HomeMy WebLinkAboutContract 27129a i . �. • �
�
CITY �E�R�iRRY �t
CON��Aci �� . �-�� �
SP�CIFI�A'PIOIlT�
-=�1
�OI�TTRACT D(�CU�El�TS
� . f
�p_P • b �
� �e'� �V'V��
���N�AC1�R`S ����Ik� �. .
_ . �fl► S�G�R�'
_ �f�' ���'� ��t��
,__.. . �t�9E��1�4C �S1I.
- .�1� - �1�� �0� '
COI�CRE'I'E RE�TORAT�Ol� (�U01-ZO)
AT VARIOU� LOCA,TI�I�TS It� THE �ITY O� FORT WORTH,
� TEXAS
PR03ECT 1�0. GS93o02093053�330
IN THE CITY �F FORT WORTH, TE���
JULY 2D01
I�EE1�:l�ETH L. BARR
M.AYOR �
GARY W. JACT�,�ON
CITY 11�IA�TAGER
HUGO A. I�ALA�TGA, PE - BIRECT�R
I)EPARTIVI��T OF TRAI�SP�RTATIQ)l� Al�TID PUBLI� WOR��
GE.ORGE BEHIVIA�TESH, PE o A�SISTAl�TZ' DIRE�TOR
l)EPARTI�ETVT OF 'I'1�Al�T�PORTATi01� Al�l) PUBL�� �.��
x uf�l��L��ab G��C���� .
C�Bi� �L�� � ' QY
� �r ���. ��? , �
�����.��_r��
� �.
� � s �:
:;
� .���: � : . ,
��
.:�.
�'s ' ' �4� -. . 6
7� ���
�
���y a�f `�'or� �Yor�tl�, ��'e.�us
., � �� ��� ����i� ������r���io�
�
� �
�
r �A7� FtEFE�Efkl�E hJ1Ji�+i��F2 €.�� f�i}IME � [��G�
������1 �-'18�5� � �O��F�TH 'f �f �
�������' AWPtiRD O� ��i�TF�A�� T� fVDF�Th��T�R ���1�'f�l���M�l�a 1�1�. ���2 ��N�RETE
• � RE��OR�1`fi1�i� {���{��'l-�Q} AT 1�AI���U� L��+�T�OhE� _
� ���D��1�NDATI�S�:
It �s reoamm����d that t}�e ��ty �c�u�c�l aut�toriz� tl�� �ity Manager ta ex��ute a���t�a�t wikn f��rt�s��r
�o�str��t�on, Inc, for �or�crete F��stora#i�ri {������-�0} ai various I�cak�ans, jn k�� a�nouni of
�i1,��0,0�0.0� for �5� worki�g tia�+�.
Dt��I.I��IOIV:
I� the ������0�1 �o�tra�t �+iajor �+ia9n���an�e I�ragrarn, �r�rio�as types of streek ��tnt�nan��
tech�i�u�� �ra gro�p�� fnlo sp��if�� conl�act p�cicages. �or�cret� I�es�ofat��r� {��t�00'k-�L�� a# v�rious
�O��t1Ull6 �7fQV3C.I$� ��f ��pa�� of c�ncfat� par��l� in c�ncEek� stre�k� at specifiec� locatior�s �+�nded #Eom
�he �ontr�ct �tf��k �air��e�a�ce �und.
Ir� the �OQ���O�� �treet �laknte�ance B�adge#, �1,�00,000.�{l was se� aslde fiar concre�� r�storatlon.
f�arkhstar �on�t���tio�, Inc. submitt�� th� low bid ir� #he amo��t ofi �"�,��5,189.f0 �o� quar�tities
in�Cuded in #h� t�ld propasal. �his ��+�k�a�� pac�C��a, �s�ablishes �nit pri�es for r..�n�re#� �averr�ent
r��akr. TY�� �nte�rk of lhe cor�tract is to i'srnkt #I�e �ot�� amo��� of �he c�ntract ko �'1,50�,0�4.�Q. �ta� has
devet�{��c� a�u1t�-�aa� �ro�rarn �nd sinc� bid� cam� ln at a low�r th�r� ar�k��k�a�ed ��it cost, �taif wiil
inc1�,�� add�ki�nal str��ks d�r�tgr�ate� f�r f�tur� �rograrns to this co�#fact pa�4cag� tE�er�b�+ ukitlzing the
b�dget�d arn��nl c�f �unds.
Th� f��1�w1n� list d�t�il� tf�e limiks for ea�Y� of t�� ��reets ir�cf�ded �n tl�9� �ro�e�t:
�71� E ET
� I�� E1+1
TO
�learbr�ok f�ri�r�
�►�erm�� I'arkw�y
�rank��r}+ �ut �ff �2oa�#
�outh �-lul�n �treek
Ea�t L�r�� A�ver�u�
1�Vedgm�nt ��rc1e �orth
Whea�on Av�nue
Wh3Ee Sett�em�r�l Ro�d
�40� �le�rb�oo4� Drlv�
tH-��
I-��le� Be�d Baul�va�d
V�sst VI�k�Ey B�u��vard
East !H-��
���Q �N�dgm�nt CircE� k�orth
54�� Wheato� Ave�u�
Flax��ed �.an� l��rt�
This pr�ject is l���ted in �DUi��IL DI�TR��T� 2, �, �, 7, an� �.
�
849� ���ar���o}c [�rive
Oak Grov� Road
��anb�ry Road
1F-G-�O
At�arr�oned raMl�oad #eacks
���5 l�edg€nont ��rcle �l�rt�
5��J9 Wheat�r� Avenue
�hapel �r��1� 8oulevard
�
, �'f t,� �� f �"o�f ��o�h, �'�xaw�
����� ���I �o�r�c�! a���r�����a�
�
i�AT� � R�F�REGU�� h1E�MB�1� 1..�G NANf� PA�O�
� �12�l�� �-1 ���� � ���ORTH l - � of �
� ���-�E��` �q1NAF2D �� ���1TRA�T TO iV�RTH�TAR �4IV��REJ�T��1�, IN�. F�R ��f��R�`��
���T�RATI�f� ��R���'�-�0� AT 1fAf�101�� 1.���7l�1VS
� - 5 _ - —� �
' T9�a� pr�ject wa� ad�erk�se�l fo� bi� i� the �ar�me�rck�� Re��rde� or� July �� anc� �6, ��0'f. �r� l�u�ust
'I�, �D�9, khe f�Clowit�g bl�� were re�ej�red.
BIDD�F��
�lortt�sta�r �or�s�ru�t�an. I�c.
_ .. ..
�d A4. Wi1�on, Inc.
�F2� ���eral �ar��racting, In�.
Ah�1 � k1 �!7
$1 ��488. � ��,��
�� ,476,8fi8.00
�i'� , �J�tii, 4�1I;i.xi Q
�1+1fWB� - IVorki�s�ar ��nstruc#ion, Inc, Is ir� c4rr�pli�nce wi#� t�a �ik}�'s fV�JW�� �r�inance �y commiktC�g
, �a 'IU°�o �1�1�VB� �ar�icipalior� and documenting �ond �a�th �fft�rk. N�r#hst�r �ons�r���io�, I�c. �der��IfEad
sev�r�l s���antra�#ing anc� ��a�plie� op�ort�niti��, �Inwe��r, tl�e fv11WBEs c�nka�t�ci in #�e �reas
�c��r�#ifred dici r�ot s�,bmit #he lowest hids. 7he �it�r's go�1 or� t�is proj�c� is � 6°�a.
����AL I1VF�F��+IATIO�J��E�1`I���A71�h1:
T'ha �irr�r�ce Dir��Eor ��rt[f��s tl�at �unds a�e �va�Eabje in the cu�re�t capit�l bu��e�, as appro�riak�d, of
t�a �or�lr�ct �#��ek Nlainter�ar�c� F�r�d.
�1+1�:r1
Submittcd iffr Clty �ifl�ager',s
OFfite ��:
Mike C�roomer bt4�
Ori�loatlog peps�rtrneot Ei��d:
�lug� M�l�r,�.,
Add�tio��i lninroYalion Cautart: —
' ifugo l�4ulattga
�
��ar�� nc�o��� �
1 �t�)-- ---_- -
� I I
� ',
75�11 (franr)
. GS93 �
��
784]
0
������ �
�,�to�*�� c�r� s�c��'�•���r
�������
�I�� ��U��I�
�
��� �5 ����
�1+� [.�`+��+i-ti1
C � � SrcraLr� ct 1��
�ty of Far4 �os� 1'�s+�
������ ���.�������,�� ��F���.���.��
--, — — I
SP�CIk�CATIONS
AND
CONTRACT DOCUMENTS
FDR
CONCRETE It�STORATION (2001-�Q} AT VARTOrtTS LOCATIONS
TN THE CITY OF F�RT WORTH, TEXAS
,
�
,
P1tOJECT NO. GS93-OZ093QS32330
� �4�r�u� "T�1'1 � �1
A. DOUGLAS R.4DEMAKER, P.E. DATE
DIRECTOR, DEPARTMENT OF ENGTNEERING
r. t � �.����
�� " � .�.�
GEOItGE A. BEHMANESH, P.E. DATE
. ASSISTANT D�RECTOR
TRANSPORT.Af1'ION A1VD 1'UBLIC WORK.S DEPARTMENT
:
� •
.. �� - ��� ��
� �- � . ,
DOO KIlVI, .E. DATE
CAPITAL PROJECT ENGINEEA V4 ATER DE�ARTMENT
TA$LE oF ��r�TE�Ts
�i
i�
1.
2.
3.
4.
S.
6.
"1.
8.
9.
10.
�z.
I2.
13.
14.
15.
1b.
Not�ce to Bidders
Special Instructions to Bidders
�cope of Wark
Prevailing Wage Rates
Proposal
Vendor Compliance to State Law
Minarity and Women Business Entezprises Specifications
Special Provisions
Detail Sheets
P�rformance Bond
Payment Bond
Experience Record
Equipz�ent Schedule
Certificate of T�isurance
Contractor Campliance. With Warker's Compensatian Law
Contract
�]
�f'E�TAL
���TRIJ�TI�I�i �'� BIDI��i�S
�_ T3ID SE�UI��i�: �asliier's cl1e��C �ran acc��t�l��c bidr��r°s �ae�d �ayablc to the
�i�y of Fort 1�lor�l�, iri �n amauitt a#` �zot �ess tliar� ��ve �5°!0} per ceoli o�' Ihe lo�a� o#� t�ie
bid stiii�rni�#�d �tz�s� ��cort���ny� the l�i��, aitid �� s��bj��l to �a�fe�t i� �Ctie �verit tltie
��rcc�ssfill hidder fa�ls zc� ex�cutc the c�ntract c�ocumerYls ��i�Y�in ten (��l} �lays a�#e�
kl�� c�nlr�ct has be�n a�varded.
To �e an ac���+#abl� s��ret� �n tlle �or�d, {1} t1�e n�ms �f lt�e skirety sitall be inc�K�ded
O13 ��lf.` C.`�lfTk.'1i� U.S'. TT�'$541."y, �rt (�) the sti�r�t}� s7iti�s� f��vc ca��i�a� �nd �t�rpl��s eq��al la
ten lirrtes 1�e lirt�ik of t]}� i�or�d. T�e s���e�y ��tt�i l�c kic�T�sc� tn clr� bKtst�t�:ss ��� t�re s�atc
o!"�`exas. Th� atuo�iri� o�t1�c �o��d s�ail n�t exceer! iit� a�nc�t��,t sl���vGti cin t�tie ��cas�try
list or �nc�icitkl� ��I1 �� tYr� #�ka� capi��l st3�3 s�a�1��s_
P�1�1�Ei�f'�' �3(�?�lD A1�![l PFR��C�I�[�I�►�I�i�: ��1��: `�'l�e s��c�e�5ful hid�er
��ti�e��ng ir�to � Co�+lr:�ci For L13e u�ork n�ill bc �•ec�t�ia�d to �ive She �rx}° s��reky in a sui�
equal trr �i�� a�tivun� c�f iltc �o�iracl t���a��te�. i��� Ehiw c�3tr�ec�io�t, �hc �ucce�sft�k E�idde�
s���ll �e reyuired ta f��n��s� � perfn�sn�e bon� as ���eiM as pa�nerrt I�r�r�d, I�o�� �s� a
sun7 ������� to lkte ar��ou��t af �Ite contract :�v�fa�c�e+J_ Tl�e fc�r,zti �#`t1:� bo�d sh�1! �re a�
l��rein pr�vid�.�i :�nc3 �hc si�rel� sitall b� ��cc�.pta�s�e �o �17c �ily_ �L11 ho�ids f4��3�s3i��
fxer�t��3cler s���! �z�e�� 4he re��l�r��nc«ts c�f Texas C�ove��rrrenl ���� SecSion ?���, as
a�cndcd,
in order far a surety t� be :�c�ept�bZc to lhe C'��y, (� )�l�e �an�e o�" t�ie skar�ly �'�a�l be
incltt�cd an �t�c ���r��Etit L�.�. ��'re�s�rr� 1xa�� of �cce�stal�i� SL�r�#i�� (���`cular �7{}}, or
(2) t1�c strreiy r�3ust h��fe c�pi [a1 ar�r� SLI1�?i�iS ��Ll2I #� ��n lli'1]CS ��le �CT10tlCll �I� ��1�
�oncl. Trre ��n-�ty r�Y��st �� license�! t� i�� b��sxn�ss itti �h� St�ke c�f "C�x�. �t�e am�x3r��
o��tt3e bon+] shaEl not ex��ed �hc a�no�n� �l�own o�r t]te'1'r�askiry lis� �r �r�c-fientl�
� l!� 0} of` k1�e �o�al ca��i ca1 ai�d s4�rpl�ts. f f r.einstitrance is re€��tir��l, t��e c�n3�a�y �vrt�ir� ;
�h� fein��1ra�c� rn��si �� auttiortz�d, �ccre�i�e�i or trusleed to do b��sirress in'1"exas.
IVo s4�r��ies �vill be acc��ted ��r t�tc �ily �vh��h ar� �t �iYe l�n�e i� default or ��l�i�c�4�ent
or� a11y �ands or ���l�ich are i3�t�Fes��d iit a�v litEga��ar� a�ainst t�c �iry. �h�ruE�i any
st�re�� on t�l� cOt7lr�t�t b� �et��r�in�d uttsalisFaclory� ai �t�}� Lin�e by L1te �ik}+, �a�i�e
��il� h�; gi�+�il i� t11e coitit�actor to Eha� eFfec� �rtd thc �antra�:tor sllalf iRnmcdia�ely
�,rov�de a new s�a��ty sa�isfactor� ka the �`ily,
if t�e con�ract rtrnoue�t �s it� excess of���,�C�� a�aye3�ent Bond shfl�l be exe��ted, it�
�5�e arno���rk of #l�e ��slt�ac#, �oi�1J+ �or lhe pr�i�ction of ail clairn:�t�ts �uppl��jig t��or
a�xc� i��s[cr�.aks irti tY�e pr�s�c�tl�on oi�t�ie work.
f f[hc ca��kract �tr��o��nl is in e�€�ess �F�lOD,��Q, a�'��FoRna��c� Bond sl�a�l b�
execu�cd, �n the amourii of #�tir co�t�act condtii�rie� on �i1c fai l��fu! �er��rmanc� of tnc
�vc�elc in �ccorck�ncc with tl�c p�ans, sp�cifi�ation�, art� coniract dac��zner�Es. �aicl �u�Ycl
sl1a1! sol�l� bc fo� ll�e prol�ec�ioR of` tl�e �i�y of �'orE Vl�or�h,
�
3_ �,������1`�'�;D �?A1biA��;�: `�13e ��l��ra��or's attenti�r� is ca�led ia Part 1, ��em 8,
p�ra�raph 8.6, of �hc "C��neral P�ovi�ivt�s" of lhe �t��da�d Spccifi�aEron� for
Const�uc�iott of �he Gity nf r�3'[ �Vo�•�h, Texas, concemi�g licYuidat��! dai�a�,�s for late
�on7pleti��i of prajec:[s.
4_ A,i��B�C}�.�iT�': in ��s� oi`���bi�uity or I�clt �f �learness ir� stati��� pnces in t1�e
pro�osal, [he �i�� reserv�s t��� ri�lil Iv adopl tltie most a�ivantage�Us con�ErLt��inr�
�t�ereat' lc� l�Ye �it� or �o reject 4itc pfa�osal,
�. EI����'L�}'�'�IENT: �l1 bi�3dc�� �i�l �e r�;��uire�i l� com�?�y v�'�lh C�ity �rdinai�ce i�o.
72�78 as aiiic�de� �y ���� ��d���ancc i�o, 7��U �Fort Wvrt�i C;ity �:o�c 5�ction 13-A-
2� i?t��t�g�+ 1:�-a-��7} pr�l�ibiii��g discrim�natinn ir� emplayment �aractic�s.
6. ���I�;�: l�,�Ti+,S: A!� bidd�r� will b� reyuir��l �� c�m}�!� ����h pr�vision ���9� o�
"VeG-rtc�rYs �nno�atr':�i �ivii �tatk�4�s" o#`�h� �tate o!"T-e��s witk� re�pccl lcx 11ti�: ��a}�ilc�Yk
o,f ��e►���ilit3g wage �at�s as es�{���i�l�ed by �1�c C.i#� vi 1=ort V�lor�lt, `F�xas ani! scl fartl�
En Contra�t .t�ac4�rrte�ts for tha� prvjec�_
�`iN:��lC1A1. �"i'ATEM�;NT: A currcn� certifi�d it�anc4�� staleitze�ti �r�ay b�
rec�uit�cc� hy the Dc��art�x�c�r�� ��I"E����iG�txerit�� i�req������d for us�: i��r #h� C`l�l'� (�F �`�f�T
W��R�i'l�l ��1 c�e#err��ii�ing ll�c s4�ccc�s�'i�l hi�d�r, T�ii� s#2���ni�ni, i� rec�uircd, is 40 �e
�repar�:� by <s�� ir�cM�����ti�enl ���b3ic �lcco���tank ��+��di�ig a valid pc�rmil is�t��� tiy �n
a�pro€�ri:��w �i:ttc ��c:en��rr� .���r�c�+.
[�]S�iR�iV(;E: W��.hin tcr� (1�� d�}�s oi'reci:ipt o£not�cev�'awarc� �[`co�ttr�c�, tl�e
�ouira�tor nx��st provic��, al�n� �4�itli ex�:cu�ed conGract docur�ents ;�nd sp��rapriate
��nn�s, �r��f of fns���ar�c� �ar 1�oj��Ce�r's C�m�a�nsa�ic�n ���d C°nm�r�a�e�sivc �en�ral
Li�hi�ity ��odEty �ttijt�ry-$�5�},��1)i� rscl� �x�rsoil, �S�U,OfJO eacii occt�iTeizc�; P�-nper��r
i7aai�a�e -�3�b,C1Cl� L�1G�� �c;Cl1Fl-e]lC��. �']�e C:ity reserves �he ri�,ht t� reque�� any
�t�tier ir�st�ranc:� covera��s �s ttiray b� re�u�red i�y eac�tt �r�clividuaC ��rtoject,
1�10��R�5�UT',N'�' B�D�li���: 1'ursu�tti� to Ar�i�l� CrOI�, `�`cxas FL�viscd Civi1
��a��rt��, �k�� �ity n�`l�o�l V�ui�ti� ���iil �tiat aw�rd �h�s conlr�ct tc� :s �Yoxti�resf�ci�E badder
x�ttitiss �i�e r�an-res�cie�tt's �ic� is lvv�,��r Ihar� the lv��esk l�ic� submil�cd %}�• a re�ponsible
`F'��:as r�sider�l biddcr lyy ���� s�i��e amo�in# tha! a'i'�xas ress+lcitit la3d�l�r wo��c� be
re��Ltired io underbi� a ix�nYre�kd�:�yt bjcicier lo ��htain �► c:otY�par�blc eonlr�ct i�Y x�te st�te
i�ti wlt�clt �h� n��1-r�sident's p�ncipa� p�a�:e o�busi��ess is �ocate�,
"T�417-i"�51f��'31x �11�C��1'"' e�ea�Ys a biddcr wl�ose �arinc:��aal �lac;e o�
busi�lc�s is nc�i ir� i�ts s�ate, bt�t ex��udes a�onkraCl�r u�li�s� L��tin�a4e
pareii� cornpa�Yy or �najority ��+rner ��a� �ts pnr�ci�al �l�cc oFb�rsfiiess
in t�Yis stdle,
•`iex�s t�:sic�er�t �idder" tneans � b�dc�er v�l��s� �ri�ci��►� piace t��'
��usir�ess is in lhi� s#sle, and inciu�ics ��onlractor wl�ose �llin��te
�ar���t c�r���Y1y c�rt rr��j�rit� o�vner ��as ils pri�ci�a� �iac� �E' �t�sin�ss
in ihis a�ate,
T}�ts prtov�saon cic�es no4 a�ply i�t��s c�r�[r�ct �r����lves fed��ai funds.
Ti�e ap}�rapri�tc blanEcs of �13c Pr�p�s�l mtrst be �l�ed otix� l�y ��l t7o�-r�sid�r�t ��idd��� in
n�ci�r for its bic� !o rite�l s�e�ifrcatiarts, Tl}e failur� �f�� non-resid��t c�n#ractor to do so
v�r�ll a�toCnatica�ly disquali�}� tMax bidsS�r.
iQ. 14��1�C1l��TY AN1� ��'�I�I�I*� Bi�Sll�i�5� �:I�T�Rt'l2i�E�: �n �cco�� �va��t �;il�r o�'
�ort W�rth �rdit�ance �Io. 1� 9?3, as a��len�lecl, by �rdii�ance 1�471 thc Cit� of �rort
W�xi�kh h�s goals Cor tt�e �articipa�iori of nl�nori�y busincss ent�r�rises a�td �van�c�ti
bk�sir�ess et3���pris�� ir� ��ky c�rttract�. �l c��y �f tiY� �rdinan�� cart be o�la�nec� f�on1
tl�e c>ffi�e o�'t�e C:ity ��cret�r}�, ir� adt�tlior�. �1�� ���ldcr ���all sul�r�ii Il�e i�+�B�1�Vi�E
€JT11.i��i"1'k��1 F()R:�, PR1MF ��I�'I`��F1�TC?i� �1+�1��� F�� �+��c�for ihc
GC�{}�] �'A1`i`�-� F�'��1�T �'O€�14�. {"�oc�lmen�a��o�") �s ap�eopriate. T�1�
C]ocu�neiti[�tE�« ���L�st b� r��eivcd no kat�r �harr 5:00 p.�x�,, �IVC �S� �!t]/ I7lISC1��S4 [���5
af�er ��e ���I �pei�i�� d�te. Tine �idrl�r s�lall �htai�� a�ec�:i�t �ro�x� th� appr�pr�ate
��s}�loy�e of �ltc ittarss�i�tg de�artmeni 40 �vi��m �3�:1 i�•cr�f �vas iz���e, S��c�h r�cei�t
sk��lf bc evic��t�cc �i�at lhc Do+�+trrrcn#�kis��� was rec�i�'ed by tl�e �ity. Failurc ta
cornpiv s}i�ll rcri��r ��te E�i� tYnn-r�:s�rar�sive.
�Jpo�ti reqtfesl, ��txlr�c#c�r a�ree� [o p��a�+ic�� tU o�vr�er �o�t7plet� artd acctkr�te
iaif�r��l�tic�n �egar4iin� ac�u�sl work ��ea�for«���.�i i�� Mi€�arity Busi��ss �«tcrpr�sa
M C��i��[3F.) oi� the c�ntra�t ar�d p�y��ent �l�er�fo�e. Contraelof furtl�e:• t��rees tc�
�?CiT[7ll �t3 �lUC��t �C]4�FC}C CX�F1ti]fl�lllt}Il C7� 8Cl�/ �00�{5, rccords �r tles in its pc�ssessi�r� �t3��
�vilf substanCG��tc the actual worlc perF�rn��� �y a� N1�BL a���l�r ��L�F.. Tlyc
ri�iEsre�r�sci�istEs�r� of facts (u�her t�z�n a n�; fig�nt �t�sr�:pr���rtt{;k�on� ��3�1Jcrr tMe
com�ns�srot� oE'f�a�id hy �51c ��3�t��c�or��+ill i�e gi-t�unds f�� ��rt�iiitation ofit�c contract
andlor initit c�o� a�tion ��n�er a�sprc�p�iale Fe�#eral, s��t� or �o��! lav�•s �� t�r�li r��nces
r�l�tin� l� #�a�se s�a����ent; fixr#her, a�1y sucl� �riisrcpr��etYta��on �oth�� than � tYcglrgei�4
�lis�eprese�tatiurti} a�s�'�r camrnEsstot� o� ��au�i ��ri�l r�s��lt in �lte �ontrac�or i��i�Y�
c�cke�ni��etf �o l�e irre��r�s�tsible an� �arred fzotn parki�ip��ian in C;ity w�r�C #'�r a�,�riod
of �inie o f r�ot ies� �l7an �i�rc�c �3� �c;�rs,
� � ���'ART� OT ��NT1��T; �ontract ��ikl b� a��rarded to l��e ti�wesk re.��c�ns�ve
b�d�ier. "�`i�e �it� r��e�vcs t��c r���tit io r�:��cl �«}r aiid�'or �ll bids an+� �vttive ar�}r an�lar
a�l ir�e�Ktiar�[ics, �l� hi� m3y hc wi#hclra�vn titnti� lttc cxpiraEi�i� of f�rl�r-�it�e (4�}
days f`r���7 tir� da�c t�ie ?�'�B�:lWBE C.�"C[L���TiO�ti �C�f�, Pfti�1E �C�i��'RA�T��2
1�I��1�ER F�1�Cvk a��c�lor l�se ��D� FA��J'F-� EFI=�IZT F��NT {`.DocLlr�lentatian"} a�
a�pro�riate �s rc:�e�ve� by ���c C'iCy. �`}t� awarci ofconlrac�, i�mac�e, u•i!l he wit]1in
f`or#�-nin� (4�j d�ys after �E�is cloctsmen��lion i� received, l�u� �ri iio ca�e wikl Ehe
���ari! 1�e niade untii tt�� r�s�oG�sibili�� of�he ��ddcr to �vl�om 3t is proposed �o av��srd
� �l�e �ontr{��t h�s b�eiti vcrjfie�i.
1�, P�YI4IELti'r: Tlic ��ntr�ctvr �v��j r�C�]V� ��1�� �}��fiiii �3T���115 3°lo i'e#31173��� �r4irl
t}�� �it� for �11 �v�r3c f�r e�cl� �a}� p��i��_ P�yn�e�1[ �f t�e r�maiiiir�� �rno�tnl shal� �e
jz�a�e ��it� �a�� �na� pa�tr�ertt, t�n� u�on a�ce�tance �#'t��� pr�r��cl,
I 3, AUD�i�IDt'1: T�id�3ers are r�sponsi�le £or ob�ainin� �1� ad�er�rla lo xl�e t�on�ra�l
d�c:���ne�ts pr�or ta tF�� bi� �e�ei�t tin�e and acl;no��'l�d�ir�� th��t at the tir��e af` �id
r��eipt, �nf�rrr�at�on. re�artlit�g the st�tus of �d�lenda ma� �a� obkain�d b� ca�ta�lir�g
tlle De}�artn��ilt oFEn�ine�rir�� �onstruction �ivisia�7 at (��7} ��1-7�}1(�. Bids t�3a# c�o
rro� acicna�r��ed�e �1� appfic���e aci�er�da n��xy be ���;ect��l as no�1-r�s�onsive.
1�, CQi�i"� f�►�'T[�'� �C`��'IYLI�i��� �l�i�'�Y ��l�T�I��2',� �4l��FL:�lS.�T1Q€�
1. r'���' :
A, 1��lorke�� ��rnper��a[ic>r� �nstar�n�e C;over��c
�, I?efir�tt��n�;
Ce�ain ni' cavcra�� {••G�f1.� �C�1lC�F). A c�p� �f �����s fic�tc of inst�ra�tic�, a
��I'LIFCC�t� p�'�k�1hOClt f l0 SC��-1[�Skl1'� �SSue�� b� tI1� ��mrri15Sk0T�, n� a�ove�a�e
a� ecrr�eni (T�NCC-�1, �'WC'�-8?, `F1��l��-�3, or �`1�'��-8�}, sk���vin�
stawEory w�r]ccr's ca�r�petYsati�r� insk»;�t�ce co�r��a;e �`ar �It�: �crson `� or
e�kily�`s cr�ipl�yee� g�ov�din� ser��ic�s �+n � pr�+j�ci, �O1' �Ele i�L�Cilt]OF1 4���1f:
�roj���_
DtiGralGon o� kh� �roje�t-ir��1���i�s �he tinic �ro�� [MZ� ���ii7��in� c�f tkYe ��ork ar,
t�i� proje;:� ��ttil IY�e �.�r�tra��or'sfperson'� worlc o�� t�r� projeck l�as b�en
�pn�p]etet� and a�cLptec� b}+ #1�� ��v�rum�nial �ntity.
Pers�n� �ro��idin� �ervices c��� it�e praj��� ("��.G��c�«�rac�ur" i� ��Q6.��)C)_
i��lud�s all ��rson� or ��n��ti�s ��rfornitn� al] �r �arE of �h� serv3ce� th�
ro�tr�:ctar Y�as ��rt��rtake�, to �t�rfor�r� o�x t�tie pr�}cct, ���ard��ss o�'whc'.the1` tEt�t
peiso�� �ontract�;d dire��tiy �4�i�Y� titi� co��t�actor ��d re�,a�ctles� ot'�vh�etlti��� tl�at
per��n ��as �mplc�yee�. �'�ii� ir�clu�i�s, witttio��t lirnitation, ir�d�:pencle3lt
c�rYtrackar�, SLS�}C��ltPikG'�OfSr le�sin� com�xitics, C11CiCpi C�iTl�l-SF ov�rt�er-
oper�t��s, ernp�o�re�s of aiti� su�h cuti[y, ar c��tploy�e�s of any e�ial}r ��tYich
�i��ni�hes p��•sons to provsc�le services �rn th� pro�ect, '"�e�viccs" iti�l�de,
r,villtoul limEtati��, provrdir,�, f�aKaling, o� t�e�ivenr�� �qti�i�rn�nl or rnaieria3s,
nr prov��l�n� labor, lr�s�o�Ea4�ori, ar lo�e� services rc�ai�w� to a�r�ject.
"�ervices" dv�s t��f in��ude acl�vlti�s u��f���L�d to lj�e �x�j��k, s�w�h as
foo�lb�vcra�e ���rdors, o�'ficc s�,���}r i�efiveries. and cle�ivee� of �ortai�l�
toi�ets.
r�
7`!ie ����lrac�ar s�lall pr�vide covera��, basec� on praper ��p��`ting o f
�lassif�iczM��on cocies {�rid ��,yr�jl arr�ota�ts a��� Fitn� o!' an�+ ��vera��
a;reer�ents, wliic�� R�e�:is tttc �t��utu�y� rec�ukfements o�`Tex�s L�bor �ode,
�e��ion ���.�I � {�4� or �l] �mploye�s o�'the c��trac#orpravidiz�g scrvices
on ��Fre project, fo� tite duraEian ot" iE�:. �rr�3��c�,
c, 7he�'at��r�c��r �t�;sk provici� a cei-��ficatc �fcov�ragc to �he gav��nxtYer��al
�t���ty prinr �o b�inr� �war�leci �he ��o�kraci.
d, I� tltie �ovetage �er�od sMa�vri. o� t�e cor�trac#or's c��r�er�i ��rt� ficak� t�F
cov��a�e ��tds �t�r�ng It�c dura�kon of the �roj �ct, thc cantr��lor rt�us�, prior
�o kh� end o#' �h� cover��� pe�iac�, file a�e� �c�#ifical� of cavera�c wit��
4iie g+o�err�n�er��al ei�#ily s1�o�ving tl��� coverag� h�s been �xtende�.
e, 'i'��e co�ttrac�or �ha�i �bl��r� fi•am et+�h �e�s��� proviclin� se�vi��s a� a
proj���, a�n� provide t� �h� govcrnment�l e�tiE�;
� ! } :� c:ert�f cat� of ��v�rrtg�, �rioC ta 11��4 �Serson �e�,intiin� ►vork ��� 4he
�raj�:�t, so �]�� �overnmet�[a] e�ti�y ��•i�l h�ve or� iife �er��lic�tes of
co�Fer�;e sha�vin� �t��re�'a�c �'or a�] p�:rsoiis �rtrvidir�g servic�s vn lhG
projeck; ar��
�?� n,� �a�er 131atY sev��Y �ays a�t�r ��:c�i�t h�r the cvntrdctor, a�ew
��r�i �ic�te �f cover��e slio�vin� cxt�n�so�� oFc�v�rag�, i€" Gl�e cnvcr��e
k3e�iod sl�owsY oi� the �t�rrent ce�4i#�c:ate vf �;ovcfa�e c���ks dnrar�� tl��
clt�ra[fon �t�]ic}�rvjerE.
f'1'i�� co�itractvr s�iail re�ai�i aak reyL�ired ce��;ii�:at�s af c��r�rage for 1���'
iSurat�on �� tl�� �sro��.cl an�i F�r �itie ��:��r tl��cr�at�er
g, T��e coz��r��kar si�a�l ila�ifjr tl�c �over�,r�tcs���l e�ltit� i�l �v�iti��+� b}� ce�taiic�
rnail or per�oital ciel�ver�, �vi�l�iYt ten �10) �ay� a�t�:r the conirar.tor �ne�v or
�ha�rl� l��v� l:r�����, �f at�y ch��z�� ���a� matcri�ll}r �xE�c�#s ��� pr���ision of
cowi�ra�e oi' nati�+ per���� providin.� se�vic�s o�� l�re �rrc�j��c�,
h. T�c �aE�i�ac�or s�ti�i! pasi �n �:���r pf+���:�:t site a�o#ic�. in �he text, f�rrn a�s�
ma�vi�r �r�sc�ibed 1,�� tl�e T�x�s 1�'o��:r's �~l?1Tlj7CiY5:��l�TI �c31C1I'i115Sk�]},
�n i''�rnYir-�� �,�� �}CY��[15 ��Ov���ir�� 5�:�'Y1Ck.S �ri t�l�. gr�jc�t ���at lhe�+ ar�
rcqt�ir�:�i �� �e c�verec�, �nc! stali�l� how a�c�sor� may �•cri�y co�L�a�� a��d
rep�rt iack o��ove�a�e.
i. �'he c�r�K���t�r s��l� conEra�t�tally i wquir� ea�h �ers�� with wh�m it
c�n�ract� ko pro��ide setvic�s �tr a pToj��t, io:
I �) provtc�� cavera�c, base� o�� proper re��rki�� otr classifi�atian cocies
a��d p�yrof E r�nic�k�ri�s �t�d fi ii ng of �n}� covera�e a�r�eme�t�, �vltiich
rn�ets �he �s��tuEor}� r�:quiren�es7ts of'�"�x�s L�Y��� �ode, �e�lior�
�0] ,�3� 1(��� �'t�r al! ofi�s ei�l�ln}�ees pr�r�'i�ir�� �e�v�ces on ilti� ����ect,
fc�r �IYe ci�r�tior� ��I' Il�c p�oj�c't;
(�� }���vide l� [�te ����r�t�tor. privr �� tlt�t �ers�n begiiutiin; wo�� on tk��
pr�,�c�ct, a ce�ificat� o��ovcra�e s�o�vir�a tha� cove�a�c is be��t�
pt�n��ideil fa�• alE empE��c�s of t�re per���7 pr�vi�in� �eEvtces o� Ehcr
�rrojec�, for iltie c��tr�Ci�n oi tttie }�ro�ec�;
I�� �rovi�e ��Ye c��trac�o�. �riu� ta �3i� ���d of thc �ov�rage p�r�od, a ne�v
�erxificale crf c�ver�ge s�owing exle�sinrl af c��cra�e, i F the c�vera��
peri�d shown or� il�e cur�e�►l cerii �i�a�e of covcrage e�cis d4ar��� th�
duratioiti of th� proje�{;
(�} obtaifl �'roni e�ch o��e� pers�rt �vit1� whom it contracts, �nc� prc,�rici� to
t�e cont�•�►ct�r: �
{a} � ceri�fi�atc of covef�ge, pn�r �o th� ���t�r �ersart �eg3�lnir�g
�vor� on khe }�ro���l; �iY�
�l�) i411CW C��I�jC�i� ��COVCCiI�� ��10�V1i1� �7�tt'I�Sk�I� l7�COVCI'r���,
pr�o� �o l�� �nd r�f �l�e �crv�;r�+ge pe�iod, iF the cove�age period
sl�o�vn oiY t��� ckMrrer�� r.ertif�ca#e of�ov��age �nds dt�ri31� t13e
dur�t�ar� oF k�1e praj ec�;
{5) retain �ll �����ircd c;er��i'�ca�es �f �o�°er��� an Gte for �1�e dura4�o�ti of
�ki� pro��c� ��nd for o��� yea� titcreal�er.
{�) ��o�ify tY�t �s,�'�rnmei7�{tl �«���y i�ti u-tr�r�� b}r c�rt3���r� r��ail or personai
�1e]iv�r�, ��ri�1�3n �e� {10} �iays af1e� [l�e ��ersar� lcise�v �� sitould h�vc
l�no�+rr�, otany ��ti�n�e lt�al i�1a���:�Cly �!'f�cts lk�e }arovi�ion �f �ov�rag�
c��ikny� p�rson �rc�vicli�;� ser�'i�e� or, ��:c pfoj��:k; <.a1�
{7� ��nk�ac��sal�}� �ec7��ir�: cac�3 ��ees�n ��•itli �v3�orr, i# cat�trac�s, ta perFarn7
as ri:y4air�d by �rart��i�Gr�lts {��-�7�, wi!li tti� cartifi�atc� ��' c�vera�;e t�
�xe ��c�v3ciecl 40 l�ry persn�� for ���ltiotrr ti�c:� ar� }�rovi�in� s�n-���s,
By siur�ing 4hts con�racl v� pr��r��iit�� �r ca���n� ta be�p�ovi.c��c� a
c�rki�'icat� af cove��ge, ��le c�nlrac:kor i� repr�ser��in� t� tlt� �c���er�1n7��t�1
enEtty �h�k a�l ��n��l�yecs �� ll�e c�nlracLof w�io �vtll prc+vi�w s�n�i�e� on ��re
�e�je�:t �vil1 b� �overe� by ��nri�cr's c���r�p��'s��z�on ca�•��age fu: khti
tit�ra�ion oE��l�e �,r�j�c[, �hat kl��. cc�v�rage �vill ��e ba�ed a�� propc:r re���tirtg
of ��nssification codes and pa�+�olti a«io4an�s, anci tyi�t s�ll co�+�ra�c:
8�f��T11�I1LS Vkftii� ��� �1�C� WiXFI ��1G ��7�1f0�}I1d�� lriSUi311CC C�k7l�� {}1', ir� �fYe
�ase c�� a sel,� t�ts��rc�, wit�� �E1e ��1z7n1ission'� I�ivi�iarr of Swlf=�r�s��r{lnce
Re���fa�ioti, Provi�ii�Y� �`alse ot� mis��:a�it�� �t�f�xrn������Y s7Yay 5t��jcc� ihe
cc��t�r���or �a adrr�i��islrat��e, ��ir�i�a1, c�1�iE �ena�lic� vr �k11er civil ac�i�n�.
., Tttie c�r�tr•�ct�r's #`a�ltar� t� c�mp�y wi�� ati� of ilYe�e �r��•��i�ns is a bEcac�i
O� COl3lf�i=k i7]� ��ti� C�1'.�ractar ��+i�icl� cttiti#l�s lf�e �ovemr�7ental er�ki4y ta
d�:c�are �he cc�nta�� vo��� i�' ��re c�n�ra�#or d�es jYot �e�tiedy �Y�c brca�i�
��'i�h�n te�� days ��ler receap! oFnoxi�e ��bzc�ch froi� ll�e ���Fern�n�nla�
c�til�.
�, '�he con�ra�#or sha11 pos! a notic� �It each �,1•ojecl sit� i��'o�m$�Y� all l�cr�ajis �r�vfdiiig
sen+iccs c�n tt�e project �hal tlt�,Y a�e r�:qui��rl to bc covere�, �►�d s�at�n� ����v � p�rso�i
ni�i� vcr�ify currer�t cov��age �nd r�p��E �aikK��� �� provide c�verage, 'f'lhis notice do�s
r�oE �alisfy a�li�r �os�in� r�q4�iR�c�i��r�ts irr3posec� b� the Tex�� ��loelcer's C�an����nsakian
,�ct or o�tYcr Texas 1�Torlcer's Co�pci�sa�ior� �o��ntiiss��n n�te�. `i`hi� noti�e m�ls! be
�ri�Yted �vitt� ���t�e ir� �t 1e�sl 34 point boltl type �nd IcxE �n a� l�as# �9 poin� norntiai
ty�e, a�d �ha31 be in b�t1ti �r��tis� and Spani�h �sfld an}� o�h�r language coi�tmar� �v the
v��oz�Cer p��tt�al�o��, '�'h� t�xk for Ihe r�otices sf�a11 be t4ta follo�v3��� #ext, witY�oto! d�Y
a�ditGonal ��r�rds �� �liart�es�
"Tt��LJ�� ��fO�tTCE�'S ��ArFi'E�#�A`�'�DI�I ��3�E���L"
"�ry�� la�rr r�c�ui�•es that eacl� person v�ro3•king on �liis sii� crr provid in� servi4es r�kat��i
to tl3is cons�r��c�ior� proj�:�� mus� b� �ov�re� by �vork��s co�}��:��s�tion insur�nce.
Th�s in�lt��es p�rsons pr�vi�3Y��, hatitilr��, or �eii��rir�� e�t�i�r�ie�t o�r ma���ia1s, or
�rovic�i�lg labc�r or �ra����or#�ti�n o� atiter ��rv�ce r�l��tect l�+ t�tc pro��ck, re��r�iticss oi'
tilc i�ic�lti�y of their eit�plp�+er a� s��akus as an �:r��p�ayee".
"�al! ti�e T�xas ���r�;er's �an��ens�kion ��mmi�si�r� at 51 �-44�-378� to rec�ive
ixif�rma�i�e� on Cli� 1eg�l rc�ti�i re�t�ent �'or c�vertt��, ta vc�•�fy �vl�ett�er ya��r c�7����xyer
ha� �Sravi���d tt�e r�qx�ir�d covera��, �r �o r��raf� �n e����lo�+�r"s fail��re �u pr�vicf�
„
covera�e .
15, P1D� DY��1�I����1A'CiO�: Tlte c�a�irackar st�alS r�o! dis�r�r�yirYa�e �gainst asY}� ��rs�n
oC }�er�t��s bec�4G�� +�t sex, race, rcligi�n, �:ol�r, or n�k ioa��� or�gil� �nd shail ��m�l�
��. j[i� t�l� }�CQ�+l�ic}C55 O�C�1r�r ��'��11sl�zCC; i�7�, t s<��r�tYder� b� C�jty C�r�innnc�; 74Q�
�F�rt 1�1�0; tlti City Code Sec�i��s 13A-� I���ro41�i7 ���-��), p�ofii�i�w�1� �iscra�Y�rt�ation
it� e�n�loym���# pra�Eic�s_
1�. A[y� i]1�C�T�IiI�Ar[`�f3N: I�t ac��rdance �vitli li�� ��c�l�cy �°'r{xlicy�"} ��' �he
�xecktiive Bra�ch of #l�e fe��r��� �ovc:e�unen�, c�r�tra�;kor cnvc�tanl� lhat i��`s��1�r i# noC
any �F�ts o�f�cers, t�Yen�bers, ar�c���s, or c�i��i�yces, �vi1y en�a�� jn per�'�rnti;r�� ��v�
co�tzack, shail, in coitine�:#io�ti �vith the e�ployn��nt, �dva3tic�rr�eitl v� dEsc�3�r�e o�
�ITi�1�Ci'f�`�.'� DL lii C43i�i5��it1��� �4'I��l �17� ��T1�I15t conditfar�s �r pn�ileges of't1�ic�r
einp�oy���rrt, C�iSC�ltlll7��xL c���C��� �BI`�Olti �]�C�lCS� �?i ��l�lf 8�� �?({;E�7[ Ofl t�lC �};7�is �F�t
�o�� �'r��� o�cKi1�ataor�:�] c�ualifac�tt�o�1. rctirenlen� plaly or sk�lutor}� re�uire�r�enl.
C,`on�ractae �`urtY,er �o��en�nt� Ei�a# ���lt��:r il ��r ils o��Ec��•s, �entb��s, ager�ts, or
e��3p]��ye�s, �e �er�Orl ac�1n� on their bel�alt�, �hv�l� s��cit'y, in �otic3k�laons or
advcrEise�nen�s for ern��oyec� l�o wark or� this �outrac[, 8 f-il�7camUi?� ��e �it7�i# ft3C Sll��l
enti��oymcni ��t,less lfnc s�recifiec� rx��xinl��m a�e �imiE is b�s�d up�rt a b��ta t�de
oc�k�pnliont}1 ����al��icaliur�, rz�ir�nient �a�an or stt-��utor� req�irc�ner�t,
�ontractor �varrar��s it wijl �iN4l�r cor�lp�� w�k1} �t�c P�li�y an�i ��+ill ��ei�n�, ind�rnnify
and ���1d C�11�+ l�ar�t�l��s ttgainst ��}� ai�d al� c�airns or alfe�a�t€c�n� �ss;,rl�� t�� I��ird
p��tics ag�i�Ys� �at� ara�ing �t�� �f ��nt�rycto�'S �llEe�#',L� ��liLlf� t0 G4}1Tl�lV ���1�Y� ���
a��ve reF����1�ed !'�li�y concesi�ir}g a�e discr��ni�3ati�r� ii1 tlie �erF�rrna�7ce a!'�1ti�
Cc�nl�ac�.
!i. D�SCFt�1�I1�A'l'�Oh T?EJE'TQ Di�ABiL�T�: ln �c�ordar�ce wi4h Il1c pr�visions of
I�e �r��ri�a�� v�•i�h �tsaUi�iCies hct of 1��0 {"AD �°'}, �ont����l�r �varr�nts EY�a� i� �vil1
not ��nla�vf'ully discrimi��iryke �rti E1�e hasis �f d�sabtlit� ir� �h� prov3sion o� ser� ic�s io
Ihe gencral ��rbl3�, r�or in th� avail�►�iii��+, �erm� attdlor condiliotls of��p�oym�nl for
ap�lican#s for em�loy�t��nk wi�t1, or c���rent e�rpio�+�es t��`Coi���actor. �'or�tr�cior
wan'aiYts il vrr��l �i�i�y �omply wr�h Al��'s pr�vistoris artit� �n}� o#her applE��b�e fedei•al,
sta�e at�� �o��l la�vs cor�cerning di�abil�[}� dnd wil] ci��'�nd, ix�den�nif� a�sd l��ld C`ity
ilarrnl��s agains# �tly claims �r a�leQaEio�s ��ss�rtcd !�y I�iird p�r�ic� ��ai�ist �ity�
�ri�ix�� ou� oF Cvr��rac��r's �lle:�;ed fa'tlr�rc to �vnt�l�r with il�e abovcYre�erer��e� ja�vs
�OL1C�i'1'11C�i� C.I4S��lil�jf {��5G�11211!]2k�10l1 iII ��1� �7�1'F�T�[]'r�13C� {3�#�115 C'ori�ra.ct.
�evis�:� IV�arctti l�, �9�b
R�vi��cl Jx�l}� iC�. �C101
SCOPEILIlVIIT OF WORK
I `r
Street Name CD Limits
Evezman Parkway S I-35 ta Oak Grove Road
Hulen St S 3 West Vickery to I-20
Granbury Cut Off 3 Hulen Bend Blvd to Granbury Rd
Long 2 I-35 to Abandoned RR tracks
Wheaton Ave b 5400 Wheaton Ave to
5499 Wheaton Ave
White Settlement 7 14200 Flaxseed in 10299 Chappel Crk
Clearbrook Dr 6 840Q Clearbroak Dr
8449 Clearbroak Dr
Wedgemar.t Circle
N. 6 S�Q9 �� ed�emont Circle N.
Tentative Quanity
9342.0
8213.0
2078.0
2310.Q
135.0
373,0
275,0
16Q S,i'.
Mapsco
I OSK
75U
88Z
49Y
89Q
58Q
103R
89U
Contractor wauld proceed. with Constructian according to the Order af the listing, any deviation from the
� outlined sequence wouId be at the written consent of the City Engineer. The City reserves the right to
dei'�ae the limit of wozk within each street and ihe number nf streets to be worked on. The City has the right
� to delete any street on this list.
0
i�
��
�
,�
l
g
CITY OF FORT W�RTH
HIGHWAY CONSTRUCTION
PREVAIiING WAGE RATE� FOR 2�Up
ASPHALT RAKER
ASPHALT SHOVELER
BATCHII�' Cr PLANT WEIGHER
CARi'ENTER (ROUGH)
CONCRETE FIl�'ISHER-PAVING
CONCI2�TE F1NlSHER HELPER (PAVING}
C�NCRETE FiNISHER-STRUCTURES
FLAGGER�
FORM BIIiLDER-STRLlCTURES
FORM SETTER-PAVING & CURB
FORM SETT�fZ-STItUCTURES
LABORER-COMMON
I,ABORER-U'TILIT'Y
MECHANIC
SERVICER
P1P� LAYER
PIPE LAYEl2 HELPER
ASPI-IALT DISTRIBUTOR OFERATOR .
ASPHALT PAVII�G MACf31NE OPERATOIt
CONCRETE PAVjNC� SAW
CRANE,CLAMSNELL,BACKHOE,DERRIClC,DRAGLIh'E,5HOV�L {<1 '/: CY)
CRA,NE,CLAMSHEi.L,BACKHOE,i]ERRTCK,DRAGLINE,SHOVEL (�l Y� CY)
FRONT END LOADER (2 11,2 CY & Less)
PRONT END LOADER (ouer 2%z CY)
MILLING MACHfNE OPERATOR
M�XER
Nf0'fOR GRAD£R t)PEATOR (FjN� GRADE}
I�OTOR GRADER OPERATOR
PAVEMEI�ET MARKING MACHINE
ROLLER, STEEL WHEEL PL�1NT-MIX PAVEMENTS
ROLLER, ST�EL WH�EL OTHER FLAT�'�'HE�L QR TAMPinG
ROLLER, PIVEUMATTC, SELF-P�tOPELLED SCRAPEIt
TRAVELINC� MIX�R
R�INFORCINCr S7'EEL SE'I�'�R (PAV1lVG)
TRLICK DRIVElZ-SINGLE AXLE (LIGH'f)
'iRUCK T�RIVE -TANU�M AXi.E S�MI-TRA�LER
TRUCK i��tiVER-LOWSOYIFLOAT
TRLICK 17RIVER-TRANSI'F MTX
TRUCK I?}t3V�R-W3NCH
$10.32
9.'15
9.65
13.64
10.16
9.70
13 .44
7.00
13.�44
10.25
9."�5
7.64
8.G4
i 3.25
10.13
7.35
G.75
11.�35
l l .b9
10.53
1 O.OQ
11.52
9.94
932
&.OD
1 I .40
12.31
13.75
11.00
9.88
]2.12
8.02
10.00
9.75
$.QO
10.22
10.54
10.63
9.80
Q
PROPOSAL
TO: Mr. Gary W. Jac�san
� City Manager
Fort Worth, Texas
� `
�
I �'.
�
I
�
FOR: CONCRETE RESTORATION (24U1-�0) AT VARI01T5 LOCATIONS IN THE CITY OF F�RT
WORTH, TEXA.S �
PROJECT No. G593-D2093U532330
Pursuant tp the foregoing "Notice ta Bidd�rs", the undersigned has thoroughly examined tl�e plans, specif'ications
and tl�e site, understands the amount of work to ba done, and hereby proposes to do all the work and furnish all
labor, equipment, and matexials naeessary to cornplete al1 the wark as provided in the plans and specifications,
and subject to ttae inspection and approval of the Departm�nt of Engineering Director nf the City of �ort Worth.
Total q�santities given in the bid proposal may not reflect aetual quantiYies; hn�ever, they are gi�en for the
puzpose of bidding on and awarding the contract. The City resezves the right to add, delete or substitute streets in
this contract. The City also reserves the righE to increase or decrease quantities of indivicinal pay items
rrifhin the cantract provided, in such a way that dollar amount of work, undertaken wo�ld �ot exceed
$1.5 million. The contractar is not entitled to any additianai compensation or renegotiation of individual pay
itenn bid piocess.
Upan acceptance of this proposal hy the City Council, tl�e biddez is bound to execute a contract and iurnish
Perf'ormance and Payrs�ent Bond agprqved by the City of Fort Worth for perfornzing and completing said work
within the tirne stated and for the following swns, to-wit:
SPEC 1'AY APPROX. DESCRIPTION OF IT'EMS WTTH BTD PRICES
I'�EM ITEM QUANTITY WRITTEN 1N WORDS
S.P. l.. 1 LS.
S.P. 2. � 4 EA.
S.P. 3. 24000.0 SY.
314
S.P. 4. 32696 LF.
S.P. 5. 172Q.0 LF
UTILITY ADNSTMENT
'��I�d leap�� Dollars &
�-d Cents Per LS.
PR�JECT DESIGNATION SIGNS
�� �F�� Dollars &
j�� Cents Per EA,
REINk'QRCED CONCRET� PAVEMENT
�1lrTY `�7►r po�azs &
� ��{ Cents Per SY.
�#�'�'�'.
SILICONE 30INT SEALANT {Joints f'/4" wide)
��. Dollars &
`�! i�--�t Cents Per LF.
SII..ICONE JOINT' SEALANT(7oints � 1,5" wide}
'� 46�=� Doilars &
.-+l. Cents Per L�.
LJNIT TOTAL
PRICE AMOUNT BID
$IO,OOO.DO �1QA00.00
�P��� $ ���� �
�, �
� �� � �� �'����"'
� � � � � f �)� .�
r� 1�`"'
� -=-- � ���lt�� � .
9
1
,
r S.P. 6.
�
� S.P. 7.
� S.P. 8.
i
S.P. 9.
I
� S.P. 10.
�
� S.P.
. 11.
i
�
}
�
�
�
�
l
�
i
200 LF. 7" CONCRETE CiJRB REPAIR
�-��`S�i�, Dollars &
j� r�, Cents Per I1F.
2290 SY. FLEX BASE
'��.�� Doliars Sc
�r► Cents Per SY.
3432 CF. EXCAVATTON
L - Dollars &
� i�'►� Cents Per CF.
140.0 CY. CO CRETE
. � �-- , Dollairs &
�- CentsPerCY.
3 EA. MANH�LE AD3USTMENT
�-a/� �+��o!$$�TM�� Dollars &
�, Cenis Per Each
3 EA. WATER VALVE BOX ADNSTMENT
�i��, j�i.��� Dollars &
�,� Cents Per Each
TOTAL BID
� « ``�' � �i��„�, �
� �
s �� � $ '��.�" � .
� �� � � «�
� �
$ � � � ��
� �
$�� $ 1�.,
g �� [ � � � � ���
� �
� _ � _��! ��� �3�
This contract is issued by an organizat�on which qualifies for exemption pursuant to the provision of
Article 20.04 (Fj of the Texas Limited Sales, Excise aazd Usa Tax Act,
Taxes. All equipment and materials not consuxned by or incorporated inta #he project construction, are
subject io State sales ta�ces under House Bi11 11, enacted August 15, I991.
The successful Bidder sba1� be xequired to complete the attached Stafement of Maierials and Other
Charges at khe i�me of executing the contract.
The Contractor shal� comply with Czty Ozdinance 7278, as amended hy Ciiy Ozdinance 7400 (Fort
Worth City Code Sectians 13-A-21 through 13-A-29), pzahibiting discrimination in employment
practices.
The undersigned agxees to complete all work covered bytla�ese contract d�curnenYs vc+ithin ISQ warking
days from and after the date for commencing vvork as set forth in the wriften Wark Qrder to be issued
by the �wnez and to pay not less tl�an the "Prevailing Wage Rates for Street, Drainage and Utzlity
Construction" as estabIished by the City of Fort Warth, Texas.
Wi#�in ten (10) days af receipt of notice of acceptance of tl�zis bid, the undersigned will execute the
farmal contract and will deliver an approved Surety Bond for the faithful performance of tlus contzact.
The attached deposit checic in the sum of DoIlars
l0
j
,I
,`
m
.�1
�
�
.�,
m
I
VEIYDOR CUMPLIANCE TO STATE LAW
The 1985 Ses�ion of the Texas Legislatiu�e passed Hause Bil3 b24 relatzve to the award of cantracts to
n.onresident bidders. This Iaw provides tl�a#, in order to he avvarded a contract as Sow bidder, nonresident bidders
(out-of-state comtractors vvhose eorporate offices or principal place of business are outside of the State of Texas)
bid projects for construction,-isnprovernents, supplies or services in Texas at an amaunt lower than the lowest
Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a
nnnresident hidder i�s oxdex to obtain a comparable contract in the State in wk�ich the noar�sideat's principal place
af business is lacated. The appropriate blanks in Section A must be fiiled out by all out-of-state vr no3azesident
bidders in ozder for your hid to meet specifscations. Tb.e failure of out-of-state ar nnnresident contractors to do
so �vi1l automatically disquatify that bidder. Residant bidders must check the t�ax in Section B.
A. Nonresicient �endors in (give State), our principal place of bussness, aze xeqnired to
be parcent lower than resident bidders hy State law. A copy of the Stafute is a�tached.
Nonresident venciors in (give State), aur pzincipal place of business, are not
required ta underbid resident bidders.
B. Our grincipal place of business or corporate offices are in the State of Texas
l�
BIDDER:
.� �' �-
i c�e��.�'--'--�t ���+6M'�:.� �,�;.
By: /6�I�F;��-� �'I . ��rs��c ::�4
(Pleasa print)
� i �' ��, ,�.,� �
�I ]r �`
� , L�"�PIYCli-_j�^' � � r'4 /LF�
City State Zip
_� �. .� , �
� '
Signature: %'� r��.:, � � r �.
� ��
Title: �!�' ..C�`�r��T`
($lease print)
THIS F�RM MIIST BE RET [}RNED WITH YDUR QUOTATION
12
1��C�1��U AUG � 3 �OOi
�i_f�y o� �or� 1�'orth
IVlinori�y and l�omen Business �nfierprise Specifca�ians
SP�CIAl.1NSTR�CiIOi�S F�R �I���i�S
APPL1CAilON OF POLICY
lf the tvtal dolfar �alue ot the contract is $25,QE1� ar mv��, th� R^?:^1�� t�val I�s a���l�cabl�. �4 th� tatal dollar�
r►alue of the contract is less thar� �25,ODd, �he MIWBE go�l +� r��i a.}�piicable,
POL.iCY STATEfi11ENT
It is the policy of the City of Fort Worth ta ensure the full and equitable participation by MinoritylWomen Business
�nterprises (MlWBE) in the procurement of all goods and services to the City on a contractual basis. The objective
of the Policy is in increase the use of MIWBE firms to a level comparable to the availability of MIWBEs that pravide
goods and services directly or indirectly ta ihe City, All requirements and regulations stated in the City's current
Minority and Worrten Business Enter�arise Ordinance apply to this bid,
MIWBE PRO.lECi GOA�.S I
The City's MBEIWBE goal on this project is l{F °/a of the �ase bid value of the contract.
C�MPLIANCE TO BID SP�CI�1CATfONS,
On City contracts of $25,OQ0 or more, bidders are required to comply with the intent of the City's CVIIWBE Ordinance
by either af the following:
1. Meet or exceeci the abave sfated IlrllWBE goal, or;
2. Goad Faith Effort documentation, or,
3. Waivsr documentatiori.
SUBM�TTAL OF R�QUIREO DOCUMENTATION,
The applicable documents musi be received by the Managing Deparfm�nt, wiihin the fallowing times allocated, in
order for fhe en#ire 6id to be considered responsive to the specifications.
1. MIWBE Utilization Form, if goal
is met or exceeded;
�. Goad Faith �ffort Form and MIWB�
Utilixation Form, if par#icipation is
less than stated gaaa:
3. Good Faith Effart Form if no
participation:
4. Prime Cantractor Waiver Form
received by 5:a0 p.m., five (5) City pusiness days after the
bid opening date, exclusive of the bid opening date.
received by 5:00 p.m., fi�e (5) Ci�y business days after�the
l�9d opening date, exclusi�e of the bid opening date.
recei�ed by 5:00 p.m., five (5) City business days after the
bid opening date, exclusi�e of the bid opening date.
recei�ed by 5:U0 p.m., five (5) City business days after ihe
bid opening date, exclusi�e of the bid opening date.
�FAILUFtE 70 C�MPLY WI"I'H �H� CiTY'S MIWBE ORDINANCE, WkLL R�SULT [N 7HE BiD B�ING _
C�NSIDEFt�D NON-R�SPONSIVE T� SPECIFICA710N5. __ _
Any c{uestions, p[ease contact fhe MIW�iE Office at (817} 871-6104.
Re�. 6I19100
R���{��� �+�� � � ��'ACHM�NT 1A
Page 1 of 2
�i� af �or� �lorih
[�inoriiy and Vl�omen �u�iness �nterpri�e �peci�ication�
�IIIf��NV�� 11Tll�I�Ri[ON
' 3'T" ,�. C..aNSr�cgioM� �• �C3t�r9�" LLO�, ��1��
PRIME COMPANY NAM� BIQ DATE
' `�oivc�r� ���ra,� r�onr �Zo�t - a o)
PRbJECT NAME PROJE�CT NUMBER
� I Cff'1"S �I111'i3C: I'ROJI,CT COAL; �� �� � � NI/WB� P�RC�NTAG� ACHICV�D: �d�� I
�� Failure to complete this form, in its entirety with supporiing documeniation, and recei�ed b_y the �!�!anaging L�?na+�!�An* ,
�,... .,
fln or before 5:00 �.m. fi�e (5} City �:.�!npSG lia�IS 2ffar hir� o�a„��st, �x�€��i�,r� of b�d o�;�er�ire� c�a�p� wii� r�es�alE Fn th� t�id .
being considered non-responsi�e ta I��d �pecificatiar�s. _ _ __ �
,�
The undersigned bidder agrees to enter ir�to a��rm�l ��re��^�pnt �•r�tri #1�� !!!�!R� and�or INB�� �irrns far +,r,�ork I�sted in tl�is
"� schedule, condi#ioned upon execution �f a cv�#r��t tiJitf� �I�� G€ly oi F�rt k�!+�rt#�. Fhe ir�t�r�tinr�a� �r�dlor Ecnawing
! misrepresentation of facts Fs 3�rDuu7ds for COn�iri�ratirytl ��# d�w��aEificatian arv� �:r9Y1 r�Vt�l# i� thti Bi�l beffig consi�ierec�
�„no�-responsive to specifications. _ _ _ _ _ . _ _ , , _ ,
,� Gompany Name, Contact Name, Certified Snecify AI! Co�tractincl Specify A11 Items tn he I �olJar er;,v��n± �
Adcfress, and 7elephone No. -� !. :~w#�e u# V�lork {'j 9uC��r�iY�(`� ,�' i
Q F. i N z
+ � C7 O O -, m
U � r � F
� � � �
,, ;. 5-r�►-�w,v� T��x-�n�c� � � �nr ��f ��.
� '�o. '�x I �g T��,Na ���-Q�
� �� � �
� �
L���.; �-�
'� 2C4 � ���d
� R�a� S��r�s � SUPp�Y — -
�i F�'�� � � � �! �
F ��,L�.�Y 81�-4��-4�fl3
� �j�f�i . � �JDNS -
q l � C«„� 5���
C,«t
. �ti��aW�.�arn 4�C �iD�S �
a �,.�1y� �l? —
--- ��"�nEFv�.tNG �gr � r � �f�Q�
���� � 5un���s �� �
���X ��sE 1� 1 n� c�oD `�
:I ,
MIWBEs must be located in the 9(nine� county markeiplace or currently doing business in the rr:v*k�*Qlaca �t ih� Rlrne of ksid. �
`'�(*} Specify all areas in which MWBE's are to be uiilized andlor iEems to be supplied: �
(�) A complste listing oi items to be supplied is required in ordel-to recelve credit �owarcJ rhs !+!s�wS� �oa1. �
, I(�') ldent9fy each Tier IeveL Tier: Means t�e level of subcontracting below �h9 prim� �ontr���toi�c�^s!..�!t�"t, i.e-, a�!:'s=r Payment I,
from the prime contractar ta a subcontractor is tonsidered 1" tiPr, ;a payment 1sy a subcontractor to �
'-� its supplier is considered 2"d tier. �
TH1S FO�M MUST BE� RECEIVEiI BY TH� MANAGlNG DEPARTMENT 6Y 5:00 p.m., FIVE (5) Ci7Y BUS1N�55 bAYS AFTER BID
OPENING, EXCLUSIVE OF THE BlD OPENING DATE
Re�. 6I2198
Pages 1 and 2 of Attachment 1A must be received hy the Managing Department
AT1'ACHMENT 1A
Page � of �
Ci� of Forf 1dVor�h
�1linoriiry and l�amen u�in�ss �nfierpri�e �peci�i�a�ions
NI��IW�� UiNLI��TI��
Company Name, Caniact Name, Certified � Specify All Contracting Specif� All liems to be
� Address, and 7elephone No, a � Sco�p �f wY:k 5�f 5t�p�li�;.+{`i ;�-;
U jq 'u,�
U {, � �� N
z �z
C.oW�o�►.�r� T�a�F�e Co��,�
2�2.4 ��Y�� ���.
��2�r Wo�.��, �X �c��o¢
�u���€� 5���
$ I "7 - Gl 2�} -- �5?�
��Nl 1���R���.S _ ....
��
,l
S . A�.�sa�, `�C�C ..
� ` ���� a�,o p.4�'i- �03�
L WFfl�i�4�bY I�a1
,i �,/ �3�������
T2�c�►n� �Aae. -0��,
�oliar Amount �
I
�
�,�o, Doo � .
C��•�
���' ��Q �
���d.)
TMe birfder further agrees to provide, directly to th� Gity upon request, compl�t�e and accurate information regarding
actual wor�c perforrned by all subcontractors, including MBE(s) andlor WBE(s) arrange�nents submitted with this bid.
The bidder also agrees fv allow an audit anc�lor examinakion nf ar�y books, records anc[ files held by their company that,
will substanfiate the actual wark perforrr�ed by the MB�(s) ar�dlor WBE(s) an this confract, by an authorized afficer or
employee of the City. Any intentional andlor knowing misrepresentation of facts will he grounds for termina#ing the
contract or debarment from City work for a period of na# less ihan three (3) years and for initiafing action under FederaI,
State or Loeai laws cancerning fa9se statements. Any fail�re to compiy with this ordinance and creates a material
breach o� contract may result in a determinafion of an irresp4nsibEe offerar and barred from participating in City v1orF1
for a�eriod of time not iess than ane j1} year. ,
ALL MB�s and WBEs MUST B� CERTIFIED BY TH� GITY BEFORE CONTRACT AWARD
�� (�C-�� lv4lC'�l�L �, t`lEll�U[�.tCN
Authorized Signature Printed Signature
v/�€ � �Sra�'n�T --
Title Contact Name and Title (if different)
%�o�e.�sr� L.a�sr�H �.�rc�� T.ve. �1 � -� C� � - 3 ! � o
Company Name 7elephone Number (s)
309 �r,�,►w�oa ���o-���- Oslo
Address Fax Number
�T. d�o�.�N � T iC �7C�10 � A u r�u �� '� � ��dD l
CitylStatelZip Cotie q��e
THIS FORM MUSi �3E REC�IV�� BY TME MANAGING DEPAR7MENT �Y 5;00 p.m., FIV� (5) CITY gUSINESS DAYS AFTER B1D
OPENING, EXCLUSiVE OF 7H� �ID OPENING DATE
Rev. BI2188
Pages 1 and 2 of Aftachment 1A must be received by the Managing Departmer�t
ATTACHMEN71C
Page 1 of 3
{al�� O�C �OP� �O1'�il
fldlinori�y and VVomen �usine�s �nfierprise
��0� �AIiH �FF�RT
! VO��NST�R,� �5��7°TioN i �C F(uGuss
Prirne Company Name Bid Date
�ic�n�rC¢�rE I�Es��.a�r on� ( ��l � 2 0 �
Project Name
��r 2OOI
Project Number
�If you have faEied to secure MMI�� participation and you h��e subG�n+ra�t�r,� ;;��?er�up�H;r appvrkun�t�es or If ya�r�
MlW�E.participation is fess than the, City's praject goa[, �r�u ����st C��?!?sp��#e 1E31v form,
If the bidder's method of compliance w�th the MIWBE goal is based upon demonstration of a
"good faith effort", the bidder will f�a�e the burden of correctly and accuratel� preparing and
submitting the documentation required �y the City. Complianc� wi�h each item, 1 thru 6 laelow,
shali satisfy the Good �aith Effort requirernent absent praof of fraud, intentional andlor
knowing misrepresentafion the facts or intentional discrimination by the bidder.
Failure to complete this form, ir� its entirety with �+y�florting �^�`��±"?��n�a�iqtl, and r��e����# t�y tE�e
Managing Department an or before �:DO p.m. �ive (5) ��ty ���i*+ps� days ��t�r b1J ope:rE�gF �.�{C+�ISI�L C+F bi�l
open9ng date, will result in tf�e bid be::lc� �GS!'�cirlpr�r! n�ry.r�g����iv� t� bid �p�c�ficatior�s,
1.) Please list each and every subcontracting andlor supplier opportunity (DO NOT LI57 NAM�S OF
FI�RMSI whic� will be used in the compfetion of ihis proJect, regardless of whether it is to he pro�ided
by a MIWBE or non- MIWBE.
(Use addrtiona! sheets, if necessary)
List of: 5ub�on#ractinq Opportunities
! �ttNc3 f 7aqu�- �F�
List of: Supalier Opuortunities
�+�'IN�O►�C./n!G .7��'�
�AR�G6� Li�S
`101N"t' ��'r�il. fNG
R�iR'DY " ,vIIX �C�T�
Re�. 6I219S
A7TACHMENT � C
Page3pf3
Please pro�ide additional information you feel will further explain your �ood and honest efforts ta obtain
MIWBE participation on this project.
�g °�Wrs a�1 Par�. l o� '� �`r�4E�.� �t�� rvo-r v�n�naY �u�ncrn��n�v&�
r
�{�1 P P�.1 �� 0���'s.IN �`rti ES al� i�l L� F�RO ��C.�t' Sf J�L C� �OQ.T�`� �ontS�':
'T�R�uc�'�1o'�T 'r�� ��€r� au�TioN..
W l�. �, �� R�'�.�Q..�A � N C7 "i�� L�lP�� �+�. A��D �. r�'Y o� vJ c� R.� W t i'l-! "P�k�4-� 1 R
ownl FoR,C.��. �'�w�v��. � Mo�� d� �� o���uNt"rti�s ��- SuS����uP����L�S
w1�.c� �� �N� �� �nlv�e�� ��rzr��. I�oe-��- wti��. ��.s�€ �nlw�� ���s.
ihe bidder further agrees to pro�ide, dir�ctly to fhe City upon requesf, comple4e artd
accurate information regarding actival wor� performed vn this confiract, the paym�nt
#h�reof ar�d any propos�d changes to the original arrangemenis submifited wi#h this bid.
The bidder also agr�es to allow an audit andlor examination of any books, records anc#
file5 held by fiheir company tha� wi[I substaniiafie #he ac�ual work p�rformed on fhis
co�ntraci, by an authorized officer or �mp[oyee of the City.
; l Any int�nfional andlor knowing misrepreseniafiion of facts will be grotands for
termit�ating the contracf or debarmer�t from City work for a period of no� less than fihree
(3j y�ars and for initiating action under �ederal, Sta#e or l�ocal faws cor�cerning false
statements. Any failur� to comply with this ordinance and creates a materi�l breach of
� contract may resuEt in a determination of an irresponsible o#ferar and barred from
p2�rticipating in City wor�t for a period .of time not less than one ('I ) year.
�
�
The undersigned certifies thaf the in�vrmaiion provided and �he �1���(s) lis�ed
waslwere contacted in good faith. It is undersfood �haf any Mlll�1��(s) iisted in
Attachment 'I C will be con#acted and the reasons for no� using �hem wili be �erified by
the Cify's MC1rV�E Office.
� L�r � /YllQ�ff4�L � /7��l�/�L'H
Authorized Signature Printed 5ignature
; V/� �viD�'N�'
Title
N�.��� �.���T�oN. ���.
` Company Name �
�� �r�s✓a�t�
� Ad d ress
� �' �o���,
i CitylStatelZip �
7� 7�/0�
Car�tact Name and Tit1e (if different)
�t� � ���- �� �o
7elephone Number(s)
��7- ��-1- o�ro
Fax Number
�vt�t.e��' `�� . �4f�f
Date
� fl
Rev, 612198
CITY OF FORT WORTH, TEXAS
DEPARTMENT OF ENGTNEERING
SPECIAL PROVISIONS
�'OR: CONCRETE RESTORATION (2001-20} AT VARiOUS LOCATIONS IN THE CTTY �F
FORT WORTH , TExAS
pROJECT No. GS93-0�493053233D
1. SCOPE OF WORK: The work eovered by these plans az�d specifications consist nf replacernent af
existing reinforced canczete pa�ement with a minimum of 7" reinforced concrete pavexnent.
2. AWARD OF CONTI�I.CT: Cantract may not necessarily be awarded to the lowesi bidder. The Gity
Engineer shall evaluate and recommend to the City Council the t�est bid which is eonsidered to be in
the best interest of the City. Contract will be awarded to the 3owest responsive bidder.
3. WORKING DAYS: The Coniractor agzees ko comQlete the Contract within the allotted number of
� working days.
4. R�GHT TO ABANDON: The City reserves the right to abandon, without obligat�on ta #he Cantractor,
any part of the project ar the entire projeet at any time before the Contractor begins any ca�strucYion
woric autborized �Oy ttze City.
5. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following
published speciiications, except as modified by these Special Pmvisians:
STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION
' CTI'Y Ok' FORT WORTH �
STANDARD SPECIk'ICATiONS �'OR PUBLIC WORKS CONSTRUCTION
NORTH CENTTtAL TEXAS
A copy of eithez af these specifications may be purchased at the Of�ce o£the Deparhnent of
Transportation Public Warks, 1000 Thxocl�orton Street, 2nd Floor, Municipal Building, Fort Worth,
Texas 76 Z 02. The specifica�ions appficable to each pay i#em are andicatad in the call-out far the pay
item by the Engineer. �f not shown, then appiicable published specifications in either oi tlaese
documents may be fo]Iowed at the disczetion of tlze Contractor. General Provisions shall be those of
the Fort Worth document rather than Division f of the North Central Texas document.
6. CONTRACT DOCi.JMENTS: Bidciers shall not separate, detach or remo�e any portion, segzn�nt or
� sbeets from the contract docuraents at any time. Faiiure to bid or fully execute contract without
retaining contract docurnents intact may be grounds far designating bids as "`nonresponszve" and
rejecting bids or voidang cantract as appropz�iate and as determined by the Assistant Directox of the
Departrnent of Transportation Public Works.
7. MA1N"I'ENANCE BTATEMENT: The Contractor shall be responsibl.e for defects in this project due to
faulty materials and worlQnanship, or bnth, for a period of one {1) year fram date of fmal aceeptance of
20
this project�by the City Cnuncil of the City of Fort Worth and will be required to replace at his expense
any part or a�1 of the project whzch becames defec�ive due to these causes.
8. TRAFPIC CONTROL: TI�e contractor wi�l h� required io obtain a"Street Use Pexix�it" priar to starting
to work. As part of the "Street Use Pemv.t" a traffic control plan is r$quired. The Contractcrr sha11 be
responsible far providing traff'ic control during ihe construction of this project consistent with the
�rovisions set forth in the "Latest Editian Texas Manual on Uniform Traffic Control Devices for
�treets and Highways" issued under the authority af the "State of Texas Uniform Act Regulating
Traf�'ic on Highways", codified as Article b701d Vernon's Civil Statues, pertinent sections being
SectionNos. 27, 29, 30 and 31.
This tr�af�c eontrol plan sha11 ba submitted for re�iew to Mr, Charles R. Burkett, City Tra�c Engineer
@ 817-$71-8770 at least 10 warking days prior to the pre-consiruction conference. AIthough �nvork
will not begin until the traffic control panel has beea re�iewed the Goz�ixactox's laxne will begin in
accozdance with the tune frame established in the Notice to the Contractor.
The Cantractor wilI not remove any regulatary sign, instructianal sign, street name sign ar other sign
w�ich kas been erected by the City. If it is detein�in�d khat a sign must be removed to germit required
conslruction, the Contra�tor shall contact tlie Transportation anci Public Works Depa�-tament. Si�ns and
Markings Diviszon (phone nwmbez 871-2531 or 871-7"73$), to remove the sign. In the case of
regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the
requirernents of the above ze£ez-enced mannal and such temparary sign must be installed prior ka the
removal of the perrnanent sign. If the temporary sign is not installed correctly ar if it does not meet the
required specifications, the persnanent sign shall he le$ in glace until the temporary sign requiremenis
are rnet. When construc�ion work is cornpleted to ihe extent that the permanent sign can be reinstalled
the Confiractar shall again contaci the Signs and Markings Division to reinstall the permanent sign and
shall leave his tezr�porary sign in �lace until such zemstallation is completed.
9. PAYM�NT: Th� Contrackor will receive BI-weekly payrnent (minus 5°fo retainage) from the City for
all wark generated within a�ay period. Payaxaent af the renr�ainimg amaunt shafl be made wit� imal
payment and upon acceptance of the project.
1D. DELAY�: Tha Con�ractor shall receive no compensation for delays or hincirances to the work, except
when direct and una^voidable extra cast to the Contractor is caused by �ihe failure af the City to pravide
inforfnahon or material, if any, which is to be furnished by the City. � i�Vh�n such extra campensat�on is
claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him
foumd cnrrect sha11 be approved anc� referred hy hina ta the Councii for imal approval or disapprovai;
and the action thereon by the Council shall be final and binding. If delay is caused by specific orders
given by the Engineers ta stop work ar by tke perfnrmance of extra vvork or hy the failure of the City to
provide material or necessary insfructioz�s for carryix►g an tlxe work, then such delay will entitle tk�e
Conlractor to an equivalent extension of time, his application for which shall, however, be subject to
the approval of the City Cour�cil; and no such extension of tima shall release the Contractor or the
surety on his perfoxmance bond form all lus obligations hereunder which sha1I remain in fuII farce until
the discl�arge of the contract.
11. DETOURS AND BARRICADES: The Contiactor shall prosecute his work in such a manner as to
create a nYinimum of interruptian to trafiic and pedestrian facilities and to the flow of vehicnlar and
pedestxian tra�`iic within the pr�ject area. Contractor shall protect construction as required by �ngineer
by proaiding harricades.
Baxricades, warning and detour signs shall conform to the �tandaz-d Specifications "Barriers and
Warning and/or Deiour Signs," Item 524.
21
Construction signing and barricades shall conform with "1980 Texas Manual on Uniform Traffic
Contcol Devices, Vol. No. 1."
.�
12. DTSPOSAL OF SFOIL,/FILL MATERIAL: Prior to the dispvsing of any spoillfill material, the
contractor shall advise the Directoz� of the Department of Engineerin.g actit�.g as the City of Fort Worth's
Flood P1ain Acimzxaislratox {"Administrator"), of the location af ail sites where the coniractor intenc�s to
dispose of such maierial. Contractar shall not dispose of such matezial until the proposed sites lzave
lieen deternvned hy the Administrator to �eet the zequirernents of the Flood P1ain Ordinance of th�
City of Fort Worth (Ordinance No. 1005G). A11 disposal sites must be approved by the Administrator
to ensure the filling is not occurring within a flood plain without a pernait. A flood plain pemiit can be
issued upoz� approval af necessary engineering studi�s. No iill pernui is required if disposal sites are
not in a fload plain. Approval of the eontractors disposal sites shall be �videnced by a]etter signed by
tb.e Administrator st�ating t1�at tiae site is n�� in a Iatown flood plain or by a Flood Plain fill Permit
authorizing fill within the flood plain. Any expenses associated with obtaining the fi11 permit, includin�
any necessary engineering studaes, shall be at the contractors expense. In the event that the epn�actar
disposes of spo�ill�ll materia3s at a site without a fill pe:tnnit or a leiter from the administrator approving
the disposal siie, upon notification. by the Director r�f Engineering, confractar shall remove the spoillfili
material at its expense and dispose of such materials in accordance with the Ordinance of the City and
this section. No temporary storage of material, rubble, equipment ox vehicIes within Parkway is
allowed. Damage to sodded/iandscaped areas would be replaced a�t Contractor's exp�nse to tl�e
satisfaction of City Engineer.
I3. CONSTRUCTION SCHEDULE: Tt shall be the respansibi�ity of the Contractor to fi�rnish the
Constructinn Engineer prior to constzuction a schedule outlining anticipated time each phase af
constructian will begin and be completed, includ�ing clean up kime.
14. ZONING REQLJIlZEMBNTS: During the constructiQn of this project, the Contractoz shall camply with
present zoning requirements of the City of Fort Worth in the use of vacant property for siorage
purpnses.
15. OUALTTY CONTROL TESTING:
(a) The contractor shaIl funnish, at its own expense, certificatians by a private laboratory for all
materials proposed to be used on the pzaject, including a rni� design for any asphaltic and/nr
Partland cement concrete to be used and gradaiion analysis foz sand and crushed stone tn be used
alvng with ihe name of t�e pit froan which the material �vas taken. The coniractor shall provide
manufachuer's certi�caiions for all manufactured items to be used in the pro�ect and wiZ1 bear any
�xpense zelated thereto.
(b) Tests of the design cancrete mix shall be made by the cnnt�actor's Laboratory at least nine days
prior to the placing of conerete using the same agg�eegate, cement and mortar which are to be used
later in the concrete. The contractor shall provide a cert'�f'ied eopy of the test r�sults to the �ity.
{c) Quality control testing of in situ material on this p%}ect wi.11 be performed by the Ciry at its own
expense. A�y retesting requized as a result of failure of the material to meet praject specifications
will be at the expense of the contractor and wi11 be billed at commercial rates as determi.ned by the
City. The failure of the City to aaake any tests of materials shall in no way refie�e the contractoz nf
its responsibility to furnish materials and equipment confornung to the requirements of the
contract.
(d) Not less than 24 hours no�ce shall be provided to the City by the conlxactor for aperations
requiring testing. The contractor shall pravide access and trerich safaty system (if required) for the
site to be tested and any work effort in�olved is deemed to be incIuded zn tk�e unit pzice foz t1�e
item being tested.
22
(e) The contractor s�all provide a copy of the trip ticket far eac�x load of fi11 rmaterial delivered to the
job sit�_ The ticket shall specify the n�me of the pit supplying the fill rnaierial.
16. PRO�ERTY ACC�SS: Access to adjacent property shall be maintained at all times unless otherwise
directed by �►e Engineer.
17. SAFETY RESTRICTIQNS - WQRK NEAR HIGH VOLTAGE LINES:
Ths i`ollovving procedures will he followed regarding the subject item on tlus contract:
(a} A'wariung sign not less than five inches hy seven inches, painted yellaw with bIack letters that are
Iegible at twe�ve feet shall be placed inside and outside vehicles such as cranes, derricks, pawer
shor�els, drilling rigs, pile drivers, hoisting e.quipment or similar apparatus. The warning sign shall
�ead as follows:
"WARNING—UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH
VOLTAGE LINES."
(b) Equipment that may be operated within ten feet of high voltage lines shall ha�e an insulaking cage-
type of guard abaut the bovm �or a��, excegt back hoes or dippers and insulator linlcs on the �ift
hood cvnnections.
[c) When necessary to work witlun six feet of high voltage electric lines, nptificatinn shall be given the
power company (TU �leclzic Service Gampany} which will ezect temporazy zr�ecb.anical. barriers,
de-energize the line or raise or lower the line. � The work done by the po�ver compauy shall nQt be
at thc expense of tl�e City of Fort Worth. The natifying department shal! maintain an accurate log
of alI such calls to T[J Electric Service Company and shall record action taken in each case.
(d) The contractor is requirec� to make arrangements wiYh the TU �lectric Service Company For the
temporary relocatian or raising of high voltage lines at the contractor's sole cast and expense.
(e) No person shall �vozk within six feet of a high voltage line wiihout gratection having been taken as
outIined in Paragraph (c).
18. RIGHT TO ALTDIT:
(a) Contractar agrees that the City sb.all, until the eltpiratzon of three (3} years after final payment
under ttris contract have access to and the right to examine and photocopy any directly pertinent
books, documents, papers and zecvzds af the contractoz ip.volvin.g txazzsactions relating ta this
contract. Contractar agrees that the City shalt have access during normal working howrs to ali
necessary contractor facilities and shall be provided adequate and appropxiate wark space in ozder
to conduct audits in compliance with the provisions of this section. The City shail give con�ractor
reasona6le advance notice of intended audits.
(b) Contractor further agrees to include in a11 its subcantracfs hereunder a provisian ta the effect #hat
the suhcontractor agrees thaE ihe City shall, under the expiration of three (3} years aiter final
payment under �Yte sabcontraci, hawe access to and the right to examine and photocvpy any ciizectly
partinent books, documents, papers and records of such subcontzactor involving transactions to the
subcontract and furtl�er, tk�at City shall have access during normal working hours to all
suhcontractar facilities and sha11 he provided adequate and appropriate work space in ozder ta
conduct audits in compliance with the provisions of this article tagether with subsection (c }
hereof. City slaall gi�e subcontractor zeasonable advance notice of intended audits.
(c) Contractor and subcontractor agree to photo copy such documents as may be requested by the
City. The Czty agrees to zeimbuzse cantraetor for the cost flf copies as fol�ows:
23
1. 50 copies and under $0.10 per gage.
2. More than 50 copies $0.85 far first page plus $0.15 for each page thereafter.
(d) "Co�tractor agrees that the City shal�, until the expiration af three (3) years afte= final payment
under this con#ract have access to and the right to examine any diteetly pertinent boqks,
dacuments, papers and recards of such subcontractor, involving transactions to the subcontract and
furtlxer, tJaat City shall have access during nornial working hours to all appropriate vvork space, in
ordex ta canduct audiis in compliance with the pra�+isions of thzs article. City sha11 gi�e
snhconfractor reasonable advance notice of intended audits."
CONSTRUCTION
NON-PAY ITE11+I No. 1- SPRINKLING �OA DUST CONTROL:
Ajl applicahIe provisions of 5iandard Specifications Item 204, "Sprinklirtg for Dust Control" shall apply.
Hawe�ez, no direct payment will be made for this itern and it shall be cansidered incidental to this confxact.
N�N-�AY ITEM No. 2- PROTECTION OF TREES, PLANTS AND SOTL:
All property along and adjacent to the Contractaz's opezations including lawns, yards, shrubs, trees, etc.
shall be preserved or restared af�er completion of the wark ta a condition eqnal or better than existed prior
t� start of work.
By ardinance, the contractor must obtain a permit from the City Forester befare any wark (trimming,
xe�[noval or zoot pruning) can be done on trees or shrubs gtowing on p�blic property including street rights-
of-way and designated aileys. This pernait can be obtaiiaed by calling the Forestry Office at 871-5738. All
tree work shall be in compliance with pruning standards far Class II Pruning as described by the National
Arborist Association. A copy of these standards can be provided hy callin.g the above number. Any
daznage to public trees due to negiigence by the Contractor shall be assessed using the current formula for
Shade Tree Evaluation as de�ned by the Fnternational Society of Arboriculture. Payment for negligent
damage to public trees shall be rnade to the City of Fort Worth and may be vvithheId from funds due to �Yie
Contractor by the City.
To pievent the spread of the Oak Wilt fungus, a�l wounds on Live Oak and Red Oak tr�es sha11 be
unmediately sealed using a coax�anexcial pxunin.g paint. This is the only insta�ace when pruning paint is
recnmmended.
NON-PAY TTEM No. 3-- �RQJECT CLEAN-UP:
The Contractor shalI be aware that keeping the projeci site in a neat and orderly eondition is considered an
integral part af the comtzacted work and as such shall be considered subsidiary tv the appropriate bid items.
Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the
opinian af the Engineer it is necessary, clean-up shall be dane on a daiIy basis. Clean up work shall
include, hut nat he limited to:
o Sweeping the street elean of dirt or debris
p Storing excess material in appropriate and organized mannex
� Keeping �ash of any kind off of residents' properEy
If fhe Engineer does not feel that the j obsite has been kept in an orderly condition, on the next estimate
payment (and a11 subsequent payments until completed} of the appropmate bid item(s) will be reduced by
25°/a.
�inal cleanup work shall be done for this prvject as soon as tl�e paving anci curb and gatter has been
consiructed. No more than se�en days shall elapse after completion of construction before the roadway and
�ight-af-way is cleaned up to the satisfaction of the Engineer.
24
NON-PAY ITEM No. 4— PROJECT SCHEDULE:
Contractox shall be responsible for producing a project schedule at the pre-canstruction conferance. This
schedule shall deiail all phases of construc�ion, including project clean up, and allow the contractor to�
complete the work in the allotted tirne. Contractor will not zno�e an ta the jobsite nor will work be.gin nntil
said schedule has been received and approval secured from the Construction Engineer. However, cantract
time vsFill start even if the project schedule has not been turnec� in. Contract sYart date would be outlined in
the Work arder notice. Project schedule will be updated and zesnbmitted at the end a£ every estimating
pez-iod. A11 costs involved vvith producing and maintaining the project scheduie shall be considered
subsidiary to this contxact.
PAY TTEM No. 1- UTILITY ADJUSTMENT:
This item is included for the basic purpose of establishing a eontract price which will be co�nparable to the
#"inal cost of making necessary adjustments required due to street imprvvements to wate;r, sanitary sewex and
naturai gas service lines and appuzkenances where such service Iines and appurtenances are the property
owner's zesponsibi3ity to maintain. � arbitrary figure has been placed in the Proposal; howevex, ttus do�s
not guaxantee any payment for utility adjustments, neither does it confine utiIity adjustments to fhe amount
shown in the Praposal. Tt sh�l he tl�e "Contractor" responsihilify to pxovide the sezvices of a lzcensed
plumber to make the utility adjustments dekemuned necessary by the Engineer. No payment will be made
for utility adjushnents except those adjustm.ents detem�ined necessary hy the Engineer. Should the
conizactor damage service lines due to his negfigenee, where such lines would not have requized adjustxnent
or repair atherwise, the lines sbalI ba repaired and adjusted by the contractor at the coniractor's expense.
The payment ta the contractor for utility adjusha�ents shall be the acxual cost of the adjustments plus ten
percen.t (10%� to cover the cost of bdnd and overhead incurred by the contractor in handling the utility
adjusfinents.
i'AY ITEM No. 2- PR07ECT DE,SIGNATIDN SIGN:
� 'The contractor shai� construct and instalI four (4) Projeci Designation Signs and it will be the respans�bility
of the contractor to maintain the signs in a presenta6le cnndirian at all times on each project under
eonshuciion. Maintenance will include painting and repairs as directed �y tUe Engineer.
Tt will be the responsi6ility of the Cantractar to have the individual project signs lettered and paiuted in
, accordance with the enclosed detail. The quality of the paint, painting an� leitaring on the signs shall be
approved by the Engineer. The height and arrangement of the lettering shalI be in accordance with the
enclosed detail. T'he sign shall be constructed af'/a" fir plyvrood, grade A-C (exterior) ar better. These
signs shall be installed on barricades or as directed by the Engineer az�.d iu place at fihe pzoject site upon
� commencement of canstruction.
The wark, wlzich includes the painting of the signs, installi�g and removing the signs, furnishing the
- materials, supports and connecrians to the support and maintenance shall be to the satisfaction of the
Engineer.
The unit price bid per each wil� be full payment for materials including all labor, equipment, toois and
incidentals necessary to complete the woxk.
�
I
FAY ITEM No. 3- RE1NF'ORC�D CONCRETE PAVBMENT:
a. This item shall include khe removal of e�cisti�ag coneretelasphalt pavement, curU and gutiers, dowels,
and placement of a minirnurn 7" reinforced concrete pavement at loca#ions as desiguated hy the
Engineer. Existin� conczete pavemsnt sIiall be sawed fu11 depth, Tie bars (4 @ 12") shall be placed as
shown on the enclosed detail. 5ilicone joint sealant per the attached speci�calaon shall be pravided and
installed. In situations where extensive slab rapiacement next to the existing curb which is in fair shape
is undertaken, contxactox would replace botli slab and curb monolithieally. Payment for curb
replacement would be addressed undez payment Iteni #6 concrete curb repaiz.
25
Contrackoz would avoid disturbing subgrade and the remaval of subgrade in process of removing
designated failed paveme�t. If replaced depth exceeds T' and subgrade mee�s compact�ion
'� reqnirements. Contractor would pour a uniform pavemen.t section exceed'vzg 7" in depth, Pay item # 9
would cover the cost oi additional coaczete and would he full compensation for labor, material and
equipment use.
If in the process of removing fail�d concrete pavement, it is revealed that subgrade even after attempts
to compact and re-shape is not meeting requirements of Item #244 and is e�aibiting seveze ruts, poor
material composz�ion that can not be manipt�lated and compacted. Contraator wauld remove 5" of tap
subgade and replace with Flex Base (Pay Item # 7). Seleetion application is per Item # 2Q8.
If failed soncrete pavernent has a depth that is less than 6" in dep� (distance between top oFnew
pavement surface and re-eompacted subgrade surface) contractor would remove excess sugrade
material. Subgrade would be re-shaped re-compacted ta ailaw a 7" repiaced concrete pa�ement
secfion. Cost of rerrfoving and proper dispasal of excess excavated material would be covezed under
Pay Item # 8. '
For specificataons goveming this item see It�m No. 144 "Removing Old Concrete: and Ite�x�. No. 314
"Concrete Pavement".
The concrete �hall be designed to include a ixuninnum of b sacks oi Type I, or Type III cement. The
maximiva� water eement raiio shall not exceed 5.5 gallons per sack. A Type A water-reducing
admixture and a Type C non-chloride set-accelerating admixture rr�ay be used with minimum 5.5 sacics
of type I or Type TII cement to achieve the earliest possible concrete-setting times. The use of a set-
retarding admixiure wilI not be permitted. The concrete will be designed to achieve a rninimuna
compressive strength of 3060 pounds per square inch in 72 hours. Slump shall not exceed 3 inches,
An entrained air content vf �hree (3) to six (6) percent, as directed by the Engineer, sha11 be pzovided.
The fine aggregate shall have fineness modules of 2.64 to 2.80. AIl admixtures used shal� conform to
tlne requirements of Item No. 314, except that the Type C set-accelexating adxnixture may reqaire
additio� at the job sit� when the temperature of the concrete is above 55 N. Either transit-mix or
centra�-mix conerete wiil be penmitted. Tf �e concrete fails to zeach the requu�ed 48-hour strength, the
Bngineer may dizect that the concrete be redesigned as necessary to meet these requirements.
Concrete pavement may be opened to traff c as long as the +��n;rnum compressive strength requizement
of 3Q00 pounds per syuare inch has Ueen met.
Canlractor would rernove e�cisting failed pavement in a xnanner that sub-grade is not disiurbed.
Contractoz would re-eompact sub-g�rade. Areas compacted shall have a uniform density not less than
95% of maximunr� density {ASTM D-698}. In place dansity test per each repaired surface area would
be undertaken. The guidelines for compacfing (item 202} would be wazved due to physicaI
construction zestriCtions, in Iieu of othez me#hods accepted by Engineer. Payment for compactiz�g
implementaiion includang Iabor and material wauld be incidental to other pay items.
Unit price will be fuII payment for materials including a111abar and equiprnent.
26
PAY ITEM No. �} & 5- SILICONE JOINT SE,4LING FOR CONCRETE PAVEMENT:
PAY ITEM CONCRETE 70INT SEALING
Fay item addresses existing joint ux�dergoing rehabilitation and new�y formed joints that require netnr joiz�t
material. Pay item shall address the rernoval, claaxi up and replacement wiih Backer Rod, Polyethylez►e
Bond breaker tape and Redwood expansion joint fillez (when a slab is repIaced at one side of a joint} an
acceptable sealaaat foz existing joints (Transverse, longitudinai, either construction or an expansion joint)
per pavement joint detai�s outiined. Liiznits of rvork would Ue outlined by city a engineer, or a designated
representative. �emoval and clean up of existin� joint suzf'aces should y�ield unifa�rm straight surface that
wauld allow the proper i�astallation of silicone sealant per manufacturer guideliues. Removal of existing
joint material would be remo�ed by an appzopxiate method such as a}aint plow, a router or hooks. Sand
blasting or water coutd be used to clean inside surfaces of joint in preparation of silica� application.
Joint surfac�s should be free o� alI cantaminants and residue as called fox by silicone manuiacturer critexia
and as indicated in the construction meihod in this section
CITY OF FORT WORTH, TEXAS
TRANSPORTATION AND PLTBLIC WORKS DEPARTMENT
SPECIFICATION foz SILIC�NE JOINT SEALING
(Re�ision 1, October 18, I984)
(Revision 2, May 12, 1994}
I. SCOPE
This specifica#ion far sil�cone joint sealit�g Pa�rtIan.d Cement Concrete pa�ement and
curbs shall supersede Itern 314.2. {11) °`rain# Sealing Materials" of STANI?ARD
SPECIFICA'T'IONS FQR STREET AND S'I'ORM DRAIN CONSTRUCTION -
CITY OF FORT WORTH, and Item 2.2I0 "Joint Sealing" of STANDARD
SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - N�RTH TEXAS
COLTNCIL OF GOVERNMENTS.
2. MATEItTAI.S
3.1 The siIicone joint sealant shali n:�eet Federal Specification TT-S-OD 1543A for
' Class A sealant except as rnodi.fied by ihe test requiremen#s of this speci�ca#kon.
Before the installation vf the joint sealant, the Contractor shall furnish the
Engineer certification by an independent testing lal�ozatory that the silicone joint
sealant meet these zequirements.
3.2 The manufacturer of the silicone joint sealant shall have a mini.mwm two-year
demanslrated, documented successful field performance wiYh Portlan.d Cem�ent
Concrete pavezuenk silicon� joint sealant systems. Verifiable documenta#ion shall
he submitted to tlie Engineer. Acetic acid cure sealants shall not be accepted.
The silicone seaIant shall be cold applied.
33 Self-Leveling Silicone Joint 5ealant
The joint sealan.t shal� he Dow Co�ning 890-SL self-levaling silicone joint sealant
as manufactured by Dow Coming Corporatio�a, Midland, MI 48686-0994, oz an.
approved equal.
27
Test Method
AS SUPPLI�D
,�***
MIL-S-88Q2
ASTM ❑ 1 �475
*���
*�,,�*
***�
Self-LevelEnq Silicone Joint Sealani
Test
Non Vo[atile Content, % �nin.
Extrusion Rate, gramslminufe
Specific Gravity
Skin-Over Time, minutes max.
Cure Time, days
Fu11 Adhesion, days
Reauir�ment
96 ta 99
275 to 550
1.206 to 1.340
60
14 ko 21
14to2�
AS CfJRED - AFTER
�� naYs ar ��c
ASTM D A�12, Die C
ASTM D 35$3
(Sect. 14 Mod.)
ASTM C 719
ASTM D 3583
(Sect. 94 Mod.)
ASTM D 3583
(Sect. 14 Mod.)
Mod. Elongatian, % min.
Modulus @ 150% Elongation, psi max.
Movement, 10 cycles @ �-1001-50%
Ad�esion to Concrete, % E{ongation min
Adhesion to Asphalt, % �longatian min
1400
9
No Failure
600
.f�
3.4 The j oint fiIler sop shall be of a clased cell expanded polyethylene f4am backer
rod and polyethylene bond breakez tape of sufficient si�ze to provide a tight seal.
The back xod and breaker tape shall be installed in the saw-cut joint to prevent
the joint sealant from flowing to the bottom of #he joint. The baeker rad and
breaker tape shall be compatible with ik�e silicone joint seaIant and no bond or
reaction shall occur between them. Reference is made to the "Construction
Detail" sheet for the various joint details wiil� their xespective climensions.
3. TIIvIE OF APPT,ICATION
On newiy constt-ucted Portland Cement Concrete pavement, the jaints shall be
initiaJly saw cut to the required depth with the proper joint spacing as shown on
the "Construc#ian Detail" sheet or as directed by t�e Engineer within 12 hvurs of
the paverrzent placement, {Naie that for the "dummy" joirits, the initial 1/4 inch
width "green" saw-cut and the `�eservoir" saw cut are identicaI and should be
part of the same saw cutting nperation. Immediately after #he saw cuttit�g
pressure washing shall be applied to flusk the eoncrete slurry from the freshly
saw cut joints.} The pavement shall be allowed to cure for a nninim.um of seven
(7) days. Then the saw cuts for the j oini sealant reservoir shall be made, the
joint cleaned, and the jaint sealant insfali�d. Duzing the appli�ation of the joint
sealant, the weather shail not be inclement and the temperature shali be 40F (4C)
and rising.
4. EQU�PMENT
5.1 All necessary equipment shaIl be furnished by the Contractor. The Contractor
shall keep his equipxnent in a satisfactory vvorking condifiion and sball be
inspected by the Engineer prior to the begimung of the work. 'T'he minimum
requize�x�.ents for construction equipment shall be as follaws:
28
S.2 Concrete Saw: 'I�e�sawing.equipment shall be adequate in size and po�+er to
complete the joint savving Yo the required d'unensions.
5.3 High Pressnre Water Pump: The high pressure co3d water pumping system s�Zall
be capable oi deliveriz�g a sufficient pzessur� and volume of water to thoroughly
' flush the conerete slurry from the saw-cut jvin#.
5.4 Air Campressors: The delive�ed campzesssd air shaIl have a pressure in excess
oi90 psi and 12U cfm, There shall be suitabie reaps for the re�oval a£all free
water and oil fram the eompressed air. The blow-iube shall fir inta ihe saw-cut
j oini.
S.5 Extrusian Fu�x�p: T�e output shall be capable of supplying a suificient r+olume of
sealant to the joint.
' S.6 Injectivn Tooi: This mechanical device shall apply t�e sealant unifor�nly into ihe
joint.
5.7 Sandblaster: The design shail be far commercial use with air compressars as
specified in Paragraph 5.4.
5.8 Backer Rod Roller and Toaliag Insirument: These de�iees shall be cIean and free
of contamination. They shall be compatible with the j oin depth and width
requirenaents.
5. CONSTRUCTION METHODS
6. i General: The jaint reservaiz saw cutting, cleaning, bond breaker installation, and
joint sealant placement shall be performed in a continuous sequence of operations.
6.2 Sawing 7oints: The joints shall be saw-cnt to the width and depkh as shown on
the "Construction Detail" sheet. The faces of the join�s shall he uniform in width
and depth along the full length of tlae joiva�t.
6.3 Cieaning Joints: Fmmediately after sawing, the resultiz�g conczete slunry shall be
cnmpletely removed fram the joint and adjacent area by f��ashing with lugh
pressure water. The water f�us�ing sha�l be done in ane-direction to grevent
joint contamination.
When the Contracior elects to saw the joint by the �ry xnethod, flushing the joint
with high pressure water may be deleted. The dust resulting from the sawing
shall be xemoved fram khe joint by using compressed air. {Paxagraph Rev. 1,
October 18, 1989}
After complete drying, ihe joints sha�l be sandblasted. The no�zle shall be
attached to a rnachanical aimrng device so that the sand blast will be directed at
an angle of �45 degrees and at a distance of one to two inches from khe face of
the joint. Both joint faces s�all be sandblasted in separate, one directional
p�sses. Upon the teLminakion of the sandblasting, the j aints shall be blawn-out
using compressed air. The blow tube shall ft into the joints.
The blown joint shall be checked for residual dust or other eontaminat�on. If
azay dust or caxztanai�aation is fou�nd, the sandbIasting and bl�awing shaIl be
29
repeatsd untiI the joint is cleaned. Solvents will nat be permitted to xemove
stains and contamirzataon,
Immediately upon cleaning, the bond breaker and sealaz�.t shall be placed in the
join� Open, cleaned joints sha11 not be le8 unsealed overnight.
Bond Breaker Rod and Tape: The bond breaker rod and tape shail be installed in
the cleaned jaini prior to the application of the joint sealant in a mavuer that will
produce the required dimensions.
6.4 JQint Sealant: Upon placement of the bond breaker rod and tape, the joint
sealant shali be applied using the mechanical injection tool. The jo'vrt sealant
application shall not be peznnitted when the au and pavement temperature is less
than 40F (4C). Joints shall not be sealed unless they are clean and dry.
'' Unsatisfactozily sealed joints shall be xefille�. Excess sealant left on the
pavement surface shall be renr�oved and discarded and shall not be used ta seal
the joints.
The pauement surface shall present a clean final condition.
Traffic shall not l�e allowed on the fresh seaIant until it becomes tack-free.
Approval of Joints: A repxe�entati�e of #ha sealant manufsctuter shall be present
at the jab site at the beginning of the fmal cleaning and seal�iz�g of the joints. He
shall demonstrate to the Contractor and �e Engineer the acceptable method for
sealant installation. The manufactuzer's representat�ve shall apgrave the clean,
dry joints hefore the sealing operation cominences.
6. WARR.ANTY
The Contractar shaIi provide the Engineer a manufacturer's written guarantee ori all
j oint sealing materials. The manufacturer shall agree to provide any replacement
material free of charge to the City. Also, the Contractor shall pravide the Enginsez a
written warranty on all sealed joints. The Contractar shall agree to replace any failed
joints ai no eost ta the City. Both wazxanties shall ba for ane year after final
acceptance of the completed work by the Engineer.
7. BASTS QF PAYM�NT
Payment wiIl be rnade at the Contract bid item unit price bid per linear foot (L.F.) as
provided in "MEASUREMENT" foz "SILICONE 70IN'1' SEAI.TNG", w3uch price of
shall be f�ll cornpensation for furnishing all materials and for all preparation, delivery,
and application of tl�ose sealmg materials and for all labor, equipment, tools and
incidentals necessary ta complete the szlicone joint sealing in canfozmity with these specifications.
PAY IT�M No. 6- 7" CONCRETE CURB REPAiR:
Standard 5pecification Item 502 sha11 apply except as follows: Integral curb shall be constcucted along the
edge of the pavement as an integral part of the slab and of the same concrete as the slab. In situations where
only curb xeplacement is called for, new curb would be daweled into exisfing pa�emen# per detail shset.
This pay item would cover the cost of labor and material included in item. The concrete for the curb shall
be deposited nat anore than thirty {30) minutes af�er the concrete in the slab, Engineer oz his designee
would cietermine location and limits of replacennent. Cost of Bac�C Filling behind curb, grading and Turf
Re-establishment and watering of sod would be included in this pav itern.
30
PAY ITEM No. 7— FLEX BASE:
Contractor would �irnple�ment pay item to address sul�grade tlzat has ittegularities, weak spats, ruts, and not
meeting compection requirements. Contractor would replace top 6" of subgrade with Flex Base material.
Application of Flax Base material would be according to item # 20S (Standard City Specification)
measuremant 4f pay item in sq. yd., and would cover actual axea and a depth of 6" of matezial used payment
is fr�11 connpensation and covers transporting, Flex Base, hanling off failed subgrade material, manipulaiion,
and compaciian of material. I# would covez cost of laboz, matenial, and �quipment nse,
Subgrade masupulation, spxeading, compaction, use vf a11 equipment and labor. Use of material wouId be
initialed at the dir�ction of Engineer or his Represen#ative in the iield.
PAY ITEM No. 8— EXCAVATION
Item co�ers the cost of removu�g excess 5ubgrade material whereby exist�ng pavernenf section designated
for repiacement is �6" or 1ess. Ite�an covers the removal and pzopez disposal of exoess subg�rade materi.al.
Measurement is in cubic %eY, and payment wauld he for ail labar, equipment used, the removal and dispasal
of material. (Manipul.atioz�, re-shaping, and compaetian of sub�ade is eovazed undex Pay Item # 3.
Application, removal, measurement consistent with Item # 106 "unclassified street exca�ation"' as defined
in City of Fort Worth Standard Specifica�ians. Bxcavation would be initiaied at the directi�n o£ Engineer or
his Representative in the field.
PAY ITEM No. 4— CONCRETE
Item covers ttae cast of additional concrete used in xeplaced pav�ment sections that exceads T` in depth.
Replaced pavement section to be unifom�, concrete ta be cast monalitlaically. Mix requirement, material
selectian, campressive strength should match requirements highlighted in Pay Item # 3. Measurement in
Cubic yard, actual measured ma#erial in pIace would be basis far payment. Payment would be fiill
compensation for Iabor, material and equipment use. Implementation would be initialed at the direc#ion of
Engineer ar his Represen#ati�e.
PAY ITEM Na. 10 — MA.NHOLE ADJUSTMENT:
T�is iteza� s�all include adjusting the tops of existing rnanhole to match proposed grade as shown on the
pians, in the detail at the back of tk�zs docunrzen.t or as directed by City Representative. Stazidard
Specification Item Nns. 45Q "Adjusting Manholes and Inlets" and 406 "Coricrete for 5tructures" shall
apply except as hezein modified. .
Included as part of this pay item shall he the applicarion of a eold-applied pre-fortned fle�ble butyl rubbex
or plastie sealing compound %r seaiing interior andlox axteriar joints on conczete tnanhale sections as per
current City Water Departrnent Special Canditions.
Prior to heginning of work, the Contractor shall make an inventory of the condition of existing manholes.
The Gity Representat�ve w�ll field verify this iuiventary and provide t1�e Contractor replacements for broken
manhole covers. The contractor shal� repface tiie manhole covers which are damaged during constr�ctinn at
no cost to the City..
PAY ITEM No. 11— WATER VALV� BOX�S ADJCJS'I'MENT:
Contractor vv�i11 be respansible far ad}usting water valve boxes ta match new pavement gxade. The water
valves themselves wili 6e adjusted by City of F'ort Worth Water Department forces.
Prior to beginning of work, the Contractar shall make an inventory of the condition of eacisting watez valve
boxes. The City Repzesenta�ive will field vezify this i.zz�entory and pravide the Contractar replacements far
broken valve h4xes. The contractor shall replace the valve boxes which are damaged during canstruction at
no cost Cb ihe City.
31
The concrete shail l�e designed to achieve a minimum compressive stren�h of 3000 pounds per square inch.
Work shall be completed an.d street open to traffic within seven (7} calendar ciays.
The unit price pre bid per each will be full campensation for ail labor, materiats, equipment, tools, and
incidentals necessazy to co�rz�plete the work.
32
TRAV�RS� EXPANSION JOINT
� WITHOUT DDWEL S�PPORT BASKET
SEE DETAIL 1
�z" Np.5X24" SMOaT� DOWEL @ 24" C—C
AND EPDXYED ]N 12"
FTLL�R REDWOOD z+� �T i 1/q" MIN CLEARANCE
MATERIAL ��a @ �$r' �—C
v �BAR 570P
z-. � ///////////////////////////%/ il, <� o� ' ° �—��i�J ��
� � X I ST . CONC . PAVEM��� _ � � . _ _�^ --- �}4WEL SL�EVE OR CAP
X,SEE TABLE% ��/IjII%/I�I�I���II���I��I �4 da PROP. PAVEM�N� TD FIT �s QOWEL & BE
� 1�� - SECURED
� EiCIST.�5U8GRADE P�R. TY€']CAL �
1111 llill e5IIIII i�i�� Illfl ll��� ;��� Ilf 11��� Iflll I���� III�I ����� lIIII ��I�� Illii �4�i
Illll IIIII _r�
TR�NS VERS� EXP�lNS10N
C�NSTRUC T10111 � BUTT JOIIV T
�BE T WEEN EX15 T. AND PROP. PA VEMEN T�
NDT TO 5CALE
PAGE 34
z
�- �
a.
u.!
�
�
z
�
�
x,
w
,�„ _, iRAN5V�R5E CDN57RUCTION BU�T JDINT WiTH
N0, 5 DOWELED 8 EPDXIEQ � SILICONE JOI�T S�ALANT. S�E JOINT DETAiL 2
BARS � 24" 0•C #�q, @ 18" C—C
�, EXI57I�1 CJNCRET� S�A� NEW CONCRETE SLAB �
T�Z ����������������� ���������/,�'� �" • a • � � d " �
�� / r(//� ///�////////////°� � _O a � � ' ° ° a od e s �
/�/�//�`///�/✓/� a d ° � �
N0. 3 BARS r� 2�4" �
C—C BOTH WAYS � EX15T. SUBGRA�� PER. TYPICAL �
II{II lIIII Ili I�n �I}� Y�I�i�� Ilfll IIIII III��' IIII
IIII� Illll Illll II�II lllll IIIII II�II lllll .
TR/�NS VERSE CONS TRUC TI DN BU T T JOIN T
NOT TO SCALE
S
� �d
w
a
c�
z
�
��x
ua
� ONG I1"UD I NAL CONSTRUCT I ON B�JTT J 0 i N7 W I Ti�
_ s�» - SILICDNE JOI�T SEALAN7. SEE JOIN7 QETAIL No. 2
f�i). X 3fl" DOWEL
� . u #4 @ �18" C—C
EXISTING CONCRETE SLAB f�FW CO�ICRFTF SIAR �
7/2 ����/�/� �����/���° i o •�<a � a - e�Q , �<, ��
� !6 ��
�Yi�/���//`e��/%>'i/i'/ � T�� � ° � ° ° • .
N0. 3 BARS @ 24" �� T. SU�GRADE PE�. 7YPICAL�� '
� C—C BOTI� WAYS ROAQWAY SEC7ION ��
. . . .. . .. .........�,,.,.,,�,,..��....��,�"�.. :�.�_��lvi�•.
L ONGI TUDINAL CONS TRUC TI �N BU T T JD1111 T
- - — r�a� zo SCALE
PAGE 35
SILICON� JOINT SEALANT
(R��OV� 8 REPLACE) �3�q��
. �
-Q •
a a �� � Ir]
e
° f � ° , PO�.YETNYLENE BONC
e BREAKER TAP�
- _ _ �a ., (REMOVE 8 REPLACE)
#6 SMOaTH�4 ��� a' -�EQwQQQ EXPANSION
JOINT FILtER
(EXISTiI�G R�BARI �° a(�X1STING TO BE REPLACE�-
a fF ADJACE�lT PAVEMENT SLA�3
° � � ° �S 70 BE REPLACED)
a ° a
EXISTING �OWE� �
SU�PPORi BASKE7
J�fN T DE T�IL N�. �
SEA� FOR TR/�NS l/ERSE
EXP�NSl�111 J011V T
NOT TO SCALE
S
F--
�
w
0
�
z
0
�
c�
z
f—
�
X
Li.l
Q
�
a
Q
� a
r
�
�
�9 /4"
SILICO[�E ,�OINT
SEALANT
\,. ���SAWEq JOII�T FACE
a
. �^
a //J///
�`���� " 3/8" DIA. CL.OSED
a::::::� ' CELL EXPA�[DED
""' ' d POLYETHYLENE FDAM
».r.. �
""' BACKER ROD
�.
J01111 T DE T,�IL 111 �. 2
SEAL F�OR SA WED
DU1�1lv1 Y JOINT
NOT T� SCALE
NDTES:
A— DETAIL JOINT 1& 2 A�PLY TO JOINTS WITN EXISTING PAVEMENT SEC7ION5 ON
BOTI� SIDES OF CENTERLINE OF JOINT 8� WHERE CONTRACTQR IS CLEANING 8
REMOVI�4G EXISTING JOINT MAT�RIAL 8� REPLACING WITH SILICONE JOINT SEALA�T
B— DETAIL JO�NT 1� 2 APPLY TO J�INTS Wi7H EXISTING PAVEM��lT SECTI�NS �IExT TD
REPLACED COI�CRETE S�CTIDNS
PAGE 36
�
�
#3 "U" BARS @ 1 8" 0. C.
N0. 3 BARS 24"
C-C BOTH WAYS`
� 1 _ 0 11
�
�
5AW CUT LINE
P ARKWA ��
EXIST7NG PAVING SLAB � �I./��/
. � ��������� ��
� � a ,�j��%����/�\�
�/ / /�/�
�
��
EPDXY & DOWEL
IN EXiSTING
��VEMENT
a � ° ���\ ��\ �\/�\
d v a
4 /� //� //�/��
d �� � � a � � . . �\,��\ ����\
. _ _ _ �_ -- -- ° _ � ��� �. � �/ � �
° T/2 \/�\�
d \
�EX I ST. SUBGRADE PER TYP . �/��/`/
' � ROADWAY SECT I ON � `��\�
;/ ��� -� -, --,- - � - � _ _ _ _ _ c�' �// ��.
���� �����`�������\� �\� ��� �. �-. � _ _ .� \�� �
f/i �/��/i �/i �/i %/i �/i �/��/i �/i �/i �/i �/i.�/
T YPICA� DET�IL F�QR
NOT TO SCALE
C URB DE TAIL
PAGE 37
JOINT SEALA�7. S�E JOF�T �ETAIL 2
VERTICAL C�7 SAW
�� � �S�E TABLE �
Z!1J - d -- a ., d a - a a -� e d� a
� 4 � �
a 6
�Z p ° ee .4D e ae d
V?i, �--- a Q � � -- e4 e e a ° a
a a e
XY a 4 d� a�� 4 a-�-� a �4 A a d 4
��1 EXISTING I�O. 3 BARS�24" � � �
C—C BO�W WAYS EX I'ST. SLIBGRADE P�R. TYP 1 CA�
� R �W Y EC�r 1 N .
,������������������ �����������������ii;�ii:�ii��:�
r. �, r, r, i, i, r, i, i, r. i, r. �.,r.,r�i. �
S,� WED D UMM Y JDIN T
NOT TO SCAL�
TRANSVERSE EXPANSiON JdINT
FORMED GROOVE ROUNDED TD�/q"
RADIUS WITH 51LICO�SE 'JOINT SEALAN�
AND R�DWOOD , EXP�N5IQN JOE�1T ---�10• 6X24 " SM�O7H DOWE�—
FILLER. R�PLACE F1L.L�R ]� �i�EQED._ c? 24" C—C
SEE JOINT DE7AIL 1 15" DOWEL C�ATING
�S�E TABL� � 2"MIN. '1 1/4" MdN. GLEARA�ICE
} y y a 6 ii � 4! ° If ��
� � � BAR STOP
e d e a 4 � i l�° � a
. �- � �ad °" � � DOWE� SLEEVE OR CAP
� �� � �TD F I T#6 DOW�L 8� �E
� b �' � a a � �10° /16"R�`\ a < 5EClJRED
— a �iiiiii.viu....
NO- 3 SARS C 24" DQVJEL SUPPORT EXIS�. SIJBGRAD�PER ��NO. 3 BARS � 24"
C—C BOTH WAYS �IR BASKE� TYP. ROApWAY 5EC�C I ON C—C B�]TH WAYS
iiii i���� ii�i i��ii ��iii iiii� iiii�
IIIII lllll IIIII IIIII IIIII Iflll
EXIS TI1�1 G TR,�NS l/ERSE
E�XPANSI�N J�IN T
NOT TO SCALE
PAGE 38
STEEL. REI�I�ORCEf�ENT
PL. ACEME�IT
PAVEMENT C�EAR D�I,STANCE
TH I CKNE55 FROM FACE O�F PAVEMENT
T = 6„ �„
T = 7" 2 �1/3"
T = 8" 2 2/3"
I� OTE Q -
ALL DO�VE�S TO BE PLACED @ T/2
PAGE 39
��
�� ,
'� i
r
}
r
��
� ..,
r�
�
0
_I
�
� �, ,� � , �
'� _ � I� � � � �' ,� � � `
.
�
�
�
�
11 ��q'` �
�
3" �
�
4�_�,�
-- -- �- -� . .- . _. � � 1 �%a � �
� PMS 2$8
� i � _I''S r, �f ±� ���.r
:�� . �.i��.
�=' `rf^ PhAS i67
�'�
�
� 3��
.� , �
P��° �� iltr �
� �
11/i"Q ��I'1�1 6����E a
21I2�: C��trac�orr� �a
��
�'/�"� �chec��a9�d Co�np��fion �a�e
� �%z' � ��� P
• I
FORT WQRTFi 1N LOGO-
CFEELTWGHAM BO�D
ALL OTHER LETiERING IN ARIAL Bp�D
LOGO COLQRS�
FORT 1NOftTH - PM5 288
L.ONGHORN l.QGO- PNfS 167
.
4��
�
� I/� 1 I
e
�.'�
��4��
r
� ��� � �
�
A
�ii
� �
.
,
0
d
W
a
a
i
�►�� I �_ �, �� � - -
�
� �.
0
�
�
I
I
I
�
i
�
�
11�/q"
�
I
�
3" �
r
4�_���
� 1�/4�i
—� PM5 288
? I
PMS 167
_ �
� 3��
�
.
� � �
��� �t�°��
�
�
4 ir
4'
1l����i ���fitr����1'� v � ��
2� . ' � �2
�2 r ����I� ����� � ����
�
�3�4�,
�
�'��"� ����d�l�� ���n�0�t��r� i���� � , „
�'/z' � Y�� � � . /2
5��
. -
.
FORT WORTFi IN LOGO-
CHELTINGNAM BOLD
ALL OTHER LETTERENG IN AR1At BOLD
LaGD CQLORS�
FORT WOR�H - P�AS 288
LONGHORN LOGO- PM5 1fi7
�
�
�
.
O
d
�
a
a
�
CIiY �F ��RT �1lORiH, T���
C�hlY�,G�
THE STATE OF TEXAS
COIJNTY �F TARRAi�T
KNOW ALL MEN BY THESE PRESENTS:
This agreement made and entered into this the 2�th day of �eAfemb�r , 2D 0� by
and befvveen tF�e CITI� OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized
and existing under and by �irtue nf a special charter adopted by the qualifiied voters �rithjn said City on
the 11t� day of December, A.D., 19�4, under the authority (vested in said voters by the "Home Ftule"
pro�ision) of the CQnstitution of �exas, and in accvrdance with a r�solutio� duiy passed at a regular
mee#ing nf the City Council of said city, and the City of Fort Worth being �erei�aft�r termed Owner, and �
Nor�h���r Con��r�c�f�n. Inc. HEREINAFTER CALLED Contractor.
WITNESSETH: That said parties have agreed as foflows:
1.
Tha# for and in consideration of the payments and agreements hereir�after mention�d to be made
and performed by the Qwr�er, and under the conditions expressed in the bond bearing e�en date
herewith, fhe said Cont�-a�ar hereby agrees with the said �rrvner to commence and comple#e the
construction of certain impro�ements described as follows;
�OI�CR�T� R�SiOI�iIOI� (CI�00� 0�0)
ll�i 1/�RI�US LO���IONS IN iH� �1i1� �� �ORT"IAI�I�iH
Designated as project number, _ _ ��9��02A930�32�3�
2.
That the wark herein contemplated shall consist of furrtishing as an independent contractor all
labor, tools, appliances and materials r�ecessary for the canstruction �nd campletion of said pro�ect in
accordance with the Plans and Specifications and Contract ❑ocuments prepar�d by th� Department of
Engineering #or the Tr�nsportation and Public Works Deparkment of the Ciiy of Fort Worth adopted by the
City Council of #h� City of Fort Worth, which Plans and Specifica#ions and Gontrack Documents are hereto
atiached and made a part of this contrac# the same as if written herein.
3.
The Contractor h�reby agrees and binds Y�imself to commence the cor�struction ofi said wark within
ten (1Q) days after b�ing notified in writing to do sfl by ihe Depar�ment nf Engineering of the City of Fort
Worth.
�
The Contractor hereby agrees to prosecute said work with reasonable dilig�nce after the
r.ammencement thereof and to fuily complete and finish the same ready for the inspsction and appro�al of
the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth
within a period of ��0 {One �iundred Fiftbl wor�cing days.
If the Contractor should fail to complete the worl� as set for#h in the PEans and Specifiications and
Contract Documents within the time so s�ipulated, plus ar�y additional #ime allowed as pro�ided in th�
General Conditions, there shall be deducted from any monies due or which may thereafker b�com� due
him, the sum of � 4�0.00 per working day, not as a penalty but as liquida#ed damages, the
Contractor and his Surety shall be Nable to the Ovmer for such deficiency.
5.
Should the Con#ractor fail to begin the wor� herein pro�ided for w�thin the time herein fixed ar to
carry on and complete the same according to the frue meaning of the intent and ierms of said Plans,
Speeificatio�s, and Contract Dncuments, then the �wner sha11 ha�e the right to either demand the surety
to take o�er the work and complete the same in accordance with the Contract Dacuments or #o take
charg� of and compl�te the wor�z in such a manr�er as it may deem proper, and if, in the compfetion
therenf, th� cost to the said Cifiy shall exeeed the con�ract price or price� set for�h in the said Plans and
Specificatiar�s made a park hereaf, the Contractor andlor its 5urety shall pay said City on demand in
writing, set�ing forth arrd specifying an itemEzed statement of the toial cost ther�of, said excess co�t.
�
Contracior co�enants and agrees to indemnify City's engineer and architect, and their
personnel at the project site for Con#ractor's sole n�gligence. In addition, Contractor covenants a�d
agrees to indemnify, hold harmless and defend, at its own expense, the �wner, its officers, servants
and employees, from and agaiRst any and all claims or suits far property loss, property damage,
personal injury, including death, arisit�g out of, or alleged to arise out of, the wc�rlc and services to be
perFormed hereund�r by Contractor, its offieers, agents, employe�s, subcontrac#ors, licensees or
invite�s, whether or not any s�ch injury, damage or death is caus�d, in whole or in part, by the
negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise
covenants and agrees to indemnify and hafd harm�ess the Owner from and against any and all
injur�es to Owner's officers, servants and employees and any damage, loss or destructio� to property
of the Owner arising from the pertormance of any of the terms and conditions of this Contract,
c-a
whether or not any such injury nr damage is ceused in w�ole or in part by the neglig�nce or alleged
negligence of Owner, its officers, servants or employees.
In the e�ent Owner rece�ves a written claim for damages against the Cor�tractor or its subcontraciors
prior to �inal payment, fina! payment shall not be made �ntil Contractor either (a) submits to 4wner
satisfactory evidence �hat the elaim has besn settled andlor a release from th� claimant in�ol�ed, or
(b) provides 4wner with a lefter from Contractor's liability insurance carrier that the claim has been
refierred to the insurance carrier.
The D�rector may, if he deems it appropriate, refiuse to accept bids on ather City af Fo�t Worth pubfic
work frc�m a Contractor against wham a claim �For damages is outstanding as a result of work
performed under a City Contract.
7.
The Contractor agrees, on the exe�ution of this Contract, and befare beginning work, to ma�e,
execute and deli�er to said City of Fort Wort� good and sufficient surety bonds for th� fai#hful
pertormance of the terms and stipulations of the Cantract and for the payment to all claimants for labor
andlor materials fumished in the prosecution af the wark, such bonds being as provided and required in
►exas �ovemmenf �oa'e �ec�r'on ���3, as amer�ded, in the �orm included in the Contract Doc�aments,
and s�ch bonds shall be 100 pere�nt (10D%} of the total cantract price, and the said surety shall be a
surety company duly and legally authorized to da business in the State of Texas, and aeceptable to the
City Council of the City of Fort WQrth.
:
Said City agrees and binds itself to pay, and the said agrees to receive, for all of the aforesaid
work, a�d for all additions t#�ereto or deductior�s th�r��rom, the price shown on the Proposal submitted by
the suc�essful bEdder hereto attached and made a part hereof. Payment will be made in monthly
�nstallments upon actual work completed by contractpr and accepted by the Qwner and re�ipt of in�oice
from the Contractor. The agreed upon total contract amount (ir�cluding/excluding� altemates R�/�
shafl be
QC�� �iIL,LIOfV, FIV� bUiV[��3�� ib�lJ�AiV� ����A�� AIV� i�0 ��I�i�
�1.��O.OA0.00
C-3
Done in Fort Worth, Texas, this the 2�'�' day of �ep�ember , 20 01 .
� ��
���O��fl�l�DED:
�����1 �� ����.�`�._�
DIRECTOR, DEPARTMEI�T OF �
E�4GIfVEERIiVG
,�
I�f o2-r►�5T,�,�
I ,�
� ; �
C�u1�l5T/�GiGTt01�! , �NC.
�
(Contractor)
BY: f�'l.c�t�C � O`e��
(Representative)
�/ �CE ��ZE5rbE�v �
(T�TLE)
309 �r�ctrwao� L�rv�
(Address}
� � �T• Wo2'TH : ��X�
• {CitylStatel�ip)
November 1960
Rer�is�d May 1$86
Revis�d September 1992
Revised January 1993
Revised April 1999
Revised Jun� 1999
Revis�d June 2001
�I�Y �F F FtT 1�i0 H
�
r. �
ASSISTAI�T CITY i�ANAGER
APPRQVED:
� �
DIRECTOR, TF�I�SPORTATION AND
PUBLIC WOR�SS
ATTESY:
�
f
t
�
�C_/���"
CITY SEC iARY
(SEAL)
r...-__� _
Contract Auf.ho�i�atian
�'-����0� _
D�te
APPROVED AS TO FORN'I �
LEGALITY:
�ZlolD� � `�
� ��
ASSIS Af�T CITY ATTORiVEY
c��
���BC��Q� �C��G��
G�� �������
. G� �"`����M �''
� - � - ---- - — �
�'�$.�`��1�1'��5� ��l�bl)
�
I.
'�HE STAT� OF TEXAS
CQUNTY aF TARRAN�'
S��V1D NO.: L�'5D0529
�IC1W AIJL �MEN $Y T�4Ea� ��ENT: 'That rx� {1}l�o�r�clio�„
Inc. (2) C�mpsn a�' T�a� herein�ft�r cay�ed T�ci�ai at� (3)
LUMBERMENS MU��AL CA.SIIALTY COIKPANY , g
c�orat�a� arg�nize� �nd e�ra�� �r �te laws of't�� 5tat�e �nd fiti�y a�thv�i�d to t��s�t b�rness it� t�
Stat� of T�c�s, a.� Surcty. ar� h�id and fun�ly ba�and �ta t�e �ity of �'ott Wo�h, a rr►�vipai corp�ratia�t�
a�ani�d a�d ex�sti�ng �ce tk�e laws of th� State of T�xas h�i�af% �ted �, in thd �n�l �u� of:
(1�e F�fiillio�. F'rve Hundeed 'ihousa�d Dvliars �n� P3o �#s
� ��.�i►.o�a.�a �lars m Iaw��1 n��ey af rh� u�nito� s�ates, t�r ��,eid i� Fort wca�, Y�rr�c�x c.ounty,
Texas, �'cx �e pay�nt o�whi�t� sum well a�,d truly � xxnade, w� �€a�y bi� ow�selv�, a�'r l�irs� e�c�cttto�s,
adr�inistrataYs, ar� successca�s, jointty anci �ve��lty, �'un�� {ry �e p�resen#s.
TH� CC?NDi�'[UN QF �'i-IIS [3�T,�CxATION �s st� th�it Wh�are�s, th� �ri�p�l eut�xad inko a
c�rtai� c�s�tr�ct ws`t#t t�e City o,f �� Wortt�, the Ow�r, d�t�d � ��` d�y a� �nt�ml�� , 201D1, a
copy of w�eieh is �ereto a!#a�exi and t��de a p� here�f, far th� ca�u�tian t�f: `
�4�I�d��'�'� i��i'���3.ATI1�I� (���U1��0)
A� '��RI�U� ���."�gi�P�� Yl� T� CY'�' C��' �`U�.'� �►'�i�T�
d�ig�ated ��roaect Numb�- _ �93-4�6�3���33a1 ,��iy vf w�ic�i car�t�aci i� i1er�to
� �tC&��d, Peferred to, aud s� a p�rt he�eof as �ully and to t�e s�me ext�t �s 1� cagies ��B� herein, �uc�
�#P�]i� � O�1I5%.�(3iXUfl ��Il� �18C���OP PC�C[TC(i XQ �5 � `f'W�Oi�y.
�
�
�
II
�
N�}W ��+Ol�, lf th� Pf ttaC7pa1 Sh�ll �V�l�, ii131y Ail� �A��t�Iii�' pEifO�ill� t}!� Wc�C itl �l�CL1��7CC
wit� the �Is�, spe��r�aticxx, and axitra� docua��t duririg the ori�i�na! t�m tk�Cxoa£, and �y exteasions
th�f wh�cb �y !� gr�nt�d by tkt� Qwne�r, arith t�r widaaut �►otice to th� �ure�.y, ait� if ls� g��ll satisfy �ll
c1�ir�ns and c�an� utc��d r,mc�r saCh �on4ract, axd s1zaA fully �i�y a�d sava h��i�s the Ow�'
fram �ll cost� �d �ges whi�h it rr�+y su�t% by rr;asax� of failure ta dd s�, and s1,�ll reimb� au� r�p�y
� vw� a11 cr�$y �d �x�se which ��ar may u�ur in m�king ga�l �ny de���i�, tt� ti�is abligatian
sh�ll �e void; othe�v� to re�ain in iuli farce a�d effect.
P�.OVII�EA �'C(�iHER, t�ac �f any legal a�t�o� be fi�ed up�tt thiis b�ud, v�nue shatl lie i.n Tar�a.nt
Caa�ty, Stat� of'i'e�as.
� ANi� F[�Q'VIDEb �TH�R, t�at tt,� s�id Surety, far v��c x�iv� l�by s4ipa�lates at�d a�
that � chang�„ e,xt�nsian csf ti�s, ait�aaor� ��tion to tl� t�rms of t't� cantr�t � ta t�� w� tQ iyc
g�arit��ci �reund€r or t� spaci�'icationa �ccat�npa�ying the s� shall ii� any vri5a affec! i� abligatat�n on
� thas bv�d, �ud it d� �y w�ive noitice of �y s�ct� ch�g�, aictensian a£ time a'at�ra�i� or �d3itia� ta tb�c
t�cros o� the c�antr�ct ar to �e �k � ta f� spacif'xcaticins.
�
.
<
a
� �:3���B�N�.�ii�W
�
l�
� TN� ST�►1'E d�' `r'��A�
COUNTY D� TAR�,A�N�'
�
�
�
��
Or�e ]��, F�`iv� Hundred T�nussad Do1�u� �d i�ia Cents
�i.��.t� �awful mc��► of th� Unit�d States, W b� p�id im Fort �Va�tk� T�t �y, T�xss, far #�e p�yment of �
� wi�ich sam we�� �d tr�1y b� r�ie, rve binci oue�eive�, auP �ieirs, �xec�tor�, a�nims�eato�s �ci � aai�ti�r and ;
s�.we��i�y: �itrnly by ti�c,�e �resents.
� 'I�iE CON�ITI(3I�1 OF THiS O�I,.ICrATICIN is such �at Wh�s, t�+e P�cipa� entecc�d i�ta a�t� co�mrauct '
wi#h ffre City of �'nn Wart�, the (iwu�r dat�d t� �3�` day of �tr.�i� , Zt��, ���ry of whi�h is heu�eto '
���ed aaxi macf� � p�rt k�£� �b�` t�c �Eia� of `
�
f�
�
�
�
�
p°��1���'Y' �[�N�
BOND NO.: LF5U0529
KNQW' ALL Iv�N BY'i`I�.SES P�SENTS: '�iaL we, (1) �la�r� C� �nc� a
cts�ation of (2j s� Ca�t Caunty, '�'ea�s ` ,�einaftear ca�et� Principal
�d (�� LUMB�RMENS ��T�UPiL CASUALTY CONiPAN'Y � a
cospa�ataos� argani� a�d existin� unc%vr tt� taws af the St�t� and f�y aut�aazXz� to �t busira�ss ir� th�� State of
Texasx a$ S�ty, ar� h�ld � f�rmly� tr� u��o �e ��ry qf �ort wc�, a����[ cc�a�ian o��i�� ��
�asis�ng �mder t�.� laws of f� State of Te�cas, herexn�sfter c�1ed �wriee, a�d �ta �11 p�ou�, Sm�r►s, �d c�atio�s
wha ma�y fwnzsh rt�atc��ls foat, �' g€�(`o�'m �ab�r u�, #he �ruilding or impecsvver�nents herainaf�r referred tt� in the pen�
Suii1 Qf
�����r��i .l��,r���A�.�'��� ��l�nQ�JI�%Q�
AT �.���15 i�Q�C1�T���� �N iC1�E �i'�`� �� �'�RT W'�➢Ia'�
cl�s4�area as �ko�c�t N� Gs93-t►�t�9�05�Z33�U _c�y of wbi� a�tract i� rr�eto a�.�ed,
refesreai ro, and m�de e part he,�of � fu11y a�d t,o the same extent as if ca�ied at �e�gth l�erein, su� �rojcct a�d
co�r�stru�ic�n ln��ng k�crcint►�tcr ���rrr�d w a� thc `�vorics".
NpW, 'iH��,F(3It�, the c��ion of the �bli�atian is se�h that, if t�e P'riu�ipal si��ll ��nPt1}' �oe paym�nt �
to all aiaima�ts as defiued iu T�x�s Government C.c�e �te� 2253, su�ly�g I�tr�r and mat�ls in ti�e prasecuti�c
of the wark provide�l fi� iz� said Ca�.r�ct, tlae� t�vis ob�igati�a sh�ii � nu�l a�d vo��, at�wise �t s�aiEl rcm�in � fuif .
fora� and e�'�ct.
TH�S B�� IS MAD� ANU ENT�RED 'u►tp sotely fo� ti�e pc�t�ctian of al� ofa+mants aupptying labc>r and
�terial in tt�e �ras�ast�an of tf� wox'k provid�d for sn sasd Ca�tract, as clais�ats a� d�fu�ci in said '�ea�a�
Govex�e�t Cosie S�ticxi �.253, and nll � Claxr�t�r►fs s�ll h�v� +� dirCCt regh4 of �iot� �' t�C l�1. AS p�riv�l ��t '
Texas C3twen�umer�t C�ie Sect:i� 2�53. '
� pRQVIIa�D FLTRTHER, that i� at�y 1��1 a4ti� �e fil� u�n ti�is b�d, vc�nue sh� ]i� in �'a�.apt Cotuolty, '
Stat� af Tex�s, arFd �at the said ��s,y, far valu� r�i�ed, �ereby stip�latc$ a�d ags�s th�t �o ahan�o exter�,on of
tim�, altcra�ian oe �.itiv� ta the te�s o€ tlr� ccmtract ar to tiie wc�k to ��`ar�cc� t1��r ar tk�e sgec.i:�a�ai�
� aocat�pa�yi�g tf� �ame si�all in mry wise �ffecE ils o6li�tao�s a� t�is bo�nc% �d !t da,� ��a°et�► waive natioe af �ny such
G�ge, extensia�, nf tune, r�t�rat�n ar additia� to th� terrn� of t� co�act ar tA thc worlc or the sp�ci&r,ati�s_ .
�
�
P�C7VIDEI) FCTRTHER, �t no i"inal settlement fr�wee� t#�e �r aa� F� Cont��ctqr shalf abrid�
1A:l�l�lff3�W�.FRaA
th� �ight vf a�r �neficiary ha�eu� w� cl�m s�a41 be �msa#isfie�.
IN �,���'� ��QF°, "t�Y15 �fi1SIlli�i0�tt l5 Cx�GutC� � � ���, �� � 4f Vvh1C11
� (� C1i-- ���1�E� � ��}%.
St�AI� be d�d �t O�CI�'lflal, t�Li� tITiC � �. �Y
A"rTEST:
E __ -
� (P�c�pa1} �e�y
(s�,�I.��
_�1'
NORTHSTAR C�NSTRUCTI.O�d. INC,
::., Frincip� {4)
,
. � _ a+ �. . .
.. �Y:
� �
(Ad�ss) --
I ,�i
��/./� 1s�. ..
— — � ;� } , .
_ s
��
� /%�� - -
�%��,17�,55 05 i�G .Cll�j'
� . � _ V1GE l��7V`T
(P�mtsd N�itl 3
, 309 BIRCHWODD �
,l��R�'.�� _ _ . ,
FT. WORTH, TEXAS 761.Q8 ,
C�'�l�TA'1'EI2�1� �
LUMBERMENS MIITiTAL CASUALTY CrJMPANY j
_ ���� — — � G
i
�v� -- --�-�, - -.:_, --
{Attaineg� iu�l �Cti (5)
THOMAS Oo WEST _ ,
'.' (pri�eri Attoan�y ix�Fact)
x�a: pare nf Eond n�u.sr r�sar be priar no date aj
Gortt►'�U
(Jr Car�ent Raiae nfCdlPh��
(�j .4 CorpOf'adlon. Q Pu�#�sirfp Or u�
Ixd+vldcca� �r rase �Qy�
�,�� Co�rru'f N�►¢s of Sa�ra4i'
�¢) fr CGnAY�CMt t� A�dhip Ri� f�era
shntrld �ac�ce Lorrcf
.
r
N
Q
TOTAL F' . 85
C��ITRACT�R CO1biPLI�lTCE i�VITH
�ORI�ER'S CU�ViPE1�SATIOI� LAV�
'� Pur�uant to Article 8308-3.23 of Vernon's Annotated Givil Statutes, Contractor, l�Torthstar Construction. Inc.
� eertifies t1�.t it �rovides work�er's compensation insurance coverage for all of its e�playees emplayed on
City of Fart Woz�ih project Concrete Restorat�on fCR�001��0) at Various Locatians in the Citv of Fort
i� Worth project number, GS93�Q20930�32330. �
� _ B�: G'y/,��- Lf �.��
�, �
1f� ��s��r��-
Title
c��ro��� �t. 2�a �
Date
STATE OF TEXAS �
C�U1�TY QF TARRAI�TT �
� BEFORE ME, the undersigned authori�y, an this day personally appeared
� 1���� �t .�� t �h►1�1 � , known to me to be the person
� whose name is subscribed to the faregoing instrument, and acknowledged to me that he �xect�ted the same as
the act and deed of � ' - � �� ` ,. + _:� , fo�
�
�, the purpases and cansiderations therei� e�ressed and in the capacity t�erein s�ated.
�� GIVEN UNDER MY HAND AND S�AL (JF OFFTCE this � t�� day af
, . _ .. ,20 � . . _
� , �Y.� . �'e % — - -�_—�.�,
� .� ��—
�.�.��� F �ONNA L. Sl�li'}� `
� I' z° r ��►r �,����� Natary Public in and for the State of Texa�
u,"�'t STATE OF TEXAi3
9rf s t� My Carrrrr�ssian �irea 12•�r�11 •
� �-�.�.s.+�.�.��;�:,�
� a�,ontractar agrees to provide to the City a certificate showing that it has obta.iz�ed a policy
' J of workers compensation insurance covering each of its ernployees on the projeck in compliance
:� wit�Z state law. No Notice io Proceed will be issued un�1 the Contractar has camplied with this
section.
(b} Contractor agrees to require each and every s�bcontrae�or wha will perForm work on �he
project ta provide to it a certificate from �uch subcontractor stating that ihe subcontractor has a
policy of workers compe�sation insurane� covering each employee ernployed on the project.
Contractor will nvt pernut any subcantractor to perform work an the praject until such certificate
has been acquired. Contractor sha.21 provide a copy of alI such certificates to the City.
C�RT��1��4i� �� IR����eR�C�
�i�R�D��� FO�IVV �Y IN�����
��
.L
�
�... .....
..._....,._._.
� ��{�Ti�ic.��� o� {��u���ics� ' �. • '
�� ALLSiAT� INSU�3AN�F CO�Al��Ni� ❑ A��STAi� IPtD�14AFEl��' Cf�i�4PANY ❑ d���TAT� il�XA.S �L�YD'S�
�HI5 CEHTIFICATE fS ISSUEd AS A MAT7�fi aF IN�'ORMATION OIVLY AND CONFERS NQ RIGWT5 UPON THI� CEATIFICA7E HOLDER. TFiIS CERTIFI•;
' �ATE bOES NOt AMEH�, �Xt�ND OH ALT�R iHE COVERAd� AF�ORb�b BY tH� POLICI�S ��LOW.
� -- ---C�it'fIFlCAiI� HQL��Fi �.— — ..- � ^ -_WA�II�D 1F�SU��[1 -- ;
� Name and Addresa of Party to Whom thls Gerfiflc�te ie Issuad Name and Addre�s of lnsured {
�' � .
CITY OF FC?RT WORZ'�i
' 100D THROCF�uIOR`TON � NORTHSTAR CONSf�UCTION �'INC-
, FiORT WOR�'H, TX 76102 309. BT.RCHWOOD LN
` F�'. WORTH, T�C 76108
�his is to certlly tfiat pollclss of insurance listed below hava been Issued to tft� Insured named abave subleo.t to the explratlon date Indloaled below�
notwithstanding any requlrement, lerm or cnnditlon of any ooMrect oF other dacument with respaci 1a which thls ceriiflcate r'ney ba Issued or ma�
qpertain. The Insuranae alfarded by the pvlicles degcribed hereln la subJect to �II the terms, excluslono, �nd cnnditlans oi auch policle�.
u C - - -- --- --- --- - � iY���FIP���1�16PE6�A1df9�IMiT�.< < .� .— _ .� '
i CO91AEWiER�il�L ��FdE�Ai.1.lA�Il,IT1P poNcy �ffective Expiraiion ^ �
.� Nurttbsr D�te Date 1
�tr�i! i�rnauHt �
� QENERA� A(3�REc�A7E L1M17 i0ifier than Products - Completed Ogerat#ons) i �
� PH()�UCTS - COMP�.ETED OP�RATIONS l�QQH�dAT� LIMIT _ _ _ S �
� PERSONAL ANp IIDV�fi71SINQ iNJURY LIMIT , S - - `
I LACH OCCUHFiENCC LIMIT . S ' �'
��� PNY5ICAL bAMAQE LIMIT -- - I$ _- ANYONE L058 �'
I, g ANY ON� P�R ON �
MEDlCAL �XP�NS� LIMIT _ _ �
WD�Ft�F1�' C�AAP�W�I�i10R1 d� PoNcy Efisctive Expiration �
�AII�L�YERS' LI��I'�I�Y Number Date Date
� Ce�aer��� 6lmlls . � �.
WORK�itS' COFAP�NSATION STATi1TORY - applles only ln Rhe tollowing atatea; � - '�
I 9OUI1.Y INJUHY �Y AGCIQENT � S " �ACH ACG1D�Ni `
{ I EMF'LOYERS' �ODILY INJUAY �Y DISEASE _ S ' EACH EMPLOYEE s
LIA�ILITY
B�U1LY IPiJUF�Y �Y OIS�AS� � $ POLIGY,LIMIT
AUioNio�ll.� dtABIL1iY --- -�'ollcy p 4 8 D 415 0 34 f 2 0 Dafte �4Ve �a �{atlon - �
�� Number 4/ZOt2{}Oi. � �7����,0�, <
C�vara�e �sals �I�it� _ �
� 1tlT0 Q OWNE� AUiOS ❑ HIREU Al1TOS Comblrt�d SFn��I� L Inplt �f LIsb1llt,y _ _+
' BOpILY IMJURY � PROPERiY UAMAli@ I� 1. U O D, p(] O I�CH ACCiDENi
'�I SPECIFIED AUTOS ❑ NON•QWMED AUTdS Spllt Lie�fllly+ Ll�fts �
�edlty IflIu�Y F�o er Qe�� e ��p
❑OWHED PRIVATE PASSENGER AUTOS S P�RSON _ .
C10WNE� A�Ii05 OTFi�R TNAN PR1VRiE PASSEHG�R S �� ACCIOENT 4
�o���y � = �ffeotive _ �xpiratlon ±
i� t7N0���Ll,l� �Id�ILITY Number Dat� Daie � ` ,
L" �ACH pCCUFINENC� I . G�NERA! AQGfl�(iATE I PRODUCTS - C�MPLET�U �PERATIONS AGQREQA7E 't
� �� �S_ �S !
OTHGR (Show - - - ^ Pollcy ^ - Eifective Expl��t}on - -;
� iype of Palicy) T�umber Date Qate �
, �. � . ,
� � -- - - -- - - - - - - - - - - - - -;
� DESG�IPTION OF OP�RA71QN51k.QCATIONSIV�CHICLEBlft@STR�CTIONSISF'�CI�� 1TEM8 ;
�� ''
. d
� f 1 1 � r
� CANC�LtATION ^ ^-- — ^ — — • �a/ � r/ � A ' '•
' Number of deys s►otice � fl � . a�f � '
� Autharlxed ReprB¢enlalve � a ;
: Should eny oi ihe above described polleles be canaelled before the explratlon daie, the Issufng company will endeavar to mafl wlthln the number of '
days entered �bove, written natfce to the certiflce�g haldernamsd �bove. �ut lallur� fo mall auch notice shail impasa no obligatlon or IIabIIHy o� any
,� lcEnd upon 1he company,lls agenls or representsllvea. _ ^ ;
a
�'il� �,����� �������, ��xc�s
����� ��� ��rr�c�� ��r�����rt�o�
� �
�P4T� R�FE�t£�V�� P�lI�M��R L�� �iAh4E �AG4 - -
�f��l'01 -- -----�+'��7��� � ��N�#�T� 1 ofi�
��r°.�Ecr �1+V�RD �� ���l7F�Q�T TO �Vp�THSi,�R �Q��T�U�TI�fV, IiU�. FDi� ��h#�R�T�
F���T��ATI�}IV � �q����� p.T VAf�I�U� L.��ATI��1�
— _ _ __ � �� _ _
� E�0�11�+1 �f+l DAT I OI�:
it �s �ec�mrnen�ed f.��t t�e ���� ����cil a�,tY�ar��e tl�e ��ty f�#a�a�er #a axe�ute a contr��l wilY� h��rfhst�r
�ons#r�.��tior�, fn�. Far �on�r�t� ��s€orak��n {�R�O��-��� �� vaf�c►us Ioc��io�s. in t�� �mount vf
$1,�0�,���.�0 for 1 �� work�n� c�a�+�.
D1��1.���I��V:
E� tE�e �4�O��Q�1 �or�tr�ct �l+lsjor Nl��ntenance Pr�grarr�, v�riou� types of st�e�� mair�t�r�arrr.�
t���ni���;s ar� gro�p�d in#a spac'rfRc conl�a�# par.}ca���. �oncre�� F2�sl�r��ion (�R�00'4-2�� �t +rafii�us
locations provides For ��p��r of concrete par�els in cx�ncrete stre�t� �� spe�ifie� lo��tions fu�de�d fro�n
tt�e �or�tract �treet h+1a�r�tenanc� ��n�.
Ir� the ����-�00� �#reei A+1�lnt�r��n�� 8urig�t, $'�,500.00�.�� wa� se� ���d� for cor��re�e res�ar���ior�.
[d�rt€�star ��ns�ruct��r�, Inc. submi#t�d the ��w �id �n the �mo�r�k �f �1.��8.189.60 far q�antities
inck�d�d ir� th� b��i proposal. +f`hi� contra�t pa�kag�, ���abri�hes uni� prP��� �ar r���cete pav��ent
r���ir. TF�e inter�� �f t�� cor�lr�ct i� to xi�it l�e ��t�f �mour�f a� lh� ��rrtra�t to �'�.���,0��.��. �taf# ha�
�e��l�p� � multi-�r�ar prografn and s�r�r.� bids ca�-ne �n �k a lowe� �han anticipat�d urrit r:ost, s��ff wiil
i�clu�le additior��l str�ets des��n�#ed fa� f��ure progr�m� �a th�s [:o�tr�c� �a��a�e ih�reb� ���iizir�g t€��
bu�ge#ed ��nou�# of fu�ds.
�F�e �oN�wrn� �ist detail� the I��nits far e�ch of th� stre�ts incfud� in th�� pro���t:
�TI��ET
�ROM
T�
Cleart�rook [��ive
��+etman P�r�cw�y
�ranbury ��,t O�f# #�oad
��utt� F-��len �lr��t
Eas# L�r�� Aven�e
1N�gmont ��fcfe �Jorti�
VVk�eatan Ave�ue
1�Uhike ��ttEem�nt Road
84�0 �i�a��oak Drive
I I-�€-3a
H�,lan Ben�l B�ufe�ard
W�st 1l'rckery Boul�v�rd
E�st II�-�5
550[1 We��m�nt ��rc9e IVort#�
54�4 Vlfheata� �v�nue
Fl�xs��d l.ane I�orth
84�9 �l�ari�roo�C �rive
��k �r�v� Ro��f
�ranb��y R�ad
IH-��
A�afldar�er� r���rc�ati trac#t�
�59� V1��cl�rr�or�t �ircl� I��rth
5�9� V1f���ton �v��ue
�h�pel �r�el� BouEe�rard
Thi� �r�ject is lo�caked in ��tJf���L DI��F�I�T� �, 3, 6, 7, and 8.
�'it� �r; f �'�r� �or��h, �'�xus
���a� a�r�� a���i� ����������ia�
�
�.�x� ����€��r��-� �� ���� ��- Lo� ���n� -- �.���
��25l�1'I �='�875� ���1f��TH � � of �
�u�.��s� r AWI�RD �� � T T�� f�TF��TAF� ���1� Tl�hl I F F2 ��N�F��TE
��l RA� N£7 �L1C , N�, �
F2E�T�F2ATION {�R�0�01���� ,4T 1�Ai�l[�US ���ATI{�l�� ,
7h€s �roje�t w�s �c�v�r#�s�d for bid ir� kh� � rc�a� Recotder on Jul�r 19 and �6, �UO� .�r� Augus�
�6, ���'E, th� fa�lowi�� bids w�f� r�c�iv��.
BID��RS
��r�hs.t�r �or�strucki��, Inc.
E� �4. V�filso�, In�.
�RD �ener�l �on�r�cting, Inc.
AMQ�Jh#�
�'� .�6$.'f �9.64
$'I .4�6.�fi�,0�
�'E .54�.4��.��
�1+1lWE�� -�Vo�#hsEar �onst�uc#i�r�, 1r�c, �s ir� c�ompl�ar�c� wkth the �it�`s N�lWBE �rcfinance b� commit#ing
� #� 'kQ°1a M1WBE pa�#ioi�a�io� �r�d d�,��rr�enki�� �oad faif,� effo�k, Nort�st�r� �onst���tion, Ir��, iden#i��d
�ever�] s�brar�tractir�g and ss�pplier a�po�lun�����, I-i�w�ver, �he Nt1V�BE� �;or�ta�te� i� �-i� �r�as
id�nts��er� ��� nol subrrril �k�e �ow�s# bid�. ��� Git�`s ��a1 an thfs �ro�eck F� 1fi°la.
FI��AL CNF��N�ATI�fVl�EFtTIFI�A710f�:
T�e Finar�ce D�r�c�or certif�e� t�st fund� �re avai�able r� the cu�renk ca�it�l bud��t, �� �P�r�Ptia��d, of
the �On�r�Ct �tr�e� i�+l�inte���tce �un�.
�u�mitted �or �Fry l�f�n,��or's
�itice �y:
� ��
origisai��� nepar�uncn� �asi:
iiug� M al unga
Addition�l l�formatioo Canlact:
�� ��
780i
}fugo Malnnga 750�
�r�a � ��:co��rvT c��w�`�� J
��)
— � — � —
� -
�. �
���� —
GS93 �41�Q0 02#}�3�]*��2�
�__�--_ _ � � ,--�—
AMO�:hi'f CE`TY S�C�i�"�A1i'Y
A��Ru�+��
���Y ��l��C�L
��� �� ��
�r'I ,5E}D,�MD.� j�
+.�. l _�r�,���
� ��7 �� W �rth.�r aar�