HomeMy WebLinkAboutContract 28521�
�� �
ROBERT D. GO�DE, P.E.
DIREGTOR OF TRANSPQRTATION
�.A1VD PLT�LIC'�'V�RKS�DEPA.RTMENT
DALE A. FISSELER, P.E.
DIRECTOR OF WATER DEPARTNiENT
�] � ,�, - ��� ��� � . , ,— . �_ , -
. „vf rl� -;� isli
`ilE.-�;)u _�j-<,�r,�j : ��� I,�:Vf) �1�T
THE C�TY �F FORT WORTH, TE�iAS
�QO�
KENNETH BARR GARY W. JACKS01�1
�yp� CYTY I�I.A�TAGER
��" ��Y ���`,:�I�����/ �
c�c�f���- � .,_ � �c�_ . ���
SPECIFIC�TIONS
&
' ����
C41�1TRACT D�CUMENTS ���
FOR ��f�14J0��'� ���6�# �.
���� i�e���� ��������� ��.����G��iB�i�A�
C�'Y t����i�� C��
• --- . �it���kl�� f�id.
TIP'W PROJEGT No. Cll�-O�OiI502�924 y ����o���,
� �.r'E-.a�;.:1�,=1'�.���. , , =�'ti'�,���1� —,
��,,..� - , _
A. DOUGLAS RADEMAKER, P.E.
DIRECTOR OF ENGIi�TEERiNG DEPARTMENT
f-
i
R
Q
Preparec� Uy:
TranS�stems Corparatfon Consultants
�00 West Seventh St., Suite 60Q
Fort Warkh, Texas 76102
�������
I� .��� 'I��� 1�rn,��pw}�' �1 „l(���_','ll'�
,. �s�ii4: ' ��� � ,'i��i„� ,,�,;� ,
�'"q_ i���r`un �� ,
11 �mn• � i, II II�i-/rb-
��.�re�e�
�`��� 0� �F���o
@ *,�P,..• ..-#-,� *io/s
v k � ir O
� .....:...................................:.....�
d PAl1L J. PApILLA �
� .................................�
�..._.:...... . . . �
��;�.. 83698 �<u��
°���� �F�rST�RE��•'����
�, ���;-..--.'- ��aG�
_ �� ,
(JG�/�2 2�.� `L� 'Z
�
C��y �f �`���� ��n�i��, T'e�e��.�{
����� ��� �o�r���� �a�����c�����
�-��T� ... �"��T�ERE�,I�:� ��a,�i�n[_i �r< 1_C�G �vl�ME ���� — —
�1�1t�� �`�`�-'] J50'I 20b�1�T '� 0� �
�l�I���,IE�T AVVP��I� 0� ���V7RA�T T� ��1�T-TE�H ���AV�TI��1 A�1D ��N�TF2��71qIV F�F�
_ 7F�E R�V�R BI_UF� D�T��I�`I�I� PRQ�l��T
F�E�O�v1Ni��DATi�f�: �
1t is ��c��nme�cied kl�a� �he �i#�r �ouncil a�thor��e �he ����r �lanager to exec�t� � c�r��rac# witl7 Dirt-T��l�
Ex��v�tion ar�d �ar�stru�tian �n #h� amou�� �f �180,�98.�7 for 75 �v�rkir�c� days for t�re I�iv�r �lu�
D�t�nti�r� Pr�ject,
�f��i�����N:
pn JuMy 1. 2��'I, h��avy r��ns �a�us�d fla��li�g of h�m�s along River �luff Driv�, �u�seq��r��
�n�estlga#iar� identif�e� an �a��der�iz�d storm dEaE�� syst�n7 th�a w�s ie�ad����t� lo c�n�rol stor�n v�ater
run�ff. Th� rn�s� �o�� �ff�ciive sol�tior� was c�eterrt�inecl �� �� th� ir�sk�ll��io� �f � d�t�n�Eon porid in
�i�yvi�w ��r#c behir�� E�� F�iv�r Sluff I�rive I1�7R1�S- �BS1�C1 Cl�t�IIS h�va b��� incfude� xo �ake #he
d��sntion p�nd �� �menwt�+ ir� Ei�is urrdev�lo�ed p�r�,
�`his pr�j�c� w�� advertised for i��� �n ��tob�r 3� �nd fVoveml�ef �, ,����. �n �ec�mbcr �, ���2, tl�e
f�l��wing bids u��r� r�ce�v��:
���D��2S
BA�E B1D ,�N1�U�l�
A�T�R�IATE BID
Dirt-7�ch Exc�v�laor� � �oi�str�clior�
�rval J-i�ll L��av�iing �o�r�}�a�y
�. �. �art�r �onstru�#iar7
l.�ug���ey 8rid�e �, ��nstr�ctEo€�, 1n�.
.l�y4ca D�vel��rr��ni, In�.
S�t� �oncre[e, Inc,
E�gl�ton ��n�tfiu�tion, In�.
���ll� B�ilders, �h�_
�4U1 �on#r�r,�ors, L.P
Jesk� �onsCr�ction ��mp�i��r
[�1�_ A. �lisior� �or�slruc�i�n �ar�-rp�ny, Ir�c
�� 08, 9 8�.��
�� �6,���.�6
�1�8,47�_A�
�a1 �9,48 � .��
���9.���.��
�14�,1�1,��
�146,012.�3
�� 97,477'.4�
�19�1,��G_7�
�� � 5.04�.��
��6�,'I �0.��
�'1 SD.�98.�7
��25.'I 'I 9 .08
��5�,��5_�0�3
����.989.60
$�55,109,7�
$�5f�,7��_70
��7fi.�0$.80
$�93,�� 9.8�
�3�8.7�2.��
�320,��O.�Q
��� �.��6,�0
Tk�i� �ro�ect is bekng f�rr��d b�r �o�.ar��il 1�istrict 3 und��������d fur�ds t�p #o $���.BD�.OQ. Ir� adQitior� #�
tl�e ��r��tr�3c�ior� �ontr��l, ���,995_00 w�� prev���,siy �s�d for d����n fe�s, �nd any r�ma�G�i�g �maunt
�+�ll �e used 6or �on�#ruc�iar� in�pecli�n {�7,��3.40} a�d �oniinge�rc��s far possible cfi�a�ge orders
���,���,4�}.
The low badder, C�irl-7�c1� �xcav���arr �r�d ��nslru�t�an, is in com�ki�nc� with the �ity`s lv�N���
�rdina�c� b� �ommittRr�g to �4°��, N1l1+l��E p�r�i�ipatlorr. i�re �tt�r`s gv�� or� t��is �raj��t rs 19°lfl,
�I�is pr�jec� �s l�c�l�d Ir� ��IJN�IL 171�TRa�� �.
.�uu�� UUG
�;i7Y' t,�1F �+'CiR� '�V.QiZ�Tid[
'FRAI*�SP�1�T4'�I{��' AN�7 �'CF$X.i;� �+f�+I�it�S 7)�p "�RT1V�i\'� �iF El��fi�Ei:ilV�
�il�F�hTl�IUIV� �tU. �
'Z'fiJ T:�EE Y'�rA�3yI5, �u'�.%.`�`l��`�CAeT�4)�`�` e�T.l�i �O1tii7C�A�`l' ��C[TlYd�s,I�'S I�'C9�
' �.k�BL�.R�'�+'']l��"�'��dx3L4�I�1:i�12�1�l:�T
7('��"�T �R�YIE�'� �'�Fa. C`1 ��A�41�.a���9�4
�F� lk��]�Il�7" :�ATE: �7►�ecmber �, �ElU2
��Li'�: No^ve�t�er �6, 20��
�z'oage�.�iye bic�c9�s �� �i�xel�y u�ti�%d ofth� to]Itsu�: '
1. 1'art I3 - Pi{,C��U�rll, — Th� �t�13�a�ing st�i��te��tt is acided !or c1�'�'iaa#ian. Y C�ntY��o�r i� fo d�te�i:as t�
n�u,bs� of �la� �o oc�3�a �1ts �rnjea�� '�h� s�+�n�►ber a�' days fl��xined �.r� �u ba �rovi��c� fbr bat� �� �ase
Bid �,ti t+�x thcs Tata� ��as� �slns A11 A.lternat�j 8id iter�s.
2, 1'�art �-�'�OFUSf�I. —`Tif.cs S�L�ment'"�i7e $idctCT A�CB�� i�? �e�in Ct�ts*.tldCi',t4]I R*11ti7i�1 t�aldnd�' �ys a�ter
i�Cs lSsuC b� t}]� ]'4'o,C�� Oitit:r, �113c� tU �f�3,�k�+le4c c�pSl�11GCi�tYI'vli�3Yi1�3 '� 7� ��Y�ki1��d tQ °"I%.[7 81����1' ��E�eS #� �C�ia -
GonSfrlt�S�0i3 Z37�711YY � Cb�Biti�a?(' ��.ys �f�C'i i}x� �SdL�9 U,�'�nE wf�� arder, n� tc� camplete �ase .�id co�n�t�►r��io�
w�t1� wp7r�,7r•.� dc��}5 �nc� '�`4t� ($�5r� p�1:s 1�.�t�X'z�afic�) S3� C."pllu�'t3G�47t iwit�l ��rorking rlafys,'°. 1�
��n.i�ion �f � wcrxlcin� d�y i� c��fznec� in ihe i�T'�'C'QG �t�c�-�1 �peeii�catTo,ns:
3, �v�BEfW�T — a�se�;ial Insttuu^�otts �'or �i�iders — M/'4�E Pi�c►Zaat C�tsaf� —�."kt� �'�l�owin� stt�t��Ye12t is added for
�iazifi���ioii� � Ta3¢ P�Ct�fic��B SG1tef}. 7S fUi' t�l� C�I1��Ck� CQastr71Ch0� q� �'I� TCsf3il �Yi4j�C� �ti8� &�.C�. +�11#��'l13tC
i3�d rtems). �`�'he +C[TY r.eseivas tl�a r�g:ht tU �rta�ify i1�e �erc�x�t�gc. �C13� �fi E'C�3'�76 �i� YCIRGV�d �f41Ti tIAO �3'IC�. •�..
�L ) .
a. &pueial Pi��+isic�ns� -- 2. Awarr� a�' Cnn� —�L�:p1�c�, �tatcm�at "Cn��x� v4+i1.� �rc �w�c9ad #,� I�e l.orov�st
�ce�pGus�tva biddc�" rvitl�.'°.'�'k�� cc�ntract wi1! b� �tw�+rt�d iccx tl�e lavva�t resp�i�siv� �SiHder ,�ar 19x� I��sa �id aau% fas
-auy pa�.t attl�u Alcisr�tt� I�id Ttc�ns ��b.Clll� AI� UX 3�4T1.G� which rb.e CI'�'Y chovscs ta inco��r�rt�°'.
S_ Sp��it�! Provisj4ns — 39. T���n��� tn Pri�Kt�, J?rr��ei�ty -- �dd st�tcxne�at "Da�na�e tn pr#�are pra��a�ty
�crsprcav�sa�n#s o�� ��u�,l�c �r4p�rc�r i,� �at t�x� a�sponsib�iity of �e Cc�ntrat#ar,>. .
G. �p�ci�1 �ro'�idfot�s — �+Ton-p��+ `�iesn �o, � — G`�aaxr.ng an�i +C�ru6�s�� — �ic� st�te��:nt � �±�e�s a�n,r� bzush i� 1� �i'
�'1!l'�C'f� SC�f!£�21.� $4 T�{�CiAC�$ �YF5�5�3i�}+ ��BS iFilYSt 77.�1F �f� i�S$1l��ES�. Tl�e caa�so�+�c's aleara.n� c�n incEucte �p to
Z{�' �rattind top ec%;e crf �,oz�d o� t�ie souti� aad ca�t sic��s �s nv�d�d f�r r�cc��s. T�a c�eared arid gnsbb�c� e��t is
!or �.i� �ox�txactc�F'�, cafl��rr�en�e $�d shaTl t� hycizarnuul�:h see�Ied at the Coutir-aciox's ��re+x�se.
, �
' 7� S�e�i�l Pzcr�isionE —���' Itiexs� Na. P� Chang� th� �xst s��ates�cs to "l�.�c C+�i�rr�ctar sba]I cnx�s�sucti �ttd i�stall
i oxte (�) �?rajcct DeSs'1�t1&ti4�. �i�nr►„
• S. All o�Iaas �rr4�riszo��s o�tb.e p1.4���, spe�s�,a�1i�ns t�d� con#rk�i doet�nzcats �r� Ei�a projec� vvhi�l� ar� x�nt �xpxessly
' atn�nded h�rein s�� �.r�raayn ia fi�.1i fbroe �d aff'�ct.
9_ Ari.y �,ecess rvad i�nprov�.a:►ents (raad base, �,tc.) shs�11 be �lac�3 i�y �13e �axs#sacicur �'csr i�ls ca�ev�nicnce a�d sh�il.
, ' be a t�on pay .xterr,. % gu�.ar�I, d�tii� Co�tractt�x rnay 1C�'ve �'ty �u�� i,�r.owenz�nts �t 'L'ke etrd v� the prnject ;Car
�fr�t,�e mt�x#�ans�c�s �cees�, u�I�ss �ix��ted at��crvui8e t�y th� E�i��x,
l��i��ue ta r�tursr a ei���d cop� ni` �Ix<s adde�c'iiun wi� � p��c�oaa� cl�aii �I� gra,auc�s far i�nciez�n� ti�►e biti �n�
� re.spo�siv�, A si�n�c� c:��y nf �i� a�ide�,d� sf�a�i be �laoed ,Ento �xe pxapcasal at tt�� tirne at" �Ici subaa�itt�.l.
� RE�LiJ�`C A.Ci�'SOVi'7 EL"�.�5�;�1;
� r
��: - —w- -.�!
�a�v� £�1��1�s, �.�., X'raj�� 1V�.�aa�er
�3y�
Gt.E1'C41NIJ'I�IIN�etlMRn15�UNAMi� L.Jw:
� 1
'I'A�I,E �F ��l�TT'El�TS
1
2.
3.
4.
5.
6.
7.
8.
9.
1D.
11
12.
c: �-woz�ala�tispe�i�c.��
Part A � No#ice to Bidders
Special Instructions to Bidders
Part B - Proposal
Vender Compliance to State Law
City of Fart Vi�orth Minority/Women B�siness Enterprise
Policy
Special Provisions
Certificate of Insurance
Contractor Complian.ce �it� Warker's Compensation Law
Equipment Schedule
Experience REcord
Part F- Bonds (City of Fort Warth)
0 Performance Bond
0 Payinent Bond
0 Mai.x�.tenance Bond
Part G- Contract (City of Fort Worth}
TC- I
�
�a�� A- l���Ilce �o ���d�rs
I'�!
NOTTCE TO SIDDERS
Sealed proposals for the following:
FOR: River Bluff DetenYian Project
TIPW Praject No. C11�-0�01�5028924
Phase I — Base Bid:
Exca�ation of 16,646 CY for detentia� pnnd and exten�ion flf existing
stnrm dxain: 39 linear feet 42" RCP, headwalI, seediug and sail
retention blanket.
Phase II - Alternate Bid:
Excava4'aian o#' �,363 GY for addition detention pond, 561.2 SF oi
concrete pilot channel, 3820 SF of rock ripra�a, seeding and soil
retention blanket.
Addressed to Mr. Gary W. Jackson, City Manager of the City of Fort Worth, Texas will
be received at the Purchasing Office until 1:30 PM, Thursday, December s, �00� and
then publicly opened and read aloud at 2:00 PM in the Cfluncil Chambers. Plans,
Specifications and Contract Documents for this project may be abtained at the Office of
the Department of Engineering, Municipal Of�ice Building, 1000 Throckmortan Street,
Fort Worth, Texas. One set of documents will be provided to prospective bidders for a
deposit of twenty-fi�e dollars ($25.04}; such deposit will be r�funded if the document is
retumed in good condition within (1�} days ai�er bids are opened. Additianal sets maybe
purchased on a nonrefundable basis #�or twenty-five dol�ars ($25.00} per set. These
docurnents con�ain additional inforn�ation for prosp.ective bidders.
Bid security is required in accordance with the Specia� Instntction ta Bidders.
The Ci#y reserves the right to reject any andlor all bids and waive any and/or a.11
izxegularities. No bid may b�e withdrawn un.tzl the expiration of forty-nine (A�9) days from
the date the M/WBE UTII,TZATION FORM, PRIME CONTRACTOR WAIVER FORM
and/or the GO�D FATTH EFFORT F�RM ("Documentation") as appropriate is received
by the City. The award of contract, if made, will be witlun forty-nine (49) days a$er tbis
docuznentation is received, but in no case will the award be made until the respansibility
of the bidder to whom it is proposed to award the contrac# has been verified.
Bidders are responsible for obtaining all Add�nda to the contract docurnents and
'� acknowiedging receipt of the Addenda by initialing the appropriate spaces on the
, PROPOSAL form. Bids t�at do not acknowledge receipt af all Addenda rnay be rejected
G:1FW02101471Specslt+3TB. ]]OC
!�
as being nanresponsive. Tnformation regarding the s#atus of Addenda may be obtained by
contacting the Department of Engineering at 817-871-'1910.
In accard wath City of Fort Worth Ordinance No. 13471, as amended by Ordinance No.
13781, the City of Fort Wort�i has goals for the participation of Disadvantaged En�ezpnise
in City contracts. A copy of the Ordinance can be abtained from the Office o� the City
Secretary. In addition, the bidder shall submit the MBEIWBE UTILIZATION FORM,
PRIME CONTRAGTOR WAIVER �ORM andlor the GOOD FAITH EFF�RT FORM
{"Documentaiion'� as appropriate. Th� daciunentation mus� be receiv�� no later than
5:00 PM, five (5) City business days after �he bid opening date. The bidder shall o6tain a
receipt from the appropriatc: em�loyee of the managing d�partment to whom delivery was
made. Such receipt shall be evidence that the documentation was received by the City.
Failure to comply shall z'ender the �id nonresponsive.
The Contracting Department for this projeCt is the Departrnent of Engineering.
For additional infonmation concerning this project, please contact Mr. Steve Eubanks, P.E.,
� Project Maz�agex, City of Fort Worth at (817) 871-7857 or TranSystems Cvrp., Paul Padilla,
��
P.E. orMichael Hobbs at ($�7) 339-8950. -
,�
GARY W. J'ACKSON
CITY MANAGER
GLOR7A PEARSON
CITY SECRET,ARY
Robe�rt D. Goode, P.E.
Director, Transportation and Public
Works Department
By
S�eve E. Eubanks, P.E.
Project Manager
,�
Advertising Dates: Oc�ober 31, �00�
C:1FW62101471Specs133TB.DDC
November 7, 200�
�
,
� : ,.
S�eci�.� ��st����io�� to �i�.de�rs
.�
SPI:C��A[.
ffti�'l�ltL��7'�C7,� �1'Q �311.)L��:€tS
E�I [� �[a:�'�'3ty7'�' � t_asl�ier`� Gl�cc�k or ��� accr:ptu'�Ic bE�[1�•r`� l�cand pt����,it «} �Er�: c�stv flr r•��� v�����t�,
an ��� amn�i�i� nt nnt �ess iita�t f k�c {5°ri�} �e[ c�n� pf rhe totik c�f [hc Frid sUhmi��ed must ,�Ec€�m�iany [he
bid, �o7d is su�jcc� lu li�r�c�t ,�� ilEw �vcrrt Il�e sxt�.s;� �si��l E�rcl�lcs� fr�iNs �o �.xccute ��i� cvi�lracl d�ckur�cnts
wr�hin Iciti �] 0� �ays s���cE Ihc ct3nt��r1 ]3a� be�n 3war€Icd.
r� n� ��, :�t�.���;����. �u��y� ��� t��t t,���, (1) �l�c i�am� of i�ti� surct}� atf�ll be inclvcic�3 ceoti tl�c t�.urr�itR l!_5_
Tr��4����}�, [if �?� [�3e �fl[�E]+ k111L5� �1:�1�� C,717iG1G �k14� ���f�}i115 {'r�iEal k{s R�KI ilfki�5 t11e ]inai� nf th� krr,i,d. -Cl��
sureLy i�5sis� bc li�:�nsesJ lu Jt+ busi�icss in �l�c slvlc ul�-l�cx�is_ 7'1tc �nSounC u� �Ix� ��n� sh,3tl uul css:�ed
the arrlounl sirnvn fln �I�r trcasi�ry Ii�4 or �rG3e-Repi�h ( J 1� f1} tlkr �tskiYl £��F11Ir�� �13iI S1L1��LL4
�. 1'AY14��:[�i�', �r�xrc�rx��ta�c���= A��1 I4fA]T+aTF.I�AM1�'E BC1M1��l�: T3�c �titt�essf�l hitl�ler e�tl+:�in�
i�r�s� � cs�k�[racr frFa tawc wc>ik wiai 13� r4c�i�ired st� �ive Rh� �=ity�sk�re��y iMr.� t;urnc���fril Ro �hc� ��ia�uuu� ui'titir
cun�sac! awaa��ier1_ l�a CI7lw {'L}3lRC�IlUE1, ilir :�ucc�:�sli�] biclrlcr s���11 bc LCL�lFlf�4i l{} ��urnisle ;� �crCuernx�i��
bo�d ,�i�rl :� pa}m3en� hnrsri, hr�[h ii� � ssim �r��ipl En lhe amrn�ni of 1hc cn�t7act akWaT��L'f,I. 1 I�2 FfifT11 q3{� �]l�
bc�stci s]t�11 b� �+s 31ei�e�rr �rrok�i�ier.i �ud 1��r sf�r��y sl�:�ll kre �7cr.e�rlFkbl� ��, Gfir City. A1� b�r�cEs furnix3icci
hcreun�c� Sl��l! €nrci thc rcy�iircr�r.itls o� C#taptc� 2�5�, I�47iki5 {iU4'�€7iSi1CF1C C'nde.
In ur�1�r tOE 3 S�kt�l� fQ �?c �CC��l7��il� t[� I�i� C, Ifi�. lfiC 5il���fijr Yrl�iSl � l��eCrj� 3 c:�rR[icdRc OI� 3uthsriaty Iran7
khe �inti�d S�a�es secreta�y o�� �he tres�:�ury tn qaial�lv +�� a wurety s�n irhEtgaiin�s �re�enErs�ci �r teq���reti
utrdeE federa] 1nxv; nr �?] h�v� bl]#BkTke{� f21flSlil'3riC2 fr�r aa�y Ciability iu excess ca! �I�JU,CF�O f���tr �
rcir��urcr [1�;�[ �s �uthori�ud und ��1irv�kcd :�s a reirssurer in 1]t�. �l��e of '1'�x3s an�i �� tlic hnt�cr of a
ce�t�fica1e n�' ��utl�of�ty �i���n �he �.;�ued �iate� secretary of ��e treas�ry to s�t�alify as A surety on
crb���;attor�s �erorut�ed ur rey���r�� ur�der fcderal 1ti�v. �3�is2��toi�y �roof of r�o1y su�.l� ��ansurance s�u]] �Se
pro���ded � �It4 C:ify upan reyucs�_ Thc C'ity, ar� i�s sole cliscrctinn. kvalC c3c�ee���i�e ih� ar�e���ncy ul �ly�
p,'�of rcyu,recl hcr�i��.
`I'it� Ci�y u�ill acs�C}�l 110 SiJI'�klt'S W�fO �IfC l�ti;�L'��2JLh�l UI ��IHI(�U�E1C Otl iltlj� �IililC�S Uf 5}'I1U a�BVC �lli lilCwres[
r� arky 1i�i�a�io�ti agai�st �k�c Coty 5hou�d a�ry surc�y uu �hc ca��tiirac� ��e detereni���sJ unsatisf+�csnfy �t a�t�
tiriir by �t�c �'ity. ��t,ticc will h�e gkven to �I�r ��>Ertr�cktkr tu �i�at e�fi�,� �n{i �iac c�sn�rac�or �it�ll
iaienc�istcly provi�i� u ixxv sure.fiy s�l«�n�lu��y to lk�c C;i�y,
ij' Ihc �nr�tract amr.tiarsl i� fn cxeess uf �?'�.fl�lU. el Ix'rF�Ykllf�n� 1.��+nd slr�ll �sc cxcc:t��ccl, iis #�tr ae�ivuni of !hc
�nn�r�e�l, spi�iy f�rr tltc pr�[cclian ol� s11 cl�trr�ant� supplyin� 3at�or ai�d maie��ials ir� ine }�ra�ecuiion of
�Ere work,
�f fil�e cnnt�;��r :�rnn�nt ks in exces� nf $�[H.}.Q�iO, r� T�erForrnance F�onrl �i�si1 [�e cxe�uted, in she arno�i.�r�
o�` the cc�nra���.i �o��dit�uT�e�i oi� t��e foa�hFiai ��eric�rnta�7ce of tlie worEs in accnrd�nce wi�}� �1�� p3ae�,
5�eciF��a�inn5. sna cnnte�tcE docur�e�ls. �aid �r�n� �hul! s«Icly �� tar iF� proteclion o�' t1�e C'�ty c+f Firrt
1,Vurtls,
lllk contt��is sE�ull re���ire A ma�ntcnan�e band iot �hc amnun� a� riventy-fiv� p�rcen� {�5°ro} of �]«
origir�al cuntrs�s;� amou�i� �a guar�nt�e slt� +�rork foE a�eriud of ��vo (Z} y�ars a f�cr �It� ciatc uf ucc�gtan�r
of [hc prn�ecf frtsn� cltCrct� it� w�ar�[nr�n���i� ar�tiior ntalcri�l.
�_ L1QUiDATED DAMAGFS: T1x� C'o�ltat���sr'� arkentinn is ca]I�t� u� F'ai�� I, U�m 8. p�r�gra�Jti 8,6, e,i`
�hc 44C're�teral Prao��sions" ol'�I�� 5�3nd3rd ��ecir�ptions fur C'c�i�str���i�i� ui'�ksc ���}� orl�4rt Wc�rtiM,
`Cexati, �[kncem���� kiq�ida��d �i;�rrtagcs I'a� �a�e comExl�tjon o� prpj�;�:��:,
d. ,A�i}tiC;t f�'�'V: ] n i�se t�f amh�goily w ka�k o�tle�rrics� in stalt�tg pri��s ir� il�c prapt�sal, t�e ��l'�+
��sea�+�s �]ti� ri�l7� �o ��cC���+ ihe m�st .�rlv,3�tu�ewts; tit�n�Er;�ctirrn Ihere�xf to Ih� City of kr� r��e+:! ihe
peoposdi,
{�.ti�Y{����,f}f-�7�k4��es:slc�b.[.r� ['
L�1�'L�?'4':�7�1�'I�: Ali bst�t�eE� w�ll �r �c�7u���ed ko cu�r�ply }�ikl�, Cily {}r�israanc�: �t�, 7278 :ts ;�anentled
b}' i'�1y C)a�rl�n+��is �ia. 740�] (F�rr� Wr,7rth C;iky Code �u'ec�inn l3-}1�� 1 ti�ratag�� l:�.a�?4} ��r4rl��bn��nE
c�iscristiir�atia�z is� crr�ploytne7�t ptuctt��s,
fi_ V�rA�;]? [�A'1"�?�: Sectioiti �,8 ui� tire �Eottdard �pecifi��i�ons €�ur Ssr�et ��td �turm Draa�i Co�tslruc��a�� �s
del�tcd and repl;�ced with ��t f���lcawiitg:
{a� Tl�e c❑�,�rac�[or sha]I curnp]y +vi�L a�l rtyuirr�x❑�b ol' Chupt�� �258, -I'exr�s �iovcrnr�ic��t �+�rJ�.
��,cf��dii��, th� payrncn� c�f itic�i k�ss tl�ar� �h� Tr��F`•S f�L`Ef.i'ri1JC7Y.i� E4� j��L ClIV {*iFllil�i� Ca� �]lE C1CV iSf Fiifl
1�Vorth �o b� �j�c ��evnilor�g �vagc ra��s itr ��:curc�:��ti�s; witl� C3tapt�r 2�58, '�'exas Cit�vcfnm��tt C'ude.
Su�h prev�ilixs� wa�e Eascs arc inclur�ed Gn th�;s� c�}r�r�ac4 dnrwncnrs,
(b} ilti� cn��v-��inr t;l��il, fae :� �ericefl nf iE�rcc {3} �+cars �i�lJs�win� �I�c cla�e a�F uc�c�f,i:�nic o! il,�:
wc�ak. m�tinlai�r rr:coo�,{� ri�iG1 shuw (i) Rf7�� ak�Gme :Mfsck o�cura[i��� nfe�cl� work�r en���loyed by ihe
c�rnl�r3ctos in [1tc es�nsii��rko� uf tEfr swsrrk pr,�vicle�.{ E'or i�� skr�s c�r��r�c�; �nJ (��} thc s�ltG�l pt r�icm
�vagcs �3�c# R+? es�h �vnr�cer, The�c re�orcEs ��al I he n�cn at ail fc�soitiabEe E�nurs fnE ins�c�.lir�n �y tf��
G���+, '�'}�� provks�c�its 4��ifre speci.il ]�f[1ViS3�11 �11I�i1 "�{i�li1 tf, I`iL1i�Yt" �re�iaarr �c� Ghis iGa;�sectin�i
(c) Tl�e cnr�tr.��lor �Y�al1 �nclu�i� in its �ubccrnira�is s�nrynr �haE� n�l�cnvise rc�uire a11 n� i!s
subctant���ccors tn c�rnply wi�h� p:�r�graphs ��x� ar�� (bj a�ove,
(c�) 1�'dilay eaclt paa�sal �ayrrient �stimn�e vr payfokl period, �vl��chever �� iess, aa� n#f davi# s�o�iayg
t]�a# nc� contr�c�ar has c:�mp1»� w�lh i�r r�quir�m�nls ol' �h�pte� �25$, 7'ex�s i�uvc!rnmcn� C.a�c.
{�� "!"hc cs�rtEr�ctor stsn3l post tl�c pre���lir�g wagr ta�es in r� consgo�uaus }�lacc at tkre s«c oi' �9t�
pro,�ec� a� ali rir��es.
S�cIi��F[� $_9 uf ��r S��qdard �pct�ficuliaRs #af Str�cl nnd 5tc�rm Dr�in C:onr;in.���iu€� is kicrrhy deCrted_
7 R!t'iA�G'iA[. �.�vTA'3�:Mi�N'C: �l c�,rrcnt cr:rtiticd i'u�s�c.ia1 sta��ment mny b� rcquire:sJ by �l�c
E�cpar�i��rnt �,F En�inrcE�,w�: if i�e��ired fnr t�sc� hy rl�� CT-iY f�F FC�RT WC�R'�H in �Ictermrnin}.� Rhr.
succcssfu� i�icCt�cr. �I'IiiS staicmCnt, LC rc{�l�urr,G. is to hc ps'e�a�rcd b}� ssr� ir���p;.�tdei�l ��ub3ic A��:uuuit�r��
l�uldin� F{ v,�lo+i F}em�i� a�s;�ed F�y an a�prn�ria�e Stase I.,icensing A,ger�c�-
�, l:+2S��f�Au�C�: �'Vi�}1111 #t'.fl � I E�} {�A� Q� f�C�l j�� Of f1n[CCe [lf fiSYA�i� Crf fi4FR1771Ci. i�l� C Olkti:lC�O[ 117U51
��rnvide, alr.��E 3��ith cxec�t��' cvn#r�cl c;o�untrnts ��rd -apprupe��tc Is4F�i�s, pr�ks�t' nt' insraeilncc for
1�lark�r's ���irr�sens�tinn ;�r�d {,'�nrnprei�er�sivo C',enerr�l I.�a�� lity {Br�d�iy I�j��ry-�?St?,0{1{a eaci� �ser.s�n,
$SU{},4f}U ench o�.c�rr�ncr; Prop�rry [}arrr��� -�����,�]fl� s�rh ��ccM�ri�ence�, '�'3�t� C'ity reservcs i�c n�ht
kn re�}uest a��y nt�cr ir��etran�c c«vir��es as rr�y U�: feq���rcr� by �sch ins�iv�dunl prn�cct_
9_ �1i7DiT10NAL 1N�;[�L�r�NC'�' T#f:�iJlRi:h�1E�:hfTS:
�. T7i� �isy, ils a�ficers. eni�lny�r� ��d �in+ar�!� shaCl h� t�nrlvrst�€ as a€� r�adi{innal ir�sur�:� or�
C`oqrracla�'s ins�eancc p�lie,�s c�:cepiirfg c�t�}sloy�r's liab�lEly i�r�u���rcc cuwcr��c ur��ic� �o��[rn��c+�s
wuri�ers' cor�p�r�sasior� i���s��rarecc pn�ocy-
f}, CCI'GGCj�r7F�4 C1f Ii�Sli�{111�� S�l'S�j �}C ���lVCICLE i0 Cj1L: �]I� {}�FClfi WOfi�i, cnn[ract aClnlinislr�k�T Ill ihe
ecsp�ctavc �ie��ariment �s SpeEl�ic�� in 1f7c 17i4G do���ments. 1000'Tly���,ckta�c�i�an ����cs, I�ort Wurt�. 'l�J{
7C� I{�2. �Clot in Cc�rn�nencc.r�cnl ul� wc�rk ooti Uie cunlr�icCcd pro�c�l,
t. Rn,y l�aii�irc [tn �N�'C sxt'I�ic Cli}� tv irc��Gr.SI �c`,{N113f2� iliSlSl'�1tk�i: C�i7:;�rr�cr��EGiio�ti shall nut c�nsEi#use a
xv,3ive1 of r�e i[�su[aq�ce requir�ieunt� s�ccifi�d �crcin,
Lf.S��' Y�' I� }iI� 1'� F�J�L'4 Yli'�. � V 1.
d. Ea�l� ansar�,iticc �,o�ecy �3�all be e�rrdursed �o prnvGcie cl�e �'iry a m��ti�r�lurre rltiia�ty days nc�����: o�'
cr�ncel]��iar,. Cf�1Y-CC]I�yY71. Ait[II4}� �I�n��E ���n�c �[� po�iCj� ICI'nLs Or COVCC37g�. A t��3 ijOyS Iti01JCe 5E�Qa�
hc ac�ep�ablc �n �hc e���nt uf' �yoit-payn3e3�R of prcm��ini
c_ lilsurcrs must �e �ut��ari�ecl t�s �lu b�+sufess I� 1�tie St�ic t}f Tc!��s and ���vc � t�n'�nl A_l++I. Ci�s1
rulin�, o1'A; V1] ur �s�uivale�7l R�c:�aku-c: ol� iin�nci,�l skre�t�llY �«c� sr�lv���cy.
f. �C{�IICCk�7j� IIf113k5� Qr sc�f-Furh€�c� Ye1r�1E�Uit �ltlBlltS, c�n eacit 1�alicy n�a}st nc+i exrcc� �IO,OU0.4U per
OCCLiFCL`]1Cl' Llil�i5$ 4�1SC[WI$L' ilF7l7fisVL`l� I��� �i�� C'i�y,
�- �)�rc� I��;in W+]l'�rf''S C011s�r���ryilOJti IT�Surancc. in jiCu a��� IfAtLICIDtlYrI� 1i1511F81]��. �i[y �r�ay er�nsi�Rer
1�a�f�i4iRv� Gi�vefagc nr fi�l� trr��stnu�i! rih�BSt�i�S tiGfCfti��+�ti IT�54Yran�C �n[tjw [�r rE3�€ r�ltnt�Crn �Y[tup5, l��ic
��ti}• rreu�l ;Ip�lrcDv� G�� #vriti�g any �liemat�vr cou����gc.
1�, Work��s' epm�epsa��on iawtirnr��� pr�li�y�r) tove� iawf; e�npinyees em��oy�� on iEic �rc�j�cl sEi�l� L�r
�ndorsed wi�ir � wai�'�r of s��3rnga���in }�rovicEing r�gl�Is of rcc[�veYy i�t f<<vor of G1ye City,
�. �iry shal] n�t be responwibl� �o� the direct payn�etrt of �ns�sr:�ncc �rer��i�,rn cos�a far �.anrractor'�
i�1suF�ns:�.
j. Co��tracaor'e �nsuran�c �rnlic�cs s�nali e:��1z �e �ndorsed fic� },rovid� Rh:�r suc� insurar�ce is }�rims,ry
prnleciis�n ant� ony self�ixE��iled ur Gommercio� �averagc rreuintainc:d by L:iry shall nat bt caECed upan to
�onlrl�sutc tn I��s rc�.€svery.
k_ lo� lltc �oursc of�l�c prrsj�ct, Co�tt�'�cac��sl�oll r�puri, a€� a t�an�ly manucr, Co L'�ty's ufll�:i;��ly
desi��t�t�4i �o�ttr��4 a{�nuuisn:�tnr :sny k«o�an l�ss u��s�xtcrice wlucl� c�uld gi�re a3se to a liability cla�im
nr lawhui� or wltii�:h �:uul� r�sull i�� a3 j]Tfr�}�.fty Gn�S,
C'antra�tc�r{s jiBbiCil�SliBj� tli0� �]c �illl�l�� R� R�iC S�e4ffict� um€suntb a���t��:luanct i'�F�}uired fs�rein,
m. l:p{aT� �E��: rcqM��s� u� C'ity. �s��ylr:���nr si�all pra�v�du cump3�l� cupics oi' �II iosurer�cc �oiicies
re���fk�ec4 hy �hese cnntra�� docurnencs,
G Il. l�T[�i�'R�5lDL,'�']' �3�ll1}L,�S: Y�rsu�nR �o Arti��� fiS] 1 g, T��c�� R�vi��d C'�vik 5tark,��:s, Ils� C=i�y nf Furi
l��o�yh w�ll n[rt ��{'�rcE r3ti�s �nn5fsti to ;� res�ri tesiile�7[ bi�ider ur�less t]te e�nnres3riee�I'� hid i� ln�v�e ��ar�
ihe lo�w�at bid sub��Yiilr.�i i�y � respa�ns�hle 7e�:�s �:sid�n� ?�3ddci by �lie sarr�e aaao�,nt [Irat :� Texas
resic��nS laod�cr wou�d �� reyu�reci t�+ underbid a nonTess�ea�l ��r4rEez #o �fl��a�r� o cr�e�3��r�l��c can�ra�t in
�It� s�a�c uy �vl�ich �he �Gon�eside�i's princi}�s�I plu�.e of' bus�ness �5 Eo��ted,
,.�lo��rc:sicfe�il bid�cr" ixteans n bEd�cr �Vl�nsc prinripa� plf��� o��bus�ricss is not in [1�is s��ir, hoiR exc�uci�s
a c€utitra��oi kvhosc ultiir��[c p�rerii cu�n}���yy or R�ajori�y �tivnef has i's priitcipnl pf:�cc nf bus�€�es5 in tE�is
SROkC-
.�-]�ex�s resiaErn� 17idcler" rr�e�a�s a�Rddcr w�a�� priorc�pal p];�r.r c+f busin��s is �t�� t]us s�a��. �n�! iflcl�Mcic:s a
�n�tr.�wts�r �v�tnsc ��i3t�t� pKren! cor��pany ar [��ajnfpty nn�cr k�ns itr; pn�3ci�.�l p1r��r oC�aa�sin��s ioi Ihis
�1�Ic,
� ltiis pro�isio�r d��es �004 w�s}�ly if I�is �nnrrar� i�tivu�ves fe�l�rs� luiii3s.
The a�rpropre�tr. �l�ra�s nf Ihe Prn�rn�al mus� h� fillcd aut hy all non re�ulcnt bi�lclrr� in r�rd�r fur iEk tiir!
lo �ne2r sEie�ifirat�r�ns, '�'Irc I'�i1�,re �f n r�n�yresider�t cnntractnf lo do so }��i Il o��rarna�ic�l ly di5€�ua��Fy
!liar k��+�d��,
4l. Y' YVL��Uf J 4�4�f }CI. S�i�� Y. i�t }�
� i �� lrrul�I���Y .a1v I� wt���[r:.;� �l�s��rr��..L�v�-i.�itiFi�l �f.���: ia� accs�rd w��E� C'iry n�� Fart Wor1l,
f7rriinsncc �1�}. I G'1�3, ;�s �if�ea�ded� fi�Ee �ITjr OFFL1f'� Vyfi)fi:1 �l�i i�P};YES IC}F ��14� F11'T1CIr}81101] I]f fl11fl4�flT)+
i�li5][I�SS C�tiCF�}ClScs ao{i �vomct� bustnC�s eni�rpi'lses at7 C'ity contr3cts, !1 co�,y nf nc� �rd�n�ncc �:an be
u%tainc�i fro��� tloe ui�lcc �f tlrc Ci�y 5ec�e�afy. Irs �d���t�on, �ku• b��ticr ���ll ss7f�rrsn �i�e Mi�r,+��Fii�
C''I-1LI�Lh`]�1C��] TC:iRTv1, P�Th�F. C�C)N-E'RA��fCll� l��Il11El�. `�R.� �nd?nr tt�e {;C!{]1} ��,'�i'1'k'�
FTr�r�1� rc�rt,� �.�i}o�.um�itt.�t«si�"} ss �}�pt�4�ria�t_ T]i� D���mcn[���[an ruusi he i c�:c�ve41 r�o 12�Etr
Rk�a�� S�1�0 p, rn_, !�v� (5) C'itv t�u�iness t��ys altcr llte bicl up�r�+ra� ilat� T�L FlItldCf ti13:kE� {7�C:Ik11 � ICCCL�i�
Frrm� �l�c a�s�srup� isalc �ro��rlu}'cr. oi il�t enEta���,uti� �ep�rtmcul iu whr�r� c�c�iv�ry k�+as if�ncJt�. �M�4l� r�ee�pt
�h.�l] l7� �vi�34 �i�� []w�l �G�� Fl�cunr�nlali�n was rc�:civr,[3 b}' ��1� �Cil�+, �-all�rr Co �om�ty �hnll �cri[I�Y li�r
ii�l! fs�fit��rc��irns���,
U��ur� rec]uerR. Cn�tr�s:lor �brccs to �Srt�w'i���' rt� nw��er cn�r�l�E* a�tl :�rc��rste oni"��n�a�iuia �c�arciiiw�
actu�rl w�irk }��rfnsn�ed hy �1rno�ity f3usiE��ws �.o�t�r��r�x• �1�+E3�) n�� �I�e ccrnrrari and p,iyn�rns i]tefrli�Yc.
[=ontrac[or lurlhrr a�rr,e; lo ��rrrrri! an .+utlil �ncilar examinsiion a�� att}' bu�s�;s, reccrr{9s �sr �ile4 �ar ��s
poss�ss�ni� that �vil] �uhs�anC�a�c 1�t� a�:RtG:�I wc,rk E,�[f[rrrned hy an fl+fH� antllor WBL '3�h�
m3srepresen[�akto,x +�I� ��ac[s (�Eher �han r+ nc�l3gcni Z�3�Si�e�rreSraGl��is�n) :�r�s�[�r �he comenis5ion t�l� fr�t��i by
tl3c (;onrractor will be �;rCHult�S ��riT #�fil"Il�}71iA�1 of fhc crsntracl a[tLUor in�k�arluii �C�kC�th UriC��r ;lji����}j}Ca2�k2
#e[kerol, Sx�tle CSC IQ�a� la�vs trF ar[��r����Cfs relYi�uti� �« ft��5e �IaleineTl[: ti�rti�cr. an}• �q�� rru5repres�n[atio�Y
{ot��r l�i8il iY C1i�IlgCftit ]1]]Sf��Jfe��nt�klan� an€Ifai c�tnure35StOrY Of �tF�1�4t k}'i Il resuU Gr� the C'or�trr�ctnr
beang deicrnun�d �o b�: �n�cspo�tsibl� �3nd harred f�om �a���a�ralir�r� ire �ily work tor ,� p����od o#' lit�e oF
riui aess tha�x Ihrce {;3� ye�rs
] �. Aw,4�t11 �f' COh'`�'Rl��'T: �ae�tract w�ll bc �wardcd �u ��e �oxves� resptans�vc badder. ihe �Aty
r4��rv�� �t,,: ����3t to r���.ct v�y aotc�'or +�Il hods a�d waawe a�tiy andlor ��I irr�gul3rEti�s, ;�1�> bid r�tay bc
xvi�l�,�r�7wEr un�il shr �x�ira�ion ai" i"or�y�ine (�;lj days fr[attx k13G c�ate Ihe M,`I�LiF C��T�t_�l,�T1C}�]
�'C�Rl�i, I'l21�4i� C'01�'I'RAC'TCiR WAIVFR I'{]RM a�cirur �F�c [�[]C�L� ��Al"1"11 I:frDI�T F�[�M
�"1)�rctu��t�f[atiss�ti"� ��. ap��rn�ri�il� i5 rr��iVr� i}j+ l��� �il�+. TYae aw���� n�cr�Atfacl, i�-n�dr, �vifl l��
witiin f€�tlyninc (��)) dRys �sfks:�� Cllis r�n���r�e�kalicFn in rcer��'crl, bui in n[� ��sc wiil klye #warillae ntndc
until t1�r respor�s�hili�y oit�e b�ddcr Rsr xvl�ont i� is �rc,poscd �o �ward Rh� conrracE hn� hc�n vanlacd_
1�, PAYhi�;�+11': '!'hr: C.�rr�ractof w�ll re�eive ful� paym�ou [mon�,� 5`3'd re���io�u�c 1 frcx�n �he City #'or :��I ws}rk
fo� eac#� F+r+Y �er:nrf, I'a}rrnc�� uf t}i� r�rr�ai�rt3�g t�mn�tnt shrall he m�de wiih th�c t�nuE p�yanerlt, aisc� ��p{�n
oE�c��taii�e uf t1�e p[n�ecl.
I�#. AD�]�1�aA: Si�3de��s �re r�spar�sible fcr� ahs�in�ng a11 scCdereds �o t�rc c�t��t��sct �i�currses��s pri�r rn �he
bid rtcci�i iim� a��d ackn��vl��Cgir�g �Esern at t}ta ti�ne of� h�,i receipt �nFnrma�7crr� �c�ard��tg �h� 5.��r�s of
atldr���� ��n}• b� �btui�xcd by con��ct���g �hc I)eparvnc❑t ot' Lr��tsteering Cvt�stn�c��a}n �}kv;sinn at f�,17i
87 I-741 f�. E�i�s lhoE Ku nui sek.r�uw�e�ge �11 �pplicabCe ad�enr�a rr�y b� re�ccEer! a�� n�Ef��r�;s�r�ns�v�,
15, C'Olw!'f'l�.A�T�R C(]l1'�Pi.IANCL Wl'i-li INDr�KEIt'� C�!►'iPE[VSATlC11Y I.AW;
A, Wnrker� �'omFaa�cariun I�L�ur��rica Coveragc
a, ���:fii�i�aons:
{`rrEa��s of r.u��e�ag� ("ce�litic5�e"j, A ca�+� oFa c�r�i�ics�te nF ii�s�arance, u cer�ific;�ie csf
a�ti}�nrilY Eo s��1-in5�rC iS511�{j �r�+ #�?� cnr�timi��inre, nf a roV�r��r ��;rccl3ler�l (�'VdC�-E� �,
`I�V�C`C'-$7, TVJC'(.'-83, nr'I'Wi'{_'.�4oij, skr�,wi�� s�atutory �vor�er'� cnm�ens�l�nn ins�ran��
�r�veea�� E'�r ll7e petson's nr er�tiry's crr�3r�}�ccs pr�viding setv�ces crt, a pro��ci, For #he
d1iC3tRnn o!� �1�c pfo���f,
�7fi�at�a�n a� t}sc prb��::l-iitcJndcs �Ile t�me �nn� the [teginning rsi� [F,e work nn [hc� prcrje�l un�i1
�h4 crant��ctuo�'sfpersor�'s wnrEc an l��e �ro�e�t h2�s b��it con�ple#ed �n�i a�c`e��#e[i hy tltie
�.4VL`fll1i7L'll[kl� �litl�,
f�}.F1i+U1'Ul�'1LS}ao46kSlb C}OC
Y�rsoits �riaVeClii�� �rVFc�eS uh rIY4 prsl��Ct {45SU�]CS1lkCf3L'9[Ff�� I!1 ��0�}.O4J�S}^L3'kCIkJfI{ti 91� �]f f5U1Li
4�r �nrities �re��i�or�surrg alk or p�rt a� r1;� sen�i�as �he ctm[rac[��r has ursd�rlr�kcoi 10 Pcrlx�rnf car�
ti�e p[n}ecE, reg�rale�w o�� k,�hetk�rr rlr�T per5a�� contrncterl rli�ec�iy wirh filte cn�7tractnr �nd
re�;�adlt;ss ni w��e�hcr �hr�� �erson �as cr��,lny��s. "�"]3�s �n�iu��s, wirhUs�i I�inNUT�on,
IT�€CC�7lf1{jCCI[ L{}]kIf�CIOY$, �u��:c�rs�roc�+�rs, ��d5111� CC1ff1�7J�TlECS. i710tQT C+�fT3L'f�, v���7rr•o�crausr�,
�snp�uyres a� �ny� such e��aty� ar empko���s ar��ity cnkity u��ticiti futtus3ies p�rssx�xs cc� prnaide
srrvicc3 on llte �rojctiR, "�e�viwk5" �n�l��r�e, 4vi�hn�u litni�akion, prOvi�i�i�. hauli���, or
cieliv�nn� r�[�ui43m�n1 or matcrials, ur prr�vi+��i3}; ]�bur, �raosparts�t�o��. �r �oner serv��cs ecl��eti
iu s gro,�cc�, "Se.a'++i�.cs" du�s rroi ir��ludu �ctFva�ics e�trc��tcd to the prt�jec�t, �uch :�s
ft�UiI��1L'L'Ef��C YCP�Q3ffi, o€�iire su�}a�y �l�liv�.rie.s, c�od dcli�cry «f p�,rra�lc �oi�i�ts
b, '1'k7e ca��#r,��14�r fi�nll j�rrevideci �«vcra�;�, b�sc�! uiti }�raper ra�ps�r�ing ui cl�ssittcasoon cusJ�s
,�nd �r�yroll .irnUullln �kf34� f�Ill� s}� alky Cl�vcrage agicem��i[s. �v1�i�ft r�ticrlS [isc sl;�lulC�ry
���u�ren��n�s <xf'tcx�� L�l�u�' C'u�lc. Sectic��� h�}1.3) ] 3(44 ���r p1� c��i1,l+��rccr; al' �h�
cuntracfic�� �,i�o��sd�iy� s�rvi�_eg an iF,� pr�,��ri. Ior il�� �iuraii��t ol'Ik�r projrsl,
c, "I'��r. �'c,ntr��kor n1as1 �rrc�vo�#e s ccrii#i��ta o� r�vcF��;c �t� i�4� �uveriunc�Y�e] cniiRY Rrtiat to
h�in�; awarcict� ll��: c�,nlr��:l,
d. 1 C thc cnvarag� gcr�crd sk�ow�r �n �Ite cor�tr�ctar's eu�ree�s cer�if �aa� o�cnverags ends
d��rEay� ti�� durai iva� �s�t�e �f�j�ct, �he �antr��:��f mti�s�, priar �n the er3d iFf thr �ovea��g�
peri❑d, 1i1� a new ccrtific�te oF cnverage. wi�3� sltic �nveernr�en�al en��ty rk,ow�r,g �ha�
�n�er��c ha� h�:c� extended,
c Titic c�ntr�ctvr s�oll oh!aF�, �rom c�cl� p�fson p�uvidin�, s�ervices ut� rs prc►jrc�, and provide
to ll�z guvcrtuijei�l�� �r�lily'
(�)� c�:rti�c:tEc oF �av�ra�c, }�rio� ko Ik�aE �ersotx beginntixg wnrk nri 4f�� �����,�o��. so �he
�uwers�fn��fEai e�y�aty wikl ha�vc n� ftile cer4ifi�.:�tes ol`ct�v��ag� SE�t+�vin�; cov�r:�g� I'�r
xl1 }�er�an� prux�idang serviecs o�ti t1�r pErx�cc�, and
(�) nn I�ter ihan scve� tlays �f�rr rc�:cip� b}� tJtic �v�titrac��a�, ;� �rcw r4�i�i�ic�i�c {�f coverx�c
si�uwi�xg ex�ensinr� af ��veraM�e, if' Ihe c�veragc peri�r�i :�}saw�� c,n ��tie currcn�
c��t��icnR� €Mt c[�VCrt�gK rli+�s �U3'irf�t tl�e dt�rat�nn of rlre �sfrraec�,
t T1�e �nnrractnr sha�� rc�a�n all rc€�u�red ce��tiftcates aF cnverage fnr �he cioua<<or� aF cl�e
p�ojec� a��d For o�ie year rl�efea�ter
g. Tl�e �:r��tkr�c[ur sltnll �ti�tify Ihe govcanmcn4al enlity in wvri�m� �y ccnitie� R�ail ��r personul
�elivcr}, �vithin ten ( I�l} d�ys a�[ct t1�e co�trrac�ur knew or shuuld have knnxrn. of airy
cii[�ng� 11ta� mat�rialEy affccts �ha provision af�:�vcro[�c of any pers�E� �ro�+��i�ti� seEvices
�xn t3tir projee.t_
h. Z'hc c{anfr.i�:�oE 5�a1] }�t�sl uie r,;�el7�pr[r�c�'I stte � n�aki�e, ir� t��e �ext, fnrm �nd �na�G��r
pres�rib�[11yy tlkr � cxas bVc�Ekcf's Compeus<<tis�ot Cummis��r���, JIl�S]i'L1L11� �lj� �C1'S411S
pr{x��i�ling scr�icrs o�� tlke ����jc�R lir,�I li�cy �rc �e�uired ko lje �ov�red. and nlaii�� I�ow a
persor� n�ay �c�ify covrragc snd r�port I�,cic c�f a�vcrage,
I�
I. 1"Ir� cot�firacl�rr s�al1 �on�ractua�]y rcquiEc each �acr:�o�i wi�lt vrE�atn t� c�ar�rratRs �o prtavicl�
�ervl�cs an � j}rb�e�l, [o;
� 1� i}fOV1�.0 l:S7YC'fil�S:, �?$S�� 0[1 �}fC}��f T��)falrtlfl�; bfl GE;7$$3�lC:Lf14[1 CC}C�LS 4CIC� �}�]rfqRl
�Rno��n�s and iil�n� a!-�sny rtsv�:ea'��� a�ruem�.ns5. ��EtEcl� n7eets phe st�nakory
C.i�3FWU�lU I �:7Ltipr,r.;kcih 17i]{-
rcr�uire�nenCs �)��I��xas �:�bur C[�d�. �ccliu� iloC,[1i 1(�l�) #ar ��I oP��� cr�7�lnyccs
pfCIV1�191� iE'fVlC€i [!11 f��� IJl'i1�CC1, �{}C L�Iti [Ilkf3�1{]C1 U� 9I1C F3fU��4:�;
(2) }�rouide ta the c�ntrs���af. �7fGnr 1r1 Cl�ai �crsan begir�nin� wofk nrt IhC �Yua�:Ct, a
ccrtife�:atc uf �ov�:r�gc sl�uwi�,� �ha� cov��Q�,� ES L7�lri�" �fn4'f{��i� I4r �I� em��ny�es #�
t}fe �iefsOn �rC�vsdEng 5crvices on ih� pro�c�i. �ar iftc dtYrfi�soii UF ifte E]fo�eCt;
�3} Pruvii�e �ks� ro�t�rac�aG, urioa' tn �13P Gitti oi-tl�c �c�k�tfa�r periad. a n��v �.cr�f�'icat� c�f
.:ovc���t $F1fiVi111�+ !",�ICi].Si1JE1 U� C4?V1�f3��. if 41fc �4sk�s���n�� ����inrl �l�rnvn nn 1l�r curreq�
�e�'1i�ic�t� ofc«�'cra�;e e��d� d�r�n� �kit ciurn�ir�n ul��k�c prcil�c�;
(4 } uhtaui f�orr� �:aclt at}orr �ersa}�t wdsl� �v�om �i cnntract:�, �ntl �rravidc la� ll�r �bnira�:tor=
(r�} a cers�iic��e ��� r�Mver��e. pnor t�s ��e oih�r �ersnr� }seginreing wnrk t�e� i5i�
�r[��e�i; and
(�1 � ne�vi cer���ica�r o� ccrvrra�r s3rowir�� exsensrnn nf cnvera�e, �rinr tn �he e�d
or'tlte coverage perqnd, if �hc ct�vcr;�ge p{fEod si�o;vn �n t��e turreiifi �eititi�:at�
��i c�vera�;e cnds cft�rin� rh� +iMir;�Gion �>!-�l�e pm�ect;
(Sj �e�nin al1 rr�}uircd �.ci��ifi��R�s of covexage on GCe �or kl�e du�ati�n of the pra�ec4 and
fur on� yrat Ihet�afte�.
{G} ks�tify �h� �.�v:i7klllt'nla� C[1114j' ][� wii7R� �j+ i:C�'[hI1Ci� f17ll1I U[ �C[SU1i[t7 +�CIlYCt]/, �itlsuti
�cn (1{}} di�ys �E��r 1�3c pr.isra�G kn�w or �l��sulil ]��vc knnwn. of any t�a��c li�u#
m�#arial�y of��r�as �I�c ��ovi�i�u e,f �ovrrugr i,i any pe�st�t� pro�+i�iing servic�s on �li�
prcr�c�l: �nd
(7� cnnrraciu�lly ms{u�rc c�ch �+ersa�n w�lli wlt�+m it con�rr�cts, ts� perform as rcquircrl �ty
�3�k�3�,"fi3�1�S � I�-(lT), wit� fhe certificalcs ofcr�wcragc i�a be prsa�ic�td !u lli� �crso�t for
�v�tc�m ihcy aec pr4ivid3t3� �ri�vices,
�3y sign��g �h�s �cr�ti��c:t or �ruv��i��rg ��� c:��srrig tn be prnvtded a rerti�caRe nF coverage,
the CofYti3CIOT IS f�pfese�lin� #o t13e �overnmental �nt�ty ihsi all Cm�luy�e5 s1{� [he
cor���ctor w��o wsli provi�ie ser+rices on ti�e praject �vol l be cov��ed �y ��rnrke�'s
CO�I�)epSaEiOTI covcr.�gc #(rr #�� �uYiil�aiXo#�iEi�` }�i[F��CI, rfra� ihe covera�;e wi11 be based nir
p�opct rcpt�rtin}; �f �lQssG�catroa� cn�les and p�yrall ams�us�ts, ,�nd ihoi all c�v�ra�c
��re��tlents w�11 ±�e f�lecl wi�E� �hc a�pi�opr��t�: itts4it;x«ce c�rr�cr or. �r� thu c�se ot a sel.f
ins��`ed. +k�i�h �€�t ���tr,,;���o�,�� ni}��;3�t� of sCi�-r,���t�a���:� k�:�„i,�tlun_ j'YaVl�kng �3�SC 4Y
mislc�[�i[s� u�at�1�31i��11 XtiH}� SU�jc.C1 C}ie iOnfid�l�T k0 aG�Rl��tii5t€ativ�, crimor�:��, civia
f3�ik[t�19iS Uf {i[11Cf L'LY11 LCt1ClRS_
k. "F'h� c[rntf+��ln['s ���il��re [o r..om�ly w:[h any ui' �hc�c }�ru�•isa�i�i� ls i� br���lf ��!' wor�lr��l by
ihr cunlx��1[r� dt,�'s �7ot �r.rr�edy Ikae brea�� wilhir� I�z� days aFlcr rr�ei�l [s�� r�oti�4 nf�ar�.orh
F[s��ip l�r �{��vr.fnmc�tla] cituty.
C�, 'i�hc c��ntr�ti�ar s��l! paa� :ti nntic� �rn es�� �Yn�c�i s:tc inirlrnus�g fill �+ctxa�ns pr�vicliii�, wc�+ri�:�:s on llfc
�rc�.�e�t [hat Ehcy art rcy��red ��a b� �crti•��e[l. ��d s�:�ti�g ��[��v a Fi��srrn may veri fy currrnt cover�rg,e �n€i
iepo� fpiiitTe In �t�vscle cnvi:ragc, '11tiis r���ti�r dues r�u1 s�l�sfy ut1�4r jas�stip�ti �+eq���re�r�e�tls irso�rc>sc[l hy
th� 'I-cx�� �Jorker's i�ornpe�s3�inr� �h�t nr nther'icxas V4'nrker's {'om�cn4aiiun i'nntrnissign niEe�, -fhi�
nnrice mxist be �rints� �v�tat a��[ke 3n ;t� least 3{l �oint �n�d a�pe ��id texr ir� �,t lea�t k 9�rntr�� nnm7�l ty�e.
3n€� S�k��I UC ill L�Otil CfI�;Ei�Y� and 5p;�nis� :�nc� an�' ut�er l«ri�;u��,r culner7rtrrt �o tf�� �v�rricer pupt�l�tican,
Tht [cr:t 1or tir� n�atoc�s Sh�ll l�e Ihe �i�llux}�Mr�� tcxt, wi�hnu[ an5r ,�drlitEt��tal w�rrds nr �hongcs=
{'i.k�'l4'i}2U f I�q 71� �iec sueh.!}CFL`
,�3�L•.�ji_11Et]zJ� 1'kr�7l�KF�'ti C'c7h�iPt�.',V�{�Ti�:�� C'[)1�Fi��i[��.,
� l�he ]��� rec�it�r�s that eac�t pe�s��r7 wu� ki�t� ost t�tis �iie ar prnw icjiii� cel����es re�r�accE �n �i,i� cn�tisrn��iir�r�
pf�r���� r��ust h� covere� h}� �vork��" cornpc���aF3rrn insuE:�n�:c_ �1-la�s �n�]�d�:x perso�es prov�diii�, f7�i�liEi.�
o� deEi��e���n� ec}uipmen� or rrr��tea�iols, o� �a�ovrd�a�g ka�ror of r�ar���r[rrta���7n or r��he� ser�+�ce re�;�ied [n ��e
pr��e�t, r��,ard3c�s af thc �dcn���y uf �hcir err�p��ycr or s��tk�s as on emplayc�",
C�IE Ih� T�xa� Wa�TktE's C'amper��a�i�rn C}01'!'11311SSLU3'Y YJi S I�•+�4{�•378� �o r�c�ive ir�fornra<<on nn uie
Ccgal rcyuir�m���l ft,r �:uverag�, so vc��'ifv whckl��r yow e�73ployc[ �ias providerl Ih� reqMji�ed cn��erag4, or
ta r��nr[ ai� imj�ltyy'Cf�S ��1LiLLfC lO �7CU�+lC�L' C{}'�S'[:l�CSi.
!{o-, �lU�l [)l��'R1r1+ylhiA'fl[7�: TI7� Cn11tf�C�Of sjtUaa ilnl �1ScrirrEiil�te ¢g�ansa auy `�efso�ti or �aerspn�
I��uai�sc �>!`�rx, r;�4e, r�lig�cr�r, i:cols�o. uE o�rit��Gal {�ri��u ai�c� slia�l crrsiij�E� �++ith t]t� ptt+�i�i„i�s �l`Ci���
��rrliM�7n4e 7�7�C.:�S anien€€ed by {'i�y Orcli�tance 7�1U�) (Tanri �[rr�Fe {:ily (:ut�� �ccloutL� I �A-� ! �l��tiu�}�
1�A-?��), pr��ltiibiRir��, d�strimsnat�o�� i� eirf��l«��iirs��t� �rsckices.
l7_ ��:�: b1tiCltiM�?V�1'1'l�ll�: I�ti ac�nrc�atice wMtl� Rlre �ralrcy (441'��lic,y„) of fihe Fxec��tive f3ran�1� nf ��e
fc�leTt�k �overnmen[, crsntrocinr c��ven�n�� t�t�i nc:th�r i# n{}r any i}F� e�s nlli�cis, nlcrr36crs, ��,en[s, tar
er��p�o�ees, xv�El er�.��xp,e in �erform�ng tius cnr�tT�ca, sh:�l I, in cnn�er�i�n v���h �ha em�lnyment,
�dvanErrn��� r��� el��char�c ��'emplbyees oe iu tort��eciio�7 wiih ik�e lerrt�s, �nritiitior�s or �+ra++ile�es �f
tlteif e��tployo�e�#. disc�kr�.�r��t� a�,����s� �rerson he�ause of the�r a�c exce�[ nn ik�c ba�is ot' a bt,n�� tid�
c�ccu���onai �uait�i�s���r�. r��arcit�eoy� },lar� or s�;�n�tary reqki�femens,
{'��tr:��tnr F"ur�}Ee�� cuvcnat�ts Kfr:�t �Y�i�i�er �t Er�ar �ts o.[�icea�s, ��itr�7�ers, ogents. or empEov�es. o�� �nrs�i�
ac��ngan #}�eir �ch�lf, s�all spccEFy, in Saliciiuli[�iiS �u BdVcrtlSEr�iC1i�S f�3r C�ri�1�O�+�CS LU WOE� Ur� C�jiS
C'on�ract, a r��ttx�in��n ag� �inu1 fur s�Mc13 cn3�]cFym�n! �tinlcss I�n� �a�ec��ied €naxin3ur�� a�� limi� i� basc�
�pa� a�a�a €ir�c t��:c�r�a#inna] �ualilic:���an, rc[i���t�i�l plaoi ur su�tu�r�ry rcyui�'enien�.
�o�tiir2��ln� 3v�res��kl4 it +�'il] t'�afiy cnm�sly �}'�ti� i�tie Pn�ir;y :�r�d wj11 ��f�atd, �o�limnify ond l�o1d C:ity
harr�lex� a�a�nsr ar�y an�l all clairr� �r 3lle�akCUils assurted by �liirsi paR�Gies �g�t�r�5t Ci4y aris�i�� aut u�
Co�tix��:anr{5 iiI I���4� f�1IUf� R(1 C{'FITk�9�+ WII� Lf3C di}{SYC TC�CI€RL'Cil Pi119�j' L:U13f:CL7313'h�+ B�+C C�iS{;fl]711f38�16R
in ihc �crli�rrnenc.c Crt' iE�is C�UiifralCl
l�k, �1[S�'R��'Il Iti,��'1(]�i 1}l IE 7'Cl D1�AliCl�1'�'Y: Li accord�t�ce wi�3ti 11te pruvis�c,t�s of llte AiGicri�sus
wiRh L?is�hiEiiies Ack ��f I'�9f1 ���A[]r1"), C'nntr:�clnr �varronls thr�l il �ri�l nn� unla�vii�]]y disc��rnin�[e nn
tl7es ha�s� of' �����rili�y �r� ih� pr�v�s�on ut servts;es tn tl�e ��ner+�l �ruhiic, nnr tn sl7e �}�ai I.�i�i I�ty. ��rnts
�o7�lor. con��t�o�s of e�7�loy�m.er�� fnr a�p3ic�n[s fue cn�ipfuymcni wiiC�, {]F i:kL�'fCTl� �ILI�7�O�+L'C5 {]c
Can[CBetOr_ ConlrriCE4i W8Y1'�itlt3 it wi1� fully cnm�iy �viRh �1i]A'S pT[}v15lOTkS an�k a�y Ul�lef a�3�slisa�le
fedc�;�l saaae :s�,{! ]❑��1 I�ws conc�men� dis:��i1i��+ and w�ll d�fe,�d ir��enuufy a�rd Ito�d C'��y trnr�r��css
s�.o�nsl �n}� tl:�n�� ur r��ieg�t�€��s �sseerecE tsy f�ird �nrt�es agains[ C�ly ar�aing au� of Cnn#ra�[or's
al.l�grd f;�i]urc ia contpEy� wi�k� �hc abuvc-refe�enctrl laws c��icerni�ig cfisal�ility discrirr�uatioo i� �F�e
perfor�n:�i�c� o� #his Can#ra�l.
i��. �lNAL 1'A�f'.1�JE1�('1' �►`�L1 ACC�:FTAIYC'�: '3'hc �7r�ject s��al] be dcer€u:�i ac�rpl�d by []tic {:iCy {�f Ft+[i
1�or�h as nf il�� aa#e t6al [J�e fiot�l �u���lti list h�s Lss-�ia �;urttpkct�d, ns e�'i��e4lL`C� �i� �l ti�+9�l�CCi� s5alcti7r,it1
sigiti�el by basl� �1��: cr�n�ractor and ik�c Ci�y, `T�e w�rranty ��rrc�� shali begiu a� o€ �hr da�a aE�a� �hc Fts�wl
punr� list ��►� ]�ccn �:<FiM�lei�cl.
�i :1f•� Wir�l[1 Y �I 7lSpe�:s4s�h. UOS'
���� �+ c�� �r�l�� �,vr��'�
t�l���wn� c,:o�rs-���tr� rjo�
�R�.VnTI_EiVL� WAGL �#A'iG F�?]� ��Jf�C}
��.r�S�fFlC�1T[OlV
Asp��lk F��k�r
As�1��1! �havele{
��l�hi�tg �Eant We�gh��
��rp�nC�� �Ft��gf�j
�oncr�ie Finish��-Pa�+ir�r�
�oncrele Flr�f�l�or �i�?1�er {k�avin9)
��n[:��le Flr��sk7e�•Skruczufes
Fi��y�er
Fi��m �u�i��er-�lr��t�res
�a�m Sette�-�avin� �. �ur�s
FarFi1 �ekt�r-�krUClUi'e5
Lab���er-�ornrr�or,
L�bor[�r-Ulilily
�he�r,��'��c
��rvic��r
��pe Layee
�'i�e L�y�r N���er
A�}�h��t Clisteibular Op�rr�tor
�sphalt I��vtng N1acl�ane Operatar
�on�:r�te �aving �aw
�ra�i�, ��amst�ell, Ba�k#�a�, Do�'rick. br�glin�, �l�ovel (< 1 1�� ��'}
�r�ne, C3srnsF�eEM� B��`I4I3�9F Q�rf€ck, D��gline, �i�avek �� 1 1I� �1��
�ront �nd �oa�e� (� 7�� �Y $, tess�
�ront Cnd L�adef (av�r � i12 �Y�
Nlilllnc� N1a�hm� �per�#�r
�+lixer
Mokof �r�d�r Oper�#�r {F�n� �rade)
hha�or �rad�� �perator
Pavemen# �+1�rEcing �+1a�hir��r
Rolle�, $�eei �Vh�el Plant-Mix i�aver��3nks
Roll�r, ����I �fheel Other Fl��wneel or 7amping
Rr�ll�r, Pne�mati�, �al[-�rop�ll�°d �cr�per
7ravelin� A�lixet
Fte�nfarcing Steel Se�let (1��ulr��}
Tru�lc Draver-�����le Axl� (�ight}
Tru�k Dr��+�r-��r�d�m Axl� �emi-Trailer
Tfu�k DPi�+Cr-L.b4vboyfFl��t
Truck I�r�vc�r-Trarrsil Mlx
Truck Driver•Vti+i�ch
fIC�L�I�.��Y I�AT�
�30.32
$9.75
$�.85
$1 �.G4
�1�.1�
$9,70
�i13,4�
$7.i]0
� 7 3.44
� 1 �J.�S
'�`�_7�
$7_84
��,5�
�+13,?.�
5►1Q,13
$7.35
�r6,75
,�i'1,�5
�11.(�9
$10.�3
$10_VO
�11,5�
$�,J4
�9,�2
�$.{�0
�611.041
��1 �.��
�13,75
"6� 1,OQ
$J,86
'�1�,t�
�8,4�
$1�_00
��.75
$$,OQ
$��.��
$� �.��7
$i 0.63
�9,8�
{ ��lf� W{7Zu[I I d'�V.4preslw i3�.11C1C
�
��
`� �
�' �
':1.
.�
,�
��
��
��
��
��
���
�,�
.�
.�
� �� - �, �,�� �1��.
� �',
�:, , - �,,
, ,, ,
i�i
�
���.d�� C��.pli�r��� t� Sta�� I�a�
�
i�
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Biil 620 relative to the award of contracts to
nonresident bidders, This law provides that, in order to be awarded a contract as low bidder, nonresidenk bidders
(out-of State contractors whose corparate afFices or principal place of business aze outside of tk�e State of Texas)
bid pzojects for consmiction, irziprov�ments, supplies or services in Texas at an amounk Sower than the lowest
Texas resident bidder by the same amoun.t that a Texas resident biddar would be required too underbid a
nonresident bidder in order tv obtain a comparahIe contract in #he State in which tt�e nanresident's principal place
of bnsiness is locateci. The appzapriate blanks in Sectian A naust be filled out by all out-of-State or nonresident
bidders in order for your bid ta meet specifications. The failure of out-of State or nonresident con�ractors to da
so will automatically disqualify that bidder. Resadent bidders must check the box in Section B.
A. Nonresident vendors in (give State), our principal place of business, are zaquired to
be percent lower tlxan resident bzdders by State iaw. A copy of the Statute is attached.
Nonresident vendars in (give State), our principal piace of business, are not
required to underbid resident bidders.
B. Our principal place of business or curpozate of�ces are in the State of Tex.as. [�'
BIDDER:
�
�✓� ��� By: / J Ir��� � �
(�'lease print)
�,��V �L�v-Ge_ � � t,..� � �Signature: � �
�
������.��
City S#a� Zlp
Title: �/ �" � � fG�C.��� �
(PIease print)
THIS FORM MUST BE RETiIRNED WITH YOUR QUOTATI4N,
Cy:1FW4210147lSpecslvend comp.DOC
�_ . . — — PART B - PKOPOSA�, - - - - - -
ti
_ TQ: GARY W. JACKSON FRONf: (Bidder's Name}
CI1"Y MANAGER a�ih�-T2ch �xCuvcr�t:o�c � Ca��,tOn ,
, � � '1' �A� ���RiH� 1 L"Jl�'��7' 1 J�O�% �w.�wii l.�lLC:CY.� 1�['.,C.f.i1t � I n. !�2`t0
(Adc�ress}
�� Fnr: River B1uffAetenfion prajec#
T/PW ProjectNo. Clt5-02Q1150�8924
� �I
� P�rsuant ta the faregoing "Natice ta Sir�ders," tlae undexsigned has thoroughly examiined the plat�s, speci�Zcaiions,
and tlae site, understand.s the amo�nt nf work to be done aad hereby propases to da all tb.e wark and �umish a111abar,
`' � equipment, and materia�s necessary tn fully co�splete th� work as pravided in the Plans and Speci�ications, and
I� sub�eet ta the inspection and approval of ths l]irectar, Department of Engzneering of the City af Fort Wo�ti�,
� Upon acceptance of this propas�l, the bidder is bound to execute a contract and furnish Perform�nce and Payment
�� Bpnd appraved by the Ci�'y of FArt Warth far pe�formit�g and cnmpleting tlte said wark wit�in the time statcd and for
ttte following sums to-wi�:
+
�.iver 8luff D�te�ttion Fro�ect
i�
�
� Sectlon A: Phase I� B�se Bid
�� SI'EC PAY A.�'PROX, AESCRIPTI�N QF TTEMS WITH BID
IT'EM iTEik� QY]ANTiTY PItIC�,S WRTTT��i IN WOitDS
� -
� SP 1, I EA,. �'rajeat Designatian Sign
I TiA.p'-�fw�dnQd���.�h� Aoll�rs & .
No Cents T'er EA.
r
;� 110 2. 1b6415 CY, ilnclassificd Excavation {Comple#� in Place)
F.cve Doliars &
; , - ��.qG�n Cents Per CY.
y � 4�I
44a 3. 29 LF, �2-inc� Class III RCP Storm Drain (CampleCe in
, P�ace)
i ; � �.[c�h.�t!-�.(.ve Doll�s &
I ! ' Na . � Cenis Per �'.
4� 0 4. 1 EA. �2-inch HeadwaltlWingwall {Complete in P1aee)
' ; �,.,�i,� �nivr �Ir,�rG���._Da]lars &
� � �n - Cents Per EA.
� n 452 5. 1 EA. Rernave Existing i�ead�valll'WingwalI
� L II �.i,��e�a�flw�.ed Dnllars &
No Cenis Per EA.
�
�;� dp� �. 20 CY. Txench Excavatinn and Backfill far Stor�n Drain
y i 'T��u �.[v� Doilars &
. No _ Cents Per CY.
.
UNiT TOT,AL
P1tIC� AN�i47UN
� '£ SID �
S 250.�1f1 � , ��0.00
$ S. ?1 $ '�;;�U '
� ��a.a � ��..oa
� �_ g 5', 400.00
�7,�oo.oa � 1,�aa.00
2�.�10 �00.00
$
� $
2.23 7. l 70 �,F. Tempnrary �rosion CQi�trnl FenGe
�� : � _ � Dollaes &
Cents Per LF,
a:�woa�n ���s�s�o l a� p�o�osai.a� B 1-1
�, ? .7S � , . 297. Q�'
� :;`�
.` �.a
i�
,i i'i
�f' � `�
I ?�,
,��✓
i a��
j F�
�.�
�
I��
i� t�
ir
i;
,�
0
itiver I31uff Det�ntion Pro�ect
I rl
4
Sl'EC PAY APPROX. DESCRIPTIDI�i 7F ITEMS WITH IiID
IT�M I7'EM QUANTITY PRICLS WRTTTEN CN WORDS
�
2.23 S. 4655 SY. Erosion Confrnl Hlanleet f�r i or�d Side Slope
Protection .
�v DoIlars ��c
�'�t1p_ Cenis �er SY.
SP 9. 48I0 SY. Hy amuich Seec�ing far Pand Bottom ax�,�l Side
Slapes
z�'�'' Dalkars &
� Cents Per SY.
Seetin�n A: Pliase I-$asc Bid
Total Bid
UNIT TOTAL
FRIC� A1V10UNT
BID
i,
$ ].85 � 8,61�_G6,
� `� .6D $ 2;934.00
� ] OK� 18�.��
�'nte:
The t;i#y ai Fo�t Worth rescrves tixs rigi�f to use ur to dele#� any ar ta�! oi the fal�owing p�y items in Sec#ion B: �hase
II-Alternut� sec#ton.
�ection $: �hase �I - Alternate
SPEC PAY A�PRQX. DESCR.IPTiC3N O� ITEMS WITH $Ip
,TT�,M IT�M Q�UANTZTY 1'k:�E� WRiTT�N IN WORDS
11� I0. 5363 CY, i]nclassi:ied �xcavat�an (Complete in Flaee)
�tive. Dallars &
��.qi�,'�e.en _Cents Per CY.
2..Z3 1�. 446 LF. Ternporary Erosiva� Coc�tresl �'enc�
0�+ nollars s�
' S(?v�ntu-��.v�. Cents Pcr �F.
2.23 12
SP t3
41b 14.
8.15 15
8.15 16.
331.� SY. Erosion C�n�rnI Blanket for I'ond Side ��npe
Protectio�
..Q�. Dollars &
�'�a�{A-��.v�. Cents Per 5Y.
1535 SY. Hydrqmt�lch Seedis�g for Pond Battom �d Side
Sl���s
a Do11�.rs &
� Cents Per 5Y.
143 CY. G" Reinforc�d Concrete far Pilot Chan.nel
{Complste in Flaae)
OrtPs7�til��h�1-"�o'�i�w�ir�'�:r_��vDclllars &
,,, j�, Cents Par CY.
273 CY. Rock Riprap (5tone Corn�m�n� {CQm�lete in
Pla ej
F-cve Dollat�s &
. , .- - . �
�„ _ Cents Pcr C�',.
55 CY. Rack Riprap (Stone �ammon} Fnr Misceilaneot�
�'lacemez�t •
�,�n I)o�lars &
Na Cents Per CY.
♦
Sectio� B: Phase II � Alternafe Tatal �td
G:IFWp210l47i5pecs10147 pro�sosal.dac ]��-�
LJNIT
�'Si.IL`�
g 5.18
'iOTAL
AMO�NT �I�
� 27,780:sBG4
1.7� 780.�
$ �
� r.�� � 6,127.n�
� .60 $ 92�.00
$ 115�00 $ 25,025.nrJ
� 35.0�0 � 4,fi5�.00
� 35.00 � 1,92�.00
�Z2..1?�
,�� — -- — �IIIUltliie_. =` :,r _„a,... �.—..:um,...:d:. \,\d,,4._.._:.,.Y..v. ., _ _...�._. -
S�JI�NIA��' �F �g��
Sectio� A- Phase X-- Base Bid
Section B- Phase II— Alternate
� 10&,1 f�: S� �
� 72,11 �.-�9
To#al $ � &�,���� _
�
i
G:1FWd2141 �F71Specs10147 propasal.doc B 1-3
�..
�iiy �f For� �orth
�inori�� ��d l��r�r�� �u�i���� �nfe�pr���
;� �
P_ .
�
1 � '.
�,���������-��
�a�e 1 of 3
. .. . �0�� F,�ITi� �����i
a .
D�h�-Tech Exca�a�i.an. � Con��ue�.i.ovr. � THURSDAY, DECEMBER 5, 2UO2
Prime Company Plarne � �id �ate
RIV�R BLlJ�F DE7EN7�ON PR�J�CT C1 1 5-0241 9 502892�
Ppoject idame Praject Rlumher
�If you have failsd to secure M1WSE participatian and you have suhcontracting andlor supplier opportur�iti�s or if yaur
M1WBE particlpaiion is less than the City's project goal, yau must compfete ihis #orm.
I� fihe 6idder's me�hod o�' compliance wifih the N�IV��� go�! is bas�d up�n demans��afiion of a
"good faifch efFo�t", the hidder �i+il! Fi�ve �he burden o�' co�eatly a[nd acc�ra�ely preparing ar�d
su�milfiing �he docum�ntation r�qu�red by ihe �ity. Compli�n+ae rwi�i� each i�em, i ih�u B betow,
shail ����s�yy fh+e Go�d �ai�h ��rr'orf requir�emen� �bsent pro�f of f��u�1, in�en�ional andlo�
knvwing mis�epres�n#ation fihe facfis or inienfi��nal d[scrimin�fian by �he bidde�.
Failure to cornpleie this form, in i�s ��Qirefy witt� supporting riocumenia�ion, and ��ceivec9 by 4F�e
ii�lanaging ��partmenf an or be#are a:QQ p.m. fiive (5) City business days after bid opening, exalusive o# bid
opening da#e, wi�t resulf in the bid being considered non-responsive fio bid speaifications.
, � �
1.) Please tlst each anc� every subconfiracting ar�dlor suppller apportunity �DO N�� �IS'i PlAM�S �F
�IRMS) which will b� us�d�i� the c�mpletian of �his praJ�ct, regardless of wheth�r if ➢s ta be prov'rded
. by a f�1W�� or non- Il�IW��. . ..
. (Use addfi�ional sheefs, if n�cessaryj
�
List af: Sul�cont�actint� Oqpor�unities List of: Su�pl�er Opportuni#i�s �
Nov��. R�.cU:--M�.x Cane�r.�.�e
�:.
�.
IL �
� �
y. 4�.
E,:-� �� �
4i t���
�;�
,
�
��
�
C-_
r-.:
T-�
c.
��.�
rJ
�V
�'
S�.ed
�xo�,�an Cov��co.� Ma.�vua,Y�
�a�r.xacadv5
f' . �
� . - A7'TACF�IV9�P�i'IC
�age 2 af 3
�.) �id ynu ahtain a currer�t lis� of MIWB� firms from fhe City's i�Mi�� Of�ice"? ihe �ist is considered in
''' campliance, if ii is not more than 3 mantf�s old from #he da�e of foid opening. �
` Y�s - � Date a� �isfiing 1 I
; f ��o . _
,� . .
3.) �id you so3iait bids fram MIW�� firms, wit�in the subcontracting andlor suppiier areas pre�+iously
(isted,' a� leasti ten calendar days prior 4o bid opening by mail, excEuside of fihe day the bicis are
opened?
�� Yes If yes, aftach N�IIAl�� mail lis4ing Ra include name a� firm and address and a da4ed
,�,�No copy of Eefiter mailed.
�4.) Aid you sc�licit bid�-from fRf�lld9��� fiirms, within the subcontraciing andlor supplier areas �reviously
f tisted, at leas� ten. calendar days prior to bid apening hy ielephone, exclusive� of 4�e d�y the bids are
� � opened?
{ Yes If yes, attach list ta inc�ude n�me o# fYilW�� fiirm, ep rson contacted, .
i �C �o ohone num�er and da#e and iime of cor�t�ct.
�
�
�Q'��. ,� facsimile rriay f�e used �� comply with eifiher 3 ar �, f�ut may rto4 be nsed �or bo�h. I� a iacsimile
is uaeil, ��f�ach �he �:ax �ar��ici�aiion, which is �o proa�de N➢I�.��� name, da�e, tiime, f�x number and
(IOGII!'f'1@li�$I�1� �XB�d. . -
�lOT�: l� a SiC lis# o# �fl]l+i;+�� is ten or less, the bidder must contact the eniire list to be in compliar�ce v�r�th
questions 3 and 4. ���a sic tist of l4�1WB� is more than t�n, the �aidder must �onkac@ at leasi fievo�thirds vi
not less than ten to�b� in �ompliance with questians 3 and 4.
the list but��,,,�� _. _ ;;,...� ,..� �...— ,. ^.
- 5.) f�id you provide pfans and specifiaa��ons to patential iVlNplB�s o� infv�matian regarding #�re lacation of
. plans and spec�fications it� �rder to assist fihe fi�f►WB�s?
f'; �- . v�� .
- �Plo
. �
� �� It' I�MI�� bid� were received and rejected, you must:
�{'I�..is# the i�ll��� firms ancf �he Peason{s) for rejection (i.e., yuatation not commepcially reasanabie,
_ � qualjficatio�s, eic.} ar�d : �
`,,;,_, �:" {7,��4tach affidavit ar�dlor c�ocumentation to suppo�i the reason(s} lis#ed bglowr (i.e.. le'��rs, memo�,
+�� i._ � bids, telephane calls, meetings, e#c.) _
, '�'- E, c�.i � fr�lease use acfdrtinr�al slreets, ff necessar�, and attach.) _ _�
' �'� �;Com�any Fdame 7elephone Contact Person Scope of 1Mork � Reasa� f�r
� � .��� �.�, � . ... ..� . . �ejec#ion
:,. �:�,. .
1 �� „ � �— _ . �— -
' _ "L - .� . . ,.,.e� .�-.—
G_ ._ _ _ _. �_-" "' ., � t, _ �_
1 1 I ' /4pDl`I IOPIAl., IiV�O�iVIAT'IOiV: � -_._.. - . � �
Rev. 8I2198
AYT/�lCbM�N� 'i C
Page 3 of 3
�r
�
:,
�lease pr�ovide additional ir�fo�n�tion you feei will further expfain your� goad and #�onest e�forts to ab#ain
A�llfll�� participation on this praject. -�
U1e w�..�.� be a b.tcr,in�.v�g a. ���.t�.ng o{� fiU�i evr..�•i. �.ied r�c�p}5.2�e�i� .
�'he l�it�c��r �'urr�h�r �gre�� 4o provit�e, dir�e�i{y iv the �ifiy up�n requ��fi, �vmplete and
a��uraf� inf�rr�mat��n �egardin� a�tuai e�+o�� per�'orm�d or� �hi� �coni��c;t, ih� ��ymen�
thei°�v# and �ny propo�ed �hang�� �o fhe �ri�in�i arrran�emen�s �uk�mi��d �ri�h this 6id.
ihe bidd��°. �I�e agr��� �� �li�w an .�udi� �ndl�r exam�n�ti�n of �r�y bo���; �eco�ds and
fle� t�e�d by �heir ��mpan� thafi waill sub�fiantiat� �h� ��fu�l ��eE� per%�med �vn �his
��ntra�i, by an �u�ho�ized o�icer or empinyee �f fhe �i�y.
�ny _�int�nicier�al �ndl�r kno�+ing � �ni�r�pr���n�a�ion �f fa� will b� �r��unds for
germ�n��ing �h� ��n�r�c� �r d+��r�ment frarn City wior� for �- p�ri�d �� n�� i��s fihan fihree
(3� y��r� �nd ��� i�i�i���n� a�4i�r� und�r Fe�ie��l, �tate or ��c�i la�� �on�er�nir�g �I��
�t,�ti�rrn�nfs. laa�y �Failu�e fio �omp�� v�a�th �h�� �rdin�nce and �re��es � r�ai����al �re��h ��
coniraci ma� ��su1� in a d�t��minatiar� �f . ar� irr��pensi�ale offer�or and ��r��d �rom
parf�c����ting in City vvcar� f�r a pe�iod v� iime no� .les� �han or�e (�9) ��ar.
ih� un�er�ign��l �er�if�e� �h�g fhe 7n�ormati�n p��vid�d �nd �fi€ 14��k+V��(�J li�fi�d
� wa�l�v�re ��r������d ir� g��ci f'�itli. It is under��ood ich�� a�y M11i��3.�(.�) li�f�d in
.At���hmenY 7� will b� �o�ttacted and fihe re��ons far n�� ��in� thern �ill b� �+�ri�'i�d by
�h� �iiy' [�1l��� �ff�. . �
` �ic� �
� � �� � �
�au ori�ed �ignature rinted Signaiure
'Pn e�5.� c�st.t �G-�dli°7�� ./�? �
iif{e �"" c�a �an�ac� tdame and 7itle (i�' diifer���
�
� u�
�,�.c�c�-T�g:e.Gc �xcava��cavt �
�����ny 4ilame
�` f�,�.
�'�� ,�'.�d �2�GIid�77 L'dilC��2.
�df�S r,...�
�; w _
x��.e ! rx. �dz�s .
c�ty�s�a��p
Corvs�cue�,i.a�. i 81714�7-041 �
'�elephone Wumber(s)
��1��� ���-�Q7�
�ax Number
Decemb�c 1 ? , 2 D02
�ate
Rev. 612I98
,4
�1
`��
�, �
��
':�
4 ��
!� E
��
�
i-
��
I, 1
��
�. �
� .� ��,���l�n�
������
�
�
�
CITY OF �'ORT WORTH, TEXAS
DEPARTMENT OF ENGINEERING
SPECL�.L PROVISIONB
k'OR: River Bluff Detention Projec#
TlPW Projec# No. C11S-U2011�028924
Pk�ase � — Sase Bid:
Excavafion of 1b,646 CY for detention pond and extension of �xistiag stvtm drain: 39
linear %at 42" RCP, Headwall, seeding and soi] retention blanket.
Phase II -- Alternate Bid:
Excavatian af 5,363 CY (or additianal deten#ion pond, 561� SF oi eoncrete piiot channel,
3820 SF af rock riprap, seeding and soil retention blanket.
1. SCOPE OF WORK: The work for this prvject consists of fumishing all tl�e materials, labor, equipment, taols
and incidentals necessary to construct the following:
Phase I— Base Bid: Excavakion of 16,546 CY %r detenrion pand and extension of existing storm drain: 39
linear feet 42" RCP, headwall, seeding and soil retention blanket.
Phase II - Alternate Bid: Excavation of 5,363 CY for addition detention pand, 5612 SF of concrete pilot
channel, 3820 SF af rock riprap, seeding and soil retentio� blanket.
And a13 other miscellaneous itenns of constr�ction to be performed as outlined in the Plans and Speci�ications
vvhich are necessary to sarisfaetorily complete the work.
2. AWARD OF CONTRACT: Contract may not necessarily be awarded to tt�e lowest bid�der. The City
Engineer shall evaluate and reeommend to the City Council the best bid which is considered to be in the best
inkerest of the City. Gontract wiIl be awarded to the low�st respansive bidder.
3. PRECONSTRLTCTION CONFERENCE: After the contract has been awarded, the General contractor and
representatives of alI the sub contractors shall attend a Pre-Construction Conference. This meeting will
include the review oFthe Contractor's proposeci construction methods, Traffic Control Plan and sehedules in
accordance with Item 8.2 of the General Provisions.
4. RIGHT TO ABANDON: The City resexves tha right to abandon, without obIigation to the Contractoz, any
part of the pzoject ar the entire project at any time before tkAe Contractor begins any construction work
authorized by the City.
5. CONSTRUCTION SPECIFICATIONS: This contract and graject are governed by the two following
published specificatiozas, excepk as modified by these Special Provisions:
STANDARD SPECIFICATIONS �'OR STREET AND STORM DRAIN CONSTRUCTION
CITY OF FORT WORTH
BTANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRLTCTI�N
NORTH CENTRAL TEXAS
A copy of either of these specification;s may be purchased at the Of�ce of the Deparnnent of Engineering,
1Q00 Throckmorton Street, 2"d Floor, Munieipal Building, Fort Worth, Texas 76102. The specificafions
SP-1
G:IFWOZID 14715pecs�spec�rov.dac
applicable ta each pay item are indicated in the call-out for the pay item by the Engineer. IF not shawn, then
appiicable published specificarions in either of these documents may be followed at tb.e discretion oi the
ConErac�or. General Provisions shall be those of the �'ort Worth document rather than Division I of the
Narth Central Texas dacumeni.
6. CONTRACT DOCUMBNTS: Bidders shall not separa#e, detach or remove any portion, segzx�ent or sheet�
fx�om the contract documents at any tizn.e. Failure to bid ar fully execute contract witi�aut retaining contract
documents intact may be grounds for designating bids as "nonresponsive" and rejeet�ng bids or voiding
contract as apprqpriate and as detem�ined by the Director of the Deparhnent of Engineering.
7. DEFECTNE WDRKMANSHIP: The Contractoz shal! be responsible for defects in this project due to faulty
materials and warkmanship, or both, for a period of two (2) years for all constrvctian items, form the date af
the £'znal ac�eptance of this praject by the City Council of the City of Fort Worth and wi31 he required to
replace a his expense any part or all of the project which becomes defective due to these canses.
8. CONSTRUCTION STAKING: Construction stakes fox lin� and grade will be provided by the Ciry as
autlined on page 17, Standard Speci�cations for Construction, City of Fort Warth.
9. TRAFFIC CONTROL: The cantractar sha11 be responsibie for providing, %llowing, and znaintaining a
traffic control plan during the construction of this project consistent with the pro�isions set forth in the
"198fl Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued u,nder the
authority of the "State of Texas Uniform Act Regt�lating Traf#ic on Highways," cndified as Article 6701d
Vemon's Civil Statues, pertinent sections beizzg Section Nas. 2?, 29, 3� and 31.
T�is lraffic control plan shall be su�rr�itted far review and appxaval ta Mr Charles R. Burkett, City Traffic
Engineer @817-871-8774 at least 10 working days prior to the pre-construction conference. Althongh
work will not begin until the traf�c contral plan has been reviewed and approved, the Contractor's
time will begin in aecnrdance with the time frarrae established in the Notice to Contractor.
"I'he Contractor will not remove any regulatory sign, instructional sign, street name sign or ot�er sign which
has been erected by the City. The Contractar shall not instal! any sign on a city post, po1e, or structure
wzthout fust obtaining written perniission from the Engineer. If it is determined that a sign must be remo�ed
to permit required canstruetion, the Conrraetor sha1� cantact fihe Transportation and PubIic Works
Department. Signs and Maricings Division (phone number 871-8107), to zemove the sign. In the case of
regulatory si�ns, the Cantractor must replace the permanent sign with a temporary sign meeting the
r�quirements of #he above referenced manual and such temporary sign nnust be installed priar to tke removal
of the pemianent sign. If the temporary sign is no# installed correc#ty ar if it floes not meet the required
specifications, the permanent sign shall be left in place until the tearn�orary sign requirernents are met. When
constxuction wark is completed to the extent that the pernianent sign can be reinstalled the Contractor shall
again contact the 5igns and Markings Division to reinstall tlze permanent sign and shall leave his temporary
szgm in plaee until snch reinstajlation is co�anpleted.
10. PAI�MENT: 'The Contractor will receive full payme�t froxn the City for all work.
1 l. DELAYS: The Contractor shall receive nu compensation foz delays or hindrances to the work, except when
direct and unavoidable extra cost to tl�e Connactor is caused by the failure of the City to provide in%rmation
or material, if any, which zs to be fumished by the City. When such extra compensation is claimed a written
statement thereof shall be presented hy the Contractor to the Engineer and i� by him found conect shall be
approved and refenred by him to the Council for final approval or disapproval; and the actian thereon by tlae
Council shall be final and 6inding. If delay is caused by specific orders given by tI�e Eng�eers to stop work
or by the performance af e�ctra work or by tYae failure of the City tn pravide material or necessary instructions
for carrying on the work, tl�en such delay will entitle the Contractor to an equivalent extensron of time, his
applicatian for which shall, however, be subject to #he approval of ihe City Council; and �o such extension
5�-2
G;1FWa21014715pecs�pec�rov.doc
of tirrie shall release the Contractar or the surety on his performance bond form all his obligations hezeundez
which shall remain in fi�11 farce uni�l the discharge af the contract.
12. DET�URS, BARRICADES AND WARIVING SIGNS: The Contractor shall prnsecute his wark in such a
rnanner as to create a rninimum of int�rruption to traffc and pedeskrian facilities and to the flow of vehicular
and padestrian traffic within the project area. Contractor shall protect canstruckion as required by En$meer
by providing barricades.
Barricades, warning and deta�xr signs shall conf'nrm to the Standard Specifications "Banriers and Waz�ning
and/or Detaur Signs," Item 524 andlor as shown on the plans.
Construction signing and barricades shaIl conform with "1980 Texas Manual on Uniform Traffic Control
Devices, Val, No. 1."
13. EXAMINA'I'ZON OF SITE: It shall be the responsibility of the prospective bidder to visit the project site
and make such examination and explorations as may be necessary to detezrnine all conditions which may
aff�ct consh-�ction of this project. Particulaz attention should be given to methods of providing ingress and
egress to acijacent private and publie properties, procedwres for protecting existing irnpro^vements and
dispasition of all materials to be remaved. Proper cansideration should he gi�en to these details during the
prepazation of the Proposal and all unusual conditions which may gi�e rise to Fater contingencies shauld be
brought to the attentian of the Owmer prior to the submission of the Proposal.WORK QRDER DELAY: AIl
utilities and right-of-way are expected to be clear and easemenfis andlar permits obtained on this project
vvithin sixty (60) days of advertisement of this project. The wark ozder for subject project will not be issued
un#il all utilities, right-of ways, easements and/or permits are cleared or obtained. The Contractor shall not
hold the City oiFart Woxth xesponsible for any delay in issuing the work order for this Contract.
1�4. ZONING COMPLIANCE/STORAGE OF EQUIPMENT: During the construction af this project, the
Contractor shall comply with present zoni�g requirements of the City of Fart Worth in the use of vacant
propert}r for storage purposes.
15. WATER FOR CONSTRUCTION: Water for canstruction will be fiunished by the Contractor at his own
expense.
16. WASTE MAT�RIAL: All waste material shall hecarne �Ehe property of the Contractar and shall be disposed
of by the Contractoz at lacations approved by the �ngineer. A11 material shall be disposed of in such a
manner as to present a neat appearance and to nat obstruct proper cirainage or ta cause injury to street
improven:�ents or to abutting property.
17. CLEAIV�TP FOR �'INAL ACCEPTANCE:. Final clean�p work shall be done for this pzoject as soon as all
construction has been conr�pleted. No rnore than seven days shall elapse after compietian of consixuction
before the roadway, right of-way, or easeznent is cleaned up to the satisfaction of ihe Engineer. The
Contractor shal� make a fmal cTeanup of all parts of the wark before acceptance by the City of Fort Worth or
its zepres�ntative. This cleanup shall include removal of all objectionable cocks, piecas of asphalt or
conerete and other construction materials, and in general preparing the site of t�ie work in an arderly inanner
and appearance. The City of Fort Wortl�. Department of Engineering shaJ.l give final acceptance of the
completed project wozk.WORKING DAYS: The Contractor agrees to camplete the Contract within the
allotted number of wor�cing days.
18. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless vtherwise
directed by the Engineer.
14. PROTECTION OF EXISTING UTILITIES AND LMPROVEMENTS.: The Contractor shall take adequate
measwres to protect all existing structures, improvements and utilities which �nay be encountered.
5P-3
G;IFW C1210 1 4 715pecsLspec�ro�.doc
Any and all permanent structures such as parking lot surface, fencing and like structures sha11 he replaced at
no cost to the City by material of equal value and quality as that damaged.
The utility lines and canduits shor� on the plans are for infonmation only and are not guaranteed by the City
ar the �ngineer to l�e accurate as to exten#, loeat�on and depth; they are shown an the plans as the best
inforn�ation available at the time of c�esign from the owners of th� utili#ies involved and fram evidences
found on the ground.
20. CONSTRLTCTION SCHEDULE: It shall be the responsibility of the Contractor to furnish tl�.a Canstruction
Engineer, prior to construction, a schedule outlining the anticipated time each phase of construction will
begin and be completed, including sufficient tirne being allowed for cleanup.
21. SAFETY RESTR.ICTIONS - WORK NEAR HIGH VOLTAGE L1NES:
Tt�e following procedures will he fallowed regarding the subject item on this contract:
(a) A waming sign no# less tharz five inches by seven inches, painted yell.ow with black Ietters that are
legible at twelv� feet shalI be placed inside and outside vehicles such as cranes, derricics, power shovels,
drilling rigs, pile dxivexs, 1�oisting equipment or similar apparatus. The warning sign shall read as
follows:
"WARNING—UNLAWFUL TO OPBRATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH
VOLTAGE LINBS."
{b) Equipment that may be operated within ten feet of high voltage Iiues shall have an insulating cage-type
af guard about the booin or arm, except back hoes or dippers and insulator links on the lift �ood
connections.
(c} When necessary to work within six feet of high voltage electric lines, notification sha11 be given the
power carr�any (TU Electric Service Company) which will erect #emporary mechanicaI barriers, de-
� I energize the line ox xaise or 3ower the line. The wark done by the power company shall not be at the
' 1 expense of the City of Fort Worth. Tkie notifying department shall maintain an accurate log of ali such
calls to TU Electric Se�vice Cornpany and s1ialI record action taken in each case.
(d) The contractar is required to make arrangements with the TU Electric Service Company for the
temporary relocation or raising of high voltage lities at the contractar's sole cost and expense.
(e) No person s4�alI work within six feet of a high voltage line without protection having been taken as
outlined in Paragraph (c).
22. CONSTRUCTION TRAFFIC OVER PIPELINES: It is apparent that certain construction vehicles could
exceed the load bearing capacity of th.e pige under shaliflw bury conditions. It wiil be the responsibiliiy of
the Contracior to protect both the nevv line and the e�sting lines from these possibly excessive Ipads. The
Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the sike.
Anv dama�e to the existing or new pipe will be repaired ar replaced by the Contractoz, at the Coniractnr's
expense, to the satisfaction of the City.
In locations where it is not permissible to cross the existin.g or pxaposed pipes without additional protection
the Contractor may elect to provide additioaal protection of the pipes so that more frequent crossings of the
pipes are allowed. It stiil is, however, the respoz►sibiiity of the Contractor to repair any damage to ttse
existing ar proposed lines, if the damage results from any phase of his construction operation.
sr-4
G:1F1W021014715pecsl�pec�rov.doc
23. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agzees to
indemnify, hotd haz�mless and defend the City, and their officers, agents, sez�ants or employees, and/or
owners of the units and lats abutting the units ix► th�is contract from and against any and all claims for
damages or injuries, including death, to any and all persons or properiy, of what�oever kind or character,
whether real or asserted, arisin� out oi or incident to the services relating to the project #o be performed by
said Gontractar, its off'icers, agen�s, servants ar employees, under tl�e terms and canditions of this contract,
whether or not caased hy negligence on the part of tha City, or their officers, agents, servants and employees,
and said contractor does hereby covenant and agree to assume all liability and responsibility of the City for
injuries, claizns or suits foz damages ta any and aIl persons or property, of whatsoev�r kind or character,
occurring during tYie term of this agreement and arising out of or by reason of service, covenants ox
agzeements perfoxxned by said Contractor, its officers, agents, servants or employees. Contractor likewise
covenants agrees to, anri does hereby, indemnify and hold hazmless the City from and against a�ay and all
injuries or damages to property of City during the perforn�uce of any af the tezms and with or resulting from
any and all acts or omissions of the City, their officers, agents, servants or employees, oz caused hy
negligence on the part of the or their offcers, agents, servants employees and/or Owners of the units and lots
abuttzng the units irA khis contract
In the er+ent a written claim for damages against #he Contzactor �emains unsettled at the time all work on the
praject has b�en completed to the satisfaction oi the Director for the Department of Engineering, as evidence
by a fuial inspection, final payment ta the Contractor shali not be recommended by #he D�zector for ttie
Department of Engineering for a period of 30 days after #t�e date of such �naI inspection, unless the
Cantractor shall submit written evidence satisfactory to the Director that the claim has besn settled and a
release has been obtained from the claimant involr+ed.
Although the claim concemed remains unsettled as of the expiration oi the above 30 day period, the
Contractor may 6e deezned to be entitled to a semiimal payment far work campleted, suc� semifinal payment
to be in an arno�nt equal to the total dallar amount then due less the dollar value of any written claizx�s
pending against the Contxactor arising aut of the performance of such work, and suc� senniiinal payment rnay
tl3en be recornmended by the Dixectar.
The Director shall not recornmend final payment to a contractor against whorn such a claim for daxnages is
outstanding for a periad of si�c months following the date of the aceeptance for the work performed unless
the Cantractar submits evidence in writing satisfactory to the Diractor that:
a. The claun has been settled and a release kas been obtained from the claimant involvad, or
b. Goad iaith efforts have been rnade to settle outstanding claims, ant� such good faith efforts have
failed. If condition (a) abova is met at any tirne within the six months pexiod, the Director sha�l
recommend tl�at the fmal payment io the Contractar is made.
If condirion (b) abo�e is met at any time within the six month pariod, the Directar shalI recommend that the
fmal payzn,ent to the Contractor be made. At the expiration of the six month period, the Directar may
recornmend that final payment be made if all othez wozk has been performed and all other obligation af tlus
Gontractor ha�e been nrxet to ttie satisfactinn of the Director.
The Director may, if he deems it appropriate, reiuse tn accept bids on other Depart�ment nf Engineering
contract work from a contractor against whom a claim foz damage is onts4anding as a result of work
perfarmed under a City contract or under a developer-let contract far City of Fort Worth street and/nr storm
drainage facilities.
24. TEST BORINGS: It shall be the responsibility of the bidder to nnake subsurface investigations as he cieems
neeessary to determine the nature of matarial to be excavated. This item shall be considered as subssdiary to
the other items of the contrack
s�-5
G:1F W02101471Specslspec�ray.doc
25. QUALITY CONTROL 'I'ESTING:
(a) The contractar shall furnisn, at its own expense, certifications by a private laboratory for aU materials
proposed to be used on the project, including a mix design for any asphaltic andlor Porrland cement
concrete to be used and gradation analysis %r sand and crushed stone to be used alo�g with the name of
the pit frorn which the material was taken. The contractor shall provide manufacturer's certifications for
a1S manufachued iterns to be used in the project and will bear any expense related #hezeto.
{h) Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior ta
the placing of concrete using the same aggregate, cement and mortar which are to be used later in the
concrete. The contractoz shall provide a certified copy of the test results to th.e City.
(c) Quality cant�ol testing of in place rnaterial on this praject will be perfarmed by the City at its own
expense. Any retesting required as a result of failure of the material to meet project specifications will
be at the expense of the contractor and will be billed at cammercial rates as determined by the City. The
faiIure of the City to make any tests of materials shall in na way r�lieve the cnntractor af its
responsibility to furnish materials and ec�uipment conforming to the requirements of the contract.
(d} Not less than 24 hor�rs notice shall be provided to the Gity by the contractor far operations requiring
testing. The contxactoz shall provide access and trench safety system {if required) for the site to be
tested and any work effart involved is deemed to be zncluded in the unit price for the itern being tested.
(e) The contractor shall provide a capy of the trip ticket far each load af iill material delivered to the job
site. The ticket shall specify the name of fihe pit supplysng the fill material.
26. SANITARY FACiLiTIES FOR WORKMEN: The Contractor shall provide all necessary sanitary
conveniences foz t�ae use of worl�nen at the project site. Specific attentiom is directed ta this requirement.
27. 5LJB5iDIARY �VORK: Any and all woxk specifically governed by documentary requirements for the projeci
such as conditions imposec3 by the Plans, the General Cantract Documents ar these Special Contract
Docurnents, in vwhich na speci�ed item %r bid has been provided 'ut the PropasaI, shall be considered as a
subsidiary item of work, the cost of which shall �e inicluded in tbe price in ttze Propflsal for each bid i#em.
Surface restoration, cleanup and zelocation of mailboxes are general items of work which fali in the category
of subsidiary work.
28. LEG.AL RELATIONS AND RESPONSiBILITIES TO THE PUBI,IC: The Contractor's particular attenrion
is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public° of tlae Stamdard
Specifications.
29, RIGHT TO AUDIT:
(a) Contractor agrees that the City shall, until the expization of three (3) years af�er final payment under this
contract have access to and the right ta examine and photocopy any directly pertinent books, dociunents,
papers and records of the contractor involving tzansactions relating to this contract. CQntractor agrees
that the City shall have access during normal warking hours to aIl necessary cantractor faeilities and
shall be provided adequate and apprapriate wark space in arder to conduct audits in compliance rvith the
proviszans of this section. The City shall give contractor reasonable advance notice of intended audits.
(h) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the
subcontractor agrees that the City shall, under th� expiration of three (3) years after fmal payment under
the subcontract, have access to and the right to examine and photocopy any direcily pertirient books,
documents, papers and records of such su6contractor invoIving transactions to the subcontract and
further, tl�at City shall have access during normal working haurs to all subcontractor facilities and shall
be provided adequate an� appropriate vaork space in order to conduct audits in compliance with the
5P-6
G:1F W02101471Specslspec_prnv.doc
pzovisions of this article together with suhsectinn (� ) hereof City shall give subcontractor reasonable
advance notice of intended audits.
(c} Contractor and subcontractor agree to photo copy such docurnents as may be rec�uested by the City. The
City agrees to reimburse contractor for the cost of copies as follows:
50 copies and under $0.10 per page.
More than 50 copies $0.&5 for first page plus $0.15 for each page thereafter.
30. iNCREASE OR DECREASE IN QUANTITIES: The quantities shown in tbe Proposal are approximate. It is
the Contractor's sole responsibility to verify all tk�e xninor pay item quantities prior to snbmitting a bid.
When the quantity of the work to be done or matez�ials ko be furnished under any majoz pay item of the
Contract is more than 125% of the yuantity stated in the Contract, whether stated by Owner ar by Contractoz,
then either party to the Contract, upan d�mand, shall be entitled to negotiaie fnr revised consideration on the
portion of work above 125% of the quantity stated in the Contract.
When the quantity of the work to be done or materials to be fumished under any major pay item of tkie
Contract is less than 75°/4 of the quantity stated in t�e Contract, whether stated by Owner or by Contractor,
then either party to the Cantract, ugon demand, sha11 be entitled ta negotiate for revised considera#ion on the
portion of work below 75% of the quantity stated in the Contract. This paragraph sliali not apply in the event
Ovvzier de3etes a pay item in its entirety from this Contract.
A znajor pay ifiem is defined as any individual bid item included in the proposal that has a tota! cost equal to
or greater than five (5°/4) percent of the original conkract.
A minor pay item is defined as any individual bid item included iu the praposal that has a total cost less than
five (S%) percent of the original contract.
In the event �wner and Contractor are unable to agree on a negot�ated price, Owner and Contractor agree
that the consideraYion will be t�e acival field cost of the work pius fif�een (15%) percent as described herein
below, agreed upon iut writing by the Contractar amd Dire�ctor, Department of Engineeri�r�g and approved by
the City Council after said work is campleted, subject to ail other condi�ions of the Confiract. As used, herein,
field cost of the wazk rvill include the cast of all warl�en, foremen, time keepers, rnechanics and laborers;
all materials, supplies, trueks, equipment rental for such tixz�e a� actually used on such work only, plus ail
power, fuel, lubncants, water an� similax operating e7cpenses; and a ratable portion of premiwns on
perforrnance and payment bonds, public liability, Workers Gompensation and a31 other insurance required by
law or by azdinance. The Directar, Department of Engineering will direct tbe fom� �n which the accounts of
actual iield cost will be kept and will recommend in wsiting the method of doing #he work and the type and
kirad of equigment to be used, but such work will be perforrned by the Contractor as an independent
Contractor and no# as an agent nr employee of the City. Th� �ifteen (15°/a) percent of the actual field cost to
be paid to the Contractor shalL caver and compensate him for profrt, overhead, general supervision and field
office expense, and all other elements of cost and expense not embraced within the ac#uaI field cos# as herein
specifi�d. Upon request, the Contractar shall provide the Director, Depaztnnent of Engineering access to al�
accounts, bills and vouchers relating t�iereto.
31. WAGE RATES: The Iabor classificatinn and minimum wage rates set forth herein have been predetern�ined
by tk�e City Cauncil of the Gity of Fort Worth, Texas, in accordance with statutory requiresnenks, as being
prer+aiiing elassi Fications and rates that shall govem on alI work performed by the Contractor or any sub-
Contractor on the site of the project covered by these Contract Dacuments. In no event sha11 less than the
followzng rates of wages be paid. (Attached at the end of this section)
5�-7
G:1F W 0 210 1 4 715pecslspec�rov.doc
32. COORDINATION WITH FORT WORTH WATER DEPARTMENT:. If during the construction of this
project, it becomes necessary ta deactivate, for a period of time, existing lanes, the Contractor shall be
required to coordinate with tYie Water Department at ($17} 871-8250, to deternune the best times for
deactivat�ing and activating those lines.
33. E�UAL EMPLOYMENT PROVISIONS: The Contractor shall comply with City Ordinanee Num�er 727&
as aznended by Giry Ordina�nce Number 74D0 {Fort Worth City Code Sections 13-A-21 throngh 13-A-29)
prohibiting disczimination in employnnent practices.
The Contractor shall post the required notice to that effect on the Project site, and, at his request, will be
provided assis#ance by the City of Fort Worth's Ec�ual E�nplo}+rnent Officer wl�o will refer any qualified
applicant he may have on �ile in his affice to the Cantractor. Appropriate notices may be acquired frQrn the
Equal Employment Officer.
3�4. DISPOSAL OF 5POTT,/FILL MATERIAL: Prior to the disposing of any spoillfill material, the contractor
shall advise the Director of the DeparEzx�ent oi Engineering acting as the City of Fort Worth's Flood Plain
Administratar ("Aciministratar"), of the location of all sites where the cantractor intends to dispose of such
material. Contractor shall not dispase af such material until the proposed sites have heen deternuned by the
Administratar to meet the requirements of tk►e F1oad Piain Ordinamc� of the City of Fort Worth (Ordinance
No. 1OQ56}. All disposal sites must be approved by the Acinvnistrator to ensure the filling is not occurring
within a flood plain without a permit. A flood plain pem�it can be issued upon approval of necessazy
engineering studies. No fiil permit is required if disposal si#es are not in a flood plain. Appraval of the
eontractors disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not
in a known flood plain or by a Flood Plain fill �ermit authorizing fill within the flood plain. Any expenses
associated with abtaining the fill permit, nscluding any necessary engineering studies, shall be at tha
contractors expense. In the event that the contractor disposes of spoillfill materials at a site �+ithout a fill
permit or a letter from the admii�istzator approving the disposal site, upon no�cation by the Di�rector of
Engineering, contractor shall remove the spoi�l�ill r�terial at its expense and dispose of such materials in
accordance witla the Ordinance af the City and this section.
35. INGRESS AND EGR.ESS/OBSTRUCTIONOF ACCESS TO DRIVES:, The Contractor shall provide
ingress and �gress to the property being crossed by this construction and adjacent pzoperty wl�en
eonstruction is not in progress and at night. Drives shall he Ieft accessible at night, on wee�ends and during
holidays, The Contractor shall canduct his activities to rn;r,im»e obstruction o#' aecess to drives and
property during the progress of construction. Notification shall be made to an owner prior to his driveway
being removed and/or rebuilt.
36. TEMPORARY EROSTON. SEDIMENT AND WAT�R POLLUTION CONTROL.
a. DESCRIPTION: This item shall consist af temparary sail erosion, sediment and water pollution control
measures deemed necessary by the Engineer for the duza#ion of tt�e can.tract. These controi measuzes
shall at no tirne be used as a substitute for the permanent cantro] measures unless otherwise directed by
the �ngineer az�d they sha�l not include measures taken by the CONTRACTOR to control conditions
created by this conshuction operations. The temporary measure shall include dikes, darns, berms,
sediment basins, fiber mats, jut netting, temporary seeding, siraw mulch, asghalt mulch, plastic li�ners,
rubble liners, baled-hay retards, diked, slope drains and other devices.
b. CONSTRUCTION REOUiREMENTS,: The Engineer has the a�tharity to define erodible earkt� and the
authority to limit the surface area of erodible-earth material exposed hy excavatian, borro�v and to direct
the CONTRACTOR ta provide temporary poliutian control measures to prevent contarnination of
adjacent streams, ott►er water courses, lakes, ponds or other areas of water impoundment. Such work
may involve the construe#ion of temporary berms, c3ikes, dams, sedzment basins, slope drains and use of
temporary mulches, mats, seeding ar other contro� devices or methods directed by the Engineer as
aecessary to control soil erosion. Temporary polIution contzok measures shall be used to prevent oz
5p-8
G:1F WQ2101471specslspec�arov.doc
correct erasron that may develop during construction prior to installatian of permanent pollution contzol
features, but are not associated with permanent contr�l features on the project.
The Engineer will limit the area af preparing the zight-of way, clearing and gruhbing, excavation and
borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the fuush
grading, rfnulching, seeding and othar such p�rmanent pollution cantrol measures current in accordanee
with the accepted schedule. Should seasonal conditions make such limitatians unrea�istic, temporary soil
erosion contzol xneasures shall be per%rmed as directed by the Engineer.
The contractoz shall also conform ta the foliowing practices and contrals. All labar, toals, equipment
and incidentals ta compiete the work will not be paid far directly, but shall 6e considered as s�bsidiary
work to the various items included in the coniract.
Waste or disposal areas and construction roads shall be loca#ed and constructed in a rnanner
tbat wilI zninimiz� tha amount bf sediment �n#esing streams.
When work areas or material sources are Iocated in or adjacent to live s�reams, such areas shall
be separated from the stream by a dilce oz othez barriex to keep secii�ent from entezi.�g a
flowing stream. Care shall be taken during the construction and removal of such barriers to
znin.irr�ize the muddying of a stream.
All waterways shall be cleared as soon as practicable oi falsework, piling, debris or other
obstructions placed during construciion aperations tha# are not part of the fmished work.
The CONTRACTOR sI�all talee sufficient precautions to prevent pollution of streams, lakes and
reservoirs with fuels, oils, bituments, calciurn chloride ar ather harntiful materiais. He shall
conduct and schedu2e his operations so as to avoid or mini�nize siltation of stzeams, lakes and
reservoirs and to avoid interference with rnovemeni of migratory iish.
MEASUREMENT AND PAYMENT: All work, matezials and equipment necessary to provide
temporary erosion control shall be considered subsidiar� io the contract and not extra pay will be given
for t�is work.
37. CONTRACTOR COMPLIANCE WTTH WORKER'S COMPENSATION LAW:
Workers Coznpensation Insurance Caveraga
A. Definitions:
1. CertificatiQn of cpverage ("certificate"). A copy of a certificate of insurance, a certificate af
authoriiy to self-insure issued by the camsr�ission, ar a covexa,ge agzeement (TWCC-S l, TWCG82,
TWCC-$3, ar TWCC-84}, showing statutory Workers' compensation insurance coverage for the
person's or entity's employees providing se�rvices on a pzoject, for the duration af the project.
2. Duration of the project - in.cludes the time from itie beginning of th� work on the pzoject until the
contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons praviding services on th� groject ("subcontractar" in §4t}{.096)- inctudes all persans az
entiries perfornzing all or part of the serviees the contractor has undertaken to perform on the
project, regardless of whether tha# person confiracted directly with the contractor and regardless of
whether that person has erz;ployees. This includes, without lirr�tation, independent contractors,
subcontractors, leasing companies, motor carriers, owner operators, emp�oyees of any sach entity,
oz employees of any entity which furnishes persons to pzovid� sezvices on tbe project. "Services"
include, without limitation, providing, haulin�, or deli�ering equipment or materials, or providing
SP-9
G:1F W421014713pecslspec�ray.doc
labor, tzansportation, or other services zelated to a projeck. "Services" does not include activities
unrelated to the project, such as foodlbeverage vendors, of�ce supply deliveries, and delivery oF
portable toilets.
B. '1'he Con�actor shall provide coverage, based on proper reporting of classification cades and payrali
amounts and fili��g of any covera�e ag��eernents, which meets the statutory requirements of Texas Lahor
Gode, Section 401.011{44) or ail employess aithe Contractar providing services on the project, for the
duration of the project.
G. The Contractor x�nusk pravide a certi�cate of coverage to the governmental entity prior to being awarded
the contract.
D. I#' the coverage period shown on the contractar's cuzrent certi�cate of coverage ends during the duration
of the project, the eontractnr must, prior to the end of the coverage period, frle a new cartificate of
coverage with the govemmental entity showing tt►at coverage has been exiended.
E. The Contractor shall obtain fram each person providing services on a project, an.d provide the
governmental entity:
1. A certi�eate of cav�rage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage %z all persons providing services
on the project; and
2, Na later than seven days after receipt by the contraetor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on th� current certificate oi covarage ends
� during the duration afthe project.
F. The conh�actor shall retain all required certificates of coverage for the duration of the pxoject and for one
year thereafte�.
G. The coniractor shall notify the govexnmentaI entity in writing by certifiec� mail or personal deli�ery,
within ten (IO} days after the contractor knew nr should hae� known„ of any chamge that materially
affects the provision of coverage of any persqn providing services on the pro�ect.
?� H. '1'he contractor shall post on each project sitC a notiCe, in the text, fprm and manner prescribed by the
� Texas Worker's Compensation Commission, infornuug alI persons prov�idiug services on the project that
they are reQuired to be covered, and stating how a person rnay verify coverage and report lack of
! j coverage.
I. The contractor shall contcactually require each person with whom it cont�acts to pravide services on a
project, to:
�- � 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing
af any covexage agreemants, wIvch meets the skatutory requirements of Texas Labor Code, Sec#ion
;� 401.011(44) for all of its employees providing services on the project, for the duration of the
, proj ect;
Provide to the Contractar, prior to that person heginning work on the project, a certificate of
coverage showing that coverage is being provided for all emfployees af the person providing
services on the project, for the duration of the project;
3. Provic€e the Contractor, prior to the end of the coverage period, a new eertificate of coverage
showing extension of coverage, if the cov�rage period shown on the current certi�cate of coverage
ends during the duration of the project;
sP-1Q
G:1F"Wtl21014715pecslspec�rov. doc
G. O�tain from each other person vvith whom it contr'acts, and pravide to the Contractor:
a.) A certifcate af coverage, prior to the ather person heginu�ing work on t�ie project; and
b.} A�3ew certificate of coverage showing extension of caverage, prior [o the end of tl�e cvverage
periad, if the coverage peiiad shawn on the current certificate of coverage ends duru��; the
duration of the project.
5. Retain. alI required certificates of coverage on file foz the duration of the project and for nne year
thereafter.
�. Noti£y the governmental entity in writing by c�rtified rnail or personal delivery, within ten (10} days
after the person knew or shauld have known, of any change that materially affects the provision of
coverage of any persan providing services on the projeet; and
7. Contractuaily requize each person with whorn it contracts, to pez%�-m as required by paragraphs (l)-
(7), with the certiiicates of coverage ta ba provided to the person for whom they are providing
services.
8. By signing this contract or providing or causiu�g to be provided a certi�cate of coverage, ti�e
contractor is represent�ng to the governmental enrity that all employees of the contractor wha v�ill
grovide serviees on #he projec# will be covezed hy worker's cornpensation coverage for the duration
of the project, thac the coverage will be based on propex repozking of classification codes and
payroll � amounts, and that all coverage agreements will be filed with the ap�ropriate insurance
carrier or, in the case af a self-insured, with the commission's Division af Self-Insurance
Regulation. Providing false or misleading information may subject the contractar to administrative,
criminal, civik pez�alties or other civil actions.
9. The contractor's failure to comply with any of these provisions is a breaeh of contract by the
cantractor which entitles the govemmental enkity ta declare the contract �oid if the contractor does
not reme�y the breach within ten days after receipt of notice af breach from the governmental
entity.
,1. The contractoz shall post a notice on eaeh project site informing all persons praviding services on the
project that they are required to be covered, and stating how a person znay veriiy current coverage and
repart failure to provide coverage. This notice does not satisfy other posting requirements iraposed by
the Texas Warker's Compensation Act or other Texas Worker's Compensation Commissian rules. This
notice must ba printed with a title in at least 30 point bold type and text in at least 19 Qoin# normal type,
and shall be in hotl� �nglish and Spanish and any other language common to the worker population.
The text far the notices shall be the %llowing text, without any additional words or changes:
"REQUIRED WORKER'S C�MPENSATION COV�RAGE
� The lavw requires that each person wazlcing on this site or praviding se�rvices zelated to this construction
I� project rnust be covered by vvorkers' compensation in.surance_ This includes persons providzrag, hauling,
or delivering equipment or n�aterials, or providing labar or transportation or other service reIated to the
project, regardless of the identity of their emplayer or status as an empIoyee."
Call the Texas Worker's Compensation Commission at (512)440-3789 to recei�ve
information on the legal requ�rement for coverage, to verify whether your empIoyer l�s
provided the xequizad caverage, or to repart an emplayer's failure ko pro�ide coverage".
. .�
sp-11
G:1FW U2�01471Specsl5pec�rov.dpc
38. MINORITY AND WOMEN BUSINESS ENTE.RPRISES: In accard with City of Fart Worth Ordinance No.
1 I923, as amended, the City of Fort Worth has goals for the participation af �x�inozi#y business enterprises
and t�omen business enterprises ir� City eontracts. A copy af the Ordinance can be obtained fr�na khe affice
of tlae City Secretary. In addition, the bidder shall submit the MBE/WBE UTILIZATION FORM, PRIME
CONTRACTOR WAIVBR FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as
appropriate. The Documentation must be received no later than 5:40 p.zxi., five (5) City business days after
the bid apening date. The hidder shaSl obtain a receipt from the appropriate employee of the managing
department to wham delivery was made. Such receipt shall be evidence that the Documantation was
received by the City, Failure to corriply shall render the bid non-responsive.
ilpon request, Contractor agrees ta provide to owner complete and accurate information regarding actual
worlc pezformed by Minority Business Enterpzise (WBE) on the contract anci payment therefore. Contractor
fizrther agrees to penr�it au audit and/or examinarion of an.y boaics, zecords or files in its possession that will
substantiate the actual work perforxned by an MBE and/or WBE. The misrepresantation af facts (other than
a negligent misrepresentation) and/ar the coz�nrnission af fraud by the Contractor will ba grounds for
termination of the cantract and/or initiation action undez appropriate federal, state or locai laws or
ardinances relating to ialse stateznent; further, any such rnisrepresentatian (ather than a negligent
misrepresentation) and/or conunission of fraud will result zn the Contractor being detezmined to be
irresponsible and barred from participation in City vvork for a period of time of not less than three {3) years.
39. DAMAGE TO PRTVATE PROPERTY: The Coniractor shall immediate3y repau or replace any damage to
private property, including but not limited to fences, walls, pavement and water and sewer services, at no
cost to the Owner. This shall be subsidiary to the contract and not a sepazate pay item.
40. MISCELLANEOUS PLACEMENT OF MATERIAL:. Material has been allocated under various bid items
in the Proposal to establish unit prices far miscellaneous placement of materiaL These materials sh.all be
used only when directed by the Engineer, depending on field conc3itions. Payment for miscellaneous
placement of material will be made for only that amount of material used, measured io the nearest one-tent�
uuit. �ayment for miscel�aneous placezn.ent of material shall be in accordance with the General Contract
Documents regardless of the actual amount used for the project.
41. CRUSHED LiMESTONE BACKFILL_ Where specified on the pla�s or directed by the Engineer, Crushed
L'unestone shall b� used for irench bac�ll on this project. 'I'he material shall cozafo� to Public Works
Standard Specifications for Stze�t and Storm Drain Construction Division 2 Ttern 208.2 - Materials and
Division 2 Item 2�8.3 - Materia�s Souzces. Trench backfill and cornpaction shall meet the requirerrienis of
�2-2 Excavation and Backfi�l, Cons�uction Specificatioris, General Contract Documents.
Payment for crushed limeskone backfill in place shail be made at the unit price bid in the Proposal multiplied
by ihe quantity of material used measured �ir� accordance with E2-2.16 Measuremeat of Backfill Materials,
Cnnstruc�ion Specifications, aund General Contract Documents.
42. 2:27 CONCRETE: Transportation and Puhlic Works Department typical sectians for Pavernent and Trench
Repair for Utiiity Cuts Figures 1 through 5 refer to using 2:27 Conerete as base repair. 8ttace this call-aut
includes the word "concrete", the consistent interpretation of the TransportaYion and Public Warks
Department is that this ratio s�ecifies two (2) sacks af cement per cubic yard of concrete.
43. M�CHANICS AND MA'�ERIALMEN'S LIEN; The Contractar shall be required to execute a release of
mechanics ar�d inaterial men's liens upon receipk of payment.
44. SUBSTITUTIONS: The specifcations for rriaterials set out the minimum standard of quality, which the City
believes necessary to procuze a satisfactory project. No substiturions will be permitted until the Contractor
has received writte❑ permission of the ��gineer to rnake a suhstitution for the material, which has been
specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material,
pzoduct, or piece of equipment bearing the name so used is fiunished, it will be approvable, as the particular
5P-12
G:1FW021D 1471Specslspec�rov.dnc
trade name was used for the purpose af estab1ishing a standard of qualiry acceptable to t�e City. If a product
of any other name is proposed far use, the Engineer's approval thereaf must be obtained before the
Contractor proeures the propased substitute. Where the term "or equai", ox `br appro�ed eyual" is not used
in the specifications, this does not necessarily exclude alternative items or material oz equipment x+hich may
accomplish the intended purpase. However, the Gontractor shall have the full responsibility of proving that
the proposed substitution is, in fact, equal, and the Etigineez', as the representative oi the City, shall be the
sole judge of the acceptability of substitutions. The provisions of this sub-sectivn as related ta
"substiturions" shall be applicable to all sections of these specifications.
45. PR�TECTION OF TREES. PLANTS AND SOIL: All properiy along and adjacent to the Contractors'
operations inciuding lawns, yards, shrubs, irees, etc., shall be preserved or restored after comgletian of the
work, to a condition equal to or better than eacisted prior to start af work.
Any tre�s or oYher landscape features scarred or damaged by the Contzactor's operations sbail be restored or
replaced at tkze Contractar's expe�ase. Trimming or p�runing to facilitate the work will be pernaitted only by
experienced workmen in an approved nnanner {No tr'unming or prurung without the praperty o�zers'
consent). Pruned l�nbs of l" diameter or larger sha1S be thorouglily txeated as soon as possible with a tree
wound dressing.
46. CITY OF FORT W�RTH STAND�.RD PRODUCT LIST: Proposed products submit�ed in th.e bid
docurnents must appear in the latest "City of Fort Worth Siandard Praduct List, for the bid to b� considered
responsive. Products and processes listed in the "City of Fort Worth Standaard Product Lisk shall be
consider�d to meet City af Fort Worth minimum technical requirements.
47. TOPSOIL, SODDING AND SEEDZiVG: This item shall be performed in accordance with the City of Fort
Worth Parks and Community Services Departnaant Specifications fox Topsoil, 5odding and Seeding.
I. TOPS�iL
DESCRIPTIDN: This item wi11 consist of furnishing and placing a minimum� of six (6) inches of topsoil,
free frarn rock and fozeign �ateriai, in all parkways and medians to the iines and �rades as established
by the Engineer_
CONSTRI7CTION METHODS: Topsoil vvill he secured from borraw sources as required to supplement
material secured from street excavation. All excavaked m�atezials from stree#s which is suitable for
topsoil �vill be used in the pazkways and medians before any topsoil is obtained from a bozrow source.
Topsoil material secured from street excavation shall be stockpiled at locations approved by tt�e
Engianeer, and at completion of grading and paving ogerations, topsoil shall be placed on pazkway areas
so as ko provide a minimum six (6) inch.es of campac#ed depth of tapsail parkways.
f 2. SODDING
��
DESCRII'TION: Sodding will consist af furnishing and planting Bermuda, Buffalo or St. Au�stine
� grass in the areas between the �curbs and waIks, an terraces, in m.edian strips, on embankments ar cut
slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this
Specifieation. Recommen.ded Buffala grass vazieties for sodding are Prairie and 609.
MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo nr St. Augustina grass secured
from saurces where the snil is fertile. Sod to be placed during the dormant state of these grasses shall bc
alive and acceptable. Bermuda and Bufialo grass soci shall have a healthy, virile root system of dense,
thickly matted roots throughout a twa {2) inch minimuFn thickness of nati�e soi! attached to #he roats.
St. Augustina grass sod shall have a healthy, virile root system of dense, thickly matted roots throu�hout
a one (1) inch misiimurx� thickness of native soil aitached to t4�e roots.
5P-13
r G:1FW02101471Specs�pec�rov.doc
�
sha�l be of the previous season's cr�p and tl�e date of analysis shown an eac� tag shall be within
nine (9) months of time of delivery to the project. �ach variety af seed shall be fiirnished and
delivered in separate bags ar containers. A sazx�ple af each variety of seed shall be fijrnished far
analysis and testing when directed by the Engineer.
The specified seed shall equal or exceed the folIowing percentages of Purity and gerininataon:
Co�non Narne
Common Bermuda Gzass
Annual Rye Grass
Tall �escue
Western Wheatgrass
Suffalo Grass Varieties
Tap Gun
Cody
Puri
95%
95%
95%
RS%
9S°10
95%
Gernvnatian
94°fo
95%
90°�0
90%
90%
90%
Table 120.2.(2}a.
iTRBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS)
Mixture far Clav or Ti�ht Soils
Dates fEastem Sectiansl (Western Sections�
Feb 1 Bermudagxass 44 Buffalograss 80
to Buffalograss 60 Bermudagrass 20
May 1
Total: 300 Total: 1�0
Mixture for
Sandv 5oils
(All Sections)
Bermudagrass 60
B�ffalograss 40
Total: 100
Table, 1�0.�.(2)b
TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (�LS)
Dates (All Sectionsl
Aug 15 Tall Fescue 50
to Western Wheatgrass 50
May 1 A�mua] Rye SU
TotaI: 100
CONSTRi)CTI�N METHODS: After the designated areas har+e been completed to the lines, grades,
and cross-sections s�own on the Drawings and as pzovided for in other items of this Contract, seeding of
the type specified sha11 be performed in accordance with the reqnizeznents hereinafter described.
a. Watering. 5eeded areas shall be watered as directed hy the Engineer so as to prevent washing oi
the slapes or dislodgment of the seed.
b. �isiishing. Where applicable, the shouldexs, sIopes, and ditches shall be smaat�ed after seed bed
� preparation has been corr�pleted and shaped to conform to the eross-section previously providad and
,, existing at the time planting operations were begun.
�
�
•k
BROADCAST SEEDING: The seed or seed m�cture in the quantity speci�ed shall be uniformly
distributed over the areas shown on the Drawings and where diz�ected. If the sowing of seed is by hand,
rather than by mechanical methods, the seed shall be sawn in two direciions at right angles to each
other. Seed and fertilizer shall be distribnted at the same time provided the specified unifarm raYe of
agplication for bath is obtained. "Finishing" as specified in Section D-45, Construction Methods, is not
applicable since no seed bed preparation is required.
SP-15
G:1FW 02101471Spees�spee_prov.doc
D�SCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are
designated on the Drawings and in aceordance with these Specificarians.
MATERIALS: AII fertilizer used shall he delivered rn bags or cantainers c�early Iabeled shawing the
aualysis. Tiie fertilizer is subject to testing by the Gity of Fort Wortlx in accordai�ce with the Texas
Fertilizer �,aw, A pelleted or granulated fertilizer sitiall be used with an analysis of 16-20-D or 1 G-5-8 or
having the analysis shown an the Drays+ings. The iigures in the analysis represent the percent of
nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the
Associatian of Official Agricultural Chemists.
In the event it is nec�ssary to suhstitute a fertilizer of a different analysis, it shall be a pe3leted or
granulated fertilizer with a�owez concentration. Tota1 aznount of nutrients furnished and applied per
acre shall eyual or exceed that specified for each nutrient.
� I CONSTRUCTION METHODS: When an item far fertiliaer is included in the Drawings and proposaI,
pelleted or granuiated fartiiizer shall be applied �niformly over the area specified to be fertilized and in
�I. the inanner directed for the particular item of work. Fertilizer shall be dry and in good physical
f I condition. Fert�ilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular
� item of work shall meet the approval of the Engineer,
i7nless otherwise indicated on the Drawings, fertiiizer shall be appkied uniformly at the average rate of
three hundred (300) pounds per acre for all types of "Sodding" and four hundred (4Q0) pounds per acre
far all types of "Seeding".
MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place
on the proj ect site. Measurennent will be made only on topsoils secured from borrow sources.
Acceptable rnaterial for "Seeding" will be measured by the linear foot, corn�lete in place.
Acceptable material for "5odding" will be measured by the linear foot, conc�p3ete in place.
Acceptable materiaI for "Fertilizer" shall be subsidiary to the price of sodding or seeding.
PAYM�NT: All work per£ormed as ordered anci measured shall be subsidiary to the contract unless and
otherw�ise noted in the plans and hid documents to be paid for at the unit price bid for each item of worlc.
Its price shall be fu11 compensation for excavating {except as nated belovw), laading, hauling, placing
and iurnishing all labor, equipment, tools, supplies, and incidentals nec�ssary to complete wark.
All labor, equiprnent, taols and in.cidentals neeessary to supply, transport, stockpile and place topsoil or
salvage topsoi] as specified shall be included in "Seeding" or "Sodding" bid items an.d will not be paid
far directly.
"Spot sodding" or "biack sodding" as the case may be, will be paid for at the contract unit pzica per
square yaxd, compiete in place, as provided in the proposal and contract. The contract unit price shall
be the total cornpensation for furnishing and placing all sod; for ali rolling and tamping; for all watenng;
for disposal of all surplus rnaterials; and for a31 materials, labor, eyuipment, tools and incidentals
necessary io complete fihe work, all in accordance with the Drawings and these Specifications.
T'he wark performed and materials furnished and measured as pro�ided under "Measurerzient" shall be
paid for at the unit price far "Seeding", ar "Sodding", of the tyge specified, as the case tnay be, which
price shall each be fuil compensation for fumishing aII matexials and for pexforrrzing all operations
necessary to complete the work accepted as follows:
s�-17
G:1�W02101471Specslspec�ray.doc
1. Fertilizer material and application will not be measured ar paid for directly, but is eonsid�red
subsidiary to Sodding and Seeding.
4$. SPRINK�.I3rrG FOR DUS�" CONTR�L:. All applicahle provisions of Standard Speci�cations Itern 20d,
"Sprir►kling far Dust Control" shal� apply. Hawever, nQ direct paynzent wi11 be ma�e far tlus item and it
shall be cansidered to this contract.
CONSTRUCTI�N
NON-PAY ITEM No. 1- CLEARING AND GRiJBBING:
All objectianable items within the limits of this praject and not oth�rwise provided for sha11 be remaved under
this item in accordance witl� Standard S�ecificatzan Item 102, "Clearing and Grubbing." However, no direct
payment will be made For this iiem and it shal] be considered incidental to this contract.
NON-PAY ITEM No. 2- SPRTNKLTNG �OR DUS`�' CONTROL;
All applicable provisians of Standard Specifications Item 200, "Sprinkling for Dust Control" shail apply.
However, no direct payment will be made for this item and it shall be considered ineidental to this contract.
NON-PAY ITEM No. 3- PROT�CTION OF TREES, PLANTS ANn SOIL:
All property along and adjacent to the Contrac#or's opexations including lawns, yards, shrubs, trees, ete. shall be
preserved or restored af�er cornplet�on of the work to a condirion equal or better than existed prior to start of
work.
By ordinance, the contxactor must obtain a pernzit fram the City Forester beforc any work (tr.imming, rezxiaval ar
root pruning) can be dane on fxees or shruhs growing on gublic properiy including sk�eet rights-of-way and
designated alleys. This.permit can be obtained by calling the Farestry Office at 871-5?38. All �ee wcszk shall be
in campliance with pruning standards for Class II Pruuing as describe�d by the National Arborist Association. A
cagy of these standards can be provided by calling the above number. Any darnage to puhlic trees due ta
negligence by the Cor�traetar shall be assessed using the current fazmula for Shade Tree Evaluation as defined by
the Internatianal Society of Arboriculture. Payiment for negligent damage to public trees s}�all be made to the
City vf Port Worth and may be withhelci from funds due to the Contsactor by the City.
Ta prevent the spread of the Oak Wilt fiujgus, all waunds on Live Oak and Red Oak tirees shalI be unmediately
sealed using a commerciax pruning paint. This is the only instance when pn.�ning paint is recomrnenc�ed.
NON-PAY ITEM No. 4— PROJECT CLEAN-L7P:
'�e Cantractor shail be aware that keeping the project site in a neat and orderly candition is considered an
inte;ral part of the contracted work and as such shall be cansidered subsidiary to the appz-opriate hid iterns.
C18an up work shall be done as directed by the Engzneer as the work progresses oz as needed. If, in the opiinion
of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, hut not be
limited to:
Stiveeping the street clean of diut or debris
Storing excess material in appropriate and organized mamier
Keeping trash of any kind aff of residents' pzaperiy
If the Engineer does not feal that the jobsite has baen kept in an orderly eandi�ion, an the next estimate payment
(and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%.
Final cieanup work shall be done for this praject as soon as the paving and curb and gutter has been constructed.
No more than seven days shall elapse after coxnplet�on af construction before the roadway and right-af-way is
cleaned up to the satisfacrion of the Engineer.
NON-PAY ITEM No. S— PROJECT SCH�DLTLE:
5P-18
G:1FW 02161471Specslspec�rnv.doe
Contractor shall be responsible for producin.g a pxoject schedule at the pre-construction conference. This
schedule shall detail all phases of conscruction, inc1udaing praject clean up, and allow the contractor to connplete
the work in the al�otted time. Cnnh•acior wil] nok �nove on to the jobsite nor will wark begin untii said schedule
has heen received and approval secured from the Construction Engineer. However, contract tirne will start evan
if the project schedul� has not been tumed in. Prnject schedule wzll ba updated and resubnutted at the end of
every estimating period. All costs involved with producing and maintaiaing the project schedule shall be
considered subsidiary to this contract.
NON-PAY ITEM No. 6— NO'I'IFICATION OF RESIDENTS,:
In order to cut down on the nuznber of complaints from residents due to khe dust generated when saw-cutting
joints in concrete pavement, the Contractor shall notify resicien#s, in writing, at leas# 48 hours in advance of saw-
cutti.t�g joints during the canstruction af paving projec#s.
Al� costs invol�ed with pzoviding such written notice shall be considered suhsidiary to this coniract.
N�N-PAY ITEM No. 7— PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRi7CTION:,
F�zor tv beginning construction on any block in the project, the contractor shall, on a 6iock by block basis,
prepare and deliver a natice or flyer af the pending construc�ion to the front door of each residence or business
that will be impacted by construction. The notice shall be prepared as follows:
The notification noticc or flyer shall be posted seven (?} days prior ta beginning any construction activity an each
block in the project area. The flyer shall be prepared pn the Contractor's letterhead and sha�l include the
following info�nation; Name of Project, DOE No., Scope of Pro}ect (i.e. type of cozistruction activity}, actual
canstruetion c3uration within the block, the nasne of the contractar's foreznan and his phone numbez, the name af
the City's ianspector and �is phone number and the City's after-hours phone nuzxaber_ A sample of the `pxe-
canstruction notification' flyer is attached.
The contractar shall submit a schedule showin.g th.e construction start and finish time for each block of the grnject
to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspectar for his review prior #o
being distrs}�uted. The contractor will not be allawed to begin constzuciion on any block wn.til the fiyer is
delivered to a11 residents of the black. An electronic version af the sample flyez can be obtained from the
co�ns#ruction ofiice at 871-8306.
All work involved with the pre-constructzon notification flyer shaIl be considered subsidiary to the coniract price
and no additianal compensation shall be made.
NON-PAY ITEM No. S— PRE-CONSTRUCTI�N NEIGHBORHOOD MEETING,:
After the pre-construction conference has been held but befoze construction is allowed to begin on this project a
public meeting will be held at a location ta be determined by the Engineaz. The contractor, inspector, and project
manager sb.all meet with all affected residents and present the prajected schedule, including construction staxt
date, and answer any construction related questions. Every effort will be made to sched�ule the neighborhaod
meeting within the two weeks following #he pre-canstruction conference but in no case wi11 construeiion be
a�lowed to 6egin until this meeti►�g is held.
NON-PAY ITEM No. 9— WASHED ROCK,:
AIl washed rock use� for embedment or backfill ar as atherwise directed by the Engineer shall be washed,
crushed stone and shall meet the follow3ing gradation and abrasion: (Actual washing not xequired if gradation is
met)
Sisve Size % Retained
1" 0-10
1/2" 40-75
3/8" 55-9a
#4 90-100
#8 95-100
5P-I 4
G:1F W 021414715pecslspec_prov.doc
Los Angeles Abrasion Test: 50°/o Maximum wear per A.S.T.M. Designation G131.
PHASE I PAY �TEMS
PAY ITEM No. 1- PROJECT DESIGNATION SIGN,:
The Contractor shall construct and install two {2) Prnject Designation Signs. It wiil be the responsibility oi the
Contractor to maintain the signs in a presentable conditian at all times during constxucf�ion, Maintenance will
include painting and repairs as directed by the Engineer. Refer to City of Fort Worth Standard Specificat�ious foz
street and stortn drain construction - page 400.
PAY ITEM No. 2- UNCLASSIFIED EXCAVATIQN:,
This itezni shall include all excavation, shaping and construction of detention pond floor, slapes and all
surrottnding area iz� accordance with the dzawings and as shown on the plans. This item shall be governed by the
City of Fart Worth Standard Speciiication Itenn.s 110, "Unclassified ChanneI Excavation", and 114,
"EmbankmenY'. Payrr�ent far this item shall be at the unit price p�r C�bic Yard and shaiI include all lahor,
material, equipment, excavation, backfill and campaction, disposing of waste, hauling, and incidentals necessary
#o complete the work.
Contractor must provide for a suitable and appraved disposal site. AI� excavation shall be removed from the site.
It is anticipated that an undetermined amount of excavation shall be xock. The contractor shall anticipate xack
and include it in his unit pzice bid. NO ADDITION ALLOWANCE SHALL BE M�DE.
The propasal quantities stat�d in Part B are computed from grades, dimensions, and limits �hown on khe plans.
Payment shall be made at the unit price bid for the quantity stated in Part B(plan quantity payment). Said
quaniity shall cover all excavatian required to complete this project (except for storm drain trench excavation and
bacicfill}. If the Cont�actor believes this quantity to be in error, it shall be the Contractor's responsibility ta
provide revised quantities for approval and canrection before bidding the pzoject. Contractor will be responsible
for supply�ing all data necessary to support a change in the stated quantity. Said change, if agreed upon, shall be
made by addendum befoze bid opening. AFTER BID OPENING, ND CHANGE IN THE STATED
QUANTITY WILL B� MADE.
PAY ITEM No. 3- CLASS III RCP STORM DRAIN:
This pay item shall iuxclude all material, equipment, and labor to construct, storm drain lines #o the Iines,
dimensions, and layout as shown on the plans and de#ails and as directed by the Engineer compjeted and in-place.
Construction shaSI be govemed by City of Fort Worth 5tandard Specification Item 4�}0, "Reznforced Cancreta
Pipe" and shall include a�l required pipe, fttings, joints, collars, hends, connections and /or re-connecrions to
new ar existing drainage structures, amd incidentals necessary to camplete the work. Paymemt foz this item shall
be at a unzt price bid per Li�near Foot for a completed and in-place structure.
PAY ITEM No. 4- 42" HEADWALL WITH CONCRETE RIPRAP:,
This item shall include all material, equipment, and Iabar to construct a headwall far 42" RCP to the lines,
dimensions, and layout as shown on the plans and details and as directed hy the �ngineer campleted and in-place.
The headwall shall be constructed in accordance with Ciry of Fort Worth Standard Detail Drawing S-SD 13. The
structure shall be gavemed by Cify of Fort Worth Standard Specification Ttem 430, "Concrete Structures" and
shall include all the reyuired de-watering, excavatian, backfili, forrris, shoring, shoring design, bracing,
underdrain or drain system, reinforcement, COIlI18Cf1031S and/ar reconnectians to new or existing drain.age
structures and incidentals necessary to complete the work. Excavation and hackfil shall be governed by City of
Fort Worth Standard Speciiication Item 400, " Structural Excauation". This item shall also include additional
concrete riprap in front of the apron as shown on tYxe plans and as directec� by the Engineer completed and in-
place. Concrete riprap shall be gove�rned by Ciiy of Fort Worth Standard Specificatioz► �tem 418, "Riprap".
Payment for chis item shall be at the unit price bid per Each for a cQmpleted and in-place smacture.
SP-20
G;1FW 02101471Specslspec_prov.doc
PAY ITEM No. S- CUT. REMOVE AND DISPOSE OF EXISTING 42" HEADWALL/WiNGWALL:
This pay item shall include aIl material, equipment, and iabar to remove concrete storm drain headwalllwingwall
in its entirety where shawn vn the plans and as directed by the Engineer and dispQsed of in a manner satisfactory
to the Engineer. Tlus item shall be governed by the City af Fort Worth Standard Specification Item 452,
"Removing Old Structures". Sa�vcuts shall be neat and in accordance with City of Fort WorEh Standard
Specification Item 520, "Sawing". This Item shall include required excavation and backfill and shall Ue
governed by City of Fort Worth Standazd Specification It�m 400, "Structural �xcavation". Paymant for this item
shall be at a unit price bid per Each for the headwal�/wingwall size removed.
PAY ITEM Na. 6- TRENCH EXCAVATION AND BACKFTLT. FOR STORM DRAIN:
This pay ikem shall inelude all material, ec�uipinent, and labor foz trench excavation fo7 construcrion of outfall
storm drain pipe and for all subgrade preparation, bedding and bacletilling required to the lines, dimensians, and
layout as sho�vn on the plans anci details and as directed by the Engineer completed and in-place. This item shall
be governed by City of Fort Warth Standard Specification Item 402, "Trench Excavakion and Backfill for �torm
Dram", All axcavated material wi�ich is unacceptable as fili mafierial, or in excess of fill requirements, shal!
become t�e property af the Contractor t4 be hauled off the site and disposed of properly, Unacceptable materiai
shall be, but not limited to: rocks, concrete, asphalt, debris, etc. The cost for remo�aI an.d dispasai of
unacceptable or excess material shall be subsi�iary to the unit prices.
PAY ITEM No. 7& 8- ER05ION. SEDEMENTATION AND WAT�R POLLUTION PREVENTION:
Contractor shall provide a11 necessary rr�eans and measures to pzevent sail ezosion, sedimentation, and water
poqutian which may degrade receiving watexs and furnish aIl labox, tools, and equipment necessary to �xovide
such pzotection in order to cozn�lete the wozk, Construction shall be in accardance witl� article 36 ofthe Special
Provisions and NCTCOG Specification Item 3.12. Contractar understands that pollution prevention measures
vt+z1I need to be restored, changed, and adjusted as the project progressas, and no adjustment shall be made to the
Lump Sum price bid. Disrup#ed area for this project (Phase I& Phase II-Aiternate) is estiurnated at 2,5 acres. If
Contractox's wozlc zequires dis�pting an. area of 5A acres or mare, it is the sole responsibi3ity of the contractor to
prepare a SWPPP and file a NOI and meet all current EPA guidelines of the NPDES program. Cantractar shall
include owz�er as co-pennaittee. No dizect paymn.ent wzll be made for the preparation of the SWPPP or NPDES
cornpliance and it shall be considered incidental to this pay item. Payment far this item shall be at the unit price
bid per �,ump Sum, prorated ovez the Iength of the contracted as set forth in the number of calendar or working
days called far in tl�e proposal.
PAY iTEM No. 9- HYDROMULCH SEEDING FOR MEDIAN. PARKWAY. POND .AND SURROUNDING
AREAS:
This pay item shall include aII material, equipment, and labor ta provide all disturbed areas with hydromulch
seeding. Construction shall be in accordance with article 47 of these Special Provisions. The unit price bid pex
square yard shall be full payment far this itern
PHASE IIdALTERNATE PAY ITEI�S
ALTERNATE PAY ITEM No. 14 - UNCLASSIFIED EXCAVATION:
This item shall include all excavation, shaping and cons�-uction of detention pond floor, slapes and all
stirrounding area in accardance with the drawings and as shown on the plans. Tb.is item shail he governed by the
City af Fort Worth Standard Speci#"ication Items 110, "Unclassified Channei Excavation", and I14,
"Embankment". Payment for this item shall be at the unit price per Cubic Yard and shall include all labor,
material, equipment, excava#ion, backf'ill and compaction, disposing of waste, hauling, and incidentals necessary
to complete the work.
Contrac#or xnust �rovzde for a suitab�e and approved disposal site. All excavation shall be removed frorn the site.
It is anticipated that an undeternuned amount of exca�ation shall be rock. The coniractoz shall anticipate rock
and include it in �is unit price bid. NO ADDITION ALLOWANCE SITALI. BE MADE.
5P-21
C'i:1F W02101471Specs�pec_pray.doc
The proposal c�uantities stated in Part B are computed from gzades, dunensions, and limits shown on the plans.
Payment shall be made at the unit price bid for the quantity stated in Part B(plan quantity payment). Said
yuaptity shall cover all excavation requ�red to complete this pzoject {except for storna drain trench excavatian and
backfill). If the Connactor helieves this quantity to be in errar, it shaZl be the Contractor's responsibility to
provide revised quanTities for approval and correction before bidding the project. Contractar will be responsible
for supplying aII data necessary ta suppart a change in the stated quantity. Said change, if agreed upon, shall b�
�xiade by addendum before bid opening. AFTER BID OPENING, NO CHANGE IN THE STATED
QUANTITY WILi�, B� MADE.
I� ` ALTERNATE �AY ITBM Na. 11 & 12 - EROSION. SEDEMENTATION AND WATER POLLU�'I�N
PREVENTTON:
Contractor shall pravide all r�ecessary tneans and measures to prevent soil erosion, sedimentation, and water
' pallution which may degrade recaiving waters and furnish all labor, tools, and equipment necessary to provide
such protection in order to camplete the work. Construct�on s�al1 be in aceordance with article 36 of the Special
Provisions and NCTCOG Specification Itenrt 3.12. Contractor understands that polIution prevention xxxeasures
will need to be restored, changed, and adjusted as the project progresses, and no adjustment shall be rnade to the
� Lurnp Sum price bid. Disrupted area for this project (Phase I& Phase TI-Alternate) is estirnated at 2.5 acres. If
Con#rac#or's work requires disrupting an area of 5.0 acres or rnore, it is the sole responsibzIity of the contractox to
pzepare a SWPPP and file a NOI amd meet all current EPA guidelines of the NPDES prograrn. Gantractor s4�a11
finclude owner as co-permittee. No direct payment r�vill be made for the preparation of the SWPPP or NPDES
; complisnce and it shall be cansidered incidental to this pay item. Payment for this item shall be at the unit price
bid per Lump 5um, prorated over the length of the contracted as set forth in the nwmber of calenciar ar working
- days called for in the proposal.
ALT�1tNATE PAY ITEM No. 13 - HYDROMLTI,CH SE�DING F�R MEDIAN, PARKWAY. POND AND,
SURROUNDING AREAS:
This pay iterri shalI include all material, eq�xipment, and labor to pravide all disturbea ar�as with l�ydramulch
seeding. Construction shall be in accorc�ance with article 47 of these 5pecial Provisions. The unit price bid per
square yard shall be fu11 paynnent for this item
ALTERNATE PAY IT�M No. 34 - 6" REIlVFORCED CONCRETE FLLIME:
This pay item shali include all matezial, equipment, and labor to construct a concrete flume to the lines,
dirr�ensions, and layout as shown an the plans and datails and as directed by the Engineer campleted in-place.
The cas4-in-place structtu�e sha11 be governed by City of Fort Worth Standard Specification Itein 410, "Concrete
Structures" and Standard Specification Item 314, "Concrete Pavement and Canerete Base", and shall include all
required forms, reiniarcement, toewalls, curbed edges, subgrade and subgrade preparation, sawcuts, joints, curing
compound and incidentals necessary to co�rzplets the work. Paymemt for this item s�all be at the unit priee bid
per Cubic Yard for a completed and in-place structure.
ALTERNATE PAY ITEM No. 15 & 16 ROCK RIPRAP — COMMON AND FOR MISCELANEOUS,
PLACEMENT
This pay item s4�alI cover work consisting of riprap or reinforced concrete slope pzotection; ail complete in-place
in coz►f'onnaty with the lines, grades and details as shown on the plans and in accordance with these specificafians.
lZiprap s}�all be used for slope, bantc and ditch bottonn prokection; and for erosi�n control at the ends of pipes and
structures; and at nther designated locations. Construction sha115e in accordance with �terri 8.15 of the "S#andard
Specifications for Public Works Construction". Fay�nncnt for this item shall be at the unit price bid per Cubic
Yard for a completed and in-place structuze.
sP-zz
G:1F W0210147d5pecslspec�rov,dac
m
t �
� .
Ir
u
�
�lI
!
�
�
,.
��
,r
1
�
4 _`
�������cA�� o� �N����c�
s��r��,�� �o�� �� ��rsv���
�e
n�
� �it
� ��
�ti�s
�11'5;11�
��r �O�
� L���'
ti}}�3�� �
i�
I��
I
. ��
�
��
,��'
(:�
1�
„�
�,
��
��.
i�
��
,�
��
.�
�
�
,
f ��
i
�
��
�
I�l .
CERT]FICATE OF INSLIR.ANCE
TO: Gary W. Jackson., Ca.ty Manager, Ci�y of Fo�t Wa�th, TX. DATE: 03/11/03
NAME OF PR07ECT: River Bluff Deten�ion Proj ect .
PR07ECT NUMBER: C115—D2011502$924 :
THIS TS TQ GERTIFY THATDirt Tech Constr�c�.ian & Excavation, 1380 Sweet Gum,_ Keller, TX
{Narr�e and Address of Insured) 76248
is, af the date af this certifcate, insured by this Company with respect to the business operations hereinafter
deseribed, for the type of ztasurance and in accardance wi#h the provisions of the standarci policies used by this
Company, and further hereinafter described. Exc�ptions to standard policy noted on reverse side herea%
TYPE OF INSURANCE
Workers' Compensation
Comprehensiv.,e General
Liability Insurance
(Public Liability)
Blasting
Collapse of Buildings
or stsuctures adjacent to
excavations
Damage to Underground
Utilities
Builder's Risk
Comprehensi�ve
Automobile
Liability
Contractual Liability
Other
Policy No. Effective_ Expires
WC5619223 02/25/03 02/25/��+
GL5619220 02/25/03 02/25/04
GL5619220 42/25/03
GL5619220 02/�5/03
oz/25/a4
Q2/25/04
G'�116670 02/25/fl3 02/25/04
GL5619220 02/25/03 02/25/04
Locatipns covered: A11 Operations
Description of operations covered: Grading of Land
_ Limits ai Liability
500,D00�500,000/500,000
Bodily Injury:
Ea. Occur�-ence $1, Qfl0 , OOQ
Properky Damage:
Ea. Occ�arrence $1, 000, 000
Ea.Occurrence $
Ea. Occurrence
Ea. Occurrence
$I,00{1,000
�i,000,00a
Bodily Injury:
Ea. Person
Ea. Occurrence
Property Damage:
Ea. Occurrence
Bodily Injury:
Ea. Occurrence
Property Damage:
Ea. Occurrence:
�i.oao.00z
$1,000,002
$1,000,000
�i,aoa,�oo
The above policies either in the body thereof or by appropriate endorsexnent provide that they may not be changed or
cancelled by the insurer in less than five (5) c3ays after the insured has received written notice of such change/ox
CBriCe]�8t10I1.
Where applicabie local laws or regulations require more than five (5) days actual notice of change oz- cancellation to
be assured, the above policies con�ain such special requirernents, either in the body thereof or by appropriate
endorsement thereto attached.
Agencv �exas Insurance Group, inc.
k�ort Wort A�ent Jerr�r W. Johnson
...�,._..._ . _._
Address �28 Harwood Road
B � U�'�'� "
�j Vv "�'
,V
Title P�'esident
Bedfard, TX
� .� G:1FW0210l4715pecslCERT-CNS.doc
�
I
2002 �EST' ��EY R.ATII�iG GUIDE - PR�PERTYICASUALT'Y ED�TiON
� AN�TUAL �TATEI�iEi�1T �DATA FOR YEARS X99�` - 2041.
, Company Name B�St�S
flapng llrtil tJeme
, GraupA�ilianon R��Ing
. PnacipalOf�cer
N1ai9ng Atldres's
I Qaoi. : Be9an Bus. : Struct. : Mktg.
Specialfy
P�one k
� � �tis � N.vc n
i �iFIWNT AM�i;ICAN IHSURAHCE C9
� � Aetiant Amecican Insurante Campany
�Np Group Attiliationj
Joseph I�laCch'm, President
� 777 h1ai� Street, Suite 9tlU
Foh Warth, TX 76102
7X � 1999 : St6cK : Age�cy
111 B17•885-869t
{ Ahi6 � f 2312 NAiC M 1 �991
f BEUANi STRllCT11pAL WAflHANTY
' f Heliant5hacfurelwar�anrylnsurance
(Pfn 4raup Af[fliallonj
I LeonarAlS. Nave, President
1d01 Eisfiop ShSet, Pa�i�ic rawCr
HanalWu, Hl9&8133943
q Hk:S[adc
I � BOB•52!•1i2t
� L�ulB N 73999 NNC # 11058
I I HEPIIELIC FIRE 8 CASUALTY IHS
I Republic Insurance GrWP
Wirrcerthur Swiss 6rauP
Bcuce B. hilligan, President
P.O. BoK 6605fi6
OaNas, 77c 75219
OK : 1997: Siock : Agency
Homeasvners, Per5anai Lines
21d•558-1222
`; T4h16 � 12997 NAIC � 1�6}0
I
� flEP116LIC-FFpNKLiN {85 CO
+ � l�iq National lnsurance Graup
Utica Ftasianal Insurance Gr4up
J. Oouglas Ra6inspn. President& CEO
P.O. 8ax 530
11tEc8, NY 13503•0530
6H:S949:SMck:Agency
Comm Lines. Personal Lingg
3i5•73�-2�00
4`A�L1B a D�798 NA1C q 12475
i� REPUBLIC INOEMNI7Y CU OF AMEH
� Rapubilctlndemni1y Insu2ncePool �
Great Amer�can P$ C Insurence Grp
Owayne T, hlariani, 4cesEdea[ & C�0
I Y3821 Ventura 8oulevar�. Suite 37D
£nclna, CA 91 d36
CA ; 1978 : Stock ; Agenry
4VorkerS' Camp
818-990-9560
A�d9=0Q866 HAfC#221T9
REPUBLIC INOEMNRY CO QF CA
F1epuGlic Indemniry InSuras�ce PcW
1 Grzat America� P& C Insucance Grp
SlwaynsT. MarlDni, Presitlent& CEQ
i582i UenNrd BNd SuiSe 370
Er.Cipo, G191 �136
I CA:1383:Sixk:Agency
Warke�s Comp
8t9-990•9850
,�se �o� ass wuc n a�r�
REPUBLIG 1NUEhINITY IHS PO4i
' ' Rapu4lic ind2msrih! Insurance Ppol
Gr2a[ Amecican P& C Insurance Grp
Ov,alne i Ma�ani, Pi�itlent & CEO
7 5821 Ventura Blvd Suite 370
E�cina. CA91935
CA : Olher : AqerGy
c 9'lo�k2fs' COrnR
818-990�8860
A;IB�03012
� REPUBLIBYNSURpNCECOMPANY
' Aapu4BcinSurantaCampaml
Barkshire Halhaaray Insurance Group
' ' FarrestN.SWtter,President
P.0. �o-rt 66(1560
pallas, TX 75266�Q560
7X : f 9S9 : S[ack : Agenty
Homeawnefs, Fire
2� a-ssg•tz22
., AMB !i 02427 NAIC R 38316
qEPU9LlC INSllRpNC6 GROIIP
Aepuhlic I�urance Group
WlnteMur Sx,ss Group
8mce A. 61Illigan, president
P,O. Box 660560
. ` 47a11as.l�i T5285-0560
Pc :Other : Agency
Persar,al �;rres. Comm Li�es
21��559•1222
FSC
.- -- Balance Sheel - - - - - Operalians - .. ,
Cash NeS
&
5hort- Stoct�s All Total Un- N! Poncy- I)irect Nst Bus. l)nder- uet Pre[�
Term end Other Admitted Lnss earnetl ONer Talal holders Premiums Psemiums Net wrlGng IrrrestmeM bperating Nei
OaW Invest. Bands F�seis Assets Res. Prem, Liah. LEahilities SusAlus Wri�ren Written Aet Insome Inrome Incame Incamy
Year (°h) {%} S�1 1�01 l�l l�l 4�1 (�I Ig006j l$�00] 1S9o01 �/e1 R$o00) iS0�p1 i�000Y tsoaa�
NR-1 �9z ,.. ... ... ... ... .. ... ... .. .. ... ... ... . ..
'88 .., ... ... ... ... ... ... .., ... ... ... ... ._. ... ... ,..
'99 8.9 fi8.5 25.1 4,559 4.B 90.2 5.0 892 3,737 29fi 851 74.g •44� 11 -431 -app
FSC 1V '00 68.2 11.8 24.0 18,811 26.5 59.d 54.1 18,16T 2,443 442 19J62 97.7 •2.484 77U -2,813 $,317
'Ot fi&4 1i.9 Y9.8 31,798 0.5.7 17.1 37,2 26,120 5,678 Z957 14.960 49,8 •SOa 498 �2 f3
Rating Hfstory: NR-1, 06/11f02; NR-1, D6/13/01; NR-1, 08/22/00
IVR-1 '97 ... ... .., ... ... ... ... .,. ... ... ... ... ... ... ... ...
�as ... ... ,., ... ... ... ... ... ..- -�- -.. ... ... ...
'98 ... ... ... ... ... ... ... ... .., ... ... ... ... ... ... ...
FSC [j `QO 33.6 ... 56.4 I.Sa6 ... ... 100A i8 1,49k ... ... ... •15 6 •9 .g
'01 46.8 ... 53.2 1,949 ... 9t.5 6.5 570 1,4� 539 539 1(10.0 -73 17 35 3f
Rating Histary: NR-f, 66111102; NR-i, 06/13/01
A '87 St.4 98.1 6.5 5J38 ... ..� IflO.� 1 5,13& .., ... ... ... 738 f38 139
'46 21.6 77.2 1.2 5,571 ... ... f00.4 161 5.A70 5,927 ... ... ... 260 250 332
'99 18.8 80.0 12 5,599 ... ... tOQ.(� 116 5A63 11.461 ... ... ... 258 256 254
FSC VIII '0a 1fi.6 82.fi L4 5,378 ... ... 4p0.6 39 5,358 11.0(13 ... ... ._ 255 255 Z55
'01 10.3 819 7.B 5.475 ... ... IO�.fI 4-02 5.033 l3.001 ... ... ... 27d 234 23d
Rating History: A r, 46192/�2; A r, 07105101; A r, 64/21100; A- r, 06/01/99; A- r, OSl31198
A� '97 20 68.2 9.9 61,770 70.7 2i.7 7.7 38,9Tfi 22.79y 88,249 16,508 78.7 -1,425 3.453 2.�84 1,49d
'96 0.9 89.1 9,9 64,Sfl� 69.9 21.2 S.B 4q0dd 24,456 122.020 17,p78 }4.6 -4.SOd 3,A75 1.97Q 2,161
'99 3.2 86.2 1U.6 87,376 57.8 21.6 [OS 41,971 25,595 150,830 18303 k21 •1,95A 3.421 i,553 1,616
FSC 1X 'tl0 2.1 85.7 t2,2 68.189 fi8.1 21.6 10.3 d3.185 25,984 158.88d 19,Bllfi 125 •2,887 3,594 6ZB 890
'01 1.-0 $[.q 18.8 72,3t1 67.8 18A 1�3.4 49.949 22,362 tBfl.752 19,�45 12.0 -7,385 3.869 -3.526 •3.U�8
Rating Hisiary: A- p, 03/44/Q2; A p,14/02IOD; A p,12/28198; A p, 06/09l97; A p, Q6I24/9B
A-
FSC VIII
q�
� PSC Vlll
'B7 t1.5 97.3 82 652.590 9a.7 3�2 2.0 462.OA1 196,a50 ta1,080 217,157 98.8
'98 0.9 93.5 5.& 551.92d 1�2.4 9.5 -5.8 371.661 1A0263 151.646 151,580 7fi.6
'9B 0.�! 91.9 8.5 474,303 103.1 4.8 -T.9 312252 162.051 96,850 133,695 69.4
'60 E.a 85.3 6.4 6fl4,9d0 1ad.l 3.8 �7.9 438,721 1&6,220 A4,629 217.113 96.7
'01 B.1 83.5 B.4 644,i�d i05.3 9.d •8.8 456,414 177,685 9d,6-00 23t.519 97.0
Rating History: A- p, 06/18/02; A- p, 06/25101; A p, d5/i0/fl0; A p, 06/fl8/98; A p, 04/21/97
'97 10.1 71,9 1B.0 23,892 BB.7 7.0 8.3 15,2fi8 8.424 99,515 6,716 8J
'98 1.7 79,3 1&9 23,647 78.A 2.7 18.9 15,001 6,E06 82,12{J 4,81A 5.3
'99 1.9 79.4 Z7.7 2T.141 55.6 2.8 41.8 17,915 9,22T 121,�91 4,114 � 3.4 �
'9tl 3.3 64,5 32.3 2T,fi63 73,7 27 73.5 19,148 8,555 154,84T S,72f 4.3
'01 �Q.B d6.S 64.4 41.208 47.6 1.6 50.9 31,95M1 9,314 164,608 7,16� 4,3
Rating History: A- p, �8118/�2; A- p, 06/25/01; A p, 05l10/00; A p, 06/0$/88; A p, 04/2i/97
��, '97 0.9 9D.5 E.6 867,794 94.5 32 2.2 477,349 190.450 2J0,575 223.874 92.9
'99 1.0 82.8 6.2 56fi.925 1�1A �.4 -4.� 386,6&2 i80.263 733,76fi lfi2,d6�7 T2.a
'B9 0.5 89.7 9.8 492218 100.5 4.7 •5.2 339,l68 162,115i 218,607 177,789 62.9
FSC V�ll '00 &2 Bd.2 7.6 62A,988 102.8 3.8 �6.8 457,BG8 t86.220 Z�S1,476 229,034 87.8
'�1 77 81.0 11.3 676.0$8 101.6 9.3 -$-0 498.313 577,685 25d,4d6 238.674 BB.S
Rating History: A-, 06118/62; A-, 66/25/01; A, 05Hd100; A, 06/08/98; A, 04/21/97
NR-3 '97 14.9 53J 36.0 290.515 612 .._ 38.6 ��7 37,fi68 :u'I80 -4.9�7 -8.6
'96 7.9 53.7 28.d 281,3b2 fi5.2 ... 3A.8 ?"5428 36,318 14597 t5 0.)
'99 '58.6 49S � 32.4 2B3.310 85.4 0.1 3d.5 ;238,986 �A,924 792fi 220 10.3
F$C 1� '06 1d.8 15.2 599 E4�!7$ .... .,. [�0.0 ]7.IiC 75�L'�J;,� I,?¢l -�0 -1.6
�01 8.1 1�.2 Nn.! 7�,9ff& ._. ... i00.0 o2;F61 .7�7 a,432 .,, ...
Rating Nistqry: NR-3, 01/23/42; B+, 04/21I00; B+, 0610il89; 9+, �3H6/98; B+, 04/2il9T
-79.536 49.99D -33.08d �21.913
-41.217 3fi.989 11.890 &,48A
-2�.198 aF1.i92 5,9f6 16.6AA
-8T.57fi 35.560 �25.703 -2fi 7&3
-24.084 a7,247 W.3t� 13,228
-2,3&1 1.426
-1277 1,248
.-625 i,235
. •2,709 1.225
-745 � 1,2a4
-g87 •EQ2
732 Sl9
83t �`
_§gq .698
652 �1
-82A99 47.316 �76.051 •2Aai5
•42,554 38.237 S2,fi22 g•��
�20.821 31,127 fi.577 IT,Z�"
•90.284 76,788 •26.2$7 -27.dnU
•24,834 37,881 1d.3fi5 �2.979
•11,210 1t,265 -6p,4B7 -�.7�
-40,i5T - 10,577 395 �
-i6.801 9.d6B •7.155 1.TT0
�50,43fl 8.871 �d3,473 •'�0•�4
� li5fi 600 1�191
A '9T � S�Z 79.1 15.7 3Ag,14-0 40.2 -00.6 l9.2 1L3,5t6 165.628 243,794 726,37� 46.i 3.862
'eE 8.5 76.8 k43 375.957 39.D 43.1 18.9 154,062 219,855 25d,�q 126,99$ 49.2 3,517
'9B 8.4 70.1 21.5 290,9C6 54.2 35.8 20.1 i41,A29 144,486 272,717 136,1�1 50.1 4,588
FSC VIII �� t9-9 B6.0 23.7 285,261 34S 50.7 fd.8 7d7,85Q � 141,952 29T,225 156,344 52,2 -7.995
'01 4.3 57.6 a8.1 358,339 282 10.4 31.5 222,890 s15,4-09 314A23 795,589 52A -2A,386
Aatina HistOrv: A, 06112/02; A, 07105101; A, 04l21/00; A-, 06101/99; A-, 03I16/98
15.388 13.931 2L�=n
i a.a9a i e.szx zao, a
Y3.697 1J,111 �9��`b
9,338 2.2a2 3.63�
7,958 �19.328 .2p3i�
-. - �_�-��
�
C����actor �o�p�a�ce ��.��
�'o��er°�s Co�p��.s����� I���
��
COI�iF�Ci�R �Oii��L1r4NCl� !!l�1Tk1
lNOFtK�f�S' C�NIP�f�Sr4ilON �r41�1!
Pursuant ta V.T.C.A. Labor Code §40�.96 (2000}, as amended, Contractor
certifies that it provides workers' compensation insurance co�erage for all of its
em�ioyees emplayed on City of Fort Worth RIV�R �LU��' ��T�N'�ION �ROJ�C�" and
City of Fort Worth Project No. C115�Q201750��9�4.
C�l1��L�C+7:�
Contractor: �irt��ech �xca�aiion & Consfirucfiio� ,
�y: � _ .�' �' "t��" - .
. .
Name: ��!�✓v c �� /�'1� �e�`-�
�
�"itle: r% � � � ��.c�.✓)
Date: � " �� [� �
�
STATE OF TEXAS
COUNTY OF TARRANT
,
/�fore � the under���ority, on this day personally appeared
��'`'"` ��� , knawn to me to be the
person whase name is subscribed to the foregoing instrument, and aeknawledged to me
that he executed the same as t�e act and deed of /.�J �,-��� ��
� =� �-- � ,ti ��� �� for the purposes and considerafion
therein expressed and in the capacity ther�in stated.
Given Under My Hand and Seal af Office this t�archJ� 2003.
.c 11l.�-I )�t�r1e`-
�
Not Public in and for the State of Texas
,lOYCE WOMACf� :
�►�Y � =
'� `� [wf�ry �Ila =
* "� '` aiAT� 0� ����� :
'�4�0� � �� c�. �. oa��ar� �
.,....���_�a....:,..��.::.+�,..�� .. .-
I
1
���'� �' - ��I�CiS
�
f
� ,�P
(�1.� of ]�o�°t �or���
�
Bond Na. 188 60 �8
� P�R�ORIVIANC€ BONIJ
YH� STATE OF TEXAS §
§ KNOW A�L BY THESE PRES�NTS:
COUNTY QF TAFiRANT §
Thai we, {1 } Dirt-�ech �xcavation & Cons#ructian.,, as Principal herein, and (2} Insurance Compan�
of the west , a corporation organized under the laws of the SEate of (3}
Texas , and who is authorized to iss�e surety bonds in the State of Tsxas, Surety nerein, are
held and firrnly bound u�to the City of �ort Wvrth, a municipal corporation lacated in Tarrant and Denton
Counties, Texas, Ob�igee herein, in the sum of One Hundred �iaht� �housand. Two Hundred Ninetv �iaht
�ollars and �'ift� Seven Cents_Dollars {$S1�0,�9�.5�) far ti�e payment of which s�m we ��nd ourselves, our
heirs, executors, administrators, successors and assigns, jvinkly and severally, firmly by these presents.
WHEREAS, Principal has entered into a certain wriitan contract with the Obligee dated the 141iaPch 4,
� �aa� , a capy of which is attached here�o and made a part hereaf #or all purposes, fot- the
� consiructian of RIV�R BLU�� ���'�NT[QW PRaJ�Ci Project No. C'l15dQ�011�8�8924.
, � — -- �-
i NOW, THER�FORE, the condition nf Eh9s obfigation is such, if th� saEd Principal shafi faithfuify perform
th� wor� in accordance with the plans, speci�cations, and contraet documenfs and shall fully indemnify and
hold harmless tl�e Obligee from a!I cosis and damages wE�ich Ob�igee may suffer by reason of PrincipaPs
default, and reim�urse and repay Obligee for all outlay and expense that Ob�igee may incur in making good
such defauit, theh this abligatian shall be �oid; atherwise, to �emain in fiull force and effect.
� PRQVIDED, HOWEVER, that this bond is executed pursuant ta Chapfer 2263 of the Texas
4 Government Code, as amended, and all liabilities an ihis bond shall be deterrnined in accorda�ce wifh the
provisions of such statute, to the same extent as if it were copied a# length herein.
IN WITNESS WHEREOF, the duly a�thorized representatives af the Princi�al and the Surety have
executed this instrument.
SIGNED ar�d SEALED this March 4. 20Q3
. �,
�
�
DIRTnTECH EXGAVATION AND CONSTREJCTION
PRINCIPA�
�,
�l
i�.,..,:i: , _ �I�, , �
�-f - `' �- -
�
ATi�ST:
" ! ' //L �
Secretary "
{SEAL}
�.�, �. �o��
�i�il B55 �5 f Lli�fjl
IVate: -Correct name of Prrrtciple (Coniracior)
-Correct rrame of 5crrety
-State of incorporatron of Surefy
By: ' � �
, � � -
Name: � /4�r'G!�/r!/�c.� �
✓ 6
Tit�B: � C � .��.c,v�
AddrBss: 1380 Sweetgum Circle
Kel[er. iexas 76248
INSURANCE CQMPANY �?F THE W�ST
SUR�TY
B ��.� �
Y�
Name: CharEes D. Sweeney
Aftorney in �'act
Address: 1so0 E. Lamar Blvd., 5uite 350
Ar�ington, Texas �6019
Telepilone N�mber: 817-277-4790
Telephone num6er Qf surety must be stated. In addifion, an origina! copy of Pawer of Affomey shall
bs atfached to Sond by the A�fomey-in-Facf.
I
The ciate of bond shall not pe priflr to date of contract.
I1V�PORTAI�IT hTOTICE
To obtain information ar rnake a complaint;
You may contact the Texas Departmeni of Insurance to abtain informaiion on
companies, cpvexages, rights or complaints at:
1-$0�}-252-3439
You may write the Texas Depa�rkment of Insurance at:
P.O. Box 149104
Austin, Texas 78714-91(}4
Fa�c # {S 12) 475-1771
PREIVIILTM OR CLAil� DISPUTES
The address of the surety company making this bond to which any notice af
ciaim should be sent may be obtained by calling the Texas Depa�rtment of
Insu�rance at the above number.
Sh�uld you have a dispute concerning your premuium or about a claim, you
should contact the agent or the company frst. If the dispute is not resolved, you
may contact the Texas Department oi Insurance.
,�
;
ATTt�CH THIS �i10TXCE TU YOUR BO1�D
This notxce is for info�rmmation only and does not become a part or condition of the
attached document. This notice is given to comply with Section ��53.048, Texas
Government Code and Seetion 53.202, Texas Property Code effective 5eptember
1, 20(}I.
zc.v�. GROUP
��� co���y a� T�� w�st
Th� Explorer �surance Campany
T�d�ependence Casualty and Surety Company
11455 Et Caminp Acai, SaFI Diego, CA 9213U 2045
P.O. BQX 85563, San 1?iegq, CA 92186-SSb3
�ssa� 3so-2400 FAX (858) 354�-270'7 �
ww'w.icrvgroup,com
Bond Number: 1�s sQ os
< -
'I �
Te��orrism Risk� Itider
n
This rider address�s the rec�uirernents vf the Tenrorism Risk Tn.sur�nce Aet of 2402.
fn accordance with the abflve Act, we are providing thia disclosure notice for all bonds an which
one �r niare of the abave identified companies is a surety.
' Caverage for certified acts Qf terrorism is included in the attached bond a�ad wil.l be paxtially
,� reimbwsed by the iTnited States under a formula esta��ished by the Act. Tlae Un'sted States will
pay 90% af coveted teirorism [asses in excess of a statutcary established deductible to th�
� � insu�ra�ace company issuing the bond.
: in no way will #�e payment for loss on tivs bond exce�d the limit of lia6i�ty u:�der this band.
� � This rider does not provide co�er�ge for any lvss that w�uld otherwise be excluded by tt�� tetmis
, � of this bond.
�
The portion of tlne pr�mium, for this bond, attributable to coverage for certified a.cts of terrorism
unc€er tt�e A�ct is OneDo3iar f�1.0o1.
'` � . Im}�ortant 1�Totiee: T�ae cnst a�' te�rrorism eovera�e is subject to change on any bond th�at
, _ � p�emium i� eharged annualiy.
�
8or�d No. 188 60 08
PAYIU��NT BONC�
�,
��
TH� STATE QF T�XAS §
§ KNOW A�L SY TH�SE PRESENTS:
COIJNTY OF TARRANT §
That we, (1) 9ir� �°ec� �xcavatEon & Canstruction , as Principal herein, and (2} Insur�rlc�
Gornoanr► af thp Wast __ __ _ , a carpora#ian organized and existi�g under the
laws af the State of (3) T'exas , as surety, are held and firmly bound unto ihe City af Fort Warth, a
municipal corporation located in Tarrant and �enfon Counties, Texas. Obfigee herein, i� the amount af One
Hurtdred Eiahfv Thousand. iwo Hundr�d IVinetv �iqht Dollars and �ifhs Seven Cen#sDollars
(�1�0.298.57} for the paymer�t whereof, the said Pri�cipal and Surety bind thernsefves and the9r heirs,
execuiors, administrators, successors and assigns, jointly and severally, firmly by these presents:
WHEREAS, the Principal has enterec4 into a certain wriften contract with the Obligee daied March 4,
2003, which contract is hereby referred to and made a part hereofi as if fiufly and to the same
eactent as i� capied at le�gth, far the following project: RIV��, �LU�� D�T'EPl�lON P�OJ�CT C11��
020�[�i�02�924, THEREFOR�, THE CON�ITION OF THIS OBLIGATION i5 SUCH, that if the said Principal
shall faithfully rnake payment to each and every clairnant {as defined in Chapter 2253, Texas Gavernment
Code, as amended} supplying labor or materials in the prosecution of the work und�r the contract, then this
abligation shall be void; otherwise, to remairt'ir� ful[ force and efFect.
PROVIDED, HOWEVER, thaf t�is band is executed pursuant to Chapter 22�3 of the Texas
Go�ernmer�t Code, as amended, a�d all �iabilities c�n this bond shall be determined in acoordance with the
pro�isfons af said statute, to the same extent as if it were copied at Eength herair�.
IN WITN�SS WH�R�OF, the dufy authorized representati�es of the Principal and the Surety have
,
executed this ir�strurnent.
SIGN�D and SEALED this Il�arch 4, 2Q03.
e �
,��1�;1�T�`;;� �I � �-;__!
� •-
I]ERT-T�CH EXCAVATION 8� CQNSTRUCTION
PRWC1PAl.
By:
Name:
Title:
�
� � P
.'1�`�°r�� l� �! ���
�� � _s � ��i�
Addl'ess: 73$0 Sweetgum Circle
Keiler, Texas 762a�
riess s t incipal
INSURAiVC� C�MPAMf OF THE WEST
� SURETY
AiT�ST:
.� 4�'� �
, 5ecretary �
� , {S�AL)
By: � � � c�C.,e
. � �
Narne: Charles D. Sweeney
Attorney i� Fact
AddreSs: '1600 E. Lamar Bl�d., Sutte 3�0
Arlington, Texas 76091
�
. �� �
Wit �ess as to ureEy
` Telephone Number: 817-�77-4790
IVofe: -Correct name of Pr�nclple (Corrtracfor�
R -Carrect name of Surefy
-State of incorporation of Surefy
Telephone number af surety must be stated. . In addition, an o►rglna! copy of Power of Aftamey
sha11 be attached fo Bond by the Afforney-in-Facf.
The date of bond shall not be prior to data of con#ract.
,l
.�
MAIAIi�NANC� BOND
7HE STA7� OF TEXAS
COUNTY OF TARRANT
That Dirt Tech �xca�atian �
lnsurance Companv of the West
a corporation
organized under the laws of the 5tate of 7exas, ("Surety"), do hereby acknowfedge themselrres ta be held and
bound io pay unto the Gify of Fort Worth, a Municipal Corporation chartered by vittue of Consiitutioh and laws of
the State af Texas, ("City") in Tarrant County, Texas, fihe sum af One Hundr�d �iahtv ihousand. fv�ro Hundred
�linetv I�ir�F�t Dnl[ars artd �ift� re�en Cents �ollars [�1��,298.57}, lawfut money of the Unit�d States, for
payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do
hereby bind khemselves, their heirs, axecutars, administrators, assig�s and successors, jointly and se�erally.
This obligation is conditioned, however, ihat:
WHEREAS, said Contractor has this day entered into a written Coniract wi#h the City of Fort Worth, dated t�e
f4Rarch 4. 20D3, a copy of which is hereto attached and made a part hsreof, for the perFormance of #f�e following
described public improvements: RIVER �LU�� ��Y�NTIDN RI�OJI�C7° the same being referred to herein and i�
said contraet as the Wor� and heing designated as proJect number(s) C115=fl2011�Q�89�4 and said contract,
includir�g all of the specifications, conditions, addenda, c�ange arcfers and writtert instn�ments re�erred to therein as
Cantract Documents being incorpora#ed herein and being made a part hBreof; and,
WH�REAS, in said Cantract, Contrac#or binds itself ta use such materials and ta so construct the work that it
will remain in good repafr and cortdition for and during a periad of after the date nf tl►e final aaceptance of the work by
the City; and
WHEREAS, sa�d Contracior binds iiself ta maintain said work in gaod re�air and cor�d[tion for said term of _
frrvo f2] vears
Bvnd �Io. 188 6D 08
KNOW ALL BY TH�SE PR�SENTS:
Canstructlon ("Conkracto�'), as principal, and,
§
§
§
and
WH�R�AS, said Contractor binds i�self #o repair or reco�siruct the Wark in whole or in part at any time within
said period, if in the opinion of the {]irector of the City af Fort Worth Department o# �ngineering, it be necessary; and,
WNEREAS, said Contractor bfnds itself, upon receiving no#ice of the neecf iherefore to repair or
reconstEuct said Work as herein provided.
NOW THEREFORE, if said Contractor sha�l keep and perFarrn its said agreement to maintain, repair or
reconstruct said Wor[c in accardance with ail the terr�s and eonditians of said Contraci, ihese presents sha�l be nul]
and void, and have no force ar effect. Otherwise, this Bond shall be �nd remain in full �orce and effect, and the City
sha�l ha�e and reca�er from Cor�tractor and Surety damages in the premises as preseribed by said Confract.
7his obfigatian shall be a continuing one and successive recoveries may be had herean for successive
breaches untll the full amount hereof is exhausied.
IN WiTNESS WHEREQF, this instrument Is executed in 6 counterparts, each of whieh shall be deem�d an .
original, March 4. 2003.
�S •
rincip 5ecretary
. �
itness as rincipal
�
A7TEST:
, ��;%�� �
�
� Secre#ary
�
(SEAL)
D[RT�TECH EXCAVATION � CONS7Rl1CTlON
PRfNC1PAL
�y:
Name:
r�ti8:
�
����������
���.
Addi'BSS: 13$0 Sweetgum Circle
F�eller, 7exas �'6248
INSURANC� COMPANY OF THE WEST
SUF�ETY
g ���� ,
Y: ,
,
Name: Charles R. Sweeney
Attornsy in Fact
Address: �tsoo F. Lamar Blvd.. Sulte 3�0
Arlinqton, Texas 76091
�.. ��
� Wi ss as to iarety
� Telephon� Nurnber: �97'-27�-4�sa
' Note: -Correct name of Princlpie (Contracfor)
-Correcf name of 5urety
-Sta% af incorporation of 5urety
Telephone number of surefy must be sfated. In additfon, an original copy of Pawer of Attornay
shall be aiiached fa Bond by fhe At�omey-in-Fact.
The date of bon� shall not b� prior to date at contract.
i�
r�
No.
ICW GROIIP'
Po�wer of Atturney
Inaurance Com�►any of the Wesf
The Explprer Insurance Comp�ny Indep�ndence Caaualty and Surety Company
I{NOW ALL MEiV BY TI3ESB PRE5ENT5: That Insurance Company of the West, s Corporation duly organized under the ]awa of the Stata a£ Califamia, The
Explarer Insurance Cnmpany, a Corparation duly organizad under the laws of the Stat� of Arizone, and 3ndapendence Casualty and Sutaty Compeny, a Corparation
duly organixed undex the laws of the Statv of Texas, (eollect�velp referred to as the "Cnmpsnies°�, do hereby appoint
CHARLES D. $WETNEY, BOBBY E. MAYd, TAMARA �. MUliiiAY AND TCYLE W. �WLENEY
i6
�
1��
f
1 �
their trua and Iaw£ul Attvrney(s)-in Fact with authori�y to date, execute, sign, seal, and delivear ou b�half pf tha Companies,.#"ide�ity end sureEy bnnds, undertakings,
and other simifar cavtrects of sucetyship, and any related documents.
IN V�IITNESS WI3EI2EdF, the Companies have caused these presents to be axaGuted by its duly avthorized officers this Ibth day o£ Januaxy, 2001.
.�1M� �a• ';$� �
���p � q► _., Y. �-!p �
'� o �� o �° °� � 1
� � �
.,, _ � R,���
� � �° ' . �
.
1� �
C
.lohn H. Craig, Assistant Secretary
INSCIRAIVCE COMPANY OF "IHE WEST
TFIT� �XPLORER lA'SURANCE COMPANY
INDEPLNDENC� CASUALTX ANA BiJRETY COMPAI�Y
�-
Jnhn L. Hanu�un, Eacecutive Vice President
5mte of California
County af San Diego � s��
On Jauuary 16, 2001, before me, Norma Porter, Notary Publio, personally appe�red John L. Hannum and dohn H, Craig, personaliy knawn to me to be
the persons whoae names are �ubscrihed ta the witivn inatrument, ar�d acknowledged to me that they executed the same in their authorized eapaaities, and that by
their signat�ues an the instrumant, the entitq upon behalf of which the pexsons aoted, axecuted tha instrume�rt.
I �'. .�'� � '�n�r�A,por�r�i�" ' �
�. • aon+rn�, �i��r�an
E1 NOI1MHYwU�LlG•GAtIFq NlA'�
� I fy �",, SpN DI�{iO:CC3lJ
« IUIy C`mm�v�;sirsn Ex Fe�
NfAfiC1� TA�-�0. A
n ��� �� �. �. �� ��,.,�.. ��
RESOLVCIONS
Witnass my hand and offscial seal.
�
Narma Porter, Notary Public
This Pawar of Attorney is granted end is gigued, sealed and naYarized with facsttnile signaturea snd seals undar �uthority of tiie following resalutiona adopked by
the respective Boarda of Directars of eaah of tf�e Companies:
'RESOT,VED: That the Presid0nt, an Exeautive or 5enior Vice President of tha Company, togethar with tEie Saac�+tary or any AssistanY
Secretary, ate heteby autlaorized to execute Powera of Attorney appointing the person(s) named as Attorney(s)-in Faot to date, execute, sign,
seal, and d�Iiver nn behalf of tha Company, ffdalitp and suraty honds, undertakings, and othar similar contracts nf auretyship, and any related
documents.
RE50LVED F[7ATHER: That the signahues ofthe officers making the appointrnent, and the si�ture of any officer Eerti£ying the validiry
and current status of the appointment, may 6e fansimile representations of those signatures; and tha s�gnature and saal of any natary, end tha
seal o£ thB Company, may be faosimite repreeentations of tho�e signatures and seals, and auch faceim3le ropresentations shall have the same
force �nd ef%et as if manually af�ced. The �'acsimife represent�tions refexxad to haroin may be a�ed by stamping, printing, Cyping, or
photocapying. ��
CERTIFICATE
� I, tbe wzdatsigaed, Aasistaat 3eerafary of Irisur�t3ce Company of the Weat, The Explorer Insurance Company, and indape�►den�e Cesualty and 3urety Company, do
haraby ccrtify that the foregnirig Powex of Attomey ie in full force and effeat, and t�ss not 6een revoked, aed that the above resoiutians were duly aclopted hy t�e
respective Boards of Diractors of the �ompanies, end are now in fuU farca.
I� IN W[TIVESS WHEREOF, r n�ve �r my �oa r� 4th aaY of March , 20D3 .
�
�r
Johti H. Craig, Assiatant Seoi�etary
�.�
To verify the authenticity of tiva Pawer of Attorney you may call 1-80U-877-i 1 L 1 and ask for the Surety bivision. Pleaaa xafvr to the 1'awer of Attornney 1Vumber,
tb.e alao�e named individual(s) and deteiis of the bond to wluch the power is attached. l�or infarn�ation or filing olaims, please conteat Surety Claims, TCW Group,
11455 El Camino Reai, SanDiego, CA 92130-2045 or call (858) 350-2400,
�i�
�
�
k
��
�
I�
���� � ` �/������l�
�CIl�' of �'o�°� ��r��l�
.�
CITY QF FORT WORTH. TEXA�
- - co�i�ci - -
THE STATE OF TEXAS
COUNTY 4F TARRANT
.
KNOVII ALL MEN BY THESE PRESENTS:
THIS agreement ma�e and entered into this the �arch 4, 2003 by ar�d between �he CITY
OF FORT WaRTH, a municipal cor�aration of Tarrant County, T�xas, organized and exis�ing under
and �y v�rtue of a special char�er adopted by the qualified voters within said City on th� 11�h day of
December, A.D., 1924, under the authorify (vested in said �oters by �he "Home Rule" provision) of the
Constitution of Texas, and in accordance with a resolution duly pass�d at a regu[ar meeting af the City
CoUncil of said ci�y, and the City of �ort Worth being hereinafter �ermed Own�r, �nd Dir��Tech
I�xcavation � Construc�ion HEREINAFTER CALLED Contractor.
WITNESSETH: That said parties f�ave agreed as follows:
1.
;� That for and in consideratiort of the payments and agreemen#s hereina�ter mentioned to be
made and per�ormed by the Owner, and under the canditians expressed in the bor�d bearing even dafie
. herewi�h, the said Contractor hereby agre�s wifh the said Owner fo commence and complete the
+� construction of �ertain improvements described as follows:
RIV�R �L[1�� ��i�IVTIOPI PROJ���`
�f
Designated as project number, G1��a02U1'C�0�8924.
z.
That the work h�rein contemplated shall consist of furnishing as an inde�endent contractor a!I labor,
tools, appliances and materials necessary for �he construction and compfetioR of sa�d projecf in accardance w�th
all the Plans, Sp�cificafions and Contract Documents prepared by the Transportatian and Public Works
Department of the City of F'ort Wor�h ado�ted by the City Council of the Ci#y of Fort Worth, which Plans,
Specificatians and Confract Dacuments are hereto attached and made a part of this contract the same as if
written h�rein.
3.
The Contractar her�by agrees and binds himself fo commence the construction af sai� work
,� within ten (�0} days after being natified in writing to do so �y the Transportation and Public Works Department of
the City af Fart Worth.
!L Ua�'.,. + �
�',� f�''„r_�:�- r
�?II,It
`" L
,.i�;l7}� r
il �I'
Ci��
:�
The Contractor hereby agrees to prosecut� sa�d work with reasonable diligence after the commencement
thereof and to f�lly complete and finis� the same ready for the inspection and ap�roval of the Transpor�atian and
Public Works Department of the City of Fort Wor�h and the City Councii of the City of Fort Worth within a p�riad
of i� war�rina da�s. . -
If the Contractor shauld fail to comple�e the woric as set farth in fhe Plans, 5pecificafions and
Contract �ocuments within the time so stipulateci, pl�s any adciitional time a�lowed as ptovided in the General
Condifions, there shall be deducted from any monies due ar which may t�ereafter become due him, the sum of
210 per working day, not as a per�alty but as liquidated damages, the Cantractor and his Surety shall be liabJe
fo the Owner for such deficiency.
5.
Snould the Confractor fail to begin the w�rk hereir� provided far within the tirr�e herein fixed or ta
ca�ry on and cam�lete the same accor�ing to the �rue meaning of the intenf and terms of said Plans, Specificatior�s
and Contract Documents, ihen tF�e Owner shal[ ha�e the right to either demand the surefy to take over the work and
complete the same in accordan� with the Gontract Documents ar to take charge of and complete the work in.such
a manner as it may deem proper, and if, in the completion thereof, fhe cost to fhe said City shall exceed the
contrac� price ar prices set forth in the said Plans and Specificatians made a part hereof, fh� Contractor andlor its
Sureiy sha[I pay said City Qn demand in writing, setting forth and specifying an itemized statem�nt of t�e tota[ cost
thereofi, said excess cost.
Q
Confiractor co�enants and agrees to indemnify City's engir�eer and architect, and their persannel
at the project site for Contractor's so[e negligence. !n addition, Contractor covenants and agrees fo indemnify,
hold harmfess and defer�d, at its own expense, #h� Owner, ifs officers, servants anci employees, from and
against any and all claims or suits for property foss, prope�ty damage, personal injury, including death, arising
out of, or alleged to arise out of, the work and services to be performed hereundar by Contractor, its officers,
agenfs, employees, subcantractors, lic�nsees or invitees, wheiher or not any s�ch infurv, damaa� or death is
caused, in whole or in parf. by fhe neqliqence ar alleqed neqliqence of Owner, iis officers. servants, or
emplav�es. Contraetor likewise covenanfs ar�d agr�es to indemnify anc� hald harmless the Owner from and
against any ancf all injur�es to Owner's officers, servants and employees and any damage, ]oss or destructian to
property of the Owner arising from the pe�fiormance of any of the farrns and conclitions of this Contract, whether
or not anv such iniury or damaqe is caused in whole or in ,pari� bv the neqlipence or alleaed nealiaence
of Owner, its offi'icers, servarrts or em,nlovees.
In the avent Owner receiv�s a written claim for damages against the Contractor ar i�s subcontractors prior fo
• fir�al payment, final payment shall not be mad� until Contractor either (a) s�tbmits to Owner satisfac#ary evidence
,; that the claim has been sett{ed andlor a re[ease from the claimant in�olved, or (b) provides Ovvner wifh a lett�r
from Contractor's liability insuranc� carrier fhat fhe ciaim has been refierred to tF�e insurance carrier.
�� The Director may, if he deems it apprapriate, refuse to accept bids an atf�er City of Fort Worfh public work from a
Contractor againsfi wham a elaim for damages is outstanding as a result of wark performed under a City
. _ Contract.
�
� � �
� h f [•, ;.i
� �,� �
r.
�- � 5�1'�' �
Co2
7.
The Cantractor agrees, on the execution af this Con�ract, and before beginning work, to make, axEcute and
deliver to said Gify of Fort Worth gaod and sufficient surety bonds for the faithful perfarmance of #he terms and
stipulations af ihe Cantract and for the payment to all claimants for labor and/or maferials furnished in the
prosecu�ion of the work, such bonds being as pro�ided and required in iexas Corrernment Code SectEon 2253,
as amended, in �he form included in the Contract Documents, and such bonds shall be One Hundred Percent
�100°/a) of the total contract price, and the said surety shali be a surety �ompany duiy and legally authorized to
do business in the State pf Texas, and acceptable to the City C�uncil of the City of Fort Worih.
��
Said City agrees and binds itself fa pay, and the said agrees to receive, for all of tf�e aforesaid work, and for all
add�fions thereto or deducfians therefrom, fhe price shown on the Proposal submitted by the successful bidder
hereto attached and made a part hereof. Payment will be made in mdntl�ly installmenis upon actual work
completed by Contractar and accepted by the Owner an� receipt of invoice from t�e Contractor. The agreed upon
total contract amaunt {including/exc[uding) alternat�s PlIA shall be:
� f �ne Hundred �Fghfy ihousand, iwo bundred �'inefiy �igh� �o![ars and F�ffy Seven Cenfs
��
$7$0.298.�7
�
�� It is further agreed ihat the performance of this Contract, either in whale or in part, shall not be
sublet or assigned to anyone else by said Contracfor without th� wriiten eonsent af fhe Director of the
Transportation and Public WorKs Department_
10.
. Th� Cvntractor agre�s �o pay at least the minimum wage per hour for al] labor as the same is
� classified, promulgated and set out by the City of ForE Wnrth, Texas, a copy af which is attached hereto and mad�
' a part hereof the sams as if it were copies verbatim herein.
;�
1�.
It is mutually agreed and und�rstood ti�at tF�is agreement is made and �ntered info �y fhe parties
'� hereto with references to the existing Charter a�d Ordinances of the City of Fort Worth and the_ laws of the State
af Texas with references to and gov�rning all rnat�ers affectir�g ihis Contract, and the Canfractor agrees to fully
comply with all the provisions of the same.
.L
IN WIT�JESS WHERE4F, the City of Fort War�F� has caused this instr�tment to be signed in six 6 caunt�rparts
in ifs name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal af the
City of Fart Worth attach�d. The Contractor has executeci this instrument through its duly aufhorized offie�rs in
six B counterpa�ts with its eorporate seai attached.
I _ ��';�
li, f ��'
!�
G�3
Dane in Fort Worth, Texas, this the �Varch �, �003.
REC�iV�N��N���:
.
' � fCo��r'�
(Coniractar)
BY: � �
{Representative)
�. ,�� _,� � �- '� 1
_ �}
.
;� �,
°•�� _
A �/
(CitylStatelZip)
No�amber 1960
R��ised �111ay 1986
Revised September 1992
Re�ised�January 1993
Revised April 1999
Revised June 1999
Revised .�une 20Q1
Cl � �pR'T
ASSISTA T l� MANAGER
APPROVED;
y ��
'�" �` _
-... --
DIRECTOR, TRANSPORTATION AND PUBLIC
W�RKS
ATTEST:
��
�� �
�CITY 5
(SEAL)
�
V
� � ( ! �Xl �
Co�� c Autha iz tion
.� a �
��....
__ _ .�.F .___.�_. _�
r����
APPRO D AS TO FQRM & LEGALITY:
SSISTANT CITY ATT�RNEY
- _ , -_
t
,,
� 1
C-4
C'ity of �o�t Wo�th,�. �'exas
l��yar a.�d G�u�c�I Co�mu�ic.��i��
DATE REFEREiVCE NUMBER LOG NAM�
3141a3 �'*�-1950�I 20DlRT
sus��cT AWARD OF CONTRACT TC� €��RT-�`��H ���A1�A�TI�C�
THE RIVER B�.UFF DETENTiDN PROJECT
RECOMMENDATION:
PAG�
� � �t �
AND C�NSTRUCTION FOR
It is r�commende� that the City Council authorize the City Manager io execute a cantract with Dirt-Tech
Excavation and Construction in th� amount of $� 80,298.57 for 75 working days far the River Bluff
Detentio� Project.
D15CUSSION:
On July 1, 2001, heavy rains caused flooding ofi homes alon� River Bluff Dri�e. Subsequent
investigatian iden#ified an undersized storm drain system tha# was inadequate to control storm water
runoff. The most cost effective salution was d�termined to be the instaflation of a detention pond in
Ci#yvi�w Park behind the River Bluff Drive homes. Design details f�ave been included to ma�e the
detentiQn pond an amenity in this undeveloped parlc.
This project was advertised for bid on October �1 and November 7, 24fl2. On December 5, 2�02, the
fo[lowing �ids w�re received:
BIDDERS
Dirt-Tech Excavation & Constructian
Orval Hall Excavating Com�any
G. G. Carter Canstruction
Laughley Bridge & Gonstruction, Inc.
Jayko Development, Inc.
Site Concrete, Inc.
Eagletan Cflnstruction, Inc. ,
Earth Buifders, Irtc. �
AUI Contractors, L.P
Jeske Construction Company
M. A. Vision Construction Company, Inc.
6ASE BID AMOUNT
$1 d$, i 84.53
�146,25i.06
$188,479,45
$149,481.90
;�141,630.25
$141,1��.50
:�� �6,012.63
�1 s�;�.�:�a
�191,42�.75
$21 �,045.5Q
$266,� 7Q.QQ
ALTERNATE BID
$180.298.57
$228, i 19 .OS
$252,395.fi9
$253,989.60
$255, � 09.75
�2�s,7aa.�o
$276,108.80
$31 �,Q� 1.85
$318,752.95
��2o,�2a.2o
�4� 2,946.5�
This project i� being funded by Councif District 3 undesignat�d funds up to $217,SQ�.Dq. �� additi4n to
the cons#ruction contract, $22,995.00 was previously used for design #ees, and any remaining amaun#
will be used for constr�ction inspection ($7,2��.00} and car�tinger�cies for �ossible change orders
($7,253.43). �
TY�e law bidder, Dirt-Tech Excavation and Construction, is in compliance with the City's MIWBE
Qrdinance by committing to 24% M/WBE participation. The City's goal on this projec# is 19%.
This praject is located in CQUNGiL DISTR�CT 3.
. C'ity o, f.�'o�t Worth, Texas
i����r a�d Cou��i[ �o�nm��i���i�n
DATE RE��R�NCE NLIMBER LOG NAME pq��
314103 **�_���p� 20DIRT I 2 of 2
SUBJECT AWARD OF CONTRACT TO DIRT-TECH EXCAVATION AND C�NSTRUCTION FOR
THE RIVER BLUFF DETENTION PRQJECT
FISCAL lNFORMATION/CERTIFICATiOf�: �
The Finance Direcior certifiies that funds are available in the current capital budgets, as appropria#ed, of
the Street Improvements Funds.
MO: r
;
�ubmitted [or �:4ty Manager's
Of�ice 6y:
Marc Ott
Originating Department Head:
Robert Goode
Additional Information Colatact:
�J F'[IND I ACCOUNT I CENTER I AMOUN�'
I (��)
8476
� �
7$04 I (from) I
GS67 5�41200 020670289240 $132,897.Q4 I
C111 541200 020111028924 $ 47,401.53 I
CTi'Y SECRETARX
APPROVED 314/Q3
George Behmanesh 7914