HomeMy WebLinkAbout040000 - Construction-Related - Contract - Westhill Construction, Inc.-
-
CITY SECRETARY FORT wo·RTH CTNO. ~oaoo
SPECIFICATIONS
AND CONTRACT DOCUMENTS
TRAFFIC CALMING
SPEED HUMP INSTALLATION SERVICES
CONTRACT
INVITATION TO BID 08-0301R
MIKE MONCRIEF
MAYOR
DUE: MAY 14, 2009
DALE FISSLER P .E.
CITY MANAGER
WILLIAM VERKEST P.E. -DIRECTOR
DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS
PREPARED BY:
DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS
RECORD
=c EARY
T. fH, TX
-
M&CReview Page 1 of2
Official site of the City of Fort Worth, Texas
CITY COUNCIL AGENDA FORT WORTH
~
COUNCIL ACTION: Approved on 9/29/2009
DATE: 912912009 REFERENCE
NO.:
CODE: C TYPE:
C-23697
(Revised)
NON-
CONSENT
LOG NAME:
PUBLIC
HEARING:
20TRAFFICCALMING
NO
SUBJECT: Authorize a Contract in the Amount of $70,000.00 with Westhill Construction, Inc., to
Install Speed Cushions and Raised Crosswalks at Various Locations in the City of Fort
Worth for Traffic Calming
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a contract in the amount of
$70,000.00 with Westhill Construction, Inc., for 365 days for the installation of speed cushions and raised
crosswalks at various locations in the City of Fort Worth for traffic calming. ·
DISCUSSION:
Various locations in the City have qualified for installation of speed cushions or raised crosswalks under the
Neighborhood Traffic Management Program. Ballots were distributed in the neighborhoods of those
qualifying locations for citizen approval.
This project was advertised in the Fort Worth Star-Telegram and bid on April 15, 2009 and April 22, 2009.
On May 14, 2009, the following sole bid was received:
Bidder
Westhill Construction, Inc.
Bid Amount
$130,500.00
Term of Contract
365 Calendar Days
During its September 1, 2009, meeting the City Council deferred action on this contract, pending additional
evaluation and justification of the Traffic Calming process. City staff met with Council Members of those
Districts in which new speed cushions and/or raised crosswalks were being proposed. Adjustments were
made to the initial project list based on the preference of the Council Members. In addition, traffic calming
measures that had been planned for two streets that are scheduled for reconstruction have been cancelled.
The contract now being proposed includes $52,500.00 for the installation of 39 speed cushions and five
raised crosswalks and $17,500.00 for maintenance to existing speed humps and cushions. Signs,
pavement markings and engineering inspection are included.
Westhill Construction, Inc., is in compliance with the City's M/WBE Ordinance by committing 22 percent to
M/WBE participation. The City's goal for this project is 1.2 percent.
· FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current operating
budget, as appropriated, of the General Fund .
TO Fund/Account/Centers FROM Fund/Account/Centers
GG01 539560 0202501 $70,000.00
http://apps.cfwnet.org/ council _packet/me _review .asp?ID= 12497 &councildate=9/29/2009 11/3/2009
-
M&CReview
Submitted for City Manager's Office by: ...
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
20TrafficCalming. pdf
Fernando Costa (6122)
William Verkest (7801)
Randy Burkett (8712)
http://apps.cfwnet.org/ council _packet/me _review .asp?ID= 12497 &councildate=9/29/2009
Page 2 of2
11/3/2009
Part A
PartB
PartC
PartD
PartE
Appendix
TABLE OF CONTENTS
Notice to Bidders
Special Instructions to Bidders
Bid
Vendor Compliance to State Law
Minority and Women Business Enterprise Specifications
Special Provisions
Certificate of Insurance and Bonds
Certificate of Insurance
Contractor Compliance with Worker's Compensation Law
Equipment Schedule
Experience Record
Payment Bond
Performance Bond
Maintenance Bond
Contract
Standard Details
Project Designation Sign
Speed Cushion Detail
Raised Crosswalk Details
Speed Hump Sign
Sidewalk Ramp Details
Traffic Control Plan
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 2 of63
NOTICE TO BIDDERS
Sealed bids for the following:
FOR: TRAFFIC CALMING CONTRACT
INVITATION TO BID 08-0301R
Bids should be addressed to Mr. Dale Fissler, P.E., City Manager of the City of Fort Worth, Texas and will be
received at the Purchasing Office until 1:30 PM, Thursday, May 14. 2009 and then publicly opened and read
aloud at 2:00 PM in the Council Chambers. Specifications and Contract Documents for this project may be obtained
at the City of Fort Worth Website.
Bid security is required in accordance with the Special Instruction to Bidders.
The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be
withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME
CONTRACTOR W AIYER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate is
received by the City. The award of contract, if made, will be within forty-nine ( 49) days after this documentation is
received, but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award
the contract has been verified.
A contract pursuant to this solicitation, if awarded, shall be based on the City's evaluation criteria of price, past
performance and experience, financial and technical resources and compliance with all legal and other bidder
requirements. The successful bidder must be responsive to the terms of the solicitation and must demonstrate that
he/she is a responsive bidder.
A responsive bidder is defined to be one who submits a completed sealed bid packet within the stated time deadline
and in accordance with the bid specifications. A responsible bidder is defined to be one who demonstrates via his
response to the selection criteria has ability to successfully deliver the supplies, equipment, or services being
produced.
Bidders are solely responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the
Addenda by initialing the appropriate spaces on the Bid Pricing form . Bids that do not acknowledge receipt of all
Addenda may be rejected as being nonresponsive. Information regarding the status of Addenda may be obtained by
contacting the Transportation and Public Works Department at (817) 392-6151 or via the City's website:
www.fortworthgov.org.
Bidders shall submit the entire bid document, with appropriate sections completed or bidder could be deemed as
non-responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women
Business Enterprise section for submittal within the time-line stated below or the bidder may request a copy of said
forms from the City Project Manager named in this solicitation.
Questions regarding this solicitation shall be addressed to Chuck McLure by email:
charles.mclure@fortworthgov.org or phone: 817-392-8065.
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 3 of63
In accord with City of Fort Worth Ordinance No. 11923, as amended by Ordinance 13471, the City of Fort Worth
has goals for the participation of minority business enterprises and women business enterprises in City contract. A
copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the
MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH
EFFORT FORM ("Documentation") as appropriate. The documentation must be received no later than 5 :00 PM,
five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate
employee of the managing department to whom delivery was made. Such receipt shall be evidence that the
documentation was received by the City. Failure to comply shall render the bid nomesponsive . For additional
information, contact City of Fort Worth M/WBE office at 817.392.6104
DALE FISSLER, P.E.
CITY MANAGER
Advertising Dates: April 15, 2009 April 22, 2008
MARTY HENDRIX
CITY SECRETARY
\VILLIAM VERKEST, P.E.
DIRECTOR
TRANSPORTATION &PUBLIC WORKS
DEPARTMENT
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 4 of63
SPECIAL INSTRUCTION TO BIDDERS
(TRANSPORTATION AND PUBLIC WORKS)
1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an
amount of not less than five (5%) per cent of the total of the bid submitted must accompany the bid, and is
subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) days
after the contract has been awarded.
To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas.
In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to
qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for
any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of
Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as
a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall
be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof
required herein.
2. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a
contract for the work will be required to give the City surety in a sum equal to the amount of the contract
awarded. In this connection, the successful bidder shall be required to furnish a performance bond and a
payment bond, both in a sum equal to the amount of the contract awarded. The form of the bond shall be as
herein provided and the surety shall be acceptable to the City . All bonds furnished hereunder shall meet the
requirements of Chapter 2253, Texas Government Code.
For a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the Untied
States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or
(2) have obtained reinsurance for any liability in excess of$100,000.00 (One-hundred thousand dollars) from a
reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of
authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or
required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon
request. The City, in its sole discretion, will determine the adequacy of the proofrequired herein.
The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any
litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the
City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new
surety satisfactory to the City.
If the contract amount is in excess of$25,000, a Payment Bond shall be executed, in the amount of the contract,
solely for the protection of all claimants supplying labor and materials in the prosecution of the work.
If the contract amount is in excess of$100,000.00 (One-hundred thousand dollars), a Performance Bond shall
be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance
with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City
of Fort Worth .
All contracts shall require a maintenance bond in the amount of one hundred percent (100%) of the original
contract amount to guarantee the work for a period of two (2) years after the date of acceptance of the project
from defects in workmanship and/or material.
3. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1, Item 8, paragraph 8.6, of the
"General Provisions" of the Standard Specifications for Construction of the City of Fort Worth, Texas,
concerning liquidated damages for late completion of projects .
This project is to be bid by the calendar day. As such, should the Contractor not complete the contract in the
calendar days specified, a time charge shall be made for each calendar day thereafter, not as a penalty but as
liquidated damages. The preceding shall supersede any and all references made in these specifications and/or
the standard street specifications, in regards to liquidated damages.
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 5 of63
4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the
right to adopt the most advantageous construction thereof to the City or to reject the proposal.
5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No . 7278 as amended by City
Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-a-29) prohib iting di scrimination in
employment practices.
6 . WAGE RATES: Section 8 .8 of the Standard Specifications for Street and Storm Drain Construction is deleted
and replaced with the following :
(a) The contractor shall comply with all requirements of Chapter 2'.f58 , Texas Government Code, including the
payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing
wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included
in these contract documents .
(b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain
records that show (i) the name and occupation of each worker employed by the contractor in the construction of
the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records
shall be open at all reasonable hours for inspection by the City. The provisions of the special provision titled
"Right to Audit'' pertain to this inspection.
(c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to
comply with paragraphs (a) and (b) above.
( d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the
contractor has complied with the requirements of Chapter 2258, Texas Government Code.
( e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all
times.
Section 8.9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted.
7 . FINANCIAL STATEMENT: A current certified financial statement shall be required by the Transportation
and Public Works Department if required for use by the CITY OF FORT WORTH in determining the
successful bidder. This statement shall be prepared by an independent Public Accountant holding a valid permit
issued by an appropriate State Licensing Agency.
8 . INSURANCE: Within ten (10) days of receipt of notice of award of contract, the Contractor must provide,
along with executed contract documents and appropriate bonds, proof of insurance for Worker 's Compensation
and Comprehensive General Liability (Bodily lnjury-$500,000 each person, $1,000,000 each occurrence
($2,000,000 aggregate limit); Property Damage -$250,000 each occurrence). The City reserves the right to
request any other insurance coverages as may be required by each individual project.
9. ADDITIONAL INSURANCE REQUIREMENTS:
a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's
insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation
insurance policy .
b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the
respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102,
prior to commencement of work on the contracted project.
c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of
the insurance requirements specified herein.
d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation,
non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the
event of non-payment of premium.
e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A:
VII or equivalent measure of financial strength and solvency.
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 6 of 63
f Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000 .00 per
occurrence unless otherwise approved by the City .
g . Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative
coverage or risk treatment measures through insurance pools or risk retention groups . The City must approve in
writing any alternative coverage.
h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed
with a waiver of subrogation providing rights of recovery in favor of the City.
i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance.
j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection
and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss
recovery.
k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated
contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which
could result in a property loss.
Contractor's liability shall not be limited to the specified amounts of insurance required herein.
m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by
these contract documents .
10 . NON-RESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth
will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid
submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be
required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident 's
principal place of business is located.
''Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a
contractor whose ultimate parent company or majority owner has its principal place of business in this state.
"Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a
contractor whose ultimate parent company or majority owner has its principal place of business in this state.
This provision does not apply if this contract involves federal funds .
The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its bid to meet
specifications . The failure of a nonresident contractor to do so will automatically disqualify that bidder.
11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In a compliance with City of Fort Worth
Ordinance No. 15530 , the City of Fort Worth has goals for the participation of minority business enterprises
and women business enterprises in City contracts . A copy of the Ordinance can be obtained from the Office of
the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM
SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, and/or
the GOOD FAITH EFFORT FORM (''with Documentation") and/or the JOINT VENTURE FORM as
appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5)
City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee
of the managing department to whom delivery was made. Such receipt shall be evidence that the
documentation was received by the City. Failure to comply shall render the bid non-responsive.
Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work
performed by a minority business enterprise (MBE) and/or women business enterprise (WBE) on the contract
and payment thereof Contractor further agrees to permit any audit and/or examination of any books, records or
files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The
misrepresentation of facts ( other than a negligent misrepresentation) and/or commission of fraud by the
Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal,
State or local laws or ordinances relating to false statements. Further, any such misrepresentation facts ( other
than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to
be irresponsible and barred from participating in City work for a period of time of not less that three (3) years.
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 7 of63
AW ARD OF CONTRACT: A contract pursuant to this solicitation, if awarded, shall be based on the City's
evaluation criteria of price, past performance and experience, financial and technical resources and compliance with
all legal and other bidder requirements. The City reserves the right to reject any and/or all bids and waive any
and/or all irregularities. No bid may be withdrawn until the expiration ofninety (90) days from the date the M/WBE
UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM, and/or the
JOINT VENTURE FORM ("Documentation") as appropriate is received by the City. The award of contract, if
made, will be within ninety (90) days after this documentation is received, but in no case will the award be made
until all the responsibility of the bidder to whom it is proposed to award the contract has been verified.
12. PAYMENT: The Contractor will receive full payment (minus retainage) from the City for all work for each
pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of
the project.
13. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt
time and acknowledging them at the time of bid receipt. Bids that so not acknowledge all applicable addenda
may be rejected as non-responsive.
14 . CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW:
A. Workers Compensation Insurance Coverage
a. Definitions:
Certain of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to
self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or
TWCC-84), showing statutory worker's compensation insurance coverage for the person's or entity's
employees providing services on a project, for the duration of the project.
Duration of the project-includes the time from the beginning of the work on the project until the
contractor's/person's work on the project has been completed and accepted by the governmental entity.
Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities
performing all or part of the services the contractor has undertaken to perform on the project,
regardless of whether that person contracted directly with the contractor and regardless of whether the
person has employees.
This includes, without limitation, independent contractors, subcontractors, leasing companies, motor
carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes
persons to provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or toner services related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage vendors,
office supply deliveries, and delivery of portable toilets.
b. The contractor shall provided coverage, based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor
Code, Section 401.011 ( 44) or all employees of the contractor providing services on the project, for the
duration of the project.
c. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
d. If the coverage period shown on the contractor's current certificate of coverage ends during the
duration of the project, the contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
e. The contractor shall obtain from each person providing services on a project, and provide to the
governmental entity:
(1) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 8 of63
(2) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage
ends during the duration of the project.
f. The contractor shall retain all required certificates of coverage for the duration of the project and for
one year thereafter
g. The contractor shall notify the governmental entity in writing by certified mail or personal delivery,
within ten (10) days after the contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project.
h. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the
Texas Worker's Compensation Commission, informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify coverage and report lack of
coverage.
1. The contractor shall contractually require each person with whom it contracts to provide services on a
project, to:
(1) provide coverage, based on proper reporting on classification codes and payroll amounts and
filing of any coverage agreements, which meets the statutory requirements of Texas labor
Code, Section 401.011 (44) for all of its employees providing services on the project, for the
duration of the project;
(2) provide to the contractor, prior to that person beginning work on the project, a certificate of
coverage showing that coverage is being provided for all employees of the person providing
services on the project, for the duration of the project;
(3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
( 4) obtain from each other person with whom it contracts, and provide to the contractor:
( a) a certificate of coverage, prior to the other person beginning work on the project; and
(b) a new certificate of coverage showing extension of coverage, prior to the end of the
coverage period, if the coverage period shown on the current certificate of coverage
ends during the duration of the project;
( 5) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter.
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten
(10) days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(7) contractually require each person with whom it contracts, to perform as required by
paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom
they are providing services.
j. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor
is representing to the governmental entity that all employees of the contractor who will provide services
on the project will be covered by worker's compensation coverage for the duration of the project, that
the coverage will be based on proper reporting of classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self insured,
with the commission's Division of Self-Insurance Regulation. Providing false or misleading
information may subject the contractor to administrative, criminal, civil penalties or other civil actions .
k. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor
does not remedy the breach within ten days after receipt of notice of breach from the governmental
entity .
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 9 of63
B. The contractor shall post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current coverage and report failure to
provide coverage . This notice does not satisfy other posting requirements imposed by the Texas Worker 's
Compensation Act or other Texas Worker 's Compensation Commission rules. This notice must be printed with
a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and
Spanish and any other language common to the worker population. The text for the notices shall be the
following text, without any additional words or changes :
"REQUIRED WORKER 'S COMPENSATION COVERAGE"
The law requires that each person working on this site or providing services related to this construction project
must be covered by worker" compensation insurance. This includes persons providing, hauling or delivering
equipment or materials, or providing labor or transportation or other service related to the project, regardless of
the identity of their employer or status as an employee".
Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal
requirement for coverage, to verify whether your employer has provided the required coverage, or to report an
employer 's failure to provide coverage".
16 . NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of
sex, race , religion, color, or national origin and shall comply with the provisions of City Ordinance 7278 , as
amended by City Ordinance 7400 (Fort Worth City Code Sections BA-21 through BA-29), prohibiting
discrimination in employment practices.
17 . AGE DISCRIMINATION: In accordance with the policy ("Policy") ofthe Executive Branch of the federal
government, contractor covenants that neither it nor any of its officers, members, agents , or employees, will
engage in performing this contract, shall , in connection with the employment, advancement or discharge of
employees or in connection with the terms , conditions or privileges of their employment, discriminate against
person because of their age except on the basis of a bona fide occupational qualification, retirement plan or
statutory requirement.
Contractor further covenants that neither it nor its officers, members , agents, or employees, or person acting on
their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum
age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational
qualification, retirement plan or statutory requirement.
Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless
against any and all claims or allegations asserted by third parties against City arising out of Contractor's alleged
failure to comply with the above referenced Policy concerning age discrimination in the performance of this
Contract.
18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with
Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of
disability in the provision of services to the general public, nor in the availability , terms and/or conditions of
employment for applicants for employment with, or current employees of Contractor. Contractor warrants it
will fully comply with ADA's provisions and any other applicable federal state and local laws concerning
disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third
parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws
concerning disability discrimination in the performance of this Contract.
19. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY:
a. The contractor will receive full payment (less retainage) from the city for each pay period .
b. Payment of retainage will be included with the final payment after acceptance of the project as being
complete .
c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been
complet ed, as evidenced by a written statement signed by the contractor and the City .
d. The warranty period shall begin as of the date that the final punch list has been completed.
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 10 of 63
e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and
payable.
f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the City and there is
a dispute regarding (i) final quantities, or (ii) liquidated damages , City shall make a progress payment in the
amount that City deems due and payable.
g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to
resolve the differences within 30 calendar days .
Invitation to Bid 08-030IR, Traffic Calming_Speed Hump Installation Services
Page 11 of63
Class1flcatlon
AC Mechanic
AC Mecha nic Helper
Acoustical Ceilino Mechanic
Brkklaver/Stone MasOn
Bricklaver/Stone Mason Helper
Caroenter
carru>nter Helper
Concrete ffnl$her
Concrete Fonm Builder
l>Nwatl Mechanic
Drvwall Helper
Drvwall Taoer
DNWOll Taoor Heloer
Electrician I.Journeym an)
Electrician Hetoer
Electronic Technician
Electron ic Technician Helper
Floor Layer (Resfllenu
Floor 1 """r Heloer
Gluier
Glazier HPI.,....
Insulator
Insulator Heloer
Laborer Common
Laborer Skfllad
Lather
Painter
Painter Heloer
Pioefitter
Pioefitter HPfn,,r
Plasterer
Plasterer Heloer
2008 PREVAILING WAGE RATES
CONSTRUCTION INDUSTRY
I
I
j Hr11 Ratt,f J Class1flcatron
$21 .69 Plumber
512.00 Plumber Heloer
$15.24 Reinforcing Steel setter
519 ,12 Roofer
$10 .10 Roofer Helper
$16 .23 Sheet Metal Worker
$11 .91 Sheet Metal Worker Helper
$13.49 Sprinkler Sy,tem Installer
$13 .12 Sprinkler System Installer Helper
SM.62 Steel Worker Structural
S10.91 Concrete P0010
Crane, Clamsheel, Backhoe, Derrick, D'Line
$13.00 Shovel
$9.00 Forklift
$20.20 Front End Loader
$14 .43 Truck Driver
519.86 Welder
$12.00 Welder Heloer
$20 .00
S13 .00
$18.00
Stl.00
$14.78
$11.25
$10.27
$13 .18
$16.10
$14.83
$8.00
518 .85
$12 .83
$17.25
$12 .25
;
1 Hrly Rate
520 .43
SH.90
510.00
$14 .00
$10.00
$16.96
512.31
$18 .00
$9 .00
517.~3
520.50
$17.76
$12 .63
$10.50
$14.91
$16.06
$9.75
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 62 of63
HEAVY & HIGHWAY CONSTRUCTION
PREY AILING WAGE RA TES 2008
Air Tool Operator
ASPhalt Distributor Operator
Asphalt Paving Machine Oocrator
Asphalt Raker
Asphalt Shoveler
Batching Plant Weigher
Broom or Sweeoer Ooerator
Bulldozer Ooerator
Carpenter
Concrete Finisher, Pavine
Concrete Finisher, Structures
Concrete Paving Curbinll Machine Ooerator
Concrete Pavinl! Finishing Machine Operator
Concrete Pavin11. Joint Sealer uoerator
Concrete paving Saw Operator
Concrete Paving Spreader Operator
Concrete Rubber
Crane Clamshell, Backhoe Derrick Dnudine Shovel Ooerator
Electrician
Flage;er
Fonn Builder/Setter, Structures
Form Setter Pavin2 & Curb
Foundation Drill Ooerator, CrawlCT Mounted
foundation Drill Ooerator, Truck Mounted
Front End Loader Operator
Laborer, Common
Laborer, Utility
Mechanic
Millin!! Machine Ooerator Fine Grade
Mixer Operator
Motor Grader Operator, Fine Grade
Motor Grader Ooerator, Rough
Oiler
Painter, Structures
Pavement MarkinJ?; Machine Ooerator
Pipelayer
Reinforcine. Steel Setter Paving
Reinforcinl! Steel Setter Structure
Roller Operator Pneumatic, Self-Prooelled
Roller Ooerator Steel Wheel Flat WheeVfampine:
Roller Operator, Steel Wheel , Plant Mix Pavement
Scraoer Operator
Servicer
Slip Fonn Machine Ooerator
Soreader Box OMrator
Tractor Operator. Crawler Tvce
Tractor Operaior, Pneumatic
Traveling Mixer Ooerator
Truck Driver Lowboy-Float
Truck Driver, Sin.itle Axle, Heayy
Truck Driver Sin.itle Axle. Light
Truck Driver, Tandem Axle Semi-Trailer
Truck Driver Transit-Mix
Wal!on Drill, Borine. Machine, Post Hole Driller Operator
Welder
Work Zone Barricade Servicer
$10 .06
$13 .99
$12 .78
$11.01
$ 8.80
Sl4.15
$ 9.88
$13 .22
$12 .80
$12 .85
$13 .27
$12.00
$)3.63
$12 .50
$13 .56
$14 .50
SI0.61
Sl4.12
$18 .12
$ 8.43
SI 1.63
S I J.83
$13 .67
$16 .30
$12.62
$ 9.18
$10 .65
$16 .97
$11.83
$11.58
$15.20
$14 .50
Sl4.98
$13.17
SJ0.04
SI 1.04
$14 .86
$16.29
SJ 1.07
SI0.92
SI 1.28
$11.42
$12.32
$12 .33
$10 .92
$12 .60
SJ2 .91
$12.03
$14.93
$) J.47
$10.91
SI 1.75
$12 .08
$14 .00
$13.S7
$10.09
Invitation to Bid 08 -0301R, Traffic Calming_Speed Hump Installation Services
Page 63 of63
-
-
-
PARTB
BID PRICING
VENDORCOMPLIANCETOSTATELAW
M/WBEFORMS
Invitation to Bid 08-030 lR, Traffic Calming_ Speed Hump Installation Services
Page 12 of63
-
-
BID PRICING
TO: Mr. Dale Fissler, P.E., City Manage r
Fort Worth, Texas
FOR: TRAFFIC CALMING CONTRACT -INVITATION TO BID 08 -0301R
Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the Contract Documents ,
specifications, understands the amount of work to be done, and hereby proposes to do all the work and furnish all
labor, equipment, and materials necessary to complete all the work as provided in the plans and specifications, and
subject to the inspection and approval of the Director of the Department of Transportation and Public Works of the
City of Fort Worth.
Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Payment
Bond, Performance Bond and Maintenance Bond approved by the City of Fort Worth for performing and completing
said work within the time stated and for the following sums, to -wit:
PAY
ITEM
1
2
3
4
5
6
7
8
9
10
EST. UNIT OF L • ~ i} ; "],r: ~ ., .
UNIT EXTENDED ·-·"··• .. --·--·
QTY MEASURE ITEM DESCRIPT ION PRICE PRIC E
FURNISH A.Nb lNSTALL H.M.A .C . -.U.
30 EACH SPEED CUSHIONS (28' -35' STREET) )15~ 34:.500
FURNISH AND INST ALL H.M.A.C. .(,/
30 EACH SPEED CUSI-U0N$ (36' ,. 44' ,S'IJ{EET) /2.50 37 ,5fJO . ,,
FURNISH AND INST ALL H.M.A.C . -i& JI. . RAIS~D 'cRqS~~ALKS (3~' -42' , .
6 EACH . STREE'fY ':,· ·' .. , . .L :."· '"''· ·'· .. ,·I '' I .5So ·· q300
. '' . ' '· ~. , ) ·,'
FURNISH AND INST ALL RM.AC.
RAISED CROSSW ALKS(36' -42' ../i/la5D qqoo 6 EACH STREET)
. ;_.
.J£ FURNISH A,N D INSTALL TYPE "A" ..4
12 EACH SIDEWALK RAMPS_. /250 i6Deo
1500 SQ .FT. HYDRO MULCH SEEDING Jzo svo
1500 SQ .FT. SODDING .... 5t1 19)
REMOVAL OF H.M.A.C. SPEED Ji. -6J.
15 EACH HUMPS (VARIO.US WIDTHS) J50 2250.
REMOVAL OF H.M.A .C . SPEED ~ -Ci
30 EACH CUSHIONS (VARIOUS WIDTHS) l oo 3£)00
FURNISH AND INT:AtL SPEED HUMP ,II,
60 EACH SIGNS .. ', : . ~ ., 3'oo JB'iooo
' ...
150,500 TOTAL
Invitation to Bid 08-0301 R, Traffic Calming_Speed Hump Installation Services
Page13 of63
-
-
-
THIS CONTRACT INCLUDES WORK ANYWHERE WIIBIN THE CITY OF FORT WORTH.
The City shall have the right to increase or decrease of the extent of the work, and make changes and alterations in
the quantities and locations of work as may be considered necessary or desirable, and such changes and alterations
shall not be considered as a waiver of the conditions of the contract, nor shall they invalidate any of the provisions
thereof. The Contractor shall perform the work as increased, decreased, or substituted with no allowances will be
made for any anticipated profits. Payment to the Contractor for contract items will be made for the actual
quantities of work done and material furnished at the unit prices set forth in the contract.
It should be noted that bid quantities of the various items in this proposal are for comparison only and may not
reflect the actual quantities. Moreover, there is to be no limit on the variations between the estimated quantities
shown and the actual quantities performed or used. In particular, the Contractor shall be aware that it is the City's
intention that the quantities in this proposal be used for bidding purposes only.
Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose
of bidding and awarding the contract. A contract in the amount of $70,000 shall be awarded with final payment
based on actual measured quantities and the unit price bid in this proposal. Moreover, there is to be no limit on the
variation between the estimated quantities shown and actual quantities performed.
It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the
City but will in no case exceed~ 70,000 annually.
This contract is issued by an organization which qualifies for exemption pursuant to the provision of Article 20.04
(F) of the Texas Limited Sales, Excise and Use Tax Act,
Taxes. All equipment and materials not consumed by or incorporated into the project construction are subject to
State sales taxes under House Bill 11 , enacted August 15 , 1991.
The successful Bidder shall be required to complete the attached Statement of Materials and Other Charges at the
time of executing the contract.
The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code
Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices .
The undersigned agrees to complete all work covered by these contract documents within Three Hundred Sixty
(365) Calendar Days from and after the date for commencing work as set forth in the written Work Order to be
issued by the Owner and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility
Construction" as established by the City ofFort Worth, Texas.
Within ten (10) calendar days of receipt of notice ofacceptance of this bid, the undersigned will execute the formal
contract and will deliver an approved Surety Bond and other bonds required by the Contract Documents for the
faithful performance of this Contract. Thel ~~hed bid security in the amount of 5% in the sum of
------------Dollars ($ _.31:;L $0 :f2 ) is to be forfeited in the event the contract and
bond are not executed within the time set forth, as liqutdated damages for delay and additional work caused thereby.
The Bidder agrees to begin construction within 10 calendar days after issue of the work order and to complete the
contract within Thirty (30) Days after beginning construction as set forth in the written work order to be furnished
by the Owner.
Mobilization:
In the event the Contractor is issued work order(s), including individual or multiple location(s) and individual or
multiple work order(s), with less than a cumulative total of five (5) speed cushions, sidewalk ramps or crosswalks,
the contractor shall be entitled to a mobilization fee of $2,000.00.
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 14 of 63
-
(I/we), acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and
requirements of which have been taken into consideration in preparation of the foregoing bid:
Date
Addendum No. l (Initials) _____ _ Addendum No. 3 (Initials) ____ _
Addendum No. 2 (Initials) _____ _ Addendum No. 4 (Initials) ____ _
By:
Title : pJS~t.J iJ>S
Address: f?) OD'/,.. z._o ( (..
eJ.eb d ;,_,lc . 1/-/....
Telephone: 8 t7-5'5 l3 ·· ~ Oq._
(SEAL)
----------
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 15 of 63
-
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nomesident
bidders. This law provides that to be awarded a contract as low bidder, nomesident bidders (out-of-State
contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for
construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder
by the same amount that a Texas resident bidder would be required to underbid a nomesident bidder to obtain a
comparable contract in the State in which the nomesident's principal place of business is located . The appropriate
blanks in Section A must be filled out by all out-of-State or nomesident bidders for your bid to meet specifications .
The failure of out-of-State or nomesident contractors to do so will automatically disqualify that bidder. Resident
bidders must check the box in Section B.
A. Nomesident vendors in (give State), our principal place of business, are required to
be percent lower than resident bidders by State law. A copy of the Statute is attached.
Nomesident vendors in _________ (give State), our principal place of business, are not required
to underbid resident bidders .
B. Our principal place of business or corporate offices are in the State of Texas. ¢
BIDDER:
City
By: ~~-~ __ fG::_1 _i_J_tJ_u>_l_
frQ~ri_ntJ
Signature: ~ l..7-----=-...~-----
Title: PA.-c-J. --------------State Zip (Please print)
THIS FORM MUST BE RETURNED WITH YOUR BID
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 16 of 63
-
..
IMPORTANT
City of Fort Worth
Invitation to Bid 08-0301R
Traffic Calming
Speed Hump Installation Services
Contract
*********************************************************************************************
MINORITY/WOMEN OWNED BUSINESS ENTERPRISE (M/WBE) -It is the policy of the City of Fort
Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the
procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in
the City's current Minority and Women Business Enterprise Ordinance apply to this bid.
There is a Twelve Percent (12%) utilization goal for this contract
The applicable documents must be submitted five (5) City business days after the bid opening date, exclusive of
the bid opening date. The Bidders shall obtain a receipt from the appropriate department as evidence that the City
received the documentation.
On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE
Ordinance by either of the following:
1. Meet or exceed the above stated M/WBE goal, or
2. Good Faith Effort documentation, or;
3. Waiver documentation, or;
4. Joint Venture.
BIDDERS SHOULD CAREFULLY READ AND COMPLETE THE M/WBE FORMS APPLICABLE TO YOUR
INTENT. SHOULD YOU HA VE ANY QUESTIONS OR NEED CLARIFICATION REGARDING THIS
REQUIREMENT, YOU SHOULD CONTACT THE M/WBE OFFICE AT 817-392-6104 DURING THE
BIDDING CYCLE PRIOR TO BID OPENING.
FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID
BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS
*********************************************************************************************
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 17 of 63
-
' FORT WORTH
"-, . .,. .. City of Fort Worth
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable.
If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable.
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business
Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements
and regulations stated in the City's current Minority and Women Business Enterprise Ord inance apply to this bid .
M/WBE PROJECT GOALS
The City's M/WBE goal on this project is _12 __ % of the total bid (Base bid applies to Parks and Community Services).
COMPLIANCE TO BID SPECIFICATIONS
On City contracts of $25 ,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by
either of the following :
1. Meet or exceed the above stated M/WBE goal , or
2. Good Faith Effort documentation, or;
3. Waiver documentation, or;
4. Joint Venture .
1. Subcontractor Utilization Form , if goal is received by 5:00 p.m., five (5) City business days after the bid
met or exceeded : opening date, exclusive of the bid opening date.
2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form, if participation is less than opening date , exclusive of the bid opening date.
stated goal :
3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form , if no M/WBE participation: opening date, exclusive of the bid opening date.
4. Prime Contractor Waiver Form , if you will received by 5:00 p .m., five (5) City business days after the bid
perform all subcontracting/supplier work: opening date, exclusive of the bid opening date.
5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid
to met or exceed goal. opening date, exclusive of the bid open ing date.
FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED
NON-RESPONSIVE TO SPECIFICATIONS
Any questions, please contact the M/WBE Office at (817) 392-6104.
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 18 of 63
Rev . 11 /1/0 5
City of Fort Worth
Subcontractors/Suppliers Utilization Form
ATIACHMENT 1A
Page 1 of4
PRIME COMPANY NAME: v.J &~y'. Check applicable block to describe prime
~5, Ct -I t t. <. Le. _, I M/W/DBE I ,{" PROJECT NAME: Traffic Calming NON-M/W/DBE
I~ BID DATE 6 l o'i
City's MIWBE Project Goal: I Prime's MIWBE Project Utilization: PROJECT NUMBER
12% / 'Z. %
Identify all subcontractors/suppliers you will use on this project
Failure to complete this form, in its entirety with requested documentation, and received by the Managing
Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date,
will result in the bid being considered non-responsive to bid specifications.
The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this
utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional
and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the
bid being considered non-responsive to bid specifications
M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or
currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant ,
Parker, Johnson, Collin, Dallas , Denton, Ellis, Kaufman and Rockwall counties.
Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct
payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to
its supplier is considered 2"d tier
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located or doing business at the time of bid opening within the Marketplace , that have
been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business
Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE).
If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and
operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease
trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The
M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the
fees and commissions earned by the M/WBE as outlined in the lease agreement.
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 19 of 63
Rev. 5/30/03
-
f ORT WO RTH --......--
ATTACHMENT 1A
Page 2 of4
Primes are required to identify ALL subcontractors/suppliers, regardless of stat us; i.e ., Minority, Women and non-M/WBEs.
SUBCONTRACTOR/SUPPLIER
Company Name
Address
Telephone/Fax
L th JA '(n..vek.t ,J.t.a
,-{. 51 {y,14 A.}1 ~
fFo ,.t.l'f" w ~.Jhrll
Please list M/WBE firms first , use additional sheets if necessary.
Certification N
(check one) 0
Tf---~-~~--t n•
I N T
e M W C X
r B B T D
E E R 0 C T
A
M
w
B
E
Detail
Subcontracting Work
Detail
Supplies Purchased
.... -·----........... ---11 ,... 11 ....... ,.. ..... -
Dollar Amount
15, 7 0 °
lllVlU1UVH LV :JTir-uo--VJ1 JlJ .111.l.ll'"'' ~-.,l:''"''"'"'.1.1uiupl1I:S ~~~· >.>v1V1.v'3 Rev. 5/30/03
Page 20 of63
FORTWORTH --.....--
ATTACHMENT 1A
Page 3 of4
Primes are required to identify ALL subcontractors/suppliers, regardless of status ; i.e ., Minority, Women and non-M/WBEs.
Please list M/WBE firms first , use additional sheets if necessary.
Certification
(check one)
N
0
SUBCONTRACTOR/SUPPLIER
Company Name
Address
Telephone/Fax
r1--~-~~---1 n
I N T
e M W C X M
Detail
Subcontracting Work
Detail
Supplies Purchased
r B B T D Vii
E E R O B
C T E
A
.,.. t-..• ,.,.,., ,.,.,... ·"" --· ,.. .. r, .1 T.,,.. ,.. .. -
ill vIU1UUll LU Ul' J. vc -vJ 'J. -', J. l <ill l\, ·~-0p,;;,,;;,u J.J.U up ''
Page 21 of 63
Dollar Amount
Rev. 5/30/03
fORTWORTH , --...,..--
Total Dollar Amount of M/WBE Subcontractors/Suppliers $
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $
l;;. ?oo I
q'1z.o
Z," 4-z.o t
ATTACHMENT 1A
Page 4 of4
The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval
of the Minority and Women · Business Enterprise Office Manager or designee through the submittal of a
Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed
M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination.
By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including
M/W/DBE(s) arrangements submitted with the bid. The Offerer also agrees to allow an audit and/or
examination of any books, records and files held by their company . The bidder agrees to allow the
transmission of interviews with owners, principals, officers, employees and applicable
subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work
performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal, State or
Local laws concerning false statements. Any failure to comply with this ordinance and create a material
breach of contract may result in a determination of an irresponsible Offeror and barred from participating in
City work for a period of time not less than one (1) year.
Printed Signature
Title Contact Name/Title (if different)
Company Name Telephone and/or Fax
Address E-mail Address
aJ"' ~1'" ~ fi4-Joo,
City/State/Zip Date
Invitation to Bid 08-030 lR, Traffic Calming_ Speed Hump Installation Services
Page 22 of63
Rev. 5/30/03
FO.RTWORTH ..__ •. ,--
City of Fort Worth
Prime Contractor Waiver Form
ATTACHMENT 18
Page 1 of 1
PRIME COMPANY NAME: Check applicable block to describe
orime
PROJECT NAME: Traffic Calming I M/W/DBE I I NON-M/W/DBE
BID DATE
City's M/WBE Project Goal: I PROJECT NUMBER 08-0301R
12%
If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is
NO, then you must complete ATTACHMENT 1C . This form is only applicable if .b.otb. answers are yes .
Failure to complete this form in its entirety and be received by the Managing Department on or before
5:00 p.m., five (5) City business days after bid opening, exclusive of the bid opening date, will result in the
bid being considered non-responsive to bid specifications.
Will you perform this entire contract without subcontractors? YES
If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business.
Will you perform this entire contract without suppliers? YES
If yes, please provide a detailed explanation that proves based on the size and scope of this
project, this is your normal business practice and provide an inventory profile of your business. NO
The bidder further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors , including M/WBE(s) on this contract , the payment
therefore and any proposed changes to the original M/W8E(s) arrangements submitted with this bid. The bidder
also agrees to allow an audit and/or examination of any books, records and files held by their company that will
substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of
the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or
debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State
or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of
contract may result in a determination of an irresponsible offeror and barred from participating in City work for a
period of time not less than one (1) year.
Authorized Signature Printed Signature
Title Contact Name (if different)
Company Name Phone Number Fax Number
Address Ema il Address
City/State/Zip Date
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 23 of 63
Rev. 5/30/03
FORT WORTH
"-, . ,--
PRIME COMPANY NAME:
PROJECT NAME: Traffic Calming
City's M/WBE Project Goal:
12%
City of Fort Worth
Good Faith Effort Form
I PROJECT NUMBER 08-0301R
ATIACHMENT 1C
Page 1 of 3
Check applicable block to describe
orime
I M/W/DBE I I NON-M/W/DBE
BID DATE
If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your
DBE participation is less than the City's project goal, you must complete this form.
If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a
"good faith effort", the bidder will have the burden of correctly and accurately preparing and
submitting the documentation required by the City. Compliance with each item, 1 thru 6 below,
shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing
misrepresentation the facts or intentional discrimination by the bidder.
Failure to complete this form, in its entirety with supporting documentation, and received by the
Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of
bid opening date, will result in the bid being considered non-responsive to bid specifications.
1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this
project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES
OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the
2nd tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 24 of 63 Rev. 05/30/03
ATTACHMENT 1C
Page 2 of 3
2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE
subcontractors and/or suppliers from the City's M/WBE Office.
__ Yes
__ No
Date of Listing __ / ___ / __
3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously
listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are
opened?
__ Yes {If yes, attach M/WBE mail listing to Include name of firm and address and a dated copy of letter mailed.)
__ No
4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously
listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are
opened?
__ Yes (If yes, attach list to include name of M/WBE firm, person contacted, phone number and date and time of contact.)
__ No
NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile
is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and
documentation faxed.
NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the
bidder must contact the entire list to be in compliance with questions 3 and 4 . If the list of M/WBEs for a
particular subcontracting/supplier opportunity is teh (10) or more, the bidder must contact at least two-
thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with
questions 3 and 4.
5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of
plans and specifications in order to assist the M/WBEs?
__ Yes
__ No
6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in
the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any
supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide
dispute concerning quotes, the bidder will provide for confidential in-camera access to and
inspection of any relevant documentation by City personnel.
(Please use additional sheets, if necessarv, and attach.)
Companv Name Telephone Contact Person Scooe of Work Reason for Rejection
/'
~· \
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 25 of63 Rev. 05/30/03
ADDITIONAL INFORMATION:
ATTACHMENT 1C
Page 3 of 3
Please provide additional information you feel will further explain your good and honest efforts to obtain
M/WBE participation on this project.
The bidder further agrees to provide, directly to the City upon request, complete and
accurate information regarding actual work performed on this contract, the payment
thereof and any proposed changes to the original arrangements submitted with this bid.
The bidder also agrees to allow an audit and/or examination of any books, records and
files held by their company that will substantiate the actual work performed on this
contract, by an authorized officer or employee of the City.
Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three
(3) years and for initiating action under Federal, State or Local laws concerning false
statements. Any failure to comply with this ordinance and creates a material breach of
contract may result in a determination of an irresponsible offeror and barred from
participating in City work for a period of time not less than one (1) year.
The undersigned certifies that the information provided and the M/WBE(s) listed
was/were contacted in good faith. It is understood that any M/WBE(s) listed in
Attachment 1 C will be contacted and the reasons for not using them will be verified by
the City's M/WBE Office.
Authorized Signature Printed Signature
Title Contact Name and Title (if different)
Company Name Phone Number Fax Number
Address Email Address
City/State/Zip Date
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 26 of 63 Rev. 05/30/03
FORT WORTH
"-, •. ~ CITY OF FORT WORTH
Joint Venture Eligibility Form
All questions must be answered; use "NA" if applicable.
Joint Venture
Page 1 of3
Name of City project: ------,-,----:-------,----,-----,--.,----------------
A joint v enture fonn must be completed on each project
RFP/Bid/Purchasing Number: __ 08-0301R ______ _
1. Joint venture information:
Joint Venture Name:
Joint Venture Address:
(If applicable)
Telephone:
Cellular:
Facsimile: E-mail address:
Identify the finns that comprise the joint venture:
Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the
·oint venture
M/WBE firm Non-M/WBE
name: firm name:
Business Address : Business Address :
City, State, Zip: City, State, Zip:
Telephone Facsimile E-mail Telephone Facsimile
Cellular Cellular
Certification Status: E-mail address
Name of Certifying Agency:
2 S f k rfi cope o wor pe orme db th J . tV tu ,y e om en re:
Describe the scone of work of the M/WBE: Describe the scope of work of the non-M/WBE:
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 27 of63 Rev. 5/30/03
Joint Venture
Page 2 of 3
3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward
meeting the project goal?
4. Attach a copy of the joint venture agreement.
5. List components of ownership of joint venture: (Do not comp lete if this inform ation is descr ibed in joint ven ture agreemen t)
Profit and loss sharing:
Capital contributions, including
equipment:
Other applicable ownership interests :
6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day
management and decision making of the joint venture:
Financial decisions
(to include Account Pay able and Receivabl e):
Management decisions :
a . Estimating
----------------------------------------------
b . Marketing and Sales
----------------------------------------------c . Hiring and Firing of management
personnel
----------------------------------------------
d. Purchasing of major equipment
and/or supplies
Supervision of field operations
The City's Minority and Women Business Enterprise Office will review your joint venture submission and
will have final approval of the M/WBE percentage applied toward the goal for the project listed on this
form .
NOTE :
From and after the date of project award , if any of the participants , the individually defined scopes of work or the dollar
amounts/percentages change from the originally approved information, then the participants must inform the City's
M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and
may result in debarment in accord with the procedures outl ined in the City's M/WBE Ordinance .
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 28 of63 Rev. 5/30/03
Joint Venture
Page 3 of3
AFFIDAVIT
The undersigned affirms that the foregoing statements are true and correct and include all material information
necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall
agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments
herein .
The City also reserves the right to request any additional information deemed necessary to determine if the joint
venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds
for termination of the eligibility process.
The undersigned agree to permit audits, interviews with owners and examination of the books, records and files
of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this
provision shall result in the termination of any contract, which may be awarded under the provisions of this joint
venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false
__ statements or willful misrepresentation of facts._________________ _ ---------------------------------
Name ofM/WBE firm Name of non-M/WBE firm
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Title Title
Date Date
Notarization
State of ___________________ County of _______________ _
On this ______________ day of ________ , 20 _, before me appeared
____________________ and ___________________ ~
to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were
properly authorized to execute this affidavit and did so as their free act and deed.
Notary Public ----=p:-:rin-t7 N7a_m_e _____________________ _
Notary Public--,c-,---------------------------
Signature
Commission Expires -----------------------(seal)
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 29 of63 Rev. 5/30/03
1. Scope of Work
2. Easements
3. Contract A ward
4. Bid Quantities
5. Option to Renew
6. Termination
TRAFFIC CALMING CONTRACT
SPECIAL PROVISIONS
TABLE OF CONTENTS
7. Reference Specifications
8. Bid Submittal
9. Warranty
10. Construction Staking
11. Traffic Control
12. Delays
13. Detours and Barricades
14. Parkways
15. Disposal of Spoil/Fill Material
16. Zoning Compliance
17. Clearing and Grubbing
18. Quality Control Testing
19. Property Access
20. Safety Restrictions-Work Near High Voltage Lines
21. Water Department Pre-Qualification Requirements
22. Right To Audit
23. Trench Safety
24. Subsidiary Work
25. Substitutions
26. Temporary Soil Erosion, Sediment and Water Pollution Control
27. Existing Utilities
28. Speed Hump Locations
29. Contract
3 0. Work Orders
31. Payment
32. Determination and Initiation of Work
33. Work Order Completion Time
34. Liquidated Damages
35. Construction (Non-Pay Items and Pay Items)
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 30 of 63
SPECIAL PROVISIONS
1. SCOPE OF WORK: The work covered by these plans and specifications consists of the
construction of standard speed cushions, sidewalk ramps and all other mi scellaneous items of
construction to be performed as outlined in the Specifications, which are necessary to satisfactorily
complete the work.
AW ARD ING OF CONTRACT AND CALENDAR DAYS :
(a) Contract may not necessarily be awarded to the lowest bidder. The City Traffic Engineer
shall evaluate and recommend to the City Council the best bid, which is considered to be in
the best interest of the City.
(b) The number of calendar days for the contract shall be 365. This contract shall be a
purchase agreement, with the option of three (3) renewals.
2. EASEMENTS: Contractor shall verify locations of all utilities and right-of-way easements as
required. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing
works order for this Contract.
3. CONTRACT AW ARD : A Contract, if awarded, will be awarded to a responsive and responsible
bidder providing evidence that he/she meets specifications/qualifications, is in the opinion of the City,
financially solvent, and offers the best pricing, which is considered to be in the best interest of the
City.
4. BID QUANTITIES. Bid quantities of the various items in the proposal are for comparison only and
may not reflect the actual quantities. There is no limit to which a bid item can be increased or
decreased . No claim will be considered for lost or anticipated profits based upon differences in
estimated quantities versus actual quantities. In particular, the Contractor shall be aware that it is the
City's intention that the quantities in the proposal be used for bidding purposes only. The City does
not guarantee the construction of any minimum quantity of work, and may order some or none of the
work herein specified.
Total quantities given in the bid proposal may not reflect actual quantities; however, they are given
for the purpose of bidding and awarding the contract. A contract in the amount of$70,000.00 shall be
awarded with final payment based on actual measured quantities and the unit price bid in this
proposal. Moreover, there is to be no limit on the variation between the estimated quantities shown
and actual quantities performed.
It is understood and agreed that the scope of work contemplated in this contract is that which is
designated by the City but will in no case exceed $70,000.00 including all change orders.
5. OPTION TO RENEW: The City reserves the right to renew this contract for up to three (3) one-
year periods for $70,000.00 per year under the same terms, conditions, and unit prices.
Prices may be adjusted as a part of the contract process by the Contractor submitting proof of
increases in labor, material, insurance, etc ., which exceed five (5) percent. Payroll records, receipts
of materials and manufacturers' letters documenting price increases shall be submitted to the City in
order to substantiate increase approvals.
Such prices and proof, along with proposed unit prices, shall be submitted, to the Transportation and
Public Works Department, at least 60 days prior to the current Contract expiration date. The City
reserves the right to accept or deny price adjustments. If a request for a price adjustment is not
acceptable and deemed unreasonable when compared to the industry, the City may cancel the
individual item(s) affected or cancel the entire Contract.
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 31 of 63
6. TERMINATION: The City reserves the right to abandon, without obligation to the Contractor, any part of the
project or the entire project at any time before the Contractor begins any construction work authorized by the
City.
7. REFERENCE SPECIFICATIONS: This Contract and project are governed by the following published
specifications (latest edition), except as modified by these Special Provisions:
STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION, CITY OF
FORT WORTH
A copy of these specifications may be purchased at the Office of the Department of Transportation and Public
Works, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The applicable
specifications are indicated on the plans and in the Contract Documents . General Provisions shall be those of
the City of Fort Worth document rather than Division 1 of the North Central Texas document.
STANDARD SPECIFICATIONS FOR CONSTRUCTION OF HIGHWAYS. STREETS AND BRIDGES,
TEXAS DEPARTMENT OF TRANSPORTATION
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION.
NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS
8. BID SUBMITTAL: Bidders shall not separate, detach or remove any portion, segment or sheets from the
Contract Documents at any time. Failure to bid or fully execute Contract without retaining Contract Documents
intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding Contract as
appropriate and as determined by the Director of the Transportation and Public Works Department.
9. WARRANTY: The Contractor shall be responsible for defects in this project due to Contractor's faulty
materials and workmanship, or both, for a period of two (2) years from date of final acceptance of each work
order by the City. The Contractor will be required to replace at his expense any part or all of the project, which
becomes defective due to these causes.
10. TRAFFIC CONTROL: The Contractor shall be responsible for providing traffic control during the
construction of this project consistent with the provisions set forth in the Texas Manual on Uniform Traffic
Control Devices for Streets and Highways issued under the authority of the latest "State of Texas Uniform Act
Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statues, pertinent sections being
Section Nos. 27, 29, 30 and 31.
The Contractor will not remove any regulatory sign. instructional sign, street name sign or other sign. which has
been erected by the City. If it is determined that a sign must be removed to permit required construction, the
Contractor shall contact the Transportation and Public Works Department, Traffic Services Division (phone
number 871-8100), to remove the sign. In the case of regulatory signs, the Contractor must replace the
permanent sign with a temporary sign meeting the requirements of the above referenced manual and such
temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not
installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place
until the temporary sign requirements are met. When construction work is completed to the extent that the
permanent sign can be reinstalled the Contractor shall again contact the Traffic Services Division to reinstall the
permanent sign and shall leave his temporary sign in place until such reinstallation is completed.
Traffic control will not be paid for directly, but shall be considered subsidiary to the various bid items of the
contract.
11. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when
direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or
material, if any, which is to be furnished by the City. When such extra compensation is claimed a written
statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be
approved and referred by him to the Council for final approval or disapproval; and the action thereon by the
Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work or
by the performance of extra work or by the failure of the City to provide material or necessary instructions for
carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his
application for which shall, however, be subject to the approval of the City Council; and no such extension of
Invitation to Bid 08-030IR, Traffic Calming_Speed Hump Installation Services
Page 32 of 63
time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which
shall remain in full force until the discharge of the Contract.
12. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a
minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic
within the project area. Contractor shall be responsible for installing all construction signs, signals, and
markings necessary to provide adequate traffic controls for purposes of construction.
Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning
and/or Detour Signs," Item 524 and/or as shown on the plans. The furnishing, placing, and maintaining of
barriers and warning and/or detour signs by the Contractor will not be paid for directly, but shall be considered
subsidiary to the various bid items of the contract.
Construction signing and barricades shall conform to the Texas Manual on Uniform Traffic Control Devices,
Vol. No. 1.
13. PAR.KW A YS: It is required that all parkways be excavated and shaped as required at the same time the speed
hump is constructed. Excess excavation will be disposed of at locations approved by the Engineer. Standard
Specification Item 108, "Finishing of Parkways" shall apply. Any parkway shaping is subsidiary to the unit
price bid for this contract.
14. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor
shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain
Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such
material. Contractor shall not dispose of such material until the proposed sites have been determined by the
Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No .
10056). All disposal sites must be approved by the Administrator to ensure the filing is not occurring within a
flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering
studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's
disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known
flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with
obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's expense. In
the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the
administrator approving the disposal site, upon notification by the Director of Engineering, Contractor shall
remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of
the City and this section.
15. ZONING COMPLIANCE: During the construction of this project, the Contractor shall comply with present
zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes.
16. CLEARING AND GRUBBING : All objectionable matter required to be removed within the right-of-way and
not particularly described under these specifications shall be covered by Item No. 102, "Clearing and
Grubbing' and shall be subsidiary to the other items of the Contract.
17. QUALITY CONTROL TESTING: The Contractor shall furnish, at its own expense, certifications by a
private laboratory for all materials proposed to be used on the project, including a mix design for any asphalt
and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along
with the name of the pit from which the material was taken. The Contractor shall provide manufacturer's
certifications for all manufactured items to be used in the project and will bear any expense related thereto.
(a) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the
placing of concrete using the same aggregate, cement and mortar that are to be used later in the concrete.
The Contractor shall provide a certified copy of the test results to the City.
(b) Quality control testing of in situ material on this project will be performed by the City at its own expense.
Any retesting required as a result of failure of the material to meet project specifications will be at the
expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of
the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish
materials and equipment conforming to the requirements of the Contract.
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 33 of 63
(c) The Contractor shall provide not less than 48 hours notice to the City for operations requiring testing. The
Contractor shall provide access and trench safety system (if required) for the site to be tested and any work
effort involved is deemed to be included in the unit price for the item being tested.
( d) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site.
The ticket shall specify the name of the pit supplying the fill material.
18. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed
by the Engineer.
19. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES: The following procedures will be
followed regarding the subject item on this Contract:
(a) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible
at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling
rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows :
"WARNING-UNLAWFUL TO OPERA TE THIS EQUIPMENT WITHIN TEN FEET OF HlGH VOLT AGE
LINES ."
(b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of
guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections.
(c) When necessary to work within ten feet of high voltage electric lines, notification shall be given the power
company (TU Electric Service Company) which will erect temporary mechanical barriers, de-energize the
line or raise or lower the line. The work done by the power company shall not be at the expense of the City
of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TU Electric
Service Company and shall record action taken in each case.
( d) The Contractor is required to make arrangements with the TU Electric Service Company for the temporary
relocation or raising of high voltage lines at the Contractor's sole cost and expense.
(e) No person shall work within ten feet of a high voltage line without protection having been taken as outlined
in Paragraph ( c ).
20. RIGHT TO AUDIT: Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract have access to and the right to examine and photocopy any directly pertinent
books, documents, papers and records of the Contractor involving transactions relating to this Contract.
Contractor agrees that the City shall have access during normal working hours to all necessary Contractor
facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance
with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits .
Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the
subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the
(a) subcontract, have access to and the right to examine and photocopy any directly pertinent books,
documents, papers and records of such subcontractor involving transactions to the subcontract and further,
that City shall have access during normal working hours to all subcontractor facilities and shall be provided
adequate and appropriate work space in order to conduct audits in compliance with the provisions of this
article together with subsection (c) hereof. City shall give subcontractor reasonable advance notice of
intended audits.
(b) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The
City agrees to reimburse Contractor for the cost of copies as follows:
1. 50 copies and under $0.10 per page.
2. More than 50 copies $0.85 for first page plus $0.15 for each page thereafter.
(c) "Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this
Contract have access to and the right to examine any directly pertinent books, documents, papers and records of
such su!;>~.ontractor, involving transactions to the subcontract and further, that City shall have access during
normal .:working hours to all appropriate work space, in order to conduct audits in compliance with the
prov_i!;jOt),S of this article. City shall give subcontractor reasonable advance notice of intended audits."
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 34 of63
21. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project
such as conditions imposed by the Plans, the General Contract Documents or these Special Contract
Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a
subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item.
Parkway shaping, surface restoration, and cleanup are general items of work, which fall in the category of
subsidiary work.
22. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality, which the City
believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has
received written permission of the Engineer to make a substitution for the material , which has been specified.
Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece
of equipment bearing the name so used is furnished, it will be approved, as the particular trade name was used
for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is
proposed for use, the Engineer's approval thereof must be obtained before the proposed substitute is procured
by the Contractor. Where the term "or equal", or "or approved equal" is not used in the specifications, this does
not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose.
However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact,
equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of
substitutions. The provisions of this sub-section as related to "Substitutions" shall be applicable to all sections
of these specifications.
23. TEMPORARY SOIL EROSION, SEDIMENT AND WATER POLLUTION CONTROL : The Contractor
shall provide all temporary soil erosion, sediment and water pollution control measures for the duration of the
Contract in compliance with Federal (EPA), State of Texas, and City of Fort Worth regulations. The temporary
measures shall include silt fences, temporary construction entrances, dikes, dams, berms, sediment basins, fiber
mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay
retards, dikes, slope drains, and other devices. Such prevention measures shall be in accordance with the North
Central Texas Council of Governments Storm Water Quality Best Management Practices for Construction
Activities. All work, materials, and equipment necessary to provide temporary erosion control shall be
considered subsidiary to the Contract and no extra pay will be given for this work.
24. EXISTING UTILITIES: It shall be the responsibility of the Contractor to determine the existence of, to verify
locations, elevations, and dimensions of adjacent and/or conflicting utilities in order that adjustments can be
made to provide adequate clearances. The Contractor shall preserve and protect public utilities at all times
during construction. Any damage to utilities resulting from the Contractor's work shall be restored at the
Contractor's expense. Public utilities shall be notified when proposed facilities conflict with existing utilities.
Contractor shall contact the following utility companies 48 hours prior to doing work at any location:
Fort Worth Water Department Field Operations
Fort Worth Transportation & Public Works
Light and Signal Division
Atmos Gas Company
Texas Utility Service Company
Southwestern Bell Telephone Company
Texas One Call-Fiber Optics Location
(MCI, AT&T, Sprint, etc.)
Charter Cable T .V.
Travis Andrews 817 .871 .8275
Marissa Conlin, P .E . (817) 392-8779
Metro (214) 263-3444
817-336-2328
Enterprise 9800
1-800-245-4545
817 .509.2225
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 35 of 63
25. SPEED CUSHION LOCATIONS: The actual location of speed cushions and raised crosswalks will be
marked by Transportation & Public Works Department prior to construction .
IT IS THE INTENT OF THIS CONTRACT TO CONSTRUCT SPEED CUSHIONS ANYWHERE
WITHIN THE CITY OF FORT WORTH.
The City reserves the right to increase or decrease the extent of the work, and make changes and alterations in
the quantities and locations of work as may be considered necessary or desirable, and such changes and
alterations shall not be considered as a waiver of the conditions of the contract, nor shall they invalidate any of
the provisions thereof. The Contractor shall perform the work as increased, decreased, or substituted, with no
allowances made for any anticipated profits. Payment to the Contractor for contract items will be made for the
actual quantities of work done and material furnished at the unit prices set forth in the contract.
26. CONTRACT: This Contract shall be an annual contract with the option of three (3) one-year renewals.
Contract shall not exceed 365 calendar days following the date of the Contract nor exceed the total price,
whichever should occur first. The Contractor shall be required to complete any work covered by a Work Order
issued prior to the date of termination, but the Contractor will not be required to accept any work order for
execution dated after the date of termination.
27. WORK ORDERS: Work Orders will be issued to the Contractor for work to be performed under this Contract.
The Contractor shall start construction within 10 calendar days of receiving a written work order. The work
order shall be deemed complete when the speed cushion and/or raised crosswalk is installed in accordance with
the plans and specifications and to the satisfaction of the Traffic Engineer
28. PAYMENT:Whenever the improvements prescribed by an individual Work Order have been completed, the
Contractor shall notify the Project Manager. The Project Manager or other appropriate official of the Owner
will, within a reasonable time, perform the inspections. If such inspection reveals that the improvements are in
an acceptable condition and have been completed in accordance with the terms of the Contract Documents and
all approved modifications thereof, the Project Manager will recommend acceptance of the work under that
particular Work Order and recommend payment therefore.
If the Project Manager finds that the work has not been completed as required, he shall so advise the Contractor
in writing, furnishing him an itemized list of all known items , which have not been completed, or which are not
in an acceptable condition. When the Contractor has corrected all such items, he shall again notify the Engineer
that the improvements are ready for inspection, and the Engineer shall proceed as outlined above .
Whenever the improvements prescribed by the individual Work Order have been completed and all
requirements of the Contract Documents have been fulfilled on the part of the Contractor, an estimate showing
the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations,
and checks can be made.
The amount of the estimate will be paid to the Contractor after acceptance by the Transportation and Public
Works Department Director, provided the Contractor has furnished to the Owner satisfactory evidence of
payment as follows: Prior to submission of the estimate for payment, the Contractor shall execute an affidavit,
as furnished by the City, certifying that all persons, firms , associations, corporations, or other organizations
furnishing labor and/or materials under that Work Order have been paid in full, that the wage scale established
by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal
injury and/or property damages.
The acceptance by the Contractor of the individual payment as aforesaid shall operate as and shall release the
Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work
under that Work Order or any act or neglect of said City relating to or connected with the Contract.
The making of the payment by the Owner shall not relieve the Contractor of any guarantees or other
requirements of the Contract Documents, which specifically continue thereafter.
Invitation to Bid 08-030 IR, Traffic Calming_ Speed Hump Installation Services
Page 36 of 63
-.
29. DETERMINATION AND INITIATION OF WORK:
The Traffic Engineer shall determine and designate to the Contractor the location of the speed hump(s) and/or
raised crosswalk(s) requiring construction/replacement by a Work Order giving the limits and nature of work
required. The Traffic Engineer will notify the Contractor that a Work Order is ready and fax the Contractor a
copy of the Work Order notification. The Contractor is to provide his fax number to the Traffic Engineer at the
pre-construction conference. Single or several Work Orders may be issued at one time. The Contractor shall
initiate work within ten (10) calendar days of the date the Work Order is faxed to the Contractor, and continue
work on the Work Order until it has been completed . The Contractor shall furnish and supply sufficient
equipment and personnel to complete the Work Order in the amount of time provided for in the Work Order.
Should the Contractor fail to start any Work Order within the time specified, he shall add the necessary work
crews and equipment to prosecute the work to complete the Work Order or Work Orders in the time provided .
30. WORK ORDER COMPLETION TIME: The time of completion of each individual Work Order is an
essential element of this contract. Each Work Order issued will have a maximum allowed number of calendar
days for the completion of that specific Work Order.
The Contractor agrees to complete the work orders within the allotted number of calendar days. Should the
Contractor fail to complete an individual Work Order in the given amount of calendar days as specified on each
individual Work Order, liquidated damages shall be charged as prescribed in Item 8, Paragraph 8.6 -Failure
to Complete Work on Time, in the Standard Specifications for Street and Storm Drain Construction. Time
of completion will be subtracted from the final pay estimate of that particular Work Order. The actual installed
quantities amount will be used in determining the amount of calendar days allowed.
31.LIOUIDATED DAMAGES: The Contractor shall pay liquidated damages of one hundred dollars ($100 .00) per
day per Work Order, for failure to begin a Work Order within the ten (10) calendar day s of the date the Work
Order is faxed to the Contractor. If the Contractor fails to complete the project within the stipulated
construction time on the Work Order, he will pay liquidated damages in the amount stipulated in these contract
documents .
32. CONSTRUCTION
NON-PAY ITEMS:
NON-PAYITEMNo.1-PROJECTDESIGNATIONSIGNS:
The Contractor shall furnish and install two (2) portable Project Designation Signs at each location approved by
the Engineer. It will be the responsibility of the Contractor to maintain the signs in a presentable condition at
all times on each project under construction. Maintenance will include painting and repairs as directed by the
Engineer.
It will be the responsibility of the Contractor to have the individual project signs lettered and painted in
accordance with the latest standard detail. The quality of the paint, painting and lettering on the signs shall be
approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the
referenced detail. The sign shall be constructed of %" fir plywood, grade A-C (exterior) or better. These signs
shall be installed on barricades or as directed by the Engineer and placed at the project site upon
commencement of construction.
The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials,
supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The signs
shall include all materials, labor, equipment, tools and incidentals necessary to complete the work.
NON-PAY ITEM No. 2 -CLEARING AND GRUBBING:
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 37 of 63
All objectionable items within the limits of this project and not otherwise provided for shall be removed under
this item in accordance with Standard Specification Item 102, "Clearing and Grubbing." However, no direct
payment will be made for this item and it shall be considered inc idental to this Contract.
NON-PAY ITEM No. 3 -SPRINKLING FOR DUST CONTROL :
All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply .
However, no direct payment will be made for this item and it shall be considered incidental to this Contract.
NON-PAY ITEM No. 4 -PROTECTION OF FENCES, TREES, PLANTS AND SOIL:
All property along and adjacent to the Contractor's operations including fences, lawns, yards, shrubs, trees, etc.
shall be preserved or restored after completion of the work to a condition equal or better than existed prior to
start of work. However, no direct payment will be made for this item and it shall be considered incidental to
this Contract, unless , small quantities are authorized and approved by the City Traffic Engineer.
By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal
or root pruning) can be done on trees or shrubs growing on public property including street right-of-way and
designated alleys . This permit can be obtained by calling the Forestry Office at 817 .871.5738 . All tree work
shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist
Association.
A copy of these standards can be provided by calling the above number. Any damage to public trees due to
negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined
by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to
the City of Fort Worth and may be withheld from funds due to the Contractor by the City.
To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately
sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended.
PAY ITEMS:
The City shall have the right to increase or decrease of the extent of the work, and make changes and alterations
in the quantities and locations of work as may be considered necessary or desirable, and such changes and
alterations shall not be considered as a waiver of the conditions of the contract, nor shall they invalidate any of
the provisions thereof. The Contractor shall perform the work as increased, decreased , or substituted, and no
allowances will be made for any anticipated profits. Payment to the Contractor for contract items will be made
for the actual quantities of work done and material furnished at the unit prices set forth in the contract.
Contractor is responsible for means, methods, and safety during construction.
Contractor shall notify inspector in advance of all speed cushion and sidewalk ramp work. Inspector must be
present when HMAC or concrete is placed on the project. The Contractor shall conduct his operations so as to
impose a minimum interference to traffic. The Contractor shall use wood or metal forms to ensure uniform
speed hump dimensions.
Work requiring street barricading will only be allowed during daylight hours (9:00 A.M. -
4:00 P.M.) in the Central Business District (CBD), arterial streets, and near schools.
Contractor shall be allowed to close only 50% of the street at a time to construct speed humps.
FURNISH AND INSTALL H.M.A.C. SPEED CUSIDONS, RAISED CROSSWALKS AND SIDEWALK
RAMPS
These items shall consist of installing H.M.A.C . speed cushions & raised crosswalks according to the plan and
profile as shown on the detail sheet. Locations will be provided during construction.
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 38 of 63
...
The unit price bid per each shall be full compensation for H.M.A.C. Type D surface course, compact tack ss-1,
kraft brown paper -36" wide 401b paper to keep curb & gutter clean, vibratory hand roller, and all materials,
labor, equipment, and incidentals necessary to complete the work .
Contractor shall notify the Traffic Engineer 72 hours prior to installing any speed cushions and/or raised
crosswalks. Inspector must be present when HMAC is placed on the project. The Contractor shall conduct his
operations so as to impose a minimum interference to traffic. The Contractor shall use wood or metal forms to
ensure uniform speed cushions and/or raised crosswalks dimensions.
No BMAC material shall be placed when the air temperature is below sixty (60) degrees Fahrenheit and
is falling, but may be applied when the air temperature is above fifty (50) degrees Fahrenheit and is
rising. Asphaltic material shall not be placed when general weather conditions, in the opinion of the
Engineer, are not suitable.
CONCRETE SIDEWALK RAMPS (TYPE 1 AND TYPE 3):
All concrete shall have a minimum compressive strength of3,000 psi at 28 days. The Contractor shall construct
standard concrete Type A sidewalk ramps as shown in the details and as directed by the Traffic Engineer.
All grooved ramp surfaces (but not the sidewalk ramp wings or curbs) shall be colored with LITHOCHROME
color hardener, stain, or equal. A brick red color, a dry-shake hardener manufactured by L. M. Scofield
Company or equal, shall be used in accordance with manufacturer's instructions . Contractor shall provide a
sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the
Engineer, meeting the aforementioned specifications. The sample, upon approval of the Engineer, shall be the
acceptable standard to be applied for all construction covered in the scope of this Pay Item. The method of
application shall be by screen, sifter, sieve, or other means in order to provide for a uniform color distribution.
The Contractor may also use a brick red concrete stain in accordance with manufacturer's instructions.
All applicable provisions of Standard Specifications Item 104 "Removing Old Concrete" and Item 502
"Concrete Curb and Gutter" shall apply. Any parkway shaping and grading, curb and gutter saw cutting and
removal, excavation, street repair, and haul off ofremoved material necessary for construction of sidewalk and
ramps shall be subsidiary to the unit price bid for these items. Street voids caused by construction shall be filled
with HMAC "Type D" mix for HMAC pavement per Item 312 "Hot-Mix Asphaltic Concrete".
The unit price bid for each ramp shall be full compensation for furnishing all materials, application, curing,
labor, equipment, and incidentals necessary to complete the work.
SPEED CUSIDON WARNING SIGNS:
This item shall const of installing of "Speed Cushions Ahead" signs at various locations throughout the City of
Fort Worth. All signs shall be installed with a PIONJAR motorized drill/breaker or equivalent machinery that is
cable of driving and removing signposts as deemed necessary. The City Traffic Engineer or his designee will
determine locations of all Speed Hump signs.
The unit price bid for each sign shall be full compensation for furnishing all materials, application, labor
equipment, and incidentals necessary to complete the work.
Invitation to Bid 08-0301R, Traffic Calrning_Speed Hump Installation Services
Page 39 of 63
PARTD
CERTIFICATE OF INSURANCE
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
EXPERIENCE RECORD
EQUIPMENT SCHEDULE
PAYMENT BOND
PERFORMANCE BOND
MAINTENANCE BOND
Invitation to Bid 08-0301R, Traffic Calmin g_Speed Hump Installation Services
Page 40 of 63
CERTIFICATE OF INSURANCE
STANDARD FORM BY INSURER
CONTRACTOR COMPLIANCE WITH
WORKERS' COMPENSATION LAW
Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that
it provides workers' compensation insurance coverage for all of its employees employed
on City of Fort Worth Project Install Speed Cushions and Raised Crosswalks at
Various Locations and City of Fort Worth Project No. GG01-539560-0202501.
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
CONTRACTOR:
~9.1,4 , u:. C!..o uJ, .,-. r ~
By ~
Name: ~ 121£t u.«>..s
Title : P~e.~
Date: tz..{.z / oc:p
Before m~the undersigned authority, on this day personally appeared
\ffi . Ke_~'<\~\~S
\
known to me to be the person whose name is subscribed to the foregoing instrument,
and acknowledged to me that he executed the same as the act and deed of
\NQ~\\\ UJ'<\s~e,--\D'\\, ~\f\C-
for the purposes and consideration therein expressed and in the capacity therein stated.
Given Under My Hand and Seal of Office this ~" day of ~~te<: 20 0q_
~jf~r~
Texas
e. MARILYN K. NEWBY
Nctary Public
STATG: OF TEXAs
My Comm. exp. 03/23/2012
CONTRACTOR COMPLIANCE WITH
WORKER'S COMPENSATION LAW
Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor certifies that it provides worker's
compensation insurance coverage for all of it's employees employed on City of Fort Worth Bid No. 08-0301
STATE OF TEXAS
COUNTY OFT ARRANT
§
§
Title
i;-!tt/09
Date
B~O~ ME , the undersigned authority, on this day personally
appeared \ ea '.RE;\\V\~\d S , known to me to be the person whose name is subscribed to the
foregoing instrument, a:nd acknowledged to me that he/she executed the same as the act and deed of
\})ef>\J\ \ \ \ ('._C) f\ -&:1:n.:s::\\ un. 1 :In t for the purposes and consideration therein expressed and in the capacity
therein stated .
GIVEN UNDER MY HAND AND SEAL OF OFFICE this
\'\\.o.\\ , 20 0t
\\_\\\.-.day of
11\o,iu~ :.\(_ ~
Notary Public'and for the State of T~
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 42 of 63
EQUIPMENT SCHEDULE
List of Equipment owned by Bidder that is in serviceable condition and available for use:
Portions of work Bidder proposes to sublet in case of Award of Contracts including amount and
type:
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 43 of63
EXPERIENCE RECORD
L" f 1St o pro1ects your orgamzation h as success full d 1y com J. ete :
Amount Of Contract Award TypeofWork Date Accepted Name and Address of Owner
L" f d" I . 1st o pro1ects your orgamzat1on 1s now engage m comp! etmg:
Amount Of Contract Award TypeofWork Anticipated Date of Name and Address of Owner
Completion
List Surety Bonds in force on above incomplete work:
Date of Contract Award Type of Work Bond Amount of Bond Name and Address of Surety
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 44 of63
Bond# 70834395
PAYMENT BOND
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
· KNOW ALL BY THESE PRESENTS :
That we, (1) Westhill Construction, Inc , as Principal herein,
and (2) Western Surety Company a
organized and existing under the laws of the State of (3) South Dakota
corporation
, as surety,
are held and firmly bound unto the City of Fort Worth, a municipal corporation located in
Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Seventy
Thousand Dollars and No Cents Dollars ($70,000.00) for the payment whereof, the
said Principal and Surety bind themselves and their heirs, executors, administrators ,
successors and assigns, jointly and severally , firmly by these presents:
WHEREAS, the Principal has entered into a certain written contract with the
Obligee dated the 29th day of September , 2009, which contract is hereby referred
to and made a part hereof as if fully and to the same extent as if copied at length, for the
following project: Install Speed Cushions and Raised Crosswalks at Various
Locations TPW Project No. GG01-539560-0202501.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if
the said Principal shall faithfully make payment to each and every claimant (as defined
in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in
the prosecution of the work under the contract, then this obligation shall be void;
otherwise, to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of
the Texas Government Code, as amended, and all liabilities on this bond shall be
determined in accordance with the provisions of said statute, to the same extent as if it
were copied at length herein.
IN WITNESS WHEREOF, the duly authorized representatives of the Principal
and the Surety have executed this instrument.
SIGNED and SEALED this 29th day of September , 2009.
(SEAL)
Wes th ill Construction. Inc.
Name: Ted Reynolds
Title: President
Address: P. O. Box 2016
Cleburne, TX 76110
Western Surety Company
~~ %rct~ siocei Witness
By: ~'<U\.940 ,
SURET.Y ~
Name: ~resa Godsey
Attorney in Fact
(SE AL)
NOTE: (1)
(2)
(3)
Address: 777 Main Street, Suite C-50
Fort Worth, TX 76102
Telephone Number: (817) 820-8100
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated. In addition, an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
THE STATE OF TEXAS
COUNTY OF TARRANT
Bond# 70834395
PERFORMANCE BOND
§
§
§
KNOW ALL BY THESE PRESENTS:
That we, (1) ___ W_e_s_t_h_ill_C_o_ns_t_r_u_ct_io_n_ ..... l_n_c ____ as Principal herein, and
(2) Western Surety Company , a corporation organized under the laws
of the State of (3) South Dakota , and who is authorized to issue surety bonds in
the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth,
a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein,
in the sum of Seventy Thousand Dollars and No Cents Dollars ($70,000.00) for the
payment of which sum we bind ourselves, our heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, Principal has entered into a certain written contract with the Obligee
dated the 29th day of September , 2009, a copy of which is attached
hereto and made a part hereof for all purposes, for the construction of Install Speed
Cushions and Raised Crosswalks at Various Locations TPW Project No. GG01-
539560-0202501.
NOW, THEREFORE, the condition of this obligation is such, if the said Principal
shall faithfully perform the work in accordance with the plans, specifications, and
contract documents and shall fully indemnify and hold harmless the Obligee from all
costs and damages which Obligee may suffer by reason of Principal's default, and
reimburse and repay Obligee for all outlay and expense that Obligee may incur in
making good such default, then this obligation shall be void; otherwise, to remain in full
force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of
the Texas Government Code, as amended, and all liabilities on this bond shall be
determined in accordance with the provisions of such statute, to the same extent as if it
were copied at length herein.
IN WITNESS WHEREOF, the duly authorized representatives of the Principal
and the Surety have executed this instrument.
SIGNED and SEALED this 29th day of September , 2009.
Construction Inc.
ATTEST:
-io'»s>~ (Principal) Secretary
Name: Ted Reynolds
Title : President
(SEAL) Address : P. O. Box 2016
Cleburne, TX 76110
W·t t P .. I 1 ness as o nnc1pa
Surety Company
SMOCei~ Witness
(SE AL)
Name: Teresa Godsey
Attorney in Fact
Address : 777 Main Street, Suite C-50
Fort Worth, TX 76102
NOTE: (1)
(2)
(3)
Telephone Number: (817) 820-8100
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated. In addition , an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
Bond# 70834395
MAINTENANCE BOND
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL BY THESE PRESENTS:
That Westhill Construction, Inc ("Contractor"),as principal, and,
Western Surety Company a corporation organized under the laws of the State of
South . Dakota , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort
Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas , ("City") in
Tarrant County, Texas, the sum Seventy Thousand Dollars and No Cents Dollars ($70,000.00) lawful
money of the United States, for payment of which sum well and truly be made unto said City and its
successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators,
assigns and successors , jointly and severally .
This obligation is conditioned, however, that:
WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth,
dated the 29th of September , 20 09, a copy of which is hereto attached and made a part hereof,
for the performance of the following described public improvements: Install Speed Cushions and Raised
Crosswalks at Various Locations the same being referred to herein and in said contract as the Work and
being designated as project number(s) TPW Project No. GG01-539560-0202501 and said contract ,
including all of the specifications, conditions, addenda , change orders and written instruments referred to
therein as Contract Documents being incorporated herein and being made a part hereof; and ,
WHEREAS , in said Contract, Contractor binds itself to use such materials and to so construct the work
that it will remain in good repair and condition for and during a period of after the date of the final acceptance of
the work by the City; and
WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term
of 2 (Two) Years ; and
WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time
within said period , if in the opinion of the Director of the City of Fort Worth Department of Transportation and
Public Works, it be necessary; and,
WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or
reconstruct said Work as herein provided .
NOW THEREFORE, if said Contractor shall keep and perform it said agreement to maintain , repair or
reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be
null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and
Bond# 70834395
the City shall Rave and recover from Contractor and Surety damag·es in the premises as prescribed by said
Contract.
This obligation shall be a continuing one and successive recoveries may be had hereon for successive
breaches until the full amount hereof is exhausted.
IN WITNESS WHEREOF, this instrument is executed in _6_ counterparts , each of which shall be
deemed an original , this 29th day of September , A.O. 2009 .
Western Surety Company
PRINC~
By: ~>
Name: Ted Reynolds
(Principal) Secretary
(SEAL)
<:S
Title: President
Address : P. 0. Box 2016
Cleburne, TX 76110
Witness as to Principal
(SE AL)
NOTE: (1)
(2)
(3)
Surety Company
Name: Teresa Godsey
Attorney in Fact
Address: 777 Main Street, Suite C-50
Fort Worth, TX 76102
Telephone Number: {817) 820-8100
Correct name of Principal (Contractor).
Correct name of Surety .
State of incorporation of Surety
Telephone number of surety must be stated. In addition, an original copy of Power of
Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
Western Surety Company
POWER OF ATTO RNEY -CERTIFIED COPY
Bond N o. ___ 7~0~8~3~4~3_9_5 ___ _
Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the law•
of the State of South Dakota, and having its principal office in Siou,c Falls, South Dakota (the "Company"), does by these pres ents make,
coru,titute and appoint TERESA ARI. INE GODSEY
its true and lawful attorney(s)-in-fact, with full power and authority h ereby conferred, to execute, acknowledge and deliver for and on ih
behalf as Surety, bond• for :
Principal : Westhi:_1 Construction , Inc .
O bligee : City of F ort Worth
Amount: $500 ,000 .00
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Senior Vice President, sealed with
the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said attorney(s)-in-fact
may d o within the above stated limitatiom . Said appointment is made under and by authority of the following byla w of Wes tern Surety
Company which remains in full force and effect.
"Section 7. All bonds, policies , undertnkings, Powers of Attorney or other obligations of the corporation shnll be executed in the
corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such other
officers as the Board ofDirectorE may authorize. The Preaident, any Vice President, Secretary, any Assistant Secretary, or the Treasurer
may appoint Attorney• in Fact or agent. who shall have authority to issue bonds, policies, or undertakings in the name of the Company.
The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the
c,nrpor;,tjon . 'T'lu, sign;,t.11rP. of ;my snr.h offir.P.r ;,nrl t.hP. oorpor;it.P. s~;,l m;,y oo print.P.rl hy far.similP.."
All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of February 20
? 01 1 , but until such time shall be irrevocable and in full force and effect.
In Witness Whereof, We,tern Surety Company has caused the,e pre,cnt, to be •igned by its Senior Vice President, Paul r . Bruflat,
andit,co1l\~lflmtobeaffixedtbis 20 th dayof Novembe r 2009
~ .. ~~ f',ET'y''""" ~~-:. ~~ ...... ; .. ,,, (\~~
$~/ ~ ••• ~~ ~.~ .... ,n..60/?,., ·-.-,-~
!;~! ~-...;-'f '"l.}:. \~: =u;;c., \"'\~! i~t ... " }~!
~ '7"*\ ~~Ji..""' /*'S ~~··~~.,I:' ST11'4£pll'§.Q , • . '8I'A
--~'/:ij"jj~~~~~-.
COUNTY"'~
On this 20th day of Noverrber , iu Lhe year 2 0 09 , before m e, a J.10Lary pLlblic, ptersonally aµp e an,J
Paul T. Bruflat, who being to me duly sworn, acknowledged that he •igned the above Power of Attorney as the aforesaid officer of
'WE STERN SURETY COMP ANY and acknowledged said instrument to be the voluntary act and deed of said corporation . ........... _ .. ........_ .... _. !'! ~ ~ D. KRELL $ ~ ./ /))
J~NOl'ARY PUBLICtO\j ~Public. South Dakota
j~SOUTH DAKOTA~j
+,~,-~~~-~-~ ........... ,~-~,~--·
My Commission Expires Noverrber 30 , 20 12
I the undersigned officer of Western Surety Company, a ,tock corporation of the State of South Dnkotn, do hereby certify that the
attached Power of Attorney i• in full force and effect and i, irrevocable, and furthermore, that Section 7 of the bylaws of the Company a,
Sf't. forth in thf' -PnwP.r of At.t.omey i, now in forr.P..
In testimony whereof, I have hereunto set my hand and seal of Western Surety Company this ---~2~0_t~h~----day of
Novem8er 2009
Fonn F5306-9-2006
PARTE
CONTRACT
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 51 of 63
THE STATE OF TEXAS
COUNTY OF TARRANT
CITY OF FORT WORTH, TEXAS
CONTRACT
KNOW ALL MEN BY THESE PRESENTS:
This agreement made and entered into this the 29th day of September , 20 09
by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas,
organized and existing under and by virtue of a special charter adopted by the qualified voters within
said City on the 11th day of December, A.O ., 1924, under the authority (vested in said voters by the
"Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at
a regular meeting of the City Council of said city, and the City of Fort Worth being hereinafter termed
Owner, and Westhill Construction, Inc HEREINAFTER CALLED Contractor.
WITNESSETH: That said parties have agreed as follows :
1.
That for and in consideration of the payments and agreements hereinafter mentioned to be
made and performed by the Owner, and under the conditions expressed in the bond bearing even date
herewith, the said Contractor hereby agrees with the said Owner to commence and complete the
construction of certain improvements described as follows:
INSTALL SPEED CUSHIONS AND RAISED
CROSSWALKS AT VARIOUS LOCATIONS
Designated as project number: GG01-539560-0202501 .
2.
That the work herein contemplated shall consist of furnishing as an independent contractor all
labor, tools, appliances and materials necessary for the construction and completion of said project in
accordance with the Plans and Specifications and Contract Documents prepared by the Transportation
and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort
Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part
of this contract the same as if written herein.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
3.
The Contractor hereby agrees and binds himself to commence the construction of said work
w ithin ten (10) days after being notified in writing to do so by the Transportation and Public Works
Department of the City of Fort Worth.
4.
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and finish the same ready for the inspection and approval
of the Transportation and Public Works Department of the City of Fort Worth and the City Council of the
City of Fort Worth within a period of 365 (Three Hundred Sixty Five} working days.
If the Contractor should fail to complete the work as set forth in the Plans and Specifications and
Contract Documents within the time so stipulated, plus any add itional time allowed as provided in the
General Conditions, there shall be deducted from any monies due or which may thereafter become due
him, the sum of $ 154.00 per calendar day, not as a penalty but as liquidated damages , the
Contractor and his Surety shall be liable to the Owner for such deficiency.
5 .
Should the Contractor fail to begin the work herein provided for within the time herein fixed or to
carry on and complete the same according to the true meaning of the intent and terms of said Plans ,
Specifications, and Contract Documents , then the Owner shall have the right to either demand the
surety to take over the work and complete the same in accordance with the Contract Documents or to
take charge of and complete the work in such a manner as it may deem proper, and if, in the
completion thereof, the cost to the said C ity shall exceed the contract price or prices set forth in the said
Plans and Specifications made a part hereof, the Contractor and/or its Surety shall pay said City on
demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said
excess cost.
6 .
Contractor covenants and agrees to indemnify City's engineer and architect, and their
personnel at the project site for Contractor's sole negligence. In addition , Contractor covenants and
agrees to indemnify, hold harmless and defend , at its own expense, the Owner, its officers , servants
and employees , from and against any and all claims or suits for property loss, property damage,
personal injury, including death , arising out of, or alleged to arise out of, the work and services to be
performed hereunder by Contractor, its officers, agents , employees , subcontractors , licensees or
invitees, whether or not any such iniury, damage or death is caused, in whole or in part, by the
negligence or alleged negligence of Owner, its officers. servants. or employees . Contractor
likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and
all injuries to Owner's officers, servants and employees and any damage, loss or destruction to
property of the Owner arising from the performance of any of the terms and conditions of this
C-2
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
.
Contract, whether or not any such injury or damage is caused in whole or in part by the
negligence or alleged negligence of Owner, its officers, servants or employees.
In the event Owner receives a written claim for damages against the Contractor or its subcontractors
prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner
satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or
(b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been
referred to the insurance carrier. ·
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public
work from a Contractor against whom a claim for damages is outstanding as a result of work
performed under a City Contract.
7.
The Contractor agrees, on the execution of this Contract, and before beginning work, to make ,
execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful
performance of the terms and stipulations of the Contract and for the payment to all claimants for labor
and/or materials furnished in the prosecution of the work , such bonds be ing as provided and required in
Texas Government Code Section 2253 , as amended , in the form included in the Contract
Documents, and such bonds shall be 100 percent (100%) of the total contract price, and the said surety
shall be a surety company duly and legally authorized to do business in the State of Texas, and
acceptable to the City Council of the City of Fort Worth .
8.
Said City agrees and binds itself to pay, and the said agrees to receive , for all of the aforesaid
work, and for all additions thereto or deductions therefrom , the price shown on the Proposal submitted
by the successful bidder hereto attached and made a part hereof. Payment will be made in by-weekly
installments upon actual work completed by contractor and accepted by the Owner and receipt of
invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates
NIA shall be
SEVENTY THOUSAND DOLLARS
AND NO CENTS
$70,000.00
C-3
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
9.
It is further agreed that the performance of this Contract, either in whole or in part, shall not be
sublet or assigned to anyone else by said Contractor without the written consent of the Director of the
Transportation and Public Works Department.
10.
The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is
classified , promulgated and set out by the City of Fort Worth , Texas , a copy of which is attached hereto
and made a part hereof the. same as if it were copies verbatim here in.
11 .
The Contractor shall procure and shall maintain during the life of this contract insurance as
specified in paragraph 8 of Special Instruction to Bidders of this contract documents.
12.
It is mutually agreed and understood that this agreement is made and entered into by the parties
hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of
the State of Texas with references to and governing all matters affecting this Contract, and the
Contractor agrees to fully comply with all the provisions of the same.
IN WITNESS WHEREOF , the City of Fort Worth has caused this instrument to be signed in Six (6)
counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the
corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through
its duly authorized officers in Six (6) counterparts with its corporate seal attached .
C-4
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Done in Fort Worth, Texas , this the __ 2_9t_h _ day of September , 20..;;.;09;;..__
APPROVED:
DIRECTO:fRAN~TATloN AND
PUBLIC WORKS EPARTMENT
(Contractor)
BY ~
(Representative)
(TITLE)
Po /!;,I) 'I-2 s , 4
(Address)
;;~.,.. (._.;)~'-. r~
(City/State/Zip)
Revised June 2008
CITY OF FORT WORTH
~*'~~ .
ASSISTANT CITY MANAGER
t-~~lo'\ 1
ContracL AuthorizatioR
°1 l d-9 l cft
Date
ATTEST:
Off\C\AL RECORD
CITY SECRETARY
FT. WORTH, TX
APPENDIX
Standard Details
Project Designation Sign
Speed Cushion Details
Raised Crosswalk Details
Speed Hump Sign
Sidewalk Ramp Details
Traffic Control Plan
Ramp Details
Prevailing Wage Rate Schedule
Invitation to Bid 08-0301:R, Traffic Calming_Speed Hump Installation Services
Page 56 of 63
'
4'-0"
FONTS:
PROJECT DESIGNATION SIGN
i---------4 '-0" --------
r:PMS•2611 11"
FORT WORTH~ 1~
sr
=13 "
3"C Project Title 1 , ..
3 "C 2NJ> LINE I
1)" ,,_Contractor: =;I:::
2{[Contractor's Name --r
lr
1 r:r= Scheduled Completion Date J , ..
1f I Year 2
5"
1 "
FORT WORTH LOGO = CHELTINGHAM BOLD
ALL OTHER LETTERING = ARIAL BOLD
LOGO COLORS:
FORT WORTH -PMS 288
LONGHORN LOGO -PMS 167
LETTERING -PMS 288
BACKGROUND -WHITE
BORDER -BLUE
PROJECT DESIGNATION SIGN
CITY OF FORT WORTH -CONSTRUCTION STANDARD
DRAWING NO . DA TE: 9-20-02
... \Project Sign .dwg 9/25/2006 2:48 :05 PM
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 57 of63
Height:
BACJ( OF
/CURB
PLAN VIEW
i
lvaries
(Mi n. 28' Max 42')
BACK OF
CURB
2' , (Va rie s) 2' -7.5' 6' 3' 2' -7.5' 1 (Vari es) 2' ~-------··---l(Ty;rr -( ;;t -:,-17Ty;.i,---·----"i""'·~--
r L
12" WHITE HOT TAPE
r (AVERY DENNISON
/ OR EQUIVALENT) .\
1"4---"'--P.-"'--'1-'P-_...._.,,
Striping and reflectors to be
installed by the Contractor
WHITE TYPE II 1-SIOEO
~ 1 '2 1·n,..h i:><> '"-/ 1 12 ;""h) V ' IVli"Y \ ••• , Ut'\,,I'
~r
~ ~,
~ ~,
,___-~~--1 .. ...J __ "':__L
12" WHITE HOT TAPE ---
(AVERY DENNISON
OR EQUIVALENT)
DEPARTMENT OF TRANSPORTATION
AND PUBLIC WORKS CllY OF
TRAF FIC ENGINEERI NG FORT WORTH
SPEED CUSHIO NS
Ramp Gradient: 8.75 in 1 (30 inches/ 3-1/2 inches height)
3.43 in 1 (12 inches/ 3-1/2 inches height) DRAWN BY: C,Ut:: Side Gradien AJB
APl'ltO"n:OIY:
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 58 of 63
Septtmbtr 11~ 1003
DRAWING NOT TO SCALE
PLAN VIEW
B .. r 1 O" Spacing
·: • • Between Buttons z
A
B
12" WHITE TYPE II
CROSS SECTION A-A
3 .s ·
Back of Curb
TYPE '~42r RAMP 1
L
30' t 40'
Travel
< > CROSS SECTION B-B
10' 3' 3' 3rr.=;:~'-~~~~~~~~~-L-,;=:i
f
RAISED CROSSWALK DETAIL
I
I A
I
j TYPE 'A' --''---'--l--6' RAMP _J'
TYPE 'A'
RAMP
Invitation to Bid 08-0301R, Traffic Calming_Speed Hump Installation Services
Page 59 of63
·~ ~--~..:--2" T~ II" loot!" 2 V' ,.....,_ JI" ""91" a..eor... llcll TOP. '€l .. hll o,.,,;,.-Boll TOP 2 It' ,,....,. ,.. '""'"' u· :.-:., ... ~~. ~ TYPICAL -SPEED HUMP SIGN DATE: 09/i004 DTL-01 . N.T.S Invitation to Bid 08-030 lR, Traffic Calming_ Speed Hump Installation Services Page 60 of 63 ·
., ,
..
t------------------r,-.. -.. -.-,---------¥-,---------·--:o""e""r'"'E-CT ... A-8:~L-E_W_A_R"".N""l'."N"'."G':'S----=,;;::==-;=:---·--, ,.,,. .. ,
..... v .. .. -'~ ...... ....
l Ol!Tf:C1'Alll!
WA1UIINO IU~f'IIC!
PERPENDICULAR CURB RAM P
w.ntl11Klv.llit:1J<QTA:1Munro-•lWrA.C.C
'Vlt(f.ll'oloJjlJOIIIOIWt
'-TLIICltOfCUlll UIIC /"
Oii 1.1 NXW,l,Ll(l1111£
PERPENOICUl.l.AA. cvno RAMP (RETURNED CURO)
NOTG:" US.I: Oft.LY Oii llC.IIDC•TIM. 1Yf'li UH11!'18
DIAGONAL CURB RAMP (RETURNED CURB)
=::::O::•J:'.~i:":c~,,
COMBINATION CURB RAMP$
.,..-£.?:thNU
w..,u,i,...:,s.utl,.M:&
l"n'CAL&naDLO
M.LIIAMPSI\NIIDINGS.
icu•;~;H I.ANDINO
GENERAL NOTES FOR DETECTABLE WARNINGS
OH$10£W.t.lJt~(CUIUl1'Will'I) ~""'-"""w,toot,o 1.0.-tt .......... -111 ... ......, 1. C41111flllljll;flllld USM I ltalldal• n nilt 1~f11S...W. tlrailMtNtwlN4Mtl ~tdfl
Sd'"4.2tot:o.tTIUl~t,S~(TM).fhtwfat»•n1tontmtwtMit,.ilfl.ld;Olflirlt
tl,ffiOM,Mdffiflt.,,. lbtn. ,.,,.lll\4~1r'O'<M ti d~ rtd d~ Wll!!lhf wrfteit'4JtWlt.lD
..... ~CO!ltfllt,UIIM11~.......,.. ... ttltpl,l~L
2.~ll-lllngllftatMm.,t1111,r,,111.s.11tndflCCafc,a..Wto~ .
l . MpN'UIN*"9ntlhfncto!I tf"4t1trlln~a.VIIWM!'I .... ,....._
... ,,.... ... ,llldic:IM,.IJlfflQMllllocl!alllllr--.ctlllil~--·Ndl(Wflflfflf)~
s. o.ci.-11 dlMl9-"'* lt.f.'! M • .W.... _, .. Iii~ Ill h oihdiN "'"'"* !ta"" 11:4
1~t11eMl'l"¢llclO..~r•-11wl.,..'lflltt:.~1cc.11o.t.1tt1Wtl"llftl«.
t .DMtdl6o111_..._._.lb!1 1t.loc9"•1h1t1N ..,.Mntt,it,cml et111.111hn11!11 .trw1 ...,.
11-.'rrqnf!rl!o"'h""'~°'l!ltltCltsfCIIII. ~wanillif ,""*"••rWMMabttl&e c:::::::·· ~--~-~~.,-....~
wner,..t"'1
cur 'THROUGH AT MEDIAN ISLANDS
0.-!Mfl ....... ·~ :~~
SIDEWALK RAMP (CURB RAMP) GENERAL NOTES
t .A.11 .... _.,anft,_a..._b ... Th•MfllPNtlill,_1!9f,e tlM.twlM 1til<C'11111ttt0 .... r
.itollld O.l,IHd."4i,nlN!flt-~Ol'tf ... tt ....... ~,..--...... llr ..... .
Lt,,.~ ...... •lllwl4•1a4'.
). l.tMl.'lf9tulN4"1r .. 'w.lftl-...tltlt.,&llMIWll'lC....,_.ln t W,tlr~ ·-==-:=-'::" .,::~:=-~~ -:.:.::~0.:::::::1:.
$ .................... Ct .... ~ ... ~ .... Q/Ntf .... •""'-I'll i'III,.
t.. c ..... ,.......u.NWffiffc:"""•.,.M11..,•M•'lffMf•.,......, ... ww*•l..........,.wdt
-·--••111•. •NIM a..c..... U'>e •.._.. u,,,-. h ,..,_tlittt •t«l'l9r M<t1111khg Mll'IIM;,a
OIi MC-• 111111 •14•..,_.k IIJINllantlally ... ~ OtMf'Wk.11, .,.Villi! ll•!Ot'd •lollt.
1 OMalll.,.llllffliffl..,,..111 9"\~ffl!Ot~lllll'Ctilll'll-f t hets,_t,..Glt~"'
•. , • .._ ............... ,..~.,. .. lilollfflMl•llolfMI .. JoilMaMIIIIM-tll,''MOII 111ao1a,u ~-....... -~-·*-• ...... ttlntt.l9k._ ~o .i~~~~-:.:::;'/:,w"':,::".!,i.:u...~:C:!'~ •'-"-'" ... ""'·"'~.....,.-· .... '"""""''-no1 ,-.,11.c, -.-........ Clot •IOMd""""'aw,o,au..1-.-.. ...... hcledll'(ll\• 1£111--
,1. (.i.t ... ...._ 1' ... _.,, .... TA1i-· •-·"' "'•,.w ..i ... , ~......, ... -.... ~
1Z.II-M .... f bt -,1 ........ at•-••rtttMtl~M'lllftt11-II.
••idllf11t,..,....,.._.,~•N ..... ~....-11Mltoo~tt;..,III
~l,.fllNlololMJr.lflh~olM ........ 1,~0tl!tlli.,twMt,u.-....i...
1l.S..1t-.~.rtMl"*"""""tt M Nl~to)'•-..o~t.tte111-,,
lolhll ... of1ller~•--'-M~t,!a-ml11t 111'Nc.11 •-.... ~MIA•NIII
, .......... &llflt~• .. "Ml•'""' .... Cltf'll •...__ ......... ~ ...... ,,tt ...i.ii_.._._., .... ~,.lw(of 114•.._, ~-tk1M~.,.I!~-.,.
11 . ..,.°""" 1,-"t~..._.,..c.-11-....-a•111oe"""1. , •. en, -...m..,, on 1AN1 wv.t..,.. , ... ., ,.""ent ,,. ""'*,.. ....i ,rt tN ov,.
,_,...IHl)'IIIOllt.wMll'larn h-..QlrD.11111ec ... c:o111blrlllol-•••t11"-·
11. r..,.•IIIM INlt-1•WIM I011.~afoftot w.lllfiw •mtWMfoMfl'11rl1M
COIIAdwal,,-t thl .. "'-',ltoedlU.IIIIIWlll t loiM~IIIMt:lt.jt,2,'l'f.
11.S~*-thtllMfllll...,whttt tt..1111''-•Y Clllll ll~ff,u•n l.,...,.•lll.
11.H,-.o~,Cltt ..... ~"*"'l'IOl'btlla.c.ctlR.._Wtt!l,~.Ul(l tlflf'I Or'll'HI ,-~·~ ..... , ...... __ ltocriN llfl,,. •• i.. ... -.. ....
H . tl!o IIOnritl 1"1* 11119 JQftlo lPwlff .. fll"la'61N ttwwe•""" ll'M of trill ,...,_,,
21. n,. ...... 11tov1,., ... i.v111 _. ,<W ..,._,."" .w-111, u.it"' .,,..,.1,,. tti. •""•"'-' "'
t,,e!IIIW.
22. c-•e11 .. .,..,,..,.,__, ....... ,M,._~ ,11.u1 .. ,..et1.....,tt1,1all~bld r..-.....,...ot11!N)I.
D£P'r o r. TRAHSPO~~ f2!Tib_mt
~IC~~.'!'2~ -----·-'"T" __ .
SIDEWALK RAMP DETAILS