Loading...
HomeMy WebLinkAboutContract 28565< < � �IiY ������A�Y ����� � �4N`�#�ACT 1� . . . ..� .. � SP�C�FI�A'���1�TS �1D ��i�T�.�T 1����1�EN'�`S ai�W VFJ�1 Yld� I ,c _. C0�`w�1R ��ra�Wcr��s �oi�� � . ���f 5�����lf ; �, ��r ���►���s ����� _ ��d�iFi���i�� �iV. ._, � �1pW n �� �OFfif I . ,. � . �...�, ��sc�.� ���.��o�� - ���� - - . - _- - ���r� �o����� ��� s������s � � .' 4 . _ . � •+ �I'I`� O�' FORT ��1z'Y'�II, 'I'E�� 'g'][�1����RTA�Y�1� AN� PUB�IC 'V�OR]�S �D��P�R'T�VIEi�T'� KEI�ETH �. BAItR �AYO�t � i GARY JA�K�ON CIT�' 1VIAI�AG�R ROBERT D. �O�DEg P. E, � D�RECTDR J4E S. TER�TUS, P.E. - AS�YSTAI'�TT DIitEC1T���, ,,.. ,, N,, ,-- f 1i,�,,� :;,�J„ .� �,: i. . , ..� , - � � "`�,:. ��=T},*�'',°� `�•-`4'. a,�': .,,�: ���� so. � � . ��"'��o �'` ' " '�•;;�� �l� � r ,y, `" � ��� ��_5 :................... ...tii.. e�� �,, ���i..Ga<:�'�:�- �`:���a� I�+� " ePa ' _{0�.. • p 60 ��p��:' ' � ��' a� : f�11y r � �,a n��': 'L �`%.° ;�;i'CP' &F��i}..+ • n'.,3-`�.r; St�, +`e'..�.- :9 +4 5.�.. ." � . . - � �Y� ,I'_i .' f4 � ', + �k+' ��, � �`� � � ��� �� � /,� /�� � ���� 7���. ��E�]Eli��El� 200� ..., � ._ _ � , ` C�t�� ��`�'o�t ���t��, .��,�r��x ����r� ��� �o+����� �����������f � ba�T� k�rE:F�Tr�C:EAfUrv�i�=.F� �D�rv��nC 1 �r�G� �l���o� �*�+19�� 0 _ l .�o�EIVTU�� � af � ��e_���r AV�AI�D �F ���1TI�A�T T� ���1TUF`tY �EF�V1��S ���+lF'�[�1' ��� �1'��{7�—��0� I �N�iJAL ��n�Tl�A�T F�R SJ��V�lA���� R��O�v1iv��1�D�Tl�k�: It �s r�cotr�mend�d �hat tl�e �it� ���n�i1 autl��fi�e th� �ik�+ 1v�ar�ag�r t� exe�ut� #he F�Y����-��0� ann�al �antract fvr �id�w�Eks WI�C'"I L�31tUf� S@CVIC�� ��mpar�y �r� �he ��n�unt af ��56,��0 for th� cor�sttu�ti�n of �rew si�ewalks af �ar�ou� �o�a�ior�s. DISCI�S�IDN: 1"he '1998 ��pitaf Impro+r�r��nt Prac�ra� includ�s tu�ding f�r ��ty sid�waEl� p���ec�s_ T17es� P�,r��s u+lil �e u�ed f�r th� ��f� Path�wa}rs Pr�gs�a� to dev�lop �af�r wal�fng ro�te� wGthin i�h� vi�lr�€t� of scF�o�l� and prc��F�e ac��ss �o r�ajor relail ��rrters ar�d ���e�#rian g�ne��t�rs_ Th� amo�nt �f $t�6,���, fr�rn 1�98 ��pilal li�n�rov�n�en# Pro�rarn iunds. will �e �sed for tl�i� prok�ct_ �n 4�#ol��r ��, �00� {h+l&� G- 1��84}, Ei�� �i#y ���n�El �uihariz�� the �`ema��ir�� ����,�0� fr�m t�e �api�al Pr����t� R�serv� Fund �s a one-�i€n� �x}�en�i#ure ir� F�'200�-��Q� fi�r sidewall� �ons#ructl�n, T�ral func�ing �n th� �rno�nt �f $�5�,��� for t#��s ar�n�al c�r��ra�t ha� i�ee� pro�id�� in the cu�r�r�t ���i#al bu���t. i�r ord�r �o rna�cir�t�� #ha ��f� Pat��ways Prograr�'� 2�v�kJabGe f�r�ds, ail r�qu�sts ft�r sid�wa�ks wil� con�inu� ia b� ��+aluat�ci ��s�d u}�or� cflter'ra c�e�eEo���i ��r �he �eans�orta��ori �nd PubGic W�rEcs De��rtme�r#, The�e cr�t��la �onsi��r pede�trt�� v�l�me�, types o! ��r��#s, locat�an o� s�hoals, re��EJ c�;nter�, parks, ar�d r�#her �ublic fa�i�kti�s, �e�� lo��tior�s with s��cia� s�fet� �oncerns {i.�. sp��ding, high �r�#��c volum��, �ccider�ts, �kc}. A sid�wa�k c�rrst��,ction pr�gr�m has b��� prepar�r� for FY�O��-200�. �h�� proj�ct w�s �dv�rtised for ��� �r� D��emb�r �� and ��, �00�. �n Jan�ary 1G, ��p�, th� Fo€��wir�c� I�ic#s w�f� r���lv�d: BlC�DEF� �er7tl�ry �ervic�s �ampanv 1+1fe�thill �on��r�ctian, In�. M. !�. llinsan �or7�trr�ction �o���n�, 1n�_ �d A. V4+il��x�, In�. !�-�on, In�_ AM��1�VT ���6.�0� $�7�, � �� �� � �, ��5 �3�s,s�� $�73, 7�0 ��rr#�r� �ervic�s �orr���n� i� �r� comp�ia�r�� v�riil� the �it��r's 1k+fJ1NB� p��inance b� �ommi�ting to 27�1q i MI�+VB� pa�E�cG{�atior�. The �€k�'� �a�l an �his pr�j�ct �� ��i°ls. TI�� apl�rox�ma�e #o#ar len�th of sidev�ralk ca�nskru�li�n will b'e ��7,�0{� fe��, �id�walk� will t�� c�n�tructed ir� �4L.L �OU�1�1L DI�TRi�T�. �'he �is� �� lo�ak���rs I� l�e��g ��rr�lop�� par th� �af� pa#hwa�s Pr�gra�n, � — � r : _� �'i�j� o� f ' .�'o ��� �o ����r, Texas �a��� ��� �o����� �o��������i�� n�.T� :�r-;:.r��cr �v�a��� r� LC�c} �IAh�E ��c� �{1810� *��,.����0 �O�Eh1TURY � �of� �����-�r�� A1NA,RD O� �O�1TF�A�T TO �EEVTURI' �E1�111�E� �ONIT�ANY FOR FY��O�Y��03 A�vr�iUA� ��f�TRA�T F�F� ��D�V�lA,L�C� � �C��A,L �N�'c�RfUiAiIC]NI��F�TI���A'���fV: Tl�� Fin�r�ce Dsr�clor certiiies il�at f�nds ar� �vallabl� irr t�e �u�r�n� ��pital budg�t, �s ap�r�pria�e�, of �n� �i�r�ei Ifs-rpr�v�m�r�ts �und, I�O:ic 5ul�mwfke�J f�r CYIy 47nnvger's I ��{�C{—' al}'= I �Y3lC Qir f]rf�Ens�tin�; Dr.3r;Grlrnint Hcad: I Ftabcr# Sloo�f� �►ddlliui�al Infoo-mnllon C'iFis�aet: Ro�se�t Cint�de �� f�4 7lii}� � 804 rU�o _� aCc:c}l.�'T [;4) I —_ � I � { frt��„) �115 5��12QQ ��:�Tr� �������r� � I a�0i�5�3�126 ���6,3��_0� crr� s�:r�r���„r,art�� .����o��•r-.r� ��aar�� T�TOT�CE TQ ��I)I,]ERS Fx�CAL YEAR 20Q2 -- 2003 A1��TUAL COl�TRACT FO� SIDEWALKS The project eonsists of a renewable annual eontraat far the eompl�te installation of sidewallcs and sidevvalk rainps ai locations specified by the City o£ Fort Warth. Bids should be addressed to Mr. Gary Tackson, City Manager of the City of Fort Worth, T�xas and will be received at the Purchasing Office until 1:3� P.M., Thursday. Ja�nuary 16, 2Q02 and tl�en publicly opened and read aIoud at 2:OQ P.M, in the Cauncil Chambers. Plans, Speci�c�.tions and Contract l�ocurnenfis far this proj�ct may be obtained at the Transpartation and Puhlic Warks Departmeni, Second Fioor, Municipal Building, 1000 Throclrnlorton St�eet, Fort Warth, Texas. 4ne set of documents will be provided tn prospeckive bidders for a. deposit of $20.40, such deposit wzll be xefunded if the documents are returned in good condition within (10) days after bids are opened. Additional sets may be purchased on a nonrefundabie basis £or twanty dollars ($20.00) per set. These doc�aments cvntain additional information for prospectivc bidders. A Pre-Bid Con%rence will be held at 3:00 �'.M.. Mondav, Deoember 30. 2002 in Room 270 of Czty Hall at the Transportation/�'ublic Works Depaxtnnen#. .All biddexs are encouraged to attend. , Bid security is required in accardance with. tl�e Special Insnuction to Bidciers. � The City reserves the right to rej�ct any andlor all bids and waive any and/ar a11 irreguIarities. No bid may be withdrawn until ihe expirat�on of forty nine {49) days from the date tne MIWBE UTILIZA.TION F�RM, PRIME CONTRACTOR WANER FORM andlor tlae CxOQD FAITH E��'ORT FORM � {"Documentation'") as appropriate is received by the City. The award of contract, if made, wili be within forty nine (49) days after this doeumentation is �eceived, but in no case will the award be zx�ade until the responsibility of the bidder to whozx�, it is propased to ar�ard the con�ract has been verified. Bidders are responsible for obtaining alI Adden.da ta the contraci documents and acknor�vledging receipt a� the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do nai aclrnowledge receipt of all Addenda tx�,ay be rejeoted as being nonresponsi�ve. Inforrnation regarding the status of Addenda may be o�tairred by contacting the Transportation and Public Works Department at (817} 871-7800. In accord with City of Fort Worth 4rdinance No. 11923, as arnended by 4rdinance I3471, the Gity of ; Fort Warth has goals for t�e participation oi minority business enterprises and wornen business enterpris�s in City contract. A copy of the Orc3inance can be obtained fram the Of�ce of the City Secretary, The bidder shali suhmit the MBEIWBE UTILIZATION FOIt1V.i, �RIME CONTR.ACTOR WANER FORM and/or the GOOD FAITH EFFORT FORM ("Dacurnentation") as appropriate. The dncamentation must be received no later than 5:00 PM, five (5) City business days after the bid opening da#e. The bzdder shall obtain a receipt from t�e appropriate ernploy�e of the managing department to w�om cielive�ry was xxtade. Such receipt sha11 be evidence that the documentation was received by ihe Cxty. Failure to comply shall render the bid nor�responsive. For aciditional infarmation, contact Mr. ' Mike Weiss at (817) 871-8485. Adveriising Dates: Dece�nber 19, 2UO2 Decem�er �6, �00� �PECIAL.IIlSTRUC�'�N� TO B�IIDER� 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Warth, in� an amount of not less than iive (5%) percent of the total af the hid submitted must accompany the hid., and is subjeck to for%it in #he event the succ�ssful bidder fails to execute the contract docurnents within ten (10) days after the contract has been awarded. To be an acce�table swrety on the bond, (1} the name of the surety sl�al! be included an the current U.S. Treasury, or {2) ihe surety must have capital and surplus equal to ten times the limit of the bond. The surety must be licensed tn do business in the State of Texas. The anr►ount af the hond shall nat exceed the amount showx► an the treasury list or one-tenth (11Ip} the total capitai and surplus. 2. PAYMENT AND PERFORMANCE LONDS:, Ti�e successfizl bidder eniering i�ito a contract for the work will be requ�ced to give the Gity surety in a sum equal tv the announi nf the contraet awarded. In this connactinn, #he successful bidder s�all be xequued tn furnzs% Perforniance and Paynn.ent Bonds, all in a sum eqnal to the anaount of the contract awarded. The form of the hond shall be as herein provided and the surety shall be acceptable to khc City. All bonds furnished hereunder shaIl �rr�eet the requirements of Texas Government Code Section 2253, as amended. In order for a surety to be acceptable to the City, {1) t�e uame af the surety shali be included on tbe cwrrant U,S. Treasury List of Acceptahle Sureties (Cireular 870), or {2} the surety must have capital and snXplus equal to ten times the amount of the bond. The surety must be licensed to dn business in the State of Texas. The annonnt af Ehe bond shall not exceed khe amaunt shnwn on the Treasury iist or one-tenth ( ll10) oi Ehe total capital and suiplus. Ifreinsurance is required, the company writing the reinsurance must be autharized, accredited or txusteed to do business in Texas. No suraties wi116e accepfed by the City, which are at the tiziae in deFault, or delinquent on any bonds ox r�hich are interested in any iitigation against the Cit�y. Should any surety an. the cantract b� deternvned unsa#isfactory at any time by khe City, notice will he given ta the Canlzactor ta that eifect and the Contxactor shall immediately provide a new surety satisfactnry to the City. A Payment Bond shail be executed, in the amount of the confract, solely for the protection of all clainnan#s supplying labor and materiais izi the prosecution of the work. A Perf`armance Bond shall alsa be executed, in the amount of the con�ract conditianed an rhe faithful performance o� tha work in accordance with th.e plans, speciiFcations, and contract documents. Said bond shall solely be for the protectian af the City af Fort Worth. 3. L�OUiDA'I'ED DAMAG�S: The Goni�actor's attention is called tv Part 1, Item 8, paragxaph 8.6, af the "General Pro�isions" af the Staiertard Speci�cations for Street a�ed 5'torr�r Drain Constrrsctio�: of fihe Cxty of Fort Worth, Texas, cqnceming liquidated dannages for late corr�pletion of projects_ �� �4. AMBIGiTITY: In case of ambiguity ar lack of clearncss in stating prices in the praposaI, the City reserves the right to adopt the nios# advantageous consiruction thereof to the City oz fo rej�ct the proposaI. 5. EMPLOYMENT. All bidders vsri113�e required to cornply witlx City Ordinanc� No, 7278 as arnended by City Ordinance No. 7400 (Fort Warth City Cade Section 13-A-21 iYuough 13-a-29) prohibiting discrimina�ion in employment practices. 6. WAGE RATES: All bidders will be required to comply with provision S 159a af "Vernons Anz�otated Civil Statutes" of the State of Texas vsrith respect to the payment pf prevailing wage rates as estabiished by the City of �'ort Worth, Texas and set forth in Contract Doc�ments for this pro}ect. Special Instructions to Bidders Page 1 of 7 7. F1�NANCIAL STATEMENT: A current certi�ied finaneial staiement is reqnired Uy the Transportation and Public Wprks Departrr�ent for use by tkae CITY DF FQRT WORTH in de#errnining fhe successful bidder. This statement is to be prepared hy an independent Publie Accountant holding a valid permit issued by an appropria#e State Licensing Agency. 8. YNSURANCE: Within ten (10) days of receipt of notice of award of contract, the Contractar must provide, alang with executed contract documen#s and appropriate bands, proof of insuranGe for WoriZer's Caanpensation and Comprehensive General Liability (Bodily Injury-$250,000 each person, $SOO,OOQ each occun'ence; Froperry Damage -$30Q,OQ0 each oceurzence). Thc City reserves the right to requast any other insuranae covera�es as raay be required by each individual project. ADDTTYONAL IN5URANCE REOUIREMENTS: a. The City, its officers, ernployees and seroants sl�all be endorsed as an additional insured on Cont�actor's insurance policies excepting emgloyer's liability insurance coverage under Contractor's workers' compensation insurance policy. h. Certificates of insurance shall be delivered to the City of Fort Worth, cant�•act adminisirator in tiie respecti�ve depariment as speciiied in the bid documents, 1Qp0 Throclanorton Street, Fort Worth, TX 761.02, prior to comznencement nf work on the contracted project. c. Any faiIure on part of the City to request required insurance documentation shall not canstitute a waiver of the insurance requizements specz�ied herein. d. Each insuranc� policy sl�all be endorsed to pr�vide t�e City a rninixpum thirty days notice of cancellation, � non-renewal, and/or material change in policy teizns or co�er�ge. A ien days notiee shall be acceptable in the event of non payment oi premium, e. Insurers must be authorized to do business in the �tate af Tex�s and have a current A.M. $est rating of A: VII pr �c�uivalent measurc of �nancial strength and solvency. f. Deductible limits, or seif-funded retention limits, on each policy must not exeeed $1 f},000.00 per occurrence anless otherwise approved hy the City. g. �ther than worker's comgensativn insurance, in Iieu of Izadiiional insurance, City may cansider alternaiive . coverage or risk treahnent measures through u�surance poois or risk reten�ion groups. The City must approve in r�vriting any altez'native cvverage, h. Workers' compensation insurance policy(s} Covering empioyees employed ian. the project sl�all be endorsed rvith a waiver af subrogation pra�iding rights of reaovery in favor of the City. i. City shall nat be responsible fqr the direct payment of insurance pze�nium costs for cantractor's insurance. j. Contractar's insurance policies s�all each be endorsed to provida thai such insurance is primary protection and any self iunded nr commereial co�erage mainiained by City shall not be called upon to cantxibute to loss reco�ery. k. Tn the caurse of ti�e project, Coniractor shal� report, in a timely manner, to City's official3y designated contact adnninistrator an y?�cx�own loss occurrence w�ich could give rise to a liabiliiy elaim or Iawsuit or - which could result in a prope��ty loss. 1. Con�zactar's liabiIity shall not be Iimited to the specified amounts of insurance requir�d herein. Fn. Upon the request of City, Contractor sha11 provide complete copies of al� insurance policies requireci by these contract dacuments. Special Xnstructzans to Bidders Page 2 of 7 4. NOFN-RESTDENT BTDDERS: Pursuant io Arlicle 601g, Texas Revised Civil Statutes, the City of Fort Wprtk� r�vill not award this contract to a nonresident bidder unless the nonzeside;nt's bid is iawer than the lowest bid submifted by a responsible Texas resident bidder by fhe sarrie amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a camparable eontract in the s#ate in vvhich t�e nonresident's principal place afbusiness is located, "Non-resiclen# bidder" means a bidder whose principal place ofbusiness is nvt in ihis state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in khis siate. "Texas resident bidder" means a biddcr whose principaI place of business is in this state, and includes a cont�actor whase ultimate parent company or �ajoxity awner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the �'roposal must be filled aut by all nQn-resident bidders in order for its bid to rrieet specitications. The failure of a nonresident contractor ta dn so vvill automatically disqualify ihat bidder. 10. MINORiTY AND'4"�'OMEN BUSINESS �NTERPRIS�S: In accord with City oiFort Worth Ordinance No. 11923, as amended by Ozd'mance 13471, the City of ForC Worth has goals for the participatian of minox:ity business enterprises and women business �x►terprises in City cnntracts. A copy of the Ordinance can be obtained from the aff"ice of the Gity Secretary. The bidder shall submit #he MB�/WBE UTTLSZATION �4RM, PRTME CONTRACTOR WATVER FORM andlor the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. The Documentai�on must be received no later than 5:D0 p.m., five {5) City business days after the bid apening date. The bidder shall abtain a receipt from the appropnate employee of the rnanaging department to whom deli�ery was made. Sucii raeeipt sha�l be evidence that the Documentatzon was received by the City. �ailure to comply shaSl render the bid non-respansive. . 1lJpon request, Conhactor agrees to provide to own�r complete and accurate information regarding actual work perfv�ed by Mznority Business Enteiprise (WBE) on irhe conUract anc� payment th.erefose. Contractor fiirther agrees io permi.t an audit andlox examinatipn of any books, records or files in its possession ihat will substantiate the acfual work per%rmed b�+ an MBE and/or WB�. The tnisrepresentatinn of facts (other than a negligent � misrepresentaiion} and/ar th� cor�nissian of fraud by the Caniractar will ba gxounds foz tarminatinn of the .. contract and/or initiation action under appropriate federal, state or Iocal laws flr ordinances relating to false statement; further, any such misrepresentation (other than a negligent misrepresentation) and/or camrnission of �• fraud will result in khe Conisactor being 8etermined to be irresponsible and barrad from participa�.on in City wark for a period of tirne of not less than three (3} years. ].1. AWARU OF CONTRACT: Cont�act wilI be awarded to the lawest responsi�e bidder. The City reserves the right to reject any and/or aI1 bids and waive any and/ar all irregularities. No bid may be withci�rawn uritil the expira#ion of forty-nine (49) days from the date the MIWBE UTII.IZATTO� FORM, PRIME CONTRACTOR WAIVER FORM andlor the GOOD FAITI-� LFFORT FORM ("Documentaiaon") as appropxiate is raceived hy the City. The award of contract, if made, will be within forry-nine (49} days after this documentation is recezved, but i.n no case 'will the award be made until the rasponsibility af the bidder to wharrc it is proposed to award the contraci has beer� verified. 12. PAYMENT: Tha �Contractor will receive full payment frozn the Ci�y for all wprk far ea�h pay period. Payment of any remainiz�g amount shall be rnade with the %naI payment, and upon acceptance of t�e project. 13. ADDENDA: Bidders are responsible for obtaining alI a�idexida to the eontract documents prior tp th�e bid rec�ipt tirne and ackraowledging thezn at the time of bid receipt. Infarmation regarding the status of addenda may be obtained by contacting the Txansportation/Fublic Works Deparkment at (817) 871-780D. Bids that so not acknowledge all applicable addenda rnay be rajected as non-resnonszve. Special Instructians to $idders Page 3 of 7 14. CONTRACTOR COM�'LIANCE WXTH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coveraga ] . Defunitions: Certain of coverase f"certificate"1, A capy of a certificate o� insurance, a certificate of authoxity to self insure issued by the commisszon, or a covcrage agreement (TWCC-81, TWCG82, TWCC-$3, or TWCC-8�4}, showing statutory woricer's coxnpensation iz�suxance co�erage for the person's or antity's ernployees providing services on a projeet, %r the duration of the project, Duration of the uroiect-includes the iime from the beginning of the wark on the project unfil #he Contractor'slperson's work on the projeet has heen eompleted and accepted by the governmenial entity. Persons nrovidin� services on the nroiect ("subcontractor" in §406.095)-includes a2I persons or entities performing all or part of the ser�iees tha Contractor has undertaken to perform on tkze project, regardless of whether that person contracted directly with the Cantractor and regardless of whether thai pexson l�as empIoyees. This iz�cludes, without limitatfon, indepcndent Contractars, subcon#ractors, leasing companies, motor carriers, owner-aperators, employees of any such entity, or employees of any en#ity, whzch #'i,Yrt�isk�es persans to provide serviees on the project. "Servic�s" include, witha�tt limitation, providing, hauling, ar delrv$ring equipment or materials, or pxoviding Iabor, transp4rtation, , oz toner services related to a project. "Services" daes naY include actir+ities unrelated Yo the project, such as food/bevarage vendars, o�ce supply deliveries, and de�ivery of partable tailets. 2. The Contractor shall pzo�ided coverage, based on praper reparting o£ classification codes and payroll � amounts and iilisig of any co�erage agreements, which meeis the statutory reguirements of Texas Labor , Code, Sectinn 4Q I.01 I(44) or all emplpyees of the Coniractor prnviding set�ices on the project, for the dutation of the project. 3. The Contractor znust pz'ovida a certi�#ieate of coverage to the governntental entity privr to being awarded the coniract. � 4. If the coverage period shown on the Caniractor's cux�rent certificate of co�erage ends during the . durarion of fhe project, the Cantractor �nus�, prior to the end of the co�erage period, fi�e a new certificate of coverage with ihe gavez�n:zental entity skaowing that cav�xage has been extended. 5. The Cvntractor shaIl obtain from each person providing services on a project, and pro�vide to the governmental entity; (1) a certificate of coverage, prior to that person t�eginning wark on the prpject, so the govenunental entity will have on file eertificates of co�erage showing coverage far ali persons providing services on the project; and (2) na later than seven days after receipt by #he Contractor, a new certificate of coverage showing extension of coverage, i£ the co�erage period shown on tlae ourrent certificate of coverage ends during the duration of the grojeci. 6. The Contractor shall xetain all xequired certi�icates af eovexage :For the dnration of tk�e projeet and for one year thereafter 7, The Contractor shall norify the governmental entity in r�rriting i�y certified mail vr personai delivery, within ten (1.0} days a£�er the Comtractaz knew oz skould have �awn, of any chan.ge #hat materially affects the prouision of coverage of any person providing services on tiie project. Speeial InstructiQns to Bidders P�g� 4 af 7 8. The Conbractor shall post on each project site s notice, in the text, foz7m and �nanner pxescribed i�y the Texas Worker's Compensation Cortvnission, infqr�ing all persons praviding services on the project that they a€re reqaired to be covered, and stating how a persan may verify covexage and report lack of Caverage. 9. The Contractor sha�l eontractually reyuire each person with whom it contracts to provide services on a project, ta: (a) provide covarage, based on praper reporting on classif'�cation codes and payroli amaunts and filing of any coverage agreements, whicl� meets the statutory requirements of Texas labor Cade, Section 401.011 {4�4) for all of its employees providing services on t�e projcat, fur the duration of tl�e project; (b) �rovide to the Cv�hactor, prior to that person begirutin.g wor�C on the project, a certificate nf covexage showang that coverage is being pro�ided for all employees of the person providing services on the project, far the durat�on of the projecf; (c) provida ttxe Contracior, prior to the end af the coverage periad, a new certificate of ooverage showing extension af coverage, if tl�e coverage period shown on the current certificate of ca�erage ends during the divation of the project; (d) obtain from each oEher person wzth whom it contracts, and provide to the Contractor: (1) a certificate of coverage, pzior to the other person begirurin,g work on the project; and (2) a new certificate aicoverag�c showing extension of coverage, prior to the end of the co�verage peziod, if the coverage period shawia on the current certificate of coverage ends during the duration aithe project; (e} retain all required certificates of coverage on file for the duration of the project and for one yeaz #hereafter. (� notify the go�ernmental entity in writing by certi�ed znail or personal delivery, with.in #ez� (10) days after the person knew or should have known, of any change that rzzaterially affects the provisiAn of caverage of any persan pro�viding services on the project; and {g) contractually reqniare eacn person with whom it contracts, to perform as required by paragraphs (1) -(7), with t�e certificates af coverage to be provided ta the person for whom they are providing services. I0. By signing this contract or providzng ar causiug to be provided a eertificate of coverage, the Contraetox is representing to #he governmental entity that ail employees of the Contractor who wiIl provide services on the project will be cavered by worker's compensation coverage for the durarion of the project, that the co�erage will be based on pzoper reporting of,classifica�ion cades and payroll amounts, and that all co�erage agreements will be filed with the appropxiate insurance carrier or, in th� case of a self insuz�ed, with the commissic�n's Divisian of Sel£ Insurance Regulation. Providing false or misleading informatian may subject the Contractar to administrativa, criminal, civil penalties or pther civil actions. ' I 1. The Coni�actor's failure to cornply with any of these provisians is a breach of eontraci by the Contractor do�s not rernedy the hreach within tan days a�er xeceipt of notice of breach €rom the governmentaI entity. B. The CQntractor shall post a notice on each project site inforn�ang alI persans providing servzces on the project that they are required to �e covered, and atating how a person may verify euxxent coverage and Special It�structions to Bidders Page 5 of 7 report failure to pzovide co�+erage. This notice does not satisfy other posting requirernants imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Car�unission rules. This natice must be printed with a title in at least 30 painr bold type and text in at least 19 point narmal type, and shall be rn botk�. E;ng�ish and Spai�ish and any ather language comman to the warker pvpulatian. The text foz the n€otices shali be the following text, without any additipnal words or ehanges; "REQUIRED WORKER'S COMPENSATION COVERAGB" The law requires that each person working on this site or providing sc�rvices zelated to this construction project must be covered by worker" comgensation insuxance. This includes persans providing, hauiing or deIivering equipment or matez�als, or pro�idiag labor or transportarion or other s��rvice related to the project, regardless of the identity �f their ernplayer or status as an employee". Call the Te�cas Worker's Compensation Com�nission at S i 2-440-3789 tp r�ceive inforrnation on the legal requiremen,t for coverage, to veri#'y whether your emplayer has provided the required coverage, or to report an employer's failure to prqvide coverags". � 15. NON DISCRIMINATION: The Contractor shall not discriminate against any pazson or persans because of sex, race, religion, color, or national origin and shall camply with fhe pxovisions of City Ordinance 727$, as amended by City Ordinance 7400 (Fort Worth City Gode Sections 13A-21 through 13A-29), prohihiting discrimination in employment practices. 1 b. AGE DiSCRIMINATION: In aceordance with the palicy (°�PoIicy") of the Executive Branch a£ the federaI government, Contractor covenants that neither it nor any of its of#icers, members, agents, or employees, will engage in p�rfozming this contract, shall, in corrnection w�ith the e�rz�ployment, advancement or discharge of employees or in cormection vv�ith tha tern�s, conditzons or privileges af their employment, discriminate against person because of'their age excegt on the basis of a bona iYde occupational qualification, retirement plan or statutary arequirerrient. Cantractor furttier covenants that neither it nor its offic�zs, members, agents, or ernployees, or person acting on their behalf, skal� specify, in solicitatious or advei�tisements for emp�oyees ta work on tlais Contzaci, a maximum age Iimit for such employment unless the specified maximum age liznit is based upan a bona fde occupatianal qualificatian, retirement plan or statutory zequirexnent. Contxactor warrants it will fully comply with t�►e Policy and will defend, indemnify and hold City harnxless against any and ail claims ar allegations asserted by third pa�ties against City arising aut o:f Contractor's alleged t'ailure to aompIy with the above referenaed Po2icy concerning age discrimination in the per%rmance of this Cantract. 17. DISCRIMINATION DUE TO DISAB�LXTY: In accordance with the pravzsions of th.e Americans with Disabilities Act of 1990 {"ADA"), Contractor warrants that it w�ll nat unlawfuIly discrixninate on the basis af disability in the provision of services to the general public, nor in the a�ailability, ierms andlor conditions of employment for applicant� for eznployment with, or cur�rent employ�es af Coniractor. Contractar warrants it will fully comply with ADA's pro�isions and any other appIicable federal state and local laws concexning disability and wilI defend indemnify and hold City harrriless against any cl�irns or allegations asserteci by third parties against Gity arising out af Contractor's alleged failure to comply with th.e above-referenced laws concerrung disabilzty discrimination in the performance of this Canfract. Revised Octabar I6, 2002 Special Instructions to Bidders Page 6 of 7 crT� oF FORT woRTx TITGHWAY COI�STRUCTION PREVAILING WAGE RATES FUR �DO� CLASSIF`�CATi[)�I AIR TqqL pPERATOR ASPHALT RAKER ASPHALT SFiD'VEC,�It �ATCHING PLAIVT WBIGHBR CARPENTEii CONCRE"(`E FIiVISHER (PAVING) CONCRETE FINCSHBR (S'i'KUCTURES) C0�ICRET6 RU9BECt ELHCTRICIAAi FLAC,GER FORM BUILDE3t (STRUCTURES} �ORM I,INER (PAVIPIG & CURB) FORM $ETT�R (PAVING & CURB} FORM SETI'ER (STRiTC'I'URES) LA�QItER, COMMONi LAI30RER, CJTItITY MECHANIC OILER SERVIGER PAINTER (STC2UCTURES) PIPELAYER BLASTBR ASPHALT DiSTRIBUfQR OF'EIZATOR ASPHAE,T PAVIiVG MACHIN� BTtOOM pR S W EEFER OPERATC3R Bu�.Lr�ozEn CONCRETE CURING MACHINE CQNCRETE FINISHfNG MACHINB CONCRE7'T, PAVING dOINT iVIACHINE COIVC1iL'f'E 1'AV1NG dO1NT SEALER CONCRETE PAVITEC: SAW CONCRETE FAVING SPR�AD�R SC.IPFORM MACNiN&OPEI�ATOR CiiANE, CLAMSHEL[„ HACKHOE, DEItILICK, DRACsLINE, SHQVEL FOiJ]VDATION DR1L.i.OP�RAsDR (CRAWLER MO[JNTED) F�UNAA,TIqN DRILL OPERATOR (TRUCK MOUNTED) FRONT END LOAD�R Special Tnstructions to Bidders RATE $9,00 $9.55 $$.80 $11.S1 $10.30 $l0.sp $9.83 $8.84 �15.37 �7.55 $4.83 $9.00 �9.24 $9.09 $7.32 �8.94 $l2.G8 $10.17 $9.41 $11.�0 $8.98 $1 I :50 $14.29 $10.30 $$.72 �ta.�a $9.25 $1 t.13 $10.42 �9.00 $10.39 $10.50 $9.92 �r i.oa $10.06 $11.83 $9.9G CLASSIF�CATIDN MfILLl1+lG MACHiNE OPERATdR MIXER (OVEit 16 CF') MqTOR GRADER OPEIZATOl2 (FINE GRAD6) MOTOR GRADE OPERAi'OR PAVEMENi" MARKING MACHINE ROLLER, 5TEEX. WHE�L (PLANT-M!X PAVEMENTS) ROLLER, STEEL WIiESL (DTN�ii (FLA7'WHEEL DR TA1I�EPENG} RQLLER, PNEUMATIC SELF- PROPELLED 3CRAPfiTt SCRAPER '1'RACTQR-CRAWLER TYPE TFtAC7'O R-PN EiJ iV1 ATIC TRAVELMG MIXER WAGON-DRILL, $ORIi�lG MACHI�+l� REINFORCING STEEL S�TTER (PAVIi+lG) RE[FIFORCING STBEL SETTER (5TRUCTURAL) STEEL WOitKER-STRUCTURA�. 3PREADER BQX OPERATdR WQTUC 7AAlE BARRICADE TRi1CIC D121VEIt-SINGLE ftXLE (LIGH'17 TRUCK DRIVHR-5IN'CLE AXI..S (HEAVY} TItUCiC DRI�VER-TAA[DEN! AXLE (SE�I+lI-TItATE,ER) TRUCK DRIVHR-LOW�OY/FLOAT TRUCK DRIVER-TRAi+ESIT MIX 7'RiJCIL DRNSR-WINCH V1BIZATOR OPERATOR (HAND TYPE) WELDER RATE $$.G2 $ f 0,30 $11.97 $10.9G $7.32 �9.66 $8.59 $8.48 $9.63 �10.56 $9.15 $8,83 $12.00 �13.21 $13.31 �Lk.84 $ia.00 �7.32 $8,97 $9.U2 $8.77 $10.44 $9.47 �9.00 $7.32 $11.57 Page 7 of 7 TABI.E OF COI�TENTS Part A liTotice ta Bidders Special I�structions to Bidders Part B Propas�l Vendar Cnmpiiance to State Law Minority and Women Sus�ness Enterprise Speci�caY�ans Part C Genera! Conditians (See Cit� of Fort Warth Standaard Speeifica�ions Far ,Street and Storm Drain Constru�ction, Part �. Gencral Provisions) Part D Special Provisions Part E Spec'r�cations (See City of Fort �Tarth Standard Specificaiions For Street �nd Storm Drain Canstruction, Part II. Co�struction Details) Part F Certificate o� �nsurance and Bonds Certificate o�Insuxance Coniractor Cornpliance With Worker's Com�ensation Lavv Experience Record Equipmen# Schsdu�e Perfornaance Bo�d Payment Bond Part G Contract Appendix: Standard Details Courtesy Notice Typzcal Consiruction Layout -- 4' Sidewalk Special Construction Layout — 5' Cvmbination �idewalk 10' Parkway Section Transitinns from 4' �o S' Sidewalk Retaining WaIl With Sidewalk Transverse Expansion 3oint Driveway Approach Sidewalk Ramp Details Ha�ndrazl Traf�c Ca�ntrol Pians PR�PO�AL TO: Mr. Ga.ry Jackson City Managar Fort Worth, Texas FOR: FISCAL YEAR 2Q02 — 2003 ANNUAL CONTRACT FOR SIDEW�ILKS Prarsuant ta the faregaing "Natice to Bidders", th� undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, anc� hereby proposes to do all ih� work and furnish all labor, equipment, and materials necessary to complete all the work as provided i� the plans and specificatians, and sulaj ect to tlxe inspection and appraval o£ the Directnr of the Aepartment o�'Transportation and Public Works af the City of Fort Worth. Upon acceptance of this propasal by t�e City Council, the bidder is bound to execute a contract and furnish Performance and Paymenfi Bond approved by t�ie City af Fort Worth forc per£arming and completing said work within tk�e time stated and �or tlae fvllawing sums, to-wit: BASE BID PAY APPROX. UNiT ITEIi� QUANT�TY DESCRIPT�ON OF �TEMS PRICE 1. 1 LS UTILITY ADdLJSTMENTS $500.4Q 2. � 2 EA PR4JECT DESIGNATTON SIGNS $300.00 3. 250 SX 4. 100 LF S, i[�Ir�-�1� � 7 �3. Praposal REMOVE EXISTING CONCRETE FLATWORK REMOVE EXISTTI�G CURB & GUTTER �TANDARD CONCRETE 7" CUR.B & 18" GUTTER 400 SY 4" CQNCRETE SIDEW.ALKS (o' — 5D' Len�th} 40Q SY �4" CONCRETE SIDEWALKS (S I' —100' Lengih} �400 SY 4" CONCRETE SIDEWALKS {].Ql' — 2Q0' Length) � Q.� $ $ �� � ��� -..r�c� � �� _ �o � �a .� � �� � TOT� AMOUNT RID �500.00 $640.00 � /,`�0 �r� Qn $ �• j�vT/ � /sz�� � /���� , $ ,�� � � ��� B-1 BASE B�D (Continued) PAY APPROX. UNTT ITEM QUANTITY DESCI2IPTIDN OF TTEMS PRYCE 9. 600 SY 4" CON'CRETE SIDEWALKS (��( ,� �ZOly "'-J�L!} L�i��ll, � f/� 1 �r 10. �,000 SY 4" CONCRETE SIDEWALK� oa (Over 3��' Length) $ Q�3 � 11, 75 CY CONCRETE RETAIlVING WALL WITH SIDEWALK $ ��� 12. 12S SY b" CONCRETE SIDEWALKS AT DRNEWAYS $ � s 13. 10 TONS HMAC DRIVEWAYS $ �0 i4. 10 CY FLEX BASE DRNEWAYS $ �� 15, 600 SF 6" CONCRETE DRNEVi�'AY API'RQACH $ � � 16. 60 EA TYPE 1 C�NCRETE SIDEVVALK �s � �� 17. 30 EA TYPE 3 CONCRETE SIDEWALK RAMP,S $ ��� 18. 30 �A WATER METER AND GROUNll BOX ADJUSTIVIENTS $ �j� 19. 5 EA MANHOLE ADJUSTMENTS $��.�f 20.. 50 EA SPRINK.L,ER HEAD � ADNSTMETITS $ 21. 2�A TIt�E REMQVAL $ o�� Q 22. 5 EA TREE TRIMMIlVG $,� �� 23. 5 EA REMOVE AND RELOCATE �� SHRUBS $ ��'� Proposal TOTAL AMOUNT BID � 1�, �oc� ��'��D� ����� � �,ias � �Q $ �� � � lDQ � .��, �a ���a°d % � � $ �� �� � � $ � ��� � L � f $ � `� �� r � $ �� � 4�� $ r'� � � p�.sQ 1:3t►� SASE BID {Confinued) � PAY APPROX. ITEM Qi]ANTITY DESCRIPTION OF ITEMS 24. 50 LF REMOVE AND REPLACE � n� LnvE �v,�ous srzEs) 25. 30 TONS HMAC SIDEWALKS � 26. , 27. , ��. , 29. �o. - - ToTaY, Bzn = � r � � r 6 � 30 CY TOPSOTL 4Q LF 42" HANDRAII., w/ PRIMECOAT AND ALUMIl�JM OTL PAIl�1T 1,700 SY ST. AUGUSTINE GRASS SOD 2,400 SY BERMUDA GRASS SQD z ao sY HYDROMULCH UNIT TOTAL PRICE AMOi1NT B�D � I v� � `7v� � 1�� ,� �, /� , . $ /� $ �� �� 4 "" � �u� � 3�OC� ` , � ��°� � �, S� � U � �'`�� � %� �� �� � � -� � /�� � �� b � �� � 1� � _ � � �,.�-� `., ,. -'.�=��� ,., , . ,.— - — „_.�, C4NTRACTOR W�LL BE SELECTED ON BASIS 4F TOTAI, BYD Initial locations vvill be provided at the Pre-ConstY-vction Conference. See Special Cor�dit�ans. The Ci#y shaIl have ihc right to increase or decrease o�ihe extent a�the work, and make changes ax�c� altera�ians in the quan#ities ar�d Iocations of work as may b� considered n�cessary or desirable, and such changes a�d alterations shall not be considered as a waiver of the conditions of the cantract, nor shall they invalidate any of the pro�visians thexeof. The Canira.ctor shall perform the work as increased, decreasad, or substituted wiih no allflwances will be made far �ny az�.tieipated profits. Payrrient to tY�e Cc�ntrac#or for cantract items will be made far the actual quan�i�ies of work dane and material furnished at tf�e uttit p�ioes set forth in the �on�ract. THTS CONTRACT INCLUDES WORK ANYWHERE WYTHiN THE C�TY OF k'URT WORTH. This contract is issra�d by an orgarnization w�;i�ch qualzfies for exemption pu�rsuant to the provision of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act, Taxes. All equipment and materials not coz�sumed by or incorporated in�o ihe projeci construction, are subject ta State sales taxes under House Bill 11, �enacied August 15, 1991. Proposal I: T�.e successful Bidder sha11 be required to complete the aitached Statement a�Maierials and Other Char�es at the timE of execuiing the�conlxact. The Caniractor shall eamply with City Ordinance 7278, as axnended by City �:rdinance 7400 (Fori Worth City Code Sections 13-A-2� tk�rough 1.3-A-29), prohibiting discri�nination in em�loyment practices. The undersigne�. agrees to corr�plete aIl work covered by these eantract documents within Three Hundred Sixtve�ive (3G�) Caleudar Days from atad after the date for camrnencing work as s�t forth in the written Work Order to be issued by the Owner and ta pay not Iess than the "Prevail�ng Wage Rates far S�reei, Dra.inage and Utility Construction" as established by tha Ci�y o�E Fort Wa�, Texas. Within ten (1�) working days of receipt of notice of acceptance af this bid, tYie undersigned will �xecute the formal contract and wi.11 deliver an approved Surety Bond and other bonds requirred by ihe Con�ract Dvcuments for t�e faithful performance o�tk�is Contract. The attached bid secu�ity in the amount of 5% �n the sum of 4� �T--�-� Dollars {$ ) is to be fo:rfeited in the event the cont�act and bond �'e not executed within thu ti�me set farth, as liquidated damages for delay and additional work caused thereby. The Bidder agrees to begin construc#ion vvifihin 10 Cale�dax da�vs after issuc af t�ie wark arder, and to cornplete �he contract within T��ee Hundred Sixtv�five (3651 Calendar Days aft�r beginning construction as set forth in #he writien work order to be furnished tay the Owner. (Uwe), acknowledge receipt of th� �ollowing addenda to �he plans and specifications, all of �he pra�isions and requirements of which have been talten into consideratian in preparaiion of the foregoi�xg bid: Addendum Na. 1 (Inirials) Addendurn No. 2 (Tnitials) �y: � Title: Address: Addendnm No. 3 (Tnitials} Addendum No. 4 (Initials} Resp�ctfixlly submitted: l�-� � � ��� Q . � , `�� '��\��'1 �-t.�` �7� �.� ��� Telephon�: � � — � ��1— � 3 �� (SEAL) Dat� `� � D � Praposal B _ q. VEi�DOR COMPL�A.NCE TO �TATE LAW The 19$5 Session oithe Texas Legisla.ture passed House Bi11624 relative to the ativard o#' cant:racts tp nonresident bidders. This Iaw pravides that, in orde:r to be awarded a con�ract as Iow bidder, nonreside�i bidders (out-of-State conixactors whose corporat� a�fices or principal p�ace af business are outside of the State of Texas} bid projects for construction, improvements, supplies or setvices in Texas at an amount low�r than the lowest Texas resident bidder by the same amount thaf a Texas resident bidder would he required to underbid a nonresident bic€der in order to obtain a compaz'a�le contract in the State in which the nonreszdent's principal place of business is iocated. The appxopriate hlanks in Section A must be filled aut by a11 out-af State ar nonresident bidders in order far your bid to meet specifications. The failure of out-of-S#ate ar nonresident conta'actors to do so will auiomatically disqualify that bidder. Resident bidders �nusi check the box in ,Section B. A. Nonresident vendors in required to be �e Statute is attached. (give State}, our principal place �f business, are percent Iowar ihan resident bidders hy State law. A capy of NonrEsident vendars in {give Siate), our principal place of business, ar� not required io underbid resident bidders. B. Our principal piace of busin�ss or corporate offices are in the State af Texas. � :��r � �� � � f �_ o � [� �0 ��.°� �-� �7� �.�1�t � City Stiate Zip By: ��l1 J��/Ii�S �jv' (Please print} Si ature: 1/ /c? � '-� � � T�t��: � �� � �,E� (Please print) THIS FORIVI MUST BE RE�'IIRNED WITH YOUR QUOTATION t �ifi o�r �orf 111�o�h Il�linori��+ and Vl��men �usiness �n��rpri�e �pecifications S�'�Gl�►L INSiRUCT{ON� FOh �I����S A���ICAiI�N O� PO�ICY If #he total dallar value of the contract is ��5,0(10 ar more, the M1W�� goal is applicable. If #he iatat dol[a vafue of fhe c�ntraat is less th�n $�5,000, the MIVII�� goa[ is not applicable. _ POLi�Y SiA7�I1fl�NT I# is the policy of the Ciiy of Fort Wor#h to ensure the full a�d equitable participati�n by MlnflritylWomen Business Enterprises (MNVBE) in th� pracurement of aEi govds and services to the City on a contracival basis. The objectiv� o� the Policy is to increase the use of MIWB� flrms tv a level compara�le to the availability of MNVB�s that provide goods and se�vices direct[y or indirec#ly to the City. All requirements and regu[atians staied in the City's current Minority and Wdmen B�sin�ss Enterprise Ordinance apply ta ihis b[d. Ilflff4�V�� �ROJ�C� COA�S The C9ty's MBEIWBE goal on #his project is �6% of the base bid valu� of the aontract. conn�����c� �o �i� s�r��i��c,�-�io�s On City contracts of $25,D00 or more, bidders are required to comp[y with the iRtent of the City's MIWBE Ordinance � by eiiher of the fo[fowing: 1. Meet or exceed the above stated MIW�� goal, ar; 2. Good �aith �fFart documentation, or; 3. Waiver documentation. SU�f1�I�TAL O� R�QLJIR�f� �O�Ui'��N�AeYION The appllcable documents must be recei�ed 6y the Managing �epariment, within the s'�ollowing times allocated, in order for ihe entire bid to be consider�d respansive to the speciflcations. 1. MIWBE Utiliza#ion Form, if goal is met ar exceeded: 2. Good Faith Effar# Foem and MIWBE Utilization Farm, if particip�fion Es less than staied goaf: 3. Goad Faith Effort Form if no participation: 4. Prime Con#ractor Waiver Form: recei�ed by S:Qp p.m., fi�e {�) City buslness days after the b�d opening date, exatusi�e of tf�e bid openirig date. received by �:00 p.m., five (5} City business days after the bld apening date, exclusir�e of the bid n�ening date. received by 5.00 p.m., five (�) City husiness days after the 6td opening date, exc4usive vfthe bid op�ning date. received by 5:00 p.m., five (5) City buslness days after the bid apening dafe, excfusive of the bid opening date. FAIL,UR� i0 COMP�.Y WIiH iHE CIiY'S MIW�� O�E7lN,�NC�, Wll.l� ��5U�T IN iH� BI� ��ING CONSICI�R�D NON-��SPONSIV� i0 ��'�C1�IC1di19NS. Any qvest�ons, please contact the M1WBE �ffice at {81i) �71-6104. �f� �� ��1"$ ��f"$�i NYinori�� and 'l�om�n �u��n��� Enterpri�� �p�cific�t��n� i���ll��� �`fIL���e�I�N ATTACHMENi 1l'� �age 1 of 2 P M� CO ANY NA[II�E� � � T B[ ¢g E� Q� f�� P OJER CT NAML� �� �—� ���] r PFiOJECT NUMBER �..� �� ,_� CITY'S MIWBE PROJECT GOAL: �- �� � � M1WBE PEitCENTAGE ACHIEVED: I �I Failure to camplete this gorm, in its entirety with supparting documentation, and reaeived by the Managing Department on or before 5:00 p.m. five (�} City I�usiness days a##er bid o�ening, �xclusi�e of bid opening date, will result in the bid � i�eing con�idered nan-raspans�v� ta bid specifications. � _ . —,._ . . f Yhe undersigned f�fdder agrees to enter intp a forma[ agreement with the M8� andbr �11�� firms for wuri� listed in this '''schedufe, canditioned upon execution of a�antract with the City nf �art Worth, ihe intentianal andlar knowing misrepresentafion of facts is grounds #or cansideration af disqualificatian and will result in the bid befng considered � non-respansive ta specifications. _ _ _ _ . � Company Name, Contact Name, Certified Adciress, and ielephone No. �, a ,� ; a O 'G � � � � z ��.�K.{� I.�IN���� ✓ v �Gcs , .�� a -..�. . � ��-�� �� � `7 � :, Specify All Contracting Scope of work (°') ��� � CB�+� C�.v�— € G�ti �%,. ��� �� Q � MIWBEs must be looated in the 9(nine) county marketplace or aurrentfy doing pusiness in the rnarketplace at the time of bid. � i(') Specify all areas in which INWBE's are to 6e utllized andlor iiems ko kse suppliad; �,{*j A complete [isting of items to be suppRad is required in order tn receive credit toward the MIWBE goal. �{*�) ldsntiiyeach Tier level. i Tfer: Means the leve! of subcontract�ng beEow fhe prime enntractorlcons�ifant, i.e., a dlrect payment from ihe prime contracior to a suhcontractor Ps considered �ist tier, a payment by a suhcontraetor to iis supplier is considered 2"d tier. THIS FDRM MUST �� R�C�IVEQ BY iHE MANAGiNG DEPARTMENT BY 5:0� p,m., FiVE (5) CI'fY �USIhlESS DAYS AFTER SfD OP�NWG, EXCl�US{V� OFTH� BlD OP�NIN�, DATE 5pecify All Items to be Dollar Amount Supplied(*) ,�� a�i L � I� Rev. 612198 #�ages 1 and � of Attachment 1A must be recei�ed by the Managing I�eparEment A77ACHM�NT 1�4 �age � of 2 �I� �� ��1� �OirC�l {V�in�ri�y �nd'4�lom�n �usin��s �n�erpr��� �pecificafi��rrs ���1l��E UTILI�T1�� � Company Name, Coniact Name, Certified 5pecify All Contracting Specify All Items to be Dol�ar Amount I Address, and 7elepi�one No. a� ScaPe of Work (*} Supplied(*) �� � v oo a � �j � � VQJ � � --- .., ti � ��.. ,� � � 1 Ma, w,..,.�...,..,.eM...,�,.,���., � _._ a, � _,,. � �� '� _�.._ -- ihe bidder further agrees ta pro�ide, directly to the City upor� request, complete and accurate in#ormation regardEng �ctual work performed by all subcontractors, incl�ding ME3��s) andlar WB�(s) arrangements submitted with this bid. �ihe bidder also agrees ta allow an a�dit andlor examination of any books, records and files held by their company that will substantiate ti�e actual wor� per€ormed by ihe M��(s) andlar W��(s) on this contract, by an authorized officer or _employee of #he Ciiy. Any intentional anc�Iar knawing misrepresen#ation of facts will be grounds ior terminatix�g the '�ontract or debarmenf from City wor� far a period of not less fhan three (3) years and for initia#ing acEion under Federal, �State or Local laws concerning false statements. Any failure to comply with th[s ard�nance and creates a material iareach of co�tract may result in a determirsation af an irresponsible offerar and barred from participating in City work �for a period of tlme not less than pne ('[) year. A�L ME3�s and W��s MUSi �� C��TIF'1�9 BY iH CfiY BEFOR� CONiRACi AWARD � �er �—�� �e�.e.r �s ��,�?r1l�e�,�0 lAuthoi�ized ign tu�e �rinied Signature � �, �,-� � +Title � -- , �,� _ � �.w�- � Compar�y Name � � C� �� � ��-�- �0 1� 1 � �Address � �� � � � C� tuv �CitylStatei�ip Code Contact Plame and iitle (if difierenE) $�� �� �f � 1'� �`= ?�3�C� ��' �(�' `f'elephane Number (s) ��? ���-' �%Z� �ax Number — - — - / �1��-- � � Date �-- - - — -- — THIS �ORM MUST B� R�CEIVED BY YH� MANAGING DEPARiMENT BY 5;0� p,m., FIV� (5) CITY BUSINE55 DAYS A�'��R 8lD QPENII�G, �XCLUStVE OF TWE B[p OPENING bATE Rev. 612198 Pages 1 and a a� Attachment 1A mus# be received by the Managing Department I1�I��I��� �1� A�V� VV�.i��� '������IV�E�� ��'��1���i�� ��►�� ��I�i�► ��I�"� 11110�1'�IL.�' ���ORT F��IL�1 � �o��eo�,cv Na��a�� PItIM� COM1�Af+[Y AIAME fV0'PIGl� TQ �PROCE�D I]Al"� DAT�S �OR TEi�S l�EP06�7: CR�M TO CON"GCiACTi �IAM� .�AST PAI�MI�ENI' I�EGIEiPT �R41E 1��20M CITY .:. ; ; � �i�� � .. � . ... . :� ; �o�oi�s o�x ����-�,00�s �.��. : :.. �ttSS'sIPEAi: COPI�iACT 14NIUd�NT CtiA�VS'aE OCt�I�RJA4VElEl+I�M�cf�'iS .f C�2EVISED �09V4RACT �10a[PI� : � % 41F i�O.DEL'T �ON9P . � � �`IVAi4d� O�-EVII4f�BE �IRfN�Sp.. : 1j�lElt . . � : � �A�IE QfF PIDW^HAl3� : ��OPIE OF Vi�O�ihC : , � ,,'=.�: � ..:`.�}f.Z�i�.Ali A14flD�dIV'� PA3131'U AAIWlBIE % OF lNOR6C „ ,. � .: .. . . .. . . _ . . . . _ . : .. . 'fRACTiOIi*' . 1 - . � S�l�COPI �IPGf2FOdZA�E� 1BY MIWSIE �: � NVo10ED To COW1P��'i�D � ' : . . . , � : � IFOR 7ni9_L TIERS R�1.0 YFIE '� IEER � � �': ". . � ' �' AW[OUNT PAID , , .: : W � T . ' , .- ........, ', �7'HIS MONTH �� . . ......' ' ��,.,,:.: .� ... ' '�'�: -- . . . PAID'TO A'EE - , . .. .. .,.... — � .. . . � . ���vi�i� ��u �z�ii►�iA�on� wr��M �r�E Qs �ti� €��iri►���ac�w��s �o��-o-� � � .� . ....: . � . : . . : �. :� .: � . . . . . . . .. � _ _ . : ... ,.. .. .. ., : ;. . ., ._ . .. . . : :.. _ _ � ,: ,. ... : . . .. . � �:� : � �' �o�o�� r�,�� ' . � . � . �ri��� .. .: : � . .� � .' : , �a�' .. . . so��ua-r��� � : .. . _. . . . . . _ .. -- . I . . �S��MOTi TFdE FG6ZS'F RE�0�2� AF�'�R T+NE lFQ�2S4 PA1CNI�N'� ANI� BEGINNWG WITFf Tf-0� SECOHD AP�LICA'��ON �OR �AYM�NT, �NC�4lDENG PROOF OE �'AlrMEH'Q' ID�C'�M�N�'ATiON ��` 1�fOU AR� Ft�QI�IR�g TO fDIENT�FY iF�� WAME O� '�FiE N�T1-MfWBE Si�BCONI'�AC40R WFEEN Ti FEIE Af�IWB� 1.15TED !S O�HE� Ta[AN '�ST'PiIER fiEV. S12198 �IT�° �� FOFt�" 1�V����H, �'�E�� C�RI�E ��Nil��l'��'Sd���S�Li,A�,'�li'S Fl��►L S4JII��VIAl�� PAYI�E�'�" ���OI�� F�l�.� [i RLIE/�1�^E �aST IA4L $G��CO�Ti��4��i� Ai�D 96i��PL�E�S �➢T��G�E� ��IR��G 4FiE C���LC'lr'��IV �F "GFIIS 1�R�J�C4 PRI�iE C��9T12A�TOR C1Q,411idE: !��NTIR�ACT [M�. DA1�E O� 1FIPQAC. �AY: C�W�'RACT IV��: �I�ICs9lV� C�IVTR�►CT I�d�Q�(�1T��F.Pff31�'C i41��d�`I�4VISJDEL1Ei���05l�4�QAIVG� OF���RS .:��:, IFI�IlA� ���Y�A�i A61��4.d��1� � � SlQBCO�iTRAC�"�RlS4lBC�PISI[�.TAfV�"IShcPC��1�12 41EI� � S�OPIE QI� 01110�UC I C2��LLA►1� �idf0l.�WZ �OlI�11Pa+QV1V EYfA[�I�� — I lPRI�� fVA►6�� �Ii�E �ATi E SQi�NAT491�� 1 � ' � 4JPOIV COMP�ETION OF THE CONTRAGT AND WITHIN (40) DAYS AFTER RECEIPT OF F[i�[A� PAYMENT FROM TH� CITY, THE PRIM� CQNTRACTOR SHALL PROVID� THE MBEIWBE C)FFICE W1TH DOCUMENTATIQN T4 REFL�CT THE FWAL PARTiCIPATION OF EVERY SEJBCOi�TRACTORISUBCONSULTANT ANDIDR SUPPLIER USED �I� THE PROJECT, WCLUSIVE OF MBEIWBES AND O��fV—MBFJWBES. IF THER� WERE NO� NOE�—MBEIWBE5 LiTll.lZED TO C4MPLETE TH� PROSECT, PLEASE STAT� THIS 1i�1 LETTER��RM AN� ATTACH TO THE FINAL SUMMARY FZEFORT. ��PV AS N�C�IED � � �1i�v�l��� i��v�������;�IN�t��� ���T�c�������E R�E�I�E�� �'�� ��1�A�IG� �OI�I�I f3AT�l1fIME �CEQ11E� �lf M!lNB� OF�QCl� PlR�1VG� C��1C�AIVX NI�E: COt�i'RAC4 B�,�IVlE: �Ai� SUBI1dIITT��: CONITI�4C� IVO. . . . . .:.,,. , �.. .:.. . . .. . .. : . . ' .. iDIZIG�PIAL:�-Q'.�I�QilR/�#�'.�;A�4![S�lJfV� 0� PF2161�� � � ;; : �,;.-T�V14fL..0�'i'��l��`�!'1�1111�Sll���E�IOdZ'S �� .- : : ; .'%�OF' IPR�.lE��'`i:�M�PLIEi�D . ... . .. . . - . .. . : .. ... . . . : .. .� . . . . � - � � . .. �' :.`:A►�lC����11EIVTSI�hIAiVGES �C�iDIEff�S :: � . ., . i $ � % . SGOPIE �E VII�RaC : .� 6V���E3� . IEST�flAATIED D���I�IZ'A�1A�C.ItV� - , . �� ..: ...:- .... . ....: ..... : � � :. ,„ �6l�Cd��TRA� �fw1S[lf�1PL �171S41 CONS�D1�'�A�IT .. : � ..:: ... . �. . .. . . � . � 'TRAC"G"OI�ISC�P�LIEi�lS4113COIV��'i�TA�T � S�OC�E O� 1lVOC�� .'. .� . �I�IGIAl1AOC1NTL� . � Pl�� ���E � . SIJ�G�G� fVAi�I� �F' 0121C�II�A2`A�d11�Vl�lE :.: . . �: :.,: .. : �R�VD�IE:A� �IEii49�E� 1EXPL�A�`LO� G�lF TfNpS �RES�IlG�T ���2 Cfl��[I�I�:'The Ci¢yr avirar�ed yaur com�ract �ia'sed�oci �he origina3 A�fl�1YI3['s you"iis#�9: Befo�e a c�ecision can �ie re�deres9, o� yov� rei�vest�ta`ckiarige, p[ease pvor�ide �ustif:�,hle rreasans for yo�r reques# af �he at�or+e eGOamge ar deletion. A rfecosiore wbll i�e vendered witl�irt t��ee {3) 6usic�ess days affter �eceept t�y the iViM18E E3fEce io 4�os req�est; barr6mp tP�e need for addi�iarna! ir�forueoatior�. 6f this aetre�es+t is demied. the contaactor may appeal �he �lecosioci 4o the City M�mage�. _... I ..� .. :. ,:_ .� �,. .. . . . . .. , ,� ..:�:. . . . . . . . , , .. .. . . .��. � . . .. . , . , . . ... .. I�RIIV'�"-.l��fllE . . ''��::�: ;. . ..`� :TPr�.E=�:`: �� :-� �.: :. : . : °:.:�A�E -�. . �.. -.,:,:. ; :� ::.:. °: � ::.::�;"�:SI2��IAT�I�E �;� : , ,..�- � I__ . . . � a ��'`I�QZE A SEPARATIE IFi�RIV� �ER E,i�i:l-1 12Ei�4JIESV 1"� CliAIVCaE SCI�CO�V!llRAi'.�i]RISlJI�Pd.lEC�1S�'��'.�aVShcl,T'AIVTi ��v. 612f9s FI��AL YEAR ZOU� -- �003 A1�T1l1UAL COl�TRACT FOR SIDEWALK� �PECIAL PROVISYOIl1S TARLE UF CUNTEI�TTS 1. Scape of Work 2. Easements 3. Contract Awart� 4. Project Completian 5. Increase or Decrease i� Quantities � 6. Terznination 7, Reference Specifcations S. Bid Submittal 9. Warranty 10. Constru.ciion Staking 11. Tra.ffic Control 12. Paymenf 13. Delays 14, Detours and Barricades 15. Parkways 16. Disposal of Spoi1/Fi11 Material. , 17. Zoning Cornpliance 18, Clearing and Gru}�bing 19. Frnal Cleanup 20. Quality Control Testing 21. Pzoperty Access 22. Construction Schedule 23. Safety Restrictions - Wark Near High Voltage Lines 24. Water Department Pre-Qualification Requirements 25. Right To Audit 26. Treneh Saf�ty 27. Subsidiary Work 28. Substitutions 29. Temporary Soil Erosian, Sedirnent and Water Pollution Control 30. �xisting Utilfties 31. C0�75�i'UCtI0I1 NOt�5 32. Descriptian ofPay Items 33. Sidevvalk Locaiions 34. i�'ork 4rders 35. Coniract Special Provisions D-1 SPECIAL PROV�S�O�T� 1. SCOPE OF WORK: Ti�e work covered by these plan� a�d specifications consists of the construction of standard concrete szdewalks, sidewalk ramps, ar�d al1 other miscellaneous iterns a£canstruction to be performed as outlined in the Plans and Specifications, wl�ich are necessary to satisfactorily complete the work. AWARDING OF CQNTRACT AND CALENDAR DAYS: {a) Co�tract rnay nat necessarzly be awazded to the lowest bidder. The City Engineer shall evaluate and recvmm�nd to the Ci�y Council the best bid, which is con�idared to be in the best in�erest af the City, The contract will b� awarded to the lowest responsive and responsibie bidder. {b) The number of calendar days shall be 365. T�is cnntract shall be a� annual agreement and may be renewed for up to i�rvo (2) one�year increments under t�ae same candxtions by mUtual agreement af the Co�nfractar and the City. �. EASEMENTS: Contraetor shall verify loca�ions of all utilities and right-of-way easements as required. The Cantractax ��.all not hold the City of Fort Worth responsible f�ar any delay in issuing the wark order far this Contract. 3. CONTRA.CT AWARD: Contract will be awarded to the Iowest responsive and responsible bidder. � 4. PROJECT COMPLETION: The Cvntractor agrees to complete the Contract within the allo#ted number af calendar days. Ifthe Confxactor fails to complete the work within the number oiworking days specified, l'rquidated dama�es shall be charged, as outlined in Part 1, It�m S, Paragraph 8.6 af the "General Provisians" of the Siandard Specification for Construction of the City of Fort Worth, Te�as. 5. INCREASE UR DECREASE IN QiTANTITIES: �t is the Con�.t'actor's sole responsibility to verify all pay ifem quantiti�s prior to submitting a bid. Wh�n the quantity of vvork to be done or materials to be furnished under any major pay item of the Confract is more than 125°/a of th� quanfiity stated in t�e Cantract, whether stated by Owner or by Contractor, then either party io the Contract, upon demand, shall be entitl�d to negotiate for revised consideration on the portion of work above 125% of the c�uantity stated in the Contract. When the quantity of the work to be done or materials to be furnished under any major pay item of the Contract is less than 75% of the quar�tity stafied in the Contract, whether stated �ay Owner ar by Contractor, then exther pa.zty to the Contxact, upon demand, sha.lX be ent�tled fia negotiate for revised consideration on ihe portion of work b�low 75% of the quantxty stat�d in the Contract. This paragraph shall not apply in the event Owner deletes a�ay iiem in its entireiy from this Contract. Special Provisions D-2 A maj ar pay item is defined as any individual bid itern inc�uded in the Proposal that has a iotal cost equal to or greater than 5 percent of the original Confract. A minor pay it�m xs defined as any inc�ividual bid item included in the Proposal that has a tatal cost less than 5 percent of the original Contract. In the event 4wner and Contractor are unable to agree on a negotiated price, Owner and Cantracior agree that the consideration will be the actual field cost of the w�rk plus 15% as described herein below, agreed upan in r�vriting by the Cantractar and Department o� Transportation and Public Works and approved by the Gity Counci� a.f�ex said work is completed, subject to all other conditions of the Contract. As used herein, field cost of the work will include the cos# of aIl worknaen, for�men, tirne keepers, mechanics and laborers; all materials, supplies, tni.cks, �quiprnent rental for such time as actually used on such work on1y, plus all pawer, fuel, lubricants, water and similar aperating expenses; and a ratable portivn ot'premiums on performance and payment bonds, pu�lic liability, Workers Compensation and all otlxer insurance required hy law Qr by ordinance. The Directar o#' #1�e Transportation and Public Warks Departrnent will direct the form in which the accot�nts of actual �ield cast �uvill b� kept and wi11 recammend in writing �lae method of doing t�ie work and the iype and kind af equ�prnent to be used but such work will be performed by the Contractor as an independent Contractax and not as an agent or erriplflyee of the City. The 15% of the actual field cosi to l�e paid to ihe Contractor shall cover and cornpensate him for profit, averhead, general supervision and field office expense and all other elements of cvst and expense not embraced with th.e actnal field cost as herein specified �pan request, the Contractor shall provide the Director of Transportation and 1'ublic V4�oxks access io all accounts, l�ills and vauchers relating thereto. b. TERMINATIUN: The City r�serves the righi to abandon, without obligation to the Contractox, any part of th� project or the enfire project at any time befare the Contractor begins any construction work authorized by the Ciiy. i. REFERENCE SPEC�FICATI4NS: This Contract and project are govemed by the follawing publzshed specifications (Iates� editian), except as modi�'ied by these Special Pravisions: STANDA�D SPECIFICAT'.IONS FQR STREET A1VD STORIV.[ DRA.IN �'�JyST'R UCTION. CITY OF FORT �YORTH A copy of these speci�ications may be purchased at the Office of the Department of Transpvrtation and Public Works, l.QflO Throckmorton Street, 2"d Floor, Municipal Builc�ing, Fort Worth, Texas 761.Q2. The applicablE specifications are indicated on the plans and in the Cantract Documents. General Provisions shall be thase af the City af Fort Worth dvcument rather than Division 1 of the North Ceniral Texas document. STANDARDSPECIFICATIONSFOR COIYSTRUC�'.�ON��'H�GHWAYS, STREETS ANb BRIDGES. TEXAS DEPARTMENT OF TRANSPORTATIOIV Special Provisions D-3 STAIVDARD SPEC.I.FICATIONS F(7.R aPUBLIC �WOR1�S CDNSTRIjCTlO1V,, NORTH CENT.RAL TEXAS COUNC.�.L OF GDVERNMEIVTS $. B�D SUBMITTAL: Bidders shall not separate, detach or remo�ve any portion, segment or sheets firam the Contract Docurnents at any time. Failure �o bid or fully execute Contract withaut retaining Contract Documents intact may be grounds for designating bids as "non- responsi�e" and rejecting bids or voiding Coniract as app�opriate and as det�rmincd by the Director o�the Transport�tion and Public Works Department. 3. WARRANTY; The Con�ractor shail be responsible for defects in tk�is project due to Contrac�or's faulty materials and workmanship, or bath, far a p�riod of one (1j year from date of final acceptanee of this project by the City Council of the Ciiy of Fort Worth. The Coniractor will be required to rep�ace at his expense any part or a11 af the prroj ect, which bscomes defective due to these causes. 10. CONSTRUCTION STAHING: Constructian stakes for line and grade will be provided by the City {if requi�ed) as outlined on page 17, Stajzdard S�eei�catio�ts fo� Street a�ad Storm Drai�a Co�astructian, City of Fort Worth. 11. TRA.FF�C CONTROL: The Contractor shall be responsible for pravidin� traff c control du�ng the construction of this project consistent with the pro�isions set forth in the "Texas Manual an Uniiarm T'raffi� Cantrol Devices for Streets arzd Hi,�hways" issued un.der tne authority of the "State of T�xas Uniform Aci Regulating Traif'�c on Highways," codi�ed as Article 6701d Vernon's Civil Stafues, pertinent seciions being Section Nos. 2'7, 29, 30 and 31. The Cantractor will not remove any regulatary sign, �instructional sign, street name sign or othe:r sign, which has been erected by the City. Ii ii is deterniined that a sign must be rremoved to permit required construction, the Contractor shall contact the Transportatit�n and Pu�Iic Works bepartment, Traffzc Services Di�ision (phone number 871-810Q), to remove the sign. In the case af regulatory signs, the Contractor rnust replace the permanent sign vvith a temporary sign meeting the requirements of the above referenced rnarival and such iemparary sign must be installed prior to the removal af ih� permanent sign. If'ths temporary sign is not installed correctly or if it does nat meet the required specifications, the permanen� sign shall be left i:n place until the ternporary sign requirernents are met. When constxuction work is carnpl�ted to the ex#ent that the pezmanent sign can b� reinstalled the Contractor shall again cantac# the Traffie Services Division ta reins�all the perrnanent sign and shall Ieave his temporary sign in place uniil such reinsiallation is completed. Traf�c con�rol will not be paid for directly, but sha11 be considered subsidiary. to the va,rious bid items of the contract. 12. PAYMENT: The Contractor will receive full payment fiorn the City %r all wark, 13. DELAYS: The Contractor shall receive no cornpensation for delays or hinti�ances to the wark, except wh�n direc� and unavoidable extra cnst to the Contrac�or is caused by the failure Special Provisions D-4 � of the City to provide infozmatian or material, if any, which is to be furnished by the City. When such extra compe�saiion is claimed a written staterr�ent thereof s1�a11 be presented by the Cant�ractor to the Engineer and if by him found co�'ect shall be approved and referred by hi�m to the Council far final appro�al or disappraval; amd �he ac#ion thereon by the Council sha11 be fina� and binding. If delay is caused by specific orders given by tne Eng��eers to stop war� �r by #he performance of extra work or b� �he :failure nf the City to provide , rnate�ial or necessary instructions for carrying an the wark, ihen such delay will entitle the Cor�tractax to an equivalent exter�sion of tim�, his application for which sha11, hawe�er, be suhjeet ta the approval vf the City Council; and no such extensivn of time shall release the Contractor or the surety on his perfnrr.mance band form all his obligations hereunder which shall remain in full force until the disclaarge of the Contract. 14. DETOURS AND BARRYCADES: The Contractor shall prosecute his work in such a rnanner as ta create a minimum of in�erruption to traffic and pedestrian faczlities and to ��.e £low ofvek�icular and pedestrian traffic within the praject area. Catttractor shall be responsible for installing �1� constructian signs, signa�s, and markin�s necessary to provide adequate traffic contarols for puxposes of construction. Barricades, warning and detour signs shall conform to the Standard Specifications "Baz'riers and Warning and/ar Detour Signs,°' Item 524 andlar as shown on, the plaris. The furnishing, placing, and maintainin.g ofbat7riers and warning and/or detour signs by tha Contractor will not be paid far directly, but shall be considered subsidiary ta the various bid items af ihe cantract. �or sidewalk construction on arterial str�ets, lane closings will onZy be alYowed from the hvurs of 9:00 a.m. to 4:00 p.m. The Cantractar sha�l notify Transportation and Public Works Department prior to lane closures. Attached are Traffic Control Plan Details. Construc#ion signing and �arricades shall canform with the "Texas Manuat on Uniform Traffic Control Devices, Vol. No. 1." 1�. PARKWAYS: Tt is required that ali parkways be excavated and shaped as required at the same tirne the sidewalk is cflns#ructed. Excess excavation will be dispos�d af at locations approved by the Engineer. Standard 5pecificatzan Item 10$, °`Finishing ofParkways" shall apply. Contractar shall e�cavate all areas between the back of curb and sidewaik per the City's standard details. Contractor shall prepare parkways for re-sodding. .Any parkway shaping is subsidiary to the ur�it price bid for sidewalk constructzfln. 16. DTSPOSAL OF �POILlFILL MATERIAL: Prior ta tha disposin� of any spoiUfill rnaterial, the Contractar shall ad�ise tha Director of the Departtnent of Ex�gineerin.g acting as #he City of Fort Worth's Flood Plain Administratar (°`A�ministratax"), of the location o£ all si�es where the Contractar intends to dispase of such rnaterial. Contractor shall not dispase of such material unt�l the pxoposed sites have been determined by the Administrator to meet ihe requirements of th� Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056j. All disposal sites must be approved by �lie Adminis�rator to Ensure the filin� is not aecuming within a flood plain without a pennit. A flood plain permit can be issued upon approval of necessary engin.eer�ir�g studies. No fi11 penmit is required if disposal sites are not Special Pzovisions D-5 in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that tk�e site is not in a knawn flood plain or by a Fload Plain Fill Permit aufhorizing fill within the flood piain. Any expenses associated with abtaining the �'ill permit, including any necessary engineering studies, shall be at the Contraotor's expense. In the event that the Coniractor disposes o� spoill�ll material at a site �vithout a fi�l permit or a letter frarn the administrator approving the disposal site, upon no�ification by t,�.e Di�rector of Engineering, Contracibr shali re�nove the spaillfill rnaterial at its expense and dispose of such nnaterials in accordance with the O:rdinance of the Ciiy and this seciion. 1'�. ZONT�G COMPLIANCE: During the construction of this project, the Cantractor sha11 comply �+ith present zor�ing requirements of the City of Foxt Worth in the use of vacant property for sto�age purposes. 1S. CLEAR�NG AND GRi7SBING: AIl objectioz�able matter required to be rerriaved within the right-of-w�.y and not particulaxly described under these specifications shall be cavered by Item No. 102, "Clecaring and G�ubhir�g" ar�d shall be subsidiary fo �he ather items of the Contract. , �.9. FINAL CLEANUP: Final cleanup work shall be done far this project as sonn as the constructian has been. completed. No mare than seven calendar days sha.11 elapse af�er completion of canstructian hefore the roadway and right-af way is cleaned up �o the satisfaction of ihe Engineer. Contractor sha11 prepare parkways for r�-sodding at Iocations dzrected by the Engineer. 20. nUALYTY CONTRUL �EST�NG: The Coniractor shall furnish, at its own exp�nse, certifications by a private �al�oratory for all rnaterials proposed fo be used on the projeet, including a rnix design for any asphaltic antUor Portland cement concre�e to be used and gradaiion analysis �or sand and crushed stone to be used along with the name of the pit from which the maten[aI vcras taken. The Contractor shall pro�+ide manu�aeturer's certifications for � a11 rnanufactured it�:ms to be used in the pro�ect and will bear any expen,se related thereto. . (a) Tests af the design concrete mix shall be made by the Contractor's laboratory at Ieast nine days prior to the placing of concrete usin� the same aggregate, cement and mortar that are to be used later i�a the con�crete. The Contractor shall provzde a certified copy of the iesi results to the City. (t�) Quality control testin.g of in sita material on this project will be performed by the Czty ai . its own expense. Any retesting required as a result af failure of the material io meet project specifications wi11 be at the expens� of the Coniractar and wili be billed at commercial rates as determined by the City. The failure of the City ta make any tests of � materials shall in no way relieve t�e Contraator of its responsibility ta furnish materials and e�uipment conforming to tl�e requirements oith� Contract. (c) 'Z'he Contractor shall provide noi less than 48 hours z�otice ta the City for op�ratiQns requiring testing. The Contraetar shall provide acc�;ss and trench safety system (if � 5pec'sa! Pro�isions D-6 required} for the site to be tested and any wark effort involved is deemed to be included in �he unit price for Yhe item being tested. {d} The Contractor shall provide a copy af the frip ticket for each load of fill ma�eriai deli�vered to tk�.e job site. The ticket shall specify the name of the pit supplying the �1� material. 2x. PR�PERTY ACCESS: Access to adjacent property sha11 be maintained at aIl times uz�Iess otherwise directed by the Engin�er. ��. CONSTRUCTION SCHEDULE: It shall be the responsibility of th� Contractor to furnish the En.gineer, prior to construction, a sehedule outlining the anticipated time each p�.ase of constructian wili begin and be completed, including suf�cient tirne bein� a�lowed for aleanup. 23. 5AFETY RESTR�CTIONS -�VORK NEAR HIGH VOLTAGE LINES.: The �'ollowing pra�edures wil� be foliowed regarding the subject ztem on this Contract: (a) A warning sign nnt less than fve i,nches by s�ven inches, painied yellow with black letters that are legible a� twelve feet shall be placed inside and outside veb.icles such as � cranes, derricks, pawer shovels, drilling rigs, pile d:�vers, haisting equipment or similar � apparatus. The warning sig,m sha11 read as �'ollaws: "WAI�ING—UNLAWFUL TO OPERATE THIS EQUIPMEN'� WITHIN '�EN ` FEET OF H�GH VQLTAGE LYNES." (b) Equipment that may be operated within ten f�et of high vvltage lines shall have an ' insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulafar Iinks an the lift hood connections. {c) When necessary to work within tez� feet of hi�h voltage electric lines, notification shall be given ihe pawer company (TU Electric �arvice Company) which will erect temporary mechanical harriers, de-energize the line or raise ar lower the Iine. The work done by the power company shall nat be at the exp�nse of the City of Fort Worth, The notifying department shall maintain an accurate log of atl such ca11s .ta TU El.ectric Service Company and shall record action taken in each case. ," {d) The Contractor is required #o rnake arrangements with the TU Electric Service Company � for the temporary relocaiion or raising of hi�h voltage iines at the Contractor's soXe cnst and expense. (e) Na person shall work withitl ten feet of a high voltage line without proteetian having been tak�n as outlined in Paragraph (c). �4. WATER DEPARTMENT PRE-QUALiFXCATYON REQUTREIVIENTS: Any Contractor per%rming any wor� on Fort Worth water or sanitary sewer facilities must be pre-qualified 5pecial Pravisions D-7 with the Water D�parttnent ta perform such warrk in accordance with procedures and specificatians described in the current Fo;rt Warth Water Department General Speci�catzans. ��. RIGHT TO AUDiT: Conttactor agrees that the City sha11, until the expira�ion ot' �ee (3) years after f nal payrn�nt under this Contract have access to and the right to examine and photor,c�py any directly psrtinent boolcs, documents, papers and recards of the Contractor invalving transactions relating to �s Contract. Contractar agrees that the City shall have access during normal warking hours to alI necessary Coni�actox facilities and shall be provided adequate and apprapriate vvorkspace in order to eonduefi audits in compliance with the pxo�isions of this section. The City shall give Coniractar reasonable advance no�ice of int�nded audits. (a) Contractar fi.�rther agrees to include in all its su,bcantracts hereun.der a pro�ision to the effect that the subcontractar agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the rsght to e�amine and pho#ocopy any direct�y per�inenf books, docurnents, papers and records af such subcontractor involving transactians to the subcontract and further, that City shall have access during norrnal wor�ing houxs ta all subcon�ractor facilities and shall be provided adeyuate and �.pprapriate work space in order to conduet audits in compliance wi�h the provisions af this article together with subsection {c ) her�of. City shail give subcontractor reasonable advance notice o�' intended audits. (b) Contractor and subconiractor agree to phatocopy such documents as may I�e requ�sted by the City. The City agrees to reimburse Contractar for the cast of eopies as follows: 1. 50 copies and under $�.10 per pa�e. 2. 1Vlore than 50 copias $0.85 far first page plus $0.15 for each page thereafter (c) "Contractar agrees that the City sha11, untzl t�ae expiration o� three (3) years after final payment under this Coniract have access to and the right to examine any directly pertinenf books, documents, papers and records of such subconfiractor, invalving �ransaetions to fi.�e subconiract and further, that City shall have access during normal warkz�g hours to aIl appra�riate work space, in arder to conduct audits in compliance with ihe provisions af t�is article. City shall give subcontractor reasonable advance noiice of intended audits." �5. TRENCH SAFETY: The Contractor must comply with the following basic requirements in order to provide for tk�e safety and health of workers in a trench. The Con�racior shall develap, design and implemeni the trenc� excavation sa�ety protection system. The Contractor shall bear the sole respansi�ility far the adequacy of the trench safety system and praviding "a sa.fe place to work" for the worlcman. Th� trench excavation safety pratection system shall be used for alI trench excavations deepex than £'ive {5) feet. The Excavating and Trenching Ope�ation Ma�.ual af the Occupational Safety and Health Administratian, U.S. Departm�nt of Labor, shall be the minimum governing req�tirement of this it�rn and is hereby made a part of this specification. The Special Psovisions D-8 Cantractor sha11, in addition, camply with all other applicable Federal, State and loeal rules, regulation.s and ordinances. The Contraciar shall provide all rnethods used for irench excavation safety prrat�ction including furnishing, designing, providing aIl materials, �ools, labor, equiprnent and incidenfals necess�ry, including removal of the system. �7. SiTBSIDTARY WORK: Any and alI wo�k speci�ically governed by documentary requirements for the project such as conditions irnposed by the Plans, ihe General Contract Documents or fhese Special Contracf Documents, in which no specific iterr� for bid has been pravided for in the Praposal, shall be cansidered as a subsid'zary item ofwork, the cost of which shall be included in the pxice bid in tk�� Proposal, �or each bzd item. �arkway slnaping, suxface restoratio�, and cleanup are general items of work, which fall in the categary o� subsidiary work. 28. 5UBST�TUTIONS: The specif cations for materials �ei out the rninimum siandard of quality, which th� Ciiy believes necessary to procwre a satisfacto�y project. No subs�itutions will be permitted tzntil the Coniractor has rec�ived written permissian of the Engineer #n make a substitutifln forr the material, which has been specified. Wher� th� term "or equal", ar "or approved equa�" is �sed, it is u:ndersfood that if a material, product, or piece af equipment bearing th� name so used is furnishec�, it vwill be appxoved, as the particular trade name was used for the purpose of establishing a standard of qualiiy acc�;ptable tp the City. T�' a pruduct of any other name is praposed for use, tha Engineer's approval thereaf must be obiained befnre the proposed substitute is procured by the Contractor. Where the terrn "or equal", or "or approved ec�ual" is not used in the specifications, thits does not necessarily exclude aliernative items ox material or equiprnent which may accompIish the iniended purpase. However, the Contractor shall have the full responsibility of proving that tha propased substitution is, in fact, equal, and ihe Engineer, as the representative of the City, sha�l be the sole judge of the acc�ptability of subsi�tutions, The provisions of this sub-section as related to "Substitutions" sha11 be applicab�e to all section� of these specificatians, �9. TEMPORARY SQIL EROSION, SEDIMENT AND WATER POLLUT�UN CONTROL: The Contractor shall provide all temporary soil erosion, sediment and water pollu�ian can�rol measures for the duration of the Coniract in cornpliance r�vith FederaI (EPA), State of Texas, and City of Fort Woxth regulations. The temporary measures shall include silt fences, temporary construction entrances, dik�s, c�ams, berms, sediment basins, fiber mats, �ute nettin.g, temporary seeding, straw mulch, asphalt rnuleh, plastic liners, rubble �iners, bal�d-hay retards, dikes, slope drains�, and othex devices. Such pre�ention measures shall be in accordanae wifi1� the North Central Texas Council' o�Governments Storm Water Oualitv Best Mana�emerit P�actices for Construction Activities. All wark, maierials, and equipment nece�saty to pravide temporary erosion control shall be considered subsidiary to ihe Conixact and no extra pay will be given for this woxk. 30. EXIST�NG UTIL�TIES: It shalI be the responsibility of #hc Coniractor to detearmine fhe existence of, to verify locations, �levaiions, and dimensions of adjacent and/or coriflic�ing �pecial Provisions D-9 utilities in order that adjustments can be made to pravide adequate elearances. The Contractor shall preserve and protect public uti�ities at all times during consfruction. Any damage to utilities resulting from the Contractor's work shall be restored at the Con�ractar's expense. Public utilit�es shall he noti�ied when propased facilities conflict with existing utiliti�s. Con#ractor shaXl cantact the following utility companies 48 haurs pr�ar to c�oing work at any 1oGation: Oncor Gas Southwestern Bell AT&T Marcus Cable Western Union Cable OnCar Elec#ric Ciiy of Fort Worth Water Department City of Fork Worth Transportation and Public Works Department 31. CONSTRUCTIUN NOTES: The iallQwing Constntctifln Notes shall apply tv the project: Metxa (214) 263-3444 1-800-3�4-8377 1-840-878-8711 (817) 246-5538 (214) 939�-1930 1-800-233-2133 (S 17) 871-8275 (817}871-810Q 1. All sidewalk joints shall be installed as shown on the attached drawings of the sider�valk 1ayv�xt. Contractor shall install expansion joints at alI existing driveway connections. No driveway appraach or driveway replacements are required unless approved by �he Engineer. 2, All expansion joints shall be slip doweled using 24" #3 smooth dowel bars @ I8" C-C with sleeve and grease an one end. Redwaod boards shall be used as expansion joint f�ller. {See details,) 3. A!1 construction joints (flagging) shall be insialled using 311�" wide tooled joints 3/8" deep. �. No joint sealing is required for sidewalk construction. 5, All sidewal� rarnps s�all be installed prior �o sidewalk construc�ian. 6. Subgrade shall be compacted to have a uniform density af not less than 95% of the rnaximum density. Testing will be done by the City at �he discretion of the Engineer. 7. Canerete Retaining Wall With Sidewalk shall t�e paid for by the unit prica bid p�r cubic yard. Special Provisions D-14 3�. DESC _,�`�ON OF PAY �TEMS: A. NUN-PAY ITEMS: FIlVISHING OF PARKWAYS: All applicable provisions of Standard Specif cafion Item 108, "Finishing of Parkways" sha11 apply. Contractor shall excavate a11 areas befween the back af curb and sidewalk per the City's standard details. Contractor shall pxepare parkways far re-sodding. No direct payment wi11 be made far this item, and it sha11 be considered incidental to this Cantract. PREPARINGr RIGHT-OF-WAY, CLEARING AND GRL7BBIIVG: A11 objectionable iterns vvithin th.e �imits a£ this project and nat otherwise provided �or shall be removed under this item in accordance with Standard Specification Ttem 100, "Preparing the Right-of Way" anc�. Item 102, "Clearing and Grubbing." No dzreet payment will be made far this item, and it shall be consid�red incidental to this Cont�act. SPRiNKLING �'OR DUST CONTRaL: All applicable provisions of Standard �pecifications Item 200, "SpYinkling for Dust Control" shall ap�ly. No direc� payment wi11 be made iar this item, and it sha.11 be considered incidental to this Cantract. PR4TECTION OF FENCES. TREES. PLANTS AND �OIL: AlI property alnng and adjacent ta ihe Contractor's operations including �ences, lav�ns, yards, shrubs, treas, etc. shall be preservcd or res�ored after completinn of th� wark to a. condition equal or better than existed priar t� start of work. No direct payment will be made for this i#ern, and it shall be considered incidental to this Contract. PROPERTY OWNER NOTIFiCATIUN: Th� Caniractor s�aIl provide flyers to aIl prop�rty owners adj acent to the proposed �idewalk locaxions. The notices shall be disiributed a minimum of 5 calendar days prior io the start of canstruction on that s�reet. Exarnples of these flyers are shown in the detazls. No direct payment will be mad� for this item, and it shall b� considered inciden�al to this Contract. PRE�CONSTRUCTION WALK-THROUGH: No detailed parkway surveys hav� b�en completed for these sid�waiks. Therefa�e, the Contractar shall meet with the Engineer and the Inspector at the proposed sidewai�C locations priar to constructian. City represent�.fives and the Contractar will locate tha pro�osed sidewalk lveatic�ns based up�n actual field conditians. No direct payrnent will be made for t.�.is item, and it shall be considered incidental to this Contract. Special Pravzsions D-11 B. PAY ITEMS: UTILITY ADJUSTMENT; This item is included for the basic purpose of establislung a contract price comparable to the fiinal cost of rnaking necessary adjustments r�:quired due to improvements to wafier, sanitary sewer, and naiural gas service lines and appurtenances where such service lines and appurtenancs;s are the praperty owner's respons�bilzty ta maa�ntain. An arbitrary fi�ure has been placed in the Propasal; however, this does not guarantee any payment for utilify adjustments, neither does xt coxafxne utility adjustments to the amount shown in tlae Proposal. It shall be the Contractor's responsibility to provide the services vf a�ice:nsed plumber ta make the utility adjustments determined necessazy by the Engineer. Na payment will be made for utility adjustments except those ad3ustments determined necessary by the Engineer. Should the Contractor damage servicc lines due �o his negligence, where such lines would not hav� reauired adjustrnent or repair otherwise, the lines shall be repaired and ad�usted by ihe Contractor at ihe Contractor's expense. The payment to the Cant�ractor for utility adjusiments shall be the actual cost of the adjustments plus ten percent (10%) to cover the eost o�bond and o�erhead incurred by th� Contractor in handling the utility adjustments. PROJ"ECT DESIGNATION SIGN�: The Contractarr shall cans�ruct and install twa (2) Project Designation Signs at the locations appro�ed hy the Engineer. It will be the responsi�ility oF the Contractor to maintain the signs in a pres�ntablr; conditian at all times on each project ur�der eonstruction. Mairitenanee will includ� painting and repaixs as c�irected by the Engineer. �t wi11 be the responsibility of ih� Contractor to have the individual projecY signs lettered a�n.d painted in accordance with the enclosed detail, T�.e quality of the paint, painting and lettering on the signs shall be app:raved by the Engineer. The height and arrangernent of the Iettering sha11 be in a.ccordance with the laiest Gity standard detai�. The sign shall be canstzucted of �/a" fr ply�vood, grade A-C {exteri�r) or better. These signs shall be installed on baz-ricades or as directed by tne Engineer and placed a# the pro�ect site upon commencement of co�struction. The work, wb.ich includes the pai�nting of tha signs, installing and removing ihe signs, furn,ishing the materials, s�p�arts, connections to the support, and maintenance shall be to the sa�isfaction of the Engineer. The signs sha11 include a11 ma#erials,labax, equipment, tools and inc�dentals necessary to complete the ve+ork. REMOVE E�STING CONCRETE FLATVVORK: All a�plicable provisions o� Standa.rd Specifications Item 104 "Removing Old Concreie" shali apply. Any saw cutting, remo�al, excavation, stree� repair, and hau� off of removed rnaterial necessary for cvnstruction shall be subsidia�r to the bid price far this item. Remavat oi flatwork far sidewalk rarnp insta�latian is not part a� this pay item. The unit price bid per square ya�rd shall be full compensation for furnishing all rna�erials, labor, equipment, and incidentals necessary to comp�ete the war�C. � � Special Provisions D-12 REMOVE EX�STING CURB & GUTT�R: All applicabl� provisions of Standard Specifica�ions Item 10�} "Remaving Old Concrete" shall apply. Any saw cutting, removal, excavation, street repair, and haul off of removed ma�erial necessary for construction shall be subsid'zary to the bid price for this item. Removal of existing curb and guttar #'or sidewalk ramp installatian is nat pazt of this pay itern. The unit p�ice bid }�er linear foot shall be full compensation for furnishing all materials, labor, equipment, and incidentals neeessary to cornplete the work. ST'ANDARD CONCRETE 7" CURB & 1 S" GUTTER: A11 applicabla prov�isions of Standard Specifications Item 5Q2 "Concrete Curb and Crutter^" shall apply. AII conerete shall have a minimum compressive strength �f 3,OOQ psi at 28 days. The unit price bid per Iinear �oot shall be full compen.sation fvr fiirnishing all materials, labor, eyuipment, and inaidentals necessary to camplet� the work. 4'° CONCRETE SIDEWALKS: All applicablc provisions of Stanc�ard �pecif cations Item 504 "Concrete Sadeyvalks and Driveways" shall apply. All concrete shall have a minimum campxessive strength of 3,000 psi at 28 days. The Contractor shall construct standard concrete sid�walks as shown �in tkxe deiails or as directed by the �ngineer. The Cnntractor shall not remave any regulaiory sign, instructianal sign, sireet name sign, or other sign that has been erected by the City. The Can�ractor shall con�act Signs and Markings Division, TPVs1 (Phon� 871�8075). Any excavatian, campaction, saw cutting, removal, park�vay grading, street repazr, and haul off of remov�c� material necessary foz' const�uction sha11 be subsidiary to the bid pr�ce for this item, Pay items are separated by total length of sidewalk installed alang each s�reet. Existing driveways, streets, a.nd sidewalk ramps will not be considered as startin� a n�w len�ih o�' sidewalk wh�n determining the appropriate pay item number for each sireet. The unit price bid per square yard shall be fiill campensation far ftimishing al� materials, application, curing, labor, equipmeni, and incidentals necessary ta c�mplete �he work. CQNCRETE RETAINTNG WALL W�TH SJDEWALK: All applicable provisions of Standard Specificaiions Item S 1 S"Retaining Walls" shall apply. All concrete shall have a minimum compressiv� strength of 3,000 psi at 28 days. The Cantractor shall canstruct retaining walls with sidewalk as shown in the det�ls ox' as directed by the Engineer. The unit price bid per cubic yard shall be full compensation foz furniskung a11 materials, application, curing, labot, equipment, and incidentals necessary to complete the woxk. 6" CONCRETE SIDEWALKS AT DRNEWAYS: All applieable provisions of Standard Specifications Ttc;rn 504 "Concrete Sidewalk,s and Driveway�" shalI apply. All concrete shalI have a minimum compressive strength of 3,400 gsi at 28 days. The Contractor shail canstruct standa�rd 6" conerete sidewalks across existing HMAC ar gravel driveways as shown in the details or as dir�cted by the Engineer. Any cornpaction, saw cutting, rernoval, excavation, parkway grading, and haul af� af remnved material necessary for cons�na.ction shall be subsidiar.y to the bid price for this item. The u�r�it Special Frovisions D-I3 price bid per square yard shall be fizll compensation �ox furnishi�ag al� materials, appiication, curing, labor, equipment, and ineidentals necessary to complete the work. HMAC DRNEWAYS: All applicable provisions o£ Standard Speci�ications Ite�n 312 "Hot Mix Asphaltic Concrete" sha1l apply. Tne Gon�ractor shall replace standard HMAC driveways distuxbed by construction as shown in the de�ails or as directed by �he Engin.eer. The dri�eways shall be 6" thick: �" �hick HMAC surface courrse, Type D, on 4" thick HMAC sur#'ace course, Type B. Any campaction, saw cutting, removal, excavation, parkway grading, and haul off of removed material necessary far consiruction shall be subsidiary to the bid price for this item. The unit price bid per ton shall be full compensation for furnishing all maierials, application, curing, labor, equiprnent, and incidentals nacessary to camplete fh� work. FLEX BASE DRNEWAYS: A11 applicable provisian.s o� �tandard Speci�ieations Ttem 208 "Flexible Base {Crushed Limestone)" shall apply, The Contraciax shall replace standard gravel driveways disturbed by consiniction as shown in th� details or as directed by the Engineer. The dri�eways sha11 �e 6" of campacted flex bas�. Any compaction, saw cutting, removal, excavation, parkway grading, and haul off of removed materiai necessary for constxucfion sha11 be subsidiazy to t�e bid price for this item. The unit price bid pex square yard shall be fu�I compensatzon for furnishing all materials, appIication, curing, labor, equipment, and incidentals necessary to compleie the wark. 6" CONCRETE DRNEWAY APPR4ACH: All applicable provisions of Standard Specifications Item 504 "Concrete Sidewalks anr� Driveways" sha�l apply. AlI concrete shall have a minimum eompressive s#rength of 3,000 psi at 28 days. The Contraetor sha11 constxuet standard 6" driveway appraaches as shown in the detaiIs or as directed by the Engineer. ,Any campaction, saw cutting, remaval, excavaiian, grading, and haul off o€ r�mQved material necessary for construciion shall be subsidiary to the bid price for this item. The unit price bid per square yard shall he fiill campensation for furnishing a11 materials, applieation, curing, Iabor, e�uipmen�, and inciden�als neeessazy to cnmpleie the work. CONGRETE SIDEWALK RAMPS: Ai1 concrete shall have a minimum compressive strength o�' 3,0�� psi at 28 days. The Contractor shall canstruct sxanda�rd conerete sidewalk ramps as shown in the details and as directed by the Engineer. T}pe 1 sidewalk ramps shall be constnzeted at in�ersections wher� �' sidewalks are affse:t from the back of curb. Type 3 ramps shall be constructed at intersections where 5' sidewalks are adjacent #o the back of curb. Use of Type 2 side4valk ramps sha11 be :resfiricfied to locatsons where it is not .feasible t� use Type 1 or 3 and shall be paid for at the sarne price bid for Type 1 ramps. All grvoved ramp surE"aces (but not the sidewaik rarnp wings or curbs) shall be colored with LITHOCHROME color hardener, stain, or equal. A brick red color, a dry-shake hardener manufactured by L. M. Scnfield Company or eqnat, shall be used in accordance v�+iih Special Provisions D-14 manufacturer's instructions. Cont�actor shall provide a sample concret� panel of one foot by one foot by three inches dimenszon, or other dimension approved by the Engineer, meeting the a£orementioned speci�cations. The sample, upon appxoval of the Engineer, shall be the acceptable standard to be applisd for all construction covered in the scope of this Pay I�em. The method of application shall be by screen, sifter, sieve, ar other means in oxder to pravide for a uniform color distributian, T�i� Contractor rr�ay also us� AIl applicabie pro�i�ivns of Standard Specit'ications Item 104 "Removing Old Concrete" and Item Sa2 "Concrete Curb and Gutter" shall apply. Any parkway shaping and grading, curb and gu�ter saw cutting and rernoval, excavation, street repair, and haul aff of removed rnaterial necessary for constxciction of sidewalk and ra�nps shall be subsidiary to the unit price bid far these items. Street voids caused by canstruction sha11 be filled wi�h HMAC "Type D" mix �or HMAG pavement per �tem 312 "Hot-Mix Asp�aaltic Concrete". The unit price bid for each ramp shall he full compe�sation for furnisl�ing ali materials, application, euring, Iabor, equipm�:nt, and incidEntals necessary ta complei�: the work. WATER METER AND GROUND BOX ADNSTMENTS: T'his item shall include raising or lowering existing boxes to fihe parkway grade speci�ed. No payment will be rnade for existing baxes #hat are within 0.1 feet o� the speci�ed parkway grad�. The unit price bid for each water meter box adjustment will be fiill pa.y�nent for alI materials, labor, equipment, tools, and incidentals necessary to complete the work. MANHQLE ADJiJSTMENTS: This item shall include adjustin� the tops of existing standard manhole rings and covars to maich the propvsed parkway grade as shown on the details. Na payment will be rnade for existing boxes that are witl�in 0.1 feet af the specified parkway grade. All applicable pro�isions o�' Standard Sp�cifi�ations Ttem No. 454 "Adjusting Manhales and Inlets" and Tterri No. 44b "Concrete for Struclures" shall apply. The Cantractor shall be required to nse Class "A" concrete except as modified herein. The maximum water cement ratio shall not exceed S.5 gailans per sack. A Type. "A" wa�er- reducing admixiure and a Type "C" set-accelera.ting admixture may be used to achieve the earliest possible concrete setting times. The use of a set-retarding admixture will not be permitted. The conc:rete wilf be designed to achieve a minimum compressive strength of 3,OOQ pounds per �quare inch in �48 hours. Tf the concrete fails to reach ihe required 48-haur strength, the Engineer may direct that the concrete be redesigned as n�cessary to meet these requirements. Incl�ded as part of thi� pay itern sha11 be the application vf a cold-applied preformed fle�zble butyl rubber or plastic sealing campound fvr sealing interiar andlor sxteriar joints on conorete manhole sections, per curren,t City Water Department Special Canclitions. The unit p�ice bid for each manhole adjustm�nt will be full payrnent far a11 materials, Iabor, equipment, tools, and incidentals necessary to camplete the work. �pecial Provisions D-IS SPZtINKLER HEAD ADJUSTMENTS: This ite�n sk�all include relocating existing sprinkler heads and including suppiy piping fax sidewalk canstnzction. No payment will be made far sprinkler head adjustrnents except thasc adjustrnents determined necessary by the Engineer. The unit price bid for each sprinkler kead ad�ustment will i�e �ull payment for all materials, Iabar, equipment, tools, az�d incidenials necessary to compiete the work. TREE REMO'VAL: This itern sha1l iz�clt�de remaving existing trees for sidewalk constn�ction. The Engin.eer znust provide written auihorization be�or� th� Coniractor remaves any tree. The u�ii price bid for each tree removed will be full payment for all materials, labor, equipmeni, #ools, and incid�ntals neeessairy ta complete the work. TREE TRTMMING: This itwm sk�a�I include irimz�ir�g exisiing trees for sidewalk construction. Th� Engineer mnst pxovide written authorization before �e Cantractor trr.ms any free. The unii price bid for each tree �rimmed will be full payment for all materials, labor, equipxnent, taols, and incidentals necessary to comple�e the worl�, By ordinance, tne Contractor must obtain a�ermit from t�e City Farester be£are any work (trimming, removal or root prunin�) can be done on tr�es ar shiubs growing on public property including street right-of-way and designat�d alleys. This permit can be obtained by calling the Forest�ry Office at $71-5738. AIl tree work shall he in compliance with p7r��ning standards for Class II Pruning as described by the �Tational Axborist Association. A copy of these standards can be pravided by calling the above ntxmber. Any damage to public trees due to negligence by the Contractor shall be assessed using the curren� formula for Shade Trec: Eval�tation as defined by the In#ernational Saci�iy of ArbQriculture. Payment for r�e�ligent damage to pubiic tr�es shall be macte to the City of Fort Worth a�d rnay be withheld fram funds due to the Contractor by the City. To pr�vent the spread o�' th� Oak �iit fuz�gus, all waunds on Live Ualc and Red Oak trees shall be immediateIy sealed using a cornrnerci�l prurung paint. This is the on�y instance when pr�uiing paint rs recommend�d. REMOVE AND RELQC.ATE SHRUBS: This item shall includ� the removal and relocation of existing shrubs for szdevvalk constr�ctian. The Engineer must pro�ide written authorization before th� Contractor relvcates any shrub. The ur�it price bid for each �hrub rclacated will be iull payment for all materials, labor, equiprnent, tools, and incidentaYs necessary ta compleie the woxk. REMOVE AND REY�.ACE DRAIN LINE (VARrOUS SIZES): This item shall include the removaI and replaeement af existing cirain lines far side�valk constxuction. The unit price bid per linear foof will be full payment far all materials, labor, Equiprnent, tools, a.�d incidentals necessary to complete the work. Specia] Provisions D-16 HMAC SIDE�'ALKS: A11 applicable pxovisiQns of �tandard Specifzcafiians Ziem 312 "Hot Mix Asphaltic Concrete" shall apply. The Contractor shall install HMAC sidewalks as shown in the details or a� directed by the Engineer. The sidewalks shall be 2" thick HMAC suxface cauxse, Type D, an 3" thick flexible base. Any excavation, parlcway grading, haul ofi o� remov�d material, and compaction necessary for canstniction shall be subsidiazy to the bid price for this item. The unit price bid per ton shall be full cQmpensation for fumishing and installing all materials, applieation, curing, labor, equiprnent, and incidentals z�ecessary to camplete i�:e work. TQPSOTL: A11 applieable provisions of Standard Specification Item 1�6,"Topsoil", shall apply. The unit price bid per cu�ic y�rrd shall be full campensatian �ar �rnishing a!1 materials, labar, eqr�iprnent, and incidentals necessary to cornplete the work. Topsoii sha11 be placed as directed by the Engineer. 42" HANDR.AA.� WXTH PRIl�ECOAT AND ALUMINUM OIL BASED �'AINT: The unzt price bid per lirn.ear faot shall be fixll compensa.tion %�r fiirnisl�ing all rnaterials, labor, equipmen�, and incidentals necessary io complete the work. SODDING: , AIl applicable provisions of Standard Specification Item 118, "Sodding", shalZ apply. These items shall include sodding grass areas disturi�ed by construefion at the locations directed by the Engineer. The unit price bid per square yaard will be �ull paymeni far a11 materials, labor, equipment, tools, and i�cidentals necessary io complete th� work. HYDROIVIULCH: All applioable pravisions of Standard S�ecifzcaiion Item 120, "Seeding", shall apply. These i�ems shall include hydramulching areas disturbed by consinzction at th� locatians directed by the Engineer. The unit price bid per square yard will be fuli payment fQr all materials, Iabor, equipment, taols, and incidentals necessary ta compleie the work. 33. SIDEWALK LDCATIONS: An initial list of locations will �►e pxovided to khe Contractar at the Pre-Construction Conference. A partial Iist of locations is attached. IT IS THE INTENT OF THIS CONTRACT TO CDNSTRUCT SIDEWALKS ANYWHERE WYTHiN THE CrTY OF FORT WORTH. The Gity reserves the right ta increase or decrease the extent of the wark, and make changes and alterations in the quantities and locations of work as may be cansidered nec�ssary or desirable, and such changes and alterations shall nat be cansidered as a waiver of the conditions af the contract, nar shall they invalida�e any of the provisions thereaf The Contractor shall perforrn the wark as increased, decreased, or substituted, with no allo�ances made �orr any anticipated pxofits. Payrnent to the Cantractor for contract ite�ns will be made Special Provisions D-17 %r the act�al quantities of work don� and material furni5hed at the unit prices set farih in the contrac#. 34, yVORK ORDERS: �ork Orders wiil be issued to �he Coniractor for work to be perforrned under tYtis Co�trac�. A rnirumum of 1,000 iinear feet of sidewalk will be provided on eacY� wark order given to the Contractor. The Contractor shall start construction within 10 warlcing days af receiving a written work order. 3�. CONTRACT: This Contract shall be an anrxual purchase agreement wxth the option of two (2) one-year renewals. Contract shall not exceed 365 calendar days following the date of the Contract nor e�ceed the total price, whiche�er should occur first. Thc Contractor sha11 be rcequircd to con�plete any work covered by a Work Order issued prior to the date af termination, but the Contractor will not be required to accept any work order for executian dated after fihe date af termination. At the City's optinn and the Contractor°s concurrence, the C�ntract may be extended far anather calendar year with a maximum of 2 renewals. ,� � Special Provisions D-18 PART E SPEC�FYCATYONS The Gity of Fort Warth's "Stanrla� c� Snecif�cations fnr Street and Stopnz Drain Co�ast�°uction "�vill govern this project, �xcept as modifed by the Contract Documents and the plans. A copy of these Siandard Specifcations znay he purchased at the off�ice of the Transportatian and Public Wprks Directar, 1000 Throckrnorton Street, 2"d Floor, Municipal Building, F�rt Worth, TX 761Q2. `Standaf•d �Specffcatior�s fof• Pa�blic Woi•ks Const3•uciion ",laiest edition, as published by the North C�nhal Texas Council of Govern�xients (NCTCOG) shall cover any remaining items not included by tlze Fort Wortt� or TxDOT Standard Specifications or modified specifically by ti�e p�ans or Contract Documents. �D�"�'IC)?�AI, 1�S�l��i�C:� �t.�QL�i�.F.'�'fF�1T�= a. The �it�+, rls officers, ��nplo}�c:es �tttid sctv�nts si�al� 13� e�cir�rsed as an acicilliC�nd� i��surcd on �oi3�ra��c�r's in�ura�c� pc�1�c�E�:s �xrc�[in� �rnpiover'8 �1�}}I�IE� Il1Slll'al3CE ca�rc.x����� u��cier (����i�•a�:tur's war�er�� CC�111�7�i7t+Sllf}il IT74uEilIICC: �k[}�E4j+. �}. C'-�I'�ZFf�i1��S ol' i���t�tanc� shr�l� �e deliver�ci �s� t1�� D�p<<rlrn�:�tL �f' thc TY�tiS�701'��I�Dil �11(J �LIE}E1C Vl+'orks. �ily �!' l�orl Wc�rii�, 1[l{][} Tf���c��lc�r�ar�on 5�€eet, Fc�r� 1Noriif, i�C 7ii �[)? prior �a t��ie ��ity'S CX�C1.Ill{1!� �� lFi� CC�i�l3'�GkS. c. Ar�y �`ailu� an ��ri ��` ih� C'ily lo rtiyu: sl reqriircil insurst�ice �loc��mctyia�io�i s�r�ll n�# cons�ih�t�; a r�vai�rer o�' #��e insurance reqG�i�e���n[� ���ci�ied her�in, d. Eacl� ir�*�ar�nce palic}� sEtit�ll ��c' #9llS��T'S�{I �O pruvi�Cr tf3c �it� a i11it��r��it�1 ti�ie�y �.a}�s a�o�3c� of can�ellation, �a�n-re���w:�l. t�r�dl�r �iaEcria[ c�Yan�� in �roiic�y �e�•ms or �:uv�r:��c. A ieis da}�s r�oiic� s�iali be acce}�I.�E�i� rn ik�e e�er�l �f i�c}n-��aym��tik uf pre�at���t_ �. Iris�re�-s �nusE lx�: au�lY,�ri�c�J �o c�o b�sitress iu �h�: State of" T�xas and lia�f� a ci�i�e�iE .4.I1�. Besi rai�i�g c}f A: l��l ��e �:c�uiv�il�rt[ me�s�irc c�f` ���:it�c�ial sirc�ig�h �rtd sojveri�y. f. �cdt�ctii��e limiCs, or �e]f.�funcE�d ret�n.[ion lymt�s, c�n ea�h ���ic}� rn�st not cxc�c�1 $1 p.{�OO.OQ �}CC OC��1!'1`[;111:C k1f1�C55 Of�3�i�4VE5� �i�3C}fpV�(� �y �i�� �iky. �. ��Ll�i' tFl�ll �vOi�I�C�'� ��]��p���S�t3�]�1 3rl�t�E'�l�[:C, 11� E]l�li L1j� C1`dL�1�i011�1� 1l�SUCB�IC�� �ity+ r�t�►y caatsiilcr alte���aii�r� ��v�r���e c�r �isk �,reatn��n� r�1��su�t� �1,rcxt�,�}� i�z,�����n�€� ��aoib �� ris�€ rcterr#ion gro�rps. `�'is� C'r#y n�usk ap�rav� �n wr�lia�� �tr�y ��terna��v� cov�r���. h. ��'c�rl<e�s' ccsmpc�ts��i�x�� 'tt�sttrance po]rc�(s) GO�'�fl�l� �137�7�Q}'C�S of th€ �e�dnr sha�l b� e�1�Era��s�d ,�v�.�ix � v�r�ivcr of suhrog��EorE ��•ovidin� r��kits of` re�ov�r� iti favor of t}.�� �il}�. i, �il� sl�ali no� he �cspvnsil�le rc�r �1�e �ir�ct �,ay��icnt al' irrsx�rancc }�ret���u�n c�s[s f�r C'ontra�to�•'� insurance. j. C:��i�rac�ar's iitsur�t�cc pa�icies sl�all e�,ch k�e endc�rsed �� provide tl�al ���h irtSurru3�;�: ls �1fE1T»�"V �]`i]iCCCEQl1 �t1� �lli� 5���-��117{��� Ol' ��T11T.i1CCCl21j coverage �r�ai.nt�ined l�y� ��ty s��:.rl] i�c�l he called ���c�n tc� c�ntrii��it� Yu loss recovcr}�, I�. WIrh1� 11t� �on�rac� is iii eff�ct, ��n�r�clor �I��li r��c�et, i�r �#�ni�1y n�ar4n�r, Ec� th� D��}�11�1't3�li� c�l' Trans}�c�r�a�io�� �td �ub�'tc VI��3i'�{S r�17� iCilOWfl loss occL�rrcnce �h�t could �ive ris� #o a�.iability �kai�n� or I�w��i� vr w�.icft c�r�1cE ��esttit in a��•�a��cfty 1��ss_ ]. C:�}r�t��c�of's 1i�bili�y s�i�11 na� #�e ILCIi]iC� �D C�lC Sj]��FFI�� �fI1011EltS O� Zf78Ul'�111C� r�i{uii`�:�1 E�erern, n�. Upon tlxe requ�st o#' �i�}�. CDil�fdC��l- 511�I� ]7FC7VIf�e cn�n�31��� �opie� of ala ii�si,�r�t�ce �oiicies ��e��a��•e�i by �k�es� con�racl doct�n�e�lt�. c����c-ro� con���i�n�c� rrvl�b 1�VORFi�f�S' COIV���N�Ail�R� LA� I Ti � Pursuant to V.T.C.A. Labar Code §446.96 (2000), as amended, Contractor certifies that it provides warkars' camp�nsation insurance coverage for all of its employees emplayed on Citiy of Fort Warth �'ISCAL Y�AR 200���043 ANNIJAL COfd7�AC'� �'O� SI��VIIAL,KS and Cify of Fart Worth Project No. C1'i 66020'I 16U3�126. C�NTRACTOR: Contracfior; Cen�ur� 5ervices Company � � �y. � d � -�-- ;4 / Plame: �GGCfc`S� �0.�.��ic� ` Title: � ���� ' �a4e: � � / _ � STATE �F TEXAS § § GOIJNTY OF TARRANT � ': Before me t e undersigned authorify, on this day pers�nally appeared , L��f ✓��lf�� d�`� , known ta me to be the � person whose name is subscribed to fhe foregoing instrument, and acknowledged to me th he � cut�d the same as the act an� deed of teC�y �-PIL�� �i "' for the purposes and consideration � J there�n expressed and in #he capacity there�n stated. � �. ,� ,I Given Under My Hand and Seal ofi Qffic� this 1�fh dav ofi March. ,�003. . - Notary Public in and for t e Stafe of Texas � _ � _.�:,..,,�„ I�lNDA T�1YI�O�i 1 � * - . � i+ft�t�ry ��lic � �YAY� ��' Y�XAS � a 1Ry C�i�t►� �xp, d7�11�/Q6 � ��..,, . �... �.,.� �.. �..��.�..__.._ �:��,:.:.......:... �,,.,. . , . w . . � �, � ��R�ORnIIANCI� �ONQ THE STATE OF TEXAS C�UNTY O� TARRANT . eond No. RE6297648 KNOW ALL BY THESE PRESENTS: Thatwe, (1) Cen4ury Serrrices Companv., as Principal herein, and (2) cuiT insurance Campany ,, a carporation organized under the laws af the State of (3) conn������t , and who is authorizec4 to issue surety bonds in t�te State of Texas, Surety herein, are held and firmly bound unto the City af Fort Worth, a mun�cipal carparafion Iocated in Tarrant and Dentan Counties, Texas, Obfigee herein, in ihe sum of iwo �lundred Fiftv Six Thousand, iF�ree �undred Dollars_and No Cen�s []a[lars (�256,300.00� for the payment af w�ich sum we bind ourselves, our heirs, executors, administratars, s�ccessors and assigns, jaint[y and severa[ly, firmly by these presents. WHEREAS, Principal has entered intfl a ceriain writ�en con#ract with the Obligee dated the 18fh dav of March. �003 , a copy of which is attached hereto and made a p�rt hereof for a11 purposes, for the constructian o# �ISCAL Y�AR ��02oZD�3 A�fNUAL CON�RACi �OR SID�WALKS Project No. C1'[6m0�D'l'16Q3�926. NOW, THERE�ORE, the conditian of this obligation is such, if t�e said Principal shafl faithfully perfarm fhe work in accordance with� the plans, specifiicafions, and cantract docum�nts and shall fully indemnify and hold harmless the Obi9gee from all costs and damages which Oblige� may suffer �y reasfln of Principai's defaulk, and reimburse and repay Obligee for aif out�ay ar�d expense that Obiigee may incur �n making �ood such default, then this abligation sha11 be void; otherwise, tn remain in full �orce and �fifect. PROVIDED, HOWEVER, that this bond is exec+�ted pursuant tfl Chapfer 2253 of the Texas Government Code, as amended, and a!I liabilities an this bond sha�l be determined in accordance wit1� the pro�isions of such statute, io �he same extent as if i� were copied at fength herein. IN WITNESS WHEREOF, the �u�y authorized representatives of the Principal and the Surety have executed this instrument. SlGN�D and SEALED this 1�th da� of fUlarci�, 20U3 . � l . AT�"E�T� M . (Principal} Secretary � ,, ! • Wi ness as to P' cipal �° l ATTEST: ` � -.� _ r � . � ' � �. CSe�.refary � _ .- �, � � �S�AL) , � , �9sz� f Witness �s to Surety� � Century Services Company F�RiNCfPAL - By, "_�- , � , Name: � = � ::tJCY✓ . -�� � - ., , _ .. Tit�e: • _ _ Address: p.o. �ox �+0779 Fpr� l7orth, TX 76740 Gu]f Insurance Company SURETY � � ,.. _i, , ir/�_i_.' Name: c;Rdy F�ie� A�torney in Fact Address: 4��p Research Forest Dr., Ste. 200 The NGoodlands, iX 77381 Teiephone Number: 4�z-�31-��1� �l{�o�e: -�a��teat n.ame o f �2Enci�o�e ('eorct�cacto+�� -�a��ect racune o��rs�et� -$tate o�iraea+c�ro+catlnn o f {�uzet� � Telephorre number of sur�fy musf 6e sfated. In addr#ion, an origrna! copy of Pawer of Aftarney sha11 - be aftached to Bond by the Aitorney-in-Facf. ' The date of bond shaU not be prior ko date of contract. � �llAlh! f �MAiV�� �ON� THE STATE OF TEXAS COUNTY OF TARRANT That Century § § § Services Coml�anV .s�lf [ns�ranc� na y organized under the laws of the State of �onnecticu'� a corporatian , ("Surety"), do hereby acknowledge ,, themselves ta be held and boUnd to pay unto the City of Fort Workh, a M�tnicipal Corparatian chartered by virtue of . Cons#ifiutian and laws of the State of Texas, ("City") in Tarrant County, Texas, �he sum of Two Ffundrad �ifty 5ix ihousand. Three Hundred Dollars and No Cents ����6.300.00), IawFui money of the United States, for , payment o# which sum well and truly be made unto said City and its successors, said Contractar and Surety do hereby bind themseE�es, their heirs, executors, administratars, assigns and successors, jaintly and se�erally. i This obligaiian is conditionad, F�owe�er, that; WMEREAS, said Contractor has this day ent�red inio a written Contract with the City of Far� Worth, dated the 18th dav af March, 20U3, a copy of which is hereto attached and made a par� heren�, for the pe�formance of the � fa[lowing c4escribed public irrEpra�emenfs: F�ISCAL Y�A� 200���OQ3 poNNUAL CBNYRACT FO� SIf��WA►LKS the same being referred to herein artd in said cantract as the Work and being desigr�ated as project number(s) C116� � 020116038126 and said contract, including all of the specifications, conditions, addenda, change orr�ers and written �r�struments referred fa fherein as Confract Docurnents being incorporated f�erein ancf being made a part hereof; and, WHEREAS, in said Contract, Contractor bi�ds itself to use such materials and to so construct the work that E# wifl remain in gaod repair and condition #or and during a period of after the date of the final acceptance of the work by the Ciry; and WHEREAS, saic{ Contractor binds itself to maintain said work in goad repair and conditian for said term of ,� �_, two !21 vears and WHEREAS, said Contractar binds itself ta repair or reconstruct the Work in whole or �n part at any fime within said perioc�, if in tt�e apinian af the Director of the City of For� Warth Depar�rr�ent of Engineering, it be necessary; and, WHER�AS, said Contractor binds itseff, upan receiving natice o# the need therefore to repair or �� recanstruct said Wvrk as herein pra�ided. NOW THER�FORE, if said Contractar sha{I keep and perForm 9ts said agreement to maintain, repair or reconstr�act said Wark in accordance with all #he terms and conditions of said Contract, these presents shall be null and void, and have no force or efFect. 4therwisa, fhis Bond shali be ar�d remain in full farce and e�Fect, and the City shafl have ar�d recover from Cantractor and Surety damages in the premises as prescribed by said Contract. This obligatian shafl be a con�inuing one and successi�e recoveries may be had hereon for successi�e Bond No. AEfi297$OS KNOW A�L BY THESE PRESENTS: {"Contractor"), as principai, and, br�aches until the full amaunt hereof is exhausted. lN WITNESS WHEREO�, this instrument is executed in G counterparts, each af which shal[ tae deemeci an or�ginal, �! 8th dad ef Il�ar�h. 20U3. I ATTEST: � (�rincipal} Secretary �, ,f ,� :6 . � � Witness as to P n�ipal .6 , ATTEST: . l � ,— ~ �.,a_ a ; . , S�CI"���1"7� II � (S�AL}� I �� ,� � Century Services Csxnoanv PRINCiPAL � By: ,,/�- �- �. . Name: _��/J CJ�� ��'`J TitEe: � �'r (.�� Address: P.a. �ox ��»� Fort TAlnrtht,,TX 76140 (�ul f I nmarranro Cmnnan f SIJRETY _/1 � � -�A �/ A w ' ��/_ ,.- ,� I Name: c,�dy �o�ier Attorney in Fact AC�df�S$: 4z4Q Research Forest Dr., 5te. 2Q0 The Nodtands, TX 773$1 Tefephone Number: y72_33�-��i� �ote: -�ot�cec! rtcme o��'2lnclp�e (fo►et7actot� -�'o��tect ncvri.e o���c�et� -�tale o�Inca4po2aflon o��uaetr�, Telephone number of' surety musf be stated. In additiorr, an ariginal copy of Power of ,�f�orney shall be aftached to Bond by fhe Aitorney-in-Fact. . TY�e date of band shall not be prior to ckate of contract. ���{�� �-� Witn��s as to Surety �.�'�'- . �� 1 / � PAYM�NT �O�D THE STATE OF TEXAS COUNTY OF TARRANT . �ond No. AE6297$R8 KNOW AL.L BY THESE PRESENTS: That we, {1) Ceniury Services Company , as Principa! herein, and (2} c�if Insurance l � L - - — c°'nPa°Y 5tate of (3} _�pR���; �� , a carporatian organized and existing under the laws of the , as surety, are held and firmly bound unto �he City of �art Worth, a municipal corporatiort loeated in Tarrant and Denton Counties, Texas, O�ligee herein, in the amounf of iwo wundred �ift� Six Thousand. Yhree F�undr�d �ollars and No Cenis ($256.300.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successars anci assigns, jointfy and severally, firmly by these presents: WHEREAS, the Principal has entereci into a certain written contract with the Obligee dated 18th dav o€ I'Narch, ��Q3, which co�tract is her�by referred to and made a part hereof as if fully and to the same ex�ent as if copied at length, for the faliowing project: I�ISCAL_ YEA� 2002��Q03 ANNUAL GOM�RI�C� FOR SI�EW�,Lf�S Praject No. C1'I6�D20116Q38126, NOW, THERE�ORE, THE CONDITION O� THIS OBLfGATION IS SUCH, that if th� sa�d Principaf shall faithfully mak� payment ta each and every claimant (as defined �n Chapter 2253, T�xas Go�ernment Code, as amended} supplying labor or materials in the prasecution of the wor�c under the contract, then this obligation shalf be void; otherwise, to remain in #ull farce and effect. PROVIDED, HOINEVER, that this bond is executed pursuant to Chapter 2253 of the Texas I E . provisions of said statute, to the same extent as if 9t w�re copied at length herein. Gavernmenf Cade, as amended, and a[I liai�ilities on this bonci sh�all be determined in accordance with tf�e IN WITNESS WHEREOF, the duly authorized representatives af the Principal ar�d the Surety ha�e exec�ted this instrumen�, SIGNED and SEALED this ���h day of March, 2t�03. 7 f .i ��a �. �E , ' � ATTEST: � {Princi�al) Secretary � Century Setvices Campany PRfNCIPAI. By: v a�--�— �d Name: ��t�lcl� l/��/'1U�l�'� Title: � � C��� Address: P.o. sox 4oi�9 � F,3rt31b.��-►,^ Tx ��7un � "�y , �. Wit�ess as ta ncipal ATTEST: .� r { y _ i 'f.._._� �.� -�n - � Secreta�i y— ` �' 1 (SE,4L) ; �, � I , 1� Gulf lnsurance Coenpany SURETY By: � , Name: c;nay Fa,���r Attflrney in Fact Address: �2aa R�S�ar�n For�st u�., Ste. 2D0 The �doodl ands. TX 77381 TalaPhone N�mber: 972'33i-3777 �aEe: -'�ox�ect n.am.e a f �tlruf�+le ��ontaactoxJ •�a2�eet rearme o��u�eE� -�tate o�lrsco4�oa�taftan o f �u�et� Telephone number of surety must be sfated. In addition, an orr"ginal copy of Pawer of Atforney sha11 be attached fa Bond by fhe Aftorney-in-Fact. .�� The date of bond shak! not be priar to date of contracf. ����� �� UViiness as to Surety � � � .. _ .� —. .. � � .- � r — _ w � � ` '� � . ' . _. . . ;,� . -_= = --_ -- - -. _-_ = . -������1��= ---- . . .� . :, - . -� -- - - - - - - . --- -� � - - - . ; r - , � .. . - •. � o,r �:ir;�. _ ; 1 �"� , . _ � t��� 'ly_ �°4 � ---- �� i '�l"rc.'tii � � . . y� ,�: • . ��,� �� ��ti� � ��. _ ,� - _ - � � �--. _ Century5erviees Company � r" ' . `"��"���`� � � - . , , - ' 33�1 Heritage Lane, ' � i � � . ' , , , . : ., ; . R• . ,� , _ . - . i Fort Vklorth, fexas 7B94Q .. , , _ . . �: ' � ��• ' :_�_',� �� � . ,. - ��1, . ,i -'�' _ , y' -- , _ - . „ ' _. _ � ry - - I - x . � . _ � . ' T ;fs� , ' '_ ' � ' - � __ � fiAarcks �18ih, �00� � � f t , ,. � �� . . - ; ' ' ' -. .. • _ ---_--- ... �. � _ U#�,I �f#�1t: x Ah9sJUN�I � � C � i • - -1:�-. ;:. __ ,... , . �. :�. . —� -- ' , ~. " � ��,� . , .� �-, .. . __. •t- �� ,� � . � ; . . . . , . _. .. - � �- - "� $256.304,0{! h� �' __ -."' It` i . �..i �1m' ::�Ili;i.�.� +�'Is il` il1"' � . �'- . � - : �. ,. ' e.. `� _ --- ---- ---- h i ,t f �;' ItsiTjl ::h�'����..�� C �����:, ��h�! CerldrlC�l l�Y [�:�ah,ale u.��.. - .�' . vi� � , ,i�lll:l �hC �fiFR�RlSj' Iry �r�� �777'�I:� ':' ���. ' [ - . .� ..� � � - r .. ,� i�� such ��trJ: �t� wis_�:li il,�v nrc .u��i:..� i'� � ' ���6.3{i�;IJ{} � . �, ,,,i,r:,�;; r�,x-, h�i.-I,�� ����'.r, �:�..I�iirr � � � � . -- "'^- � Y ' 1 ^��^-^� yVilla�am D. Baldwiun, Ro�er BaI�s� Cindy Fowl�r,lVlichael B. Hill, Todd Jackso�n;.David � � 1V�organ ��-��� l- � . � � ' --. - - , - , - y.�e� f - -- .� - -,� �, F _ ... " . a . • _ . � - • _ _ _ ._ ,--•-�- ;•- __ - ' _ :. -{.: - , „ ,- �_-. __ , ;' „ . _ :, _:" [� , .� s . 4 _ -� _1• _ � � 1 � 1� 1-- . N� � ' .. . : -.. _ . _ - . ' � _.__l .! _ . - . ' :- � ',�'-- �E-.C.x ... ���i: .ii _ �� .�.. ` '` , : „�, r - ��.' �� ,-� - .. " . i:-Rt:c � . '-' - --- - --`- �-- — . . � - ' ' i . • , . 1 , I yn+_�f'. �, . . 1 �� . ,� '�5 �uvn�ia.� k'sy . ' `- � ' - -• i 1 _ . , 4 I +3�r�i� � , . J • � � � { k,`��,y�jE+YtsC , , , � `L.,.l,r�_.t. .� ' , � � . __ - i�. . . .., r = �� 1 . ` ' . , . . - , - ' ' , �. �.. , ' :_i. , .r �- • . . � ;s�r � . � . i . li�� a'� , �7i�i ' - ' i� . . . i . •uLi,..l. 1�9. ' _ ." � ' • ' n�. � �. �I��-, � , � .1 . C �i�� :no�ufit'� i��'��41��ke' ,�f. . � � .� . . ' ' � r�...,r�. :P 1" - . . � � ���:�i tl���l^La ip��,iri �� , _ - '���, �_�!..�. . . , ' ,f_�'...i�: . � ,, . . - !._ . �'•��IF�{:��;'f � �?�-�f. {�,�-,�r..l�ILx� Jvw � I , U � � � '��, �� � . `•i-,}=.�,�?IM-RI?f:Al�} I . Y � r)���[,�� � ' . : , ' � : ..i'. � \rM S ��i'-. . t} ; � �i.,.ti Y { � . tiF�` _ . . , �,�, - , . 0 � - ^�S� ti4 - • � � . � ��, '�ui . J . � �'i.,fi . �i�.., -- — --- � - — -'• — -- - ' . ' - � . -' ' -- -- , C - �., r... �. . . ;.,.�� ; _ � . ., ��,1-.. . ,,,,,,,, .i� � ��•� ' . • • � C . � ��. ' r�f . • . � � � ��1 IC��� �Ill� IQII� �111� �Ill� Ijll� 1�1 _` �: ., �� � .:+.�• �, ',J,f ,, `� ',� 1 Bth f4�arah .- D3 +, , , � � AE629780$ * 1�90639* ; t , . ;, - ' 1 ? „ ; ' � � < . . � , �� "�1 1'S\ ,'� �lY� .� . _ ,►FL-� r-Tt I , - 1�.r4t��+ � � . �. ' 'r -_ � ' i� • � I . rf��frlfl.ryf(lf#ti�t���` , - - , ci� oF FORT woRTx, TE�s co�v��►c� - -- - THE STATE OF TEXAS COUNTY OF TARRANT , KNOW ALL MEN BY THESE PRESENTS: THIS agreement tnade and entered into this the 1�fih day of N9arch, aao� by and b�tween the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and ex�sting under and by virtue af a special charter adopted by the qualified voters within said City on the � 1th �ay of December, A.D., 1924, under the authority {vested in said �oters by the "Home Rule" pro�ision} of the Constitufion of Texas, and in accordance with a resolution duly passed at a regufar meeting of the City Council of said city, and t�e City of Fort Worth being hereinafiter termed Owner, and Cen�ur� �ervices Company HEREINAFTER CALLED Confiractor. WITNESSETH: That sa�d parEies have agreed as folfows: �. That for and in consideration of the payments and agreem�nts hereinafter mentioned to be made and perFormed by the Owner, and under the conditions ex�ressed in the bond bearin� e�en date herewith, the said Contractor hereby agrees with the said �wner to commence and complete the consfruction of certain improvements described as fallows: �ISCA� Y�A� 2a02•�2Q03 �NIVUAL C�1Vif�CT F�R SID�l��►LKS Designafied as pro�ect number, C11fip020'i'1fi038'i26. {� is fihe infi�nfi o� fihis confiract ico cons4ruc� sidewalks anywhere wi4hin �F�e Cify o� For� ll�or�h. 2. That the work herein contemplated shall consist of furnishing as an independent coniractor all labor, tools, appliances and materials necessary for the constructiion and completian af said project in acc�rdance with :� all the Plans, Specifications and Contract Documents prepared by the Transportatian and Public Works Department of the City of Fort Worth adapted by the City Council of the City of Far� Wor�h, which Plans, . I S}�ecifications and Contract Documents are hereta attached and made a part of this contract the same as if written here�n. 3. �� The Cantractor hereby agrees and binds himself to commence the canstructian of said work within ten (10) days after being natified in writing ta do so by the Transpartation and Public Works Department of � � the City of Fort Worth. .�����i���� �i�����J ��� ��u�'�_. V"' -� �,, , ��,���g�� . ��� -- _. _ _ _ 4. The Contractor hereby agrees to prosacute said work with reasonable �9ligence after the commencement thereaf and ta fully complete and finish the same ready for the inspection and approval of the Transportation and Public Works Departme�t of the City of For� War�h and the City Council of ihe City of F'ort Worth within a period af 365 calendar days. ihis confract shall be an annual agreemenf and may be renewed for up �o fwo (�} one=year increments under fihe same conditions by mutual agreement of the �ontracfor and th� Ci�y. If the Contractar should �'ail to compl�te the work as set forth in the Pfans, 5pecifications and Contract Documents within fhe time so stipuEated, plus any additianal time ailawad as provided in the General Canditions, there shall be deducted from any monies due or which may th�reafter become due him, the sum of 21D per working day, nat as a penalty but as liquidated damages, ihe Con#ractor and his Suraty shall be liable to the Owner for such deficiency. 5. Should the Contractar fail ka begin #he wark herein pravided far within �f�e time herein fixed or to carry on and complete the same aceording to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have #he right to either demand the surety to take over the work and complete the same in accordance with the Contract Dacumenfis or to take charge of and complete the wark in such a manner as it may deem proper, ar�d if, in fihe completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said Plans and Specifications made a par� hereof, the Cantractor andl�r its Surety shall pay said City on demand in wri#ing, setting forth and specifying an itemized statement af the total cost thereof, said excess cost. � Contractor co�enanis and agrees to indemnify City's enginear and architect, and their personnel at the project site far Contractor's sole negligence. In addition, Contractor cavenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and em�foyees, from and against any and ali claims or suits fior prflperty loss, property damage, personal injury, inc[uding death, arising aut of, or alleged to arise out of, the work and services io be per�ormed hereunder by Contractor, its officers, age�ts, emp[oyees, subconiractors, licensees or in�itees, whether or nof any such iniury damaqe or death is caused, in whole or rn part, by the neqliqence or alleqed nepliqence of Owner, its officers, servants„ vr emAlavees. Contractor likewise co�enants and agrees to indemnify and hold 1�armless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss ar destruction to proper�y of th� Owner arising from the psrformance of any of the t�rms and conditions af this Contract, whether or nof anV suc►r iniury or damaae is caused in whole or in part bY ihe neqliqence ar alle_qed ne_ali_qence of Owner. ifs officers, servants or em�Iovees. In the event �wner receives a written claim for damages against tt�e Contractor or its subcontractors prior to final payment, final paymen� shall not be made until Contractor either (a) submits to Owner satisfactary evidence that the claim has been settled andlor a release from the claimant involved, or (b) provides Owner with a Istter from Contractor's liability insurance carri�r that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other C9ty of For� Warth public work fram a Contractor against whom a claim for damages is autstanding as a result of work �pr�Q.r�ned under a City Can�ract. , , �. � ��� ������� ; � ��,�� �� C�2 � � - 7. The Contractor agrees, on the execution of this Gontract, and before beginning work, to make, execu�e and deliver to said City of Fort Worin good and sufficient surety bonds far the fai�hful perfarmance of the terms and stipulations of the Contraci and for the payment to all claimants for labor andlor materials furn�shed in t�e prosecution of the work, such bands being as provided and required in �exas Gavernmeni C�de Section 22�3, as amended, in the form included in tl�e Coniract Documents, and such bonds shall be �ne Huncfred Percent (100°/fl) of fhe total contract price, and the said surety shafl be a surety company du{y and legally authorized to do business in the State of Texas, and acceptabl� to the City Council of the City af Fort Wor�h. � Said City agrees and binds itself to pay, and the said agrees to recei�e, for all of the aforesaid wark, and for all additions thereto or deductians fherefrom, #he price shown an the Proposal subm9tted by fh� successfuf bidder hereto attached and made a part hereof. Payment wilf be made in monthly installments upon actual work completec� by Contractor and accepted by the Orwner and receipt of invoice from the Contractor. The agreed upon total contract amount (includinglexcluding) alternates f�l�► shall be: iwo Hundred Fiifiy Six ihousand, �'hree Hundred dollars and fVo Cen�s $256,30Q.00 � I� is further agreed that the performance af this Contract, either in whole or in par�, shafl not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Transportation and Public Works �epartment. 10. The Go�tractor agrees to pay at least the minimum wage per ho�r far all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texasp a copy of which is attached hereto and made a part hereof the same as if it were copies W�rba#im herein. 11. It is mutually agreed and understood that this agreement is made and entered into by th� parties hereto with references to the existing Charter and Ordinances of the City of Fori Worth and fhe laws of the State of T�xas with references to and go�eming all rr�att�rs affecting this Contract, and the Cantractor agrees to fully corr�ply w�th all the pravisions of the sama. IN WITNESS WHEREOF, the City of Fort War�h has caused this instrument ta be signed in six 6 counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of F'ort Worth attached. The Contractar has execute�i this instrument through its duly authorized afficers in six 6 co�tnterparts with its corporate seal attached. , -----=�y� _ _ ,�����r;]�� ���. - � _� . ���w�'�� � � ; � ���ii, ���. �a3 ` i Done in Fort Worth, Texas, th�s the ��fih dav o� MYarch. �Q03. r � R�COiI��lIFfVD��: . I � � � � . f ��'�-�l. � -�iU�- La � I (Confiractor) :• � � �lA/ . ; � (Representative} C �a � ,' �: I 1 ��Z- E� C1..[� � � /(�'ITLE) � I :-t�-l� `� L � % �' J {Address) ,� � _ � �- r� � ,� y -� (CitylStatelZip} No�ember 1960 Re�ised May 1986 Revised September 1992 Revised January 1993 Re�ised Aprii 1999 Revised June 1999 Revised Jur�e 2001 O Ri 11fi110Ri �� - ASSiSTAN�CITY MANAGER APPROVED: , "� 1 �- __ �► ��QI�� -�..- . _ � j��01RECTOR, TRANSPORTATION AND PUBLIC � W�RKS ATTEST: � � _ _' � �--- �-1.�.i . _- . �s�n . SEAL ECRE��IRY � � � J� � ) � �� 6 �« Co�ra��k u �rf a�i� � C� _ ,. _ ��,�, .�.�:��-�. bat� APPR�V AS TO FORM & LEGALITY: ��� A SISTANT CITY ATTORNEY ������H�� ������ �, i ��C�L��il� � `��, !��°� G� Gulf Insurance Company IIi�PORTAl�TT 1lIOTI�E Pursuant to Article 1 af Chapter 7 af the Texas In.surance Code Section 7.20.20, the �` address af the �urety Company on this construction pa�rment bond to which clafms . . should be submitied is: ` Conixacting Operations Planning, Inc. 10055 Sweet Valley Drive � � Va11ey View, Oh 44125 • Phone: 216-4�47-9222 � .. �l � � � �� � InsuranceGroup Culf Insurance Group 1 z5 Braad StreeY, 8�h F[aor IVeWYark,NY i0004 Phone: 212.291.3000 l�i1P�RTANT D15CL�SURE i�OTICE OF TERROR1Si1� IfVSURAIVCE C4VERAGE �'. I'I .� On November 26, 2002, President Bush s'rgned into law the Terrarism Risk Insuranc� Act of 2002 (the "Act"). The Ac� establishes a short-term program under which the Federal Government wifl share in the payment af co�ered lossas caused by certain aets of internationaI terrorism. We are providing you with this notice to inform you of the key features of the Act, and to le't you know what effect, ifi any, the Act will have on your premium. Under the Act, insurers are required to pro�ide co�erage for certain los3es caused by internatiorta! acts of terrorism as defined in the Act. The Act furt�rer provides Chat the Federal Ga�ernmant will pay a share of such losses. S}�ecifically, the Federal Government will pay 90% of the amaunt of covered losses caused by certain acts of terrorism that is in excess of Guif lnsurance Group"s statutorily established deductible for that year. The Act also caps the at�nount of terrorism-related losses far which the Federal Government or an insurer can be responsible at $100,00D,000,0�0.00, provided that the insurer has met its deductible. Please note that passage of the Act does not resuit in any change in coverage under the attached policy or bond (ar the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism caverage required by tY�e Act. The premium charge that is al�ocable to such co�erage is inseparable from and imbedded in your o�erall premium, and is no more than one percent of your premium. i� www.gu [finsu rance.com -- -- ! ._ ,, �� � ��.___ �__.._�, _ .._.�.._._ _ �� - - _.... �._�_._ _�. ........._.. �____ _--_ �__ -- -, � � - � � � ; " T� C`-- � C �. � �`-� �_ .�_.�._�.. � � ��^ � w......� �.�,_..�, � "� � r. � � �----��-- ...� ` �--- � � , � ��� � �°�� `�r°�f��� ���n����°o�� 1�iv���o� of t�� i�°�������t��w� ���1 �r���ac ��r��� ��p�����t ��vd��� ��� ��°�p�r�� ���ee�� �r� t����t� t��t ������a�n�t��� o�' ���fe����� ���� t�E�� ����� ,a�r�t��� t�� n��et �a�rr� (�) ��y� � � �r�or�t o�' ��- a������� t� �ou�° �r�p��y� �� ��a� ��v� ��y ��n�s�d��� �����°���� ���� ����ceq p���s� c��� ��� C���9� c��t�°���or, �t d lii�a�� yo�u �'o� y�n.ar �o���r���or� ur� t�is � ���� �. ��]�'T��I�T�� � � � � ��� ...� � � � � �_ .�_ � � _,_._ r _, _._......_....__ f--- - r-_._ _ �-.-. - �- - �J �� ��f � �f� �� � � � ` �� � �� � - --� , r- � � �I � ��� ,�'� � �� �� �� ������.m���� d� �r��n��or������ y o���� �u�bri��� �����e ��tu�ic��l� � �o� r��s����t�� �//� p�°��ieta�o�� c!� e�t� c���� ��� s� �s�ar�� ���t�O��do �a.n�v�� ��r�qua��t�� (a���a��� �� 1�r��rr�te � a� ��do, �� ��r p�°�p��d�� ��rar�t� r�� �r���c��o� � (c�r'��) �na�� R � Si to�rr�� p�°��a.a���s e� �°�r�c��� a��t� , pr��*�ct�, ���or d� � ����r �� co��e������a �� �� �i�a��ad� � . �� � � , � ����i�� �or� �a� �����r�c��r�o �0��'���7[Y� I _�. _ � -� - ��� � � Q� � � , T � - � j � �� R i�r� �--� a�--^� I � i� � � .... -� , � . .,s""._ ;"" - .. __ ; � I,�—"� '� �'!� �"'""'"� �".'.'�..� ��� �� �� C�� �� � _._. � - .�..—..�. � ; � � � .—� ,,� � � ..._ J, __� � :_....:,,.a' L.--.-•..�E �-""� � . r '� I � SfN�w � I ., n K� � ^ � � r�! . �� � � � 1�� •�„�� ' 0�9QJ ����� �� . . r lyOT�: PraviQe Eap. Jo�I Onh" il Cor:nRtlmp TQ �Q,a►fao Conrrefr Driv� � Pd RKIO'�R 1' (vSVA C A � I ' • I . � � � � �� � , � � � I CT ,�.— � � � � /'ustila� R.��_ y �n � a � r �, F � i � �FLAGClNfi a! b'�'0 ~O.C. , . �E` P. JOfAJT� : r � ' r- �,�� �.. � �-. �.. .�� , .i i�� � S 1 D g' � '�� � �� '� � L I �� �I � � ' � � � �_ $ �--c:ap�+wsiti+nr .ralsr� �rx �ccrroa o� �'- o"o. e. : � ��..,_.� . .� . . _. � ,l 1 I . � ti 7lP��DA► -.IDIIQIT f �gXJ'AH3A0� ✓OIAIP� �► anq 41�Qsl/as ^ Q�e¢epf diip Borenp tAe,oge a�+d �QO�Arr�vlmrsn: �G �eponaio�s jolnea Im b� da��lle� p�v sonee�te pm�n+ehP ��q�riromenf� T YPIGAL COfN�iRUGTIOfi� L A D'OUT of �URB aad G U T T�R. $lDEB�/�l. K and DRI V�6yAY �,�o�►rng �lapping 1Yrr� ��pans/on. Joln� LaCvtlo�r Mol !a �te1c � � I � U ��v. s- �r Ca �: � R. d�:A'Jb.t REvrSEO• 9!+'�/�r .1 �a �► /e+!If r�. �e �., "hro �.accr�vs :�N 19NEELCNAlR RAArPS �cer� �� �oRr wo�rN, TEXAS� �NSTR(�TJA4 SfANf3ah'l7 nR��r�bG �rv..�-►� rr � � JAb /9s9 ' , . - � � �- � : _ - - - ,� i.� 10' PARi�WAY .� 5' �— R.Q. W. t I I � ����2 si�Ke- �A�2� `''� �KwA� fa2 .s�a��,,,� B� ��s, `-.d____— . - _ _ � �'sm�wAL� 0 � --RD� � J� � � �� � .�:�_ �� � 1 �EXP. JOIN'f MAT"L . � m� � _ �, o •,- � —, -- � �XISTING CURB //////��� �'� � �° SAND CUSfiHIQN � #3 SARS @ i8� C-C BOTH WAY5 10' P�r�° wa�r I �� . � !�� � � -�--� � ��� � � �1! g��- � �/� N f��r4�'Q� �XI�TIHG CQRB � �;; :i��'�i :�� .. _,. ,� . ��.�. �... �-- �' rr�. . . ; , � � - . �"- - - - - � # �3 �l�RS @ I� C�C �0'�H i�AYS �" SAN� COSHI4i� #' STAI+�DARD CQNCR�'E SIDE%ALiC 1V01 1c9 ,S�'�1� �o�: i. coxcR� sxAl.�. �� 3aoa � �►T �$ DAYS. � Z. REINgORCING SHALL SE �3 BAAS AT 1�° CC BOTH WAY5, � ._ _ � �._ ,l� f ��1��#'�� , ,�G'Tl�� \. � _-- _ - _ - - _. _ _.�; �— -- e_ � rDAT�' tlar�h 12, 1993 - f. � � C� C'] � � C � � � � � �' x o t� �� � � �� H G � � r � y � h � a � S7kEETL/� �=To�M�.�.. '4u'^�Po[E� lTi'P.� ni2 �T�'R _ OBsrnv�nea _ EXisriNG �.o.yy.'� � ' � �� N, � � � � • � 3 � . �� , . � 3 0� � � � � . � a-. % � �'1 sri�G 3 � �RIlck aF GrJkI� �... . . ., ,. .. -• .... � . .. , . . . ., .�; .., :..;.SoN.�I�T, _ �.., . •- .. . .. , �. .... . .-••_ . EXPAr+� � i . � . � � 6' �r�K � i � � MII�iIMUM SIDEWALK �tADIUS SHALL BE 20 FEET OR AS DIItECTED BI' THE ENGINEER IN THE F��D. . i EXisT�n.� R.n.w.� � � C• r � � �Q+Z�i a � �tyP n � ., � � . _ . _. ...•. ,,`EXp,gn�Sion� Ta�•✓I .~ . _ _ . . - • _ � ���� a !� � �� � � � �� f r ( . � �"� Oi� , Di[ o?i�`i D�SlJ�vcAo�.. ,�f.i7Sti� B/�4�_ Of ��RB . : . . • • -- . ._ ,, . . -- � . . • -- .. . .. ._ - - � �� fl � � � n � � �xPAn�SI� �i.�r 0 0 * � � � � ` r.r+ � � . �p � "I��M 5 . � l � Z„y Li�KQi� ., . � .�—� � 1 � � . K ' d � � � a� G'1�.^Sr{.�.u�y�q1 rV@� F.. 1 • �G6�,�'7LIb�d ���ov� oe � �. d f � � � � •• ,� s � s `d GO�ggRlfC�10N 1 � . _�►��w��� s�o�E �� �f� � �aa� � � ^ � �� o �a,r�� ca��� _ , � � _.___�,_ _ J���_-.�--_--- _ � � �� � � _ ��.� �� ,������� �_ �_ _ _ , __ ' _ ' L �N ly`,��1� _, • ._ - � ' - Q�_ AH 4 0 � ' ��.co�a�ac� su����a� �0 9��r�s��.Q��cToa. �u �� � Y�� �. � � PmY ��� ' � � � A �I� i �!�'� g �' . � � �� � 0 R€Y1��D 9/►�/Bi .�.A.�.11V.R.C3. � F MP/ Rf � R�6 R�iA1N1�G VdAL�. �+P1i�1 ��id�1���..K Le��i �F ��Rl �N�IQ$�b��31��b���i°� �`���N��� ���Wi�G �a. S�at3 ����� a�L� ���� __ � �--•- - Add�n��� � 3�4b � ,'L'a �j� CONNE 7 NG �a�E%S'C1NG �'Y _�! � -- CQF�ICR�TE �RtY�. f i EY� � � �ARS R�1l����C� �,,,f� ` R 0�Ft.1�lt�Ef, l � Ai l8" 8.�.�V�'• ,. l, � y — _ .�.-.— � — � ���� w � � � p — � REINFORCE � � W�l.a � � �%ARS ' 6�i S� CJ.�.� W. ��� �#i�tdGE � �XISiIPIG �U�� �'V��p �S�DIR�GT. � t - ANY, k91?ST $E SA . � ' �� �Y `�H�, �NGIl���R.i ' _ , � ` � � � 4P�4�'�O "EXIS'I'LN� BACK `, �•�iANDARD SIDEWA�- .{ t 1 ��'p' �� CURB ' � � ' �. ,. _ _ „ . ; _,�� _ � I �,_ � - - - � � � � � . �_____ � � ' w � � � � � �� LAI� VI�Vwd �cu���� s�c� �c�: ' ' sYv�,v���.� stop� �t� ��� P 5 �oaY �o ��c� a� ���a oa as ra, . _ ��„ � � VtR�C'i�9 �Y �.N�a4HE��. ' J �S�AHUA�9� � �,�� �Y 12„ �.,__ ��` �� f 4` SI��YdALI� __ L�,Y9 - I C!)R9� , � � ..� � ��-�y. �:i�'4'..t;r '�i' �: '. �=.-++�l.'.:n ..��::� : ��+.�.e Ar :i•. � . L�= � � --r� �� ��'��� ,��,ti• _ �:,' � - - .� a. �.. -� v�L ::' �r::i ='-:. •(� ; �� � . y ,',fF�j�„'�^�f••y:•:^:'.4i.�. .4 �i�. •'ti �ti:�,: %'�t,•:;•�..t. �:"'!t.i,r�:• "•`�w''`;.� ..L� � 1 . s _-� :" •; � - .,�... `. � �� S�MO �tJ5�t0l� � � 3�-� v� aF���v�� �,�Gi I ON ��� �,.s��a��►��o � sugc�so�. , s�sca��E � - .4:�'.LIN� �1rdY. ��Y 1�1ld1�' - . � '#�/C4PIC R'� "� E PAV E t� E t1T �' TNRU DRIY€WAY ifJ �� S!t}�w'A�� S�G iMI�C�jCN�SS �S ��1VEWAY P4�1R�D SAM�r+MIAt 1 ; �,pPROAG� �6 , ' �' - � �'' ' NQ'�� SA,RS AT 18" �C BC�TH. WAYS. � CC}N��.E`� SHALL 73� 3g� �� SI AT Z8 DAY . 1. g�Ai.'X- ;� 2. REI't�I�(�RCING . • -, . "� D�C�1l��'d�A`� ��P���a� ' - ����r��, �rE��a� co�sTR����� �������� � CITY a�...�a�� - - _ . "`� 0�,`� � : . 7-Z4�9h ! - . . �_ ._. .. ., --- •- - - .— . I � _ � _ : _`._ --� � - � . AiTENiION ! CURB RAMPS SHALL 8E CONST'RUCT�q PERPENDICULAR TO 7�E CURB AT STREET CROSS�NGS ��7H LANDINGS IN LIEU OF DIAGO�AL CR055iNG5 WH�RE F�ASIBLE. SEE F�GS. 58.59 & 68. `,-'" `� � '.'�' � . ' � .'.`� � i � � � � � ,} �. t. 1 s �I �h �' , _ , !l — — , I , � � { i� : \:. �+ '� }i .' � t� � �' — — � — i� � �, 0 � . CI�Y �F' FORT tiJQRTF� TE74A� � CC�tSiRtjCil�lk STANDAR.� i " C1Ci0�R, 199� , � � � , 6��I��'��TTH�C ��DE�IAL�C �l��� g�• � ��---�--� 1 -�--�-. �- ---_- � �� , , �TREE� �UR� a" C�Id��� T(� �E � �� �+�'�� � x � � _ �/4" D���' � �"� T��g� � �„ � �1�" „ � �-� ► � � • � 4 ,.����T, 3 �AP � ; �.. �.. �,. � � ; ��"� � �ee� ���d ���� ��., � � � s��+A¢.�c � � C�`f�� ��Y ���iI� �r. a��a� � �e���c� �a►r�rrr a�c.rv�� �• �� �aa� �+�at �' �at�. - �7�IIFdS1[TP! iMAV�l28AL, �t��ssrn Ai�a�• ArrID ...�-. ._.-.. �-.� � � - . �s. s��� vis��� ca��¢ca�¢.� to eo�c. � C�ED—.�1TPd�S� 1� ��R P�R�CtidA�' ld��b� IEQ.��/�IgII6� B�l.�l SV�EET I�L�VA�xQ?A$ iI� ��D�I�L,.6f �QlR� #�!'l�S�' ]BC 2" WIG{�� �'�RAf�1 �'C� ST�tGE7 C�t�. 2� S[�]�WA�t{ GB'Jit� S��1L.1. G�dIDT E�CRE�P►�t4 ��!� PR�PQS�� �IAI3�'F� mF �!�'E ��D��Ia4�K �42 �2�►P9�. 3� F�R �YPE % �A�1� L�4l�BMC�h4 SIDE�IALEC �t�RF � F4E�GFiT 0" T� ?", . T1��I�AL F�r��1� X�-S��TI�i� � ciT� �- ��.-�e����, m�xa� -- ��r�s�a�c�ao�v �ra�v�aa� - �c�����, ���� � �� . � � d..� b �1� 6rI 58" UB g�" �a� ra�e � Fv�.T� - � --.� , � � �� � �_ .� � � �� � r�r. t�. ' _ — _ � � �•� � � � � EXIS�IP�G ��' R SCA�� �" = 5' k - .-:: - _=� S��ElJALK RAMP Etfo71� Ca��/��� s�;nE'�� PdC] i E � U E7�P�rtSI0F�l1 .i�]Y�ii R#d� �ILt[�1P� �r'�IAI� S7-�il..l i� SI.f�Sini+�iY Td U�11i FRiC� �i� {�R �I�/R�K. � h� A�TtlAL ��ii'S � �£F�IAIL !� �CIS�� IN�Cs � A�t► ��iE]R /�R1D �ID��Ad..� ��, F��. �IR�GT�D �Y T� �IN�ER � i� �? �i�C �� � �/4�� . �� F1J4Y � � IN�TF#.��� �t �L7Tid �I!'�� �' i}� � �EP'�li111N�a �N T#� FIEl.i1 C�'lDIi�I�I � � �I�G�EB �Y i� Ef�G�. 4) OJR= � �T� �TUid1Pi�� CL3€tBS #�AY 8� USE� Yt-i�R� P�b�STRI�NS �►�D N�i t�{..�Y Id14LK � T� RAF�. � S�Of� � �� �tA� �lU� SID�+4-�K �4�.L � �4 F4�aXIl�lCJF�4 � k�l�. F'�++4F�� SI D� S�F' RA�P 5}i4l1. HAY� A F4,4XIi�,1 �LC� � tt1D. t!l��SS A€�D�S��IANS CL7lA� �dR�K �4(�SS T}� RlaF� �H�]d iFi� W4XIF�t 53..� �,L � ld�, . �� � � �r�tx rx� � � y --- � � �� � -- � . \ t n.� •,a4 � ' � � M� — - - F'�D su�*r+4E � Cs� • � � � A� R�ECL� _ � ° r��_ � �� �������� ��"`l � � ,w.ac � P+�, euei rr.cx �. � �ea � �� m � �a �� aarr � � t�vtr�r P�Y ��P�Ii i��T�Il� CITY �' iQRT Y1�Tti, i�X,4S — C�NSTRf�C�ION SiA�l�RR� DCi��, 19�2 � � �� [ �� � �. � �.. �-° a� �e� �� � r�c r�r � a� v� �� or �XISYIN� 15' R ' SCAI�� 1" 4 5' . !- - ----: - _� S�D�WALK �AMP 1v�TJI �0�.02�7� sz�2f�9cE E ���������� �nx�a+rr � is�aT r� � �s �r� � F�T� � it,� r.tTll��. L.�TE II� �+1� ��3TTF�G � Ai�44 �JF1FJ! AF�! STbCV� S�iRi� �/a� idR£C7E.D % ii�c � ir � FL�?.� � . �s � � � �r.� c� � � � �t� �x a.� � �� , - -- - �, r � � �` �iC \ \ \ 'Cy. E � � � - � . - - . -. , _ �� 2�4" �/ ,iD�rT�4'e � - • � �9 �6 • � �� �'I�S1�l4 .f�i7 � a�]�Ct� � �k�pC � P'R�, Qit� � I#'AC� F'�. T" � � � I]a57G.'G � - - .. ��TER VWi F�k � �bV�p� JC�I�T D�T��� GdTY ��' Ff]i2i ��TH. 7EX�S � c�s��uc��rx� s�aNn�aD � DCid�E� 1932 � � � i� 9R� � .. .. _ �. �.� � � . .. ,. � — ..���� � .���.,, �. ..i . _ ,_. _ � ,� . : .— — �� � .;....o..... �s24� �i�?a �.bla � }a�c a4ti ...:i:;{ - - . +_�a'^ - 6 I � 1 �� � ��t� �� ���� E�l �� � �[I�Pi3 �tl� I3iL�d • �� d� �� ���rs ��ed �*in,TP��� �i 0 . A�T�NTTON ! � •CURB RaMPS SHAL� B� CONSTRUCTED PERPENDICULAR �O �HE CURB A� STRE�Y CR055ING5 WITH LANDINGS �W LI�U QF DIAGONAL CROSSINGS klHER� FEA5I6�,.� SE� F IGS .�Q � 59 8� 60 . �4.�.� �7e.�.i� �e� �d �►eilitla� �. - ., . -- , _ _ __ . ,. ,_, � �_.. � _ , �� � �a � � p � -- - .__. "� q - - - r� _- � . . _ —, _4 . - � f . _ ,� ��� - � � � � -_� � � _ - i � ,� , i�o.�0 io:21S1 �. . � __�. , !� . 1 _ ` ` . � ^ . � _. _� . � - - - - - _ �,� . ' __ -- -�, __„-� � .. _ _—, - � � � � ' � A� , ���� �rt� ������ � � - �-`�c cop�qrt 8 tlgc kry Tr�a &rsav ot �dr4�f tuen. rr+� 1 u � i �; _ ��� �I �I /�: i �-'l /�; � �`�`�� � ��► a �,1} � � �j�i_ - � �� - � � ��S`�i ' "�; i�� ; - _ - � �t� II _■� - � �r��� �_ �i '��-ri�� 7���: � .:� ��� I �.; l■rr: � y6�1 � —� c��� . , � i ` � ` � rrif0�i � �� � � � v� f61� � ' � �,.r� • �r.�oac �.�s �a � v�;oac s� r� p�.'�f' • � '� *� � �i3� 83�e�t � �ps �4 �ad � . ., � � a�Y�NTION � CURB RAMPS SHALL 6E CONSTRUCT�D P�RPEND�CULAR i0 7HE CURB AT 57REET CROSS�NGS WIiH LANDINGS �N LI�U OF DiAGqNAL CROSSiNGS WHERE FEASI6LE, S�� F�GS. 58,59 & 64. � � � � I � � � i i I � 1 CI�� �" f�Y �i� i�XL� � t�ttST��GTZ� �T��� �Ci��� 1� � . TYP�� � �7�iSiI� !�' � �CA�� i" � �' � � � � a � � � � � � �_ I I . ,- � F'F20P� 4' ��MF �v��I � � � � . �. C�����D SUR��4C� i;$� �— . �� ; � _ -_ — . � ea� r� ��€z� �Y� ��x�s - c�rsr�Ti� ��a�� �i�� i� � =1`�� � � 1�12 : � � -- �.. � � _-. �--� - -- --. _ , l��I��� F�TCs�4T �� fl i!�' � CYYP� � � � z � � a � � � � ���a -�---� . 1�12�- , � � � . T1PP� � �?�I�`fIP�GG �2�' R SC�� �" � �,, �- - _- � ����, 4�� ���P �/� � � � ��L�RE� �UR��4C� � � � _— � .,�, — - _ � �dP�i� �3�� �t�R� � 1 1/�'. � CiYp� � .> GI�Y � F'C1�T ��F�, �'EX� � p�lS�'�iIC� �i�� � � O�E,f�, 19� 0 ���� �II ��(ISTINC'► 15' �� S�A�� 1" _ �� �� �.. � � �- � - �_ �"_ � SiDE1�A�� RAMP ��� c a co/:�1a ,Sc.� f,9�E � � ` -�,` - �R��M� ��P�ISF� � �/f//./,/�� Ht�A� iI�dIN � �� � �� � - � �� �. � . . � �-�--� . . .� . � _ _ ,�rn�c �e � ' � �� �.. __ ._ .. , _ � - --� � � � . � � \\� � . " .- , . . .. � � �� �,� � � �, � ., � , � � �� _ �q _ _ , �� -� c-., �� �� - PIC� P'�� i" f�1 C173 TG� �+ �� � � � � �€ f6V¢�p� �ITY f� �'�� ��Ti� T�XA,P, -� CI�S��RtiCTiL�i STkNDAR� ��� 1992 i , �. � �l � �� �us� � I , � I .��� �� �� �r�v � ��s b��r� r�c�s - co��a�z� �r��� � �c����, i���� , TYP� �i� �XI�T1A� �� � SCALE i" � �� �_ - =- -= — � ����� ���� Y+�/T7� oR E� Rfl� cE �. _ �R�OP�� �°Ih1�S�1 TRAN�ITY�h� � � � �. � �. � � � � � � -.� c_ . ., .._ 0 � k RIJNNINii,� -; - - — — Y s���� � R�lWNING Sl�P� � �OUWTI�RSL�P� _ __ _ � � :12 �aac , t :2� c�x •��?;;,�•�Y:�::•r :':';.;::;��. •.;: � "`.�'�� :;\ ti ; �;n�;'{•�•;:i:ti,•:\ : .;v: �� ;lf:/;! {YJ�17••t -,. .� . .. �?:��>�. . , . :• , ;:�;t� .{� �Y.•. ='i r �; � '•.: ://r�� wA�+� � �u�� a�� + sT�E�r �vYE , t � 1 5i�0(�G � Jt. +a hC� � �� d:t KI �li+tt 12}CnuruCnloqe.hall t►oe tt:rcQ ! :Q F�. 84.7.� F�[easugernent o# C�r'b R.amp Stap� RL.�4N�1N� �?f� t�`�4�� N@hiWAI.FCIt�i{''a S�R'�A�'� — «T� — «�LA IOE _ " � �. . _ q � hlCtT�: �f s t d% ie l I:»D nYsel. tlx�a dr: .:�� �s� !he ilxrccl,�cf�� �lull ncY ruxc'd I:f'! (a? F7er�cd $ldca C�11qei�rroed �tt� �$. €�.i.� ss�� Qf +c�� �� . .� .� �1 .� 1 .` \ 1 ` \ � i� �. a�.�.� ButZc-u� curb Rs��� 51 � � 0 . , 5� �„ ¢ � ' � . i,...e -_ . •, • , 'i ; � • � . _ . . ;, • ` � , , I. � � � i� j — , W�Ld & GRIND � � . � �-9�z• s�o w�' Cs�naTH �r�r�.)� STL PIP� TYP. • • ; I • I - F �4 l 4 ' . - 1 3i16' P. � ' . �' � . • 4"x11 " , 4 PL , � � � � � - -- � ! � � �� � . �', . . . . � � 2 .� . � � t12" GAP s i . • � H�NDRA�L f _ I__ • .. . .y:, .:.3r�"L . - '-_ a <� _ - _ __ � � + 2.� �� > � 42�r 2.��� I� � � - . , I � . �:t . %�a= %�� . - � � 1/-=��`= � �� - ���-��`f`.� 4. - . Q a. j ; �, - . . • � . a ' � .t . ' 1 � ° ����.� i. �r- - , � . ( � /,��N�,�,c � 4� � • Q , . . . ! f ' � I . . _ r . - � �, .. • . � . ' • ,�^ I - . - - - -.. ' � _-. . . 7�� .._._._. ,_. , .. . ... .. . .... ��.. �.. ,.: . . . �;.__... �.;_..._. ..: �_._.._._ .,._ .n N . �0 � � - '7 � s -N W � � a .y T L �v o� � roti O U N �. m � + L N c++ o t L O E 3 � L T M- 4 + Z •- P r � ='a� - +•-- 4 C N a m G m�' } L 7�i U P ��� a tll O C E L �a ��w� m ot c ... � } oa � �om w ix �. N t F�-> L N e�p C � � n�y,, T 3 O � W m aoo c n ? n} � T � 0 O Y�- • L L D w L o a- { o 0 oo} �] 1- 9 N T L --� O t m C no cG w a +- � U E N .. a m m J 7 Y L v�i m C} f]H.K O z a[ � �c O U O U ti w r u � �a ¢ � ��F M 4 � �, a m Wti � � N q �� �m N ��r ROAD WORK ANEAD cwzo-io 46" X 4B" IFI,AGS - SEE NOfE II ,— � X M � � �l� I I � 1 I I � � I I I I I L n 7 � � Channelizotion devices may be anittEd if the rork xeq is a minimum af 3�' from me nearest travetea voY- � ��� M � - h � � Y� � @ � .r. �`�: � , ■ � [ „ M � �� x n � . � � Q ROAD � INORK aN��o cwzo-ia 48• X 48" SFLACS - SEf NOTE 11 TCP i2-1a) Work.Areo Near Shoulder ROAD WORIt aH�no cwzo-Eo 48" x 48" [Fl,AGS - SEE NOTE 1F l - -r x M I EHD �I ROAp WDRK I � G�p-2a 48" X 24" �I� �SEE i90TE 21 I �-' IL q � � o c N � � 1 I � N �� � � a� � � E .7 �e:: � I �: i � i a�i I ha �. � 4 ��'��� I - , � . � M .� 1� � I � n I ■ � '� � O � � I � i L a tl N x M � � ROAD WORK AHEA� cw�o-ry aa•• x aa• IFLACS - SEE N07E II �� ENp AOAQ WORK � C2U-2n � 49" X 24" csEE Nor� z� TCP (2-lb) Work Area on Shoulder � ROA� m WORK � AHEAD � 0 � Cw20-lp 48" X 48' iFlAGS - SEE iVDTE 1i � �� M �o ROA� WORK G20-2a 48" X 24" 45EE k4TE 21 � I 1 � ��4 � 1 � E I I � � �ENo Raaa wo�tK m � G20-2a � 4B" X 24" � fSEE NOTE 21 o � L � �� I Mork vehiclen nr other equiprhant necessory for t?1e work operQtion� suCh 1 os truaks, movedsle cronea, efic., sholl remoin in areas separated fran kones of traffic 4y chmnelixa- tlOn tleVSGrS Qt pll limeg. � $ � � e � w � ` � �1 d I Tnactive r � . ' � work � vehicle M � i � �+� •�I ` I .��V � C • !_ aC O � l' ,Y,Y'; L 0 r ?�Y� �1 O L �+ ., # � � ��?�y-' i- I �t � ::':. . _ ■ � t � O �+ m ,f � �- N � � # 1 lo � e�1 � � � _ � M �e,� � � ROAQ ! WORK ANEAD cwzo-to 4B" X 48" [FLA45 - SE£ HO1'E i1 TCP (2-lc> Work Vehicles on.Shou�der LEGfNO � Type lII 8arrioade d� Charnelizinp Oevicee q Floq � Heavy YPork Vehicle � Tfuck AtOuf�t�4 Attenuata' � irailer Mouttetl � Partable ChanpeadFe Ftashir�g Arrox Panel M I�essaqe Siqn � Flaqger 8 Siqn Fost uinirtun 6esiraGle Suqqestea fauzimm Minimm fapef Lerptna �F�fr Spoc np o} �eviee 5iqn SpaClnq Paete6 Formi[a 16� 11' 1�2• fln a On o % SPeea3E Oifset 4ffaet Dtfsef Toper Tanqent Oisfance 34 2 150' 165' 1$0' 3d' 60'-75' 120' 35 L= 60 �z05' 225' 2q5' 35' 70'-90' t60' 40 265' 295' 320' 40' 80'-�40' 240' 45 450' 495'Sqp' 45' 90'-110' 320' 50 500' 550' 604' 50' 100' -125' 400' 55 55Q' 605' 660' 55' Ilp'-14D' 5Q0' 60 �-w5 600, 660' 720' 60' i 20' -1 54' �60�' 65 65fl' 715' 78tl' 65' 130' -165' *700' 70 �700' 770'840' 70' 140'-175' �E8D0' � Canvenilmol HoaE6 Only �f-�ran�r IenQma nwe eeen rwnaea orr. L-Len9m of Taper IFf.I N•N�iath oi Offaet [Ft.l 5-PosTetl SpeeA [IAPMI TYPlC�il usAeE: ISiIf1RT SHORT TElid INTEf711E6[AiE LONG fEl�! NOBICE �iJRAT[�N STATIOHAAY TEH4� SfAT[aNl�RT STATIOFART 4 � d d � � GENERAL NOTES: I. llniess otherwise stateA in the plansr floqs ottached to siqns ore Aeours�o. � 2. AIl trnffic carstrol devices f]lusirated ore REOUfNf6, except ihose denoted with tRe trianqle sy�al moy 6e omitte6 when siate4 elsewhere in ihe plans. 3, Type III borricades are requiretl an Coth siaes of work oreo oY aEl ttmes. ISee BG Stanaoras Fur 6or�fcode Aetafls.) 4. StockpileA moter�ial shouEd be placed o minimyn ]f3' fram nearest i�a�eied way. 5. Oh hiqh speeA facilities a6vance worn�ng signs should Ce installetl appYoximniely 3% 4ran ihe work area or from the beqimtn� of a lone or shoulder taper. On Eow speed faailities the aCvance rrar�inq sTprt shoura ne placed an tne 'x` minimum aistmce. • On1y pre-qualified praducts shall 6e used. A list Of edriplinrit pro6ucts o�G thei� snu�ces moy be nhtained dy ►ritinq or faxing� SYmAards En9ineer Traffic operations oiYtsion - FE Texa5 �epartment nf Trmsportotion 125 East ilth 5treei Austin, Texas 7B70t-2tiB3 Pho�e (5121 4i6-3335 Fax i5121 41fi-]l61 E-moil TRF-STANDAH�vmailqw.dot.stote.tx.ua STANOARQ PLANS . ` TEXAS DEPARTh�ENT OF TRANSPORTATION ]?afflc operarlons Dlvfslon TRAFFIC CONTR4L P�AN � � TCP (2-] ) -98 prxaar o�c�r i9as ��-is �p,-ur ��-nN �,�.�r �p.� K.�sio�r I e��'.�a uw rtnEua.�emoaa s�Yt 2�� FiIY � 6 STP 9< I1DD1 AM 33 e-9s I I-4i � � �� �ia n' �iw.�e 1-98 I TARflFHT 0962 /R 191 N.f.P. 451 � I � 0 'w 7+ L O > [ . o u � + L w o+} � � owd� 3 T 'L- p a� x_� � p t +,-- a c m m ai u �+ w m u L o 0 0 0 ��� �" w ❑ C�� 0 m�w �ur '- � 7 eo� W % L r N !^ 0 0 X L W h > l. O [1 m N C Lt�- s,3 0 a �- � v�,L c n° L L Ul ' m � +- n a E � T L w o� � � V 6 W L w L 6 t n c- a O A O �- x r N F n N S� L t � A h G7 C v n � a � N .. m h w Q N � .� .� ] L � m c } oFYa 2 Y � Y ouou w W F- f] J 4 U � O � li —� N �� �" o- �� o m �� N ��i'�T�' -� J�� � � rn _Mv, �N� Warnihq SiO� Sequenca Irs Opposi7e DirecTlon same as befow. SR1-2d 4B" x 36' Lcqenn & _ Black Baorder Backqrpund - White Reflective r[E�o " I� ��` � LI�� 4� . ._._..___� �'/z " — � q��2 ,� � � . ^`� . ,r6„ F� s^o — F u ., 4��2 � 36" v II U@o V' �!1 Il �l v_ �c 6�• � . ��2 " � Il �11i"il � � � � � 6' E . 4��2 �. Sftl-2 I i az•� x a2• x qz�• EHU ONCDM[NG SRI-2b I � I AOAa WpRI( I TRAFFIG 48` X 36" ��� Q G20-2a } — 48�� x 2a• I c i' mfnimun P , � ^� ISEE HOTE 51 � o ,�Ternporory 5top Line Q � '" � � f5EE NOTE ZI ;F_,r; � ^ �y'�L '�i. w �.-.k� °� a iype I i I{�rri Cade, r'�, '' channelizinq 6evlces,or r�'�� shador veh;cle wTth oranqe '�; x flags or warninq ligh+s. " 1Mhen shadar vehicle is required, it shalt be equipped ' � o� with fruek A(wxiteq Attcrwator. � �' � YlELD k SRI-2 � c 42" X 42" X 42" d x � �fl SR!-2b oHcau�Nc 4g. X 3B" I TRAFF[C �SEE NOTE 5f ,�,Teaparary 2A' Stap 1.ine iSEE NOiE 2f � ^ p S o � E ^ � o'oo �u� 0 1[1 � � Y[ELD �` 5W3-2a 4$' X 48' � I . x , � �� ENO son� �oRK � G20-2a ae•• x z4�. � " 4NE LANE ` ROAU A��an x CN120-9� � A8" X AB" � — I � eaao � woRK AHEk� � cwza-1a �-- 48• x as�. IFLAGS-SEE NOTE 1f � TCP c2-2a) 2-L.ane Roadway Wit�houfi Paved 5houlders One Lane Closed Adequat�e Field of View I fihe requirement for shador vehiclee will 6e listed in the praject GENERhL N�TES, �� /\ ]tem 5D2, Barricades, Siqns anG rraffic Handlinq. NldRK 4NE LANE AHEA� �,�zo-, o ��A� 48' R 4B'• �� �� � IFLACS-SEE HOTE II , , CW20-4 48" X 48' O FClV2a-7a 48" X 4B" X%% P I aque FEET 2a � x r a° � Te�arory Stop Line ISEE NOTE 21 + � �. . � �} � � � ♦ � � ` / O� ti ■ � � ao 1 ' ¢ �oa• �a��. n f 1D0' IAin. a- ;•,,- O ;�N'!fi � .�j}+y' Type II1 barricoae, I �:;3;.' o� _ chonnelizinq devices,or y,;wcu+ "' � shador vehicfe .rith oronge � ' flaqs a' worninq liqhrs. 3 I ' � /�/ / � � �� EId1 ftOAp �'ORK G20-2a 4B" X 24" Whcn shadaw veh c e is requireA, ft shall be equippetl c xith Truck Ma.nfieQ Attenuqtor. n � � I N x � F[W2p-7a � p � a 48" X 48" �� � T�p S E ND � 2 toP L i ne �� u�i o EET 24 I X ul 8" �� �14 PREPAREQ � " X 74 STO? � ONE LANE � _ Roan . ��wza-�� I XXX F� � 48' % 48' fSEE NOTE 21 x CHf20-4 48" x 48" � � — ENn R4AD 1YORK � G20-2a as�� x za•• � � x � �''__ RaAo 1�ORI( AHfA� cw�o-�n ae• x ae� (FLACS-5fE NOTE 1} TCP f2-2b) 2-Lane Roadway 1Ni�hout Pavec� 5houlders One �ane Closed Inadequ�fie Field of View �ec�ao � Type 11[ Barrltatle ■ p Chornclizinp deviccs t...� FIaQ � I Neavy YYork VehEcle � Truck Alounted Atterxaator �ira[ ler Nau�ieC � Partable Char+geW le F Flashinq Arrow Panel iV� Alessaqe Siqn � Flagqer � Siprt PosY uini�n+n 4ealroh�e Suqveetea uaxfn..m Yinimm Taper Lenatha �jE Spaalnq o! �erlce SFqr� Spaelnp Poatea I Fornula la• tl' 12' On o at a . x Speed� �fflCt Offsei OffEat itlper TCplperll 0�6Y�I�f 3U � z 150' 165' i80' 30' 6a'-75' 120' 35 L= 6� �205' 225' 2A5' 35' 70'-90' 160' 40 I255' 295' 320' 4D' BO'-1Q0' 240' 45 45D' 495' 540' 45' 90'-11b' 320' 50 I500.' S5p' 600' 50' S00'-125' A00' 55 I550' 605' 660' 55' 110'-140' 500' 60 L=WS I500' 660' 720' 60' 120'-150' �F600` 55 `650' 715' 7a4' 65' 13Q'-i65` iE700' 70 j7a0" 770' 840' TO' 140'-iT5` � 800' j� corwentiana� Hones On�y **Toper I�nqtM Rava Gee[Y ra�lldde eff, L•EenqFh of Topef IFT.1 T!•Midth of 0/leef IFT.i S•PoateA Sp��tl II�PHI TYP[CAL USABE: � IdOBILE I �11AAT� � STtAF[� T I�fRlt S�TA�ONARY � Sf�ATtONARY � F GENERAL i40TES: . I. Flaqs attached in siqns are E4N UIREO• 2. Alf Yraffic cuntrol devices illustratetl ore HEaU[REd. except ihose UenoteA riih ihe iriarqle sy�al may be omitted whCn 5taied Elsewhere in the plans. 3. The BE PREPpR�� T4 STDP siqn may be installea ofter the OHE LANE ROAO 7fXx FT siqn, tsut prbpef siqn spucinq sholl De maintoined. �. YIELb siqn traffic cootrol moy be uaed on pro}ects rrEth opproaches ?hat have uaequate sight tlistmce. Faf projCcts irl urCOn arens, work ' xqnes shoula be no langer thm ane ha[f eify bloek. in rurol areas or� ropd�vuys w3ih less tnon 40817 AOi antl work areas shouftl be na I onqef' thm A00' . 5. 7[ELO TO ONCLI,fIHO TRAfF[C siqn shall b� placed on a support afi a 7' minimum mountinq heiqht. 6. F]aggers should use two-way raaios ar other meti7otls of eannnieation to control troffle. P. Lenqth of rorK area should tre boseA on the o6ility oP Elaqqers ta aomn.xi i cote. 8. 5�� TCPtN01'E51, CHANNELiZING 6�v[cEs, note �2 for recdmKnde6 10 foot chomeliSinQ tlevice spOcinq. �i Oniy pre-quolified praducts shqll tie used. A list of campliant products and their sources may be obtained by wrltinq or faxing: Standortls Enqineer Troffic Operotions �ivision - TE Texas Ueportment of Trmspartofion t25 East tlth Street Austin, iexas 76701-248] Phone 1512) �16-33J5 Fox 1512f �Ffi-3[6f E-mai I TRF-STAN�dRQos�wi Iqrr.dut. stote. tx. u5 STaNQAR� PLANS �TEXAS DEPdHT�IENT OF TRANSPORTATION Trafflc 4paraflons Dlvlslort TRAFFTC CONTROL PLAN � � TCP (2--2? --98 QTx06T Oecender T465 ��-LR �a�-lif ��-6H �o+-Ni �sp-� �rmm� I�iin n xii aaw ue �xn vrfi 2-94 � � $_g5 � FTN 5 STP 94 �1001 W 34 I-91 � mam I �xn�n ¢��w d uwrt �-9� � TAPRAHf ! 0962 I 48 T4� N.f.P. � • ifi2 .n � N OC3 m ., i. N�' � .d3 � / i� �l � r � i C a � i b � � � n D 0 Z m � G m � m 3 , m m m m i C3l b Q � ^ / � � O -� i .T ro � m � � � � C7 � N � .P Z � c a .y TL C m a > C 4-om o u � �, m t L � �r� L L L O E O y- d o}� z-c - � � +� *� �- — � C h U N L - N N t L W L C E a � �v p � U m o +�- � O �N W X L � � } � � xiv f � L = mo �uQiC � .- •- n � v°- � C n � � t m > n �' o �, � N 4 w � L L n�a� �Qo 00 0 +- x t N N D �A� rvc �o wo�� ���� a m �- •- u�i m c} r •- w- o w Y O 2 Y S Y D U Q U 1-- (.1 J . , 4 � ., �a � �� �, � N � 1 no om �� , Wm ��� � ��-'-'� � � Robn � WORK AHEAD cwza=io 48" X 48" [F�acs-seE r�DrE �s � - .. .,..� �, � L v v � I� �l 4 � x x ROA� WORK cwzo-i o p�{EAD 48" X 48" IFLAGS-SEE NQTE 11 FOPII LEFT �� � E CLOSEO �,� RfGHT � R20-2R XX;( �j 98" X 60» x rsE� �oF� v cwzo-s� aa• x 4a�� --� ��nr�r x � CL45ED � ' o xxx Fr f a ° Q � CW20-SL \ asy x ae~ - — � � t�' � ��� � � L / �a*: � m� o�' � � � o � . � � ��� � � � ? Type IIE borricade, ■ x � channeaizing tlevices,ar ECWI-6❑ 36" X 36" sEwdor vehicle wiih oranqe Q � flogs or rorninq tiqhts. xmen shadar vehicle is 5a , require4, it s1w41 6e equippeG � with Truck Aloui+ea Atfenuotor. I¢ � Q � Shoulder 7aper • 1/3 L ti b � �o / ' LANE � . x /^ CLUSED � � � ENU �RpA� 110RK G20-2o 48" X 24" � t m v � O L � �"CP (2-4a) I E� � ROAD 1117�Ic G26-2o A8" 7{ 2A" � � x ��' X � A�— One Lane Closed Less Than Two Weeks %1I% Ff CMf20-5R 4 S" X 48" R[GNi F� LANE oWE CLOSED L INE ril(1( FT ��� R20-2L CW2o-SR 48" X 60" 48" X 4B" 15EE N4TE 41 ROAO 1V6RK ANEh6 CW20-1Q as^ x 4e" IFLAGS-SEE NOTE I1 iSEE NOTE 61 . t m v F1�3 I _ ROA� Ml(�iK � G20-2o 4B� x za�• � � � � � � � I � � ♦ ■ � �f 1 i� � , y� � a o♦ n� � : ��� T� ��� � ,,,, q 3 i1 �� � � A � �4 �, The requirement for shatlav vehicles will be listed in t�e pro�ect GENERAL NDTES, ltem 502, Barricades, Siqns and iraffic 8mdling. jo 5 ! � � I � cza-za 48" X 24' � SCWI-4R 49" x 48" � xx scw�s-i zq� x xa• � '.-� \ A i o�� x � L dl ; a _ � ,•�i � z � � � �Ec�o- � iype ISE Barricade e n cnanneitzir,y oe�sces y Flnq � � Reavy 1York Vehicle � Truck MauitCQ AtteYwatar �� Tfailer �IanYed Porfiable ChanyBoble Floshing Arrow Panel � A[essoqe Siqn � Flaq9er � Siqn Post Linim�m Oeslrmle Suqpeated Llaxtinm uiniensn fauer Lenqmn }E � spac nQ of �evice Sipn Spaclr� Posted fP�la 14� li' 12' 07� o q4 Y Speetl�F O{fee} Of}aei �ffar{ To er Tm crtY Oi�tance 3fl , 150'S65' 180' 30' 64'-75' 120' 35 L= 50 245'.225' 245' 35' 7p'-90' 16d' 40 265' 295' 320` 40' 80'-100` 244' 45 450' 495' S40' 45' 90'-114' 320' 50 500' S50' 6D0' 50' 100'-325' 4QD' 55 550' 605' 666' 55' 110'-140` 50D' 60 �=ws �soo� sso' 720� so� 12a�-15a' # 6oa� 65 �650' 715' 780' 65' 130`-i65' �E700' 70 �zoo• 77o�ja4o� 7o'Itiaa'-�zs' �F80�' jE CMVMtiG'�I Rootls Only �Taper IenqtllL 11ave P�en PO�t�R4eA ofT. � L-Len4t11 of Taper fFT,I Yf-Wldth of Dffae7 4FT.1 5-PoaTe�O Speatl 1►PM) iYp[CAL USAGE: WBILE I o�lON I STAT�� ITENW SEpTlEiTIONARY I� ST�AT[�kFNT � � � i CENENAL kOTES: 1. lJnless othcrr[se stafed in the plans, flaqs attaehed to siqns ore REOLlIRED. 2. TC4' (2-4b1 sholl be uscd only on projects tllat will Dt at a 1oCotion €or less thm two weeks. 3. EKisYinq prnement markings moy remaln in place for prnjects less tnon tvo weeks in Aurotion. A. The FORVA ONE L1NE LEFi lor RIGHTi 9iqn may Ge usee follawinq the Ii1CHT lor �fFil LANE CLOSEU RR% FT siQn. Sppcinq diafionce petweer� si¢ns shoultl he the minimm diatance Indfcoted. 5. Ooxnstream toper is aptional. Wi1en uaed, �Y 9F1GltItl CC 140' minim�rn lenqth per larx. 6. See TCP [N07E53, CHANNE�[2ING OEY1[ES� note R2 }or' rccam�ended FO faot chwnelizing device apacing. � ECW1-5a p �� � � 36" x 35•• � a � � � a. � � 4 � \ SC1Y! -4L � � 4e�� x aa�� I : � �„ }(x SCW13-I �� 24" X 24" 4 -�f� � � � � p ShoulQer iaper • 1f3 L � � J � � ',�, ----- R�ciIT i � �ANE t o � R[GHT �'�S�p � X LANE CLOSED �x FT .8� ' Oniy pre-qualified products shall he used. A list of canpliant products arrtl thefr sources nay be obfiained by writing or faxinq: Stmdords Engineer Troff3c Operotians divistan - 1'E T�xas Depnriment af frortspor?ation 125 fasf Ilth 5treat Austin, Texos T8701-2983 Phme 4512) 4t6-1335 �ax 151t) 916-31fi1 E-mail TRF-SfAN�ARDGrnailgw.tlot.state.tx.us X - FORtif �2o-z� �—'- �E aa�� x 6a• � LINE �SEE NOTE �1 ROAd �FT CW20-5R x �% Fr 48" X 48' � CW20-SR • �e" X 48" TCP (2-4b� Two Lanes Closed Less Than 7wo Weeks N�ltK a�Eao CW20-}D aa° x aa� iFLAGS-SEE NOTE 1) STANDARO P�ANS i/ TEXAS �EPART�IENT QF TRANSPORTATION T`raffic Operallons DTvlslori TRAFFIC CONTROL PLAN TCP (2-4) —98 CQTHOOT UecMbEY 1985 �c�LR �a.-Afi ��•�N ��"-0.'! �_ta� ansieu I��i�n I��+'a4 � ttaw an xq�n scci 2-9! � FTA 6 STP 9� IIOOI I�d 35 ��'g5 1 m.m ma� snw in �m�i �-9A � TAHAAHT 0962 I�6 � 19� H.T.P. IS4 � 1'1 :'' � � , � � c 0 .y T l G a1 n > w o w o u � T N c+�-a , p 4�- O 3 n� o� �— C * A f f] N ] a c m mnw u a w m } L y O 4 O L C � a�D C vE] L �L �n � m m h CF P t C •- r- � UO � wxL F- N � n u x � v � > � G1 N [ L t •- + o r3 0 n �r V v�i L m o 0 c n >na m o � � L L L � L o � °c o ° v x o N H 9 N >. L C II D r W C v o � o E � CI tl! N � ] � v�ivc~ d � Y O I �� zi[�i[ C]UWU i:i i„ r ti � a U --� L] ¢ l� �� W� Y F K m K e� w� „�. Nm �-� RDAO W4RK cw2o-�o AHEAO +a� z �e• {F�ncs - seE NaT� i� i .� � x fl'A� HOAD 110AK C20-2a 4B�• x z4- 1 � i e.d � ROAO 410RK c2o-2a ae^ x 2a- � Roao W�IiK cwza-io AHEAQ 46" X A8" � (FLAGS - SEE NOiE II ,�� F� �T x 4� LANE AfG � CL���p c�rzo-s� � R2D-2R %X% F� 48` % 49" x 4B" X 6U" �seF HorE z� � � Cl05ED x CW20-5�, „ ae- x �a•� �7iz �r J L v �1�414� �� • • I o! � 4 � � � �:� x".• ,�t a �a L „ 4� � t � � �: d L m � 0 G � i� z , 0 n � ]1 N z TYPe L[l barricade, �a x � chomelizing tlevices,or shc�dow vehicle xith afanqe ° flnqs or rarninQ IiQhts. ' When shodox vehtcke is 6 — fequife4� it shull De equippep � � with Truck IYlaunted Attenuator. � Q ¢ � Shaulder Taper • I/3 L � � 4 �"� �, A�� � CLOSED 4 � I d�— %%% fi cwzo-5R X AS" X 48` �,� - R [GHT FORId � LANE flNE I X CL45E6 L[HE � LEFi ` i � � XR% FT R20-2L 98" 7C 60" CW20=5R «EE NDTE 23 48' X 48" � ROAD WflAK cw2o-� n AHEAO 4a~ x aa� IfLAGS - SEE NDTE 11 1 � I � � - � a ! One Lane Closed More Than Two Weeks � , � � ECWY-6a _ 3e- x 36- SCW1-9R � ~ 48" X 46" xx SCW13-I � za• x zq- fFl� R4AO 1f1�WC G20-2a 48' 1f 2�" t � v c T y ihe req�.�iremenr ror srweax vehicles will de listea in the praject GENERIIL NOTES, item 502, Barricaeea, Sipns rna Traffic H�alinq. I � � ft0A0 kORK aza-xa $ 48" X 24" V �/ u L.l L m n � l I � L � i � 4 E II � , P � •� � o ^ F�� � � N � �[NE a2o-z� i� �� X , L�FT 48" X 60" tSEE NOTE 21 i �� � .ao-l:..3,• Y"o - :.. I� IQ ���y`! O L A IP �fr��:.` �•�4 � � ., � o ,.., ��Q� "��z ECwi-6o i i o ' � 36" 7f 36' N 1} IIl X � �� � . � SCW1-4L �� 48` X 48 � I � XX SCW13-S 4 x � 24" X 2A" r � � ShoulOeY Toper • 1/7 L 'u � � � � RiGHT � � e i - ' CL45�1 cwzo-sR I I ' 48° x as• � �� lfXi[ A R�cHr �� LANE CL65f� cwzo-sR u 46" X 4$" � � �-= �cx Fr F_ TCP (2-5b) Two Lanes Closed More Than Two Weeks aaao WORK cw2a-ta AHEAU 4s^ x as.� iFLA65 - SEE NOTE Il LEGfHO ��M� � � �� Type I[i Barricade o� Chcmelizinp Devices q F1aq Heavy Wa�k Veh'rcla � 1'fuck Llaunted A#teruator Trailer Asxxiten � Pnrtaale ChmQeable Flash�req Arrow Panel M ]Aessoqe Slgn F1og4er .�.e Siqn Post lAinimm Oentrabia Svq9�ated �x�ln+n Mlfnl�.nl TODer Lenaihs iF3F 5poainp ot Ue�ice Sipr1 Spoolnq Postea Farnulo �� ��� 12� � o m o - % Speetl� OfiaeT 6tise+ Offeet iope� fmpen� _ Gl�tunce 30 , 15p' 155' l80' 30' 60'-75' 12�' 35 L- 6� 205' 225' 245' 35' 76'-90' 160' 40 I265' 295' 320' 40' 80'-140' 24b' 45 45a' 495' S44' A5' 90'-110' 320' 50 500' 550' S00' S0' 100'-125' 400' 55 550' 605' 66a' 55' 1! 0' -140' 500' �sws 60 600' 660' 720' 60' 120'-150' �E6a0' 65 �650' 7f5' 780' 65' 130'-165' �E70tl' �o ��oo� z7a� sao� 70� sao•- »s� � aoo� jE Com�ntlonal Roatl� Only jEjETaper �erqrn� nm�e oc� ru.,naea ofr. �•terqm or toner �vr.i M•��C1� of Offxt cvr.� s•�as�ee sceea �uvwi I TYPICAL 115ACE: IIqBILE I Ol1HAT 9N I ST�ATI6NART �TEAbES�T�A�AOHART � ST�AT� RY I GENERAL 1�lOTES: l. Unless oihervrfse stntetl in the plans, flaqs ettochetl fo siqns are RE�UlRE6. 2. Tlie FURIA OfIE LiNE LEFi lor RICHT} atqn may be used fal lorinp The HICHi (nr LEFT] LANE CLOSE� XX% Ff aiqn. Spncinq tlistance 6elween signs should Ce Yt1e minimm disfpnc4 ir�d+ca+eG. 3. lrhen Yhe woTK zone ritl �e in place more thon two reeke� oonflictinp pavem�nt marKinqs snall be renave0. New markinqs sha11 be fnstalled and ma�ntalned to tha satiafoction of the Enqineer. �. Downstrean taper Is optimai. when usea, it 9hould 6e 100' minimum lenqth per lone. 5. Sea iGP iNOTE51, LHANNEL[ZING pEY10ES, note ■2 for recrnmenAeA 10 foot cloarnelizinq de�ice spacinq. Only pre-qual�fietl praducts shall be used, A Ijst of canpliant products and their saurces may be o4tuir�ed by writinq or faxEnq: Standards Engineer Trnffic Operations Divisian - TE Texas Oeporfiknt of TronsporYatian ]25 Eaat Ilth Street Austin, Texas 78701-2483 Phone [5!2) 416-7335 Fax 15121 416-J[51 f-rtia i I 7ItP-STANtlAfl�Pma i I qv. dot. state. tx. us 5TANDAR� PLANS � TEl(AS QEPARI�IEN7 OF TRANSPQRTAT[ON Trofflc Operarlons Olvlslon TRAFFIC CON�ROL PLAN CQfxDOT �ecmoeF 79B5 ����R I��IS�oi piilei[I F�i]q z-g, FTK � a B-95 I -47 `"'�� �-gg IAAHAN{ TCP (2-51 —98 � m- � a�. pN I o�•ILi Kc �e.� nnu�u� nwa �1 SiP 4� IFQ67 Ad 36 Imniq $tIM !d �IWaI 6962 �EE 194 R. i. P. 365 � i :� �ity of �F'ort` b�'orth, T'exas � �1���r +�f1� ���i1��1 �,��1�'1i��1��'�t°��� DATE I��FER�NCE NUMBER LOG NAME PAGE 3/9 81Q3 **�_� 9�� � 20CENTURY 1 of 2 suaJ�cT AWARD O� CONTRACT TO ���1Tl�R�' ���V��ES �{�NP'PA��i�` FOR FY2002-2003 ANNUA� CONTRACT FOR SIDEWALKS � REC4MMENDATI�N: � I# is recammen�ed thai the City Cauncif authorize �he City Manager �o execute the FY2002-2D03 ar�nual contraci for si�ewalks �vith Century Services Com�any in the amount of $25fi,300 for the canstruction-of new sidewalks at �arious lacatians. � � D[5CUS51DN: The 1998 Capital Improvement Program inciudes fundir�g fior City sidewalk projecis. '�hese �unds will be used far.the Safe Pathways� Program to d��efop safer walking routes within the �icinity of schools and pro�ide access to majar retaiE centers and pedestrian ger�erators. The amount af $106,300, from 1998 Capital improvement Program funds,�wi[I be used fio� this project. On October 29, 2Q02 (M&C G- 13784), the City Council authorized the remaining $150,000 from the Capital Projects Reserve Fund as a one-t�me expenditure in FY20D2-2003 for sidewalk, cor�struction. Total funding in th� amou�t of $256,3�0 for this annual cantract has been provided in the current capital budget. In order to maximize the Safe Pathways Program's avai�able funds, all requests for sidewalks will continue to be evaluated based upan cri�eria developed by the Transporta#ion ar�d Public Works Department. Th�s� criteria consider pedestrian volumes, types of str�ets, location of schools, retail centers, parks, and other public faci[ities, and locations wifh special safety concerns (i.e. speeding, high trafFic voEumes, accidents, etc}. A sidewalk construction pragram has been prepared far FY20fl2-2003. This �project was ad�ertise� for bid on December 19 and 26, 20Q2. O� January 16, 2003, the following bids were receive�: BIDDER Century Se�vices Comaanv Westhi�l Cons#ructian, Inc. M. A. Vinso� Construction Company, ]nc. Ed A. Wilson, 1nc. R-Con, Inc. AMOUNT $25fi.300 $2i3,185 $314,525 $398,800 $473,750 Century Services Company is in compliance with the City's MIWBE Ordir�ance by committirtg fio 27% M/WBE �ar�icipation. The Ciiy's �oal on ihis praject Es 26%. � The approxima#� total length of s�dewalk cot�structior� wifl be 20,000 feet. Sidewa[ks wiEl be constructed in ALL COCJNCIL DISTRiCTS. The list of lacations is being deveioped per the Safe Pathways Program. C`ity of Fo�t l�o�th, T'ex�� a��� �r�d� ������Q �,���������;�r� DATE REFER�NCE EVUMBER LOG NAME PAGE 3118103 **�_� 9,�� 0 20CEN'�URY I 2 0� 2 SUBJECT AWARD OF �CONTRACT TO CENTURY SERVIC�S COMPANY FOR FY2002-20Q3 ANNUAL CONTRACT FOR SIDEWALKS I FISCAL I�YFORMATI�NICERTEFICATIQN: Th� Finance Direciar certi�es that funds are a�ailable in the currer�t capital budget, as appropriated, of the Street �mprovemenfs Fund. . MO:k 5ubmitEed for City Manager's Office by:� ' Marc Ott Originating llepartmen� Head: Robert Goode Additiona� Informatian Contact: Robart Gaode I F[7ND � ACCOUNT � CENTER I AMOUNT � ��) � 8476 � 7804 (frorn) C115 7804 54120Q 02011�038126 $256,300.00 I � � GTTY SECRETARY APPROVED 3118143