HomeMy WebLinkAboutContract 28663�1�1� �`aE�f��T�#�V���,� �
��NTRA�T�O_ _ �
���rc�i�r�,�T�o���
�l D
�1���'.�'��.r�,�'F�� ��{��'.�1.��11��E1�+17'�
�li� �PY FQI�
C��C�O�
�Ui�iiA,/x+.+�`� a01�f{fili4 C4.
_ G{�Y S�C��fAIrY
�CiClf itl�#14�f�'S �F�I��
�r������w� �v.
— —�l�►►- �� c�r
��
—� — _ —_ - �
�'�lL��l+f�r' E�L�'�`�� C'.E���'��►CT T �'�'�I�l(�E1� L(}(�A'I'i���.�
(�€�{��-�M�}
�
F'R[�.Ii+:C"I" �{�.
(�.'�{)���I�(193���2���- r ��-t� ���: � : �� ���A
« �r���r �~r��,�� c��{' ��c�r��r ��������, �e�.x.��
�vc��:���rr� �rra�
��r.�����i�� ��. r�.���r�
���}��c���
G���� ��', .1��'I{�c-)�
��t�a��� ���f������{,E�
R����7�I�rtl ��. Ll��/I���w f��{� � L�#!l�{rl.F�����\
�C1't�'�`l��i+�€��' ��` �`��1f�1��'�.���T`r��'�{��c A�� �'Ll13���' �'4'(3E����
�;�[�l�C��: T3ri�1��I��TS�i, �'T'. - A,��1�'['AN'T []�f�C;C'7'�3f�
i��'�i'�►���1':►��1���1ti'r [)P T1�����1`[���'['ATI��!� r�l�l) �'[!�31.[(` ����ll�l��
�������
�
1
C'i�y r�f �'ort �n�i���, �"�.�.c�s�
����� ��� ������ ������������
.' �}ATE F��1=��EF�JC:L F�fUh�a��l� L(�U hlr��w1� PAC3[.
� �1����� *�'��1 ���� ���JA�L�Y � af �
��u�+.��cr AINAR� �F ���lTRA�`T �� 1N��THIL.L �0���'RU�TI�EV, Ih+�. ��F� 1l�,�LE1�
" �l�i�`�� ��N�'1��1�T ����-9 A,7 VARIOU� �O�A�I��V� �
R���h�fl���i��1Tl C��l :
' Il is r��ommer�ded �hat �17e �liy ��ur��ll authqri�� kh� �iiy M��+���r to �x��u�e � cor�kr�ct wil#� W�stl�iEl �
�on�tru��ion. ir�c, i�r th� arr�ount of �11 �,7fi9.�� �or 7'(? work��7g ��ys f�r V�Iley �ut��r �ontrac� 2003�9
� �l v��l�us locatior�s.
DIS�USS�ON:
In t�e F*�20��-�003 �anlr�c� f�]ajor f�+l�intenar��e Pe�gr��n. variaus �ypes of s�re�k rr�air�ken�r���
te�k�r�iques are �roup�d into sp�c��ic car�tract p�cka��s. lf�lle�r �ukfi�r ��ntracE ��D�-� �t var�ous
� ��cations �favid�s for th� �n�tail��ro�� af concr�tc� v��i��r gut#e�s �t specifl�d int�r����i�r�s �o aEd
�.�prt�pri2�te tir�l�iag� of sLorm waler on �I#y s��eets.
� The fallowinc� list d��a�is th� lirr�its ��r �a�� �f �i�� stree�� ir��luded in �hi� pr�J�ct:
STR�E-� AT 1�11�E�TIC1l� ��1P��� �D'
� h3art� 8atley Av�r��re �resthaven Te�-rac� 1Nesksid� 6��! 7
� f��rtl� 8ailey Aver��� V�lo��wo�d F�o�d fVor�hs��� �'I V 7
1Nest D��kson ��ree� ��, L�u€s ►4����� ��utf�std� �rt E 9
Hastir�gs DrEv� Wi��Cs Tra��l ����hs�d� 1���1 6
I �+list� �.+t�adovu �rtvs �un�a� Pla�c ��t�thsid� 'I��� 6
�a� Nollow La�ne Oa� �-Collc�w ���rE �lorthsi�e ��V 4
. Q��t Holl�+ry ��n� Woodrill ���rrk No�th�id� fi�i� 4
�de�sa Av�n�,� 1��s� Fuller Aven�ae V+l�s�s�de ��J �
�dessa Aven�e UV��t F�Iler��enu� Eastsidc� �OJ �
� R�ed Stree� R�rrele� �#re�� Sout�s�d� T81' �
�l+�ait� Aver��� V�alt�n Avee��� N�rtl�s�de J�T B
, � � �
� '�ou�cU l�i�tti�t
��.
C�� t� o� f � �'o �� �+�'o �+tlr, �"���rs
�a��r �r�d �,a�r��� �����ni������
�A'F� R�FrF�`��J�E-. ��1I.11v�F�L=J� �,pG f�lAi47� �F�t:�E
�l�51�� � *�'��� �45� 2�V�1LLE1' J-- 2 of �
Sufl���T f A1+��F�D �F ��NTRA�'f T'� WE�TF-�ILl. ��N���4J�TI��V, IN�. F�R V�ILL��'..
��UTT�R �C3�f�f�A�T ��Q3-� AT VP,�I�I�� I���}��IC�f�� �- - �
�'he �it�r also rese�r�s th� r�g�t t� in�r��s� ar d��fi���� q�arttiti�s of indF�r�du�� �ay it�ms within the
�onlra�E, �rov�ded fh�! ihe loY�l �o�t�r��# arrYo�,�i re�n�ir�s wi�hin plu� �r r�in�s ��°la �f ��� contract
aw��d.
Thi� proj�ct w�� �dv�rkised for b�d or� ��c�mber 5 and 'C�, ����. �r� Jan��ry �, �003, iF�e ��Il�wrng
bids w��� r���av�d;
BIpp�R�
�.�+�s#hill �o�str+�c#io�, ��c.
���r,�i�r �or,�i���c��on, In�.
��e�i�r� ���vl��s �p�rsp�n�
�9,A.'�ir�son �onskr�ac�io��, Inc.
Eagl���n �a��truc#lo€�, ��c.
�.T_ ��e�siruction, I��c.
�C� ,�. ���9�1'!� �IIC.
J�ylc� D�v�lo�rr�ent, Inc.
�N1�UN7
�116i7G�,��
�1 �0,7�O,OQ
�1�4�,836,0�
�148,�77,p�
$1�9,���,Q�
�9 57,G30.�0
�'��SF��rJ.E�O
$�1�,9��.�0
�v11V�l�3� -1N�sthll� �or�s�ru�ki�n, Inc. is Ir� camplianc� u�riih t�e ��iy's ��WB� ��d��a��e by camre��ttin� to
��°l� f�+1JW�E partic��a�ko�. Tha ��ly"s goal �r� #hi� p�aj�ct is 1�°�a.
Thls praa��t is loc�t�d Mn �{��1IV�IL Di��#�I�T� �, 4, �, 6, 7 ar�d �.
�I��AL ����1�N1Ai��f���E�TR�I�A�lO9V:
T�e �ir��r�c� E�ire�kor cefl�fies ih�t fur�ds a�e ��a�labi� in th� ��rr�nt �api#al �udgei, �� ap�r���lat�d, �f
tl�� ��r�rra�� �teeat Malnx�nar��e �und.
f�10:k
Subn�it�e�i far L'Ity Mt��i�gcrt's
otr�� t�y:
8�i7G
� Fur�r� ] .�ccau��r r:������� ,� ,�r����r�v�r
� �t�,� �
� �
� �
I h�[;��c 97tr
O€i�inatln� llr}�:�rimet�t �}�cLd:
Ruhc�tl [i�sC�ric
Add�tians�l f il fuflTl�k#iim �antaet:
E
78i��s I {Fr�mj
� ��93 ' ��1200 (}�0�30�32394 �613fi.7fi9,0�
c �'� v s��`�x� ��'� r�v
l�i�l}RqVED 21k5103
Otorg�H�hinartcxh 7°)C�7 ��I� II
G
. �
COliTTRACT DOCUIi�El�TTS
FOR
�AL�,EY GUTTER G�1�1'TRACT VARl.OUS LOCATICiNS
� � �(�0�3909)
IN THE CITY OF FORT WORTH, TEXAS
PROJECT 1�T0. G593a0�0930�3�390
� • .
A �� ����.
f �
�. DOUGLAS RADEMAKER, �.E. DATE
DIRECTOR, DEPARI'MENT OI' �NGINEERTNG
�; 1 , � �.-� c� l m �
GE�RGE A. BEHMANESH, P.E. DATE
ASSISTANT DIItECTOR
TRANSPORTATION ANl? PUBLIC WORlC.� DEPAR'1'MENT
_� �.��_ . � � o v--
�
� � � � __
' DOO KCM, �.E. � DATE
CAPITAL PROJECT ENGINE�R WATER DEPARTMENT
TABLE OF C�NTEIiTTS
�
�
l.
2.
3.
�#.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
Notice to Bidders
Special Instructions to Bidders
Scope of Work
Prevailing Wage R.aies
Proposa�
Vendor Campliazxce to Sfiate Law
Minority and Women Business Entegprises �pecifications
Special Pro�isions
Detail Sheets
Performance Bond
Payment Bond
Maintenance Bond
Experience Record
Eq2aipment Schedule
Certificate of Ixisurance
Coni�ractar Compliance With Worker's Compensatian Law
Contraet
NOTICE TO BIDDERS
Sealed proposals for tl�„e £ollowing:
FOR: VALLEY GUTTER CONTRACT — VARIOZTS LOCATIONS
PROJECT NO. GS93-a20930532390
Adc3ressed to Mr. GARY W. JACKSON, City Manager af the City of Fort Worth, Texas will be reeeived at the
Purchasing Office �til 130 PM, January 9°`, 2002 and ihen publzcly opened and read aloud at 2;p0 P1�I in khe
Council Chambers. Plans, Specifications and Contzact Documents for this projact may be obtained at the Office
of the Department of Engineering, Municipal Office Building, 1000 Throckn:�orton Street, Fort Workh, Te�s.
�ne set of documents wi�ll be �ravided to prospec�ive bidders for a deposit of $20.00; such deposit will be
refunded if the document is aet�arned iu good con.di.iion within (10) days after bids are opened. Addirional seks
�y he purchased on a nonrefundable hasis fox twenty dollars ($20.00) per set. These documents contain
additional 'zn.fonnnation for prospective bidders.
A pre-6id conference �vi11 be held at 10:34 a.m. Monday, January 6`�, 2002, 2001 in the Deparkx�ent of
Transporiation and Fublic Wazks Conference Room #270.
Bid securiry is required in accordance with the Special Tnstruction to Bidders. '
Tlie City reserves the right fo reject any andlor all bids and waive any and/or a]l irregalarities. No hid may be
wztl�drawn until the expiration of forty-nine (49) days #'rom the date t3se M/WBE LJTILIZATION FORM, PRIME
CONTR.ACTOR WAN�R FORM and/or the GODD FAITH E�FORT FORM {"Documentaiaon"} as
appropriate is received by the City. The avE+ard �f contract, if made, will be wit4�in forty-nine (49) days after this
documentation is received, hut in no case will the award be made until the respQnsibility of the bidder tn whnm it
is proposed to award the contt-act b.as been veiifi�d.
Bidders are responsible for obtaining all Addenda ta the contract dacurnents and acknowledging receipt of the
Addenda by initialin.g the appropriate spaces on the PROPOSAL %rm. Bids tha.t do not aclmowledge recezpt of
afl Addenda may be rejected as being nonresponsive. Information regarding the status of Addenda rnay be
obtained by cantacting the Departnnent of Ea�g�in�ernig at 817-871-7910.
Xn accord witt► City of Fort VVorth Ordinance No. i 1923, as axr�ended by Ordinance No. 13471, ihe City of Fort
Wartia has goals for the participation af minority business ente�rises and wamen business enfierprises in City
contract. A copy of tl�e Ordinance can be obtaiiied from the Office of tk�.e �ity Secretary. In addition, the bidder
shall suhmit the MBE/WBE UTTLIZATTON FORM, P1tTME GONfiRACTOR WATVER FORM andlor #he
GOOD FAITH EFFORT FORM ("Documentatian") as apprapriat�. The documentatio� nnust be received no
iater than S:OQ PM, fi�e [5) City business �iays after the bid opeuing date. The bidder shall ohtain a receipt from
the appropriate ernployee of the managing department to whom delivery was made. Such receipt shall be
evidence that �he docnmentafion was received by the City. Failure to comply shall render the bid nonresponsive.
. For addit�onal information, cantact Khal Jaafari at (817) 871-7872.
GARY W. JACKSON ROBERT D. GOODE
CITY MA.NAGER D�CTOR, TR.ANSPORTATIONiPUBLIC WORKS
Khal J afari, P. ,
, Depa t of araspo��tationlPublic Works
. r
Adv�rtising Dates December 5��1, �D02 Decexx►b l�f�', 2 0�
SPECiAL
INSTRIICT�ON TO B�DDERS
1. BID SECU1ZrTY: Cashier's check ar an acceptable bidder's bond payable to the City of Fort Worth,
in an amount of not less than five (5°10) per aent of the total of the bid subrnitted must accompany the
bid, and is subject ta for%it in the event the successful bidder �ails ta execute the confract documents
within ten (1a} days a�itez tk�e contract has heen awarded.
Tn be an aeceptable surety on the bond, (1} the name of the surety shall he included o�n #h� current U.S.
T�•easury, or (2) ihe surety must have capital an.d surplus equai to ten times the lirnit of the hond. The
surety m�,st be licensed to do business in the state of Te7cas. The amount of the bond shall nat exceed
the a�nau�zt shown on the treasury list oz one-tenth (1/10} the totai capita.l and surplus.
2. P�YMENT, PERFORMANCE AND MAINTENANCE BOND The successful bidder entering into
a eontract for the work will 6e required ta give the City sure� in a sum equal to the amount of the
contract awarded. Tn this connectior�, the successful bidder shall ba requized to fuz�ish a performance
bond as well as payuient bond, both in a swn. equal to the amount of the contract awaxded. The fnrrn of
the band shail be as herein provided and the surety shall be acceptabls to the City. A�1 bonds furnisb.ed
' hereunder shall meet the requirements of Texas Goveznnxent Code Section 2253 of the Re�ised Civil
Statutes of Texas, as amended.
In ordea� for a surety to be acceptahle to the City, (1) the name of the surety shall be includ�ed on the
current U.S. Treasury L�st of Acceptabie Sureties (Circnlar $70), or (2) the suzety must have capital
and s�uplus equal to ten times the amaunt of the band, T4�e surety must be licensed to do business in
the State of Texas. The arnount of the bond shall not exceed the amount shown on the Treasury Iist oz
' one-tenth {1110) of the total capital and surplus. Tf reins�ance is requiared, the company wri�ing th�
, reinsiirance must ba authorized, acczedited or trusteed tv do business in Texas.
Nfl sureties will he accepted by the City which are at the time in defanit or delin.quent an any honds or
which are interested in any litigation againsfi the City. Should any surety on the contract be determined
unsatis£actory at any time by the City, notice will be given to the confractor ta tl�at effect and the
contractbr shall immediately provide a new surery satisfactory to the City.
If the contrac� amaunt is in excess of $25,OOD a Paymer►t Bond shall be executed, in the amount of the
cvntract, soIely for the protection of all claimanis supplying labar and materials in the prosecutzon of
the work.
' If the contract amount is in excess of $100,000, a Performance Bond s�ia11 be executed, in the aynount
of the contract conditioned on the faithful perfoz�tnance of the wark in accordance with tha plans,
specifications, and contract documents. Said bond shall solely be for the pratection af the Ciiy af Fort
. Worth.
All con�acts shall require a maintenance bond in the a�nount of one hundred percent (I00°/n} of the
original conlract amount to guarantee the work far a period of two (2) years af�ez the date of acceptance
o0f the project from defects in worl�anship andlor rnaterial.
3. LIOiTIDATED DAMAG�S: The Contractor's attention is called to Part I, Ttem 8, paragtaph 8.6, .of
the "General Pxavisions" of tbe Siandard Spec�catians for Construction of the City of Fort Worth,
Texas, concerning liquidated damages for late campletian of projects.
AMB�GUITY: In case af azx�biguity or lack of clearness in stating prices in the proposal, the City
reserves the righi to adopt the most advatt#agenus construction thereof to the City or to reject the
propasal.
5. EMPLOYM�NT: All bidders will be required ta comp�y wifih City Ordinance No. 7278 as amended
by City Ordinance No. 7�}00 (Fort Worth Ciry Code Section 13-A-2i through 13-a-29) prohibiting
discrimination i�u eznplayment praclices.
6. WAGE RATES: All bic3ders will be required to comply with provision 5159a of "Vernons Annotated
Civi1 Statuies" of the State of Te�as witl� respect to the �ayment of prevailing wage rates as esta6lished
by the City of �'ort Worth, Texas and set forth in Contract Doeuments for this project.
7. FINANCIAL STATEMENT: A ctirrent certified financial statement may be required by the
Depattment of Engineering if raquited for use by the CITY OF FORT WORTH in deterinining the
successful bidder. This statennent, if zequuad, is to be prepared hy an independent Public Accountant
holding a valid permit issued by an appropriate State Licensing Agency.
8. IN5�CTR�NCE: Within ten (10) days of xeceipt of notice af award of cont�act, the Con�ractor rnust
provide, along with execut�d coz�iract docunaents and appropriate bonds, pzoof af insurance for
Worker's Co�npensaiion and Camprehensive Geneial Liability (Bodily Injury-$250,000 each person,
$500,000 each occurrence; Proparty Damage -$3D0,400 each accurrence), The City reserves the right
to request any other insurance coverages as may be required by each individual project.
9. NONRESIDENT BI1lDER5: Pursuani to Articte 601g, Texas Revised Civil Statutes, the City ofFort
Worth will not award tkus contract ta a non resident biddez wtiless the n.oxu�eszdent's bid is Iowex than
the Iowesi bid submitted by a respansible Texas resident bidder by the same amount that a Texas
xesident bidder would be requued to underhid a nonresident bidder to ohtain a comparable contract iz�
the sYate in wlueh the nonresidenNs principal place ofbusiness is located.
"Nonresident bidder" means a bidder whose principal place of business is not in this
state, but ex�ludes a contractor whose ultintate parent company or majority owner
has zts principal place of business in this siate.
"Texas resident bidder" means a bidder whose principa3 place of bwsiness is in this
state, and isreludes a contractot whose ultimate parent company or majority owner
has its princi�al place ofbusiness in this state.
This provision does not appIy if this contract involves federal funds.
The apprflpriate blanks of the Proposal xn.ust be filled out by all non-resident bidders in order for its bid
to rneet specifications. The Failure oF a noiuesident contractor to do so wii� automa�ically disqualify
that biddex.
10. MIl�iORYTY AND WOMEN BUSrNE55 ENTERPRISES: In accord rTvith City of Fort Worth
Ordinance No. 11923, as amanded by Ordinance 13471, the City of Fort Worth has goals for the
participation of minority business enterprises and wom�n business enterprises i� City contracts. A
copy af the Ordinance can b� ohtain�d from tk�e office of the City Secretary. In addition, the bidder
shall su6mit the MBE/WBE UTILTZATION FORM, PR.IM� CONTRAGTOR WAN�R FORM
and/or the GOOD PAITH E�FORT FORM {"Documentation"} as appropraate. The DQcumentation
zxiust be received no later than 5:�0 p.m., five (5) Ci�y business days aftez the bid opening date. The
bidder sha11 obtain a receipt from the appropriate employee of the zx�az�a�ing department ta whorn
deli�ery was made. Sucla receipt sha11 be evidence that the Documentation �+as received by the City.
Failure to cflmply shall render the bid non-respnnsive.
Upon request, Contractor agrees t� provide to ownez camplete a�d accurate information regarding
actual wozk per%rmad by Minarity Business Enterprise {WBE) an #he contract and payment tlxerefare.
Contracior fiuther agrees ta permii an audit and/or examinatian af any books, zecards or files in its
possession that will subsfantiate Yhe actual woz�C per�o�rxzed by an MBE and/or WBE. Tha
misrepresentation of facts (other ihan a negligent misrepiesenhtion) and/or the corrunission of fraud by
the Contractor will be grnunds fox termination of the conixact and/or initiation action under approptiate
fede�ral, state or local Iaws or ordinances relating to faLse statetrient; further, any such misrepresenta�ion
(other than a negligent miarepresentatian) and/or cominission of fraud will result in the Contractar
baing detennined to be irresponsible and barred from participa#ion in City wor�C foz a peziod of t�ime of
not less fihan three (3) years.
11. AWARD OT CONTRACT: Contract will be awarded to the lorWest responsiva bidder. The City
reserves ihe right to reject any and/or aI1 hids and waive any andfor all irregularities. No bid m�.y be
wi#hdrawn until the expiration of %rty-ni.�.e (49) days frnm the date the IVI/WBE UTILIZATIQN
FORM, PRIIVIE CONTRACTOR WANLR FORM and/ar ihe GOOD FAITH EFFORT FORM
("Docuznentalion") as appropzzate is received by tlie Ciry. The averard of coni�act, if made, wi3I be
within forty-nine (49) days after this documenta#ion is xeceived, but in na case rvill the award be mtade
until tha responsibility of the bidder tn wl�om it is proposed to award the contract has been verified.
12. PAYMENT: Th� Cantractor wijI receive firll payment {minus 5% retainage} frorn tt�e City far all �nvork
for each pay period. Fayrnent of the zemaining amaunt shall bc made with the �ival payment, and upon
acceptance of the project.
13. ADDENDA: Bi.dde;ts are responsible fot obtaining a11 addenda to the contract documents prior to the
bid receipt time and acknowfedging them at the tizne of bid xeceipt. Infozza►ation regarding the s#atus of
addenda may be obtained by contacting the 1]apartmeni oi Engineering Construction Division at (817)
871-7910. Bids tYaat so not aclrnawledge a31 applicahle addenda may be rejected as non-responsi�e.
14. C�NTRACTOR C�MPLIANCE V4'I'.CH WORKER'S C�MXENSAT[ON LAW:
A. Workers Compensation Insurance Coverage
a. Defiuitions:
Certain of coverage ("certificate"). A copy of a certificate of insurance, a certificate of
authority to self-ins�re issued by the commission, or a coverage agreement (TWCG$1,
TWCC-82, TWCG$3, or TWCC-84}, showing statuiory worker's compensation itfsurancE
coverage for th� person's or entity's employees praviding sezvic�s on a project, for the
duration of the project.
Duraiion oF the project-includes the tune from the begfntjing of the wark on the praject until
the contractor'sfperson's work on the project has been completed and accepted �by the
governzr�.antal entity.
Persons providing services on the pro�ect ("subcontractor" in ��406.096}-includes all persons
or entities per�onix�ing all or pazt af t�►e s�xvices the canizactor has undertaken to perform on
the project, regardless of whether that person contracted directly with the coniractor aad
regardless af whakhez that person has employees. This inciudes, without limitatian,
independent contractors, subconh•actors, leasing companies, motor carriers, ownar-operators,
employees of any such entity, or empioyees of any entity, which furnishes persons to provide
services on the project. "Services" include, without limitation, providing, hauling, or
deli�ering equipment ar materials, or providing labor, Yransportation, ar tane� services related
�o a project. "Services" daes not include activiiies unrelated to the prpject, such as
food/Geverage vendozs, office supply deliv�ri.es, and delivery of portable toilets.
b. The contractor sh.all pzovide coverage, based an praper reporting of classiftcation codes
and payroll arnounts and filing of any caverage agreements, which zneets the staiutory
requirements oi Texas Labor Code, Section 401.a1I (44) or all employees of the
contractor providing services an �ie praject, for the duration of the project.
4
a The Contractor must provide a ceriificate of coverage to the governmental entity prior to
being awarded the contract.
d. If the coverage period shown on ihe contractor's current certificate pi coverage e�.ds
during the duration of the pxoject, fhe contrac�or must, prior to the end o-f the coverage
period, �le a new certiiicate oF coverage wi�tb. the governmental entity showi.ng tlzat
covetage has been extended.
e. The coutzactoz shall obtairn from each person providing services on a projec�, and provide
to the governmental entity:
{1} a certff'icate of coverage, priox to that persan beginniug work on the project, so khe
gavernmental entity will have on file certifieates of coverage showing coverage far
all persons providing services on the project; and
{2) na later than seven days aftar receipt by the contractor, a nevvi certificate of coverage
showiag a�tensian o£ coverage, if the coverage period shown on the current
certiiicate of coverage ends duriug the durat�on a£ fhe project.
f. The cantractor shall ietain all req�zired certificates of covez�age for the duration of the
praject and for ons year thereafter
g. The camt�actor shall notify the goveriunental entity in writing by ceziified mail or personal
delivery, withrn ten (10) days after the cant�actor knew or should have knnwn, of any
chaiige ihat materially affects th� provision of coverage of any persoa providing servic�s
on the pzoject.
h. The contractor stsa.11 post on each praject site a noti�e, in the texi, form and manner
prescrihed by the Texas Worker's Compensation Comrnission, .infortning all persons
� pro�iding services on tha projact that they are required to be covered, and statzng how a
person may veri�'y coverage and report lack nf coverage.
i. The contractor shall conhact�ally requite each person with whom it contracts to proaide
services on a project, ta:
(1) provide coverage, based on proper reparting on cIassification codes and payroil
amaunfs and iiling of azxy coverage agreements, which meets the statutory
requirements af Texas labar Code, Section 401.011 (44) for aIl of its employees
providing services on the project, far the duration of #he pro}ect;
(2) provide to the contractoz, przor to thai person beginning work on the project, a
certificate of co�erage showing that coverage is being provided for all em}�loye�s of
the persan providing services on tha proJect, for the duration pf the project;
(3) pravide the contractor, prior ta the end of the co�e�-age period, a nevvi certific�te of
coverage showing extension of co�erage, if the coverage periad showan on. the current
� certi�icaYe of coverage ends during the duraYion af the project;
(4� obtain from each other pe�•sort with whom it contracts, and provide to the contra�tar:
(a} a certiiicate of coverage, prior to the other person beginniztg work on the
" project; and
(h) a new c�rt'�icate of covezage sb.owing extenszon of co�erag�, prior to the e�d
of the coverage period, if the eoverage period shawn on the current certificate
af coverage ends during th� durarion of t�e project;
(5) retain all required certificates af ca�erage an file far the duratzan af the project and
for one year thexeafter.
(6} notify the governm�ntal entit}+ in wiring by certified rnail or personal delivery, within
ten (10) days after the person knew or should hawe l�awn, of any change that
rrraterr'aIly affecis the provision oi coverage of any p�rson providing s�rvic�s on the
�zoject; aud
(7) contractually require each person with whom ii contracts, to perform as requ�red by
paragraphs {1) -(7}, with tl�e certificates oi coverage to be pzovided to the person for
whozn they are prov�iding services.
By signing this cantract or providing or causing to be provided a cerrificate of coverage,
the cont�actor is representing to the governmental entity tha.t all employees of the
contractor wt�o wiii ptovide sezvices on the project vvill be covered by worker's
campensation coverage for the duration of the project, that �e coverage will be based on
proper reporting of classification codes aud payro�l amounts, and that alI co�erage
agreezxients wz11 be f�led witl� the appropriate insurance earrier or, in the case of a self
insured, with the comFnission's Division of Self-Insurance Regulation. Providing false or
misieading informatinn may subjec# the contractor to adrniuistrative, criminal, civil
penalties or ather civil actiQns.
k. The contractor's failure to comply with any of these pxovisions is a breach o F contract by
the contractor does not remedy the breach withi�r► ten days after receipt of norice Qf breach
from the governn�ental entity.
B. The contractor shall post a notice on each project site inforrning all persons providing servzces on the
project that they are required to be covered, and stating how a person may �e�:ify curtent coverage and
repar� failuze tn provide coverage. This noEice does not satisfy other posting requirements imposed by
#he Texas Worka��'s Compensa�ion Act or other Texas Worker's Campensation Commission rules. This
notice inust be printed with a title in at Ieast 3Q point laald type and text in at leasi 19 point nornzal type,
and shall be in both English and Spanish and any oYt►er language common to tkze worker populatian.
The texC for the notices shall be the following text, without any additional words or changes:
"REQiJIRED WQRI�ER'S COMPENSATION COVERAG�"
The law requires that each person wozking on this site nr providing serc+ices related to ihis construction
project must ba covered by worker" compensation insurance. This includes persons providing, i�auIin,g
or delivering equipment or materials, or providing labor or transportation oi other service related to the
praject, regardless of the identity of their employez az status as an employee".
Call the Texas Worker's Compensakion Coinmissian at 512-4�40-3789 to receive informatio�. on the
1ega1 requirement for eovexage, to verify whether your emplayer has provided the required coverage, or
to report an employer's #'ailure to provide coverage".
15. NON DISCItIMINATION: The contractor shall not discrirninate against any �erson or pexsons
hecause of sex, race, xeligior�, color, or national origin and shall comply with the pro�isians aF City
Ordinance 7278, as amended by City Ordinance 740Q (Fart Worth City Code Sections 13�-21 through
I3A-29), prohibiting discrimination in empIoyznent practices.
16. AGE DI�CRIMINATTON: Yn accordance with the policy ("Policy") o� ihe Executive Branch of the
federal government, contractor covenauts tha# n.ezt�er zt noz any of its afficers, members, agents, ox
employees, will engage in p�rforming t}us contract, shall, in connection with the employment,
ad�anceznent oz diseharge ai emptoyees or in cannectiQn with the tezms, conditions or privil�ges of
their emplayment, discriniinate against person because of their aga except on the basis of a bona fide
occupational qualiiicatian, retirement plan or statutory requiremant.
Co�izactor furthez� covenants that neith�r it nor i#s offtcers, memhers, agenis, or employe�s, ar pexso�
acting an t4ieir behalf, shajl specify, in salieitations or ad�eriisements for employees to work on this
Contract, a rnaxitnum age limii for such etnplo�nent unIess Yhe speci�ied maximum age limit is based
upon a bona fide occupation�.l qualiiicaiian, retirement plan or statutory requirament.
Contractor warrants :: �i11 fully comply with the Policy and will def�nd, indemnify and hold City
harffiless agaiast any and all claims oz allegations asserted i�y third parties against City arising out of
C'nn�racior's alleged failure to comply with the above raferenced 1'olicy concerning age rliscrimination
in the perforrnance oi this Contract.
i7. DISCRIMINATIOIV �Ui7E TO DISABILITY: In accardance wiih the provisions of the A4rne�icans
with Disabilities Act of 1990 ("ADA"), Contractor vvarrants that it will not uxilawfully discz�'�inate on
th� basis of disabilily in the pra�isi.on of services to the general puhlic, nor in the a�ailability, terms
and/or conditians of employment for applicants far employtnent with, or current employees o�
Contractor. Cantractar warrants it will fuliy comply with ADA's provisions and any otb.er applicable
f�deral state and �ocal laws coacez�uing disability and wi11 defend indemnify and hold City harnzless
against any clauns or allegations asserted by third parties against City arising out of Contractar's
alleged failure tn comgly with the abave-referenced laws concerning disability ciiserin�nation in the
performa�ce af this Contract.
Revised March 15, 1996
Revzsed luly � 6, 2001
7
Scope of work
Location Dis�# Mapsco Side of Vailey Asphalt Ffex Concrete Excavation Curb & Approach Comments
fntersection Gut�er Pavement Base Base Gutter Pavernent
� Sq Yd Sq Yd Sq Yd Sq Ycf Cu Yd Ft Ft
Hastings &
Wicks Trail 6 103A S 26 79 26 79 24 BO 25 None
Misty Meadows
& Sundey 6 103G S 59 150 59 150 47 f30 52'-0" Re-set water Val�e
Reed & ponalse 5 7$Y S 46 8D 46 8Q 30 95 27'-3" Re-set waier Valve
W Dickson &
5fi Louis 9 97 � S
Waits ave &
Walton ave 6 90T N
Odessa &
Fuller ( E) 3 gQJ E
Odessa &
Fuller ( W) 3 90J W
8ailey ave
Crest haven 7 61 V W
51 94 51 94 34 88 3i `-5" Re-set water �alve
5� 53 51 53 26 56 1 T-5" Re-set water valve
31 9 93 31 � 93 113 78 2'f'-0" Non�
31 193 31 193 �� 3 9 27 22'-0" iVone
56 67 56 67 30 66 22 Re-set water vaEve
Page 1
�
�
-
��
Curb & ApPfoach Comm��ts
Flex �oncrere Excavation ��tt�r Pavemet�t
'Valtay Asphalt gase
Side of paverner�t �ase �� �t
Dist# M�Psca Intersectian Gutter �q �d �� �(d
Lacatian Sc1 �� s� Yd �' . --
SQ Y� �� ��,_��}�� None
71 ��
71 �7
N 47 .��,+�}�� Re-set water valve —�
� Bailey ave 7 61V 26 _ 51
W itdW ood �Q 56
• 50 �� � � �� Re-set water v�lae
pak Hollow In � 51 17 -2 _
4 � 27
65
& W fls�d Ri11 Cct �� 5�
� N 54 '
Oak Ho11ow In 4 5Q9 $7� .
65R
& oak Hollow �� 5�2 9090
��� 1090
Summarl
Page �
C�TY OF FURT R'ORTH
ffiGHWAY CONSTRUCTION
PREVAILING �AGE IiATES FOR "1000
ASPHALT RAKER
ABPHALT SH�VELER
BATCHING PLANT WEIGH�R ,
CARPENTER(RDUGH)
CONCRETE FINISHER-PAVING
CONCRETE FINISHER HELPER (PAVINC)
CONC�tETk.' F�1I5HER-STRUCTURES
�LAGG�R
FORM BUiLDER-STRUC'I'UI2�S
FORM 5ETTER-PAVING & CURB
FQRM S�TTER-STRUCTUR�S
LABORLR-COMh+10N
LAB�RER-UT[LIT`Y
MECHANIC
SERVICER
PIPE LAYER
PIPE LAY�R HELPER
ASPI�ALT bI5`I[iTBUTOR �P�RATOR
ASPHALT PAVING MACHINE OPERATpR
GONCRETE PAVFNG SAW
CRAN�,CLAMSHELL,SACKHDE,DERRICK,I7R�.GLINE,SHOVEL (<1 '/a C�
CRANE, CLAMSHELL, BACKHO�, DERRICK, DRAGLII�IE, SHOVEL (�l �/z CY)
FRONT END LOADER (2 1/. 2 CY & Less) •
FRON'I' �ND LDADER (over 2 1z CI�
MILLING MACHFNE OPER4'COIt
MIXER
MOTOR GRADER OPEATOR (FINB GRAD�)
MOTOIZ GRADER QPERATOR
PAVEMENT MARKING MACHIN�
ROLLER, ST�EL WHEEL PLAN'I'-MlX PAVEMBNTS
ROLLER, STEEL WHEEL OTHER PLATWHEE�, OR TAMPING
ROLLER, PNEUMATIC, SELF-PROPELLED SCRAP�R
'I'RAVBLING MIX�R
REINF�RCTNG STEEL �BTTER (PA�✓ING)
TRUCI� DRIVER-SINGL� AXI,E (LIGH'�
TRi1CK DRIVE -TANDEM AXL� SEMT-TRA.IT.,ER
'I'RUCK DIZIVFR-LO�VBOY/FLOAT
TRIJCK DRIVER-TR.ANSIT MIX
TRUCK DRIVER-WINCH
$10.32
=�_75'
�.65
] 3.64
10.16
9.70
13 .44
7.4D
i 3.44
10.25
9,75
J.G4
8.64
13.25
10.13
7.35
6.75
1 I .45
L 1.09
10.53
10.00
I 1.52
9.94
9.32
8.D0
i 1.00
12.31
I 3.75
11.00
9.88
12.12
8.fl2
i 0.00
9.75
8.00
i a.22
tasa
IO.b3
9.8D
10
� �i� �!I_ s.l,
T�: Mr. C�ARY i�1. 7ACKS�IV
�ii�i 1Vlanager
]Fo�t �+Vorth, �exas
�o�: v�,r��r �grg'��� c�N7rlt�cT -- �v�o�rs �.oc������
]PItO.117EC�' IR��. G�93-���93�153�390
Pursuant �o the foregoing "Notice to Bidders", the undersign�d has thoroughly exaanined the plans,
specifications and the site, understands the amount of work to be done, and hereby proposes to do all t�e
work aud fu.mish alI labor, equipment, and znaterials necessary to complete all the work as pro�ided in the
plans and specifications, and subject to the inspection and approval of the Bepartment of Engineering
i�irector pf th� City of lEart Worth.
'I'otal quantities given in the bid proposal may not reflect actual quantities; howaver, they are given for the
purpose of bidcling on and awarding the contract. 'I�e City reserves the right to add, delete or substitute
streets in tius contract. The City also reser�ves the right to increase or decrease quantities of individval pay
items within the contract provided that the total contract amount remains within plus or minus (±� �5% af
the contract award. The contractor is not entitled to any additianal compe�ation or renegoHation of
individual pay itezn bid process.
Upon acceptance of this parvposal by the City Cot3ncil, the bidder is bound ta execute a contract and furnish
Perforniance and Payment Bond apprnved by the City oF Fort WorFh %z per%nning and corr�leting said
work within the time stated and for the followiug sums, to-wit:
S]PEC PAX �]PPR�X. DE5�12�I'7CI01�1 OF �'T1�li�S � Bl�i i31�1I'Il' �'O�'�.
�T]�M I�'l�li�i �UAI�T`I'I'l�'hI ]P�C�S Wlti'I"I'�I!' �N �'O1�DS �1�IICE P�MI�gJl�!'Il'
��
S.P. 1. �
S.P. 2.
S.P. 3.
106
S.P. 4.
208
S.P. 5.
314
1 LS UTILITY ADJUSTMEN'F
Do�azs &
Cents Per LS.
4 EA PROJECT DESIGNATION SIGNS
�,,�1�. d�►s�.���f' t�,�"�jG Dollars &
�'� Cents Per EA.
SQ9 CY ExCAVATION
�! �
��
D allars &
Cents Per CY
502 SY FLEX BASE
�'r� �.
��o
Dollars &
Cents SQ YD.
1090 SY G�NCRE'['E BAS�
�f � �`�•" �� Dollars &
� Cents Pex SY
11
$10,D00.�0 $10.000.00
$ P ��� $ ��' - "�
$ �'�:�=� � ��;yf�-�
,
�
� ��� � ��c`. �
$ ��``�` $ �+�9��'���,
�
�
r
�
',.
I �j
�
Addendum No. 1 {Initials)
AddendumNo. 2 (initials)
(SEAL)
DaYe
Addendum Na. 3 {Tanitials)
Addendum No. 4 (Inifials)
Respectfully submitterl:
��S�k�![.t.. �d.��1S� .���.
By .� �-
�� � ����
�aa��sS � r���r�_ C� ��M.�.�.c , T�
�c�� ���. z���-
Telephon�
13
�
�it �f Fort 1Nor#h
�Il�inor�t�r �nd '�Vonn�n ��rsin��s �n��rprise �pe��Efications
�PE�IAI� IfV�T��I����i�� F�R BIDDEE��
A�PLI�AIT[��I �� POL��If
If tlie io#�I cioll�r +�a��t� �f lt�e conirack is 52�,00� �r r�ore, t�tie .�11+NE�� c�a�l �s af�pilc�b��. If.tk�e �oial d�Elar
value ai il�e conlract is less.th.�n �75.00�, ttre V41�V'!�� c�oa! Es ilok �ppCa��bl�*, .
P��3�Y �T�I7�1�1���'
k# 45 tl7e pa:li�y af the �it� �f �'or# 4Vorth �a er�sufe the f�cl arsd eq�lt�b1� par#I�i��llon b}r MlnarE���Nomen Business
�nterprGses �E�►V�l�C) in tha pr�curflmenz of �11 �aads and servicrss to ihe �iky o�� ��ot�trac#��I b���s. �f�� ol�jpctivo
oi lF�e PoCicy is to �ncr�.'�s�3 tk�+� us� of �uflWf3� �irm;� ta �. I[+v�l ��rri��ra�l� #o #he avaiEabGCity ot #v1Mf��s rhat provide
gnod� �rtd s��+ic�5 clireclly or i��cfirectly �� tC�e Ci�y_ A!I requiremen�s and regula#Idr�s st�tod fn the �Iky's c�f�renl
Minarity and Warrier: B�tsii3ess E€��er�rEs� Ord�na€�ce �tp�ly ka this bld,
MI�JV�E PR�J��T �OAI��
�l k� ��ly's �tf���VVF�F c�4}a1 arM k�7is �rojecl �s 1� °l� c�# tkse base bid value of �i�e eontr�c�.
C�f4�Ep�.1J�N�� T� BID �P��I�1�Jo1TION�
{�� G:ty cor�tracts a� ��5,U00 or rnoro, �Jddars are r�qui�ed to �arnply �vG��, #!�� Ir��etr� of #F�s ��ty`s h1�N1�B� Drd���nce
by �aill�or aF tha tol�owirrc�;
1. �ee� o� exc�ed t�e al�ave s#aked M1WEl� goaf, ar;
�. ��a�# �.�I�#� �ffort dncum�+��tpt�or�, or;
3. W�fver dacumentaiion.
�UB�11TTl�L �F R�C�IlIR�Q U��l�l�I�NTA�l�3�
�h�� ��ppllr,�:ik�lr�, docurns�r�t:: 17��°�.t I�o ��3c�tv��i �y il� M�����Ir+c� ��p�rlrr�ent, u,+i��in tne fallawin� t�mes a�loca��d, in
order fcrr #iti�: �i7�ire k���i �o be �qr�sid�red res�onslve to the specl�`sr�aiions,
1. #u4NUB� l�tl���aal�n �orm, �f go�l
is rr��t or oxce����=
2_ �ood ��iil� Eiiurt �Oirr� and �11WBE
UtiEiz4tl�n Fot�i, i� �articlpatiorr Is
leas than ska��� ga�E�
S, C�oci F�.lkl� Eifor� F�rn� if n�
�2,�tIGlpaEiUr1;
4_ Prlrne Co�traclof +Naiver For�xr� .
receivcd b�t �:0{} �.m,, f ivc� ��} �11y busi���ss da�s �fker #I�e
t�f�l �per�ing [lat�, e�[cEusEue ofi the bid a��en��g �fafe.
r�ceive�l �y 5:Q0 p.r�., five {5� �iiy h�si���ss days a#ie� tF�e
bid a�eni�g date, exc�usav� �f the bi�i �peni�g d2�t�.
recelved Isy �:4o p.m., five {5) Cfty bu�iness days aft�r the
bid openfr�� tJate, �xclusiv� of th� bid o�enin� date.
r��eived #��r �:0� p.m., l�ve (�� City i�usiness day� after the
51d ape�ting �aia, excEuskve a� tlie �id op�i�ir�c� dat�.
FAI�U�� 70 C��il�LY V1r{T4i �Fi� CE'�Y'� NIfW�� UR�?If�A1VC�, W}k.�. I��Si1�T �N TF�E E3�� [3�if�� �
��r�s������ t���-��s�ot��av� �o s�Eci�G���€on��.
Any c{ues�ioitis, pl��se eo�#act �he l4��l�� �tfice a# ��17'� 8��-6104,
Rov, ��f19f44
ATTACHMENT 1A
Pa�e 1 of 2
�I��r O� �O1'� �O�'�i�
ll�i�ori�}r and 1Nomen 6u�in��s En�erpri�e �p��i�i�atians
l�BE11NBE UTlL.1�I��1C�f�
� � � ���l� i'f.a. �SCi#�' � �r1f C -
PF31ME C_O�iPANY NAPA�
�%�Z.L =.� ,��r..�. �.��
PR�J�C'� NAI�.y�
� l_1T!"S [4il4�ia[: FLiO.�EC'i' �{3AL: � � �'�'}�
�
f _ {� _��
BI� dATE
PR�JECT �[7#�9��Fi
�h'lNVli� 1"3?f�C.EN'1'AG�LACI�LVLU:
���liure �ta cotnpl�te ���rs i���r��, ��ti its e�xti�a�y� witFi� ��suppaftirig do�u�n�r�ta�ior�, �nci r�ceived by 1he� Ma�aa�ing
Qep�rl�'n�nt on �r b�fior� �:�0 {>.r�s. fitte �(�� Cily busirt�+ss tl�ys ��ter I�ItI o��tii�ig; ex�l�sive o� bid openir�g dater will
�'es�ilt ir� �I���#aict �eing co.ns�riered r�os�-r�s���si�+e to t�i�.�sp��if�c�tiak��.
� 7h� un���sig�ted�k�idc#��'���r��.s�to e�t�r iro#o �, f�rr��al agreement wit�ti ti�e MB� a.�tidfor WS� firms tar �v�rk I�sic�d ��� ihis
scl�cciule, ��Mtic��tione� upo�� ex�c�tion �f a co�}kract tivit#� ti�e �ity oi F�r� v�ar�n. �i,e ��r,tc��t;o��a� ar�dlor kno�ving
n�isr�pres�r�tation oF iacts•is groune�s for cvnsidar�iivr� �� dfsq�aalifi�aiior� an[� wi�M resul� �� tt�� l�id �eing ���side��d
� rro�Yr�sponsiwe:�a s�e�i#icair�hs. .
�Cor�tpt�n�• h1a�n�, ��r�#��;1 �ryrrke. Ccrtifi�rc� �pecify Ail �onto�acti�lg ��p�city a411 Ile�rts to be Doll��� Amount
AtCdr�ss, ana T�Eephone hf�. �� �co��e of U'Jor�C (*) I �up�rlied{') ��
c�
� �� ,� . . � �
� ,� � �cr�i r� .
� i., s
��rt����ad �Ct���f�--- -..
_�#e�[`�C�r_ — _�. — - �- a/'i '
� "_ _ i
���� � �i�M��
L�.� a:+� Y� L� f�-1+7 �`{+G}#�+ i
� � ` ii' � +N�� 1 i+� ___- _ I
__ � �. ��.. �
�{�'�� ��r�r��'+�� �j
�� :�_� f-'�`� �� _ �
' d�l�.� � �..��r
I- �-
1� �-
�r-� t � � r yC-
�reLC': �,�T`�•
�*�.r�•r�r�T
���.. ■IL� F�` T
� � �� ����s
_ — — *�
� �`ic��`=
Lmm MJ4NdEs m�st be I�ca#e�l in te�e ��nlne} toaln#y mzrkcipl��:a a���urre:tilly doing h��inQsa�ii� Ihe marke#p�oce at the t��e of bi�. �
��"} Specl[� ��II areas in wi�i�k� ML'�'L3�'s d�e #v be Ulili;ei� �ititlfbi ICfisi�S Co tse Su��pl�ed' ..---- y� —
j") A c�mpl�•te N51ir1g G! itealtis tfl 13e su�'�plle'� k4 F�q{ue�il �n ordar k4 rgcr�iwe aredil tOWa�d 11i4 P�SI�V�� �B�I.
�"'j ]sler�ilfy ea�h �Tier lovel. 71�r: ��1e;tin� Ihp I�v�1 e�tl �u�reui�lracE�no� baluw t2ic primc conlea�So�fcar�s�l4enS. i.e,, a dlr�ct p&ym��l
lrum lhe �rEJ�e��antractnr to �.s�bour�lratRo� as oarasid�rrod �" tior, a poymon� by a suhsont;�o#o� ko
f�s su�pil�r is c4nafd�rad 2"'' tler.
TWE3 FORM lUILI�T $� €��CE�V�R �Y �NE 1�.9A�lA�1hlG E3EP+41�TP���1T BY 5:00 �r.m., F�VE �5} �17Y BI�Si�l��S �J411S A�T�R Bld
OPE�li�kG, EXCL.USkV� OF tki� �I� OI��NINC DA��
1�fiv. E�f�lsa
R�ges ] ar�d 2 of Atta��r�ri�nt �� n��st �� re�eiveci by t�� Mar�agl�g A��artm�r�t
A�I`7A�WC�4���' 1A
Page � of �
�I� O� ��C� �OC��1
J�inority a�d 1Nornen �usin��� En�e�'p�'i�� �p�c�fi��tion�
�lIB�IWB� U71L1��4TJ�f�
� CQYI�F�.}�fY� �i�Elt��� �OiYt�£� ��'i�fil7Er .CQf�f�LP,{i ��eGR}j� I�lk C:4TktT"c�CtE1ti� SFi2C1F�f AII It$C74S'tQ �@ � E}OiI�T'A�710LR�
Addr�ss, �nd�olephone Na, #.. �.� � Scope�al W�rk�'� �+�p}�I�ed{'j �^
�. rt �� � i.
� � �', Ul 1—
z � '� z
I
�
- — �
The bicld�r f�arther agre�s to �rovid�, dlr�ctSy tt� tF�� Cit� upon reyues�. compf�#e and �cc�rate inf�rmat#on r��arding
a�tu�l uuork perfarmed by �il subcontraciars� in��u�ing M8�{sj �nc#�or I+�BE(s� a��rang�ment� submilted wi#�k th�s bEd.
7he I�id�er also a�r�es #o al�a�v an au��i antSlor �xamfnati�n of any books, recorcls �hd Fil�s F��id �y ih�ir �ornpaity
t�a� will s��stanti�ie lF�e acEuaC wvrk �er�qrme�# h� ll�e �B�(s} a�.dfvr WBE(s) on t#�is car�tract, by �� authorized
�fSic�r or ernploye� oF tl�� City. Any �fltentian�l �t�cf�or knvv�rin� i��fsre}�resertt�kior� �F fa�ks �nrill ha gro�n�s f�r
terrrfJn��ing �h� cot�trac# or r#�b�rm�nt frotn City work �or � pe�-i�d �� a�ot less tY�a� thr�� {3} y��rs �ntf for initl�ikt�g
actiaro ui�d�r F�deral, �tate or �n��l laxv� concerni�}� false s�a�eme�i�s_ Ar�y failure ta con�p�y �rritlx t��s orclinarice arrd
creates a t��at�rr€a� br�aclti o� contrK�ct �rray r�suli in a d�terminatio� of ��ti irres�o�sil�l� �ff�ror a�d barred fro�rr
par�ic�pat# g in �ity wark iar a�eric�c4 a� liRne �tal �ess tlwan o�e {1) y�af,
}
.
� � MB�s �r�d WBEs MU�T BE �ERTl�IED 8Y 7H� �IT1� �EFt7�i� �ONTRf�1CT A1AfARD
' .-.�/.�l,��� w"+`--�� ����A+�Lw'-�+��
�I�th� ed S��naturc+ Pfinte� �ignalure
'��'G 5 �
T�tae
�J� � �' S�'�r�'�, �.- �.1�c!S�
�OE77p�11]r ni21rl7� �
f � ���� ����
�1t�d re ss
Yr--
����� ��,�+�.�-��� ����L
�.€�y��ta��l�tp Code
C�rtt�ct {��me and Ti�le (if differei�#j
�1+��' ��r�� ���1°i• �_j���
` T���pl�ane �urnC��r (s}
��C 7 � � ��- ��'�' �
Fax �#��mber
� ��� � �
E]ake - - - -
TH1S FORM N1LI�T �3E I���EIV�� SY TiiE MANA�I�1� ��PikR�lUl�h1T �Y 5;�4 �S,[n,. FIV� {5} ��71� �I�SfN��S �1kYS AFi`E�C 61D
�#��C+xING. �7(��l3�IV� QF T��1E 81Q �PEh11i�i� DAT�
�#fi V. ��0
pages 1 a�rl � of Attach�ne�t �A �xtiust b� �'�c�iv[�cl by tY�� �41�n�.ging D��ar��nnr�t
CITY' OF FORT WORTH, TEXAS
DEPARTMENT OF EIVGINEERTNC
SPECIAL PROVISION,S
�4R: VALLEY GUTT�R CONTRACT— C'�TY WIDE LOGATXON5
PROJ'ECT No. G893-D20930532390
� 1. SCOPE OF WORK: Contract is directed towards alleviating water pording at some street intersections
• through the repiacemeizt or construction af Val�ey Gutters. Since work would be undertaken in
established neig�borhaods contractnr to keep txaf�e aecess through construction points open and ta
axpedite woxk,
2. AWARb O� CONTRACT: Gontract may not necessarily be avwarded to the lowast bidder. The City
�ngineer shall evaluate and reeomrrtend to the City Council the best bid �uvhich is considered to be in
the best interest of the City. Contxact SrvilI be awarded to #he lorx+est responsive bidder.
� 3. WORKING DAYS: The Cantzactor agrees to compiete the Cantract within khe allotted numbex of
working days.
4. RIGHT TO ABANDON: 'Tl�.e City resesves the right to abandon, withvut obligation to the Coniractoz,
any part of the project or the e�itire projact at any time before the Contractor begins any cqnstruction
work authorized by tlie City.
5. CONSTRUCTION SFEC�`ICATION5,: This contract and project are got�erned by the two follawing
Published specifications, except as madi�ed by these Special provisians:
STANDARD SFECX�XCATIdNS FOR STREET AND STORM DRAIN CONSTRUCTTON
CTTY OF FORT W�RTH
STANDARD SPECIFICATIQNS FOR PUBLIC WORKS CDNSTRUCTION NORTH CENTRAL
TEXAS
A copy of either o� these specifzcations may be purchased at the Office of the Depai'tment of
Transportation Public Works, 1000 Throcicm.orton Street, 2"d Floox, Manicipal Building, Foxt Warth,
Texas 76102. Tl�e specifications applicable to each pay item are indicated in th� call-out far the pay
itexn by tlie Engineez. If nnt shown, then applicable published specifi�ations in either of these
documents may be fallowed at the discretion of the Cont�actor. General Prov�sions shall he those of
the �qrt Wo�•th document rather than Divisian 1 of the North Ceratral Texss document.
6, GONTRAG"T DOCUM�NTS: Bidders shall not separate, detach or remove any portion, segment or
sheets from fhe coi�tract docurr►ents at any time. �ailure to bid or fully execute contract without
retainin,g contract documen�s intact may be grounds for designating bids as "mnnresponsive" and
rejecting bids or voiding conhact as appropriate and as determined by the Assistant Di�ector of the
Deparlment af Transportation T'ubIic WQrks. ,
7. MAINTENANCE STATEMENT: The Contractor shall be responsible for defeats in this project due to
faully materials and workmansl�zp, a�� both, for a period of one {1) year from date of final acceptance nf
tlxis projeci by the City Council of the City of Fo�t Worth and will be zequired to replace at his expense
any pa�t oz a�I af the project which becomes defective due to these causes.
21
TRA.FFIC CONTROL: Tt�e contractor will be required to obtain a"Street Use Permit" priar to starting
to work. As part of the "5treet Use Permit" a traf�c eon�'al plan is reg�sired. The Contractqr shall be
zesponsible for providing traffic control during the construction of this px`aject consistent with the
�arovisions set forth in the "Latest Edition Texas Manual on Unifarm Traffic Contro! Devices for
�treets and Highways" issued under the autha�ity af the "State of Texas Unifoim Act R�gnlating
Txaffic on Highways", codified as Article 6701d Vernon's Civil Statues, pertir�ent sections being
Section Nos; 27, 29, 30 and 31. -
This trafiic con#ral plan. sl�ail be submitted fox review to Mr. Gorcion Aldertnan, Street Managernent
Office a 817W871-6594 at Ieast 10 rvarking days prior ta the pre-construction conference. A1tY�ough
work will not be�in until tl�e traffic control pancl has been reviewed the Conhactor's time vs+ill begin in
accordance with the time frame eskablished in #he Notice to the Contractor.
The Cont�actor will not remove any regulatory sign, instructianal sign, sfreet name sign or other sign
� which has been erected by the City. If it zs determined that a sign must be removed to pemut required
canshuction, i�fe Contractor shal! contact the Transgartation and Public Woxks Departnzent. Signs and
Markings Division (plsone number 871-2531 or 871-7738), �o remove tiae sign. In the case of
regulatary signs, the Contractor must replace the permanent sign with a temporary sign meeting the
reyuirements of tise above referenced manuaI and such temporary si�n must Ue installed prior to the
removal of the permanent sign. If the temporary sign is nnt installed correctly or if it dnes not meet the
required speciiications, the permanent si�n shall be lef� in place until the temporary sig�� requirements
are met. Wh.en consrruction work zs cornpleted to the extent that the permanent sign can be reinstalled
the Contractor shall again contact the Signs and Markings Divisian to reinstall the penmanent sign and
shall leave his temporary sign in place unti! such reinstallatian is cornple#ed.
9. PAYMENT; The Contractor will zeceive BI-weekly payment (minus S% zetainage) irom the City for
ali work generated witi�in a pay period. Payment of the re�aining amount shall be made with final
� payment and upon acceptance of the project.
10. DELAYS: The Coniractor shall receive no eompeiisation far delays or lvndraiices to the work, except
when direct and unavoidable exira cost to the Contractor is cansed by the failure pf the Ciiy ta provide
� infornnation or material, zf any, which is to be furnisiled by the City. Wl�en such extra compensation is
clairned a written statement thereof slzall be presented by tlte Contxactor to the �ngineer and if hy himn
found cozrect shail be approved and referred by hini to the Council £or �inal appro�al or disapprpval;
and the action the��ean by the Coun.czl shall be firial and binding. If delay is caused by speci�c orders
given by the Engineers ta stoQ work or by the perfvrmarice of extra work or by the failure of the Citiy to
pravide materiai or necessary instructions for carrying on ihe work, then such d�lay wi11 eniitle the
�• Cox�tractor to an equivalent extension of time, his application far which sliall, however, be suhj�ct to
the approval of the City Counci�; and no such extension of tixne shall release the Contractor ar the
surety on his perforrnance bond forn� alI his abligatio�s hexeunder which shall remain in full force until
the discharge of the contract.
l I. DETOURS AND BARRTCAD�S: The Contractor shaIl prosecute his work in such a nnanner as to
create a rnini�urn of inteiruptian to traf�c and pedestrian facilities and to the flow of �ehicular and
pedeshian fraific withitz the project area. Cantractor shal! pz•oteci construction as requzzed by Engineer
hy providing ban•icades.
Barricades, warning and detour signs shall confo�-m to the Standard Specificatians "Barriers and
Wa��ing and/or Detour Signs," Itenn 524.
Construction signin� and barricades shall conform witii "198� Texas Manual on Uniform Tra£�ic
Control Devices, Vol. No. 1." �
22
�2. DISPOSAL OF SPOILIFILL MATERiAL: Prioz ro the disposing of any spoilliill material, the
cnntractor shall advise the Director of the Deparhnent of Engineering acting as the Ciiy oF Fort
Worth's Flood Plain Administrator ("Adnninistxator."), of the location af alI sites where ihe cantractor
intends to dispose of such material. Contractor shall nnt ciispose of such materiaS until the proposed
sites hav � been dsterrr�ined by the Administrator to �neet the requizements of the �`lood Flain Ordin.auce
of the City of Fart Worth (Ordinance No. 10056}. All disposal sites musk be approved by il�e
Adzninistrator to ensure the filling is not occurring within a f�oad plain withaui a perrtut. A flood plain
permit caz� be issued upon appro�al af necessary engineering studies. No fill permit is required if
disposal sites are not in a£lqad plain. Approval of the contractors disposal sites shall be evidenced by
`' a letter signed by the Adnv.ndstratox' stating thai the site is n.ot in a kno�nrn flood plain or hy a Flood
Plain �11 Pernut autharizing fll witl�iu the flaod plain. Any expenses associated with obtaining the fill
pernut, includiz�g any necessary engineering studies, shall be at the contractors expense. In rhe event
,, that the contractor disposes of spoil/�ll materials at a site without a�ill perrnit or a let�er from the
adminis�rator apprnv'rng the disposal site, upan nptification by the Director of Engineering, contractor
shall remove the �poil/fill materia! at its expense and dispose af such materiais in accordance with the
Ordinan�ce of tiie City and this seciion. No temporary storage of make�ial, ruhble, equipment or
' �ehieles within Parkway is allowed. Damage to sodded/Iandscaped areas would be replaced at
Cont�•aetor's expense to the satisfaction of City Engineer.
13. CONSTRUGTION SCHEDULE: It shalI he the responsibility of the Contractar ta £urnish the
Consiruction Engineer prior to cnnstruction a schedule outlining anticipated time each phase af
eoi�sfruction wijl hegin and be connplcted, inciuding clean up time.
14. ZONING REOUIREIVIENTS: Dvring t�ie construction of this praject, the Cqnhactor sha31 camply with
presen.t zoning requirenienis of the City of Fort Worth in the use of vacant pxoperty for sCarage
purpases.
1 S. OUALTTY CONTRO�, TESTING:
(a) The contractor shall furnish, ati its owia expense, certificatiQns by a private laboratory far a11
materials proposed to be used on the project, incluciing a mi�c deszgn fox any asphaltic and/or
Portland cernent concrete to be usad and gradatian analysis for sand and cntshed stor�e to be used
along with die name of the pit from which the material was taken, The eontractar shall provide
manufacturer's certifications for al] manufactured itexns to be used in the pro,�ect and will bear any
expense related thereto.
(b) Tests of the design concrete znix shall be made by the contractor's Iaboratory at Ieast nine days
pxiok� to tlxe placing of concrete using the same aggregate, eement an� mortar which ax-� to be used
lafer in the concrete. The contractar shall provide a certi�ied copy oi tlae test results to the Ciiy.
(c) Quality control testing of in situ material on this project will be perfarmed hy the City at iis own
exp�nse. Any retesting required as a result of failure of the material to meet project speci�cations
wi11 be at the expense of the coatractor and wiIl be billed at comn�ercial rates as d�ternuned by the
City. The failure of the City tp make any tests of materials shall in no way relieve the contractox of
i�s z'esponsibiiity to fui�nish matezials and eq�ipment confoxming to the requirements of tha
conkract.
(d} Not less #l�ai� 24 hours notice shall be pravided to the City hy the contractor for opezatians
requiruig tes#�z�. The coniractor shall pro�ide aecess and tren.ch safety system {if required} for the
site ta be tested and any work effoit inr�alved is deemed to be included in tlie uui�t price for the
item being tested.
{e) The contractor shaIl provide a copy of the i�rip ticicet for each load of fill material deIivered to the
job site. The t�icket shall specify the name of the pit supplying the fll matarial.
23
16. PROPERTY ACCESS: Access to adjaceni property shall be maintazned at all tirnes unless ntherwise
directed by the Engineer.
17. SA�ETY RESTRICTTONS - WORK NEAR HIGH 'VOLTAGE LTNES;
The following procedures wi116e folIowed regarding the subject item on this con�ract:
(a) A waz�ning sigr� not less than iive inci�s by seven inches, painted yellow with black lefters that are
legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power
shnvels, drilling i�igs, pile drivers, hoisdng equipixi.ent or simiIar apparatus. The warning sign shalI
reafl as follows:
"WA1tNTNG—UNLAW�'UL TO OPERATE THIS �QUIPMENT WITHIN SIX FEET OF HIGH
VOLTAGE LINES."
{b) �quipment that may be opereted within ten %et of high voltage Iines shalI haWe an insulating cag�-
type of guard about the boom oz arm, except back hoes or dippers and insuIator links on the iift
hoad cannectinns.
(c) When necessary to work withiu six feet of Y►igh �oitage electzic lines, �1oti�cation s1iall be given
the power company (TU' Elect��ic Ser�+ice Cnrnpany) whieh will erect temporary mechanical
barriers, de-energize ihe line or raise ar lnwei� the line. The wark done by the powar company
shall nof be at the expense of the City of Fort Worii�. T�e notifying departanent shall maintain an
accurate log of all suck� cal�s to TU Electric Service Cornpany and shall record actian taken in aach
case.
(d) The contractar is required to make azxangexnents with the TU Elecixic Sarvice Company fqr the
temporary reiocation or raising of high voltage lines at the contractor's sole cost and expense.
(e} No person sliall work witl�in six feet of a high voltage line witYfout protection liavin� been taken as
outliz�ed in Paragraph (c),
18, RTGHT TO AUDTT:
(a) Cantracior agrees that the City shall, unti� the expization of three {3} yeaxs after final pay�rzent
undez• this contract ha�e access to and the right to examine and photocopy any direcily pertinent
books, documents, papars and records af tl�e contitactor iu�valving transaciions relati�g #o this
contract. Conttactor agiees that the City shall have access during nornaal warking hours ia ali
necessary confractor facilitaes and shall be prdvided adequate and apprapriate work space in order
to canduct audits in compliance witkt the provisions of this section. Tlie City shall give contractar
reasoxiable advance notice of intended audits.
(b) Cantractor �urtiier agrees to include in all its subcontracts hereunder a provision to the effect that
the subconh-actor agzees that the City shall, under the expiration af tluee (3) years after fina�
payment under the subcontract, laave access to and the right to examine and photocopy any directly
pert�nent books, docurnents, papers and records of such subconhactor invol�ing transactions to the
subconi�ract and further, that City sk�al! bave access during �o�al warking hours to all
subcontractor faciliiies and shail be provided adequate and appropriate work space in order to
conduct audi�s in compliance with the provisions of this article together with subsect�on (c )
hereof. City shall give subcoixtractaz z'easanable ad�ance notice of ixatended audits.
(c} Contractnr and subcantractor agree to photo copy s�ch documents as may be requested by the
City. The City agrees to reirnburse cont�actox fox the cast of capies as foIlows:
1. 50 copies and under $0.10 per page.
24
2. Mare than 50 copies $0.85 %r first page plus $O.IS for eachpage therea�er.
(d) "Contractor agrees ihat the City shall, until the expiration o€ three (3) years af�er final paymant
under this contract have acc�ss to and the right to examine any directly pertinent bovks,
doeuments, papers and records of such subcontractor, invol�ing transaetions co the subeontract and
fiirth,er, that City shall have access during normal working hauzs to all appropriate wQrk sp�ce, in
arder to CD11dl1C� a�dits in cannpliance with the pravisions of this article. City shall give
sn�cantractar z'easonable ad�ance no#�ce of intended audits."
CONSTRUCTYQN
NON�PAY ITEM No. 1- SFR.��LLNG FQR DUST CONTROL:
AIl applicable provisions of Standard Specifications Item 200, "SprinIcling for Dust Con�ol" shall apply.
Howevez, no direct pay�ent will be made for this item and it shall be considered incidental to tl�is contract.
NON-PAY ITEM No. 2- PR�TECT30N OF TREES, P�,ANTS AND SOTT,:
All property along and adjacent to tl�a Contractor's opei�ations including lawa�s, yaxds, shrubs, trees, etc.
shaIl be preserved or restored after corapletion oF the work to a condition equal ar hetter than existed prior
to start of work.
By ordinance, the contra�tor must obtain a pe�nut from tl}e City Fozester befare any v�rnrk (trimming,
removal or root piuning) cai� be done an trees or shrubs grovving on public property including street rights-
of-way and designated alleys. This peFnut can be abtained by calling the Foresiry Office at 871-573$. AIl
free wor�C shall be in compliance with pruning standards for Class I� Prunin� as described hy the National
Arborist Association. A copy of th�se standaxds can be pro�ided by calling the abo�e number. Any
damage to public trees due �o negligence hy the Contractar shall be assessed usiung the curzent formula fox
5hade Tree Evaivatiaz�. as defined by the International Society of Arboriculhue. Payment for negligent
damage to public trees shall be made to tkae Czty af Faxt Worth and may be withheld from funds due to the
Con#ractoz by the C�ty.
To preven� the spresd of the Oak Wilt fitngus, all wounds on Live Oak and Red Oalc trees shall be
immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is
z-ecaznniaended.
NaN-PAY IT�M No. 3— PR47ECT CLEAN-UP:
The Contractor shall be arvare that lceeping the pzoject site in a meat and ordez'ly eondition is cansid�red an
integral part of the contra�ted work and as such shall be cansidered subsidiazy to the appxopriate bid xtem�s.
, Clean up work shalI be dvne as directed by the Engineer as the work progresses or as needed. If, in the
opinion of the Engineer it is necessary, clsan up shall ba done on a daily basis, . Glean up work shall
� include, but not be limited tn:
� o Sweeping the street clean vf dirt or debris
� Storing excess material in appropriate and organized manner
� Keeping n�ash oi any kind off of residents' property
If th� Engineer does not £eel tliat the jobsite has been kept in an orderly condition, on the next estimate
paymen# (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by
� � 25%.
Fanal cleanup woz-k shall be done fo�• this project as soon as the pa�ing and curb and gutter has been
constructed. No more than seven days si�all elapse a#�er completion of constxuction before the roadway ax�d
zzght of way is cleaned up to tl�e satis€action of the Engineer.
25
NON-YAY ITEM No, 4— PROJECT SCHEDi1LE:
Cont�actar shall be responsible for producing a project schedule at the pre-constre�ction confezence. This
schedule shall detail alI pliases of construction, including project clean up, and allow the contractor to
corriplete the work in the allotted time. Contrac�or will not move on to th� jobsite nor will work begin until
said schedule has been received and approeal seeured fror►a the Construction �ngineer. However, contract
time will start �ven if the projact schedule has not been turned in. Cont�act s#ai•t date would be outlined in
the Work order notice. �'roject scliedule will be updated az►d resubmitted at tl�e end of every estinnatiz�g
period, All costs invcslved with praducing and maintaining the project schedule shali be considered
subsidiary to this contract.
PAY TT�M No. 1- IJTILITY AD,NSTMENT:
This item is included for the basic pwpose of establishing a contract priee wlsieh will be con�parable to the
final cost ai making necessaiy adjustrnents required due to stre�t imprnvem�nts to water, sanitary sewer and
natura! gas service Iines and appurtenaaces vvhere such service lines and appurtenances are die property
owner's responsibility ta �naintain. An arbii�ary figure has been placed in the Proposal; howe�er, this does
not guarantee any payment far utility adjushnenrs, neitlier does it canfine utiiity adjustrnents to the amount
showin in the Proposal. It s1�a11 be the "Contractax" responsibility to pra�ide the services of a licensed
plumber to make the utility adjustmenis deternlined necessary by the Engineer. No payment will be made
fax utility adjustno.ent5 axcept those adjustznents deiermined necessary hy tha Engineer. Should the
contractor damage seivice lines dae to his negligence, where such lines would not have required adjusCment
or repair otheruvise, the lines shall be repaued and adjusted by the coz��'actor at tk►� co:n�'actor's expense.
The pa}nnent to the contractor for utility adjushrien#s shal� be the actual cost of the adjusiments plus ien
percent (10%) to cover the cost oi bond and overhead incuxred by the contracYor in handling the utility
adj usi�nents.
PAY TTEM No. 2-�R07L�CT DESTGNATTON SIGN:
The contxactor shall consfixct and install two (2) Project DesignatiQn Signs and it will be the responsibility
of the cantractor to maintain the signs in a presentable candition at ali times on each project under
comstruetion. Maintenance will include painting and xepairs as disected by tk�c Enginsex.
It will be the respvnszbility vf the Cank�acto�- fo have the indi�idual praject signs Iettered and painted in
accordance vvith the encIosed detail. Tl�e quaiity of the paint, painting and lettering on the signs shali be
approved by the Engineer. Th.e height and az�rangemen.t of the lattering shall be in accordance with tl�e
enclased detail. The sign shaIl be constructed of '/4" f�r plywood, grade A-C (exterior) ar Uetter, These
signs shaIl be instaIled on barricades or as directed by the Engimeer and in place at khe pzoject site upon
comm.encennent of constructian.
The work, which includes the painting oF the signs, installiz�g and zerr�oviu�g the signs, furnishing the
�natezials, suppo�ts and co�nnectia�ns to the support and maintenance shali be to tlze satisfaction af the
Engineer.
The unit price bid per each wi11 be iull payment for materials including all labor, equipment, tools and
incidentals necessary to conyplete the wnrk.
26
,�
PAY ITEM No. 3- EXCAVATION f S.P. 106:1
In the process of constructin� valley gutter and underlying fIex base, approach asphalt pavement and
underlying concrete base, canh•actor would be excava�ing and xenzoving existing pave�ment {concrete and/or
asphalt, brick) and existzng sub-base inateria�. Prior to start of any excavation work, al1 araas deli�aeated for
removal vs+ould be saw cut neatly and along shaight lines. All saw cut lines would nutline the work area
perimeter. Depth of sava cutting would be as n��ded tn reach the depth to estabiish flex base and concrete
base as shown on. detail. #2. Payment for saw cutting would be subsidiary tv excavation work
payment items. Contractor would pxa�+ide a schedule with sequence af exeavated areas to city's
represen.tativ�, open excavated areas axe to be kept to a mir►imum and to one arealsite at a tizne. Contractor
is not allowed to openlexca�ate a site and not proceed with subseque�t base work (flex baselconcrete base}
itnmediateIy af�er concluding exeavation. City xegresenta#i�+e wauld approve lirnits of excavation and start
up oi excavatian prior to inztialization pf work. Contractar will not opet�/excavate more than one street site
withaut consent ar apprnval of city representafive.
Gantzactor would provide traffic conhol to allaw sa% re-routing of traffic. Contractor would use steel
plates to bridge one-half of excavated site to allow Eraf�c tluough. Steel plates would have sufficient
thickness and rigidity an.d would carry traffic without buckling. Steel plates wonld be secured in such a way
to prevent plate mavement. Cost of plates and labor to install and remove is subsidiary tp excavation pay
item. Measurement af exca�ated material would be actual depth after subgrade has been re-compacted
times the surface area in place in cubic yards. Payment would be full compensation for labor, re�noved
material and proper disposal, equipment utilized u� that process.
� PAY ITEM No. 4— FL�X BASE {S.P. 20$:1
Dzrectly after the excavatian process is conclnded, contractor wvuld provide a�" lif� of flex base per detail
sheet #2. Iz� tk�e event exisE�ng suh.grade soil under future 5" concrete base is questionable in nature, has
excessive iuts and efforts to re-conzpact has failed, at tine dzreckion af city representative contracior can
. zeplace questionable subgrade material witl� a 4" lif� of flex base. Priar to pIacement of f�ex base material,
contractoz wonld cpmpact existing sub�rade to achieve 95% of standard density at that location. Cost to re-
compact subgrade {labox• and et�uipment use) subsidiary to flex base pay itexn.
" Cvntractor will make efforT to schedule re-compactian and subgzade and densiry check and the placement
_ of flex base irnmediately after the corr�pletion af exca�ation work. Contractox can place #�ex 6ase at pne
time, the full width of stxeet as long as steel plates are a�ailable to bridge the open exca�ated area all�wing
access through one-half of the sheet at a time. Contractor cannot leave excavated areas open with no daily
work progress activity at hanci. Accepted material will be measured in square yards per 4" lifts of material.
` Payment �ar measured, approved and accepted quantity would be full compensation for all labpr, materials
and equipnne�xt ukilized 'ni placement of pay item.
�
PAY ITEM No. 5— CONCRET� BASE (S.P. 314:�
•� Upon completion of excavation under approach pavement, contractor wauld proceed with placement of a
5" concrete base. Prior to placement of cancrete base, coiltractor would re-corr�pact existing subgrade ta
- acY�i.eve a field densit� o#' 95% compaction of standard density. Campaction effort (labor, equiprzxen# and
materials} is subsidiary to other pay items. Contractor to utilize lugh early strengtli concrete (Type III)
(Ttern 314.2) that would al�ain a minimt�m pff 3000 psi compressive strength within 48 hours. Steel rebar
#4 @ 18" in both directions would be provided prior to �ouring of concrete base.
To allow access tl�ough construction site, base conerete may be placed 'va two stxges, with each side af
street under construction at on,e time. Lab�r, nnaterials and �quiprnent use invoived in settir�$ of rebars in
base course would be subsidiary ta ot�er pay iten�s. Base concreta to be poured separate fram �alley gut�er.
27
Concrete base wiil be n�easmred by sguare yard of completed and ac�epted base, unit price per square yard
vvill be considered iull compensation for material, labar and equiprnent utilized in placernent oF base
ma.terial.
PAY ITEM Nn. 6— VALiEY GUTTER [S.1'. I1
Pay item tv be conshucted along the guidelines of Item 406, "Conerete Stn�ctures."'
Directly after the placennenk of flex base, coniractox is to proceed with construct�on of the valley gutter, to
insure txaffic flow, contractor to construct one-half at a time. Conslruction should start with the
"downflow" section. It is the cont�actor's respansibility that valley would have "positive" drainage with no
lacalized pnnding of water within th� valley gutter. As shown on valley gutter detail, silicone seaIant and
backer rod would be utilized along canstructio� joint between valley gutter sections. Cost o:f the saw
cutting joint, cleaning jaint area and the plaeement of bacicer rod and silico�ie sealanC is subsidiary ko the
payment of valley gutter. SiIzcone sealant selectivn: and applieatian would be consistent with g�idelines in
this secti.an, Concrate u#ilized in valley gutter constxuction would be High �arly St�ength (Type IJI} {Xfem
3I4.2). Compressi�e saengtli nf coi�crete should a#ain a nunimum of 3,000 psi in 48 haurs.
#4 @ 18", would be placed along "cold joint" betvreen the tv,�o sections of �alley gutter, Rebars would be
perpendzcular to joint, with each har extending 12" into the slab in both direction. Rebars couId be ezther
drilled and epoxied in place, or placed prior ta pouring of sIab. Cost of epoxy, driliing, Bars and labor is
incidenta[ to pay item. Measurezx�ent af tY�e �alley gutter in square yatd for accepted surface area. Payment
� full carngezasatiou for labor, materials and equipnient.
CXTY OF FORT WORTH, TEXAS
. TRANSPORTATION AND �'USLIC WORKS DEPARTM�NT
SP�CIFTCATIDN for SILICONE rO1NT SEALING
' (Revision 1, October 1$, 1989)
(Re�isian 2, May I2, 1994)
, 1. SCOPE
This speci�cation �or silicone joimt sealing 1'ortland Cement Concrete pavement and curbs shalI
supexsede Itexn 314.2. {1 i} "�oint Sealing Materials" of STANDARI] SF�C�XCATIONS FOR
STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH, and Item 2.21.�
"Joint Sealing" of STAI�DAI2D SPECI�IGATTONS FOR PLIBLIC WORKS CONSTRUCTION -
NORTT-� T�XAS COUNCiT� OF GOVERNMFNTS. �
2. MATERTALS
3.1 The silicone joirat sealant shali meet Federal Speci£'ication TT-S-OO15�F3A %r Class A sealant
axcept as modified by the test requirements af this specification. Sefore the installation of the
joint sealant, tlae Cont��actor shall farnish the Engineer cei�tification by an independent testing
labaratory that the silicone jaint sealant meets these requirenaents.
3.2 The manuiacturer oF the silicone joii�t sealant sha11 have a minimum two-yeax dexxzans�rated,
documented successfuI field perforrnance with Pax#land Cement Concrete pa�ement silicone
joint sealant systems. Veriiiable.documentafion shaIl be subnn.itted to tt�e Engineer. Acetic acid
cuze sealants shall not be accepted. Th.e silicone sealant shall be cold applied.
33 Self Le�eling Siiicone Joint SeaIant
28
The 3oint seakant shall be Daw Coining 890-5L self-lev'�+iing silicone jaint seaiant as manufactu�red by
Dow Ct�rning Corporation, Midland, MI 48b$b-099�F, or an apprq�ed equal.
Table II: Se1f-Levelin� Siliccsne 3oint Sealant
Test Methad Test Requirer►i.en#
t1.S SUPPLIED
**** Non Volatile Content, % min.
M�,-S-8$02 �xtrusion Rate, grams/minute
ASTM D 1475 Specific Gravity
**** Skin-Over'�ime, miriutes rnax.
**** Cure Time, days
**** Full Adhesion, days
AS CLIR�D - AFTER 21 DAYS AT 25C (77F} AND 50"/o RH
ASTM D 412, Die C Mod. Elongation, % min.
ASTM D 3583 Ivlodulus @ 15U% Blongation, psi max,
(S�ct. 14 Moci.)
ASTM C 71'9
ASTM D 35$3
(Sect. 14 Mod.)
ASTM D 35$3
{Sect. 14 Mod.)
Movement, 3Q cycles @ }I�Q/-50%
Adhesion to Concrete, % Elongation a�in.
Adheszon to Asphalt, % Elongatian min
46 ta 99
275 to 550
1,206 to I34D
fi4
14 io 21
14 to 2I
1400
No Failure
600
600
3.�4 The joint filler sop shall be of a clased ce�l expanded polyethylene faam backer rod and
polyethplene band hreaker tape af sufficient size ta provide a tigl�t seaL The back rod and
breaker tape shall be installec� in the saw-cut joint to prevent the jaint sealant fi•ozn flawing to the:
bottom of the joirit. Tl�e bacicer rod and breaker tape shall be cornpatible with the silicona joint
sealan� and no bond or reactian shall occur between them. Reference is rnade ta ttie
"Constraction De#ail" sheet for the earious jonit details with their resp�cti�e dimensions.
3. T1ME OF APPLICATiON SCOPE
On newly const►ucted Paz�land Cement Concrete pavement, the jaints shall be anitiallp saw cut to the
requixed depth with the pmper joint spacing as shown an the "ConstructXon Detail" sheet ar as directed
by the Engineer vv�thin 12 hauxs of the pa�ement placement, (Note that for the "durnmy" joints, the
initial 114 inch widih "gr�en" saw-cui and the "zeservoir" saw eut are identical and should be part af the
same saw cnt�ing operation. Ir�mediately after the saw cutting pressure washing shell be applied to
flush the conerete stu�ry Frotn Fhe fi•es�ly saw eut joints.) The pavement shall be allowed to cvre for a
rx�znimum of seven (7) days, Then tha saw cuts far the joint sealant z�eservoir shall be made, tJze join#
aleaneci, and the joint s�ealant insYalied. During the appliestion of t11e joint sea�ar�t, fhe vveather shall not
be incleFnent and the tenzperature sh�ai! be 44�' (�4C} and rising.
S. EQUIPMENT
The joint filler sop shall be of a closed cell expanded po�yethylene iaazz� backer rod and polyethylene
29
S.1 All necessary equigment shall be fuinished by the Contractar. The Con#ractor shal� l�eep his
eyuipment in a satisfactory working conditipn and shall be inspected by the Engineer prior ta fhe
beginnin.g of tb.e work. The mii�im�n reguirements for construction equipment s1�all be as follows:
5.2 Concrete Saw: The sawing equipment shall be adeyuate in siz� and power to complete the joint
savving to ihe required diinensions.
5.3 High Pressur� Water Pump: The high pressure cald water purnpiztg systetn shall be capable of
delivering a sufficient pressure and volutne of water to #horoughly flush the concrete s�urzy from
tb.e saw-cut joint.
S.4 Air Cotnpressors: The delivered compressed au shall ha�e a pressure in excess of 90 psi and 120
cfin. Tl�ere shall be suitabie reaps for the remo�al of ail free water and nil from the compressed
air, The blow-tube shali �r into the saw-cut �oint.
5.5 Exfixsion Punsp: The output shall be capabl� of supplying a sufficient voluzne of sealant to the
j oint.
$.b Injection Tool: This meehanical de�ice shalI apply the sealant uniformly into the joint.
5.'1 Sandblaster: TY►e design shall be fnr commercial use with air compr�ssors as speciiEed in
Paragraph 5.�4.
5.8 Backer Rod Roller and Tooiing instrument: These devices shaIl be ciean and free of
canianvnation. They shall be compatible with the join depth and width requirements.
5. CONSTRUCTION METHODS
6,1 General: The joint reservou saw cutting, cleaning, bond breaker installation, and joint sealant
placement shall he perfozmed in a coniinuous sequence af operations.
G.2 Sawing �oants: The joints shall be saw-eut to the width and depfh as sb.own on khe "Consiructian
I7etail" sheet. The faces of the joints shall be uniforna in width and depth along the fufl len�th of
the joint.
G.3 Cleaniug doints: Immediately after sawing, the resulting concxete slutry shali be completely
remo�ed frorn the joint and adjacent area by fiushing with high press�ue water. The water
flusl�ing shall be done in one-direction io prevent joint con.tamination.
When the Contractor elec#s to saw the joint by the dry method, fI�shing the joint with high
pressuze watez' niay be deleted. The dust resulting from the sawing sha� be removed fram the joint
by using compressed air.
After corr�plete drying, the joints shal! be sandblasted. The nozzle shalI be attached to a
mechanical aiming device so that tl;e sand blast will be directed at a�1 angle of 45 degrees and at a
distance of nne ta two inches firom the face of the joint. Both joint faces shall be sandblasted in
separate, one directional passes. Upon the tern�inalion of the sandbIasting, the joints shall be
blow� out using compressed air. The blovv t�be shall iit into the joints.
The blawn joint shall be checked for xesidual dust or other contamination. If any dust or
contamination is foun.d, tl�e san.dblasting and blowing sha11 be repeated until the joint is cleaned.
Solvents will not be pex7nitted to remo�e stains and contazxxination, �
30
Imrriediately upon cIeaning, the bond l�reaker and sealan.t shall be placed in the joint. Open,
cleaned joinis shalI nQt �ie l�it unsealed overnight.
Band Breakez Rod and Tape: Tl1e hond breaker rod and tape shall be instailed in the cleaned joint
prior to the application of the joint sealant in a rnanner ti�at will produce the zequired dimensi�ns.
6.A� 7oiut Sealant: LTpon piacement of the bond tsreaker rod and tape, the joint sealant shall be applied
using the mechanical injec�ion tool, The joint saaIant appiication shall not he pernvtted when the
air and pave�n.emt temperature is less than �40F (4C). 7oints shall n.ot be sealed unless they are
clean and dry.
Unsatisfactorily sealed joints shall bs reflled. Excess sealant leit on tl�e pa�emant suzface shall be
removed and discarded and shall z�o# be used to sea! tl�e jqints. The pavernent surface shail present
a cIean final candition.
Traific shall not be allowed on the fresh sealant until it becnmes tack-free.
ApprovaI of Joints: A representative of the sealant n:�anufacturer shall be present at the jab site at
the beginning of the final cleaning and sealing of the joints. He shaIl dennonstrate to the
Contractor and the Engineer the acceptabie rr�ethod £pr sealane installation. The mannfacturer's
repxesentative shall appro�ve the clean, dry jaints before the sealing operatian commences.
G. WARRANTY
The Confractor shall pravide the Engineer a rnanuiaciurer's written guaranYee on all joint sealing
materials. The rnanufacturer shall agree to provide a�y replacezn.ent material free of chargc to the City_
Alsa, tl�e ContraCtor shall provide the Engineer a written warranty on aIl seaIed joints. The Cont�actor
shall agree to replace any iailed oints a# no cost io the City. Both �+arranties shall be For one year after
final acceptaxace of the cornpleted work by the Engineer.
7. BASIS OF PAYMENT
Payrnent is subsidiary to tlie "VaIley Gutter" pay iterz�.
PAY I'I'EM No. 7— 2" H.M.A.C. SLJRFACE COURSE (TYi'E "D" MTX) (S.1'. 21
AI,I applicable provisions of Standaz'd Specifications, Item Nos. 312 "Hot-Mix Asphaltic Coslcrete", 300
"Asphalis, Oiis and Ernulsions", 3Q�4 "Prime Coat", aod 313 "Csntzal Plant Recycling-Asphalt Comcz�te"
shall apply to the constt'uction methods for this portion of the project.
Standard Specafication 312.5 {1} shaIl be revised as follows: The prime coat, tack coat, or the asphaliic
rnixiure shal� not be placed unless the aiz te�nperature is ffty (50) degrees Fahrenheit and rising, the
temperat�e being taken in the shade and away from a�tificial heat. Asphaltic material sha11 also not be
placed vvl�en ihe wind eondi#ions are unsuitable in #he opinian of the Engineer.
The Cantractor shall furnish batch design of the proposed hot nux asphaltie concrete for City appro�al 48
houzs prinr to placing khe H.M,A.C, overiay. Tl�� City wil� pro�vide laboratary control as necessary, Cos4
of saw cutting and removal af e�cisting surface course is inci$ental to pay item.
The uiiit price bid per sqnare yard of H.M.A.C. complete and in place, shali be full compensation %r all
labor, materials, equipment, toals, and incidentals necessaz'y to complete the woric,
31
PAY ITEM No. 8— CONCItETE CURB AND GUTT�R f S.P. 31
Removal and replacement of exisiing concrete curb and gutter would meet criteria and speeifications of
"Concxete Curb and Gutter", Item 502. Limits o� xeznoval and replacement would allnw the consiructian of
approach asphalt pavement and, as ciirected by City representative, new constructed cuzh and gutier section
would match existing curh aiid gutter. Detai! drawing S-S2 through 5-24 to be used as guidelines for
co�ns#ruction.
Cont�actar to saw cut curb return deszgnated for remQ�al. Cantractor to rer�ove and dispense o� damaged
�� curb. Any subgrade material encountered that exhzbits zuts and dif%culties in connPaction could be reglaced
with flex base at the discretion of the City representative, Cost to remove and the appropriate disposal of
damaged curb and �utte�, the bac�lling of carb and ths sodding of disturbed iawm areas would be covezed
ander the linear f�. of replaced curb and gutter pay item.
PAY iTEM No. 9— RES��' WATER VALVE (S.P. 4501
At the discretion of city representative and once directions were issued ta justify, coni�•actor would reset
valves that are within linuts of construction woxk. Reset valves vvQuld be even wi� top vvearing asphaltaic
surface. Guideline of re-setting would be in tine with pay itenn SP4S0. Each valve set is a unit, pay item for
each, represents fulI compensatian for labar, rnatexial and equipment utilized zn fhe re-canstructioz► pracess.
PAY ITEM No, i 0-- AD�`[JST MANHOL� lS.P. 450)
At the discretion af city representative, znanholes that are within ihe limits of construction would be ze-set.
Even with top of wearing asphaltic surFace. Guidelines of resetting would be cansist�nt �c�rith pay item
Sl'450 (adjustii�g manhales and inlets}. Each manhole set is considezed a unit, pay item %r each represents
full comper�sation for laboz, materials and equiprnent utzlized,
��
32
�
� l
PLAN VIE1N ��F A TYPICAL
STREET �NiTH A VALLEY GUTTER . �
TD BE REPLACED OR CONSTRUCTED �
• , SA}�YCUT �INE
A A
!' �yATE VALVE `
(50M� LDCAiiDhfS)
ff'-0,<. —
�IATCii EX15Tfi�G
Vl�ID3H OF GUTTER�
—_ ---=T��/////�'////i
SEAL J6iPfT
TYPE "D" ASPHALT _
TYPiCAL 5TREE7 WIDFH
CURB-CURB
EXISTfNG
ASPHALT '
i
� �
SA}�'CUT LINE `
LIMl7 OF REIMIOVAL
(CUFte, GUTTER & AAV£�fENi)
�
V�,RIE\CO�ISi'RUCTfOh[ .lOINT
(SEE DETAlL) SHEET "3
I
vaRl�s --
I • �fATCH EXISTWG 1�'lD7H
OP GUTTER
_ �4 REBAR TO BE SP�ICED
AT 12" ACRO55 CONSTftllCTfOt�
J01NT BETi�jEEN VALLEY
GUTTER SECTIONS •
DET�L *1
. � PAGE 33 �
G:1Valley Guttersl�gplan.dgn '12/02l20D2 09:54;5Q AM �
NOT TO SCA�E
GENEfiA� PR�FI�E &
CROSSECTION
OF A TVF'�CA�.
VA�LEV G�JTY�R
SECTIQN A-A
TRANSRION eEIYVEEIJ tOW POINT
ApEp d01NFT0 MA7'CFi ANGLE 6F
CROWIJ E� CROSS SSR6Ef
NENf CURB TQ iulATCH
FJ(ISTING �
`� T VAl.LEY GiITCER 8�-0• Fi.OWlINE OF.
� � (H1GH FARLY STRENG7Hj GUTTER �
� �
I VARIES�SEETAB�-------�---------- T-
-� -------------W- � .�--�-------- FWWLINEOF-------�---
� ` + � VALLfY GU7TER . �
� ,,�. � 1 � r ' �
�
FaC15lT1NG CURB f �`' R£CQKSTRUC�D ClfFte �- E I° REL'QNSTRUCTED �URB I �_ �
o�
_-��.+�w� �y -�+�i-= $s:Y: --�-7- � :��.•-.;, - .�.,.�--r -'T'•.;��
;.[;.:[ _�� . '!S�-.� - _ ... .�.. •..�.: ___ :� � _-..-- _ ._ .. . :L•.• ��':��.:�• :I::L::'�c • 'i'-' :i-.�....^�.J..�i.
�:r!:Y!'Ls:.:. -+:r!:;+;.�a.-�.:,::�:;:��+���,.,�k+;�,,:...+:..;-!.;«%�•�r+:."•i� 'i�i•' ' '•-.:•� • S,� �,'� .ir++
� � �,�ii�,��%ii�rri����ii�:�iiii���ir��/��i�i��� � � �a: � � ` .'`.: �:''. -.'.
/ 'r^,,. •7: _ . , . _ _ . •-�-�,,,,c;�:�,�-r
.
SAW CIiT LINE
M1N. 6"
j � —�aa
� `
, �, .
!�
<<
1�
Na 4 Rk9AR (a}18' IM: (80TH DIRECTIdISS)
N07ES:
1. COIJiRACTOR IS Ta VfRIFYALL
AIMFJdStQ1VS PREOR TO CONS7fi�C71�+!
2. ALLAREAS TO 8E EXCRVATEQ &
REMOV� WOULn BESAW CUT
{DEPTH OF REQUIRED BASEjALONG
THE pERiM�R OFAFtEATO BE REMOVED
3. CflMRACT4R 701NSURE'POSIT'NE'
DRAkNAGE OF VALLEY GUTl�RS
CONSTRUCTEO, I+fO WATER PaN!]I�]G
�—. '� � - -��
�. �-'� �� 1
� i� `'
. �` v
�XIS'f1NG SUBGRA�E, No.4 REBAR �T8" INT:
CONTR4CTORiO RECOMPAC7 (BOTH DlRECTEONS}
1N PLAC� OF�JSfMTO flCCEED 95°k
STRNDAR� �EAiSRY
DFiA[L #2
PAG E 34
snwcur u��
MIN.11"
�`
,,
�1
l�1IN. 4" FLEXBASE UNDER
VALLEY GIJTT�R
h[OTTb SCALE
G:1Vaffey Gufterslvgprofile.dgn 1210212UO2 49:52:3Q AM
±1 /4,.
� f
_ SILICONE JOINT
� SEALANT
� � .
� I �� � :.. .. '.- SAWED JOINT FACE
E- � ::��
� ' , a
I C�' ' � .
QW �a. .� � d :' .'.� ' .
� � , _ .... '.�.
� � �` f•��'::. ° `• CL05ED
�� . -" . ••••• � 3/8 D IA.
�� . .��%%%%%%��CELL EXPANDED
� ����� � � POLYETHYLENE FOAM
Q•. ......�
J . ""' a •• BAC.KER ROD
: •• .
1: �
�oiN� aE����
S�,�L. �OR
S,� I�V�D J01111 T
NOT TO SCALE
SECTI�N B-B
a�ra� ��
AAG� 35
G.1Vaqey Gutterslvgplan.dgn 12/02/2002 09:56:7 5 AM
������� �������1 ��� ����
� �
1.
�
r
A
11�����
�
3' � 2
� r
.,
� � - � � � ��,
�� �
��-,'�-��-�",;,,•� ��
� ���4��
� P�s 2aa
x-': e,,`� ... 1 P�v15 167
:r
.�
� 3 ',
�'�����t ��t�e
�
- 4��
C� �
_� � �/7 � � � C�nfir�c���: � � °/z"
� 2����� ���t�a�t��� ���� �
�!/?���
� %7' �
�
�
� 7 �4��
S�hed�led C�r�npl��ior� ���� _� ,/z„
�'��r �
. �
5' `
w .
FORT WORTH l�I LOGO- �
CHELTE�IGHAk! 90LD
ALL OTHER LETTERING iN AFZIAL BdL�
LOC30 COLpRS;
FORT WaRTI�i - PNES 288
LQNGHORN LQG0. PM5'f67
G:lpro}ectdessign.dgn 121f}212002 90:34:26 AM
iM
�
�Q
;�
0
P�RF�RIV�AI�CF �OfV�
THE STATE OF TEXAS
COUNTY OF TARRANT
.
Bond No. 75-0076-99
KNOW ALL BY THESE PRESENTS:
That we, {1) Westhi[I Cons�ruction._lnc., as Principal herein, �11d (2) The Guarantee company o�
` Narth Amex�ica us� , a corparation arganized under the laws of ihe State �f (3)
' iexas , and w�o is authorized to issue surety bands in ihe Stiate nf Texas, Sure#y herein, are
� held and firmly bounci unta the City of �ort Wor�h, a municipal corporation located in Tarrant and Dentar�
� Counties, Texas, Obligee herein, in #he sum o�F One_bundred Six�een �housanc�, Seven bundred Sixiy
r Nine �ollars and No Cenfs Dallars {$$116,769.00) for the payment o# which s�m we bind ourselves, our
�� heirs, executors, administrators, success�rs anc! assigns, �ointly and severaliy, firmly by these presents.
i WHEREAS, Princ9pal has entered inta a certain written contract wEth the Obiigee dated the 25th dav
o�' �ebruarv, aDU3 _, a c��y ofi which is aftached hereto and made a part hereof for al[ purposes,
for the construction of VA�.L�Y �U��R CONT'RACi AY VAI�lOUS L�CA'�IONS (2003-91
F Praject No. GS93n0��930�3239�,
NOW, THEREFORE, the condition of this abligatior� is such, if the said Principal shall faithfully _
. perform the wark in accordance with the plans, specifications, and cantraci dacuments and shall fully
. indemnify and hold harmf�ss the Obligee from a!f costs and damages which Obligee may suffer by reasan
; af Principal's default, and reimburse an� repay Obligee �or all outlay and expense that Obligee may incur in
making gaod s�ch de#auit, the� this abligatian shall be �oid; otherwise, to remain in full force and e�fect.
� PROVfDED, H�WEV�R, tha� this bond is �xecuted pursuant to Cha�ter 2253 of the Texas
i
Govemment Cod�, as am�nded, and all liabilities on this bond shall be determined in accar�ance �nrith the
; pro�isions of such statute, to the same extent as if it were copi�d a# length herein.
IN W ITNESS WHEREOF, the duly au#ttorized representatives of the Principal and the S�rety ha�e
I
�
execuisd this instrument.
SIGNED and SEALED this 25th dav o� �ebruarv. �003 .
;�,
�
�
�i
fATTEST:
�� � �� ��
�Principa[) S etary ����
i�
'� �'� .. '..�. .x � r. t� .
� Witr�ess as to P�c�pal �
'L
!
I 'f ATTEST:
. , ,
v
,
Westhill. Canstruction, Inc.
PRINC�PAi�
�/% � �. .
gy, �.�� �,�� -
� � _-
Nar71e: Ted Aeynolds
Title: Pxesiden�
Address. P,.o. �ox 2oi6
Cleburne, TX 76033
The Guarantee Companq o� Nor�h Ame�riCa LTSA
S U RETY
�
O � ' ^ ,# .. .1
�1 _ _ f ,-�
�L3� ��... �..�. .y..��yr " J, !
/
; ` � - Name: � , , � � . -.� � �
Attorney in�Fact
SEcretary �
�� Address: 1d235 Wes� Little York
(SEAL) Suite 258
5 �
� � . xau�tom, �x 7704�
� , ,.
� � - � ' � - -
. � " ' �,1 C � . _-
; f Wjt e as to urety ���1 j� `� �
' � � Teiephone Number: {713) 4&6--OOg3
��` Note: -Correcf name of Principle (Canfractorj
� � -Correct name of Surefy
-State of rncorparation af Surety
i�� Telephone number of surety must be s�atsd !n addltion, an origina! copy af Pawer of atforney
shall be attached to Band by the Atforney-in-Facf.
�
�, The date af bond shafl nat be prior to daf� of contracfi.
PAY���i ���D
THE STAT� OF TEXAS
.
Bond No, 75-0076-99
�
COUNTY OF TARRANT
KNOW ALL BY THESE PRESENTS:
Thatw_e, (9� Wes�hill Cohs�ruciion._Inc. , as Princi�al herein, and (2)'�he Guarantee Company o�
t North Ameriea usA ._, a corparation organized and e�isting under fhe laws of th�
- State of {3) iexas , as surety, are he�d and firmly �ound unta the Ciiy af Fort Wnrth, a municipal
1
,
�
�
�
corporation locat�d in Tarrant and Denton Cau�ti�s, T�xas, Obiigee herein, in th� amount of One bundred
, .
Sixt�en ihousand, Seven Hundred Sixfv� Win� �o[lars ar�d No Cen�isDal�ars (�116,769.00) far the
payment whereof, the said PrinciPal and Surety bind themsefv�s and their heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presen�s:
V'11HEREAS, the Principal has entered int� a ce�tain wrEtten cantract with the Ohligee dated 25ih day
ot February, 2403, which contract is hereby referred t� and made a part hereofi as if fully and to the
same extent as if copied at length, far tF�e following proj�ct: VALL�Y CUT'f�R _CONiRACT r4i
VARIOUS LOCATIQNS S2QD3-9) Project No. GS93-020930�3�390, THEREFORE, THE CONDITION OF
THIS OBL[GATION 1S SUCH, that if the said Principai shall �aithfully malce paymen� to each and every
claimar�t (as defiinecE in Chapter 2253, Texas Government Code, as amended) supplying la�or or materials _
in the prosecution of the work under the contract, then this obligation sha[I be �oid; otherwise, to-remain in
full force and effect.
PROVI�ED, H�WEVER, that this hond is exeeuted pursuant to Cnapter 2253 of th� Texas
Government Cade, as arr�end�d, and all liabilities an t[�is bond shaEl be determined in accordance with the
provisions of said stafufe, tn the same extent as if it were copiEd at length herein.
IN WITNESS WHEREOF, tne duly authorized representatives of the Principal and the Surety have
executed this instrument.
SIGNED and SEALED this ��fh dav of �ebruarv„ �003.
�
�
'�l
�
ATT.EST:
�-�.� ��� ��
i � � (['rincipaE) Sec�`�.ary � v '
w��tr�iii canst�u���o�, Inc.
PR[NC�PAL
By: ` �,,�! '
Name: Ted Revnolds
Title: President
Adcfress: P o �ox 2016
Cleburne, TX i6033
,� •
� : _ '
, y�� � - � � , ` , � -
� �r
Witness as to f�rincipai ' �'
I ��
; c ATTEST:
r
� P � 5ecretary
The Guarantee Co�apany of North Amerzca U8A
SURETY
By� � �..,,, _
,
Name: � � . � _ _ : _
Attorney in Fact � �
�� SEAL
� � )
; i � - i��� . , ^` � � :-
r.c . � l�[ J�,1,c�, , t
— . - , ,�'
1 1
f �ifn�ss� s tQ S�e�y � �
� 4,
Address: ��235 West Litt�.e York
SuiCe 258
� Houston, TX 77040
Telephone Number: (7i3} 465--0093
Nate: -Correct name af Principle (Contracfor)
� � � -G�rrec� name of 5urety
-Sta�e of incorporafion of Surety
' Il
Telephane number of surety must ,be stated. In addition, an origina! copy of Power af Attarney
� sha11 be attached to Bond 6y fhe Aiforney-in-Fact.
` Tt�e date of band sha�l not be �rior to date af eontract.
MpoiNI�ENAhlG� �OPlD
THE STATE OF TEXAS
COUNTY OF TARRAN7
That Westhill
§
§
§
Canstruction, Inc.
The Guarantiee Campanv of North America USA
a corporation
arganized under the [aws of the State of Texas, ("Sureiy"), do hereby acknowiedge themselves ta be held and
bo�nd to pay unto tF�� City of ForE Worth, a Municipal Corporation chartered by virkue ofi Constitution and laws of
the State of Texas, ("City") in Tarrant Counfy, Texas, t�e sum of One Hundred Sixteen ihoUsand. Seven,
Hundred SZxtv Nine �ollars and No Cents, Dollars ($116,i69.00), lawful money of t�e Uhited Sfstes, for payment
of which sum we�l and truly be m�de unto said City and its success�rs, said Contractor and Sur�ty do hereby bind
th�mselves, their heirs, executors, aciministrators, assigr�s and successors, jointly and severalEy.
This o�ligation is condifivned, however, that:
WHEREAS, said Contractar has this day entered into a written Contract with the City af �ort Worth, datet! the
2�ih dav of �e�ruaru. 2Q03, a copy of which is here#o attached and made a part hereof, for tE�e performance of the
,.. following described public improvements: VA���Y GUiiER C�Ni�ACi �i V,A��IOUS L�OCAi1pNS t20a3-9� the
same E�eing referred ta i�erein and i� said cantract as the Work and being desigr�ated as project r�umber(s) GS93-
D�D93fl532390 and said cont�act, including all of the specifications, conditions, addenda, change orders �nd wrii�en
instruments referred to therein as Contract Docurrt�nts being incorporated herein and being made a part hereof; and,
WHEREAS, in said Contract, Contractor binds iiself to use sucl� materials and to so construct the work tha# it
will remain in good repair and condition far and during a period of after the dafie af the �naf acceptance of the work by
�he City; and
WHEREAS, said Contractor binds ifself to maintain said work in goad repair and condition far said term of �
fwo t�? vears
and
WHEREAS, said Contraetor binds iise[f ta repair or reconstruct tne Work in wi�ole ar in par# at a�y time witf�in
saicf .periad, if in the opinion of ti�e Qfrector of the Cfty of Fart Wor�f� Department of Engineering, it be necessary; and,
WHEREAS, said Contractor binds itseif, upan receiving notice of ths need therefore to repair or
recor�struct said WorK as herein pravided.
NOW THEREFOR�, if said Contractor sh�ll kesp and perform its said agreement to maintain, repair ar
reconstruci said Worit irt accordance with all the terms and cor�ditions of saicE Contract, these presents shall be null
and void, and have no force ar effect. Otherwise, tE�is Bond shali b� and remain in full force and effect, and the City
shall heve and reco�er from Cnntractar and Surety damages in ihe premis�s as prescr[bed by said Contract.
Ti�is obligation shaif be a continuing nne ar�d successive recoveriss may be had hereon for successive
breaches until fhe fiulf amount h�reof is exhausted.
Bond No. 75-407b-99
KN4W ALL BY THESE PRESENTS:
("Contractor"}, as principal, and,
: i,
IN WITNESS WHER�OF, this instrument is executed in 6 counterparts, each of which shall be deemed an
originaE, 2�ath dav of Fe�ruarv. 2003.
1 � A�TEST: Westh�lZ Construction, Inc.
�" PRINCIPAL
��_ s�f..-- �'`
�
Princi al S� � -
� ( p ) rY � � , e
BY: � ,F� �
.� �'
� � � Name: Ted Reynolds
, � Tltle: �xes3dent
Address: P, o. Bvx 2016
eleburne, �'x 76033
�� � ,�. ,-- ..-vt�..
Witness as to Prit�cipal
�
,�
I'� ATTEST:
�
5ecretary
,
���� �
x
The Guaran�ee Company of North America USA
S U RETY
_ By �� __ ...
� �
Name: �_.�: � � � > >U,r,� ��
Attorney in �'�ct '�
{SEAL)
i�
r ! j
-� � ���j ��_ `, � �i� 11 .( I.r r , r.�� -
' ' `v'�i�� a�s to $u ty '�u�lu �l�`�Sa,��
. �,�
Address: �a235 West Lirtl.e Xork
Suite 25$
Houston, T� 77040
Te[ephone Number: (7i3) 46b-0093
; � Note: -Correcf name of Principle (Contracfar)
-Correcf name of 5urefy .
. -State of incorparafiot� af 5urefy
'� Telephvne numher of surety must be sfafed. In addrfion, an ari ina! co of Power of Atforne
g AY Y
shall be aitached to Bond by the Aftorney-in-Facf.
� The daie of bond shall not b� prior to date of contract.
�
No. : . ; ; ; ,:Jl
�'�e �u�r�n�ee C�m���y of� Il��rth �eri�� �[SA
Mt. Laurel, NJ
, ���� �� �������
�
�
I{NOW ALL MEN BY TEiESE PRESENTS: That The Guarantee Company of Nor1h America USA, a corpor.ation organized aQd existing undar the faws af che State of
New 7ersey, does here6y constitute and appoint
Shelly Bolender Jaclyn Wilsan
its true and lawful attorney(s}-in-fact to execute. seal and deliver for and on its behalf as surety, any and all bantis and underEakiags, conEracts of indemniEy a�d other wri'ngs oblig-
,� atary in lhe pature thereof, which aze or may be allowed, reguired or permitted hy ]aw, statute, rule, regulation, contract or othenvise.
, The execution of sucB instrument(s} in pursuance af these presents, sha11 he as binding u�on the said Tha Guarantee Cuntpany of North America USA as fully and amply, to ell intents
and purppses, as if the same had been duly executed and acknow3edged by its regularly elected ofE'ice[s at the principal office.
i I' This Pnwer of Attorney is executed and may be certified so, ttnd may be revoked, pursuant to and by aulhori[y of Article IV, Section 3 of the 8y-Lnws adopted by the Board of Directors
iof The Gusrantee Company of North America USA at a mee[ing hald on tha lOth day of November 1998. The PresidenG nr any Viee President, acEing wiih any Seeremry or Assistant
' SecreYary, shall have pnwer a�td authori[y:
�� (L) '1'o appoint Attomey(s)-in-fact, and to aathorize them tn execute nn 6ehalf of the Gbmpany, and attach the Sea! of Ihe Company Ihsreto, bonds and undertakings, cantracts
I of indemnity and other writings obligatory in the nature Iherenf, and
! .
(2) To revoke, at any tima, any such Attprney-in-fact and revnke t�e authority given.
Further, this power of Attarney is signad and sealed by Facsimile pursuant to resoiutinn of [he Boa[d of Directo�s of said Company adopted at a meeGng duly called a�d heid on thc
` LO�h day of Novemher 1998, of wBich the following is a tr¢e excerpr.
RFSOLUED that tha signature of any authorized off rer and the seal of lhe Company may 6e afFixed hy facsimile to uny Powet of Attomey or certificaGon thereof authorizing
the execution and delivery of any 6ond, undertaking, contracts of indemnily and other writi�gs obligatory in the namrc tharof; and such signature and seal when so used shal!
liave We same force and effect as though manually a�xed.
�¢ApN'fE� C��
4
ti� � �
o� ��� ��
�
y�9rH nMe�'�GP
IN WITNESS WIIER�OF, The Guarantee Company of I�forth America [JSA has caused this instrument to be signed and its
corporate seal to be affixed hy its authorized ofFicer, this �s[ day of March, 20p2.
THE GUARANTEE CO Y OF NORTH AMER[CA U5A
3TATE OF NEW JERSEY
County of Burlington �` ,
�v�
Lars M. Anderson, P�esident
�On thts ist day of IYlaich, 20(?2 6efore me eame the individual who executed the preceding instrument, to me personally known, and heing 6y� ma duly sworn, snid that ha
is the therein described and suti�arized officer of thc Thc C,uamntee Company of North America USA; tltal t$e sea] affixed to said instrument is lhe Corporate Seal of said
� Company; that the said Corporate Seal and his signa[ure were du3y affixed by order of the Board of Directors of said Company.
�P�4�Y J. Lp�\
�pTA�p�
rr --. _ ,r
A�/B L�V
\'�w,r�`/
IN WITIVESS WHER&OF, I have here�nto set my hand aud affixed my OOficiai 5eul, at The Gusrantee Coinpany of IYorth
America U5A ofFices the d¢y and year fcrst a6o�e written
DARLEY J. LQWE
Notary Public of Naw Jersey
My Commission Expires October 13, 2003
/
.I � �,� . / Y .
I Gail E. Latham, Secretary of Tha Guarantee Company of Narth America USA, do heraby certify that the above and foregoing is a true and rorrect copy of e Pnwer of Attorney exe-
cuted by Tf3B GUAIiAN1'�B COMPAI�[Y QF NOL�TH AMERTCA LFSA, whicl� ie still in full foree �nd effect.
IN WI1'NESS WFIEREOF, 1 have thereanCa set my hand and attached the seal af said Company this
/PPpNT�E�,O�i
A
r`� '�i
25�h Febn�ary 43
day of 20
�
Ga�[ S. Latham, Sec��etary
F' � < WARNING: "This Powar of Aitorney is printed with red sequential numbering on tl�e u�iper
right-hand corner."
o� J�¢ �/{ .
��R�9f AM�QAGP
Lars M. Ande[son, F'residen[
if the o6ligee has any question on fhe validiry af this Pawer of Attorney, please call The Guaruntee Company of Norlh America 175A HoEna OFfice fpr veri�eatinn (800} 79S-SSDS.
THE GUARAl�dTEE COIVIPAI�TY OF I�ORTH A1�IERICA �JSA
TERRORISM RIDER
N�TICE O�` TER,RORISNI COVERAGE AND DISCLOSU`RE OF PRENIIUM
Any loss applicable to a peril covered under thzs bond that is caused by a
ce�ified act af terr.orism pursuant to th� Tertorism Risk Insurance Act of
2002 (the "Act'°) wi11 be partially reimbursed by the United States under a
formula estabXished by %deral Iaw. Un�dear this formula, the United States
pays 9�°l0 of covered tezz�orism losses exceeding a statutorily established
deductible to the insurance company providing ti�is bond.
The portion of your annual pzemium attributable to certified acts of
terrorism under tl�is bond is $1.00. TI�e cost of terrorisrn coverage is
, subject to change on any bond for which au annual premium is charged.
Payment for a loss will not excaed the limit of Iiabi�ity unc�er this bond.
„ This bond wi11 not pay for any portzon of certified terrorism loss beyond
any applicable annualliability cap set forth in the Act. The terms of this
' rider da not provide caverage for any loss that wou]d otherwis� be
axcluded by the terms a� this bond.
�
i
„
IMPORTANT NOTICE
TO OBTAIN INF4RMATIt7N ABOUT THIS BOND OR TO MAI�E A COMPLAINT;
You may contact The Guarantee Company of North America USA at $0�-795-5508 ta
make a compla.int or for information regarding this bond.
You ma� write to The Guarantee Company of North America USA at:
C�aun D�partment
8000 Midla�tic Drive, Suite �10N
Mt. Laurel, NJ 08054
You may also contact the Texas Department of Insurance to obtaiz� information on
companies, coverages, rights ar compiaints at:
$06-252�3439
You may write the Texas Departrnent of Insurance at:
P.�. Box 149104
Austin, TX 78714-9104
THIS NOTICE IS FOR Il�TFORMATION PURPO5ES ONLY AND D4ES NOT
BECDME A PART OF OR A CONDITION OF THE ATTACHED DOCUMENT. IT IS
GNEN TO CtJMPLY �V'iTH �ECTY�Id 2253A�8, GOVERNMENT CODE, AND
SECTION 53.202, FROPER'TY CODE, EFFECI'IVE SEPTEMBER 1, 2Q01.
�
,1
/�/�/��
IIV�PORTA�T
If the ceriificata holder is an ADDfTlONAL lNSUREp, the pc�licy{ies� must be endorsed. A statement
an this certificate does not canfer rights ta the certificate holder in lieu of such endorsement(sl.
If SUBROGAT�ON fS WAIVEa, su�ject to the terrns and conditions of ihe policy, certain policies may
require an endorsement. A staterrtent on this certificate daes not confer rig�ts to the certificat+e
holder in lieu a# such endorsement(s1.
o�se�ainnE�
The Certificate of Insurance vn the rev2rse side of ti�is form does not canstitute a contract between
the issuing insurarfs}, autharized representative or praducer, and the certificate halder, nor does it
affirmati�ely or negat+vefy amend, e�tend or aiter the ca�erage affordad by the policies listed thereon.
_ �
I
f
f
f
f
�
�
�
I
I
�
I
AC�RO 25-5 {7�971
.�
���rrlo�r�� ��sur���rc�. r��.���n�i��v���:
a. 'T�ic �iiy, its affice3•s. empioyees ar�d s�rv�nts s��ali �e enda�esed �5 �il SI��.C�lOF1�E
i�3s�t���i c�31 cc��Ytractoi•'s insui�a��cc ��alicics excc�,tir�� �n11�laycr's ]t�thiii�� ii�st�ranc�
cov�i-age �mr�e� �onlract�r'� �arker�' cvmpen�rt�icm in�ur�ncc �olicy.
b. �erti�ic�t�s oF i�ist�ra�Ycc slt�il �e dciivcred to tC�e D�:p�ri�ni;�� of' ti�e
Trans���i�ta�i�n �,�d Pti�l�lic� �lc��•]�s, Gi�y of Fc�rt W�r��x, 10{}�} Titi•ack�Y�csri�i7 �l�e�[, ��ar�
Wc�r�l�, T?C 7� l�'� �rinr lv lh� �s�y's ex�cutEon �i' ihe �:onlracEs_
c. .��y lniiure c�t� �art of �iYe �3t� ��� ��yr��;sR req��ir�d ���st�t��titcc do�urnc:nla#io�� s�Yall
�ot co�istitut�: �t �+aive� of'tl�� i�isurar�c� r�yuir�dY��t�ts ���ciiicci f��:r�En.
�. E�ac�i �nsura�ce policy sha11 be er�d�rrse�l �a provide �Fl� �l�T � Ti1JIt11t7�1Tii itl�i$�
�a}�� notic� c�C �aizc:c�laiiu�t, n�+r�-�•ert��val, at�d�c�r r�yatcr�ai ��r�rY�;e in pc��i�y tcrrits or
�c����`��;c:, .A tCn ci�ys npEt�.� sl��l] b� ��t,�p[�ble 3t� �hc: €�v���l c�f'rt���3-p��ym�nrt �>�'�re�r��L�rn.
e. �i��starers �z��Gs� l�e a�iEhai•iz�d to d� busiiiess in tE�c St��te of '1'exas a�t� l�ave a
cK��rei�# �,I��. �cst r�ti�Y� a� ?�: 11[l ar �q�ri���kei}t m�as�rc o�' fEr�nctrtl �treri��� a��i
scsl�����y.
�. DC�4k�i1�71� �11711�St or selF furrded ratct�lioii 1ii�ii�s, ot� eac�i p��ir.y nn�s� �Y�t exce�d
$�(�,Q(�(}.f��l �r�r oc����reG�ce un3e.�s �#i�el��+ase ap��r�v�d k�y llx� �zl�.
g. ��her• tl�t�rt vvorker's �oi�1��c�tisntio�7 it�sura���c, 1i� k1��1 O� [�'�C�1�11}ri�l� 1�754C!'SIiCi:� ��ty
ru�� coj�s�cic:r �I��:Rialit��: �ov���g� tr� risk t�e��i�ri�t�! nic;�t���es Lhrtt�t��;�� E��s��r;ince 17�,�nls or
risk i•cl�itiun �z•uu��s. 'The Gity inus� a�pro�r� iri wri�i��� any al���aci�r� cc�ver��e_
h_ Woz-k.ers' �orn��zisa�ian ins��ra��ce po�icy�s} covertng �rnpl.oyc�s of t1�e l�c�id�r
shal3 be e��d���sed wit� a waivei` of s���3•og:r�ian p��o��iding �•i�;t�ts aF recover}r in F�vor c�F
t11� Ct�}�.
i, �ity s��all nok �ie r�sp�i�sil�le !'ar. �he €�ir��# �aymcnl o� ins��r�r�ce prctnt�,iti casts
for Cai7tractar's i3tsur�nce.
j, �anlrac�u�s ir��ut-ance }�olici�s �i��ll �ach be �11C�o1-5�� �� pr�vide t�naE sk��l1
i��suf�nc� is p3•ir��aey ��rc��ec�ivr� and a��y se�f-�'u�x�CecC nr c�azim�ecial co�era�e rna�t�tained
��j� �i�.y 8�11i�I 11C}� �}� ��jEs:� LI})41l kC1 �O��fl�}�Il� �Q ��55 f�C�Y�I'j��.
k. ��J��ile t�re co�tira��� is ��3 c�"l�:c[. ('oi�lractor st�ali r��c���, ii3 � lime�}r ��a��rier, ko ���te
l�e�,ar�m�i�t of -1`��ns�ort�,tin� and l'��h�i� �Narics �ny k�z�wn �oss occurret�ce t�at c�u�d
�ive risc to a liabili��+cl�i�yi or I�v+�sutt ar whiclY ���ld �esu�t i�Y a�roper�y �us�.
�, �43ncrac�c��'� liahili�y sh�ll �rc�� b� lir��le�! ic� t�x� ��e�tf�ed a�zi���nts oF ins�r��ce
r�quired her�iRi,
r�1. U�on ilY�: rcctK�e�� of �;ii�� C.�11�Ci1{:tU1' S�1$lI �}XpV1{i� com���e[e �c�}��c�� �rf al�
iis���r{rrticc �xn�i�ies �•ecluir�cl b�r ihc�� ����rir:�c;� �ivc��rnen�s,
�
�ONTFZ�►GT�FZ COf�P�l,e►�IC� 11VI�b
IaVORK��S' C��I��f�S�►iI�N LAl�
Pursuant to V.T.C.A. Labor Cade �406.96 (2000), as amended, Contractor
certifies that if provides workers' campensation insurance coverage for all of its
employees employed on City of Fort Warkh. _VALLEY GUTTER CONlTRA�Y Ai
VA�I�l1S LOCA�'IO�VS (a003991 and City of Fort Worth Project No. C593-
0�0930�3239f}.
CONTRACTOR:
; I. Contractor; Viles�hi[I Cons4rucfion, Inc.
.
i 9
, � �y
'' �
I�ame: % �i�� s
iiEle: f i2c�r f
Date: �� '�G' �
STATE OF TEXAS §
§
COUNTY OF TARRANT §
I ,l
Before me, the undersigned authority, on this day personafly ap�eared
� 9
% '. � � j` '�� '` - ='� , known to me to be tF�e
persan whose name is subscribed ta the foregoing instrument, and acknowledged to me
that he executed the same as the act and deed of � ��. �'- � � �--� -�: F
for the purpos�s and consic�eratian therein ex�r�ss�d and in the
capacity therein stated.
Given Under My Hand and Seal af Office this ��th dav of �ebruarv. �OU3.
� ` ?��" _ � _ � �s.+�t — `-�1..���
Natary Public in and for the State of Texas �:
u
- - �a�:..�.:.�;r�,
MARILYN K. NEWBY
- NOTARX PUBLIC
4 S'i'ATE OF TEXAS
My Commisslon Ezplres 03-23-2004
, ...._--�--�.��,.r.o.�a, •
CITY O� �ORT WORib, T�XAS
CONYRACi
THE STATE OF TEXAS
COUNTY OF TARRANT
KNOW ALL MEN BY THESE PRESENTS:
This agreement made and entered into this the 2�`h day of �ebruary , 20 03 by and
between the CITY OF FORT WORTH, a municipal cflrporation of Tarrant County, Texas, organized and existing
under and by �irfue of a special charter adopted by the c�ualified vaters within said City on the 11th day of
December, A.D., �924, under the authority (vested in said �oters �y i�e "Home Rule" provision) of the
Constitution of Texas, and in accardance with a resalution duly passed at a regular meeting of the City Council of
said city, and the City of Fort Vllorih being hereinafter termed �wner, anc{ 11Vesthill �onstrucfiian, Inc.
HEREINAF'T�R CALLED Contractar.
WITNESSETH: That said parties ha�e agreed as follows:
9.
That for and in consideration of the payments and agreements hereinafter mentioned to be made and
performed by the Owner, and under the canditions expressec� in the bond bearing even date herewith, the said
Conirac#or hereby agrees with the said �wner to cammer�ce and complete #he co�struction of certain
impra�ements d�scribed as follows:
Vr4���Y GU Ii�R CON[�RAC� A� VARCOUS �.4Cr4i[011l5 �003�9
Des�gnated as praject num�er, GS93oa2493053239a
2.
Tf�at the work herein confemplated shail consist of furnishing as ar� independent contractor all 1abQr,
tools, appliances and materials necessary for the construction and campletion af said project in accordance with
the Plans and Specifications and Contract Documents prepared by the Depar�ment of Engineering far the
Transportatian and Public Works Department of the City of Fort Worth adopted by the City Council of the City af
�ort Worth, which PEans and Speci�cations and Contract Dacuments are hereto attached and made a part af this
contract the same as if written herein.
3.
The Contractor hereby agrees and binds himself to commence the cons�ruction of said work within ten
{'i 0) days after being notified in writing ta do so by the Transpar�ation anci Public Works Departrr�ent of the City of
Fort Worth.
- ,.
����V� ��� �aS',�� `� ��'
���� `���������
��, ��� ����, ����.
C-1
�.
The Cantractar hereby agrees to prosecute said wark with reasonable difigence after the cammencement
thereof artd to fully complete and finish fhe same ready for the inspectinn and apprnval of the Transportation and
Public Works Department of the City af Fort Worth and the City Councif of the City of Fort Wa�h within a period
af �0 (Seventv) working days.
If the Cantractor should fail to complete the work as se# fa�th in the Plans and Specifications and Contract
Documents within ihe time so stipulated, plus any additional time allawed as provided in the General Conditions,
fhere shall be deducted from any monies due or which may thereafter become due him, the sum of $210.D0
per working day, nat as a penalty but as 19quidated damages, the Cantractor and his Surety shall be liable to fhe
Owner for such defic[ency.
�
Shauld the Contractor fail to �egin the wark herein pravided for within the �ime herein fixed or ta carry on
an� complete the same according to the true meaning af the intent and terms of said Plans, Specificafions, and
Cantract Documents, then the Ov+mer shall have the right io either demand th� surety ta take o�er tf�e work and
complete the same in accordance with the Contract Documents flr to take charge of ant� complete the wo�k in
such a manner as it may deem �aroper, and if, in the completiort thereof, the eost to the said City shall exceed fhe
contract price or prices set forth in the said Plans and Specificatians made a part hereof, the Cantractor andlar its
Surety shall pay said City c�n demand in writing, setting fiorth and speciTj+ing an ifemized statement of the total
cast thereof, said excess cost.
C:�
��
Contractor covenants and agrees io indemnify City's engineer and arcY�ifect, and their persannel at the
project site for Contractor's sole negligence, In addition, Coniractor covenants and agrees to indemnify, hold
harmless and defend, at its own expense, the Owner, its officers, servants and emplayees, from and against
any and all claims or suits for property loss, properky damage, personal injury, including deafh, arising out of,
or alEeged to arise out of, the work and ser�ices to be perFarmed hereunder by Contractor, its officers, agents,
employees, subcontractors, licensees or invitees, wh�fhe�r or nof anv such iniurv. damacre or death is
caused, in whole or in part, by the neqligence or alleqed n�qliqence of Owner, its offrcers, senrants� or
emplovees. Cantractor likewise covenants and agrees fo indemnify and hold harmfess tF�e Owner from and
against any and all injuries to Ownef's officers, servanfs and employees and any damage, loss or destructian
#o property of the Owner arising from the performance of any of the terms and conditions of this Contract,
whether or nof anv such iniu�ry or damaqe is caused in yvhole or in part by the nepliqence or alleqed
nealraence of Owner, ifs officers, senrants or emplovees.
In the event Owner recei�es a written claim for damages against the Gontractar or its subcontractars prior to
final payment, final payment shal[ not he made until Contractor either (a) submits to Owner satisfactory
evidence that the claim has been se�tled andlor a release from th� claimant in�olved, ar {b} pravides Owner
with a letter from Cantractor's liability insurance carrier tha# the claim has been referred to the insurance
carrier.
The Director may,
from a Contractor
Gity Contract.
if he deems it appropriate, refuse ta accept bids on other City of Fort Worth public worK
against whom a claim for damages is outstanding as a result of work performed under a
�v��
;�� Rn�
C-2
m
7.
The Cantractar agrees, on the executian of this Contract, and be#ore beginnin� work, to mak�, �xecu#�
and deli�er ta said Ci�y of Fort Worth good and s�fficient surety bonds for the faifhfuf perfarmance of the terms
and stipulations of the Contract and for the paymenf to all claimants fo� labor andlor materials furnished in the
prosecu�ian af the work, such bonds being as pravided and required in Texas Government Cade Section ���3,
as amended, in the forrn included in the Contract Documents, and such bands shall be 100 percent (1 �0%) af
the total contract price, and the said surety shal! be a surety company duly and legally autharized to do business
in the State af Texas, and acceptable to fhe City Council nf the City of F'ort Worth.
�
5aid City agrees and �inds itse[f to pay, and the said agrees to receive, for all of the aforesaid work, and
for all additians thereto or deductians therefrom, the price shown on the Proposal submitted by the suceessful
bidder hereto attached and �nade a part her�of. Paymeni will be mad� in manthly installments upon actual work
completed by contractar and accepted by the Ow�er and receipt af invoice from the Contractor. The agreed
�pon t�tal cantract amaunt {inclurfinglexcluding) alternates fV1A shall be
One Hundred Sixteen Thousand, Seven Fiundred Sixty Nine Dallars and IVo Cents
$116.�69.00
�
It is fur#her agreed that the performance �f this Cantract, either in whole or in part, shall nat be sub[et or
assigned to anyone else by said Contractor without the written consent of the Director of the Transportation and
Public Works Department.
'� 0.
The Contractor agrees ta pay at least the minimum wage per hour �or al! fa�or as the same is classified,
pramulgate� and sei out by the City of Fort War#h, Taxas, a copy of which is attached hereto and macle a part
hereof the same as if it w�re capies �erbatim herein.
1�.
The Contractor shap pracure and shall rnaintain during the life af this contract insurance as specified in
paragraph 8 of Special Instruction to Bidders of this c�ntract documents.
12.
lt is mutually agreed and understood that this agreement is made and e�terad inta by the part'tes hereto
witf� references to the existing C�arter and �rdinances of the City of Fort Worth and th� laws af #he State ofi
Texas with references ta artd g�verning all matters affecting this Contract, and the Contractor agrees ta fulEy
cQmply with all the pro�isions of the sarne.
IN WITNESS WHEREOF, the City af Fort Wor�h has caused this instrument to be signed in Six B counterparts
in its name and on its behalf by the City Manager and atfested by its Secretary, with the corporate seal of the City
of Fort Worth attache�. The Contractar has executed tE�is instrum�nt t�j�p�g;� i�. �iy �,ut�orized officers in Six
�, counter parts with its corparate seal attacE�ed. ' '
��31:�I�L� �`Sr�11
��� � �uG�g�, ���.
Done in Fort Worth, Texas, this the ��fih dav o� �ebruarv. �003.
�
,
, �.
�
I�ECOIVI�Ii�N�L�:
���A
DIRECT�R, DEPARTMENT OF
ENGWEERING
�
�f x�:��� • _ t� �. a ��. �, __ �
(Contractor)
'} - ,
BY: ;_,.�-:.� : : - �.��
{Representative)
�}'-�
{TIT�E)
�"*. r - Y' �►�k
{Address)
� . -�- ��� , . �� � -�y� .- � !
'� � � -�
(CitylSfiafelZip)
November �980
Revised May 1986
Re�ised September 1992
Re�ised January 1993
Revised April 1999
Revised June 9 999
Revised June 2001
CIiY OF F�R�' II�II��tiF�
���-[
_ �
ASSISTAI�T CfTY M NAGER
l
APPROVED;
,�'�/"��
� ���
/��
DIRECTORf�{RANSP TATION AND
PUBLIC WnRKS
ATTEST:
1
�_ � � .-
� CITY SEC�iFTARY
(SEAL)
C����-��
Cantract Authori�z�,��on —.�
_ . ���5 � �.�
���� _ .. __s _ _.
APPROVE AS TO FORM &
LEGALI
AS STA CITY ATTORNEY
I — -- � :; � '�1
� �tJ�l�
l 'ati'�?�9
v� u �' ,
1 c,r.;.i� �L�6�S�
I � �;�,�,;{,
� t/ I
. � Co�
�'i�y o, f �'o�i Wo��hp T'exa�s
��I��i1� �1�� ���1��1� ��i��11�1�1�At��f1
�ATE REFER�NC� NUMB�F� LOG f�AM� PAGE
��2$�03 **�o� ���� 20WESTHILL I 1 of 2
SUBJECT AWARD OF CONTRAGT TO �JV��7HI�L� ����'}�I���'M��, ���. FOR �ONCRETE
RESTQRATION (2a03-3) AT VARI�US LOCATfONS
RECOMMENDATION:
It is recommended that the City Cour�cil authorize the Cify Manager to execu#e a con�ract with Westhill
Construction, Inc, in the amoun# of $774,083.54 for 100 working days for Cancret� Restoration (20Q3-3}
at Various Lacations.
D�SCUSSION:
In the FY2002-2003 Contract Major Maintenance Program, various fypes of street mair�tenance tec�niques
are grouped into specific cori�ract packages. Concreie Restaration (2Q03-3) at Various Locations
pro�ides #or repair of concreie panels in cancrete streets at specified locations funded from the Contract
Street Maintenance Fund.
The fa[lowing list details the limi�s for each of the streets included in this projec�:
STREET
N.E. 33rd 5treet
Angle Avenue
Arcadia Trail
North Beach Street
North Beach Street
Bridge Street
Cooks Lane
Crater Lake Drive
Dooling Str�et
Eastchase Par�Cway
Fossil Creek Bl�d.
Glen Canyon Road
Granbury Road
Granbury Road
Indiana Avenue
McCart Avenue
Meadowbrook Dr��re
IVegril Court
Ocho Rios Drive
Palo�erde Dri�e
Sandshell Drive
Uni�ersity Drive
West Vick�ry Blvd.
Western Center Blvd.
FROM
East Long A�enue
West Long Avenue
Basswood BEvd.
N.E. 28#h Street
Northeast �oop $2�
Bridgewaod Drive
I H-3� EB exit Cooks Lane
West cu�-de-sac
Crabtree Street
.�ahn T, White Raad
Sandshell D�ive
Par� Vista B1vd.
Belden A�enue
senbraok Blvd.
Fire Hi�l Drir►e
5authwest Loop 820
Starks Street
Negril Cvurt
Ocho Rios Drive
8025 Pala Verde Drive
5600 Sandshell Drive
IH-30
West Vickery Blvd.
I H-3�
TO
Sylvania Avenue
Prairie A�enue
Rio Bfanco Court
East Long Av�nue
Basswood Blvd.
East Loop 820
Ederville Road
West cul-de-sac
N.E. 33rd Street
Easfichase IH-30 WB ramp
North Beach Street
Klamath Mountain Road
Dan Danciger Road
West Seminary Driue
Basswood B�ud.
W�stcreek Drive
East Loop 820
Winterhazel Drive
Negril Court
8025 Paloverde Drive
5699 Sandshell Dri�e
Jac�sboro Highway
Rockmoor Lane
North Beach Street
MAPSCO
49Y
48W
36Q
6�A
365
S6S
67W
36V
49X
67T
50A
36L
89Q
90B
36T
90T
79D
36S
36S
36J
49G
62S
88A
36W
CD�
4
2
4
4
4
4
4
4
4
4
4
4
3
9
4
6
4
4�
4
4
4
7
3
4
*CounciN District
City o, f'�o�t �or�h9 T'exas
���� ar�� ���r�r��� ��n�������;��
�
DATE REFERENCE fVUMgER LOG NAME PAG�
1128/03 **��� �4�,� 20WESTHILL + 2 df 2�
suB.��c`r AWARD OF CONTRACT TO WESTHILL CONSTRUCTION, INC. FOR CONCRETE
RESTORATION (2003-3) AT VARIOUS LOCATIONS J
a
The City also r�serves the righi to increase or decrease quantities af individual pay i#ems within the
contract provided that the total contrac# amount r�mains within plus or minus 25% of the contrac#
award.
This project was advertised for bid on Octaber 24 and 31, 2Q02. On December 5, 2002, tha following
bids were received:
. �� .
. .
Westhifl Construction. Inc.
J. L. 5te�l, LP
J& J Sprinkler and LaR�scape, Inc,
McMahon Contracting, �P
Northstar Canstruction, Inc.
C. Gre�nscaping, LP
SR4 General Contracting, Inc.
Ed A. Wilson, Inc.
M. A. Vinson Construcfian Company, Inc.
Gilco Cantracting, Inc,
Gibsan & Assoeiates, Inc.
AMOUNT
$ 774,083.50
$ 811, 856.64
$ 853,811.55
$ 870,430.25
$ 87�,409.60
� 89�,176.60
$ $97,576.40
$ 898,586.5p
$ 987,719.48
$ 997,90�.23
$1,129,461.71
MIWBE - Westhill Construction, Inc. is in compliance with the City's MIWBE Ordinance by committing to
2fl% MIVIIBE participa�ion. The City's goal on ihis project is 20%.
This praject is I�cated in COUNCIL DISTRICTS 2, 3, 4, 6, 7, and 9.
FISCAL INFORMATi�NICERTIFICATlON:
� The Finance Director certifies that funds are a�ailable in the current capital budget, as appropriafed, of
the Contract Streefi Maintenance Fund.
M�:k
5uhmitfed for City Manager"s
Of�ce 6y:
Marc Ott
OriginAting llepartment Head:
Robert �oode
Additianal Infor�ation Contact:
George Behmanesh
I FUND I ACCOUNT I CE1�T'ER I AMOUN7' I CITY SECR�TARY
I (to} I
8476 I
G
�
78D4 I {from)
I GS93
�
�
7414 I
541200 02093053238D
1
�
1
� APPItOVED 1/28/03
$77�i,083.�0 �
i
,
rJ � Ciiy v, f�'ort �a�h, Texas �
� �� �� ��d �����i� ������i���l�� . .
� �
. *� ._..- ..
aT� a�F���n�c� n�ut�8�� - - - - . . .� � �:o�� tvAM� - . . - - - - - - Fa��
2/25/03 C_� �t��� 20VALl.EY 1 0€ 2
s��,��cT AWARD OF C�JNTRAGT TC) 'Ui�E�"�H��L ���f�'�F�t�� �Q�l,� �1��. FOR VALLEY � �
. GUTTER GONTRACT 2Q03_9 AT VA�I�JUS l.�7CATic�N�..,,_
RECUMMENDATfC3N: .
!t is recommended that tl��. City Gouncil authorize the City Manager ta execute a contract with Westhiti
' Constr�rction, lnc. in th� am��nt af $� 16,769.{�� for 70 �rvorking days for Va�ley G�tter Contract 200�-9
at various �acatiar�s. ;
DiSCUSSI�N: ;
In the FY�Ot��-20a� Contract Majar M�ir+tenanc� Program, various types af str�e� maint�nance ;
techniques are grouped inta specific cantr�.ct packages. Valley Gutter Contract 2003-9 at various �
. iocatic�ns �ravid�s for tf�e insta�lation of con�rexe ualley gutters at sp�cifi�d ir�tersections ta aid ;
appropriate drainage ot siorm water an C+ty stree�s.
The fvIlowing iist de�ails the Iimits for ea�h vf the streets inclucied in tf�is proj�ct:
� STREET AT DIRECTIC7N MAPSCO CD*
I�Qrth Bailey Aven►�e Cresthaven Terrace Westside 6iV 7
l��rth Sail�y Avenue Wildwaod Raad �Ic�rthside �1 V 7 �.
. W est Dick�or� Street St. Louis pver�ue �o�+thsid� 91 E 9
Hastings Drive Wi�ks Trai! Soutt�sid� iO3A 6
Misty Meadow Drive Sunday Place Srruthsid� � 03G 6
�ak Hotlow Lane Oak Hoilar�v Cc�urt , �lorths+d� 65V - 4 .
Oak Holfvw Lane W���r"�Il Court �Ic�rthside 65R 4
Odessa Avenue West Fuller Avenue Vl/est�ide 90J 3
ndessa Avenue West Fu(1$r Avenue Eastside 3�J 3
R�ed Street Dranalee 5treei Southside 78Y � 5
+Vaits Aven�+e Wa�ton Aver+ue Northside 90T 6
icil Distri�t �
C`ity of ,�ort ��� th, T'exas
[�a or ��d Co�nci� C�r��ur�����jo�
�
JATE REF�RENCE NUMBER � I LOG NAME PAG�
2/25/a3 **�o� 94g3 � 2DVALLEY 2 of 2
SUBJECT AWARD OF CONTRACT TO WESTHILL CONSTRUCTfON, INC. FOR VALLEY �
GUTTER CONTRACT 2003-9 AT VARlOUS LOCATIONS ____ _ ,
The C9ty afso reserves.the rigE�t to increase or decrease qua�tities of indi�idual pay items within the
contract, pro�ided that the tatal contract amount r�mains within plus or minus 25% of the contract
award. .
This praject was advertised for �id an December 5 ard 12,. 2002. On January 9, 2003, the fo{lowing i
bids were rece9ved: � �
#31DDER5
Wes#hi{I Construction. Inc..
Nar#hstar Canstruction, �nc.
Cent�ry Services Compa�y
M.A. Vinsan Construction, Inc.
Eagleton Constructiar�, lnc.
B.T. Construction, Inc.
Ed A. W�Isvn, Inc.
Jayko Da�elo�ment,� Inc.
AMOUNT
$11 fi,769.00
$� 20,760.Q0
$142,836.00
$148,577.00
$149,9$1.Ofl
$157, 630.50
$168,935.00
$219,93fi.Q0
M/WBE - Westhili Canstruction, Inc: is in compliance with the Ctty's MIWBE Ordinance by committing to
12% MIWBE participation. The City's goai on t�is project is 12%.
This project is located in COUNCI� DlSTRICTS 3, 4, 5, 6, 7 and 9.
FISCAL {NFORMATI4N/GERTIFICATiON:
The Finance Director ceriifies that funds are avaiiable in the c�rrent capital budget; as appropriated, of
the Contract Street Maintenance Fund.
MO:k
5u6rnitted for City Manager's
Office by:
Marc Ott
Originating Departrnent Head:
RoberE Goode
� Additio�al Infors�n,ation Contact:
I FUND I ACCOUNT I
(Co)
847b
7844 � (from}
1 GS93
CENTER I AMOUNT I CI'1"Y SECRETARY
541200 � 020930532390 $116,769.00
APP120VSD 2125103
� Georga Behmanesh 7414 ` I