Loading...
HomeMy WebLinkAboutContract 28520� i � �� CITY SECR�'T�'�j� ��t� � �3 C4NTRACT �p , ����J � �� �!S Cp�Y �ii� � ►;U���;�:�a�� .. . -��• . '.�a�'��A�t;R'S�,G;��t:;���. ��f4'; ����:�:�i�:��� ,�li fi�,4�As��'su����f� - �ii��>.��i;'s��� ��l. �ip�1�i - i•;i,� t.�'j�Y SPECIFICATION AND CONTRACT DOCUMENTS FOR H.M.A.C. SURFACE OVERLAY (20Q3-5)t "�'r"—" , ��w ..�..,.MP�.+�-`��� �� �,.�.... ...- AT VARIOUS LOCATTONS IN THE CITY OF FORT WORTH, TEXAS PRQJECT NO. GS93--02093Q522410 1 1 � � �� Il �� 2003 KENNETH L. BARR MAYOR GARY W. JACKSON CITY MANAGER ROBERT D. GOODE, P.E., DIRECTOR DEPARTMENT OF TRANSPORTATION AND PUBLTC `i+yT. ,, � ,,,,, � ����'� ����� G�?���������,�i�) � A. DOUGLAS RADEMAKER, P. E., DIRECT� ����' ���C�������� t. DEPARTMENT' OF ENGINEERING � ���� ������,����� ���� �; PREPARED BY TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ENGINEERING COORDINATION - � _�..�,.,h�h.. _ � EXHYBIT "A" ORi C����AL �p;� � ��' ����•,A �r � • •���''. ��ro4C e� �-y.q�p � � o' _ ��Y� 1py���1 t�� �;� � �' � M I •����1���1��f��1����1�1�f��• i � � 5U5AN L SCHWIf�GER . � ................................ ° : 69469 �, : 4. ; �%_ n ��` .�a�aa�noca o�����r tl—O� —2c�o2 CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS COUNTY OF TARRANT . KNOW A�L BY THESE PRESENTS: THIS agreement made and entered into �his the 18th dav of Februarv, 2003 by and between �he CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a spec�al cha�t�r adopted by the qualified voters withtin said City on the 11th day of December, A.D., 1924, under the authority {v�sted in said voters by the "Home Rule° provisio�) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting af the Ci#y Council af said city, ar�d the City af Fort Worth being hereir�after termed Owner, and Sutton & Associates, LP HEREINAFTER CALLED Contractor. WITNESSETH: That said parties �ave agreed as folfows: 1. That tor and in cansideration of the payments and agreements hereinafter mentioned to be made and perFormed by #he Owner, ar�d under the conditions expressed in the bond bearing �ven date herewith, the said Contractor here�y agrees with the said Owner fo commence and complete the construction of certain �mprovements described as follows: HMAC SURFACE OVERLAY {20U3-5) Designated as project ntamber, GS93-020930522410. 2. That the work herein contempEat�d shall consist of furnishing as an 9nde�en�ent co�tractor all labor, taols, appliances and materials necessary far the construction and campietion of sai� �roject in accardance with all tne Pfans, Specificafions ar�d Contract Documents prepared by the Transpartation ar�d Pu�lic Warks Depa�finent o� the City of. Fort Wort� adopted by #�e City Cauncil of kne City of Fort Worth, which Plans, Specifications and Contract Documents are h�reto attached and made a part of this contract tf�e same as if written herein. 3. Tne Contractor hereby agrees and binds himself to commence the construction of said work within ten (10} days after b�ing notified in writing to do so by tFte Transportation and Public Works Department of the City of F'ort Worth. �����'� G��� G�:'1�C���L{D - C��' �5����x� �,� �� r�' �i(`r+ j�f"'i::� 'f�'; ",�7 � �� ,. C- � 4. The Contractor hereby agrees to prosecuke saicf wark with reasonable diligence after th� comm�nc�ment k�ereaf and to fualy complete and finish fhe same ready for th� inspectian and appro�a[ of the Transpor�ation and Public Works Depar#rnent of the City of Fort Worth and the City Council of t�e City of Fort Worth within a period of fiD woricinq days. If the Contractor should fail to complete the work as set fort� in the PEans, Specifications and Cantract Docurr�ents withir� the time so stipulated, plus any additional time allowed as provided in the General Conditions, there s�ail be deducted from any monies due or which rnay thereafter becorrie due i�im, the sum of $315.0� �er working day, not as a penalty but as li�uidaiad damages, the Contractor and his Surety s�all be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin t�e work her�in �rovided for within the time herein fixed or to carry on and complet� the same according to tF�e true meaning of the intent and terms of said Pians, Specifications and Contract Documents, then the Owner shail have the right #o ei#her demand ihe surety to take over tt�e wark and complete the same in accordance with the Cnr�tract Documents ar to tak� c�arge af and complete the work in such a manner as it may deem proper, and if, in the completion #F�ereof, the cost to the said City shall exceed the contracf price or prices sek farkh in ihe said Plans and Specificatians made a pa�t hereof, the Contractor andlor its Surety shall pay said City on demand in writing, setting forkh a�d specifyin� an itemized statement af t�e tota] cost thereof, said excess cost. � I � ,, Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at tne project site for Contractor's sole negligence. In addition, Contracior covenants and agrees to indemnify, hald harmless and defend, at its awn expense, the Owr�er, its officers, servants and employees, from and against any and al[ claims or suits for property foss, prope�fy damage, personal injury, including deatF�, arising out of, or alleged to arise out of, the work and services to be performed he�eunder by Cantractor, its afficers, ag�nts, employees, subcontractors, lic�nsees or invitees, whether or not anv such iniurv, damaqe or death is caused. in whole or in parf, bv the neqliqence or alleaed neqlipence of Owner, ifs afficers, servants, or emplovees. Contracfar likewise eovenanks and agrees to ind�mnify and i�o�d harmless t�e Owner from and against any and a!I injuries to Owner's officers, ser�ants and employees anci ar�y damage, loss ar destruction ta proper�y of the Own�r arising from the perfarmance of any of the terms and conditions of th�s Contract, whether or nof anv such in�ury or damaae is caused in whole or rn part bv fhe neqliqelTCe or alleaed nepliaence of Owner. ifs officers, servanfs or emplavees.. ln the event Owner receives a wrifken claim for damages against the Contractor or its subcontractors prior to final payment, fina! payment shall not be made until Contractor either {a) submits to Owner satisfactory e�idence that the claim has been settled andlor a release from the claimant in�olved, or {b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to ti�e insurance carrier. The Director may, if he deems it appropr�ate, refuse ka accept bids on other City af For� Wo�th public work from a Contractor against whom a claim for damages is outstanding as a result of work perfarmed under a City Contract. I�JV'U��U':;'UIIV�l� U.:�'�'`,,'��'F`'li ������` �}��.�C�G'�� �'�� f :lrz ��k' � C'ii i :, ',�.�;�u,�<;`�I�-� ���o C-2 - . - �- 7. The Contractar agrees, on tne execution of this Contract, and before begi�ning work, to make, execute and deliver to said City af Fort Worth gaod and sufficient surety bonds for #h� faithful performance of tF�e terms and sti�ulatians of the Contract and for ihe payment to afl claimants for labor andlor materials furnished in th� prosecution of the woric, such bonds being as pro�ided and required in Ar#icle 5160 of the Revised Civil Statutes af Texas, as amended, in the form included '[r� the Contract Doct�ments, and such bonds shall be One Hundred Percent (100%) of the tota! contract price, and the said s�rety shal! be a surety company duEy and legally au#horized to do business in the State of Texas, and acceptable to the City Caur�cii of the City of For� WortFr. : Said City agrees and binc�s itself to pay, and the said agrees to receive, for all of the aforesaid wor�C, and for al[ additions th�reto or deductions therefrom, the price shown on the Proposal submi#ted by the successful �idder hereto attached and made a pa�t hereof. Payment will be made in monthly instalfinents upon actuaf work completec� by Cantractor and accept�d �y the Owner ar�d receipt of invoice from tF�e Cantractor. The agreed upon total contract amount (inc�udinglexcluding) alternates NIA shall be: Six Hundred Thir�y Nine Thousand, Fifteen Dallars and No Cents $639,0'� 5A0 � ft is further agreed that the performance of tnis Contract, either in w�ole or in part, shall not be sublet o� assigned to ar�yone else by said Contractor without the written conseni of the Dir�ctor of the Tra�sportation and Public Warks Department. 10. The Contractor agrees ko �ay at least the minimurn wage per hour far al! labor as fhe same is classi�ied, prom�lgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part i�ereof the same as if it were copies verbatim herein. 11. It is mutually agr�e� and understaad ihat this agr�ement is made and entered into by the parties hereto with references to #he existing Chart�r and Ordinances of the City of Fort Worth and th� laws of the State of Texas with references io and governing al( matters affecting #i�is Contract, and the Cantractor agrees to fully campiy with a!I the provisions of the same. 1N WITNESS WHEREOF, the City af For� Worth has cause� this instrumenf to be signed in six 6 counterparts in i#s name and on its behalf by the City Manager and a#tested by its Secretary, witi� the carporate seal of the City of �ort Worth attached. The Cor�tractor has exec�ted this inskrumen# through its duly authorized officers in six 6 counterparts wi#h its corporate seal attached. Done in Fort Workh, Texas, this the '18th dav of Februarv, 2003, U�G�D�G�G°a�� ��"[���JG��D �a�`�� ���:�Vn7r���,�� :,. ,,,,,, C-3 r RECOMMENDED: ����5 �� DIRECTOR, DEPARTMENT O� ENGINEERING CITY OF�ORT WQRT � r �_.__-_,�.� � j' r � �� � _ ASSISTANT TY ' �AGER '� APPROVED: ��� � � �-�N�� �- ���G�� L. � b`� �, �-.� __I-i'l�, ���+��rti_ w �1�.�'�-1���t� (Con#ractor) DIRECTOR, TRANSPORTATEON AND PIJB�EC WORKS ATTEST: /� i � . ��.� -�` ,�i1,��'�-�'. �ITY SECR ��- �]��ac� Autha�rj'`z�atian (SEAL) �,. --� � �1 T�� By- � j� �, �ate �c�,� i o��� -.. � _ � i �'.���(�t�'-� r� �`��'C,I � , . ,(Represen#ative) �.��� APPROVED AS TO F4RM & LEGALITY: (Title} � �. ���� ��.� ��7 {Address) ��-����� � I /� /�-Y�`i T �CitylStatelZip) F � `�ASSIS ANT CITY ATTORNEY November 1960 Re�ised May 1986 Revised September 1992 Re�ised January 1993 Revised Apri! 1999 Revised June � 999 i'� f( �(��� '`''��'��i,�tu��" �; j� u� v n � u�_i, � -�ti7 C"2�� �) }�����. ����,���� �,�[�''::��.�� � �.-- �n�f��}1l'_��,� �1��10 9 G4 ATT T: {Princip I) ecretary , / . � /// . Y � . --- ' ( � 1_ _ _:G � � ���� Witness as to Princ`ipal ATT�ST: Secretary (SEAL) �t� i;l,e_ 1'��� �-��n�' Witness as to 5urety Sutton & Assaciates, LP ��{ PRINCIPAL �,R��.IF�• C��nec�i�i t�zr�r�er � � � By: y�� , Name: Ivl � �lGl�f r�J�.�;�li�l�} Title: ���"v�'��(�. Address: PO Box 677 Keller, TX 76244 Gxeat Amexa.can Insurax�ce Company SURETY ��,j�� BY: - C�� r�`�-fOJ.�r� Name: Staci Gross Aftorney in Fact Address: p0 Box 833837 Richardson, TX 75083 Telepho�e Number: 800-437-7843 Nofe: -Correct name of Principfe (Confractor) -Correcf name of Surefy -Sta#e of incorporafion of Surety 7elephone number of surefy musf be sfa�ed. !n addifion, an origina! copy of Power of Afforney shall be affached fo Band by fhe Atforney-in-Facf. The date of bond shall nat be prior to date of contract. ; i THE STATE OF TEXAS COUN`�Y OF TARRANT PAYMENT BOND Bond # 5454599 § § ' KNaW AL.L BY THESE PR�SENTS: § ' That we, (1) Sut�an & Associates, LP , as Principal herein, and (2) Gxeat Amera.can Insurance Company , a corporation organized and existing under the laws of fhe State of {3} �hio , as surety, are heid and firmly �ound unto #he City of Fa�t Worth, a municipal cor�oration lacated in Tarrant and Denton Counties, Texas, �bligee herein, in the amounk of Six Hundred Thirty Nine Thousand, Fifteen Dollars and No CentsDollars ($639,015.00) for tne payment whereof, the said Principal and Surety bind themselves and their heirs, execufors, administrators, successors and assigns, jointly and severally, firmly by these presents: WH�R�AS, the Principal has entered into a cerkain written contract with t�e Obligee dated 18kh day of February, 2003, which contract is hereby referred to and made a part hereof as if fully and ia the same extent as if copied at length, for the following pro�ect: HMAC SURFACE OVERLAY {2003-5] GS93-D2093U522414, THEREFORE, THE CONDITION OF THIS OBLiGATION 1S SUCH, that if the saEd Principal sha�l faithfully make payment to each and every claimant (as defi�ed in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in ihe prosec�tion of the wark under the contract, #hen this obligakion shall be �oid; otherwise, ta rernain in full force and effect. PROVIDED, HOWEVER, ki�at this bond is executed pursuant to Chapter 2253 0# the Texas Gavernment Cade, as arnended, and all liabili#ies on th�s bond s�all be determine� in accordance witf� the provisions of said stafute, #o the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the d�ly authorized representati�es of t�e Principal and the Surety ha�e executed this instrument. SIGNED and SEAL�D this 'i8th day of February, 2003. A ST: (Pr�n ip I) Secretary �i � ---- �� C . ._� ____:� % � � Witness as � ATT�ST: � � � -- � _ ��J��� to Principal , ,Sut�an & Associates� LP �jy PRINCIPAL�.A�-1��. C���e�a(���Y�e1� ..� 1 C, By; Name: ivl I CI�ii1.�P�� '�CQI� . �- Title: �{��jU�� ��- Address: PO Box 577 KalZer, TX 7b244 Great Amex�.can insurance Comnany SURETY � By: � C�� /�-�i Name: 5taci Gross Attorney ir� Fact Secretary (SEAL} I �. ] 1��,1,�L C� � � .�/15�- Witness as to Surety Address: PO Box 833837 Richardson, TX 75083 Telephone Number: 800-437�7843 Note: -Correcf name of Principle (Confracfor) -Correct name of Surety -5fafe af incorporation of Surety Telephon� number af surefy musf be sfafed. In addriion, an original capy af Power of Afforney shall be aftached fo Bond by fhe Aftorney-in-Facf. T�e date of bond sha[I not be prior to date of co�tract. � ''i THE STATE O� TEXAS CDUNTY OF TARRANT That Sutton & 1 MAIN7ENANCE BOND Bond # 5�54599 § §' �, KNOW ALL BY THESE PRESEN7S: Associates, �P {"Contractor"), as principal, and, Great American I�surance Company a corporation organized under the laws of the State of Ohio ., ("Surety"), do hereby acknawledge themsel�es to be held and baund to pay unto the City of Fort Wor#h, a Municipal Carporation chartered by virtue of Constitutian and laws of the State of Texas, (°City"} in 7arrant County, Texas, the sum of Six Hundred ThirtV Nine Thousand, �'ifteen Dollars anci No Cents DoElars {$639,015.00), lawFul rnoney o# #h� United States, far payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This ob[igation is conditioned, nowever, that: WHER�AS, said Contractor has this day enterec{ into a wri�en Cantract with the City af Fort Worth, dated the 18th dav of Februarv, 2003, a copy of which is hereto attached and rnade a part hereof, for the perfarmance of the following described public impravements: HMAC SLJRFACE OVERLAY �2003-5? the same being referred to herein and in said contract as the Work and being designated as projec# number(s) GS93- U2093052241d and said contract, includEng all of the specifEcations, conditions, addenda, change orders and written instruments referred to therein as Contract Documents beir�g incorporated herein and being made a part hereof; and, WH�R�AS, in saicE Con#ract, Contractor binds i#self to use such materials and to so construct the work that it will remain in good repair and condition for and during a period aF after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term o� two {2) vears and WHEREAS, said Conkractor binds itself to repair or recanstruct the Work in whole or in part at any time within said period, if in the opinian of the Director of the City of Fnrt Worth Department of Engineering, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair flr reconstruct said Work as herei� provided. NOW THEREFORE, if said Contractor shaEl keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be nul] and void, an� ha�e no force or effect. Otherwise, this Bond sha�l be and remain in full force and effect, and the City shalE have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. GREAT AMERICAN INSURANCE COMPANY� Administrati�e Office: 580 WALNUT STREE� • GIf�CIN[VATI, OHIO �5202 • 513-3fi9-5QQU • FAX 513-723-2740 TJie ��4�mi�er of persans au€ltorized Uy this power of �tttorney is not E�iore di�n FOL1R iVo. 016�[86 PO\'4'ER OF r1i'T'ORNEY I{Np�� AX,I, i��1C:N 13Y TH�S� YRESI;NTS: T��at the GREAT Al1�iER[CAN INSURANC� COMPAPiY, a coipo�ntian na�ga��izecl aE�d existing under and by vut�se of the la.vs of Ihe St�te of O}tio, docs lterei�l' E�omin�te, constitute and appoiut tl�e �>ersott oe �ie��sous na�ued Uelo�v its tilie aiici la�vfitl aEiomey-in-iact, for it aitd in its nanie, �,l,ice �End ste:�c� ta execute in h�:kt.Elf of tlie s<iid Co�n�,,iny, t�.s surety, any ���d all U�mds, mtdeitakiitgs :���d coiiiracts qf si�retpsl�ip, or otl�e�� ��=�itten obli�atio��s i[t tise n1t�Ere lktereoF, provided tl�at ihe lia�iilily of E1�e saic! Compnny on arty suclt boncl, u«deitial:ina or contract of su�•etyship axeculed under diis authoEitt� si�all not exceed Qie linut stlted l�eEotiv. I30NAL BOLEY S'['EV� 1�EAL STACI GROSS JANET Kr1I56R N�me Adderss Lituit of Po�ver ALL OF AI.L WICHITA Fr1LL5, 'I`EXAS L11�€LIMITED This Powe�• of �tto�7iey re��oi:es ail previous porve�s issuecl iu behatf of €he aftn»jey(s}-in-fact fauied above. II�i 1VITNHSS �VHEREOF tk�e GREAT ?�MERICAN INSURANCE CON�PANY h1s caused these presents to he signed:uid attested hy its appropE iate officers and its co�porate se�il hereunro �ffe.r•ed tkus 6TH clay af DECEIv�BER 2002 Attest GREAT A141ERICAN iNSUit�.NC� COi�IPANY �'" "'w� .: . r ,:i u ,.� t'.���� � ... -r .�_.� /� ,, "� �� �_ . /` , � ��.�<<;,,,��.� �,�� � , t,., ��,,�,1,r��,�� STATE OF OHIQ, COUNTY OF iiAMiL'Tp1�! - ss: O�� tl�is 6TH da�� of D�CEMB�Fi, 2002 , 6efore �ne pe�so�xall�� ap�eared DOEJGLAS R. BOR�EN, io ��ae kno�vE�, heing c�aly s��=oi7i, deposes ��nd says that he resides in CiE3cii3�iati, ()hio, that E�e is tl�e DivisionaE Senior Vice President of the Bond Di�isiu�� of Grcat Ame�icait ��tsur�tnce Conzp;��zy�, (CSe CUE71�.713y f�eSC17U�Cj Y]] A3]CI 1V�)IC�] f;CCCUiCLI IE7C :IhOVQ E1lSC1'U111C17C; tirit I�e 3:no�vs tl�e se,�i af Ihe said Compan} ; that Ehe seal aftixed tn the said instnimenl is si�ch coipor�tte seal; tiiat it �vas so :tfFixed by aEiti�oriry af liis office undes� the Ry-L��vs ok� snid Conipa�zy, a��d tl�at I�e signed his navie there�o hy� like authoiity. 1Ui i'i�.i �`! iJC)ll�il il i i I`f ���1'���,/�1�1fL�t- �'�cill' ����-� r�;iY I�Uf31_IC, STA"I"� OF OHIU �.,,� NiY C;UMMI ;SION k:XPlfiES 0(3-1?.-D6 �' � � Tliis Po�ver of Aitorney is gra�ited hy .�utiio�ity of the follo�ving resoli�tions :idopted by tl�e Bom�c! af DirecYon of GtYat Americai� I��surnnce Compan}� by unanimous �vritEen consent daEed I��i.irch 1, 19)3. RF.SOG['ED: That tlte Uirista�t Ptesideitt, tlae .seret«! Drs�isiofr Vice Yr�side�ats a�rd Assislairt {�ice Yresrde�rrs, m• an}� ni�c of rltcnt, be ra��d he�rG�� is Cflf1II0!'l;.ed, f1'o�u time fo tilxe, to appoi�rt one or mor� Attnrrrtn�s-in-Fact to e.t�ecrrte nra I�elialf nf tlre Cnfzrprnry, as srtrett; nn7� ruut aIl Goilds, rr�adertakings �tnd corrr�crcts ojsrn•er��sliip, or otlrer• it�riltera nbligatiolts iii tlae �¢ntauc tlreirof,• to �rresctiGe tlrcir re,spective �tutics n��d tffe tespcerrt�e linrirs of rherr rr�dhorit��; �rr�I to rei�o�e aiil'srrch appoiiatilte�lt at arrl tinee. RESQLYED Fi.'KTHER: Tlrar rlae Co�rrprn�}� seri! a�id flte sigiiatrnr of niiy of tl:c rFfor•esnrd o{Jicers an�� rart}° Secretaf3� or �lssistrirrt Se�ictrrr�� of Ihc Couapairy nxry be a_fj%red b}� fr�esirtiile to atty �>oii�e�• of arro��rep nr �crtificate nf eitlte�• gr��eti far tlre e.reci�tioia of a�ri� bn�ul, i�itde�7akirrg, corrtrrret a• sinrt}�ship, or ntfrer i+�rilten nblig�uia¢ i+a the �tcrfrn�e dre� cof, sa�cli sr Qriatui e and seal tivhen so user! bei:rg licrcbJ� adopted b�� tJte Co�upte�tp as thc rn�igina! si qirattu�e ofsrrclt t?jlScer m+id tlte o�•igi�:al seal of rlrr. Cn��rpa+i�; tn be ralid mid biFrdi�ag arport Iftc Cortiptttty tii�i111 tke sai�ac foice ru:d c�'ect rrs rltorrgl� nra�rrra!!y �sfj`i.t�erl. CE�2.'�'II'ICATION [, RONALD C. HAYES, Elssistant 5ecre[aEy OI G1'e�IL Aq3el7C,i11 Ii1Slli�'IIlCC COttt(f��ny, dt� l�ereby cc�tify that ttie foregoing Po�vcr of Attorney <mcl the Resolu[ions oF the Boa��i of Di3-ectots of Marcl3 l, 1993 h�ve nat been ree�okecl and are uow in full force .ntd effect. Sig«ed and seaEed Il�is i � /�:� ,. ( �� 1 f'`:��: �.Ill.��,�'] s �ozsT��traa) 18th ��y of February 2003 / ! ._ »���_.� ��� GR�AT�ERICAN, IN�URABG� GROUP �1�fPORTAh'T N4TICE: Gre�t Americ.an lnsur�►nce Comnany of [�Iew York Gre�t Americ�� Alli�nce lnsur�nce Com��ny Great Americ�n Snsurance Campany To obtain irttorrrtatiort ar make a complaiht: You may cor►fact the "%xas Department of lnsurance to obtain infar�nation an companies, covesages, rights or camplaints at; 1-800•23?-3a39 You may write the Texas Depa.rtmen[ oi Insurance at; P.O. Box t4910� A�st�n, TX 78714-910� fiAX # 1-S 12-475-1771 Your notice af ciaim against the attsched band may be given ta the surety rompany that issued ihe bond by 6ending it to the following nddress: �Iailin� Address: Physica! Ad�ress; Greac American Insurance Company Claim P,O, Box 2575 Cincinnati, Ohio 45201 Grea� Ame�ican Insurance Cornpany Clairn 58Q 1�Valnu� Streec 7th F1oar Cincinna�i. �nio;�?O1 �'��: r,::.:. al�e cor;cact tn� Gr�a� Americar; Insura.rsce Corn?�n�• Cka,im o� ��� ��• sei�ohone a:: T�'te�'t�:��: \ur:,bzr: ]-513-369-�Oo9 PRE_IIIL=I�X OR CLALI�I DISPUTES: if vo� have � d�spu�� concerning a pcemiur�:, }•ou s}tould cor.cact the aQent ius,. if you have a e',�s�ute concerc�ir.� � clairrt, you si�ould cor..act tn� com��rs;: fi�s:. Ir the dis�utz ia nat resolved, }�ou may� cart�ec [he T�xas Department of I7sur�nce. :�TT.aCR T�IS hOTTCE TO �'OL'R BO�'D; This notice is far information onlv and does not become a p�n or conditioy of the attached dacu:n�r�t. FA667 4�f0! � City of Fa�� Wortlx, Texas �Ayar And Cat��cy[ �,ammun�cAt�an DATE REFERENC� NUMBER LOG NAME PAGE 2�18�fl3 *�`C-19472 � 20HMAC03-5 I 1 af 2 SUBJECT APPROPRIATION ORDiNANCE AND AWARD OF CONTRACT TO SUTTON & ASSOCIATES, LP FOR HMAC SURFACE OVERLAY 2003-5 RECOMMENDATION: It is recommended that t�te City Cou�cil: 1. Autharize the transfer of $367,007.5D from the Wafer and Sewer Operating Fund to the Water Capital Proj�ct Fund in the amount of $213,314.35 and Sewer Capital Project Fund in the amaunt of $153,693.9 5; and 2. Adopt the attached a�propriation or�i�ance increasing estimated �eceipts and appropriations in the Water Capital Pro�ecf Fund in the amount of $213,314.35 and the Sewer Capitaf Project Fund in #he amour�t of $153,693.15, from available #unds; and 3. Autt�orize the City Manager to execute a cor�#ract with Sutton & Assoc�ates, LP in the amount of $639,015.Qp for 60 working days for HMAC (hot mix as�haltic concrete) Surface Overlay 20Q3-5. DISCUSSION: In the FY2002-2003 Contract Major Maintenanc� Program, various types of street maintenance tecf�niques are grouped into specific contract packages. HMAC Sur#ace O�eriay 2003-5 pro�ides for surface and base rehabilitation, replacement of failed curb and gutter, and driveway approaches �ar asphalt streets at �arious locations. The streets included in this contract are planned for the replacement of wate�r andlor sewer lines under separate contracts. The Trans�ortation and Public Warks Department has determined that curb-to-curb restoration of the pa�ement surface is the best op#ion for the repair af ihes� streets. Cost for repair of #hese streets will be shared equally (�a15�} between the Water Department and Transpar�ation and Public Worfcs Department. The following list detai[s the limits for each of the streets included in this �rojeci: Street Cooks Lane De�on Court �I Greco A�enue West Fuller Avenue Glena�on Court HaNbrook Drive Wes# Hildring Drive East Hildring Court Hollow Hills 5#reet Kinsale Court Lashburn Court Meadowbrook Drive Shasta Trail Shelton Drive From North Meadawbrook Drive East Cul-de-sac CIl�01p DfIV� Lubbock Avenue East Cu[-de-sac Sl�eridan Road Arlan Lane East Cul-de-sac Meadawbrook Drive Slade Boulevard East Cul-de-sac Caoks Lane Jennie Drive Coaks l.ane To South Mea�owbroak Drive Hildring Dri�e East Madrid Dri�e Cockrell A��nu� Hildring Dr€ve East Rockdale Road Southwest Loop 820 Hifdring Drive East Shefton Drive West Cul-de-sac Hildring Drive East Eastc�ase Parkway Sandra Drive East Dead End Mapsco $1A 89L 103D 90K 89L 105E 89G 89G 81A 73T 89L 81A 9QX 81A CD 5 3 6 3 3 6 3 3 5 3 3 5 6 5 City of Fort Wo�t1i, Texas �Ayar AnC� �auncy[ �an�murt�cc�t�an DA7E REF'ERENCE NUMBER LOG NAM� PAGE 2118103 **C..� 9472 20HMAC03-5 2 of 2 suB��c�r APPROPRIATI�N ORDINANCE AND AWARD O� C4NTRACT T� SUTTON & ASS�CIATES, LP FOR HMAC SURFACE QV�RLAY 2003-5 The City afsa reserves ti�e right to irtcrease or decrease quantities af individua! pay items within the contract provided that the total contract amaunt remains within plus or minus 25% of the con#ract award. This project was ad�ertised on October 31, 20�2, and November 7, 20p2. On D�cember 5, 2002, the follawi�g bids were received: Bidders 5utton & Associates, LP J.L. Bertram Construction & Eng�neering, Inc. Peachtree Cons#ruction, Ltd All-Tex Paving, Inc. Austin Bridge & Road, LP APAC-Texas, Inc. Amount $639,015.00 $654,850.50 $659,430.00 $�87,702.50 $729, 9 45.00 $7�48,834.Q0 Sutton & Associates, LP is ir� compliance with the City's MIWBE Ordinance by committing to 20% MIVIIBE participation. The City's goa� on this pro}ect is 14%. In addition to the contract cost, $15,000.00 and $10,000.00 are required for possible change orders for water and sewer respecti�ely. Conti�gencies for associated construction ir�spection and sur�ey ar� $13,0OO.Oa and $9,50�.D0 for water and sewer respectively. This project is located in COUNCIL DISTRlCTS 3, � and 6. FISCAL INFORMATIONICERTIFICATION: The Finance Director certifies that upon approval and completion of recommendation No. 1, and adoption of the attached appropriation or�inance, funds will be available in the currenf capital budg�t, as appropriated, of the Water and Sewer Capital Project Funds, and the Contract Street Maintenance Fund. MO:r Submitked for City ManTger's OfTice by: Marc Of# Origin�ting Depariment Head Robert Goode Addiiional Information Contact: 8476 7804 Gearge Behmanesh 7914 � �uNn � (to) 'f8�2) PW53 1 &2) PS58 2) PW53 2) PW53 2) PS58 2} PS58 (from} 1) PE45 1) PE45 � 3) PW53 � 3) PS58 � 3) GS93 I ACCOUNT I C�1�fTER I AMOUNT 472045 060530976390 $213,314.35 �472045 07Q580175650 $153,693.i5 541300 06053017639 b $200,314.35 5313b0 0305301763'i 0 $ 13,OOD.pO 54'f300 �7p58Q175650 $144,193.15 53'[350 43058017b650 $ 9,500.00 538070 538070 54130D 5�31300 54120D D609020 0709020 060530176310 070580175650 020930522410 $213,314.35 $153,693.15 $185,314.35 $i 34,193.15 $3i 9,507.50 CITY SECRETARY APPRdVED 2118103 ORD. � 15450 City o_ f Fort Worth, Texas �a�vr and �aur���l C,an�rnun�cAt�an DATE RE�EREI�ICE NUMSER LOG NAME PAGE Z�� $�Q3 *�`C-'� 9472 20HMAC03-5 � af 2 suB�ECT APPROPRIATION pRDINANCE AND AWARD OF CONTRACT TQ SUTTON & ASSOCIATES, LP FDR HMAC SURFACE OVERLAY 2aQ3-5 RECOMMENDAT�pN: It is recammended that the City Council: 1. Authorize the transfer of $367,OQ7.50 from the Water and Sewer Operating Fund to the Water Capital Project Fund in t�e amount of $213,3�4.35 and Sewer Capital Project Fund in fhe amount of $153,693.15; and 2. Adopt th� attached appropria#ion ordinance increasing estimated receipts and appropriations in the Water Capital Prflject Fund in the amount of $213,314.35 and the 5ewer Capital Project Fund in the amount of $� 53,G93.15, fram available funds; and 3. Authorize the City Mana�er to execute a contrac� with Sutton & Associates, LP in the amount of $639,015.00 fior 6a working days for HMAC (hot mix asphaEtic concrete} Surfac� O�erlay 2003-5. DISCUSSION: asphalt streets a# variaus locations. In the FY2DQ2-2�03 Contract Major Maintenar�ce Program, various ty�aes o� street maintenance techniques are grouped into specific contract pac�Cag�s. HMAC S�rface Over[ay 2QQ3-5 pro�idEs for surface and base rehabilitation, rep{acement af faifed c�arb and gutter, and driveway approaches for The streets incl�ded in this contract are planned for the replacement of water andlor sewer lines unc�er separate contracts. The Transportation and Public Works Department has determi�ed that curb-#o-curb restoration of the pa�ement surface is the best option for the repair of these streets. Cost for repair of these streets will be shared equally (50150) betweer� the Water Department and Transportatian and Public Works Departmer�t. T�e follawing list details the limits for each af the streets i�cluded in this project: Stree# Cooks �ane De�on Court EJ GrEco A�enue Vllest Fuller Avenue Glenavon Court Hallbrook Driv� West Hildring Dri�e East Hildring Court F�ollow Hifls Street Kinsale Court Lashburn Court Me�dowbrook Drive 5hasta Trail Shelton Drive F rom North Meadowbraok Dri�e East Cuf-de-sac Cibolo Drive Lubbock Avenue East Cul-de-sac Sheridan Road Arlan Lane East Cul-de-sac Meadowbrook Dri�e Slade Boulevard East Cul-de-sac Cooks Lane Jennie Drive Cooks �ane To South Meadawbrook Dri�e Hildring Dri�e East Madrid Drive Cockrell Avenue Hildring Drive East Roci�dale Road Southwest Laop 820 Hildring Drive East Shelton Dri�e West Cul-de-sac Hildring Drive East Eastchase Pari�way Sandra Drive East Dead End Mapsco CD 81A 89L �03D 90K 89L 105E 89G 89G 81A 73T 89L 81A 90X 81A 5 3 6 3 3 6 3 3 5 3 3 5 6 5 , City of Fort Worth, Texas ��yar �nd Caun�! �ommun�c�t�an DAT� REFERENCE NUMBER LOG NAME PAGE 2118103 **C_� 9472 20HMAC03-5 2 of 2 SUBJECT APPROPRIATION ORD�NANCE AND AWARD OF CONTRACT TO SUTTON & ASSOCIATES, LP FOR HMAC SUR�ACE OVERLAY 2003-5 The City also reser�es the right to increase or decrease quantities of indi�idual pay items within the cantract pro�ided that the total contract amount remains within plus or minus 25% of the cantract award. This project was advertised on October 3�, 2002, and November 7, 2002. On Dec�mber 5, 2042, the following bids were received: Bidders Sutton & Assaciates, LP J.L. Bertram Construction & Engineering, Inc. Peachtree Constr�ctiorr, �td All-Tex Paving, Inc. Aust�n Bridge & Road, LP APAC-Texas, Inc. Amount $639,015.aQ $6��,850.50 $659,430.00 $687,702.50 $729, � �45.00 $7�8,$34.00 Sutton & Associates, LP is in compliance w�t� the Ciiy's MIWBE Ordinance by committing tfl 20% MIVIIBE participation. The City's goal on t�is project is 14%. In acldition to the contract cost, $15,000.00 and $10,000.00 are required for possible change arders far water and sewe�' respecti�ely. Contingencies far associated construc�ion inspectian and survey are $13,004.00 and $9,500.00 for water and sewer respectively. This pro�ect is located in COUNCIL DISTRICTS 3, 5 and 6. FISCAL INFORMATIONICERTIFICATION: � The Finance Director certifies that upon approval and completion of recammendation No. 1, and adoption of the at�ached appropriation ardinance, funds will be a�ailable in the current capital budget, as appropriafed, of the Wa#er and 5ewer Capitaf Project �unds, and the Contrac# Street Maintenance �und. MO:r Submitted for City Manager's Off�ce by: Marc Ott Originating Aepartment Head Ro6ert Goode Additional Information Cootact: Gearge Behmanesh $476 7804 7914 FUND (to) 1 &2) PW53 1 &2} P558 2) PW53 2) PW53 2) PS58 2) PS58 (from) 1} PE45 1) PE45 3) PW 53 3) PS58 3) GS93 I ACCOUNT � CENTER I AMOUNT 472045 060530176310 $213,334.35 �472045 070580175650 $153,693.95 54130� p605301763�0 $200,314.35 531350 030530176310 $ 13,OQO.flO 54�300 070580175650 $144,193.15 5313�d 03058017565Q $ 9,500.00 53807D 538Q7Q 541300 541300 541200 060902fl 070902D 06053017831Q 070�8017565Q D20930522410 $213,314.35 $� 53,fi93.15 $985,314.35 $134,193.15 $319,507.50 CITX SECRETARY APPROVED 2118103 ORD. #35�+5D i,. . . Ord[nanca No. ��7�� �' AN 4RDiNANCE tNCR�AS�{�G ESTIMATEQ REC�IPTS AND APPROPRlATIONS IN TH� WA'fER CAPfTAL PROJ�CT FUND iN TNE AM4UNT OF $213,314.35 AND THE SEW�R CA�ITA�, PROJECT FUN� 1N THE AMOUN'T aF $153,693.95 FROM AVAILABLE FUNDS FOR TW� PURPOS� OF Fl1NDING A CONTRACT WITH SUTTON AND ASSOCIATES, LP FOR HOT MIX ASPHALTIC C�NCREi'E (HMAC) SURFAC� OV�RLAY 2003-5; MAKING THlS �RDiNANC� CUMIJLATIV� O� PREOR ORDWANC�S IN CONFLICi H�REWiTH; AND PROVlDING AN �F��C7�V� DATE. BE IT ORpAIN�D BY THE Cf7Y CDUNGIL OF iH� C1iY OF FORT WORTH, TEXAS: S�CTION 1. That ir� addltion to those amounfs ailocated to ti�e various C9ry departments for Fisaal Ye�r 2002-2a�3 in the �udget of the City Manager, tfi�ere shaE! also be increased est[mak�d receipfs and appropr(atians in khe Water Capita! Project Fund ir� #he amo�nt of $213,314.35 and the Sewer Capftal Project �und in the amoun# of $153,893.15 frnm available tunds for the purpose of funding a coniract wiih SuEton and Assocfates, LP for hot mix asphaltEc canorete (HMAC) S��face dveriay 2003-5. SECTiON 2. Thak s�auld any portion, sectlon or parE of a sectfon of this ordinance be declared invalid, inoperat€ve nr vold for any ��eason by a court af competent jurisdickion, such decisian. opinion or judgrnent shall ir� no way irnpair the rernaining portions, sections, or parts of sections af t�is ardinance, wt�fch said remaini�g pra�islans shail be and remaGn in full fofce and effec#. � SECTION 3. That lhis ordinance shall he cumufative of Orc3i�ance No. 15184 and all at�er ordinan�es and appropriations amending the same except in those ins#a�ces where the Qrovisians af ihis ordEnance are in direct confEici wiih s�ch attter orctinances and ap�rapriatiansT in whlch lnstance said cflnflicting pravisiorts af sai� prior ordlna�ces �nd a�praprl2�tfans are hereby expressly repeafed. S�CTIoN 4. This ordinanca sha�i talte elfect upon ado�tian. APP OV�D A T� FORM AND I.EGALIiY: � Assistant Gi Attamey aoopYEo allo ����c�r���: �-�1��6.3 s��cz�zca�zo�s Arrn CONTI2AGT DOCUMSNTS FOR H.M.A.C. SURF`ACF OV�RY,X#X (2003-5) AT VARxOIIS LOCATIONS TN TH$ CiT'Y' Oi�` F'Q12m WQit4'FF, TEXAS PROJ$CT N�. GS93�02093052241Q 2003 A. DQUGLAS RADPMAKEft, P.E. DTRECTOR, DEPARTTSENT OF ENGINEERING � , , _ � �, GEORGE A. BEHMANESH, P.E. ASSISTANT AXRECx�k2 �`12AN3PORTATIOI+I AND PUBL C WORKS DEPARTI3ENT noo xxM, �.�. CAPITP,T, PR0�7ECT ENGXNEER �+lAT�12 D�PARTMENT l 1 � t ��'� DATE ���� Ia�Z DATE . � �/ f /�-�. DATE il �� TABLE OF CONTENTS l.. Notice to Bidde�s 2. Specia�. Instructions to Bidders 3. Prevai].a.ng Wage ltates 4. �xaposal 5. Vendor Compliance . 6. Disadvantaged Business �n�erprise � 7 , Specia3. Provisi.ons ! 8. Contractoa: Campliance �with Worker's Compensation Law � 9. Cer�ificate of Znsurance 10. Performance Bon.d 11. Payment Bond � 12. Maintenance Bond � 13. Contrac� I4. Project Designation Si.gn � 15, Details 16. Street Locations � i� !I �� ir �� �� ii f NOTZCE TO BIDDERS� Sealed proposa�s for the following pro�ect: H.M.A.C. SURFACE OVERLAY (2003�5) AT VARIOUS LOCATIONS Project No. GS93-020930522410 � Addressed to Mr. Gary W. Jackson, City Manager of the City of � Fort Worth, Texas wi�l be received a� Th� Purchas�ng O���ce until 1:30 P.M., December 05, 2002 and �hen publicly opened and read � aloud at 2:00 P.M. P�ans, SpeCifications and Con�rac� Documen�s �� for this projec� may be abtained at the of�zce a� the Depa�tment o� Engineering, Munic�pa� Office Bui�ding, 1000 �hrockmorton � Streei, Fort Worth, T�xas, 76102. A pre-b3d canference will be heLd at 9:30 A.M., Navember 12, 2002 in the T�ansportation and Public Works Conference Room 270, 2na tloor, Municipal Building. One set of dacuments will be provided to prospective bidders for a deposit of tw�nty dollars {$20.00): such deposi� will be re�unded if �he dacument is returned in good cond�t�on with�n 10 days a�te� bids are opened. Additional sets may be purchased on a non-refundable basis for �wenty dollars ($20.00) per se�. For addi�ional in�axmation contact M�. Najib N. Fares at {g17) 871-7802. �ARY W. JACKSON Czty Manager PUBLICATION: Oc�absr 31, 2002 November 07, 2002 �� Robext D. Goode, Dixector Transportation and Public Works By: , � Naj' N. Fa�es, P.E., S� t Program Manager, P-J. /o- 29�02 TPW i� � SPECIAL INSTRUCTION TO BIDDERS BID S�CURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, iii an amount of not less than five {5%} per cent of the total of the bid subznitted must accampany ihe bid, and is subject to forfeii in the event the successful biddez- �ails to execute the cantract docurrzents witl�in ten (10) days af�er the contract has been awarded. To be an acceptabie surety on the bond, (1) the nama of the surety shall be included an the cuz��ent U.S. Treasury, or (2} the sure�y must �ave capital and su�-plus equal to ten times the limit of the bond. The surety must be licensed to do business in the state o#'Texas. The amount of the bond shall not exceed the amount shown on the treasury list or one-tenth (1110) ths total capital and surplus. 2. PAYMENT, PERFORMANCE AND MAINTENANC� BONDS: The successful bidder entering inta a contracf for the work will be required io �ive the City surety in a sum equal to the amount of the contraci awarded. In this connection, the successfiil bidder sha11 be required to furnish a perfoi-�nance bond and a payrnent bond, botl� in a sun� equa! to the ax�n.ount of the con#rract awa�-ded. The form of the bond shall b� as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirernents of Chapter 2253, Texas Government Code. I�i order %r a surety to be accep�able ta t�e City, tk�e surety must {1) hold a certificate of ai�thority from the United States secrekary o£t�e t�-easury to qualify as a surety on obligations �}ernlitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $140,000 fi•om a reinsurec that is authorized and admitted as a reinsurer in the state af Texas anc� is the holder of a certificate af autk�ox-iiy from tl�e Uniied States secretary of the t��easury to qualify as a surety on oUligations permitted or required under federal �aw. Satisfactory p�•oof of any such reii�surax�ce shall be provided to the City upon request. The City, in its sole disc�-etion, �vill detez�nine the adequacy of the proof requiced herein. The City will accept iio sureties who are in defautt or delinque��.t on a�zy Uonds or who 11ave an interest in any litigation against ii�e City. Should any surety on the contract be determined unsatisfactory at any ti�ne by the City, notice will be given to the co�itractor to that effect and the contractor shail immediately provide a new surety satisfactory to the City. If tl�e cont��act amouitt is iit excess of $25,000, a Payznenti Bond shall be executed, in the am.ouni of ti�e contraci, soiely for the protection of all claima��ts supplying tabox- and nlaterials in tlie �rosecution of the work. Tf tl}e contract ainount is in excess of $100,000, a Performance Band shall be executed, tn the anlount af the contract ca��ditioned on the faithfi�i perfor�nance of the work in accordance �vith tl�e plans, specifications, and contract documents. Said bond s�iall solely Ue for tl�e protection of the City of �art VL�orth. All contracts shall require a maintenance bond ir� the amount of one hu.ndred p�rcent {100°/a) of the original contract amount to guarantee the work for a period of two (2} yea�-s after th� date of acceptance of the project from defects in workmanship and/or material. 3. LIOUIDAT�D DAMAGES: The Contractor's attention is called to Part 1, Ttem 8, paragraph 8.6, of the "General Provisions" of the Standard Specifications for Constiuction af the City of Fort Warth, Texas, conceining liquidated damages foz late completion of pxojects. �. AMBYGUYTY: Tn case of ambiguity oz• lack of clearness in stating prices in the propasal, the City reserves the ri�ht ta adopt the most advantageous construction thereof to the City or to rejeat the proposal. 5. EMPLOYMENT: All bidders will he z�equired to comply with City Ordinance No. 727$ as amended by City Ordinance No. 7400 {Foi-� Worth City Code Section 13-A- 21 ttu�ougli 13-a-29} prohibiting discrimination in employment practices. 6. WAG� RATES: All bidders will i�e required to comply with provision S 159a of "Vernons Annotated Ci�il Statutes" of the �tate of Texas with respect ta the payment of prevailing wage rates as established by the City of Fox-t Worth, Texas and set forth in Contract Docunients for this project. 7. FINANCIAL STATEMENT: A cunent ce�-�iiied financial state�nent may be required by the Departmeiit of Engineering if requirec� for use Uy the CITY OF FORT WORTH ix� detez�nining the successful bidder. This statement, if required, is to be prepared by an independen� Public Accountant ho�ding a valid permit issu�d by an appropriate State Licensing Agency. 8. INSURANCE: Within ten (10) days of receipt of notice of a��vard of contrack, the Confractor must provide, alon� r�rith executed contract documents and appropriate bonds, proof of insu��ance fo�- Woz-ke�-'s Compensation and Coinprehensive GeileraI Liability {Bodily Injuiy-$250,000 each person, $500,000 �ach occu�-��ence; Property Damage -$3Q0,000 each occun-e�lce}. T�e Ciiy reseives the right to reauest any ather insuraiice coverages as may be required by �ach indiwidual project. NO�I-RESYDENT BYDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not ar�vard this contract to a nozl-resident bidder unless the non-resident's bid is lower tha�l tlie Iowest bid subr��itted by a responsible Texas resident bidder by tl�e sax�le amount tl�at a Texas resident bidder would be required to iindei�bid a no�rresident bidder to obtain a coinparable contract in the state in which tlie non-�•esident's princi�al place of business is located. "Non-resident biddcr" meaz�s a bidder whose pi•incipal place ai business is not in tliis state, hut excltt[le� a c�ntr•_a_ctn�• whn�P iiltimate� parent company or majoriiy owner has its principal place of business in this state. "Texas resident bidder" means a bidder vvhose pr�ncipal 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 p�•ovision does not apply if this cont��act involves federal #'u�ds. The appropriate blarilcs of the Proposal must be filled out hy all non-resident bidders in order for iis bid �o meet specifications. The failure of a non-resident contractor to do so will autamatically disqualify that bidder. lo. MINOR�TY AND W4MEN BUSINESS ENTERPRIS�S: In accord with City of Fo�-i Worth Ordinance Na. 11923, as a�ne�ded, by Ordinance 13471 the City of Fori Worth has�goals for the participation of minority business enterprises and vc+ornen business enterprises in City conteacts. A copy of the O��dinance can be obtained fram the of�ce of the City Secretary. In addition, the bidder shall submit the MBE/WBE UTILZZATIQN FORM, PRIME CONTRACTOR WANER FORM andlor the GOOD FAZTH EFFORT I'ORM ("Documentation") as apprapriate. The Documentatio�� znl�st be received no later than 5:00 p.m., five (S) City business days after the bid opening date. The bidder shall obtain a receipt fron� the appropriate �mplayee of the managing de}�artment to whom delivery was made. S�ch receipt shall be evidence t�1at th.e Documentation was received Uy the City. �'ailure to camply sllall render the bid non-responsive. Upon ��equest, Ca�ltractor agrees to provide to owi�er complete and accu�•ate i��formation regarding actual work performed by Minority Business Enterpz�ise MBEIWBE) on tlie contract and �aymei�t therefore. Contractor fu��ther agrees to perrnit an audit andlor exainination of any books, reco�•ds or files in its possession that will substantiate the actual �vork perforined by a�i MBE and/or WBE. The misrep��esenfation of facts (athea thai� a neg�igent misrepresentation) andlor the cormnission o� fraud by the Cantractor will be g�-ounds for terini�lation of ihe contract and/or initiation actioz� under ap}�ropriate federal, state or local laws oz� ordina�ices �-elati��g to false statement; further, ar�y such miscepresentation {other than a negligent misrepresentatian) and/or cominission of fraud will �-esult in the Coiltractor being determi�led to be irresponsible and barred from partici�ation in City work for a pex-iod af tirne af not less than khree (3) years. il. AWARll OF CONTRACT: Contract will be a�varded to t�ie lowest responsive bidder. The City reserves the right to reject any az�c�/or al� bids and waive any and/or all irregula��ities, No bid may be withdrawn ua�til the expiratian of forty-nine (49) days froin the date the MBE/WBE UTILIZATION FORM, PRIlI�IE CONTRACTOR WANER FORM aa�d/oz- tl�e GOOD FAITH EFFORT FORM ("Documentation"} as a��i�Yiiaic iS T'2C2tv2� vy �Il� Cii`y". rilic a�tiaiu ui �uiiiia�i� ii iiinuc� Vviil �i ivii�llil forty-nine {�9) days after this documentatiot� is received, but in no case will the m awazd be rnade until the r�spansibility of the bidder to whom it is proposed to award the contract has been verified. 12. PAYMENT: The Contractor will r�ceive fu�l payment (minus 5% retainage) from the City for a31 work £or each pay period. Payment of the remaining amount shall be made with the final payrnerat, and upo� acceptance of the pro�ect. t3. ADD�NDA: Bidders a�e respons�ble for obtaini�ig all addenda to the contract documents prior to the bid receipt time and acicnowledging them at the time of bid receipt. Infai-tnation regarding the status of addei�da may be obtained by contacting the Department of Engineering Construction Division at ($17) $71-7910. Bids that do not acknavvledge all applicable addenda n�ay be rejected as non-responsive. 14. CONTRACTOR COMPLIANC� W�TH WORKER'S COMPENSATION LAW : A. Wo��kers Cozx�pensation Insurance Coverage a. Definitions: Certain of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self ia�sure issued by the comrnissian, or a co�erage agreement (TWCC-81, TWCC-82, TWCG83, or TWCG84}, showing staturory worker's comperlsation insurance coverage far the person's or entity's emplayees providing services on a project, for the duratio�i of the p�•oject. Duration of the project-includes the tinie iram the beginning of tl�e �vork on the project until the contractor's/person's work on the project has been completed and accepted by the go�enullental entiiy. Pecsons providing seivices o�� tl�e }�roject ("subcontractor" in �406.096)- inciudes all persoi�s or entities perfornling all or part of the services the contractor has undertake�� to perforni on ihe project, regardless of whether that person contz•acted directly �vi�h the contracto�- and regardless o�whether ihat person has einployees. This includes, without limitation, ind�pendent contractors, subeontcactors, leasing eompanies, motor earriers, orvner- ope��ators, employees of any sucl� entity, or em�loyees of any ei�tiiy which furnishes persons to provide setvices an the project. "Ser�ices" ii-�clude, wittiai�t li►��itation, �roviding, hauling, or delivering equiprnent or maf�rials, or providing labor, trauspoi-�atiau, or toner services related to a proj ect. "Seivices" does not iuclude activities �iru•elated ta the project, such as food/beverage vendoi•s, office supply deliveries, and delivecy of porYable toilets. b. The coaitractor shall provide covecage, based on pro�er reporting af classification codes and pa�nnl� amoui�ts and filing of any coverage agreements, �vhich meeis the statutory rec�uirements of Texas Labor Code, Section 401.011 {44) or ail employees af the contractor providing setvices on the �x�ojeck, for the duration of tk�e projeci. The Contractor must pravide a certificate of caverage to the governmentai entiiy �rior to being awarded the contract. d. If t��e coverage period shown on the contractox's cun-ent certificate of coverage ends during the duration of the project, the contractor must, prior ta the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been �xtended. e. The coniractor shall obtain from each persnn providing setvices on a praject, aud provide to the govemmental ei�tity: (l) a certificate oicoverage, prior to that person beginning work on the project, so the governmental enkity will l�ave an file cei�tificates of coverage show�ng coverage for alI persons providing services on the . proj ect; and (2) na later than seven days a$er receipt by the contractor, a new certificate of covera�e showing extension of caverage, if the coverage period shown on the cur�•ent cer�ificate of cove�-age ends during the duration of the project. f. The co��tractar shall retain all required certificates of coverage for ihe durakion of tl�e praject and for one year thereafter g. Tlie contractai• shall noti�y the govermnental entit� in writing by certified mail ai• personal delivery, within ien (10} days afte�- tk�e contz-acioz knew oz� shauld have kiiown, of any change that n-►a�erially affects the provision of coverage of any person providing services on tlte project. h. The co��iractor shall past on each project site a notice, in t�ie text, form and maiuier pcescribed by the Texas Wo�'ker's Compe�sation Cammission, informi�ig all persons pro�iding services or� tlie project tha� they are required to be covered, and statiiig how a person inay verify coverage and report lacic of coverage. �. The coiitractor shail contractually require eac�t person with wham it coi�tracts to provide services an a proj ect, to: (1} pz-ovide cov�rage, based on proper repo�•tiug ou classification codes a��d payr-oll amounts and filing af any eoverage agreem�iits, ��vhich ineets the statutory requirements of Texas La�or Code, Section 401.011 {44} for all of its empioyees providing services on the graject, for the duration of the project; �t .l � {2) provide to tk►e contractar, prior to that person beginning work on tl�e project, a certificate of coverage showing that caverage is being provided for all employees of the person praviding services on the praject, for the duration of the project; {3) provide the contractor, priar to the end of the caverage pe�•iod, a nevv certi�cate of coverage showing extension of coverage, if the coverage period shown on the current certificaie of coverage ends during the duration o f tl�e project; (4) obtain from each otk�er pez'son with whom it contracts, and provide #o the contracto�•: (a) a certiiicate of coverage, prior ta the other person begin�ing work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, ii the coverage period shown on the cur�ent certificate of coverage ends during the duration of'the project; (5) retain a11 required ce�-�ificates oFcoverage on file for the duration of the proj ect and for one year thereafter. {6) notify the goveriuttenial entity in wirir�g by certified mail ar personal delivery, within ten (10} days after the persox► knew o�- should k�ave known, of any change that materially affects the provisian of covei�age of ai�y perso�l providing s�i-�ic�s on the project; and (7) contractually require each pe��son with whom it contracts, to perfarnl as required by paragraphs (1) -(7), with the ceriificates of coverage to be provicied to the person for whom they are providing services. j. By signing this contract or p�-ovidir�g or causing to be provided a certificate of coverage, t�e contractor is represerating to the govern�nental entity that a11 empioyees of the contractor who will provide seivices on the �roject will be cave�ed by worker's compensation coverage far the duration of the project, tl�at the caverage will be i�ased on proper repa�-�ing of classi�'ication codes and payroll amounts, and that alI coverage a�z-eements will be filed with the appropriate insurance carrier or, in the case of a self insured, wiih the commission's Division of Self-Insurar�ce Regulation. Pi•a�iding false or misleading infornlaiion may subject the contractor to administ�•ative, criininal, civil penalties o�• other civil actions. k. The cotitractor's failu��e to comply with a�ly of these provisio�is is a�reach of cozltract by the contractor whicli entitles the governmeiital entity to deelare the contact void if the contraetar does i�ot remedy the breach ��vithin ten days after receipi o�notice ofbreach frort� the gover��aental entity. n. The contractor shall post a notice on each project site infarming all �ersons pro�iding seivices on the project that they are required to be covered, and sta�ing how a persan may �erify current coverage and repai�t failu�•e to provide coverage. This natice does not satisfy ather posting requirements imposed by the Texas Warker's Coinpe�sation Ac� ar other Texas Worker's Compensation Commission rules. This notice must be prii�ted with a title in at least 30 point bold type and text in at least 19 point normal iype, and shall be in both English and Spanish aiid ax�y other language common to the worker population. The text far tlie notices shail be ihe following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" "The lar� requires that each person working on this site ar providing services related to this constr�ction praject must be covered by wo�-�er's compensation insurance. This includes persons providing, hauiing or delivering equipment or materials, or providing labor or transportation or other service related to the project, rega�-dless of the identity of their employer or status as an ernployee". "Call the Texas Worke�-'s Compensatinn Commission at 512-440-3789 to receive infonnation on the legal requirement for caverage, ta �erify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 15. NON DISCRiMINATION: The contractoc shail not discrimixiake against any person or persans bceause of sex, race, religion, color, or national ocigin and shall cornply with the pcovisions of City Ordinance 7278, as amended by City Ordinane� 7400 (Fort Warth City Code Sections 13A-21 tluoikgli 13A-29}, prohibiting discrimination in employn�ent practices. 16. AGE DISCRIM�NATI4N: In accordance with the policy ("Policy") of the Execuiive B�'anch of the federal goveriunent, contractor covenants that neither it nor any of its ofiicers, membez-s, agents, or employees, will engage in performing ihis cont�-act, shall, in connection with the employn�ent, advancement or discharge of employees or iai connection with khe tei-�ns, conditioi�s or pri�ileges of their em�loyment, discritninate against person because of their age except on the basis of a bana fide occupational qualification, retizez��er�t plan or statutory requirement. Contractor further covenauts that neither it nor its officers, membei�s, agents, or empioyees, or person aciin� on their behalf, shall specify, in solicitations or advertisements for employees to work o« this Cantract, a maxiinum age liza�it fa�- such emplo}nnent unless the s�ecified �naximum age Iimit is based upon a bona iide occupatianal qualification, retirement plan o�- statutoz�y reqiure«ient. Contcactor warra��is it will fully comply with tlle Palicy and will defend, indemnify and hold City harinless against aiay and all claims oa• allegatians asserted by third paz-ties against City arising out of Contractor's alleged failure fo comply with the above referenced Policy concei7iing age discriminatian in the perfoi7nance of this Contract. 17. DISCRIMINATION DUE T� DTSABTLrTY; �n accordance vc�ith the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Cont�actor warrants that it will not imlawfully discriminate oi1 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 cu�rent employees of Contractor. Contractor warrants it will fully comply with ADA's provisioils and any oiher applicable �edez-a�, state and local (aws concerning disability and will defend, indemnify and hold City harmless against at�y claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrinnin�ation in the performauce of this Contract. Revised March 15, 1996 Revised July 1 b, 2041 Revised July 23, 20a2 Re�ised August 2, 2002 Revised August 29, 2002 � � � I � � � ADDITIONAL INS� TR_ANGE REOUrREMENTS : a. The City, its officexs, ernp�oyees and seivants shall be endorsed as an additional insured on contractor's insurance policies excepting employer's liability insurance co�erage under Contractor`s workers' compensatian insurance policy. �- b. Certificates of insu�•ance shall be delivered to the Department of the Transportation and Pub2ic Works, City oi Fort Worth, 1000 Throckmai-�on Street, Fort Worth, TX 76102 prior ta the City's execution of the contracts. c. =. Any failure on par�� of the .City fo reqziest required insurance documentation shatl not constitute a waiver of the insurance requirements s�ecified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of. canceliation, non-renewal, and/or material change in policy terms ar coverage. A ten days notice shall be acceptable in the event of non-payment of pzemium: e. Insurers must be authorized to do b�siness in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or seif-fi�nded retention limits, on each policy must not exceed $10,000.00 per occuiTence unless otherwise approved by the City. g. Other than warker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures t�u�ough insurance pools or risk retention groups. Tl�e Cit�y must approve in vvrifi�ig any alternaiive coverage. � h. Workers' con�pensation insuranc� policy(s) covering �mployees of the Vendox• shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not �e rasponsible for #he direct payment of insurance premium costs � � for Cont�•actor's insurance. l j. •, Contractax''s insurance polici�s shall each be . endorsed to proyide that such insurance is primary protection and any self-funded or commercial coverage main;tained - by City shall not be called upon to contribute to loss recoveiy. k. While the contract is in effect, Contractor shall r�port, in a ki�nely manner, to the Department of Transportation and Public Works any known loss occurrence that could give rise to a liability claim or lawsuit or whic�x could result in a praperty loss. 1. Contractor's liability shall not be litriited to the specified amounts of insurance r�quiz-ed herein, l. . . . _ . . m. TJpon the request of City, Contractor shall provide � complete copies of aIl I insurance }�olicies required by these contract documents. i. CiTY OF �aRT'4'4'4ItTH HZG�4VAY CO�ISTI3UCTX0`i ��VAIL�YG�,'LYAGE RA:TES FOR2dU0 ASPHAI.T RAKER ASPHA�.T SHOV�i.'ER BATCH[NG P;.,ANT �VEiG�-I�R CARP�zIT�R (R4UGH) � � CONCRETE F1�IISHER-I'AVING CONCRETE FINISHER HELPER {PAti'I�1G) CO�ECfZETE �NISH��-STRUC'CURES . FLAGGER FOftM BUILDER-STitU C7'URES F0�15ETT�R-PAVING & CU[ZS FOnlvt S�TTER-STRUGTUI'.�S i,ABORElZ-CO�r1�r10N " LAE30LtEn-Ui'Z Li'i'Y M�CHANIC • SE(tVCCER PEP£ �.AY�Tt PIPE LAYER HELl'Eft ASAE[ALT DIST'R[Bl1TOR OPEiiATOEt ASP�IA�,T PAV�i IG �•�t�CH1NE OPERA`fOIZ CO�CE�TE PtLVi�iG SA��! C[ZANE,CLA?MSHELL,BACKC�QE,DERTi{CiC,pEtAGi.NE,SHOVEL (<1'/x CY) CP�AN�,CC.A\[S[-iE�.L,Bt\r�:HQ�,DERRICEC,D�.nGLl�i�,SH�V�L (tl %: C� FRO�'T ��fl 3.OAD£R {Z t1.2 CY R Less) � F�4� END LOADEEZ (over 2'h CY} I�ili.Ll%(G I��r\CHNE OPERA"COFt �ix�� IvIOTQIt GI�.D�R OPEATOR (FI� IE GRApE) MO'I'OFt GRAD�R QPERATQR PAVE1r(ENT MA1ZtCiNfs htACH�iE ROLL.ER, S'FEEL �VHEEL PLAN"i'-1irfIX PAVEVf�,tTS ROLLER, STEEL W Ei EEL pTHER FLA'� W HEEL �R TAI�rSP f; IG ��LL£Ft, P�EUMATjC, SELF-PRO�E[.LE� SCEtAt'£R 7RAVELING MIXER REMFO[LCING STEEI, SETI`ER (PAV[�iG) '�RUCK DRIYER-Sf�EGLE AXLE {LIGHT) TRUCI� Di21V� TANDENf AXE.E SEhif-TRAILER TItUCK QRIV�CZ-LOIYBQYIFLOAT TRUCK DRIVER-TRA3�Si"t� i�t[X 'FRUCK DRiVER-WINC#-f 5 � 0.3?� 9.75 9.65 13.6a i0.16 9.70 [ 3 .4-� 7.OQ l3.44 10.2� 9.75 7.G4 8.64 13.25 10.13 735 b.75 i I.45 I 1.09 10.53 t a.Ofl ! 1.52 9.94 4.32 s.00 � �.oa 12.31 13.7� i 1.00 9.88 l2.i2 8.02 4 0.04 9,'15 8.00 10.22 l0.54 k 0.63 9.8Q '- i yf I rr � � P It O P O S A I, 'r0: MR. GARY W. �7ACICSON City Manager �'ort Worth, Texas FOR: H.M.A.C. SLFRFA,C� OV�x2LAX (2003-5) A'T VARIQUS LQCATIONS PR0�7ECT NO. GS93-02a930522414 Fort Worth, Texas � Pursuanti �o tihe foxegoing "Norice to Bidders", �he undersigned has tihoroughly �� examzned the plans, specifications anCi the site, understands the amour�t of work to be dona, and hereby proposes to do a17. the work and �urnish all labor, equipment, and matieri.als necessary tio iu11y' complete a7.1 the work as provicled xn, tiYie plans and specifications, and subject to tk�e xmspac�ion and approval o£ II � �Eie Director of the Department o£ Tsnginaering o� �he Ci�y ot Fvr� Worth. Total quantities given in the hid proposal may no�. ref].ect actival quantiities; ' however, �hey are given tar Che purpose of bidding on a�nd awarding �he ' contract. The City alsa reservas th� right to increase or decrease quanti.ta.es � ot individual pay items within the contract provided tha� �he Gotal contzact � amount remaina within �lus or minus (±) 25�5 0£ the contract award. The . contraotor is not entitl.ed to any additional compensation or renego�ia�ian o� individua7. pay item bid prices. r . Upon acceptance of this propasaJ. by �he Cx�� Council, tihe bidder is bound to execu�e a con�rac� and turnish Pertormance,. Payment and Mazn�enance Bonds acaeptable to and approved by the City of Fort Wor�h tor per£prming and comp].eting the said work w.itihi.n tihe time s�ated and for the £o1l.owing sums, � to-wit: SPEC PAY ITk'.M ITENi S.P. 1 � S.P. 2 i � �� 446 3 450 � S.P. 406 4 � 450 � S.P. I i i I� APPROX. A�SCR�PTION OF ITEZ+SS WITH BID QUAN�ITSC PY2TGES WRITTSN IN WORD3 2 EA. Project Designa�ion Sign (� '�wo Hundred Dollars & No Cents Per EA. LUMP SUM Utiili�y Adjustmen� � Six Thousand Do3lars & No Cen�.s Par L. S. 37 EA. Manhole Adjustment Q Trvo-Hundred and Fiftv nollars & 2da Cen�s Per EA. 82 EA. Water Val.�ve Boxes Adjustment Q Twa-Hundred Aollars & Nio Cen�s Per EA. p-1 UNIT TOTAL PRZCE AMOUNT BID $ 20Q.fl0 $ 400.OQ $ 6,004.06 $ 6,000.00 $ 250.00 $ 9, 250.D0 $ aao.00 � 16,400.OU , i :f _ ;� , . �; SPEC PAX AP�ROX. D�SCRIPT�QN OF IT�MS WITH BID UNIT XTEM ITEM QUANPITY PRTC�S WRZTTEN �N WORDS PR�CE S.P. 5 3 EA. Wa�er Me�er Hoaces AdjusY.men.t � Thirtv-�'a.ve Dallara & Nio Cents Per EA. $ 35.40 104 6 2310 L.F. Remova�.and Raplacement ot 5fl2 Cvoncyx/�ete Curb and Gutter C�1 5. P . �l G�'Jt_-���i���bollars & '/s ��a-L��� '� �ct��n�s Per L . F . $ � / ],04 7 1700 S.Y. Removal and Replaaement of 6" 504 Co cre�e rivew y . S.P. ..r � � Dollars & �� �,� ..��Lt3-'� Cents Per S . Y. $ 104 8 100 S.Y. Removal and Rep].acement o£ 4" 504 Conc�e�e Si.ciewalks C� S.P. ��� �� ��?P.� Doliars & (�O �� ,r�li �s Centa Per S.Y. $ �� �� ,. 300 9 10 C.Y. Removal and Replacement o£ 304 H.M.A.C. �avement and 312 ..�,�,se (Bas�e/ Re air) C� S . P . 1GtiU-DJ�i�tLv1�'�(���_ [r�� Dollars & �� rYt$� Ce�its Per C.7C. $ �K5 � ,�l/� /:� /�7 208 10 150 C.Y. Grade�' Crus ed ��bTi s Q r��'�.� S . P . �Jr.L��-� Dollars & � ��� � Cents Per C.Y. $ �� 5.�. 1.1 2,400 L.F. Wedge b5illing 2" to 0" Depth 5.0' Wide C� ��c� i�ollars & � o ���-�f Ce�.ts Per L.�'. $ / " r � S.P. 12 I � 300 i� 1 ��2 I � 312 14 313 S.P. � i TOTAL at�ourrr s2n $ I05.00 n>� � �s �� -� � � �T Ll��� � $ �3�3��� S �� �� �� G� $ .-�%�D �1� � .��e� 4 EA. Bu t Jo'i'/nt-Mi.�l"�)ed Q : �Li[tC'� �fu��G( Do].lars & $ �� $ �. //2D� CenCs Per EA. ,�'�� /�,�Q� 10 TON H. )J.A.C.'/L�ve U@ �lJL(� W���'f.�� Dollars & q� �r it'1�Y Cents Per TON $ �(��i $ ���')� 64,ao0 S.x. 2"H.M.A.C, Sux£ace Course ��`7sl`�� � (Typ `D" Mi.x) Q �tiZG� . . Dol3ars & � 'O �(G�` T�-'' �l }��� IE=4� �nts �er S.7t. $ i �`�"1������ — P-2 SPEC PAY APPROX. DSSCRIPTION OF x�EMS WITH HID ITEM YT�M OUANFTTSC �I2iCx'S WRITT$N IN WORDS 10�4 ].5 100 S.Y. Remov'al and ReplacemenC of 7" 314 ConcrJ� ta Vall.,ex Gutter Q s , p , �/c/ff �)� �,���LL� I7ollars & �jj�r� Cen�s Per S.Y. 314 16 ].00 S.Y. New 7" Con r.�e Vallay Gutter C� S.P. '�t � �l�U-�� Dol.J.ars & .r�� Cents Per S . Y. � 104 17 40 S.Y. Stiandard 4" Reintorced Concrete 505 W�h�gai I�am @ S , p . �/.�c ��.�Q�Dollars & . ly�' � Cenk.s Pez S.X. 402 18 800 L.F. �" pVC �erforatied�Pipe Subdrain [� 500 ��du'L`"�"'L� Dollara S� 62Q /1hl'-� Cents Per L.F. S.P. 502 19 504 2Q 214 2I S.P. 21.4 22 S.P. 23 sos z� S.P. 2Q0 L.g. �ew-Conc ete Curh and Gutter @ , i �P���� Dol�ars & ��[3�-� Centis Pex u. �' . 10D S.Y. N��`� ncxe���idewa].k C� Z�.l[t � �j,c !�_- ]]ollars & � � "_� Cen�s Per S.7t. 6U,3S0 S.Y. 8" D�vPmont- pulveriza�ion � �y�tj Il1L: Aol.zars & }�' � F1U'L Centa Per S.Y. ,��� �� * �F�� �2i`'��sY 7$ 5 Y'ON C�en.t, p �iG ` �l►ICG Dollars & �_ _CenGs Pez 'TON 5 EA. Remobilization @ Five Hundred Dollars & N'o Cen�s Per EA. 100 C.Y. Unc7. i.�f}'� d Street �xcavation �G/�v�e��.�o Dollars & r� CentB Per C.Y. UNIT PRiCE c�' $ �) C� $ t� � J.O Ct� $ � O�o. S � � c, cs, �� � �� � �o �ox�� AMOUN'P H2i3 ��� s ��DU U�� $ �5r�5�1 � $ c� ��� �% OG� � �� JD � � .�� �� � r,� � �% ���� C� y� N� y �� � lo y L �� $ �, ����� � � � �� �S�'�� ��� $ �✓ r � !Y���/�� �' �ZlS�OIi $ 5Q0.00 $ 2,5Db.00 z�} �' i � /�5 � $ /� � 4 S.p. 25 5,OD0 S.Y. 2" 5urfa e Milling @ � �j,(�� Do��a:rs & ,,�� �ia��o'Z �� -�/�iW Cen.Gs ieez' � . Y . $ � $ i�� ' j2�5j,2 ��� / � UD� iz 5'0'� P W 3 ;�;3c� �1, "�U �� � ' �/� ° � __� 1 oi-�} L- , 1����� �� , � This cont�act is issued by an arganiza�ion which c;uali£ies for exemption pu�suant �o Che praviaions of Article 20.04 (R) oi �he Texas Limired Sales, Excise and Use Tax Act. Taxes. A11 equipmen�. and mate�:i.als not consurnad by or incorQarated into the project construction, are subject to State sales taxes under House Bill 11, enacted Augus� 15, 3.991. The ConY.ractar shall comply with City O�dinanae 7278, as amended hy Citiy Ordinance 7400 (Fort Worth City Code 5ections 13-A-21. thxough 13-A-29}, p�ohibiting discri.mination a.xt, employment practicea. � The uzaderaignad agraes to aomp�ete all work covered by these contracti documen�.s wi�hin Sixty 60 Warlcing Days from and af�er k.he date for co�mnen.ci.ng wozk as set forth in tihe writtex� Work oxdez to be a.ssued by the Qwner, and to pay no� � less tihaza the "Prevailing Wage Ra�es Eor S�r�a�, Drainage and Uta.l,ity Construction" as establ.ished by the City o£ Fort Worth, Texas. � Within ten (�.0) days of reCeipt of notice of acceptance ot �his bid, �he ` undersigned wi3�1 execute tha �oxznal. cont�act and wi1.�. deliver an approved � Sure�y Bond for the faithful perEormance of �.his contiract. The artiached deposit � check in the sum of Dollars ($�..li,��, ) a,s �o beaome the prop�rty of the City of Fort Worth. Texas, or the attacI�ed BidderTs Boncl is to be £or£eited in the avent the contract and band are not �xacuted within the tima set farth, as liquidated damages for cielay and additional work caused tilnezeby. The Con�rac�ar shall mobilize within ten (1.0) cal.endar days of the notiae aiven bv the Construc�ion �ncrineez xox an� l.oca�ions. If the contractor fails �o beain the work wi�hin Cen (10) calendar days, a$200 dollars liquida�ecl damaqe will be assessed ner BLock per day. Z(we), acknowledge recei.pt o£ the fo].lowing addenda �o �he plans and specificatiions, a].7. of �ha pxovi.sions and zequi.xe�ments o� which ha�sre been �alcen in�o consxderatxon, a.n preparation ot the foregoing bid: Respec�tully s� `�t �,�soCiaiCes, L.P. E3y Addendum Pio. 1 {Tnitials) Addendum No. 2(2nitials) Company N�ii.�.' S A.� ZnG,`�t neral Partner Addendum No. 3 (Ini�ials) By: ✓�� Sign �ur ° � ai�ttC�i�,e,� � ' d�l � �riE.`���t°�4�:� Printed I�Iame of Principal Addzess:� •�D�.l(1� � . ,��j �i.�..E'.i�� ��K 7��'�`-r' (Sea1) Date: X,�X,i YI.IJCii � !J �� _ i 'i'elephone : p--� �'1����i-��']� i � < <. VENDOR COMPLIANCE TO STATE LAW The '� 985 Session of the Texas Legislature passed House Bili 620 relative to the award of con#rac#s to non-res�dent bidd�rs. This law �rovides ihat, in arder to be awarded a confracf as a!ow bidd�r, non-resident bidders (aut-of-state contractars whose corporate offices or principal �lace af business are outside t�e sfafe of Texas) bid projects for construction, improv�menfs, supplies or se�v�ces in Texas at an amount lower than fhe lowes� Texas resident bidder by the same amount that a Texas residen# bidder would be requi�ed �o underbid a non-resident bidder in order fo obtain a comparable contract in the state ir� which the non-resident's principal place of business is [ocated. The appropriafe bianks iri Section A must he filled out by all out-of-state or nor�-resider�# bidders in order for your bid to m��f s�ecif[cations. The failure of out-of-state or non-resident contractors to do so wil{ automatically disqualify that bidder. Resideni bidders must check the box in Section B. A. Non-residentvendars in (gi�e sfatej, our principai �[ace of busit�ess, are required fo be percent lower than resident . bidders hy stafe law. A copy of the statute �s attached. Non-resident vendors in (give state), our principal place of business are not required to underbid resident bidders. ,�� � B. Our principal place of business or corporate offices are in �he State o# Texas. � Bidder: ����� � ��x� a���� L � � � � �� n.;���.. c����.���� f �.����� �� Company �.�. ��k � � r +�Li �iVl�L�I ��.�1��. � By (P�e se Print� � v- � 1 � , Address ���,�. �i/, i �( fr�������. Ci�ylSta�elf ip Signatu �e � �1 ���� ��� Tit�e (Please Print) TH1S FORM MUST BE RETURNED WITH Y�UR QUOTATION Cit�yof Fort Wor�h Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTiONS FOR BIDDERS APPLICAT{ON 4F' POLICY lf the total dollar �aEue of the contract is $25,OU0 or.more, the MlWBE goal is applicable. :lf the total tfoilar� �alue of the cpntract is less than $25,000, the MIWBE goal Es not applicable. POUCY STATEMENT It is the policy of the City af Fort Worth to ensure the full and equitable parkicipat�on by MinaritylWomen Busfness �nterprises (MIWBE) in the procurement of all goods and services to fhe City on a coniractual basis. The objec#ive of the Policy is to increase the use of MIWBE firrr�s io a feve! compa�'able to the availability of MIWBEs that pra�ide goads and services d�r�ctly or indirect[y ia the City. All requirements and regulations stafed in the City's current Minority and Women Business Enterprise Ordinance apply ta tf�is bid. MIWBE PRO.iECT GOAL.S • The City's MB�IWBE gaal on this project is % af the base bid value of the cantract. COMPLIANCE TO BI� SPECIFICATIONS On City con[racts of $25,OD0 or more, bidders are required to comply with fhe intent of khe City's MIWBE Ordinance by eit�er af khe following: 1. Meet or exceed the aE�ove stated M1WBE goal, or; 2. Gaod Faith �ffort documentation, or; 3. Waiver documentakion. SUBMITTAL OF REQUIRED DOCUMEN7ATION The applicable documenks must be recei�ed by the Managing Departme€�t, within the following times aElocated, in order for f�e entire bid to be considerecf responsi�e to the specifications. 1. MIWBE Utilization Form, if goal received by 5:00 p.m., five (5) City business days after fhe is met or exceeded: bid opening date, exclusi�e of the bid opening date. 2. Good Faith Effort Farm and MMIBErecei�ed by 5:00 p.m., five (5j City business days after the Utilization Form, if participatian is bid apening date, exclusi�e of the bid o�ening date. isss than stated goal: 3. Good Faith Effort Form if no participation: 4. Prime Co�tractor Waiver Form: received by 5.00 p.m., fi�e (5) City business days after the b9d apening ciate, exclusive of the hid oper�ing date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusi�e of tha bid opening date. FAILIfRE TO GOMPLY WIiH THE CITY'S MlWBE ORDINA�lCE, WiLL RESULT IN TF{E BiD BEENG C0�15lDERED NON-RE5�ON51VE TO SPECIFICATIO{�S. w.._. _. ._.,a:_—� a c c1. 14An111nP' /l a oA7 n7 ru�y �{iucaiiviia, pf�a�e cv`���act ���G �r�rwYa� .a�iee a� v� r ar'i-ia'iQr+. Re�, 061191�0 � ' AT�ACHMENT 1A Page 1 0# 2 � C�t O� FOI"t INOPt�I � Minority and Women �usiness Enterprise Specifications � MBEIWBE UTILIZATi4N �U,��.�� ��/�������, �-'• r� l� �J � �� f�l�t-��' I � `� . ��-�" �• ���1, �r�. (��-#���� -�%�.1�`l�ILf�.f� p �p PA Y N E � L��L��i�( ���; �-�! �T! �, .s�.l� ��• �lai� l�� �����-�` ���� �'� , �5�f � - � -- Pft�JECY NAlNE � P�OJ�CT NUAAB�R .�+,v. L TY'S MI�S'BE PROJ�C'I' CON.: ,���/lj � � M/1VBE PCRCEN'i'AGE ACHYEVED: �� �p � �ailure to;complete'this form,-in its entirety:with suppar�ing ciocumentakion, and received by the Managing Department x or kiefore 5:00 p.m.:'#ive (5} City bus€ness .days after bid apenin�;. exclusi�e.af .bid openir�g date, will;result in the bid � ing considered non-respar�si�e to bid'specificafions. ` � e undersigned.bidder agrees to;enter into a:formal agreement witF� tne�MBE.:andlar WBE firms.for work`Jisted-in.this Ir y h.edule, �:coriditioned .upon �executian of a contracf with the City oi ��Fnrt Worth. , The .intentional andlar knowing misrepresentafion of fa.cts is grounds'for.consideration of disqualificatian anci.will result in the bid:i�eing :considereci ,r�n=responsi�e to specifications. : _ - � ' certified, � S ecif A11 Confracfing Speci All ltems to`he " aollar.Amount ` Company �farne, Confact Name, P Y— �— Address, and Telephone Na. _. Scope of WorK(*) ' Supplied(''} ,�,� , a. ,�� ,�L �' oo Q-°1. � � o � � �- : V - i- , . . . Z � x - . � _ . � . . ... . } ._ - . . . � - . . , � - .. - , - . - �� LsP�" �%l•��i�:�6'�� `-�i%/aC� iiGt��.s�'� �y —7 r : �� / fJd t�/ Gt�, ../XP_/ � �� ��.�7t� I.«--' ' �� L�� ���� �H�3(p �, % � �`" �' „e�.r�����.� �<���, � ;� ,�c:� r_��.....,..�_,.�.�..�._�.� r, ! .�. � �1��.� <<''�'f����f�.� ��t�'..�1��� f��� � ..a� f���t�J°� f���f � f��-.�` ��� r �.�L.Z..��% _����L�.T..-:...�:_...._.� � �lll��,�i ��a�'.G��� �>� ��.,,,�.�_ �,.,..�_.�,___.___ f; -1 - - .�-� �_R.�._.��__w . , �._._._�...��r: -�._ . .-_..���.. ��.�w �� ��.�_�._�._,.._�.,�__,__�..�.��.mm__ ? �.��_A.�.,��. .-..�. ---.� _�....�_.�m� - � .w��____T..�_,�..�;_._.. . F __..� . _. �� � _ - - ; t�": . MlWBEs must be [ocated in the 9(nine} counfy marketplace or currentEy doing b�s{ness In fhe inarketplace at the time of bid. � �,:) . 5pecify alt areas in which MWBE's are to be utilized andlor `tlerr�s ta be supplied: � f� t"j;: A cbmpletelisting of iterns to be supplied is required in order to receive credik toward the IVIIWB� goal. `*j ldentify each 'iier le�el. Tier; Means the levei ai subconlracting below the prime cont�actorlconsuliant, Le., a direct payment � ] from the prime.contractar lo a subcontractor is considered 15� tier, a payment by a subcontraotor io its suppiier is consiclered 1r" tier. � _ � f � �'Hf5 FOi2M MUST BE F2ECEIVEQ �Y THE MANACING D�PAFt7MENT BY 5:6a p.m., FlV� (5} CITY BUSIN�SS DAYS AF7�R BI� OPENING, �XCLI�SIVE OF THE BlD OPEiJ1NG �ATE Re�. 6l2I98 Pages 1 and 2 of Attachment 'lA must be recei�ec� by the Managing Department I I Ci.�y of For� Worth Minority and Wornen Business Enterprise Specifiications MBEIWBE UTILiZATION ':"Company Name,'.Canfact �fame, ,: Certifled ' .. 8pecify.All Coniracting . �� : Specify All:items to"be ` 4dc�ress, and Telephone No. Q — Scope of Werk {*) ; Supplied(*) ,�� i a. o o ^ a�i y . �.0 X � - `� �-, z ~_ - ; - � ATTACHMENT 1A Page 2 of 2 �ollar Amount .. - �? ._; : 'he bidder furfher agrees to provide, direcfly to ihe City upon rec{usst, camplete and accurate information regarding c aai work performed by all subcontractors, including MB�(s) andlor WBE[s) arrar�gements submiited with t�is bid. 'I � bidder also agrees to allow an auc�it andlor examinatio� of any books, records and files held by kheir compar�y that �ill substantiate the actual work performed by the MB�(s) andlor WB�(s) on this contract, by an a�thorizec� officer or �[ �loyee of the City. Any intentional ar�dlor knowing misrepresentation of facts will he grounds for terminating the :� itract or debarment from Ciiy woric far a period of not less ti�ari three {3) years and far initiating action under Fecferal, ifiate or Local laws concerning false statements. Any failure to campEy w9th th9s ordinance and crea�es a material I irpach of contract may result in a determination of an irrespansihle offeror and barred from participating in City work c a period of time not le -t�a�"one (1) year. � � I w� ��___1 a��r��_ aw��nr s�r r.rr�T���rr� nv'r'uc' n��'v occ'nnc' f�fli.iT�Af�T tiInIAGT " N/ � � � k �orized ��ure � � � E ��fo�� � a�o�.� �.:.� r� �.�. ��. ��Ytc6��i �c�����c_�� �o any i� e �� C�. ��,�(_�77 4adre � , / � � � ���� y, ylStatelZip Code �a� - 1 �r��� Printed S�gnatur � �� � � L.1=� � Contact Name an�l 'tle (if different) ��-1 31 l -��'1�l T� � 7n � / % e�y�'� � ax Number � ��-irfit-�'J�Y � � � �v�� ae � � �, THIS FORM MUST BE REC�tVED BY THE MANAGING q�PARTMENT BY 5;00 p.m., FIVE (5} CETY BUSIN�55 DAYS AFTER BID ; OPENING, EXCLUSIVE O� THE BID OP�NiNG �A'F� � Rev. Bl2l98 t , + Pages 1 and 2 of Attachmeni 1A rnust be received by the Managing Depariment �` � I � I i � I 1 �e�—V4— VG V� _`+�i`'S �• I. l..lJ(1=� Lf'UC: L lUl1 % ~— � r � ��►r��s�r��ia�r+ 10821 ItV �ieb�;rnA Roac� Growley, Texas 7BG3fi �fi�ce (iI17) 297-4601/Fax i�ii7} 2�i �ll�S�? �taPosAt sur�nirrEv r� pKos�t Suttan 8 Associates { Ruclger ) 817-379-5577 Fax 8i;-375$93b sr�eet aoa wa� PO 8osc 677 NMAC 5urface CusF�ay 1UO3-� CITY, STATE ANp ZfP CODE .fO6 LOCATi�N Keller, Texas 78244 Ft V1{onh, 'fiexas We here6y submis sp�cMcalion a�d ostlmAlea tor: ltern 6 7 8 15 16 17 19 2� Descrivdan R& R Curb and Gutter R & R B" p�rve�Nay R 8� R 4" 5iciewefk R S R 7" Valley Gutter tvew 7" Va�ley Gutter 5t�. Wheelchair Ramp N�vT Cutb & Gutter �Vew 4" 8�d�walk 1��Y� i � varzoa2 IJOB piiO1�FE T otal Price 43, 312.50 8�,20�.Qb 3, �U4.00 5,5DO Q0 �,C(}0.0(3 2.zon.ne 3,454.(}G 2.'QG.GC 12£ 5B2.5a �ni� oF Lini4 A+9easure Cuantity f'tice LF 2,31C s1�.75 SY 'i,70C �36.fl0 SY ' 00 $32.�4 al' 1 UO 555.04 Sl' 100 $��.fl4 s�� ao s�s.oa LF 200 $77_25 SY 10U $27.D0 'Tntal Includes; Demolition, �isposal, Sac�fling, Clean-up. �aco�udes: Bancis, Permits,`fssang, Major Treifiic Controi, Mot►ro�x haretry to [umish maler'ta1 aad labar - cor[tpletg in es�ordat3ca wi!h abord speriilcalians, far the sum of� poymerti 10 Yse mada as tollavrs Per Cit� Con°ract HEN�B15435Y06b3 W IIWA1� M�fY�CStc� G�t K 1PK1Al�I. AL Yp(� lJ GC {cf�li[id a� vttk�rq�l�[nner�c=aduR�a WnlvEpanKrr. w�+yittr+lianrrde�,vha� }om �bare ��fic�Fiaa i„ohir� c� e>+a uiff bt etis�vtia RIY ipm �nnm ymrLwSrll6emr,e�n[w�[tsge�av,dsko�xihcaq'srai�. hll �Kcuvni.Catlgs! ssf� sinu, icaMts ar tel�ys b�Ym6 [c� wehel Or.•�n s�r.y fce. to+*aM � aUc nreeseuy imu+na i:w w�rltn az 3, Iq� -asvrc r� LvaimiaYaCa�Dm�k�+aia�nx�. Tha iWt� pricee� �f'sc�lcariUu en,i canNecra �e rgtister.vry� sr.rf ut ixrc6r b,xapled. Yw aee autiusiud tp rn 1fu +�ork a9 9?aaBeE ?ay�nir.� w;� h: frr-3z n ectMai eLa�e. 9ate of h«epance /4.lStlaf:ZCtS � r Slgnalure '`�� �L��/'YL---+�` ,'i�e ' fs maped tr�}'La wi{MiN'�� AY � u iw �.se�tus �tTm _ . ASS� Slghature 5ignaturo F'.LJ1 doliars { 12&,��2.5� } �� ATTACHMENT 1 B Page 1 of 9 Ciyt Of FOI"t WOC'�Fl Minorify and Women 6usiness Enterp�ise Specificat�ons , �� s' I ,���t�= i�55���_��.1�-�, L.�?b�Prime ��. �I . �r�� . r��Y��� � i ��.r���►��. r�me'Compa�`y Name i J f��� �� �UJ�f �, �%(1�:� Bid �pening Date � Contracto� Waiver �1, EI�t. �� . �' . �ii,r-�c�:� � !' 1 �����' �= �5 �� ro'e�t Name � �.��r� - � i�U`� � ����L, Project Number If both answers io this form are Y�S, do not complete ATTACHM�Nrt9C(Gaod Faiih Effort Form). A!i questions on this form must be completed and a detailed explanation provicfed, if ap�licahle. If the answer to either question is NO, then you must camplete ATTACMMEIVT 1C. 7his form is only applicable if bQth answers are yes. Fa�lure, to com�fete: thEs ;f.arm in. its ,en#irety ,artd be' receiVed !iy �he J�jana�`in� �Depar#tnent on �or- liefore 'S 00 'q.m � five �5, TGitY bus�ness tdays �after bid aqeninq, exclusiye'of, the bicl opening fdat�,� Y�r��l resuit in:the'bid�;!beingcon.sidered�non-responsi�'e to'i�itl�.s�aeeifrcations °: _ - Will you perform this entire contract without subcontrac�ars? Yes J Na If yes, ptease pro�icie a detailed explanation that proves based an the size and scape of ihis project, this is yaur normal business practice and provide an operaiionaf profile o# your business. Will you perform this entire contract without sup�l�ers? Yes ✓ No If yes, �lease provide a detailed expiana#ion that �roves based on the size and scape of t�is project, this is yaur r�armal business practice and pro�ide an inventary profile of your husiness. The }�idder further agrees to provide, directiy to the City �pon request, complete and accurate inforrr�ation regarding actuai work performed by a�l subcor�trac#ors, inclucfing MBE(s) andlor WBE(sj on this co�tract, the payment therefore and any proposed changes ta the origiroal MBE(s) andlor WBE (s} arrangements submitted with th[s bicf. The k�idder also agrees to allow an audit andlor examination of any books, recards and files held by their company that will substantiate the actual wark perfarmed f�y the MBE(s) andlor WB�(s} on this contract, by an authorized officer or employee of the City. Any intentiana� andlor knowing misrepresentafion of facts will be grounds for terminating the contract or debarrttent from Ciiy work far a period of not less than three (3} years and for ini�iating action under Federal, State or L.acal �aws concerning false statements. Any failure #a comply with this ordinance and creates a materia! breach of contract may result in a determination of an irresponsible offeror and barrcd #rom par#icipating in City work far a period of iime not less #han one (1) year. � ,� Authari ed Signaftare � ������� T��Gr,i� fi ��Ut;�cl.s,1_� � f� � � . I� . �i�Vi.� . ���ih U'G�..l I�/� F'�f2(>>r Company Name �(D . ��ak C�7� Address �,(�� �n�r� �-}� I%�, j� j ! \ �� � `f'7`1 ������� ��� Prin�ed 'g t�re= - � � , Cor�tacf arne (if different} �17 -��� �'��� Cantact Teiephone Number {s} �� � - ��-�G��� �'ax Number Rev. fiI2198 AT�'ACHM�NT 1C Page 1 of 3 City of For� Worth Minority and Women Business Enterprise GOOD FAITH EFFORT -� n � � , , � � ���� �, r. �-� f � � � � .�' A.�'.��1F° . C7�P.�a� a CiiLi-f�.� Prime Company , me rl ��� � •�� �l�(I� ��- �U"�f ���J� � J . � Project Name � ��l��Y�4��E.'!� `� ��:�" Bid Date � ��r��i� -� �������� GS�� � �� Project Number �If;;you have failed to .secure MIWB�,participation and ynu ha�e subcontracti.ng andlor suppfier opporiun�ties ar if yaur, MNUS�.participation is less thsrrthe City's project goal, you must complete'fh'is'.f.orm. if the bidder's meihod of c�am�liance witi� the MNVBE goal is based upan demansrtration o#' a"good faith effor#", the bidder wi11 have ti�e burcfen of carrectly anci accura�ely preparing and submitting the documentation required by the Ci�y. Compliance with each item, '( thru 8 below, shall safisfy the Good Faith Effort requirement absen� proof of fraud, ir�tentional andlor know�ng misre�res�ntation the facts or intentional discrimination t�y tl�e bidder. Fa.ilure':�o complete. this 'farm, .in .its entirety with suppor�ing documentation, and received hy fhe 'Managing' Department on ar before 5:00 p.m.,five (5)'Gity business c�ays a�ter.bid opening, exclusive of bid opening date; will'resuik in the 4�id being considered non-respansive to bid specifications. . 1.) Piease list each and every subcontraciing andlnr supptier oppQrfunity (DO N4T LIST NAMES OF �IRMS) which will he t�sed in the campletion of this project, regardfess of whether it is to be pro�ided by a M1WB� or non- MIWBE. (Use additiana! sheets, if necessary} � I List of: Subcontrac�inq Opportunifies L,ist of: Supplier Opnorfunities Rev. 6!2l9B f� ATTACHMENT 1C Page 2 of 3 �:. t. 3 !- �` �� 2.} Did you obtain a curreni list of MIWBE firms fram the City`s MIWBE Office? 7he list is considereci in compliance, if it is tiot more fhan 3 months ald fram the date of bid opening. �/ Yes No V Yes lf yes, attach list to include name of MlWBE �irm, erson contacted, Na phone number and date and time af con#act. Daie of Listing �1��' 1 Dv� 3.) Did you solicit l�ids from MIWBE firms, within t�e subcontracting andlar sup�lier areas previously listed, at least ten caiendar days prior to bid opening by maii, exclus9ve of the day the bids are opened? V Yes If yes, atfach M1W8� mail listing to include name of firm and address and a dated �Vo copy of 1�tier mailed. 4.) flid you solicit bids from MIWB� firms, within the subcontracting andlor supplier areas previously listeci, at least ten calendar days priar #o bid opening by telephone, exclusive of fhe day the bicis are opened? I�OT�; A facsimile m,ay be used to comply with e9ther 3 ar A, h�it may not 3�e:useci #or both: lf a facsirriile is � used, attach�tl�e fax confirmaiion, virhich is to provide:M1WB� narne, date, time; fax:number and documer�iatian ;fazed. NOTE: 'If a S1C °list o� MlWBE is �#en or Jess,. the'bidder.:must cantact t�e entire lisi to'�e �in;compliance with quesiions"3 and 4. if a sic iist:of-M1WBE is more than ten, tl�e bidder must contact at least two-thirds of the list b.ut not less than ten #o be i�.compliance with questians 3 and 4. ' 5.) Did you provide plans and specifications to potential MIWgEs ar'snformation regarding the location of plans and specifications in order to assist the MlWBEs? �Yes No 6,) 1� MIWBE bids were recei�ed a�ci rej�cted, you must: (1) List the MlWBE firms anci the reason{s) for rejection (i.e., c{uoiation nof commereially reasanable, qualifications, etc.) and (2} Attach afficfavit andlar documentation to support the reasan(s} listed belaw (i.e,. letters, memos, bids, telephone calls, meetings, etc.) (Please use addifianal sheefs, if necessary, and atfach.) Com�any Narne Tele�hane Contact Persan Scope of Wark Reason for Rejection Ray. fi12l98 ATTACHM��ti' 1C Page 3 of 3 ApDITIONA� INFORMATIO[�: Please provide atfditional i�farmation you #ee1 wilk further explain your good and hon�st efforts to obtain MNVB� participation on this project. The bidder further agrees to provide, direcily to fhe Ci�y upon reques�, compfete and accurate information regarding actua! work per#'ormed on #his con�ract, the paymen# thereof and any proposed changes to the origir�al arrang�ments submitted with this bid. The bidder afso agrees io allow an audit andlor examination of any books, records anc� files held by iheir company that will subs#antia�e the actual work performed on this contract, by an authorized officer or employee af the Ci�y. Any intentional andlor �Cnowing misrepres��tation of facts wiil be grounds for terminating the cantract or debarmen# trom City work for a period of not iess than three (3) years and �or initiating action under Federal, State or Local laws concerning false statements. Any failure to campfy with ihis ordinance and creates a material breach of contract may result in a determinatian of an irresponsible offerar and barred fram participafing in City work fvr a period of time not less than one (1) year. The undersigned certifies that �he informat�on provided and the MIWBE(s� lisfed waslwere contacted in good #aifh. It is understood tha# any MIWBE(s) iisfed in Attachmen� 1G wifl be contaci�ed and th asons for not using them wil! be �erified by the City's MIWBE OfFice. � � l �� � ���}�� horized i�g�naiure Printed Si natur � � � � �- r�� ��� _ � Title ��j� ������� ��} ��� Contact Name d itie {if different) ,� /� r �7 i' ,-'� � J`i . ���.� . l_-����e-4rGt.t t�ir��{-L-� �1 �Y O J �J �� Company fVame Telephone Number{s} P a. ��� C�� 7 �1�- �7� �i� Address IVumber I�� � � �1 �� ���[�(� � f�'G'[�,)�� `,� � a��o� 1 CitylStatelZip Date Rev. 612I98 ! f� CITY OF FORT WORTH, �EXAS T�ANSPORTAT�ON A�TD PUB�ZG WORKS DSPARTMENT SP$CxAL PROVTS20NS FOR: H.M.A.C. SIIRFAC� OVfiRLAY (2043-5) AT VARYO�S LOCATTO�S PRO��CT NO. GS93-020930522410 1.5COPE OF WORK: The work coverad by these detaxls and apecificatiions consists of the surface rehabilitation o� exxsting pavement. A1so inc�uded is the addition oP a new sur�ace layer of H.M.A.C., tha removal (on�y) o� a�l existing �ra�fxc buttons, removal and replacemen� oP'existing concrete ourb and gutter and exis�ing base repair, as desczibed in the Special Pro�isions o£ these specifica�ions. The wozk shall include a11 ather mzscellaneous itiems of construction to be performed as outlined in the details and apeeifications which are necessary' �o satistacto�ily complere the work. The Contractor shall mobilixe within ten (1�) calendar days of �he notice gzven by the Construction Sngineer �ar any �ocations. T£ the aontractor fails to beaxn the work wi�hin ten (10) ca�endar days, a$200 dol�ars liquidated damage will he assessed per Block ger day. The contractior is encouraged �o conduct site visi�s and survey all these possib���ties. The conG�aator shall verify these locations wiGh the Construc�ion Enginee�. For street loca�ions aee lxst a� �he back of �his document. At the sole discre�xon of the City, �he CiCy reserves the right to add, dele�e ar subs�itute streets in tihis contract. The City also reserves �he right �o increase or dearease quan�i�ias o� individual pay i�ems w�th�n the conrraat provided thar the �otal contract amount remains wikhin plus or � minus {±) 25� of tha can�ract award. �he contraator is not entitled to any additional compensa�ion or renegotiation of individual pay iCem �id ' prxces. All short cul-de-sac streets and �urnou�s that intersect wi�h a straet to � be repaired sha�l be included in �his contract, even though they may not � be listed on a Work Order ciue �o their size. �he contractor siiall mill., c].ean, appiy tack coat, ovarlaar and adjust facilities. , 2• i 3. Tota1. quantities given in tihe bid proposal may no� refleat aatual quanti�i.es, but reQresent the best estima�e based an a�easonable effort of investigation; however, they are given for �he purpose af biddi.ng on and awarding the comtracC. Contraa�. wi.11 be awarded to �he lowes� responsible biddaz. i1LC <�..QZI.LGLI.LVi QyLGC7y LV C.�ll[�l�OI.0 L.1{� CVtA4i.dC:4. S"/1L L111 1.11C c%I�[1LLCU i3�11�C�1. of days. �f �he Contractor fail.s to complete the work wa.�l'�.i.n �he number SP-1 ot days specxxied, lic�uidated damages sha�l be chargad, Part �, Ytem 8, Paragraph 8.6, o£ the "Genezal Provisions" Speaitication €or Construc�ion of tihe City of Fo�t Worth, i, as outlined in of tihe Standard Texas. 4. The Ci�y zesarves the right Eo abandon, withou� obligation to tihe Contractor, any Qart af tha project, or t�-ie entire praject, at any tixne before �he Contractor hegins any cons�.ructi.on work autharized by tihe Ca.ty. 5. This contaract and project are governad by �he two fol.].owing published speaifica�ions, except as madified by these Speca.a]. Provis�ons: STANDARD SPECIFTCP.,'�'iONS FOR STREET A13A STORM DRAIN C013STRUGTION-CIT7C OF` FORT WORTTi and STANDARD SPECIFICAT'IONS FOR PUBLIC WORItS CONST�LTCmION-NORTH CENx1zAL TEXAS. Genera3 Provisions shall he those of �he Fort Worth ciocument rather rhan Division �. of the North Central Texas doaument. A aopy of these speciiicat3ons may be purchased ati �he o££a.ce of �he Deiaartment o� Engineering, 1000 Throokmorton S�reet, 2nd �'laar, Municipal Building, Fort Wortih, xexas 76102. The speca.�icatians applicable to each pa�► item are indieated in the call�ou� for �he pay item by the flesigner. If not sliown, �hen applicable publishad specifications in any of these documents may l�e fol].owed a� �he discretion of tihe Co�atractor. I I. i 6. Bidders shall not separara, detach or remove any portixon, segment or sheets £rom the contract documents at any tiime. �'ailure �o bid or fully execute con�ract without retaining co�tract documents intact may be grounds foz designating bids as "non-responsive" and rejec�ing bids or voidxn,g con�ract as appropriate and as detezmined by Che Director of the Transpar�at�on and Pul�lic Works �agartment. �� 7. The Contrack.or shall Y�e responsible for defec�s in this project due to ' faul�y znaterials and workmanship, or both, for a period of two (2) yeaxs froin date of final accep�ance of this project by the C3tiy of Fort Worth � and will be required �o replace at his expense any part or all of �he i , project which becomes defective due to tihese causes. 8. TRAFFXC CONTROL: The contraatior will be required to ol�tain a"Stireet Use Permit" prior to starting wozk. As part o£ the "Stree� Use Pezma.t" a traf�ic control pZan is required. The Contractor sha11 be responskb].e for providing tra£fic control during tlie cons�ruction of �his prpject consistent with �}ta provisions set £orth in �Yi,e "S�ates� Edi�ion Texas Manual on Uxxi.form Tratfic Control Devices for Streets and Highways" issued� under.tihe au�hority ot the ��Stia�e of �'exas T3niforsn Act Regulating Traffic on Highways", codified as ArtiCle 6701d Va�non's Civil Stiatiues, per�inen.t seationa being Sec�ion 1�Ios. 27, 29, 30 and 31. A�raffic control r�3.an shall he submitted £or review to Mr. Charles R. Burkett, Citi� �'zaf£ic SnQineer @81.7-871-8770 a�. least 14 workinq days vrior tio tkaa preconstruction conference. Althouqh work will no� becrin un�il the �raffic control panel has been reviewed, �he Contractor's time will becrin in accordance witih rkae time fram� establishad in the i3otiae to rr,A r�ntYac*�r: SP--2 � The Con�raator will not remove any regu�a�ozy sign, instruc�ional sign, stiree� nama sign, or o�her aign which has heen erected by �he City. If 3t is determined �hat a sign must be zemoved to permi� required constiructian, the Contractar sha11 con�aat �he Transportation and Public Works Depart- ment, Signs and Markings Division (phone nuniber 871-7738), to remove tihe sign. In the case of regulatory aigns, �he Contractor musti zep].ace tha permarxent sign with ��emporary sign meeting the requirementa of the abova xe�erenced manual artd such �emporazy sign mus� be a.nstalled p�iar to the removal o£ the pezxna�en� sign. If tihe temporary sign is not ins�alled car�ectly or i,f it does not meeti the required apeai£ications, the permanent sign sha1Z be left in place until. the �emporary sign requirem�n�s are met. When cans�ruction work is completed to the ex�en� tha� the permanent sign can be re-installed, �ki.e Contrac�or sha1.1. again contacti �lye Signs and Markings Divi.aion ta re-install the permanenti sign at�d shall leave his temporazy sign in place until such re�instal].ata.on a.s complated. The Cozatractor shaLl ].imiti his worlc within one continuous lane of �raffic at a tima �o minimize interzuption �o the f].ow ot traffic. Work shal.l nor be pertormed on certain loca�ions/streets during "peak traffic pera.ods" as cietermined by tihe Ci.ty TrafEic Sngineer and in accordance with the applicabla provision of the "City of Fort Wortih Traffic Control Hax�dbook for Construction and Maintenance Wozk Areas." 9. pAXMENT: The retainage) froxn remai.ning amount af the project. Contrac�or will receive bi-weekly payment {Ininus 5� the Ci�y �or all work for each pay pexxod. Payment of the shali be marle vrikh tkxe £inal payment, and upon acceptanae 10. DELAYS: The Contraa�or shall receive no compensatiion for delays or hindrances to tihe work, �xcept when direGr and unavoi.dab7.e extra cost to the Cantractor is caused by the faiiure of rhe City ta provide intormation or ma�eri,al, it any, which is ro be furnished by tha City. When such extra comp�nsation is claimad a wri��en s�atement thereo£ shai]. lie pres�ntad by ti�e Cox�tractor to Che Engineer and af by him found correct shall. be approved and reterred by him to the Council for fi.naJ. approvaJ. or disapprovax; and �he action thereon b�r rhe Council shall he final and binding. It dalay is caused by specific orders given by the Engina�rs to stop wark, or l�y the perfozmance of ex�ra wark, or by the £ailure o£ the Ci�y �o provide ma�eria]. or necessary instructians £or carrying on the work, then such delay wi.�.l en�itle tha Contractor to an equivalent extension of time, hi.s applica�ion for which sha11, however, be subject ro the approval of the Ci�y and no such extension of �ime shal7. release �.he Contirac�oz or the su�ety on his performance borxd �rom all his obligations I�ereunder which sha11 ramai.n in full torce un�il tha discharge of the contract. 11. DETOURS AND BARRZC,ADES: The ConCractor shall prosecute his work in such a mannax' as to area�e a minimum oi interruption to traffic and pedestrian F�-RCiii4ics a�3 .`'.o �.2 flo;� �,f �� :�Ctilai aiiu �8ue�si.i.i.a�i rcz-a=za.c wa'�Lhin Lne projact area. Contirac�or sha�.l. �ratect constructian, as rec,�uired by SP-3 !� �i Engineer, by providing barricades. Barricades, war�ning and detour signs shall confoxm �o the S�andard Specifxcations "Barrie�a and Warning and/or Detour Signs'°. Item 52�4, and/or as shown on the plans. Constiruation signing and barricades shall con£oxm with �he 1a�as� edition of �he "Texas Manual on Unx�orm Traffic Con�rol Devices, Vol. No. 1". 12. DISPOSAL QF SPOTL/FTLL MATERIAL: Prioz to the dispoaing ot any spoi]./fi].1 material, the Conrractior shall advise �he Directa� o£ the Department of Lngineering actiing as the City of Fort Worth�s Flood P1ain Admina.atratoz ("Adminiatrator°), ot the �ocation of a11 sities where tha contrac�or in�ends to dispose oE suah material. Con�ractior sha].l� nct diapose af such material until. the proposed si.tes have been determinad b}r the Administrator to mee� the requiremen�s o� �he F1ood P1.ain Ordinance of tihe City oi Fort Worth (Ordinance No. �.0056) and a flood plain pea;mit issued. A1�. diaposal sites must be approved by �.he Atlministrator �o ensure the filling is not occurring wi�tx�.n a f],00d plain wi�hout a permit. A£iood p].sin per�nit can, be iasued upon approval af necessary engineering srudies. No fi�.]. permi� is required i£ disposal si�es are not i,n a£lood plain. ,p.ppraval of the Contractor's disposa]. si,tes shall he evidenced by a letter signed by the Aclministirator stating that the si�e zs not in a known £lood plain or hy a Fl.00d �lain Fill Permit authorizing £i1.1. within the fload plain. Any e�enses associated with obtaining �he fill permi�, inc].udi.ng any necessary eng�neering studies, sha11 be ar Contractoz`s expense. In the event that the Contrac�.or c3i.sposes of spoil/Fill ma�erial at a site without a fi11 permxr or a letter trom the Ac'iministrator approving the disposal site, upon notification by the Director of the Depar�tnen� of Fsngineering, Contractor sha11 remove �he spoa.1/fi],l material a� ita expense and dispose of suc% materials in accordanca with the Ordinanae of the City and tikzis sec�ion. 13. �uring the construction o£ this project, �he Contzactor shall comply wi�h presen� zoning rec�uiremen�s of k.he City of F'ort Worth in �he use of vacant property for storage purposes. i4. �'ina]. cleantxp work shall be done tor this project as soon as the work has been comp].eted. No more than seven days shall. elapse aftier comple�ian of constzuction betore the roadway and righti-of��cvay is a�.eaned up to tihe satisfaction a£ the Engineer. 15. PROPERTY ACCk�SS: Access �o adjacent gropertar sha11 be maintained at al]. timas ttnless otherwise clirected bar the Engineer. 16. CdNSTRUCTION SCHEDUI,�: Xti shaJ.l. be the responsibili�y ot �he Con�ractor to €urnish rhe Co�nstructian Sngineer, prior �o construc�ion, a schedu�e ou�lininc,� �he an�icipa�eci �ime each phasa of canstruction wi1Z begin and be aomple�ed, including su££icient time being allowed for cleanup. SP-4 I� 17. SAFSTY R�S�RICTTQNS - WORK NgAR HIGH VOLTAG� LIN�S.: The £ollowing procedures wi11 be followed regarding the subject i�exn on this contract: (1) A warning sign not less tihan £ive inches by seven inches, painted yellow wxth b�ack le��ers tha� are legible at twelve feet sha11 be placed inside and ou�side vehicles such as cranes, derricks, power shovels, driiling xiga, gile drivers, hoisting equipment or simx�ar apparatus. The warning sign sha11 read as �ollows: °WARNTNG --UNLAWFUL TO OPSRATS THTS EQUIPME� WITHIN S�X FE�T OF IiIGH VOLTAGE LINFS." (2) Equi.pment �hat may be operated wi�hin ten fee� of high voltage Zines shall have an insulating cage-type of guard about the boam or arm, excep� back hoes or dippers, and insulator 1.inks on tha ].i.�t hood connactions. (3) When necessary Co work within six feet o£ high voltage electiric lines, notiificatian shall be given the power company (TU Electzic Service Co.) which wiLl erect temporary me�hanica7. barriers, cie- ex�,ergize the l.ine, or zai,se or lower the line. The worlc done by the power company shall no�. be at the expense of �he City of ForY. Worth. The nota.fying departmerit sha�.]. maintain an accurak.e ].og of all such calls �o TU E1.ectric Service Campany, and sYxal.l record ac�ion taken in each case. {4) The Contrac�or is requirad �.o make arrangements witih k.he '�`U Elec�ric Servi.ce Campany for �he temporary relocation ox raising af high val�age lines at Che Con�raetor's sole CO�`uti and e�ense. (5) �To person shall work within six fee� o£ a high voltage 1.ine without protec�ion having l�een taken as outlined in Paragraph (3). 1.$. RxGii�' TO AUDTT: Contraator agrees tha� Cit}r sha11, untia.]. the axpiration o£ three (3} years after final payment under tihis contrac� is'made by Ci��, have acceas to and the right to examin.e and photacopy any Birec�ly pertinen� i�ooks, '�, documen�s, papers and records o£ Contrac�or a.rxvolving �ransactions relating �a this con�.zacG. Contractor agrees tihat C.ity shall have access during normal worki.r►g hours to all necessazy Contrac�or faci�ities and sha11 ]�e prn�rided adequate and appropzxate workspace in order to conduct audits in aompliance with the provisions of �his section. Contractor fur�l�er agrees to include in all its subcon�racts hereunder a pro�crisxon ta the etfect thar Che subcon�ractor agrees that Citi�r sha�.k, un�il �h� expiration, of three (3} arears aFter final. payment uncler �he subcontract, have access to and the ra.ght to examine any directly pertinen� books, documents, papers and shall be provided adec�uate and a�,�i.vp.��.&tG w��� aYa�:c, in oruer �o �ori�uc� a�uciiLs in com�:Liance wirh tiie p�ovisians of this article together with Articla VI. City sha11 gi�+re the SP-5 f suUcnntrac�or reasonabie advance notice of in�ended auda.ta. • Contractiar and subcont�actor agree ta pho�oeopy such documentis as may be requested by City. Citiy agrees to reimburse Contrac�or and/or subcontractor �oz the cos�. o£ copies a� the rates as contained in �.he Texas Adminis�rativ� Code at �he tzme payment is made. C013STRUCT ION Tha City of Fort Worth main�ains a"CONFINED SPAC� ENTRY PROGRAM" for i�s emp].oyees and a1.1. contrac�.ors and �heir sub-contractiors must comply with this program as a conda.ta,an ot the contracti. All acta.ve sewer manholes, regardless of depth, are de£ined as "permi.t required confined spaaes". Contractoxs will be r�quired to cornp3.ete the "CONFINSD SPACE $N'I'RY PERMIT" used hy �he Fort Worth Wa�.er Depar�men� (Fie1.d Operations Division) �oz each entzy and possess and use �he equipmen� necassary to comply wi�h this program. The cost o� comp�ying witih tk�is program will ba considared subsidiary �o tha pay items involving work in con£iried spaces (e.g. vacuum �es�ing, cleaning, �elevising, construction, erc.). NON-PAX XT�SM! NO. 1- SPRINICLING FOR AUS'x CONTROI�: � Al1 applicabl.e pro�risi.ona ot Standard Specifica�ions �tem No. 200, � '�Sprinkling for Duat Con�rol�� $nali apply. However, no direct payment will be made €or this item and iti shal.l be consicierecl ineidental. to this con�ract. NON-F,A,Y T�EM Nd. 2- RE�IOVAL OF TRAFFZC BTJTTONS AND TEMPORARY LANE TAPE: A�1 trai£ic but�o�ns shall be r�noved £rom the exiski.ng asphalt surEace `� be£ore resur�aci.ng begins. The contractior shall be resgonsiblB for the f removal of al.l but�ans. iTQon completiion o� the job �he Ci�y will insi�a3.1. � new buti�ons after proper notification. ; ,. The conCractor sha�I also be responsible �o� all materials, equipmenti and labor to p].ace tiemparary adhesive iane marking tape, at locati.ons as ' directed by k.he Canstruction Engineer, to directi tiraffa.c flow until � permanenti maxkera are insta].led. The eontractor shall no�i�y the Cans�ruc�ion Engineer to arrange for the rep].aceinent of �h.e but�ons and adhesive 1.ane markers (arrows, e�a. }. AJ.1 casts to �he aontrac�or shall be £igured as subsidiary tio tha.s contract. �iON-PA'Y YTEM NQ. 3- LOCATION AND �7�POS[3R� OF MANHOLES A�TD WATER VALVES: The contractar shall be rEsponsib�.e £or l.ocating and marking a11 p�eviously exposeci manholes and wak.er �ral.^ves i.n each street af this contract be�ore the resur£aci.ng procesa commences tor a particular street. The contrac�or sha�l attempt to include ti}xe Constizuc�a.on Fn:gi.�neer (if he � i ye\ ►.1-... 7.� a� a �-.__ . . .�.� .,...,.� �^.�'i o� �Tl �.uc Ol/SGiYR4iV++ &iau uioin3uy a�:i.Yvi`LY. iIl d'Il� EV�il� a street shall be compleCely markad a minimum o€ two (2) working daars betore SP-6 �� f resurfacing begxns on any a�reet. Marking the curba with paint is a recomme�ded procedure. � Tt sha�l be �he con�rac�ozs responsibili�y �o no�ity �he u�ility companies that he has commenced work on the Qxoject. As the resur£acing is completed { (within same day) the aontracCor shall locate tihe covered manho�es and valves and expose �hem for later adjust.nten�. Upon completion oE a stree� the aon�rac�or shall no�ify the util.ities of this compl.etion and indicate the start of the next nne in ordaz foz t�.e utzJ.iti.es to adjust �aci.].a.ties I I accordingly. xhe foJ,l.owir�g are utili�y con�ac� persona: Campanv Southwestern 8e11 Telephane Texas Utilities Lane S�ar Teiephone Number 338-6275 33fi-941.1, Sxt. 2I21 336-8381 Exti. 6982 Contact Person "Hoti Line'� M�. Roy Kruger Mr. �7im Bennett City ot For� Wor�h, S�reet Light and Signal a�1-aioo Mr. Jim Bob Wakefield i Of aouzse, under the terms of this contract, �he contraatar shall aompl.e�e � adjustsnent ot �he s�orm drain and V7ater �apartment �acili�ies, ane �raffic iane at a time within £ive (5) working days a£ter compZeting the laying of ; proposed H.LrS.A.C. overlay adjacent �o said facilities. Any deviation from the above procedure and alZotted working days may result in the shut down a� the resurfacing operation by the Construction Engineez. The contractor shall be responsible for all materiala, equipment and labor to perform a mosti aacurate job and all cos�s to �he contractor sha17. be figured subsidi.azy to this contraat. PA'Y Ix`�M Np. 1- PR03ECT DESIGNATION SIGN: 0 The Con�ractor sha�1 construct and install two {2} projec� Designation Signs ar►d it will be the responsibility oi the Contractor to maintain �he signs in a presentable condi�.ion at a11 times on each project under oanstixuation. t+fain�enance will inal.ude paa.nti.ng and repairs as directed by �he Engineer. It wiZl be the respansibility of the Contractor to have �he individual project signs ].eti�ered and paintied in accordance with the encl.osed.detail. The quality of the paint, painting, anci le��ering an the signs shall be approved by the �ngineer. The height and arrangemen� of �he lettering skial.l be in aacordanca wi�h the enclosed cietail. SP-7 The sign shall be constizuc�ed af 3/4" fir plywaod, grade A-C (exterior} or better. �hese signs shal� be installed on barricades or as direoted by the Engineer, and in plaae a� the pzoject sita upon commencemen� of cons�ruc- tion. The work, which includes the pain�ing o� �he signs, xnsta��ing and removing �he signs, furnxshi�g the materia�s, supports and connections to the support, and main�enance sha�� ba to the satisfaation o£ the Enginee�. The unxt pz�ce pre bid per each will be �ull compensa�ion tor all labor, ma�erial, equigment, too�s, and inaidentals neaessary to complete the work. PAY TTEM NO. 2"- U''x�IrZ'.�X ADJ[T&TMENT: This item is incZudad for the basic pux�ose o£ estab�ishing a contract priae which will be comparable �o the �3na1 cast o� making necessary adjustmen�s requxzed due ta stzeet improvements ta water, sanitary sewer, and na�ural gas service lines and appurt�nances where such aervice lines and appurtenances are the property owner's responsibi].ity to maintain. An arbiti�ary �xgure has beer� placed in the Pzoposal; however, this does nnr guaran�ee any paymen� for utility adjus�ments, neither does it confine u�ility ac€justments to the amount shown in the Praposal. It sI�all be the Contractor's responsiUility to pro'vide the services of a licensed pl.umber to make the u�ilitiy ad�ustimentis datiermined necessary by �he Sngineer. No payment wi.�.7. be snade for utility adjustmants except those adjustimentis deCermined necessary by �he Engineer. Shauld �he Contractox damage service lines dua to 3�►is negl.igence, where such lines would nat have required adjustmen� or repair o�herw'ise, Y.he lines sha11 be repaired and adjusted by the Con�ractor at the Contractor's expense. The payment to �he Contractor for u�ility adjustments sha7.1 be the actual cost ox the adjustments plua ten percent (i0�) ta covez khe costi of bond and averhead incurred by �he Cvn�rac�or in handling �he utility adjust- men�s. PAY TTEM N0. 3- MANHOLE AD+7iTSTNlSNT: � This item sha11 include adjustiing rhe �ops of existing manhole to match , proposed grada as shown on the pl.ans, i.n rhe derail at the hack oi this I dacument or as directed by the Engineer. Standard Specifi,ca�ion Ikem Nos. � 450 "Adjusting Manholes and Tnlets" and 406 "Concrete tor Structures" shall apply except as herein modi€ied. The concrete shall be designeci �o achieve a minimum compressa.ve s�rength a£ 3400 povnds per aquare inch. Work shall be completed and street opan tio traffic within seven (7) ca7.endar days. ii c`'.aiv c::i�Fa 1dl:l.VL iaiixt i.G �:U1u��.aL� LL1� Wpi')C W].L'R1Fl seven �%) eaienaar �----�--- days, a$100 dollars liquida�ad damage will be assessed pez each manhole SP-S per day. • Prior �o beginning of work, the Con�ractor sha11 maka an inventoxy of �he condi�ion o£ existiing manholea. The Engineer wili £ield verify tihis inventory and provide the Contiraatior replacements for broken manhole aovers. xhe contractor sha11 replace �he manhole covars which are damaged during construction ati no aos� �o �ha City. Inc�uded as part ot �his pay irem shall be �he applica�ion o£ a j co�d�applied preformed flex3ble butyl rubber or p�astic sea�ing compound for sealing interior and/ox exterior jaints on concretie manhole sections, � as per currenti Cxty Water Depa�tment Specxal Conditions. The uni� price pre bid pez each will be £ul1 compensatiion �or al� labor, materials, equipment, tools, and inciden�als �ecessary �a complate the work. PAY TTEM N0. �- WATER VALVS BOXES A��iTSTMEI3T: Contrac�.or will be r�sponsib].e for adjusting wa�er valve boxes to rrta�ch new pavement grade. The warer valves �h�mselves wi11 be adjustiad by City pt Fort Worth Wa�er Department torces. Prio�r to beginning o£ work, the Contractor shall make an inventory af �.he concii�ion o£ exisCing water valve boxes. The Engineer wi�.J. �ield verify this inven�ozy and provide the Contractor rep].acements for broken valve boxes. 'T'he con�ractor sha11 replace tk�e valve boxes which are damaged during construction at no cos�. to the Gi�y. The concrete shall be desa.gned �o aahieve a minimum compzessive streng�h of 3000 pounds per square inch. Work sha11 be completed and stree� op�n to traffic within seven (7) caZendar days. ` Ii �he contractor fails tio comple�e �h� work within seven (7) calendar days, a$1.06 do�.l.ar liquida�ed damage will be assessed per each water valve box per day. The uni� price pre bid pex each will ba ful.l compensation far a11 labor, materials, equipmenti, taols, and incidenta].s necessary tio compJ.ete the work. PAY ITEM Na. 5- WATFR M$TER BQ}C ADJUSTMENT: This i�em onLy appl.y when tihe adjacen� curb and gutter has been determined to be removed and replaced as directed by the Engineer. The adjustment shall incl.ude raising o� ].owering the exi.stii,ng water meter box �o �he proper grade. The unit price pre bid per each will be full compensation £or all labor, mater,ial.s, equipment, tools, and incidantal.s neaessary to comple�e �he ;: o r:: . SP-9 1� �- PAY ITEM I�TO. 6— REMOVAL AND REPLACL�MENT OF CONCRET� CURB ANA Gfi3xTER: These provisions require the cantx�actox to remove all Failed exis�ing curb and guti�er, as designated by the Cons�ruction Engineer, and repl.aae with s�andard concreta cur3� and gutter, laydown curb and guti�e�, or in like kin8, as governed }�y the standard City Specifica�ions, I�am No. I04 "Removing Old Concrete", Item No. 502 "Concrete Curl� and Gutter", and brawing Nos. S-S2 through 5-5�4. Pay limi�s foz ].aydown aurb and gu�ter are as shawn in Dra�cving No. S-S5 of the Standarcl SpeciEications. Contraaror shaJ.l sawaut the curb and gu��er and pavement prior to remova7.. Tnclucled, and tigureci subsidiary to this unit price, �wi11 be the required sawcut excava�ion, as per apecifiaation Item No. 106 "IInclassified Street Excavafi.ion��, inta the street tio aid in tihe conetructi.on of tha curb and gu�ter. The pay 1im3� wi11 be 9" out from the gutter lip, wi.th. same day haul�ofi of the removeci mateza.a�. to a suitable dvmp si�e. The s�reet void shaJ.3. %e filleci wi�h H.M.A.�. Type "D" mix as per speci£ication ldo. 300 "Asphal�s, Oi7.s, and Smu].sians", Item No. 304 "Prime Coati" and Item No. 312"Hot LYSix Asphaltic conarete" an,d compacted to standard City densxties. Top soil as per specifica�ion Ite.� No. 11fi "Top Soil", i£ needed, shall be addad and Zeveled to grade behind the curb. ExisY.ing improvements r�vithin the parkway' such as watez meters, sprinkler system, e�c. damaged during constztEction shall be replaced wi�h sama or batter at no cost to �he City. Hackfill for curb and gutter sha11 be complered wi�hin fourtieen (1.4} ca7.endar days from tihe day of demaliti.on to date of co�rp�.e�xon. If tihe contiractox' fai,3.s to complete the work wi�hin tour�een (14) calendar days. a$lOp dollar liquida�ed damage will be assessed per b�ock per day. The unxti p�'xce bid per iinear foot shall be tull compensatiqn �pr aIl materials, labor, aquipmant and inaidentals necessary to compleGa �he work. PAY ITLM N0. 7- BEMOVAT. AND R�PT��ICEM�N'I' OF 6" CONCREsT� DRIV�NipiY'S: xhis item sha7.l include �he removal and replacement o� exis�ing cancrete driveways, due to de�eriora�ion or in situationa whera curb and gu��er is �replaced to adjust grades to eliminate ponding water with sama day haul- of£ of the removed material to a suitable dump site. For apeci£ications governing this i�em see �tiem No. 104 "Removing p�.d C`oncrete��, Item No. 504" Concreke S.iclewalk and Dxiveways". Pay limits for aon,crete dr3veway are as ahawn in Drawing No. S-S5 of the Standard Specitica�ions. The unit price bid per square yard shall be full compensation £or a11 ].abor, materi.a7., aguipment, suppla.es, and inci.den�a].s necessary to Complate the work. PAY ITEM 1�i0. 8- REkfOVAL AND REPI,ACEMENT OF 4" CONCRST� SZD3sWALK: This i��m shall include the removal and replacemen� of exista.ng concrete sidewalk due to failure or in situation where curb and gu��er is re�,a].acad .}.� .'�v,jv,ar. `�Z�Cl�a r~..0 GiiTMi+1R4G Z"..vi�v,.'..1'1'� nnr.vi. Wii.ai ocuuc uuy licaiii^vii c�i i.iin remov�d material to a suitable durnp site. For specifiaa�ions governing �P-10 I� this item see Item No. 104 "Removing Old Concrate°, an.d z�em No. 50�4 ��Cancre�e Sidewalk and Driveways��. The uni� price bid per aquare yard shall ba fu11 compensation for a11 labor, materia7., equipment, supplies, and inci,dexatal.s nacessary� to completie �he remo�ra7. and replacement work. PAY ITEM NO. 9- REMOVAL AND RSPI,ACSMSNT OF H.M.:�..C. PAVEMENT AND BASE: The con�rac�or shall remove ali existing deformed H.M.A.C. pavement and/or }�ad base materia�. that shows surface de�eriarati.on and/or complete £ailure. xhe �ngineer will identi£y these areas upon which time the con�rac�or will begin waxlc. Tki.e failed area sitall be saw cut, or ofi.her simi].ar means, ou� of �he existing pavement in square or rectangular fashion. Tha side facas shall be cu� vertiaal.].y and aZl failed and loose ma�.erial excavated. As a part o� �he excavation process, all unsata.sfactory base material shall. be removed, if requxred, to a depth sutticient to obtain stab].e sub-base. The total depth of excavation cauld range irom a coupie ot inches to incl.ude tYre surface-base-some sub-base removal Eor which the Enginaer will aelect the nacessary depth. Th� reanaining goad material shall l�e level.ed and uniformly made ready to accept the fill ma�erial. All e�ccavatied matierial shal.l be hauled off site, �he same day as excavated, to a sui�able dump skte. A��er sa�istactory completion of removal as outlined above, �he cantractor shall place tha pazmanen� pavement patch, wirh Type "D" surfaca mix. This i�.em wi11 always be used evan if no hase improvementis are required. The proposed H.M.A.C. repair shall match the existing pavement sec�ion ar the depth ot �he iailed materxa]., whi.chever is greatar. However, the pa�.ch thickness shall ba a minimum of 2 inehes. Generally the existing H.M.A.C. pavemen:� rhickness will not exceed 6��. Betore the patich layera ara applied, any Iaose matezial, mud and/or water shali ha remaved. A liquid asphalt taak coa� shall be applied �.o all exposed sur£aaes. Placement o� tihe s�rface mix li£ts shall noG exceed 3 inches wi.�h vibrator compac�ions to follow each 1ift. Compactions of the mix aha11 be to s�andard densities of the City of For� Worth, made in prepara�ion �o aacep� tihe recycling process. All applicable pravision.s of Standard Specification Item N'os. 300 "Asphalts, Oils, and F�iulsi.ons", 304 °Prime Coat", and 312 "�o�.�Mix Aspha7.tic Concrete'� shal� govern work, The unit pzxce hid per cubic yard shall be full compensation for all materials, labor, equipment atxd incidenta].s nacessary �o eosnpl.ate the work. PA'Y' ITEM NO. 10 - GRADED CRUSHED STONES: This item shall ba used ta repair the failed basa ma�erial. i.n areas excead 8" deep as directed by the �ngimeez. Tkze material shall be graded crushed &�ones. Fo� specifications governing this itiem see Item No. 2U8 "FI.exible Base". SP-11 �1 1� The unit price bid per cubic yard shall be full �ompensation f4r all materials, labor, equipment and incidentals necessary tio complete tha work. PAY 2TE[�S NO. 11 - WEDGE MTLLTHG 2" x0 0" ���TH 5.0' WIDE: 1. Desczxntiion This item shall consist of mil�ing �he existing pavement from tihe lip of gutter at a dapth o� 2�� and transitiioning to match �he existxng pavemen� (0" cuti) a� a minimum width of 5�. TYxe exiating pavement �o be milled will either be asphalt, concrete, or brick pavement. The removal and diaposa3. oi the milled matezials shall be as directed by �he Engineer. xha mi.].].ed surface shal� provide a smootih suriace free from gouges, ridges, ail �i.lm, and other impe�fec�ions o� wor]Qnanship and shall have a uniform �extured appearance. In a1.1 si�uations where the existing H.M.A.C. sur£ace con�acts the curb face the wedge milla.ng shall i,nc].ude �he removal o£ tha exis�ing asphal� co�rering tha gutter up to and along the face o€ curb. The wedge milling opera�ions far thi.s project will ba perfoxmed in a continuous manner along both sides oP the streeti. Detail,s oE millxng locations ara aE the back of this documen�. Contractor is rec,�uired �o begin the overlay, wi�hin five (5) calendar days from the da�e oi the wedge milJ,zxtg completion of any one street. Shauld tha con�raato�' �ai1 to meet �his condxta.on, the wedge milling wxll l�e shut down, axid liquidated damage of $500.00 per day per stree� will be assessed un�il all wedge mil.led s�rea�s are overlayed. The overlay, once be�un on a streek sha11 continue unin�erruptad untiil comp�ete. The Contrac�or ahall, hau7.-off the re.moved inaterial to a sui�able dump gite. 2. Ecruinment The equipment for removing the pavement surtace sha1Z he a power operated milling machine or o�hez equal or bett�r mechanical means capable o£ zamav�ing, in either one pass or tiwo passes, the necessaxy pavemen� �hickness in a£ive-foot minimum wid�h. The equipment sha11. be selt-propel.l.ed wirh sufficient power, traction and s�abi.l.ity ta maintain accurate dep�.h of cut and slope. ; The machine shall be equipped vrith an integral ioading and raclaimi�ng • means to immediately r�move materi.al being cut trom the surface of �he roadway and d�.scharge the cuttings into a truck, all in one aperation. � Adequate back-up equipment (mechanical street sweepe�s, ioaders, water truc]�, etic.) and Qersonnel wi1.1, also be provided tio keep £lying dusti to a minimum and ta insur� tha� all cuktings are removed from street � surface dai�y. S�oakpiling o£ planed matezia].+wil]. no� be permitted an the project site unless designated by �he �ngineer. The machi,ne sha7.1 � �o o s� ; y;� e �.. ,�___ ,� .. .-.`""y.:.'7.p+i+� ni a.•vaaia �.v 4VA34riV1 uuai. V'1Cal.GIA JJ]i V11E C:U�'LG171g 3CC.lOII and shall have a manual sys�em providing far unifornn].y varying k.he SP-�2 depth o� cut while the machine is in motion thereby makxng it possible ta cut tlush to al1 inle�s, manholes, or other obstzuations within the pavec� area. The speed of �he machine shall be variable in order �o leave iche desired grid pattern speci£xed nnder Surtace Te�tiure. 'The unit price bid pe� ].inear teet shall be fu].l compensa�ion £or al.l �abor, ma�erial, �equipment, tools, and inciden�al.s necessary Co complete �he wo�k. PAY IT�S 1d0. 12 - BTJTT J'OIN`FS - MILLED: Descrit�tiox�: This item �equires rhe coxxtrac�or Eo mill "bu�ti joxnts" into the existing sur�ace, in associatian wi�h the wedge milling opera�ion (PAY TTSM NO. 11) to �he depth and a� locations as described below. The butt joinr wili provicie a£ull wicith ti�ansitian sec�.ion, wherel�y the new ovezl.ay aha11 maintain constant depth at tha point the new overlay is �arminated and the ne�ca� surface elavation matches the exis�ing pavement. The conseruction ac�ivities, performax�.ce standards and equipment needad �or the butt join�s milling operationa shall be governed hy rhe special provisions of Pay Item No. 11 -%ledge Milling. The �anfiguration of the butt joints is described in more de�ail below. General detaa.ls ot hutt joint lacations - a].ong with wedge mi7.l.ing in genezal - ara shown in p1.an form ati th�e bac]c a� this documant. Canstruation Datails: Prior to the mil.].xng oi �he butt joints, the contractor shail consul� with the construction Enginee� for proper ].ocata.on af �h�se joints and veri£y t3iat the sel�cted 1.imits of tihe grojects a�reet are correct. The general loca�ions �or but� joints are at a11 beginni.ng and ending points oi stree�s la.sted in �he project and as more graphi,cally de�ailed at the back of �his speci€ication book. The �oinY.s are also required on both sides o£ all railroad tracks and conczete va�ley gu��ers, bridge decl�s and culver�s and a1L other i�ems whiaii transverse the street and end the con�inuity o£ the aspha7.t surface. Sach butt joint sha11 be 2Q feeC long and milled out aeross �he full width of the s�rea� secti.on to a tapered deptk�, of 2". This snil].ed area shall he �.a],aered within �he 20 tee� �o a depth trom 0" to 2" at a 3.i.x�e adj acent �o the beginning and ending poin�s or intermediate tzanasvexse iCems. This butt joint - when overlayed - wiil consist of axx aspha3�� section that wi].1 transiCion tihe new over].ay to match the existing pave�nent elevation. i'he contrac�or sha1.1 prorricie a temporaxy wedge of asphalt at all butt joints to provide a smootkz ride aver �he bump. Measurement and Pavment: J. .. ' l..-..i i i u e e e u L. y� G a- F L. i... a- � Pilitt �'J33ia.o uw �.4GP4iiucu u�iOVv� SV1 c a..cwvuac ..y �lit�.i. Ga. 2c.L�aa uu�.i. joint milled. The disposal of excess matieria� i.n�rolved wi].1 not be SP-13 +tl �� measu�ad £oz payment. Sach butt joint-milled, measuzed as above, completa-in plac�-in accordance with these SpeCx£�CatxO�sr will ba paid for at the unit price shown in the proposal for "Bu�� Joints". The unit price bid per each shall be fu11 compensation for al1 mi��ing, including matiezxal haul-of£, tools, labor, equipment and incidentials necessazy ta complate the required work. PAY' ITEM NO. 14 - 2°f iI.M.A.C. SIIRFACE COURSE (TYPE "D" MIX) : A11 app].9.cable prova.sions of S�anciard Specitiaations, Ttem Nos. 312 ��Ho�� Mix Aspiial�ic Concre�e��, 300 ��As�halts, Oils and Efiu].sions", 304 "Prime Coat°', and 313 "Central Planti Recycling-Aspha].t Concre�e" shaZl apply Co the consCruction methods for thi.s porta.on of the pxojeet. Staxxdard Specifica�ion 312.5 (1) shall be raviaed as follows: The prime coat, �ack coat, ar the asphal.t�.c mixture shall not be Qlaced unless the air temperature is tifty (50) degrees Fahrenhei� and rising, the �empera- ture be3ng tia]cen in tihe shade and away £rom aztx£i,cial heat. Asphal.tic maY.erial shall also not be placed wh�n �he wind condi�ions are unsuifi.able in the opinion o£ the Tngineer. The con�rac�or shall furnish baGch d�sign of �he proposed ho� mix asphaltic concrete for City approval �48 hours prior to pl.acing tha H.M.A.C. overlay. The Ci�.y vrx].J. pzovide ].aboxatoxy con�zol as necessary. �he uni� price bid per sq�are yard of H.M.A.C. comple�e and in place, shall be fu].1. compensation ior all 7.abor, materials, equipment, tools, and incidentals necessary ta complete �he wrork. PAY YTBM NQ. 15 - REMOVAF, AND REPLACEMEI3T OF 7" CONCRETE VALLEY GU'TTFsR: This item sha11 include �iie remova3 and reconstruction of existing concretie �ra�.�.ey gutters at locati.ons ta be determined i.n fi.eld: Removal ot existing concrete vailey, asphalt pavement, concre�e base, cuxb and gut�er, and nacessary excavation ta instal.I the concre�e valley gutters all sha11. be subsidiasy to this pay item. Fuznishing and placing of 2:27 aonarete base and crushed limestone �o a depth as directad by �he Enginear and necessary asphait transitions as shown in the concrete vall�y gutiter de�ails, shall be subsidiary ro �his Pay Item. See standard specifica�ion I�em No. 314, "Concrete Pavement", ztem 312 "Hot-Mix Aspha].tic Concrete", Ztem No. 1.4�, "Removing Old Concre�e", item No. 1.D6, ��T3ncl.assi.fzed S�acee� Excavak.ion�� Item 130. 268 ��Flexib].e Base��, Drawing l�io. S-SS and de�ail encloseci. Measuremen� £or fxn,al quan�i�ies of valley gutter wi11 be hy the square yard of concrete pav�ment and �he curb and gutitier secti.on wi,7.7. be included. Cantrac�or may substi�u�e 5'� non-reinforced (2:27) Concrete Base in lieu iii a".iuSaicu �i.i�iiic ui, ii� aa.�auii.3.�iid3 Gv$i.. �E� 1`L"Clll 1V0, .],'l.'t °'40IlCTeG@ �aVP.I[L@1"L� �� . sp-i� � �1 R Aspha�t base ma�e�ial may be required at times as directed by �he �ngineer to expedite the work at locations idanti£ied in the field. The concrete sha11 be designed to achieve a minimum compressxve strength o£ 3000 pounds per square inch. Contiractor shall work on one-half of Va1�ey Gut�er at a time, and the other half aha�� be open to �raffic. Work ahall be completed on each halE within seven (7) calendar days. If the con�zactor Paila to ao�pleCe the work on each halt wi�hin seven (7) calendar days, a$�00 dollars �iquxdated damage will be assessed �er each half o£ val�ey gu�ter per day. The unzt price bid pa� square yard for Concrete Valley as shown on �he proposal wi11 be full compensation tor ma�eria�s, �abor, equipment, �oo1s and incidentials necessary �o com�lete the work. PAY IT�M 130 . 16 - NEW 7" COZdCR�'TE VALLSY GT3'PTER : This item shall i.n.cl.ude �he const�uction of concre�e valley gutters at , various locati.ons to ba de�ermined in field. Rernoval of existing, asphal� pa�srement, concrete base. curb and gutter, and necessary excavation k.o install �he concrete valley gutters a1.1 s�aii be sul�sidiary tio this pay item. Furnishing and placing of 2:27 concxe�e base and crushed limestone to a deprh as dxxec�ed by the Engineer and necessary asphalt transitions as shown in �he concrate va1.l.ey gutter details $haii be subsidiazy to this Pay Ttem. See standard specification Item N'o. 314, "Concrete Pavement", Item 312 i "Hot-Mix Asphaltic Concre�e", Item 130. 104, �'Removing 07.d Concrete°, Ztem iNo. �.46, "Unclassifa.ed �tree� Excavation�� Ttem No. 208 "F].exible Base", Drawing Na. S-S6 and detail enclosed. Measurement for final quanti�ies of valley gutter will he by the square yard of conc�e�e pavementi and the cuzb and gutter sectian wiZl be included. Contrac�or may substitute 5" non-reinforaecl (2:27) Concrete Base in lieu of Crushed Stone at no additionai cost. 5ee I�em No. 314, "Concrete Pavement". The concr�te sha7.1 be designed to achieve a minimum compressive strength of 3000 pounds per squaze xnch. Gontractor shall work on one-half of vallay gutter at a tiime, and the other half shall ba open to traffic. Work shall be completed an each halE wi�hin seven (7) calendar days. Tf the Contractos £ails tio complete the work on each half within seven (7) calendar da�ys, a$100 dollars liquicla�ad damage will be assassed per each halt of valley gu�ter �er day. i�ne uziii price biti per square yard Tor �oncre�e vaiiey as si�own on �ne proposal will be tull oompensation for inaterials, labor, equiQment, tools SP-15 �I r� and incidental.s necessarjr to comple�e rhe work. PAY ITSZ+x N0. 17 - NEW �4" S'�ANDARD WHEELCIiAIR RAMP,: � Tha Contrackor shall conatruc� standard concrete wheelchair rampa as shown on the enalased details, ox� as directed by the Engin.eer. 4 The xemoval o� exis�ing substiandard wheelchai� ramps atxd sidewalk as � �equired £or ths insta�lati.on of new whael.chair ramps shall be subsidiary �o tk►is pay item. The remaval and reQlacement o£ exis�ing curh and guttier � as reqni�ed for the ins�allation of new wk�eelchair rampa s17a11 ba i.z�cluded in Pay I�em 6(Removal and Replacement of Curb and Gutter). Pay iimi�s �ar laydown cuzb and gutter are as shawn in the Standard Pay Limi� De�ail (WR- �). T'he pay ].imit wi11 extend from 9" outiside �he lip o� gutter to 15" j� back �rom the face of curb. Any asphalti ti.e-in shall be subsidiar�r to the + curb and gu�ter pay item. Pay� limi.ts for "5tandard Whee].chaiz Ramp�� will starti 3.5�� back £rom the £ace of curb and encompass the remainder of the �, ramp and sidewalk. A11 applicahle provision of standarci Speci£iCatiions z�em 104 "Removing O�d Concre�e" and Item 504 "Concreta Sidewalk Driveways" shall apQ1.y except as herein modified. AL1. aoncrete �lared surface shal.l be colored wi�h �.x`x'HOCHRQM$ co�ar I' hardener as manu�actured by T..Nj. Scafield Company ox equal. The color hardener sha].1. be bri.ck red colo� and 3ry�shalce type, and sha1.7. l�e used in accordanae wi�h manufac�ures instructii.oxis. Concrate stain may he appla.ed a£ter concrete is poured (Praducti sold by BAER). "Con�ractor sha11 pzovide a colored sample concrete panel of one foot by � one foot by ��-i.ree inches dimension, or other dimansion approved by tihe �. Engineer, mee�ing the a£oremenrz.oned specification. The samp].e, upon ' approval by �he Engineer, shalJ. be the aaceptable standazd to be applied for a7.1 construction ca�rered i.n the scope o£ this pay item. The mathod o£ appliaation shall be by screen, si.fter, sieve or other means in order to provide for a uni£oxm color distribu�ion.�� I'� The uni� priae bid per square yard for 4" standard wxi.eelchair ramp as shown on the proposal will ba fu11 compensata.on iar ma�eriais, labor, equipment, rools and incidentals necessaxy to compete the wark. PP,,'Y' x�EM NO. 18 - b" PERFOI2A�EA PIPE SZTHDRAIN: This item shall consis� of furnishing and i.nsta3.ling 6�� p�rfo�ated subdrain and fa.].ter ma�erial all as shown. on ttFe enclosed detail.s, or as direc�ed by the Engineer. Al1 applicable pro�trision of s�anclard Specifica�ions Irem 500 "SUBDitAINS" oaioaii aN��."y" EllI:O�JIL. &3 +ivic.i.Ta ui�uiil2u. .i.ai.ts �:i.Nc i[[ni..�iiai aiicl3 i�C �tli]� vinyl chloride (PVC) with �he skandard dimensional ratio at 35 (SDR35) and SP-26 '�I �f i �, , meat the ASTN� D 1784. Fi�ter fabr3c sha�l have �he capability af p�ssing ground wa�er without transportxag the soi� placed around the filter falaric. The fabric shall b� canstrueted exclusively of synthetic �hermoplastic �zbers and may be either woven ox nonwoven to foxzn a mat of uniform qua�xty. Fabrio fabers may be axther con�inuous or discontinuous and orientad in aither a random oz a aligned patrern throughout the fabxic. The iahric shal� be mildew rasistant, roti proof, sha�l be sa�is£aatoxy foz use x� a wet soil and aggregatie enviranmen�, con�ain ultraviolet stabilizers and have nonravellxng edges. The fabric sha11 meet the following raquiraments when samp�ad atxd tested in accozdan,ce wi�h �h� methods indicated: Tes� Oxa,ginal Physical Pro�erties Method Requirements Fabric weight, on an ambient SDHPT Tes� Met�aod tempera�ura air-dried tension Tex-6].6-J"Tea�ing free sampie, e�cp�essed in ot Cons�ruc tion oz/sq. yd. Fil�ers" Water flow rata head mathod, 7.9 cm) to 3.9 inches inch iD cy].i.n.der diame�ex ora.Eice. rate expressed ft/minu�e. by £aZling inches (20 ( ].0 cm) an 2 wiEh 1 inch with £1ow in ga7./sq. Tex-616-J Breaking load in�, either mackaine or cross-machine direc�ion, expressed in pounds. Equivalent opening size (US Standard sieve no.) ��Apparenti e].ongation�� at hreaking load in either machine or crosa-machine direction, expressed as percer►� . AS2`M Designation: D 16$2 grab me�hod G as modi.�xed by xex--616-J CW-022�.5, US Army Corps af Engineers, Civi1 Wor]cs Canstiruc�a.on Guide Spec.ifioation. "Plas�ic F31ter Fabric", November, 1977. ASTM Designation: D 1662 grab me�hod G as modifi.ed by Tex-61b-J 4.0 minimum tor undar drains and S].opa Stabilization, 6.0 minimum for Gahians Revetment SO minimum 100 minimum 70 to 100 100 maximum •liie "FilLer r'aL]z'ic�� silail 1']e installeCl in aCCOiCIanCe witYi the manufacturer�s recommendations, as i.ndi.aated az as di.zectad by tihe SP-17 �ngineer. When �appxng is raquired, it shall be in accozdance with the manu£acrurerEs recom¢nendations. BackEilling around the Fil�er Fabric shall be done in such a way as no� �o damage th�e �'il�er Fab�ic material duzing the pl,acemen�. The unit pri.ae bid per L.F. shall be tul]. compensatiion £or all labor, material.s, equipments, tiao].s, and incidentals necessary Eo aompl.ete the work. PAY �2`fii�f NO. 21 - 8" PAVgMENT PT3UVL�RIZATION: Conrractor shall pulveri.ze the existing paveanent to a deQth of 8" . Aftiar pulverization is completed, contractor shall �emporarily remove and store the B" deep pulverized material, �hen cu� �ha base 2" to prova.de place tar the new 2�� H.NS.A.C. surface. xhe 2�� base cut sha17. start a� a ciepth of 8" fram �h� existing pul.verized su�£ace. Af�ez the underaut operation is compieted, contzactor shall spread, mix, and comQact the pulvera.zed material �o a 95� compaation pez City's Standard 8pecifi.cati.ons or as directecl by Che Engineer in the field. A 3.5`-k port].and cemen� sha11 be used to mix the pulverixed material. i If the existi�.ng pavemant has a combznation of 10" H.M.A.0 and crushed stone/g�avel, undercut will no� be required, the contrac�or will pulveriza 10'� inches, the 2" inckx cut will be takerx fzom tYke 10" pulverized material. (see soi3. test report) Pulverization sha1l stiart within (ten) 7.4 calendar days af�er alI aoncrete wark has been comLale�ed on a street. X£ the con�ractor £ail.s to begin th.e work witihin ten (10) cal.endar days, a$200 doLlars liquida�ed damage will be assessed per block per day. After �he pulverized material is cured, rhe aontrac�or shall overlay it wi�h 2" H.M.A.C. sur�ace within five (5} calendar ciays. T£ the contractor fails to beg�.xx the work within five (5) calendar days, a$200 dol].azs liquida�ed damaga wi11. be assessed per block per day. Tk�e uni� price hid per square yard shail be fuJ.J. aompensa�ion for all labor, matarial, equipment, tooLs, and incidentals necessary to pul,verize, remove and store the.pulverized matieri.al, vndercut 'the base, mixing, compaction, laaul off, sweep, and dispose of �he undarcut material. The 2" H.M.A.C. surface wi11 be paid by saparate item. PAY ITE�i NO. 23 - R��OBYI,IZATIQN: This item sha13. compensatie the Con�ractor to remobilize personx�el, equipment, supplies, and ma�erial to perfo�rm an additional work as direc�ed by the Enginee�. Remobilizati.o�n will be considered when concrete "Fia�-work" has been aompletied, personn�l and equipments were demobilized, Qaiu �i'io o+~..: �ca�". +.a �.+.c'c.Il uaiu icouX aF.va. t212 �+'vciiaj'. �ciiid�3.1}�.1.Hc�wt.i+ai aiicai�. �'iG dek.ermined by the Engineer. Any ReFnobilizati.on withou� �he approval ot �he SP-18 Engineer wi11 nor be campensated. �� The unxt price per bid per each wili be £ull compensa�ion Eor all �ahor, equipmen�, materia�, tools, and a�l inciden�als neaessary to complete the , work. PAY TTSM N0. 2$ - IINCLASSxF'�ED STREET 8}CCAVATION: � This i�em wilZ be used if additiona]. excavation is needed that is not aovered by Pay Y�em xto. 21 - "9" PAV&MPsNT PZiLVERIZATION". Additii.onal. , �xcavati.on i.s the removal of the excessive crown and base to bring �he new ! base �o proper g�ade & Ci�.y� standazd specifica�ions �or strest I recons�ruction. Al1 appliaable provisions ot I�em l�io. 106 °Unclassified Street Excavatian" shall apply, work shall be paid per cubic yarcl. I PAY ITEM NQ. 25 - 2" 3URFACE MIT�T�T�1'G: � Thi.s a.tem shall consis� of mil.�ing the existing pavemen�. at a depth of 2". A1� app�icable Qrovisions of Pay Itiem No. ].1 "Wedge Milling�� shall apply. The unit price hid per square yard shall he full compensation for all materials, I.abox', eguipment and incidentals ne�essary to �ompleY.e tixe wrork . PNn 0�' S�CTION � I� SP-19 �� CONTRACTOR COMPLIANCE WiTH WORKERS' C�MPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000}, as amended, Contractor certifies that it pra�ides warkers' compensation insurance coverage for all ofi its employees employed on City of Fort Wart� HMAC SURFACE OVERLAY {2003-5) and City of Fort Worth P�oject Na. GS93-02093Q522�4'[0. CONTRACTOR: Contractor: Sutt�an $� s eeia4e�L� hu � � � By: � Name: I�' i 1°��,�.t 1�.��� Title. Date: ����� ���(,{.�.6� � STATE OF TEXAS COUNTY OF TARRANT � �� �� r� � . � . .�1� . �u1��CL� I'��`�i'l��i� Before me, the undersigned authority, on th�s day personally appeared � I Gf`IF,i�� �,��� , known to me to be the person whose name is subscribed to the foregaing instrum�nt, and acknowledged to rt�e kl�at he exec�ted the sama as the act and deed of �L�i�� �' ��LPG.-�:�f-��, L. `�'� ��� ��� •��.{�.�- C���CP.� �`��'l� for the �urpases and cansideration � therein expressed and in the ca�acity therein stated. Given Under My Hand an� Sea{ of Office this 18th da� of �ebrc�arv, 2003. i k Notary Public in and for the State af Texas f' =o��`";`•,`;;��,".�..�.,;������ �!_IQW[H5 � z: ;, � �"' ` �• �� exP�r��s � � -rs.. . : s i;t;rv���lf�Sl: d �,,;;F. .....ti�=' ���i�t. 23, 2{]05 r ', , � F �7 �'L.�''_ . ..^i-'+� ws v,, wv�:ti5:�s'ci�s ys4' � � CERTIFICATE OF INSURANCE Ceriificate Holder City of Fort Worth Date: 18fh day of February, 2003 Project Name; HMAC SURFACE �VERLAY (2003-5) Project Number: GS93-426930522410 This is to certify ihat; Sutton & Associates, l.P, Atltlress: P 0 BOX 677 KELLER TX 7$244 is ak the date of this certificate, insured by this company wiEh respec[ ta the bUsiness operations hereinafter described, ior lhe type of insurance and in accordance wiih the pravisions of the siandard policies used by ihis Company, and furiher hereinafter described. Exceptions to stantlard policy noted on reverse side thereof. Tvpe of Insurance POLICY fVO. E��ECTIVE EXPIRES Workers Compensation Co�nprehensive General Liability Insurance (Public Liability) Blasiing Collapse of Buildings or str�ckures adjacenl to excavations I ' Damage to underground Utilities Builder's Risk Comprehensive Auiamobile l.iability Contractual Liabiliiy Other �,IMITS OF LIABILITY Baiily Inj�ary; �ach Occurrence; Property Damage: �ach Occu«ence: Each Occurrence Each Occurrence � � � � �ach Occurrence Br3dily Injury Each Person �ach Occurrence Property Damage Eaci� �ccurrence Bodily In}ury Each Occurrence Proper�y Damage Each Occurrence � � 5 � � � L.ocations covered: Descripiion of operaiions cavered; The above policies either i� the botly tl�ereof or by appropriate endorsement pravide that lhey may not be changed or canceled by fMe insurer in less ihan five (5) days after fhe insured has received wrillen notice of such cl�ange or cancel2alians. Where applicable local laws or r�gulations require more fhan five (5} days actual notice of change or cancellation to be assured, the above policies contain suci� special requirements, eit�er in ihe body thereof or by appropriale endorsement thereto attached. Agencv Fort Warlh Agent By: Address Title: ,� � Eauinmen� Scheduie Lisk of equipment owned by Sidder that is i� serviceable condition �d available for use �V�� �� � l� � .��� ����� ��a-� 41.V �e��.{.�, �f�i( � �1�� � �.. � 1����. �-c�(; � �� I.�,�,�'_ i �� �� i-�r�. �1� � �.r�.�:� �7 �� u.� C�.�� - �- "� r�.�� i'I�� ��w��� �r��c�(� Portions of work bi�der proposes to sublet in oase of Award of Coz�kracts including amaunt and type: ; ��� 1' y� � � Ex�errence Record List of prajects your organizatian has successfully campleted: AMOUNT OT coNT�cT Aw�n � �, �-�-�� {)E�I .;}� � �,r���l �+�LE�.1/V � ' � , ��f� ��-� � ��I, � �', �3;�� �5�� ��I'� � �� �-� �'I'..�'a� � ��i , ` TYPE OF W4RK �{���[�'t�'-r-1 ���L{i =[.i�: + ; i�l-Itri.(�. lc fn�,4c`. � � i r } ` ��� �G� � �f,D�l.�- c;�a.ra� ��x �i un�c�� ��f �z�� C�+Y're{� rc�rLn.F �1�'G4x:(;�-'�t�SYt ��D t,�� r�1�} � k �l'i.+� �ti-( (._(�i'rs , ` � � . Y� �l���n= DATE ACCEPTCD � �, �. � ���� r f �- ������ !� �CJ� Lis� of projects your organization �s now engaged in compleiing: A,MUUNT OF corrr�ACT Awa� � ll�.l�q�.��; � �� �s� �1 �,�. �-L �� � C`�� 1Q�`� �C', � .J 1��� iT'�-�� � ,�l�r_ `1��?� ,� �, ! TYPE OF WORK �'��i.� � �����I� ���I��� ��r��h�Q � � .�u ����Q� } �c��� 1 ANTICIPATED DATE O� COMPLETION ���� ! ��� .. .� ������ �i�e�.� ������ List Surety Bonds in Force on abave incomplete work: AMO[] N'I` OF corrrRACT Awa�n � �l�z���l�.l� � ��.:��`7, ��- l� . �-0 � I ��!��� ��'1•C�� � � �l�c, �-�-�� �� � �-��'1G'�l'���f�?� ! t � TYPE OF WORK BOND �l �ly���= rc.� �l�tt� � -����� � �` �1111��'i�L ��� �;����� ' ������ � AMOUNT OF BOND � lI�' J Il�� ��' ����7�� �f �l l.'9� C��/ D� ��.����. ���.� ����I %��.�U NAME AND ADDR�SS OF OWNER t��� � �� t ���� S°i� ��tr,['_�s�iu `rcr.-7��;i� � ti;�u��[ar h�l.��! f�1 -� f'F�2' tpd�l� �`"rt��u'l�iyr�. r"l :W{�i r. T1� %!P(L':� �;�{I d� i1�f1:1 si . j �"t . Fi� lz r� .� (�yri� �T ''!�✓(v�i .1CdcS�� � 3/ri u�C.��1.)LLIm :�"u�' [.7J� �� ;�. ��-,��r t�µJll.iyl �����;,,L-,�'% r.� �c��-�i'�5 r�r.��vr�., i / '7r,-.�c�>� NAME AND ADDRESS O�' OwNER �-�'�`],��� t-tt��[s��.z�:i� �'`3c' itC�4 r u-�I� it;u_Ci�:.lL�:✓ .-�'t' :��.. �. � � ��<i� -� c � U v�' � �u�.� , ��,��> �- . c.u�;.LEst�.E.-l�. J ,: , ��; � rf�Fc� �.�� l � v � -F ii ��:,r �� �LLFi a. i �:��-.4�.�;-�, ��� ���,��� r5i�w�« `f �,J;-c,-�-�....c>,_��.I U�"Y i���t� �t w+1'�c�r h�l'�E - p•o•f''r�;i.:�.7��1i�T:� `7L:,[0� C'4C vI� '+-j�vc+Ls�� � { � � _�h�ii: ,��U..v- r c -i; v��.�.� � � x �J���i�v NAME AND ADDRESS O� OwrrER �� �� � �� .,1., ���.��� �_�-� �713 c.rU:r�Ttn�Li��°.�-� t?il , �-icr,�.i; �`nU-u•�<1.r1� 7s7�� '� 1.1-Ltl�ll� I��LYii7 l�^-# � ta.i: �"_c'' S r.li2 ���`� �'7g"r' !3;-c,:.t=riU�� �Jr. a 1v_:, %,�.iu,� � x -r�, �lr, � - Hc� 5 L�-:��3t.i1E��t:cF?'i ktii.l.i�'iu.�l Lryif�+��� �(�� � �G��Ka��i:�r/�,�->�x;� -t.�(;� r1. 77��u -t -1�"�S^ � �.L�bJkj�r'�� Z_s 1l{.1.;..�.i-a.-��µ'.I' ��,s� r;cz�kri.�,��- t.5a:.a •_L �c:� 7 v /7,���- H�•s-s ,{ L4:a1�J��i }7L:�rti) ,"��:.iiu}-{'�%2yi�.�'1` � �'�17U ��`t4'N�y�'� £�f�. J�L,� l��tl�l[�s. TX '�`J.%47- `�U �-� �/``�� / , .; .rb"'e' � ���f�- I����,�� �� �:_ 2��,� r s� � '� f� /�� �. �����- �oQ.� � / S %, �- �'� �''�c� ���� � �la � , ���� s�a- � � i � _�',�: �_ .�:_ �� -�' f-� f.�� � ` � % �o ���'no �- �� %��"� ` _�.� � �___P_-= � � N �� .q, �0„ , � � � f� f � 5 G� � � PMS 288 (BLU�) � � � � l �- �,. ` �-�--^���n, .�.,.: „ . . .. o ....��� �.,.,. ��►. . �.�:�.. . -„*�?'� ,�•�.. , �PMS 167 ( COPPER l � �� � �-, STREE T NfA I NTENANCE PROGRAM ; � � �coNT�Ac-roR�s NAME �- _ � � TELEPHONE N�IMBER � � � �'R0� �+C T�� S I�NA T I QN � I�GN � � : �� � � 0 � � � u t a � - x 0 � . : Z � � � 0 � �...,. L EGE�� � �� H.M:A.C. REHADILITATION �� r� �� ��� wEoo�Mr���a tRECYGLE /�4V�RLAY ONLY �} � � . � . z 0 z NOTE: BUTT JOINTS NOT � REQUlRED WiTH � RE1�IXING PROCESS. � n� �n i trc��c, i inu STREETS ANGLE. . TYPIC�AL ' L/lYOUT. FOR RECYCLiN6 ACTiYITE3 UNLESS NOTED' �rM£RWtSE IN STREET SCH�DULE ` ---� � � . ,. � � � � \ u, � BUTT JOINT , �/ / ! ; m D -- 1 ' REVISED: REV.M�. DAT[ : � l990 � _ , � � I NOTE :II)A�# AYTEMP7 HAS 9EEN IrAAOE. 70 DETAIL ,as MANY S7o. FlELO SITVAr�ONs as POSS[8LE hOWEYER � THE COH7RACTOR M1Glt7 HAVE TO OVERLAP PARTS OF rNEs� dETA1l,S TO CQNFIGUR� A � �AYOUT THAT BEST APPLIES TO A � � PAitT�CUI,AR SfTUAT10N * I2? Bl1tY JOINTs NOT REpUtREb WITH R�MtxiHc PR�CESS, i � •�- • - y�. -�.= ��� 6,` �� �� {� i . --� � LEGEND � � � H.M.A,G. REHAB1LiTAT�ON �t� �� s� ��N w�oaEM���rNa � RECYCLE / QYERLAY orr�Y ) � � , =�-p—�-� �_o - - - - - - - � - - —u-,.--i.-µ— „ . _� ... ._��.,�._.�,���'�'��� - --/ . �T�'— ,.... --•-� . _ ... .�— ---- TYPICAL LAY4UT FOR RECYCLINQ ACTIV�TIES FQR BLYD. 3ECTION �NL.ESS NOT�D OTNERMrtSE !N S7REET SGHEOUL� • � ► � e .,_.._, � 1 0-2 REVISE�: • �nEv.ti., oarE: r . I �990 � � �. � � , . ` L E;GEND �--- � H.M.A.C. R�HABiLITATIOH � � �Q �� dA �� WEDQEMILLtN(i • ( RECYCLE / OVERLaY . CNLY ) . � � H�TE�: If £ITHER RADIU3 QOES N07 HAV� AN ISLANQ� IT WILL 8� TREATED AS iN�ICAiEO 8Y APPLICABLE DE TAIL , � . BUTT JO1NT 3TREET B�G1N OR END PO�NT REGARDLESS OF TME INTERSECT�NG STREETS ANGl:E. � � . � NOTE :I1}�jZL RiGHT TLIRlE STORAIGE LAf1ES SNALL BE CON51D£RE� AS PARi OF CO}YTRACT. (2) BtJ7T JO1NT5 FtQT REQSJIRED 1wITH RE}�lIXtHQ. PROCESS. TYP�CAl. � . LJlYOUT FOR RECYCLfNO JICTIYITEE UNLESS NOTED OTFfERtiYlSE fM 3�REEt SCHEOULE. . 0 D- 3 REYISEO: R[Y. M�. DAT[ : � I 1990 . � � i r ' � � /OVERLAY ONLY.) NOTE �I)IF AHY COM9tHA?�ON O�ISLANDS AHD Rf6HT TURN 1,ANfS p�t� ABS�NT ' TURN RAOIUS SHALL aF TR�AT�A . AS S7AN�ARp. BUTT .101NT SHAL� B� S411AA�D O�f� iF NSEDED AS A R�Sl1LT OF �XISTfNQ CONC. VALL�Y 6UTTER. . (2) BUTT JOINrS NOT REOUIRED WITH RE1v11XiNG PROCESS, —�'�,f' � � � • � . Y � 7 ' �' - , A T Y PICAL . LAYDUT F'4R RECYCLIN6 ACT1VlT�E3 WHEN INTER3ECTING . � STftEETS ARE RECYCLED SIMULTANEO�SLY URIL£SS N�TED OTNERWISE IN STREET SCHEOl7tE � I � o-a ' REviSED: � � REV. M�, pA?E'. ; i t990 - � I ' - . MAI�IHOLE WATER VALVE 1/Z W TYP -4-• - � 4,0' MH 2.4' WV � i i � a i � i . ' . I . . . � . � , . J .` . � ` - - •- -�' .` L r 8 - #4 BARS TYP. � � / � ' � � �. `' , . � PLACED MIN 3" �, � � �' l o ' � ' c�. ' � _ • .r B�LOW SURFACE � � . i - f/•.' � � -� � ' �4___, 3" TYP. � `f - , e -•1, r . _.__.�...� . ` � r .-- -. � � � -- - _ . ' ` , l F �.� � � . � . �.. � ' , `a. .�`' A O �. :�� �, �/ � � Q o . , , j� �\,�':.. . �' o�� • � C ' �- • .� � � . ' . : • _• ' ��- . , . . , • ' � • . . . . ,� ; � � . . ti� Y PVMT BASE GRADE RINGS AND RAM NECK �.. �. .. i�K: .. . ����� .. � _ F U,�T'.��. • . Y �` ! � t'• .� . •. � � . • . � � ° : ,,� : _ . �. � . � I ._ � � . i � PVMT . BASE CONCRETE CQLLAR HEIGHT VARIES 1. ALL CONCRETE USED SHALL BE 3Q0 � PSI. 2. CONCRETE COLLAR SHALL EXTEND TQ THE BOTTOM OF BASE �(MIN.). 3. CONCRETE COLLAR SHALL BE: a) 4' x 4` for MANHOLE b) 2' x 2' for WAT�R VALVE. � NTS I CONCRETE COLLAFt ' for - MANHOLE an� WATER VALVE February 1993 � . , , � � { _Exiss. K.�.�.C. rYM'T � 8A3E �� \1 ( � jpll�fti M Ylll�� M�1TGH EXIiT11t0 OYT T[I4 a _�--.- _-.�.-- � ,� /��//�1/% � �� TR�.►ttltlOM � � ARi �' ///////// // � T�u�t«io+�� I,REA (YfIDTH AS REOVIRfO� Q w P L AN YIEW lirbi t0 SCC/f �auw� �Ecr of Y�.urr GUTTCII MEAlURfO FROY ii�K•dF-GUlI• t0 •AtK-Of-WR� J�I�:lL.L.L.LiLi y �!' 1 � ou+��r �OIItTi ,dn uzv�rl Qa atars tAa� I�/a Oep1k IAd RO �fll IAOR •��IrT f/IpIA rf!! Ot r�Qrli�d t,� �a!/ 8'ridt va1l� �atler� tAi rc�froNor rl1/ bt i�qsrl��d ta lt�t !!t� pull�r �►It�rrattr b�fot� lb�jab li aeGt�l�d. 7'tOKtRft[ ♦ . YA4LEY !' K.k.A,C. � GVTTEII--1 iRANtlilOrt #=0" � _� � ��Y MQ.3 � t�' C-C � . ��� •KO.S� {+1~C-C ♦:• .� �: '� r ���� :-H.k14.G. � -- --.,_ .- ��- jRJJtS[TIOH 1 lT€K 1q.302 7•' COHCltfTE �S[ C�h�d Co![c.RETc Limestor►e �. _ �y. IIESIDEkYEAG ;3REiTf � SECTlON 'A-A' � kor ro scor. _ �xiST. kruC. �YY`i• • b+ISE � L� Tlra T �aTn�arc�d cancnta v,alley shallrep/ac� !h+ fop T."cf lhe pa�eme,�t wilh 1ht ramolnlnQ portlo��o�pavemerrl la b� const�ucltd /�cludt�Q tu�prodt trtaf'mt�t, Gt accordaact w!!h Ih� lyptcalpavlr�p seoftan. Tb� eoncr�t� r+a/Isy w!llbe par��a�d acoo�dinQ !o cily standardi fo� co�rcr�ld catb and putl*�. Tl�i coaer�t� tAol� b� of irashed and �cr�ened a��r��ate wTfh ��la. ot flvt(31 sae�ti af c�m�at pfr cubleyard of carcr�te . Wi�� a minimum �com�ressive strength of 3,000 pounds �er sq�are inch in seven days. � . Ca .NCRE'TE �/,4L L �'Y UETA�LS �nri}. 194� GROUND L[NE �� 0 to . ' . � � N Z a �' Y � � 1.S�MIN. �'ACE OF CUR9 . r - sviTA��� � MAiERlAi TAM P� 0� i N ....•,����:e.,�; �.IfiYS HOT � CURB At�O �` EXCEEpiHC �~�. GUTTER I 2" L 0 0 S E. �+' ,^��..��� 'f.��-�"..�._. --- .i �4`• � � TOP OF CURB wASHEo Ro�K� i2■ pYERLAP � !'�R I7�M A02�'-.�..F^ ' � � {--�� FILTER FABRIC PER �,� ' .. �� 1 PAY ITEM NO, 1'� _�.��,� 0. 3 E, �_�� -� � , PIPE SHALL� BE 6" PERFORATED � POLYVINYL� CHLORIDE TUB[NG � PER ASTM D-1784 UNLESS i � � � SPECIFI�D OTHERW.iSE. - � °� _... 3fi? Addcndu�a 3 S!]BDRa1N � CITY OF F'ORt WORTH�TEXAS-CONSTRUCTI4H STAN�ARD ''' ORAWING N0. S—S �1 r10�+� � OATE: 3-7-�95 � ; w � � „ : ,, , � •� 1 f Y .,, ' � y •�, � � �� � �� �,�`' � � � « , � ` . 1 � >. .,...:.-' �\ r w ` . 1 :..:.. r �\ *�� �i . � � � . � � w .� . 4 � � r�� t � � � � �. � � � r ! L � .+�� . 0 ,� �Ti�� �� AN�� �1S ORT �,t��w �Q�R` ��� Gt�� � f D� �,� r R.Ci.W. M�N�L�THTC Si�DEWALK C:URB STF;EET HKAC TW►ttSiTIJQN 9" : �� 6" ,�.. .GAP QCIS�� �� ��" ��" � 3' 1" R..� f Z, �� �/ �iuu uuuu �eu� „ CURB ��NES' T❑ BE� 1/4".DEEP� 1S" - � 4 ..�ozNT, �„ % , SI�E:VALIC � 4 � i % . � �- CURB � . wUi. �diGTil C� SU4FACE 7REI►7l�EN7 tt�DQV�3 s• �s ntf a+oc � a�. � ���resmr� w►r�i�� RECESSED 1/�{" AND PAY L�M�T SE�D V/SILICGNE uPpLiG1�BLE 7D A�L NQTES ca�n-.Amrs� v F�R PAi2K1JAY VI7H ELEVATION BELOV S�'R�ET E�.EVAiIDN, THE SIDEVALK CURB MUST BE 2" HIG�tER THaN THE STREET CURB. 2� SIDEUALK C�RB SHALL NDT ENCR�ACh ON rNE Pf20P�SED VIIITH �F' THE SiDEVALK OR RAHP. 3) FnR I"YPE I RA�tP hWXIHUH SIDEtiIALK CURB � HEIGF� Q" T� 7' : TYPICAL RAMP X�-SECI"I�N CITY � F'i)RT VQRii� TE}rAS - CONSTR�CTIDN STANDARD � ❑CiOBER, I992 � � �- � TYPE � EXIS�'ING 15` R SCAL� 1" = S` x J a 3 Z d 1--4 +"' d 2 M � a � � � PR[�P. 4` RAMP �:� ......................::� COLCIRED SURF'ACE� � :i i�4s ...�---- 1 1/�' R <TYP.) EI�Y OF' FOR� WDF2TH, 7EXAS - G�lSTRIICTI[]N STAHDARD DCiDB�R, 1992 � ���iz - 1�t2 :� � ` . . :� VARtaBL.E H�]GNi' �CUR$ . � 0 �� , csasm a� � �� ' 6•• �r a� tr s�vp�n rait ""� 'V"�1 � �1 � A � � I�� _ , ��� � ,�;..; ,., . . � � ... .. � .,. . �. , •-.• • �. � . ... . ,. :� ,.. :• • • • • ' ,.°.�E . ,. • • � • : c�rx •� ! �•'' � � � ��' \ .� �� , . . . . •. •. . � . •� . . . :, •'. ; , , .. � ..,•,.• .. •.� •.•�,. 4 ,�� •: ,� . • . . . ..• � •,. I.EGEND �, ,�`��� ' � ' • • � • •., . � � ,.•. - � `••.�•: � •.� [VE[F.BLCHAIR RAl�4P .,•..., .. .... . ••...' I ....,�� 1 f��.{ � � .f LAYDOWN C/G .��j�j�io��� ♦ %��+��j���� •.._� . ���, .� � � � � � � �c ar ts�or. o. � ����� ExlSrtNG i5� R SCALE 1" = S` � � SIDEWALK RAMP Nt]i'ES _ l� EkPAlfSlON JOZNT !WD SILJCOf�1E S�ALfHG �SMA�t.I 1E Sll�S1DI11RY T� UW� PR10E ��D . fUt SIDEVI�.k. P3 h� /tiCi'UK. I.�S E�' ftEMQYA� OF EXZSi- iHC GlIRO At�D pJYifR AN�1 SIQEYAt.K -SNA+�I �E AS DIR£CTfD fY TI� E�lGIt�1�ER W iFE � �a . 3� 1ONE�.IZ'F�C t71�R8 OR FI,AR£D SI.�PES 14AY HE IttS�l�l�D tlK BtnW StD�S Of THE RII� - ��rrc rw �+e �a�a c�nit�mK oR �s �n�cr�o �Y tr� �r�cw�e�. 4) CUR� RA�S V1iH REYl1Ft�D CURDS W�IY 8E USED YiIER£ PEOESI'RIAKS V'OUI.II lrOt KIRHAtIY VI,L.K ACROSS TFI� i2A1� " �) St.OPi [1F' qxt! R1� AND/OR SIDE'Y11t.K � SHM.L 1E A l4AXIFRiN � 1+12 FLI�tED S1�ES OF' RNP ��13.. HAYE A N�1XfM�1 s�.a� a� ria rx�.Ess �sr�ws cou�� YALK A�CROSS TtE ItfN' TMEN iF� w4XfFll� Sl.� SfiM.t � tdZ � � � � un.v�ux a�s ,-n� wRr�a arR aua sswJ. x cun� � . 't- ttidc cF t�l. ot�es ,_„_ .__. � _.__ .__. r�ct Mor. rM cu�s , ��.._.... ...._._ � afrro� �1rCtff !'OR CO+Ci�iiE MVCIEM . �� STANDARD PAY LIMIT DETAIL ' C[�Y � F'ORT VORTFi iEXAS � {r{J��J�RW F�Yfl � i 17�L�Y u�: i u�w irsc wR--1 - . � �� � t�asn� a�s - � k QJiTQt �?`� �"' fR ti" SAYWT i'13t tfttiC P11f1'T - `� �� • S�UbD�+ � �� � t�.�. 6ZOQViC L.1Q�I71f1G toa� -�-� � EXISTING 15` R SCALE 1" = 5` � SIDE1�lALK RAMP � t�r� y e�� .�a�c� ,um r��uc � z�. �c v�xsy.�t+r 10 uaY rsz�aC us �e �.viruc � k[ITE � M tiCfl��l l.lt�[1"i �' R!)'UYM. CF' fXISiI� txJR� �ra Uvrro� � zrscvM.,c stwt x�t w�r� �a T1C O�.U� il Ti-[ FSfll � � , ?4��iii�C S!�?CV1�LX Cs..R1 + �� . 1 i_ — \� � � . \� \I _ V �� . L � � �t�.Gt%� itl�f/r0[ / �� � �lt !i0(��Q GPI�ltS�l .A�f S S�C.ICOE SU�[.�i �r�C1C Ci f`P.fP. p� fFC£ F'i�. 7" pJRf " [K15T�Ci �' •,.�� � 6Ui7E� VCVi #'Ult C�C#�l'C RAYDO(i - � J�INT D�TAIL � CI�'Y 0� FqR7 V�RTN, TEXAS - C�tS7RUCT10�1 STANDARD dCT�BER, 1992 1 . i.. ,! ! I i, � ! I� {� 41 Exlsr� tva� � � I � Otl11 Rt ��' � ��� `N .l�-W 1 � � � F#i�4C PV�t"t • � .� - 0 � - TYPE I�� . EXISrING 20` R SCALE 1" = 5' � � PR�P, RAMP- �`�``-� BRO�M FINISH � . TRANSITIQN . � � . e .. $�4� �� � , � � Q£QV�}� ��..��t.. }f�c o� ysx �. r.�. - aa.ar�s t ! war,� • —��—Y �u ' . � r_ ��� . � v�u�sct �R a.r� snn9�+G � �� . � �- �1.0�9 Sl.F�ACE � ydi _' . � .. � ca�tw�tra� vai.+c u�c C� Paa : tu� .� ri2 � FI�CL (f+�. 7" t�F� C1QStR�Ci C�ii - 1 Gili Ti]t SAYCtJT FOR . - CU*�. f"YFf7 CIiY Ct�' FOf2T WORrH, TEXAS — CQt�S712UCiIQN STANDARD [�C��BER, .1992 0 HMAC SURFACE OVERLAY (2003-5) � STREET COOKS LN DEVON CI' EL GRECO AVE W PULI.ER AVE GLENAVOAiCT HALLBROOK DR W HILDRI3�G DR G HILDRING CP HOLLOW HILLS S'F KINSALE C'F LASHBi]RN CT MEADpWBROOK DR SHASTA TRL SHELTON DR so�5a coNTRacT IROM TO IvfEA�OVVRROdK DR MEAI]OWBROOK DR E CIFL-DE-SAC HILDIZING D!t E CIIIOLO DR MADRID DR LUBBOCKAVE COCKRELLAVE E CUI,-DE-SAC HILDRING DR � SHERIDAN RD ROCKDALE E2D ARLAN LN S�'V LOOP 82D E CUL-DB-SAC HILDRItYG DR G �vIEADO�VI3ROOK �R SH6LTON DR SLADE BLVD W CUT�bE-SAC E CUL-DE-SAC HILDRIi1G bR � COOKS LN EASTCHAS� PK1VY 7ENNIG DR SANDnA llR COOKS LAI C D�AD GND TYPE MAP POL 8lA POL 89L POL 103D POL 40K POL 89L POL IOSC C'OL 89G PO�, 89G PO�. 81A PQL 73T PpL 89I, PaL 81A PQL 9UX POL S1A Tatai Lanc Mifes LM CD 0.44 5 0.26 3 0.44 6 0.49 3 U.26 3 0.37 6 2.31 3 036 3 0.26 5 0.29 3 0.29 3 l.lb 5 0.27 6 0.34 5 7.54 MOL = Mill O�erlay POL = Pulti�crized Overlay Friday, Aiovemi�cr01, 2002