou time witk�in the block, the nan�e of tiie contractor's foreman and l�is phUnr
number, tl7e 31an�e ot� lhe Gity's inspector and his phone number �nd the City's after-hol�rs phon� numbrr.
A sain}�le of Che `truo week pre-coizsnuction nokification' flyei is attached,
2, Tlu•ee Day ['re-Caustructio�� Notification Flyer,
The seco�id noCifcation shall be posted tlu•ee (3) days prior to beginning actual const�uctii�n on eacl� b[ocic
in the pioject area, This flyer wil] also be printed on rhe Contractor's letterhead and sl�all b�sically seive �ts
a follov,r-u� letter cn the t�x+o week notification flyer ai�d shall infarm resideilts of the ac«tal consu-ucrion
dur�ttion for Che i-�CigliUnrliood. A sample of tiie Ll�ree day pre-consti•uction notiticatis�n flyra• is att��lzed.
The contractor sllAll sttb�i�it a scl�edule showing the construetio�� start and fi�3is17 tisne foi• �:,icl� block qf' tfie
prnject to the inspecto��. lE�r addition, Co}iies of boYli flyers shall be delivet•ed to t�ie Ci#y Ii�s�eciqr fpr j�is re�i��v
prioi being distributed. 7'he contractoi- will ilot be allowed to begin constructioi3 on aizy blocic tint�l both flyers
are delivered to all �•esidesits of the black. Elect�•onic versions of the sAmple flyers can be obtained fi-on1 the
canstruction office at 871-83D6.
All worlc in�okr+ed w�tl� khe }are-consixvction notification flyers s11a11 be coi�sidered su�sidiaiy to the cantract
price and i�n additional compcE�saiioEl shall be made.
� PAY ITEM No. 1- UTIL1'1'Y AD7USTMENT: .
'T'his itern is included for the basic purpose of establisliing a contract price wllich wil] l�e comp�rable to the tin�il
cast �i' making nec�,ss�ry adjushi�ents requu�ed du� ta sheet ianp�-avements ko water, sanitar� sc.wer and nacural
gas service lines and ap�urtenances where SLlC�l ser�ice liiles �nd appurtenances are the pi•opeirty owi�er�s
responsibility to maintain. .An arbit�ary figYire �ias been }�laced in the Prnposal; hnwever, t17is does nat �uarai3�c�e
any payment for utility �djustments, neither daes it confine Lrtility adjustments to the an�ouat shown in the
�r�a�aesr�l. It nhzll h� th����c�o�" r�s,�er�s�b�I��e-�z-owd�##�e-s�r-�ic�s--ef--a-li���ec� pl,,,,,h�,�+^ ^,^ko �hN
utility ac3justments determined uecessaa•y by Yhe Eizginee�, No gayment will be made for utility adjusfi�ents
except tl�ose adjusti»ents determined necessary by tlie Engineer. Should the contractor dan�age service lines dt.te
to l�is ne�ligence, where suc41 ii��.es would nat 1�a�e required adjt�stznezat or repair atherrvise, �fie ]ines sha]] he
repaired and adjusted by rl�e eonhactor at tlie conh'actoz•'s expei�se. The payment ko tl�e concractor for utiliry
adjust�inents shall be the actual cost of the adjusirueuts plus keal percent (1D%) to cover the c:nst of l�flnci and
overlaead ialcUrred by th� rnnu-actor iiz haizdling the uYility adjustmeuts.
�R�cy4i� Abw. �¢� c.es. ��u�r � s3�� S�
PAY ITEM No. ?- PROJFC'C DESIGNATION SIGN:
�
PAY ITEM No. 3 PREMOVE EXTST. 7"CURB&18 "GUTTER (� �.BERRZ'
This item is incl�ided for the purpose and removing and replacing existing curb arrd gutter in transition areas as
detenztined by tlle En�ineer iri tlie field. The proposed curb and gutter will be of the same dimcnsians as tlze
existing curb and butter to be remo�ed. Quantities for this pay item are approxinlate and are given only to
establish a unit ��rice for the waric
The price bid per lin��lr foot far R�MOVE� �XIS'1'.�C[1RB AND GUTTER" as s{�own in t13i• Praposal wili k7r
fiill payment for mattrials incl�di�ti�; ail labar, equipnient, tools and incideiitals necessary �o complete the wo��l;.
--- --- �
PAY iTEM No. I�--7" CONCA�TE CiJTL�i�� 18 "C-r7R,-
Tl�e conh•actor may, a� his option, construct either integrai or 5uperimposed curb. Startdard 5���ificatiun Iterri
502 sltakl apply except as fiallows: ]nke�ral ctiirb shall be constrtEcted a�ong rhe edge of the paveE�ient as an
integr�i] par[ oF Ehe slab �ind af the same co�ic��ete as tile slab. The co�-�crete for tlie curb sha�ll be �ie�osited noE
mare tisan thirry {3Q) nzinutes after the cancrete ia� the slab.
PAY IT�M N�i'� ! 5—I�MAC TRANSITIC}N� .
�
Tl�is item wi[1 consist ot'the furnishing and placulg at �aryu�g thickn�sses an HIvIAC surl'ace in transitian areas
where indicatec� on tht �la�is, as specified in [l�ese specifications and at other locations a5 may �ie direcTed b�l tlyr
Engineer.
Tl�is iterri shall be gaverned by al� applieable pro�isions of Standard Specificatioias ltenl 312. �
The price bid per tdn HMAC Transition as shown in tkle Praposal will be full payment for materia[s includin� :ill
iabor, eq�ipment, tools and incidentals neeessary to complete the work.
PAY ITEM No. 1� � G" PIPE SU$DRAIN:
Na specific lac�tion i'or [his item is designaEed on the plans. Subdrain shall be insta�led o��ly if �'ield conditions
indicate ground water ai subgrade levei after exca�ation and if daemed necessary 6y the Engiix�r.
P<4Y [T�M Na �� "]'OP SOIL:
7'he proposed qua�iti�ies sho�vn are cafculated to provide to�soil4 ta 6 inches in depth (compacted} over�he
p�rkway area and cla not include deeper than design depth behind the curb. The pay item is intendad tn pay �or
topsoil that must b� imparted where suitable material is either not available on the jo6 or cannot reasonably be
stared on-site. Payment will 6e made on the basis af ]oose truck v�lume {full truck with sidebaards up) tiekets
�nd materisl �nust mrct Gity of rQ�-t Worth standards for tbpsoi�. Only tE�e volnme imported will be paid iar nnd
may he subs��ntially l�:ss th:ul th� �rc�pQsal c�uantities lisled.
(To be priilteci an Contractor's Lette�•he�d)
Dare: . •�4flZ
DO� Na: a:�cxx
PROJ`E�T NAME:
MAPSCO LOC�.TION: <.�E>
LIlV.�ITS OF CDNST.: �Al�ha St. between Beta Street �nd �amma Ln.)
Estirn�ted I�uratian of Consfruction on your Street :<X�> days
, . ., „ .... .. ....� .........� ; . � __._..___�_.. .
F ! i; � � `
r�`£ `t i
�-�� �5 .� 3 -�°�
�� i- '�'Ff !�5''� f'L� . S�r ;�'i i�}5'� i`' F y �� fi.�"�`x*' e. aP.
j+' � , ' ' . � � :.f f���, . �i. *... _ ' �' ,'- t 3'_: 'r:�T:.
����. � i� .• � _� : ^�I�4 � '� ' � � � � �' �* � � �� �� ~ . .. .•� ' ., 4�+ L�.z,
� � Y�l �i � � 4 ; �'� �~� � ��
�+�� � e�� _••�'.��"-�""' '�`� ��� �..i �.���.�s��'��� L��.��-.��
THIS ZS TO� ��rFORM Y4U `�HAT UNDER A CONTRACT i�VXTH THL
����.���-� , OUR COMPANY WILL � REPLACE WATT�t
AND/OR SE'�ER LINES .-- REC4NSTRUCT TH� STREET> ON 4�2
AROUND �'OUR PROP��TY.
YOU �VILL RCC�IVE A SECOND NC�TYCE IN ABOUT "I'EN DAYS
SHGRTLY BEF4RE CONST�XJCT�ON ACT�IA�LY BE�:�N�,
YF YOXJ �AV� AI�Y QUESTIONS; PL�ASE CALL
Mr. <Can�TRACTfJR7S SUPERINTENDENT> A'r <TEL��HQh� N�.�
i`
Mr'. �C:�TY rNSI'�:C'TQR> AT <TELE�HONE NO.>
AFTER 4:30 PM OR ON V��EKEND�, PLEAS� CALL 8'��-797Q
PLL��SE I�EEP �'�IL� FZ YEIt �A1V� Y�HElVT YO U C`A�L.
��
{To be priiited on Cont��actor's Letterhead)
Date: ZPD�i
DOE l�o: c�,�exx�>
PROJECT NA1V�:
MAPS�O �OCATION: <XXE>
Li.��ITS OT CC7NST.: �AIpha St. befi•vc;e�i Bet� �treet R�id G�mma i.u>
Estin�ated btrraYion of Canstrz�ction on your Streef; <XX> dnys
,
� �;. �, ��..�.: . �..... �+ �
�I ���
m
�
- r,�'„ „ ,,�. �. r F , � .- -4�(] ' - �• �� ;� r j�-��w� �� ;- n�.
}. ��. . . ' : 14� � � ./� f '� " Ir�L I 1''�� ' I' � I' f y.' ��'.'� "1�.' L .� J�„ L��.�
1' �j��,lr � r J�+, !' r �',i''I' �' � � '� � ��� ��T� "' . � `�,'i� � �=', � '`�� :��:��;
,r �_��'�r'"✓'���`�.� "l���4 ��!'�`�� �� ���..��� � � ... � ''�: � . �. . �. '' :�_��
+�"� � ����-"'�:,
�.
DE.AR R�SIDENT,
AS A F��i�i�1'4� UP T[) 4UR P�VZOUS FLYER DA`�'E)�7 __ ,
THIS �S T� �NFQRM YOU T�AT CONSTR�ICTI4N �N� TH�
A�4��11MENTTONED PROJECT XN 'Y�Uit NE�GHBO�tHC}O� VV]Ll�
BEGIN IN TH�tEE DAY� F1tOM THE DA'TE QF TH�S NOTI��.
�F YOU HAVE QUEST��I`�S ABOUT AC�ES�, SECURTTY, SAFETY
4R AN'Y OTHER ZSSUE, P�EASE CALL �DIATELY:
9
IVIt . <CONT�ACT�R'S SUPERINTENDENT� AT <T�LEPHONE N4.�
OR,
- ------------ _�.-_-.--_- ---- - - - - - --
.�T��i i Y u��r�,�,. � t�it� �`�' � �.l�,L�,r�vT�1� 1��.� -
�'LEASE' ff.���'' THIS F�YER �IANDY T�VHEN YDU Ct1LL.
�> 3
VENDOR COMPLTANCE TO STATE �,AW
i`he 1985 �essafln af tl�e Texas Legislature passed Hottse Bi11 620 relative to the ativard of cont����cts to
nnnresident bidders. Ti�is law provides that, in order to be awarded a eontract as low bidder, nonresident bidders
(out-af-St�te contr�ctors whase cor}�orat� o:Ffices or prineipa� place af business are autside of tlle State nf Texas)
bid projeets for co�lstrtict'ron, improvements, si�Japlies or servic�s in Te�;as at an amouiYt ]ovver �l�ian tl�e ]nv,rest '
Texas residenr bidder by ti�e same amount tllat a Texas resident bidder would be req�iired too underbid a
nnnresictent bidder in order� to abtain a com��rable contract u� the State iz� wnich ttie nonresident's pri�lcipa]
place of business is located, Tl7e appropriate blanks in �cction A n�ust be �lled aut by all out-ot=St�te or
noru�esident Uiclders in o3-cler for your bid to meet sgeci£��eatiQns. Tl�e failure af ot�t-of-State ar nonresideElt
contraetors to do sa �sYill �titomaticalfy disqualify that bidder. Resident biddei•s must checic the �ox in Section 13.
A. N�nresideng vendors in (gi�� State), our principal place of` �usiness, �u�e required to
be percent tower ihan resident bidders by State law. A copy of tl�e 5tahrte is attaclzed.
No�esidei�t vendors in (give 5iate), our principa! place ofbusine�s, are not
required fn underbid residen# bidders.
B. ptn• prin�ipa] place of business or corporat� affices are in tl�e State of Texas. �
: sr ►
By:
(Please print)
Signaiure:
Tit�e:
City State �i� (PIease print�
THIS �+'ORM MUST BE RETURN�ll WITH 'i'OUR OUOTATYON
� �-
EXP�RIENCE �ECORD ,
List of }�rojeets yo�ii- or���»ization lias successfully com�leted;
Amou��t Of' Contract Type af '��Vorlc J]a�e Accept�d Name aild Adc�ress o�' O���ier
Awnr-d
List n�'projects yat�r oz���lization is naw enbaged in cara�pletii�g:
Arnount O�'Conta-�ct � Type of A�iiiczpated 1�l�ame arid Ac�dress of Owner
Award WorIc � Date of
. � CompletiQn
List Stiu•ety Boi-�ds in force oil above ii�coz��plete work:
13ate of �oi�tract A��ai-d Type of �'arlc Amouni of
Bo�d Bond
�
2• �
�
N�zne a�id AdcIi•ess of
Surety
1E+0U�PI'VIENT SCHED��LE
List of Equi�ment owned by Bidder that is ir� �e�viceaUle condi�ion and
availa�l� �or use:
Po�~t�on� oi'wo�-7� Bic�del proposes to st�blet in c�.se of Aw�.rd of
Colitracts �nclud�r�g a.mouni and type:
��
Certificate of lnsurance
TD:
Fo�t Wqrth Hausing Finance Carp DeWeloper Date: Jufy 23,20�2
Street Improvements for Eastcrest Caurt, Fort Worth, �'exas File K-1692 DOE#3673
Th�s is to certify thak: Jackson ConskrUction, Ltd. 5112 Sun Valley Drive; Fort Worth, Texas 76119 is, at
the date of this certificate, Insured by this Company wifh respect ko the business operations hereinafter
described, for the type of insurance and aeccardance with provisions of the standard policies used by fhis
Company, and further hereinafter described. Exceptions to standard policy noted on re�erse side hereof.
TYP� OF' INSURANC�
� T}� pe of Polfcy (X) Policy No. Effective Expiration Limits of Liability
I Worke�'s Compensa#ion X 46WEQT0562Q1 1fl19120Q1 101112p02
Cornprehensive Ger�eral �X� 46CQ7028601 10/9/2001 10/1/2402 Bodiiy Injury:
Liabilify Insurance (Public Each Occurrence $1,OO�,Q00 (")
Liability} Praperty �a�nage:
Each Occ. $IncL (`}
� Builder's Risk
Comprehensive
Automobile Policy
Contractual Liability
Corr►mercial tJmbrella
{X) 46UENQ7028701
(X} 46CQT028601
X UM01203734
10/1/2003 10/1/2002
1 a1112001 10/1/2002
1011120U1 'l011112Q02
Bodily Injury:
Eaci� Person$1,0OO,OQO CSL"`
�ach �cc. $1ncl. {*}*
Property Damage:
Each Occ. $lncl ('*)
Bodily Injury:
Each Occ. $Incl,(")
Properky Damage:
Each Occ. $Incl (''�
Each Occ. $10,000,000
PalicyAggregate $1p,Op0,00p
The above poficies either in the body thereof or by appropriate endarsements provided khat they may not
be changed or cancelled by the insurer in less than five (5) days after khe insured has reeeived written
notice of such change/or cancellatian.
Where applicable local laws or regulations require more than five (5) days ackual notice of change or
cancellatian to be assured, the above palicies canfain such special requirements, either in the bo�
thereof or by appropriate endorsement there ta attached. -
'. ��Agency: Coble Cravens Insurance Agency `�`j ' '�� %'
�� � � �
202 E. Border; Arling#an, Texas 76016 Vice President �
Title
PERFORMANCE SOND
THE STAT� OF T�XAS
.
KNDW ALL BY THESE PRESENTS:
COUNTY OF TARRANT
That we, �acl�son Construction, LTD, as Prinexpal he�ein, and Independence Casualty and
Surety Gompany a corpoxation vrganized under the laws of the State �and. fully authorized to iss�e
surety bonds in the State of Te�as, Surety herein, are held and firmly bound unta the Fort Worth
Housing Fina.nce Gorporation and ihe City of Fort Worth, a municipal corpoxation locateci in
Taxrant and Denton Counties, Te�as, Obligee� herei.n, in the sum af Seventy-one �housand seven .
hundared thirty-fzve and 751100 Dollars {$71,735.75} £or the payment of which sum we taind
ourselves, our heirs, executars, admrnisfrators, successox� and assign�, jvintly and se�verally,
�'irmly by �hese presents.
WHEREAS, Principal ha.s antered i:��o a certain written caniract with the Fort Wort�
Housing Finance Coxparanan dated the �uly 25, 2042, a copy vf which is attached hereto and
made a��.rt hereof far all purpases, for ihe construction of Eastcrest Court Street Imvrovements�
Fort �Voz�h, Texas, File No. K-1 692, DOE No. 3673.
NOW, THEREFORE, the condition of this obligation is such, if the said Przn�ipal shall
fa:ithfully perform the work in accordanee with th� plans, speci�ications, and eont�ac� documents
and shall fixlly indemxii�y and hold harmless �h� Obiigees from ali cos�s and damages which
Ohligees may suffer by �reason of Principal's default, and reirnburse and zc;pay �bligees. for all
outlay and expense that Obligees may inaur in making good such default, �hen thxs obliga�.on
shal� bc void; o�herwise, io rernain i� fu11 force and effect.
PROVIDED, H4WEVER, that this band is executed pursuant to Chapter 2253 of the
Texas Govexnment Code, as amended, and aII liabilities on this bond shall be dete°rmined in
accordance wi�Yi the provisions of such statute, ta the same extent a�s if it w�re copied at length
hereix�.
IN i�'ITNESS WHEREOF, the duly authariz�d representatives of #�a� Principal and the
Surety have executed this i�as�ument.
SIGNED and SEALED this
ATTEST:
��� a'�—
�P�ncipal) 5ecre
(S E A L)
i ess as to Principal
6th day of
EST: �� �
��� �
Secre#ary -
(SEAL}
0
August
, 2ti a2.
Jackson Const:ructian, Ltd.
PRlNCIP L
By.
Name: ����'y �� �ackson
�President of JCI Partner, .Ync.
Title: General Partner
AddreSS: 5��2 Sun Valley Drive
For� Wor�h, TX 76119
Independence C�.sual.ty and Surety Company
SUR� � � -'�
' � ��� �
gy: � �i " . /
y �
Name: Jack M. crvwley
At#orney in Fact
Address: P•�• BaX 429
Arlin�ton, T� 760Q4-a429
v
Wi�ness as to Surety Telepi�ane Number: $I7-794-1600
N�TE: (1} Co�rec� name of Principa! (Contraciar). ,
� (2) Correct name nf Surety. .
(3) State of incorporativn af 5ureiy
Telephane num�er of s�rety must be stated. Ir� addiiion, an ariginal copy of
Pawer of Attnmey shall be attached to Bond by the Attorney�in�Fact.
The da�e of bond shail nat be prior tv date of Contracfi,
iCW GROU�
No. (1004752
Power of �►ttorney
Ysisurance Campany of #he West
Tlie Explarer Insuranc� Company Independence Casualty and 5ur�ty Com�any
I�1VOW AS.L MEN SY.'FIdES� �I�E5EIVTS: 'T6ut Tnaursnce Campany of the West, a Corpozation d�ly organized un$ar tha laws nf the Sta�t� n£ Cali£omia, The
Explorer Insuranca Company, a Catporation dufy arganized under the Iaws of rha Stat� of Arizana, and 7.�adependenee Casusk�,y snd 5uraty Company, a Cazpara�ion
duly orgaruzed undez tha �aw� of the Ststa o€ Texas, (collec6vely rePexrad to as the "Companies"}, do hereby appoint �
3ACT� M. CRO�VI.ICY, PA'TRICIP, A. $Ml�'H A1�iD ROB�RT W. PURDIAT
their tsue and lawfullattomey(s)-in Faci wii� aut�ority to date, exeaute, aign, seaf, and daliver on 6ehalf nf fkxa Cozngani�s, fideliiy a�d su�ty bonds, undartakinga,
and othcr simi�ar contracts of sulatysbip, ¢nd �ny related documants,
1N WITNE55 VJI�E�OF, the Com�oanies have eaused theae presents to be exeauted by its dulq auYfyorized oi�ioere thia l6th day of January, �001,
aor�r+urr�,, LFieUR �s'�r'�,o
� �� r� �,$i� K�4Dqq� +i'� �
� e�' ""�o � " �'° �' ,n � �
� SI�A�, „ n N �
�Ni��'� � ���q1NA ��� �o � g
4�e�nr�+� �yt I.�a � �`
� ! ,
Jobn H. Craig, �,ssistant Secret�y
Stats of Califomis
County o£ San Diego � s�.
� INSURANC� CQMPAIYY OP' � WE3T
TFI� EXPLO�R INSU12A3VC� CQMPANY
TNDEPEND�NCE CASUALTY AN177 SURE'i Y CONiPANY
�'ohn L. Hannuz�, Exacutiv� Vice Presidan�
On 7arnasry 16, 24Q L, befaza me, Norn�a Portex, Notaxy i?ublia, g�tsc�naliy appeaxed 7otm I.. Hannwn and �dhn H. Craig, parsonally knawn ta me tn 6a
ti�e persons whose narnes are aubsori6ed to the twithin in�trun�►emt, and acicnowtedSed to me ihat thep oxscuted the same iti theit aUtharized cepaniYies, and tha# by
theit signatures on tl�e +�strLTM+ent, the entity upoz� behalf' of which the persana acted, executad the insf�wnent.
W'itness iny liand azui offic�al seal,
- . .e,-
�. .. � IVC3F1Pd1�.;POft?;�R� ..�.
w� GQ@lttvl.-#125i7£s4i�
L1 �� , - hiflTRRY PUOL14`-CALI�ORNIA '�
� � $A . Dk�GO.&).OUNt'1' �
.fi�lp.�ain�7�i�siah ExpiPes,
.� . ; . MAR�Fi, d'�,� �A04 �
Ii�SOL'UfIOIdS
���
Norma Porter, Nota�ry Pnblic
This Power o£,Attomey is grattted and is signed, sealed and notarizad witb. faasimiie sigpaftai'es attd saals urcder authority af the following seso�utiane adapYed by
the seapective �oazds of DirectoTs of each of the Companiea:
"RE30LV�D: 'Fhat the P�asident, an Executive ax Seuior Vice Prasident of the Company, tOgC�tOi Wlfi1 th0 x�BCTEtSty UT 8ri� AS918tailti
Ser�retary, are kereiry authorized to exacute Powers o£ Attarney appoisating tha persnn{s) zasmed as Attnrney(s)-in Faat to date, eateoute, sign,
seal, and deliver on Uaiyalf nf {� Campany, ficlality and suret� bands, undartaEiings, ancl atl�ec siinilar aontraata af auretyahip, and any related
dvc�ents.
RL*SOLVED F[)R'xHER; That fhe signaturas of the o£&cors rnaking tha nppointmen�, and the signat�xre oE any officer oezti£ying the nalidity
and current efa;WB o£ tkta apgointme�t, msy be faasimi� repraxentafiona o£ ti�o&e signaturea; end the signat�usa and �eal'of ax�y notazy, and tkia
seal o� the Connpany,.r�sy be iacsimile reprasentationa of thosa signatures end seais, &X1CI 6llCYi PSCg1n11�E tB�l'C80htStt0119 BI]S�I 11av9 f�18 88ft16
fnrce an.d effect es if manuslly affixed, The faasiuvle repressntafaox�s refarred fv horeixz fnay he afF'ixed by stamping, printing, typizag, or
pi�ofacopying."
, CERTIFIGATE
I, the undersigned, Assistant Secretary af Ins�usnaa Company of tha Wast, The Explozer Insnrsnce Compauy, and indepeniienca Casualty snd 5urety Company, do
beseby certify tlaat the faregoing Pawer of Attomoy as in futl fnrae end s£fect, and hes nat bean revoked, snd that the above xesolutions wexe duly adapYed by the
reapective Bosrds o£Directors ef tha Companias, and aza now in full force.
IN W1TIVBSS WHERBO�', I have ant my b:and this 6 th �y ng Augu s t 200 2.
rohnH. Cxaig, Assistant "aaareta�y
To ^verify the autFiat�ticity of ttiis k'ower af Attamey you may oall 1-80d�877-1111 and a�1c for ti�s Surety Divisicm, Please raFer to the Power of Att�cey Number,
the abo,ve named individuai(s) and de�tails af the bond to wlxich the powar is attached. For infnm�ation or filin�g claims, please oonPact Buroty Claims, ICW Graup,
11455 El Caauna Rea[, �sn Diego, CA 92130•2045 ar neli (858) 350-240�.
PAYMENT BOND
I��r"���y�Z�
.
KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT
That w�, racksan Canstruction, LTD, as Principal herein, and Independence Ca�ualty and
Insurance Company a corpora�aon organized and existing under the laws of the State and fully
authorized to issue su�-e#y bonds in the State af Texas, as surety, are held anc3 firmly bound unto
the Fax� Warth Housing Financ� Cotpora#ion and the Ciiy of Fort Worth, a municipal
corpo:ration l.ocated in Tarrant and Denton Countie�, Te�as, Obligees herein, in the amouz�t of
Seventy-one ihotzsand seven hundred thirty-tive and 75/100 Dollars ($71,735.75� for the
paymeni whereaf, the saad PrinciQal and �urety bind themselves and their heirs, axecu�ors,
administra#ors, successors and assigns, jaintly and severally, finnly hy these presents:
WHEREAS, the Principal has entered in�o a certain written coniract with �the Fort Worth
Housing Finauce Corporation dated Ju1y 25. 20D2, a copy o:Fwhich is attached hereto and made a.
part hereof as if fully and to the same extent as if copied at length, for the con�truetion of
Eastcrest Court Stree� Improverrients, Fort Worth, Texas, Fi1e Na. K 1&92, D�E No. �3673.
NOW, THEREFORE, THE CONDITION OF THI� OBLIGATION IS SUCH, t�at if the
said Principal ahall faithfully make payment to each and every claimant (as defin�d in Chapter
2253, Texas Governmeni Cod�, as amended) supplying �abor ar rnateria�s in thc prosecution af
the work under the contract, then this obligaiion slaall be void; otherwise, to remain in full force
and effect.
PRQV]DED, HOWEVER, that this bond is execufed. pursuant to Chapfier 2253 of the
Texas Go�vemmen� Code, as amended, and aIl Iiabilities on this bond shall �e determined in
accardar�ce witl�, the provisions v� saic� statute, ta the same extent as if it were copied at Iength
herein.
1N WITNES� WHEREOF, the duly authari�ec3 representatives a� the Principal and the
Surety have executed this instrument.
SIGNED and SEALED this ��h day af A�.���t ' . 20 02 .
Jackson Canstructxfln, Ltd.
ATTEST:
��GC� � c�-�--
c�
(P,rinc[pa!} Sec ary
.� ..
1�.Y 1 i��""'�E~ . �
' , ,
Name: �arrq H. .Tacksair
Px�esident of JCZ Par�ners, Tnc.
Tlfle: �����'al Par�ener
(SEAL}
Wi ess as to PrincipaE
-�ST: - �
����� ��� �
Secretary
(S E A L} �
Witness as fo�Surety
Address: 51x2 sun Valley Drxve
Fart Wox�h, TX 761}.9
Independence Gasual�.y �nd 5uret� Company
su�FY ) . �� .
� -� � f �
_' >
By. �„�--�:-_, % .' %
- ,,
Narpg; ,Iack M. Crowley
Attorney in Fact
Addr�ss: � • o . Box 429
Arlingtan,.TR 76004-fl429
Telephone Number: $��-��4-l�ao
NOTE: (1) Carrect name of Princi�al (Cantractor).
(2} Correct nam� of Surety.
(3) S#ate of incorptiration of Surety
Telephone number of surety must be stated. ln addit�on, an ariginal copy of
Power of Attorr�ey shal� be attached to 6�nd by the Attorney�in-Fact.
, The date of bond shall not be prior to date of Contract.
IC'W GROUP
No. �0(i4'1S2
Pn�uver of Attorney
Insurance Campany o£ the We�t
Th� Explorer Insur�nce Company Independence C�aualty an.d Surety Comgany
KNOW ALL M�N BY TH735B PItESENT5: Thne Insuranca Campeny o£ the iFrast, a Corporation dulp arganized vnder fbe lsws nf the Stata of Califomia, 'ihe
Bxplorer lnsurance Company, a Coipora�ion duly organizad uader tl�e laws of the 3tata o£,Arizona, and 5n�geadence Casualty and Suraty Company, a Corporatio�
duly arganized �mdex t�e iaws nf the Stata of Ta�cas, (colleotir�ely ra£etxad to as fhe "�ompani�s"), do heraby appoint
�ACK 113. CRQWT.�7�X, PATRrCI� A.. SMTTIi A�TD RO�RT 4V. PURDIN
thaiz true and lswful Attarney(s)-in,-Fact ruith anthority to date, axeaute, si$n, aesl, and deliver Qn 68ha1€ of the ComFaxu,as, £idelity and surety honds, Undsrtalzings,
end other sunilar aontracts o£ suretyahip, and any relatad docume�s. �
IPI WTTNESS �E�T�EOF, the Companies huva caused these presents ta ba executed by its duiy authorized ofi"icers thie id� dap af 7anuary, 2001,
oawrnxr�„ 1loeyq -�s�''�'M�o
��`6�� a ���yQRpoa�r�16�� c}~ � �
�a,u,,� � � 4�S�Lq � � � �
�` =naa ^ a�
��* � ,e k�'4 �
��
�
7olmH. Craig, Assishant 5ecretary
rNsu�,�vc� con�a,r� ar� � w�sx
7'FI� �XPLORER AVSCjitANCE COMFANY
INI3�;.P�NDLNCR CASUAL'11 AND 5i7RETY CU'MPP�Y
]o� I.. Hannt�m, Executive Vice Pr�sit�ent
"�tate of Califamia
C:ounty of San Disgo � ss�
pn �anuary 1G, 24Ql, 6e£are me, Nar�na �ost$r, Nataty Puhlic, per�an�liy appeazed JoS�n L. Harm.um and 7o3m H. Craig, psxaonally known Yo me to tyc
the parsons whose names ara subsc�xbed ta the within instrument, and actmowledged tn me t}aak thay exeauted the same in their avthariaed capacities, and that by
theit �ignaharee on the instzument, the en4aEq upun Unhalf of which she persons aoted, executed flfe instrument,
�. - - �� � .'r�1c��Ni�:PtiFt���...' �.
- � ct�M�t..������rr�fl
'�-� • NOFRRY PUL11.iG�GA'L'I�ORNIA '�
��.�' . 6AlV D��GO CC9ili�'i'Y �
' �' ' �+Iy,C.umnF�Rston �x iF�s.
MARC1-�_ i��,• �Q.�A
��..n � � e�w�n�1�. c.4. � a . ,. . �., .�+m��� � I ��i�
Witness my hand and o,ffiaxal sea1,
��ti �;'
Norma Poxf�r, Nata.ry Public
� T2ESOLUTIQNS �
�This Power of Attarney is gtanted and is signed, sealed end notarized with faosimiie eignatures and aaalis under aufhority af t17�e following reso�utinns adopted by
the resgective Boards oFDirectoxs of each of tha Campanies:
"RESOLVED: 'i'1�at ths Pxesident, an Executiye or 5enioz Vica President of the Carnpairy, togQth� with tha Secretary ar any Asaistant
5ecre4axy, are hereby authorixed to executo �owers of Attornsy appointing the pa�cson(s) named as At#omey(s)-in-Faat to date, axacnte, sign,
seal, snd deliver on be�,l€ af the CampanY, �.detity snd sur�ty bonds, undextakings, and of�ter sim'slnr coniraats af auretyship, and any related
dacuments,
RESbLVED F[iJ.Z'tHSR: That kh� eig�atures of the of'�icers meking tlae appointma�rt, attci the sigaature a�F any officer certsfying the validity
and cu�rrent status of tha appointrnent, may he faasimila representations a£ those signxtures; and ths aignatvre and seal of any noiary, and the
aeal of tha Company,.may be i'ar,�imlia rapTesentatiotfs o£those sigaetores sdd seals, Hnd sup�: fhC31m1IB i�j?1'e50ilt&t1ori8 gh8�1 IIaVe tile 58me
foroe and efYect as if manazalSy sf$xed. 'fhe facssmile repzesentatio� referted bo hareirx msy bo affixed bp atam,ping, printi3�g, typing, pr
phoiacapying,"
• CF.I.tT1PICATE �
I, the unriereigned, Assi�kant Sacretary of Insuranee Company af the Weat, Ths Exglorer Fnsurauoe Company, and Ind�peridance Ca�alty and Suzaty Company, da
]�reby aertify fhat ths foregoing Power of Attarney is in full force and effect, and bas not been revokec� and that t�ie nbave xesolulioris wexe duly adopted by the
resp�ative Bn�rds oF Direotors a£ the �ompanies, and are now in full £orce,
�i WITNEBS WHEIi�DF, I have set my hand tlus 6�h aay o£ . Augus t , 2D02 .
. ,
Jokin H. Craig, A�ssistant 5ecretsry
To verify tl�e autlaentieity of this Pawer of Atbarnap you may nall I-80D-87'I-3111 and aslc for the SureEy Division. Pleaea xafer to the Fower nf Attorney Nucn6er,
the a6ove nsmed ix►dividual(s) and details of the bond to which the pawer is ahached. Fnr inforniaf�nn nr fi6ing clsims, pf�ease contact SiuetS+ Claims, ICW Ga'onp,
i 1455 }31 Csmino R�aJ,, SanDiego, C.A, 9213d-2045 pr aall (85$} 354-24d0.
s�aN�a�� �o�� o� A����n����
THE STATE OF TEXAS §
§
COUNTY OF TARRANT §
THIS AGREEMENT, made an.d entered into this .� day of ,� A.D. 2001, by and between
Fort Warth Housin� Finance Cornaration. acting through Citv of Fort Worth usine Denarhment, thereunto
duly authorized so ta do, Party of the First Part, hereinafter termed DEVELOPER, and Jackson Construction.
Ltd. , party of the Second 1'art, hereinafker terimed CONTRACTOR.
WTTNESSETH: That for ant� in consideration of the payments anc� agreements hereinafter mentioned,
to be made and performed by the Party of the First Part (DEVELOPER), and under the conditions e�ressed in
the bonds bearing even date herewith, the said Party of the Seeond Part (GON'1'RACTOR}, he�reby a�'ees with
the said Pariy of the First Part (DEVELOPER) to comme�ace and complete the construction of certain
impravements descrihed as follows:
Canstruction of Eastcresi Court
FiSe No. K-1692
D.O.E. No. 3673
Citv of Fort Worth
and atl extra work in connection therewith, under the temis as s�ated in tlae General Conditions of tl�e
Agreement and at b.is (or their) nwn proper cost az�d expense i� furnish all the materials, supglies, machinery,
equipment, tools, superintendence, labor, insuran,ce, and other accessories and services nec�ssary to complete
the said construction, in acoardance with the canditions and prices stated in �e Praposal attached hereta, amd
in accordance wi� the Notice to �ontractars, General and Special Gonditions of Agreement, Plans and other
drawings and printed ar written explanatory znaiter thereof, and the Speci�icatians and add�nda therefare, as
�1'��]aiBCl 13}�. E. M. PARTEN & ASSOCIATES. 4009 Linkwood Drive. Aledo. Texas 760U8
Tele�hone NumUer 817-244-0716
herein entitled the I7EVELOPER'S ENGINEER, each of which has been identified by the CONTRACTOR
and the DEVELOI'ER'S ENGINEER, iogefiher with the C�NTRACTOR'� written Proposal, the General
�Conditions oithe Agreemeut, and the Performance and Payznent Bonds hereto attached. all of which are made
a part hereni and collectively evidence and consiitute the entire contract.
Th� CONTR.ACTQR hereby agrees to commence warlc within (� days aftez the date written
notice and to substantially c4mplete the sarne within � working days after the date of the wriften notice to
co�mence wnrk, subj ect to such extensions af time as are provided by the General and Special Conditions.
The DEVELOPER agrees ta pay the CON'1`RACTOR in cu�rrent funds the grice or prices shown in ihe
proposal, wh.zch forms a part of this contract, such payments ta be subject to the General and Special
Condiiions of the contract.
� Page 1 of 2 of Standard Form af Agreement
C�y NES� �y,H
, 7'�,�as, this RE��, t�s
���.� par�,��
�� ��'Y of h�'��Q hav
� � �xe�uteq t
�1�.R. p, hfs �ontr� .
G ���� �,n ��� �'��th
o _ . Ta�.�nt
: ' '� �,�y
� `.
r
� ��� .
�°"t���� ,�� ��.,��
�h°�� ���,�,��
�� �,�
Pa9e � of 2 af st�n
d�� F°'� °fq9��m�ht
'�p�ro�,��, ae �.. _
� �j
' '�/�lr ��,� �j_=�� � ��
_yt `{ ,}� ��, � ,,-
� � �' ��'r�:
�
�pc1£�°� C �
By � ��°r a����U�ti�n
T��� L � d .
i��'ry. '�.,.
`T�1' • J
Ac1���W/�d�,�d � pa �'tn �rs � i � } pr�� .
Y n� iae
' ! ' G�n er � p f
s�� �ty'ofF�,� ' � , ar�h�r
�'ner'� R��`�o n� l���si�8 D �
c�f/tre, '�/J� ,
'��nt
PART I - SPECIFrCATIONS
MATERIAL SPECIFIC�TIONS
FOR
STREET 1MPROVEMEVTS :� t� s T c rt � s� c o'� � m
EASTCREST ADDITZ�iV
FOFtT �+IORTH, TEXAS
MATERIAL SpECIFICATYONS: This contract and project are governed by the two
foliowing published spec:ifications, except as rnadified by tlae Special Pravisions.
STANDARD SPECIFICATI�2�5 F4R STRE.�T AND STDRM DRAINAGE
CONSTRUCTrON, CITY OF FORT WQRTH
S7'ANDARD SP�CIFICATIDNS FOR PUBLCC WORKS CONSTRUC7T4N,
NORTH �:ENTRAL T�XAS COUNCIL O�' GOVERNMENTS
A copy �t� e�ther �f� these specificatians may be purchased at the offiee of
Transportation a��d Public Wnrks, 1Q00 Throckmoetan Street, Municipa! Building, Ciry
of f=ort Worth, Texas. The applica�ke published specification i� either of these twa
documents may be follawed, at the discretion of the contrac[or.
♦
35