Loading...
HomeMy WebLinkAboutContract 37616 n�t�o0rrro� �— SPECIFICATIONS AND CITY SECRETARY I --. ..._Clrfamillmom CON i— C, NO. CONTRACT DOCUMENTS FOR BRICK PAVEMENT REPAIR (2008-27--- FOR CAMP BOWIE BLVD r IN THE CITY OF FORT WORTH, TEXAS CITY PROJECT NO. 01000 `f TPW PROJECT NO. C293-541200-207640100083 r 2008 r MIKE MONCRIEF DALE A. FISSELER, P.E. MAYOR CITY MANAGER GREG SIMMONS, P.E., ACTING DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT r .. GEORGE A. BEHMANESH, P.E., ASSISTANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT PREPARED BY No TRANSPORTATION AND PUBLIC WORKS DEPARTMENT INFRASTRUCTURE GROUP OF•r•., i S�r �* s • •e••es•e•soeeas•••� i •• �e•••e •3 +, 88823 :}r OFFICIAL RECORD CITY SECRETARY `/ Fr:WORTH, TX � ORIGINAL /S/ Page I of 2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 8/19/2008 DATE: Tuesday, August 19, 2008 LOG NAME: 20BRICK 2008-2 REFERENCE NO.: C-22980 SUBJECT: Authorize Execution of a Contract with C. Green Scaping Company, L.P., d/b/a Green Scaping Company, in the Amount of $175,175.00 for Brick Pavement Repair 2008-2 for Camp Bowie •• Boulevard _ RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with C. Green Scaping Company, L.P., d/b/a Green Scaping Company, in the amount of$175,175.00 for 90 working days for Brick Pavement Repair 2008-2 for Camp Bowie Boulevard. DISCUSSION: In the Fiscal Year 2007-2008, Contract Major Maintenance Program, various types of street maintenance techniques are grouped into specific contract packages. Brick pavement repair provides for the removal and replacement of damaged brick pavement funded from the Contract Street Maintenance Fund. The City also reserves the right to increase or decrease quantities of individual pay items within the contract, provided that the total contract amount remains within plus or minus 25 percent of the contract award. This project was advertised for bid in the Fort Worth Star-Telegram on May 22 and May 29, 2008. On June _ 26, 2008, the following bids were received- Bidders Amount C. Green Scaping Company, L.P. $175,175.00 Ed A. Wilson, Inc. $298,900.00 C. Green Scaping Company, L.P., is in compliance with the City's M/WBE Ordinance by committing to 14 .. percent M/WBE participation. The City's goal on this project is 14 percent. This project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the http://apps.cfwnet.org/council_packet/Reports/Mc_print.asp 8/22/2008 Page 2 of 2 Contract Street Maintenance Fund. TO Fund/Account/Centers FROM Fund/Account/Centers C293 541200 207640100083 $175.175.00 Submitted for City Manager's Office bv: Fernando Costa (8476) Ori inating Department Head: Greg Simmons (7862) Additional Information Contact: George Behmanesh (7914) http://apps.cfwnet.org/council_packet/Reports/mc_print.asp 8/22/2008 r SPECIFICATIONS AND CONTRACT DOCUMENTS FOR BRICK PAVEMENT REPAIR(2008-1) AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH,TEXAS CITY PROJECT NO. 01000 TPW PROJECT NO. C293-541200-207640100083 S -- Z JP- 7 NAJIB FeS,P.E. DATE INFRASCTURE MANAGER TRANSPORTATION AND PUBLIC WORKS DEPARTMENT S DAVI TOWNSEND,P.E. DATE ENGINEERING MANAGER WATER DEPARTMENT TABLE OF CONTENTS 1. Notice to Bidders 2. Special Instructions to Bidders 3. Prevailing Wage Rates 4. Proposal 5. Vendor Compliance 6. Minority and Women Business Enterprise Specifications 7. Special Provisions 8. Masonary Paving Specifications 9. Specification for Silicone Joint Sealing for Concrete Pavement 10. Item 360,Concrete Pavement(Modified Specification) 11. Contractor Compliance with Worker's Compensation Law 12. Certificate of Insurance 13. Equipment Schedule 14. Experience Record 15. Performance Bond 16. Payment Bond 17. Maintenance Bond 18. Contract 19. `Green' Cement Policy 20. Notice of Construction Detail 21. Project Designation Sign Detail 22. Other Details Sealed Proposals for the following: BRICK PAVEMENT REPAIR(2008-2) FOR CAMP BOWIE BLVD IN THE CITY OF FORT WORTH,TEXAS CITY PROJECT NO.01000 TPW PROJECT NO. C293-541200-207640100083 Submit package to City of Fort Worth, Purchasing Division, in the lower level of the Municipal Building, 1000 Throckmorton, Fort Worth, Texas 76102 until 1:30 P.M., Thursday, June 26, 2008, and then publicly read aloud at 2:00 p.m.,in the Council Chambers. a' As mandated by Fort Worth City Council Resolution 3535,all cement utilized for this project shall be procured from a kiln utilizing a dry kiln process or from any kiln that does not produce an excess of 1.71b of Oxides of _ Nitrogen(NO)emissions per ton of clinker produced. Bidder shall submit the `Green Cement Policy Compliance Statement' at the time of bid opening of the project. A copy of the Compliance Statement is included in the Contract Documents. Failure to comply with the `Green' Cement Policy shall be grounds for rejecting the bid as non-responsive. Specifications and Contract Documents for this project may be purchased for twenty dollars($20)per set at the office of the Transportation and Public Works Department, Municipal Office Building, 1000 Throckmorton Street,Fort Worth,Texas 76102. These documents contain additional information for prospective bidders. A pre-bid conference will be held at 10:00 A.M.Thursday,June 5,2008,in the Transportation and Public Works Conference Room,2nd Floor,Municipal Building,RM 270. The major work on the above-referenced project shall consist of the following: Paving Improvements: 100 L.F. Curb and Gutter Replacement 100 C.Y. Remove and Replace Concrete Base 10,000 S.F. Remove and Replace Brick Pavers _ Included in the above will be all other miscellaneous items of construction as outlined in the Plans and .Specifications. For additional information,please contact Riad Nusrallah,Street Program Manager at(817)392-2729. DALE A. FISSELER GREG SIMMONS,P.E.,ACTING DIRECTOR CITY MANAGER TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Advertising Dates: By: r May 22,2008 Riad Nusrallah,P.E. May 29,2008 Street Program Manager .W SPECIAL INSTRUCTIONS TO BIDDERS 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 5 percent of the largest possible 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 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. PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting the Transportation and Public Works Department at (817) 392- 2729. Bids that do not acknowledge all applicable addenda will be rejected. as non- responsive. M SPECIAL INSTRUCTIONS TO BIDDERS .. 4. AWARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest _ responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of forty-nine (49) City business days from the date that the M/WBE UTILIZATION FORM, PRIME .. CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City. 5. 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. The successful bidder shall be required to furnish bonding as applicable 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 of the Texas Government Code, as amended. A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. 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 material in the prosecution of the work. C. If the contract amount is in excess of$100,000, 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. D. A Two-year Maintenance Bond is required for all projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Paragraph 7 of the Special Provisions. To be an acceptable surety on the performance, payment and maintenance bonds, the surety must be authorized to do business in the state of Texas and meet all requirements of Texas Insurance Code, section 7.19-1. 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. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested 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 .. SPECIAL INSTRUCTIONS TO BIDDERS .. -2- 6. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 - General Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 7. EMPLOYMENT AND NON-DISCRIMINATION: The Contractor shall not discriminate against any person(s) because of sex, race, religion, color or national origin 4, and shall comply with the provisions of sections 13A-21 through 13A-29 of the Code of F the City of Fort Worth (1986), as amended, prohibiting discrimination in employment practices. F.. 8 WAGE RATES: All bidders will be required to comply with provision 5159a of "Vernons Annotated Civil Statutes" of the State of Texas with respect to the payment of ., prevailing wage rates as established by the City of Fort Worth, Texas, and set forth in Contract Documents for this project. �. 9. FINANCIAL STATEMENT: A current certified financial statement may be required by the Director of the Transportation and Public Works for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 10. INSURANCE: Within ten 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 Workers Compensation (statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or $250,000 property ' damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto', defined as autos owned, hired, and non- owned). Additional lines of coverage may be requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders-Item 16. ADDITIONAL INSURANCE REQUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional M• 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 F 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 SPECIAL INSTRUCTIONS TO BIDDERS ,,, -3- 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. ,r F. Deductible limits, or self-f ended 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. L. 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. 11. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non- resident'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 non-resident bidder to obtain a comparable contract in the state in which the non- resident'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 of majority F owner has its principal place of business in this state. SPECIAL INSTRUCTIONS TO BIDDERS ... -4- "Texas resident bidder" means a bidder whose principal place of business is in this r 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 the project is funded in whole or in part with 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 non-resident contractor to do so will automatically disqualify that bidder. 12. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 11923, as amended by Ordinance No. 13471, the City of Fort aw Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. The M/WBE Utilization Form, Prime Contractor Waiver Form and the Good Faith Effort Form, as applicable, must be submitted no later than 5:00 p. m. five (5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Transportation and Public Works Department ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. ■+ Failure to comply shall render your bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now .. known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information: 1. Name of Contract 2. Name of M/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project, the Contractor comply with the M/WBE Ordinance by complying with the following procedures: MW • A M/WBE Participation Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. • Reports are to be submitted monthly to the M/WBE Office, regardless of whether or .. not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month, place a "0" or "no participation" in the spaces provided, and provide SPECIAL INSTRUCTIONS TO BIDDERS r 5 1 a brief explanation. • The Contractor shall provide the M/WBE Office proof of payment to the M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as proof of payment: 1. Copies of submitted invoices with front and back copies of canceled check(s), OR 2. A notarized letter explaining, in detail: a Subcontractor/supplier Scope of Work b. Date when services were received from subcontractor/supplier c. Amounts paid to the subcontractor/supplier .. d. Original signatures from both parties must be included on this letter. • If the Contractor foresees a problem with submitting participation reports and/or •• proof of payment on a monthly basis,the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE .. Office explaining the request for the change or deletion. 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. a. All requests for changes must be reviewed and pre-approved by the M/WBE Office. b. If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a. Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office, 3rd floor - City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M/WBE) _ on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the 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 (other than a negligent misrepresentation) and/or.commission of fraud SPECIAL INSTRUCTIONS,TO BIDDERS -6- will result on the Contractor being determined to be irresponsible and barred from ,!,P! participating in City work for a period of time of not less than three years. 13. AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the proposal, the City reserves the right to adopt the most advantageous construction thereof or to reject the proposal. 14. PROGRESS PAYMENTS FINAL PAYMENT PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less 5% retainage) from the city for each pay period. b. Payment of the 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 completed, 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. 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. 15. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through October 31, with 6:00 a.m. - 10:00 a.m. being h" critical because emissions from this time period have enough time to bake in the hot atmosphere that leads to early afternoon ozone formation. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the AIR POLLUTION WATCH by 3:00 p.m. on the afternoon prior to the WATCH day. On designated AIR POLLUTION WATCH DAYS, the Contractor shall bear the responsibility of being aware that such days have been designated AIR POLLUTION WATCH DAYS and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for M periods in excess of 1 hour. However, the Contractor margin work prior to 10:00 a.m. if use of motorized equipment is less than 1-hour, or if equipment is new and certified by EPA as "Low � SPECIAL INSTRUCTIONS TO BIDDERS .r -7- .. Emitting", or equipment bums Ultra Low Sulfur Diesel (ULSD). diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours .between the hours of 7:00 a.m. - 6:00 p.m., on a designated AIR POLLUTION WATCH DAY, that day will be considered as a weather day and added onto the allowable weather days of a given month. 16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: A. Definitions: Certificate 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 workers' compensation insurance coverage for the person's or entity 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 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 other service 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 provide 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) for 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 City: SPECIAL INSTRUCTIONS TO BIDDERS �, -8- (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (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. E. 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 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 Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how F.. a person may verify coverage and report lack of coverage. I. 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; Ir (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; IL (4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity beginning work F" 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. SPECIAL,INSTRUCTIONS TO BIDDERS (6) notify the governmental entity in writing by certified mail or personal delivery, within ten 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 workers' 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 of misleading information may subject the contractor to administrative penalties, criminal penalties,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 which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "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 Workers' Compensation Act or other Texas Workers' 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 WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' 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." F "Call the Texas Workers' 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." 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any officers, members, agents or employees who engage in the performance of this contract shall, in SPECIAL INSTRUCTIONS TO BIDDERS -10- connection with such employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate .. against any 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 acting on their behalf, shall specify in solicitations or advertisements for employees to .� work on those 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. �r Contractor warrants that it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties ,. against City arising out of Contractor's alleged failure to comply with the Policy 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 or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply with the ADA's provisions and any other applicable federal, state, or .. local laws concerning disability and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the ADA in the performance of this contract. r END OF SECTION MW VW .r SPECIAL INSTRUCTIONS TO BIDDERS MW - 11- Classifications Hourly Rates Classifications Hrly Rts^ Air Tool Operator $10.06 Scraper Operator $11.42 Asphalt Raker $11.01 Servicer $12.32 Asphalt Shoveler $8.80 Slip Form Machine Operator $12.33 Asphalt Distributor Operator $13.99 Spreader Box Operator $10.92 Asphalt Paving Machine Operator $12.78 Tractor operator, Crawler Type $12.60 Batching Plant Weigher $14.15 Tractor operator, Pneumatic $12.91 Broom or Sweeper Operator $9.88 Traveling Mixer Operator $12.03 $13 Truck Driver-Sine AxleLihtBulldozer operator $10.91 Carpenter(Rough) $12.80 Truck Driver-Single Axle(Heavy) $11.47 Concrete Finisher-Paving $12.85 Truck Driver-Tandem Axle Semi-Trailer $11.75 Concrete Finisher-Structures $13.27 Truck Driver-Lowboy/Float $14.93 Concrete Paving Curbing Mach.O er. $12.00 Truck Driver-Transit Mix $12.08 Wagon Drill, Boring Machine, Post Hole Concrete Paving Finishing Mach.O er. $13.63 Driller $14.00 Concrete Paving Joint Sealer O er. $12.50 Welder $13.57 Concrete Paving Saw O er. $13.56 Work Zone Barricade Servicer $10.09 Concrete Paving Spreader O er. $14.50 Concrete Rubber $10.61 Crane,Clamshell, Backhoe, Derrick, Dragline, Shovel $14.12 Electrician $18.12 Fla er $8.43 Form Builder-Structures $11.63 _ Form Setter-Paving&Curbs $11.83 Foundation Drill Operator,Crawler Mounted $13.67 Foundation Drill Operator,Truck Mounted $16.30 Front End Loader $12.62 Laborer-Common $9.18 Laborer-Utility $10.65 Mechanic $16.97 Milling Machine Operator, Fine Grade $11.83 Mixer Operator $11.58 Motor Grader Operator(Fine Grade) $15.20 Motor Grader Operator, Rough Oiler $14.50 Painter, Structures $13.17 .. Pavement Marking Machine O er. $10.04 Pipe Layer $11.04 Roller, Steel Wheel Plant-Mix Pavements $11.28 Roller,Steel Wheel Other Flatwheel or Tamping $10.92 Roller, Pneumatic, Self-Propelled Scraper $11.07 Reinforcing Steel Setter(Paving) $14.86 Reinforcing Steel Setter Structure $16.29 Source is AGC of Texas Y (Hwy, Hvy, Utilities Industrial Branch) www.access.gpogov/davisbacon/ 5/4/2007 PROPOSAL TO: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH,TEXAS 76102 FOR: BRICK PAVEMENT REPAIR(2008-2) FOR CAMP BOWIE BLVD CITY PROJECT NO. 01000 TPW PROJECT NO.C293-541200-207640100083 Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans, specifications and the site,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 fully complete all the work as provided in the plans and specifications,and subject to the inspection and approval of the Director of the Transportation and Public Works Department of the City of Fort Worth. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding on and awarding the contract.The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (t) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance, Payment and Maintenance Bonds acceptable to and approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums,to-wit: SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM OUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 1 2 EA. Sign-Project Designation—Install @ Two Hundred Dollars & No Cents Per EA. $ 200.00 $ 400.00 104 2 100 L.F. Curb&Gutter—Remove&Replace @ 502 T-h i r-�-4-w b Dollars& S.P. _Cents Per L.F. $ 32. 0D $ 3.2-nD • DO P-1 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 104 3 100 C.Y. Concrete Base Repair-Remove y 314 &Replace @ S.P. 1'-iyr hurndrerl 4we-lde- Dollars& $ P'� $ 511 2.DO • D� i4c) Cents Per S.F. S.P. 4 10,000 S.F. Existing Brick Paver(Pavement) Remove&Replace @ iPrl Dollars& $ I D• 40 $ p , 00 nine Cents Per S.F. S.P. 5 2,000 S.F. Filling Existing Brick Paver Joints-Install @ 1=iy/f Dollars& si yhi Cents Per S.Y. $ 5. Lp y $ I l 200•C)D S.P. 6 100 L.F. Silicon Joint Sealing-Install @ i)nG Dollars& .Sey 0 "LLVC Cents Per S.Y. $ ►. T5 $ 175. p0 TOTAL BID $ 7 11` 00 Ache bri c k n D Longer makes Clay brj ck pavers WC found as a supp�l�r of concrefe brick pavers . P-2 This contract is issued by an organization which qualifies for exemption pursuant to the provisions 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 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 nine (90) Working 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 of Fort Worth,Texas. Within Ten (10) Calendar Days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond for the faithful performance of this contract.The attached deposit check in the sum of 5-% +D4-oi ;,id _ Dollars($ ) is to become the property of the City of Fort Worth,Texas,or the attached Bidder's Bond is to be forfeited in the event the contract and bond are not executed within the time set forth,as liquidated damages for delay and additional work caused thereby. The Contractor shall mobilize within ten (10)calendar days of the notice given by the Construction Engineer for any of the locations. If the contractor fails to begin the work within ten (10) calendar days,a$200 dollars liquidated damage will be assessed per Block per day. 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: Respectfully submitted, Addendum No.1 (Initials) /I- bl en SPaDrna. LP Addendum No.2(Initials)_ Company Name Addendum No.3(Initials)_ By: Signature (Seal) 6Ar-4-ice S &J=Cr7 Printed Name of Principal .. Address: gg l-J hawk five -ARN,TX 1 W Sd E-mail Address: C4r?P_r,)49 QreeriScnOiM.COM Date:I 1 2� Telephone: 911- S"11— q 29q P-3 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident 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 too underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non- resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident 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. Non-resident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our rincipal place of business or corporate offices are in the State of Texas. Bidder: -- C. 6eren ApAofna. tp Cur4it .T. 6reen Company FBy: (Please print) E- aWL ke . Address Signature f_ rJ N R T X -111 ) %D Vi ce Presi&4 City State Zip Title(Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION M/WBE REQUIRED DOCUMENTATION RECEIPT Transportation & Public Works F l Date: �1L_ll� Official Time: o� Bid Date: c)(-P /0 Project Name: ►a PC.y cwa* J Project Manager: A-d tiJuxsc," a Forms Submitted By L3 o P®s'd dl Of'M eve; U"(3 41 Name: Company: C . 6( Ce S L iLf Received By: - - F_O_,R�T�WORT H City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total,dollar value of the contact 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 ap Iicabl;e...: POLICY STATEMENT wow 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. M/WBE PROJECT GOALS ,.. The City's M/INBE goal on this project.is �:..Z_%of the total bid(Base bid applies to Parks and Community Services). ■w 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. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department,within the following times allocated,in order for the entire bid to be considered responsive to the specifications. T e�®ffero al! de r od eta Q'. a p o o fad y. a of W:ag! gP @ arm` a a�in¢ /#tore�sc�a t S c cam,ft�staal h�Kdoc rta�n a orrra,r #gat oeadA�fadril{ 1 no;t�acpted 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 MAMBE 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 erform 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 opening date. FAILURE:TO COMPLY WITH THE CITY'S MMBE ORDINANCE,WILL RESULT IN THE BID BEING CONSil7ERED .,. NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at(817)392-6104. �` Rev. 1111105 I +r ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime e PROJECT NAME: MNV/DBE NON-M/VV/DBE BID DATE Bn 4 2-00S-2 Ca ► 2 City's MIWBE Project Goal: Prime's M/WBE Project Utilization: PROJECT N MBER l 4- % Ill- Rio C 2R3-5+1 Zoo-20-7 U 40 I 8_ 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 MNVBE 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. Zw 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 MNVBEs 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-MNVBEs, including owner-operators,:but will only receive credit for the Fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev.5/30/03 I 'M ATTACHMENT IA FORT WORTH Page 2 of 4 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 u (check one) SUBCONTRACTORISUPPLIER n T N T Detail Detail Company Name i C X M SubcontractingWork Supplies Purchased Dollar Amount Address e M W T D W pp Telephone/Fax r B B R O B E E C T E _ A Co►�rbw N mod;M;x P.O.3()x i U 2 3 271 J Cix>Cr�fe SIJ�P)icr C4 WOr+i-1X "'a'Lal X /� 12�OCR thnc: 31-1- -1 59- 19101 Fax : 8IB--159- I'1llo Ram TCO I 22Z0 C arson S♦• Ire Jr?r M r-4. W�r+h, iX -1U111 �( X( tcxirds pl,orae S1-1- -7501- 19133 Wexe-t cons-hixb xi Fax Si1-'15� - 2'7g9 SUPPIle10 Rev.5130/03 ATTACHMENT1A FORT'WORTH Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e.,Minority,Women and non-MIWBEs. Please list M/WBE firms first,use additional sheets If necessary. Certification P (check one) c SUBCONTRACTORISUPPLIER T r Company Name i N T Detail Detail i Address M W C X I Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D E E R O E E C T E A Mw i i i Rev.5130/03 I .. ATTACHMENT 9A FORT WORTH Page 4 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 2!Yj DDD . 00 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ — TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 25 / 000 . DD 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 Offeror 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. AubftrWsd Si printedSlgnature� r� :). �tt� .T100 Contact Name/Title(if different) -1r��n �SCnr�it' Rig -5-1-7- g2201 / Company Name Telephone and/or Fax $°iri H8 k- Ave . C arecn arPt"rt cca rai r�o cr�,� Address E-mail Address '�- t. R. W. -a `I w W Diu ----� F Rev.5130103 ATTACHMENT I FORT WORTH Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: Check applicable block to describe rime M1W/DBE NON-M/W/DBE PROJECT NAME: BID DATE X'iCk PaVernei,4 ?e it City's M/WBE Project Goal: PROJECT NUMBER i % C 2q 3 - 5412od- 20'!to 4o l Do08 3 If both answers to this form are YES, do not complete ATTACHMENT 1 C(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 both answers are yes. Failure to complete this;form m``its e 11 ntirety and be,receivetl by the IVlanaging"Department on o.r before 5;00.: p m:.'ftve'C51 City business days after iid opening,exclusive of the bid opening date,will result in the bid being_consdered;;non responsive to.lid 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 project, NO 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. 14 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/WBE(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. �. Cott s S ��rPrn Authorized Signature Printed Signature V i re fires►&n� vier pr?sid6-4 `r Title Contact Name Of dlfferent) C -sc_ api►""1Li ! s!?-5`l-7-q2.q Rt'7-5��- °1331 Company Name T--�* Phone Number Fax Number awk /eve • [Q reeler� Emil Address Eil Ad Date Rev.5/30/03 .. ATTACHMENT 1C Page 1 of 3 FORT WORTH ----�. -- City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe rime PROJECT NAME: 1 t-P M/W/DBE. NON-M/W/DBE 131 vd . BID DATE 20 a City's MIWBE Project Goal: PROJECT NUMBER I q- % C 2 9 3- 5 4 - -1 $ 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. aw If the bidder's method of compliance with the MNVBE 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 MNVBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2" tier. (Use additional sheets,if necessary) List of Subcontracting Opportunities List of Supplier Opportunities . nGr�(C -- Rer, 45I3WD3 .. 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 Date of Listing I / _ 4 No 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 MNVBE 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 MMBE 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 fora 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,ten (10) or more, the bidder must contact at least two- thirds'(2/3) of the list.within I such, area of opportunity,I 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 necessary,and attach. �. Company Name Telephone Contact Person Scope of Work Reason for Rejection R Rev.41 if101€73 ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. Musa tit lir,rnikd hdWBE cu=lierS a nlale alp r +kir, ,�, ,P,ro�r_C+ axis � i� rnntr_Y�r°r! �Sf �or�cn�ii S di��jy Jib .� 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. --1'L�YtiSJ�Ct'C�.'] AaWo-rized—Signature Printed Signature VW Vain pres1 drn Vier_ L---rrsia-,n�- Title Contact Name and Title(if different) C. 1$0 n Company Name T Phone Number Fax Number VW M-1 NarA - Avg Careen ar -SCaQiQA•c-o Address Email Address; City/State2ip Date sa+.osn= Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH Joint Venture Eligibility Form v.r All questions must be answered;use"NA"if applicable- Name of City project: ri,C k_ tPZIVLmP_t'1_ i►r (20O R-2) rArvl p Zw e A joint venture form nwA be completed on t&project ' RFPBid/PurchasingNumber:C2.g3-_ril?-CO-2b-1 toi-D1DQD83 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms 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 joint venture M/WBE firm Non-M/WBE name: firm name: Business Address: Business Address: City,State,Zip: City,State,Zip: .w Telephone Facsi it -mail Telephone Facsimil a.r Cellular Cellular FT Certification Status: E-mail address Name of Certifying Agency: 2.Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: Describe the scope of work of the non-MA"E: -�4 as a F L,w. Hasa 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? Ar 4.Attach a copy of the joint venture agreement. MW � 5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) .. Profit and loss sharing: MW Capital contributions,including equipment: MW Other applicable ownership interests: UW MW 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 Payable and Receivable): .. Management decisions: a. Estimating - ------------ b. Marketing and Sales ----------------- ---------------------------- c. Hiring and Firing of management personnel ,.r. ------------------------------------- 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 amountstpercentages 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 outlined in the City's M/WBE Ordinance. Rev.5/30/03 Joint Venture Page 3 of _ 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 of M/WBE firm Name of non-M/WBE firm .� Printed Name of Owner Printed Name of Owner Signature o wner Signature of Owner C - r en Printed Name of Owner Printed Name f 0 er .. G Signature of Owner Signature of PwnerN MW Title Title Vice, esidw-+ Date Date MW Notarization State of Te X3 County of rZr-ar l-ll' On this 4LI day of Tune ,20 OL ,before me appeared 64er7 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. .r Notary Public SfaC�J Ge- e,11=1 STACYGEIGENMILLER Print Aiarne� '�' _ Notary Public,State of Texas My Commission Expires March 13,2010 _ rroinO i Notary Public Sim MW Commission Expires All 13.110 fteaq Rev_Yf=3 SPECIAL PROVISIONS FOR: BRICK PAVEMENT REPAIR(2008-1) FOR CAMP BOWIE BLVD CITY PROEJCT NO.01000 TPW PROJECT NO.C293-541200-207640100083 1. SCOPE OF WORK: The work covered by these details and specifications consists of the removal and replacement of existing brick paver (pavement) for Camp Bowie Blvd in like kind of damaged bricks. The work shall include all other miscellaneous items of construction to be performed as outlined in the details and specifications which are necessary to satisfactorily complete the work. Exact locations of the brick repair will be as directed by the Engineer in the field. The Contractor shall mobilize within ten (10) working days of the notice given by the Construction Engineer for any locations. If the contractor fails to begin the work within ten (10)working days,a$200 dollars liquidated damage will be assessed per block per day. It shall be the responsibility of the prospective bidder to visit the project sites and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should.be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. The contractor shall verify these locations with the Construction Engineer. At the sole discretion of the City, the City reserves the right to add, delete or substitute streets.in this contract. The City,also reserves the right.to increase or decrease quantities.of individual pay items within the contract provided that the total contract amount remains within plus or minus (f) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. Contractor may work during the day between 9:00 a.m. until 4 p.m. and/or at night,Monday thru Friday,between 6 p.m.to 6 a.m.and/or Saturday except for conflicting scheduled events. SP-1 Total quantities given in the bid proposal may not reflect actual quantities, but represent the best estimate based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. 2. AWARD OF CONTRACT: Contract will be awarded to the lowest responsible bidder. 3. SUBMITTALS FOR CONTRACT AWARD: The City reserves the right to require contractor who is the apparent low bidder(s) for a project to submit such information as the City,in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the information if requested may be grounds for rejecting the apparent low bidder as non-responsive.Affected contractors will be notified in writing of a recommendation to the City Council. 4. CONTRACT TIME: The Contractor agrees to complete the Contract within the allotted number of days. If the Contractor fails to complete the work within the number of days specified,liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas. The contract time will be counted from the date set at the pre-construction conference and will continue until a time the inspector determines the project is ready for a final inspection. At that time a final inspection will be scheduled. If in the opinion of the inspector the project has not been made ready, the final inspection will be cancelled and time will continue to be counted. A five working day period is required for the rescheduling of a final inspection. The Contractor also agrees to complete the final punch list within ten (10)working days after receiving it. If the Contractor fails to complete the work within ten (10) working days, the SP-2 countine of the number of days to complete the Contract will resume and liquidated damages shall be charged, as outlined in Part 1, Item 8,Paragraph 8.6,of the "General Provisions" of the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas. r 5. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule,the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: A. A letter will be mailed to the contractor by certified mail; return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. B. The Construction Engineer and the Director of the Transportation and Public Works Department will be made aware of the situation.If necessary, the City Manager's Office and the appropriate city council members may also be informed. C. Any notice that may, in the City's sole discretion, is required to be provided to interested individuals will distributed by the Construction Engineer. D. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Construction Engineer will, if necessary,then forward updated notices to the interested individuals. E. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. SP-3 6. RIGHT TO ABANDON: 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. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications,except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION- CITY OF FORT WORTH and STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH CENTRAL TEXAS. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. A copy of these specifications may be purchased at the Office of the Transportation and Public Works Department, 1000 Throckmorton Street, 2nd floor of the Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call- out for the pay item in the Proposal. If not shown, then applicable published specifications in any of these documents may be followed at the discretion of the Contractor. 8. CONTRACT DOCUMENTS: 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. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship,or both,for a period of two(2)years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. See Special Instructions to Bidders Item No. 14 for further requirements. SP-4 10. TRAFFIC CONTROL: The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "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. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer_(a,817-392-8712 at least 10 working days prior to the preconstruction conference. Althoush work will not beein until the traffic control panel has been reviewed. the Contractor's time will beoin in accordance with the time frame established in the Notice to the Contractor. 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,Signs and Markings Division(phone number 817-392-7738),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 re-installed,the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such.re-installation is completed. The Contractor shall limit his work within one continuous lane of traffic at a time to minimize interruption to the flow of traffic upon the approval of the City Engineer. Work shall not be performed during "peak traffic periods (7 a.m. to 9 a.m. and 4 p.m. to 6 p.m.)"; or, as determined by the.City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas.". Contractor may work during the day between 9:00 a.m. until 4 p.m. and/or at night,Monday thru Friday,between 6 p.nc to 6 a.m. and/or Saturday except for conflicting scheduled events. SP-5 The contractor will be responsible for coordination, of proposed construction activities, with public or private school administration. The proposed construction activities shall accommodate school operating schedules, including school bus/parent drop off and pick up periods. The contractor shall provide proper traffic and pedestrian control to ensure safety at all times. Construction areas shall be properly barricaded/fenced to prevent public entry. 11. PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any street in this contract, the contractor shall, prepare and deliver a notice/flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice/flyer shall be posted three (3) working days prior to beginning construction activity along each street. The flyer shall be prepared on the Contractor's letterhead and shall include the following: o Project name/Contract name o Project number o Expected dates of construction o Contractors and project inspector's contact information A sample notice/flyer is included in the contract documents. The Electronic version of the notice/flyer can be obtained from the Office of the Transportation and Public Works Department(817)392-2729 It will be the contractor's responsibility to create and distribute a follow-up notice/flyer informing residents if for any reason work should stop on a project for more than five (5) working days after construction begins. The flyer should also include the anticipated date of when the work will begin again. It will be the contractor's responsibility to re-distribute a three(3)working day notification/flyer prior to beginning the construction activity. In addition, all copies of the notice/flyer shall be delivered to the City inspector for his review prior to distribution. The contractor will not be allowed to begin construction on any street until the flyer is delivered to all residents of the street. All work involved with the notice/flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 12. PAYMENT: SP-6 Payment will be made to the contractor twice a month for work completed during the pay periods ending on the 1516, and the 30'h day of each month. Checks(less 5% retainage)will be sent to the contractor within the two(2)week window following each payment period. Payment of the retainage will be made with the final payment upon acceptance of the project. See Special Instructions to Bidders Item No. 14 for further requirements. 13. 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 and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. 14. 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 protect construction,as required by Engineer, by providing barricades. 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. Construction signing and barricades shall conform with the latest edition of the "Texas Manual on Uniform Traffic Control Devices,Vol.No. 1". 15. DISPOSAL OF SPOIL/FILL MATERIAL: SP-7 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) and a flood plain permit issued. All disposal sites must be approved by the Administrator to ensure the filling 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 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 the Department 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. No temporary storage of material, rubble, equipment or vehicles within parkway is allowed. Damage to sodded/landscaped areas shall be replaced at Contractor's expense to the satisfaction of City Engineer. 16. ZONING REOUIREMENTS: 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. 17. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 18. CONSTRUCTION SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference. This schedule shall detail all phases of construction, special coordination with SP-8 schools (see Item No. 10 Traffic Control for details), including project clean up, and allow the contractor to complete the work in the allotted time. Contractor will not move on to the job site nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in. Contract start date would be outlined in the pre- construction work order notice. Proiect schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. 19. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (1) 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 OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (2) 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. (3) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TXU Electric Delivery) 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 TXU Electric Delivery and shall record action taken in each case. (4) The Contractor is required to make arrangements with the TXU Electric Delivery for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (5) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph(3). 20. RIGHT TO AUDIT: SP-9 Contractor agrees that City shall, until the expiration of three (3) years after final payment under this contract is made by City, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of Contractor involving transactions relating to this contract. Contractor agrees that 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. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books,documents, papers and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with Article VI. City shall give the subcontractor reasonable advance notice of intended audits. Contractor and subcontractor agree to photocopy such documents as may be requested by City. City agrees to reimburse Contractor and/or subcontractor for the cost of copies at the rates as contained in the Texas Administrative Code at the time payment is made. 21. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: 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 City, 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, whet/ter or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers,servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor SP-10 either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed 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. 22. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that 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 that 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 approvable, 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 substitutes is procured by the Contractor. Where the term "or equal", 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 providing 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 the sub-section as related to "substitutions"shall be applicable to all sections of these specifications. 23. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor,at his own expense. 24. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project. site.Specific attention is directed to this equipment. 25. MATERIAL STORAGE: SP-11 Material shall not be stored on private property unless the Contractor has obtained written permission from the property Owner. A copy of the written permit shall be provided to the assigned inspector prior to utilization of the property. 26. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities,which may be encountered. 27. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". 28. CONSTRUCTION The City of Fort Worth maintains a "CONFINED SPACE ENTRY PROGRAM" for its employees and all contractors and their sub-contractors must comply with this program as a condition of the contract. All active sewer manholes, regardless of depth, are defined, as "permit required confined spaces".Contractors will be required to complete the "CONFINED SPACE ENTRY PERMIT" used by the Fort Worth Water Department (Field Operations Division) for each entry and possess and use the equipment necessary to comply with this program. The cost of complying with this program will be considered subsidiary to the pay items involving work in confined spaces(e.g.vacuum testing,cleaning,televising,construction, etc.). 29. WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than six(6)hours between 9:00 A.M.and 4:00 P.M.,with exceptions as permitted by the Engineer. Contractor may work during the day between 9:00 a.m. until 4 p.m. and/or at night,Monday thru Friday,between 6 p.m. to 6 a.m. and/or Saturday except for conflicting scheduled events. SP-12 30. `GREEN' CEMENT POLICY As mandated by Fort Worth City Council Resolution 3536,all cement utilized for this project shall be procured from a kiln utilizing a dry kiln process or from any kiln that does not produce an excess of 1.71b of NOx emissions per ton of clinker produced. All related costs for complying with the`Green' Cement Policy shall be considered subsidiary to the applicable project pay items. This policy shall also apply to all cement products including concrete and concrete products. The contractor shall complete and submit the `Green' Cement Policy Compliance Statement (included in the contract documents) at the time of bid opening of the project. Failure to comply with the `Green' Cement policy shall be grounds for rejecting the bid as non- responsive. During the term of the contract if cement meeting the above requirement is not available,and where cement from a non-compliant source must be utilized,the contractor shall furnish good faith effort documentation in form of letters from two North Texas cement manufacturers of `Green' Cement stating that no stock of`green' cement is available for the contractor at that time. These letters shall be considered valid for a maximum of one week after which new letters must be submitted to the Project Inspector if `green' cement continues to remain unavailable. 31. QUALITY CONTROL TESTING: (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 which 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. (c) Not less than 24 hours notice shall be provided to the City by the contractor 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. SP-13 (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. NON-PAY ITEM No. 1 -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.2-EXISTING UTILITIESNACILITIES: It shall be the contractors responsibility to notify the utility companies that he has commenced work on the project. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one. The following are utility contact persons: Company Telephone Number Contact Person SBC—Telephone 817-338-6202 Mr. Gary Tillory 214-384-3732 Cell TXU Electric Delivery: Downtown 817-215-6424 Mr. Scott King Other than Downtown 817-215-6688 Mr. Robert Martinez Atmos Energy(Gas) 817-215-4366 Mr. John Crane 469-261-2314 Cell CFW-Street Light 817-392-7738 Mr. James Turner CFW—Light Signal 817-392-2538 Mr. Frank Brock 817-392-2535 Mr.Monte Wilson CFW—Pavement Marking 817-392-8101 Mr.Marion Goodspeed CFW-Storm Drain 817-392-5196 Mr. Rodney Smithey CFW- Water 817-212-2699 Mr. Roger Hauser 817-925-2360 Cell CFW-Sewer 817-212-2699 Mr. Rick Davis SP-14 817-944-8399 Cell The contractor shall protect existing utilities and facilities. Existing brick pavers that are to remain in place shall be protected with due care. Any damages to existing utilities and facilities by the contractor shall be repaired @ the contractor's expense. NON-PAY ITEM NO.2-PROTECTION OF TREES,PLANTS,SOIL,ETC.: All property along and adjacent to the Contractor's operations including lawns, yards, irrigation systems, 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. 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 rights-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. NON-PAY ITEM NO.3—PROJECT CLEAN-UP: During the construction of this project, all parkways that are excavated shall be shaped, including bar ditches, and backfilled at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Engineer. The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be limited to: SP-15 • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of the roadway and residents' property If it has been determined that the jobsite has not been kept in an orderly condition,the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s)will be reduced by 25%. The Contractor shall make a final cleanup of each street as soon as the bricks have been constructed. No more than Seven (7) working days shall elapse after completion of construction before the roadway and right-of-way is cleaned and restored. Failure to do so will be cause to stop the contractor from starting work on other streets. Project time will not be suspended and a $200 charge per day will be made as liquidation damages. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. NON-PAY ITEM NO. 4—AGREEMENT OF QUANTITIES The streets will be measured and all quantities per street will be documented, a copy of the measured quantities will be provided to the contractor. If the Contractor in agreement of the measured quantities, then the Contractor is required to sign it and return it with in ten (10) working days. If the Contractor is not in agreement, then the Contractor is required to, within five (5) working days, arrange a field trip with the assigned inspector to show proof of the difference. PAY ITEM NO. 1 Sian-Project Designation—Install: The contractor shall construct and install two (2) Project Designation Signs and 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 enclosed detail. The quality of the paint, painting and SP-16 lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of% inch fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place 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 unit price bid per each will be full payment for materials including all labor, equipment,tools and incidentals necessary to complete the work. PAY ITEM NO.2 Curb& Gutter—Remove&Replace: This item shall include the removal and replacement of failed existing curb and gutter in sections, as designated by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item, see the Green Cement Policy (enclosed), and City Standard City Specifications,Item No. 104 "Removing Old Concrete",Item No.502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S5B. Pay limits for laydown curb and gutter are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut the curb and gutter and/or pavement prior to removal. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seven (7)days. Top soil as per specification Item No. 116 "Top Soil", if needed,shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system,etc.,if damaged during construction,shall be replaced with same or better at no cost to the City. Backfill for curb and gutter shall be completed within three (3)working days from the day of completion of the curb and gutter. If the contractor fails to complete the work within three(3) working days,a$100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials,labor,equipment and incidentals necessary to complete the work. SP-17 PAY ITEM NO.3-6" Concrete Base Repair—Remove&Replace: This item shall include the removal and replacement of concrete base as directed by the Engineer at locations where the existing base is to be removed, the concrete base shall be cut,sawed or scored,so as to maintain an even,straight pavement cut in connection with the excavation process. Removal of existing brick pavement for base repair shall be paid for under Pay Item No. 4 Brick Paver(Pavement)—Remove&Replace. Where the existing concrete base is reinforced, the reinforcement shall be cut at the centerline of the excavation and bent back to accommodate the excavation process. The steel shall be thoroughly cleaned and reused if possible. New steel of same size shall be provided for a 20" lap,and tied. The removed concrete base shall be loaded into trucks upon removal and hauled away from the job site as directed by the Engineer. In no case shall the removed concrete base be stockpiled on the job site. Concrete base shall be replaced with reinforced concrete. Reinforcing steel required shall be No. 3 bars of 24" C-C both ways. Where existing reinforcing concrete base surpasses the minimum requirements described above, it shall be replaced in kind. Said reinforcing steel shall be anchored by ties to the existing cut steel bars, if any exist. Expansion joints shall be provided in the base. The Standard Specifications Item No. 104 "Removing Old Concrete" and Item No. 314 "Concrete Pavement" shall govern with the following exception: 314.4 "Concrete Mix Design and Control" shall be changed to read, "The concrete shall be designed for a minimum compressive strength of 3000 pounds per square inch at the age of two(2)days for either Type I or Type III cement. The price bid per cubic yard as shown on the proposal will be full payment for all materials including all labor,equipment and incidentals necessary to complete the work. PAY ITEM NO.4—Existing Brick Paver(Pavement)—Remove&Replace: SP-18 This item will include the removal and replacement in like kind of damaged bricks paver. Contractor shall match existing brick pavers as directed by the Engineer and as shown in the enclosed details. Clean up shall be done at the end of every working day. In no case shall the removed material,trash,and debris stockpiled on site. Existing brick pavers may be re-used only if approved by the Engineer. Existing paving bricks that do not meet the required specifications for re-use shall be delivered to the City Stock pile yard at 3300 Yuma Street. The Contractor shall furnish new brick pavers. This item shall be governed by all applicable provisions of the enclosed details and specifications. The price bid per square foot as shown in the proposal shall be full payment for all materials including all labor, new brick, excavation, equipment and incidentals necessary to complete the work. PAY ITEM NO. 5—Filling Existing Brick Paver Joints: This item is for filling empty joints between existing brick pavers on sidewalk and on street, and it shall be directed and approved by the Engineer. This item shall be governed by all the enclosed masonry paving specifications, details, and special provisions. The price bid per square foot as shown on the proposal shall be full payment for all materials including all labor,equipment and incidentals necessary to complete work. PAY ITEM NO.6-SILICONE JOINT SEALING: This item shall include providing and installing joint sealing for concrete pavement, curbs and sidewalk,etc.,per attached details and specification for silicone joint sealing. The unit price bid per linear feet (L.F.) shall be full payment for all labor, material, equipment,supplies,and incidental necessary to complete the work. END OF SECTION SP-19 MASONARY PAVING SPECIFICATIONS Part 1 —GENERAL 1.01 QUALITY ASSURANCE: A. Installer: Subcontract masonry paving work to a firm with not less than 5 years of successful experience in the required type of paving application. B. Sample Installation: Prior to installation of masonry paving work, fabricate sample panel using materials, pattern and joint treatment indicated for project work, including special features for expansion joints and contiguous work. Build panel at the site, as directed, of full thickness and approximately 4' x 4', unless otherwise indicated. Provide range of color, texture and workmanship to be expected in the completed work. Obtain Architect's acceptance of visual qualities of the panel before start of masonry paving work. Retain panel during construction as a standard for judging completed masonry paving work. Do not move or destroy sample panel until work is completed. C. Do not change source of brands for masonry units, setting materials, or grout during progress of work. 1.02 SUBMITTALS: A. Product Data: Submit manufacturer's technical data for each manufactured product, including certification that each product complies with specified requirements. B. Samples: 1. For verification purposes submit the following: a. Manufacturers testing certification. b. Masonry paving unit samples for each type of masonry paving required. Include in each set the full range of exposed color and texture to be expected in the completed work. 1.03 PRODUCT HANDLING: - 1 - A. Protect masonry materials during storage and construction against wetting by rain, snow or ground water and against soilage or intermixture with earth or other types of materials. B. Protect grout and mortar materials from deterioration by moisture and temperature. Store in a dry location or in waterproof container. Keep containers tightly closed and sway from open flame. Protect liquid components from freezing. 1.04 JOB CONDITIONS: A. Cold Weather Protection: 1. Frozen Materials: Do not use frozen materials or materials mixed or coated with ice or frost. 2. Frozen Work: Do not build on frozen subgrade or setting beds. Remove and replace masonry work damaged by frost or freezing. B. Weather Limitations: Protect masonry against freezing when atmospheric temperature is 40° F (4°C) and falling. Heat materials and provide temporary protection of completed portions of masonry work. Comply with requirements of BIA Technical Notes, No 1A, "Cold Weather Masonry Construction—Construction and Protection Recommendations". C. Hot Weather Requirements: Protect masonry in hot weather to prevent excessive evaporation of settling beds and grout. Provide artificial shade, wind breaks and use cooled materials, as required. PART 2—PRODUCTS 2.01 MASONRY PAVING UNITS: A. Paving Brick: Solid (uncored) brick of modular size, 2-1/4" x 3-5.8" x 7- 5.8" except as indicated, complying with ASTM C 216, Type FBS, Grade SW, except as indicated below: 1. Average Compressive Strength: Not less than 10,500psi. 2. Cold Water Absorption: Not more than 4% after 24 hour submersion in cold water. - 2 - 3. Freezing and Thawing: No breakage and not more than 0.5% loss in dry weight of any individual unit after 100 cycles of freezing-and-thawing test. 4. Color and Texture: Provide Bennett Blend 2 Velour Solid as manufactured by Acme Brick Company or approved equal. Verify to match existing brick paver of sidewalk and pavement. 2.02 SETTING MATERIALS: A. The mortar setting bed shall consist of: 1. 1 part Portland cement—ASTM C150,Type 1 2. '/a part hydrated lime by volume—ASTM C207, Type 5 3. 3 parts damp sand — ASTM C144 (for high-bond mortar, gradation in accordance with additive manufacturer's recommendations). 4. Add water to obtain stiff mix—water shall be potable quality. B. The wet mortar joint filler shall consist of: 1. 1 part Portland cement—ASTM C150, Type 1. 2. 3 parts dry sand—ASTM C144. 3. Add water to obtain a wet mix. C. High bond mortar mix shall consist of: 1. 1 sack Portland cement—ASTM C150,Type 1 2. 50 pounds workability additive—"A" Marble Dust by Armco Steel Corp., Piqua Quarries, or Ute Dolomite Limestone by U.S. Lime Division of Flintkote Corp., or Micro Fill No. 2 by Pure Stone Co.,Marble Falls,Texas. 3. 3'/a cubic feet of sand—ASTM C144 4. 4 gallons of high bond additive — Sarabond Liquid Mortar Additive by the Dow Chemical Co. 5. Mix with water in accordance with High Bond Additive manufacturer's recommendations. - 3 - PART 3—EXECUTION 3.01 INSTALLATION, GENERAL: A. Concrete surfaces to receive pavers shall be dry, clean, free of oily or waxy films, film, and level. Pavers shall be set in the patterns shown in the field with uniform tight '/-inch joints. Pavers with chips, cracks, or voids shall not be used. The setting bed mixture shall be spread and screeded to a true plane and shall be limited to that amount that can be covered with pavers before initial set. B. Pavers shall be se in 1-inch layer of neat cement paste over setting bed. Tamped into full contact with the mortar bed to a level plane. Do not se large areas of pavers for later leveling. After pavers are set and cleaned free of mortar, fill joints with mortar completely filling voids. Remove excess dry joint filler mixture and fog surface with fine water spray. Alignment tolerances maximum are '/4 inch in 20 feet and V2 inch in 40 feet or more. Surface tolerance shall be at maximum +/- 1/8 inch in 8 feet noncumulative. Tolerances shall be checked continuously as work progresses so that nonconforming areas can be corrected before mortar sets. C. All required cutting of pavers to fit shall be done by motor driven masonry saw with a sharp diamond blade. Exposed broken edges will not be allowed. D. A seven day damp cure is required. Barricades shall be employed to restrict traffic during the seven day cure period. After the seven day damp cure period, clean the surface with stiff brush and brick manufacturer's recommended cleaning solution in increments not exceeding 100 square feet, .leaving surface clean and free of mortar and grout stains. E. Brick paver's subcontractor shall have at least five years of experience in brick paving and their previous work will be reviewed by the Engineer prior to start of brick paving. F. Alignment and surface tolerances will be checked and enforced. The Contractor shall make provisions that brick pavers can meet these tolerances as they are supplied. Imperfections in the brick dimensions and surfaces will not constitute as reasons to accept inferior paving and the work will be rejected. G. At the end of each day, paved areas shall be sprayed with a fine mist of water. The joints shall be filled within three days after the pavers are set. The paved area shall be sprayed until the joints are filled. Brick surface shall be swept and kept clean at all times in order to avoid penetration of cement into the brick surface. - 4 -. H. Where directed by the Engineer, 6" reinforced concrete base will be placed under proposed brick pavement. Standards Specifications Item 314.4 shall apply except as hereinafter modified. Design mix shall be modified to read, "The concrete shall be designed for a minimum compressive strength of 3,000 pounds per square inch at the age of two (2) days for either type I or type III cement". Reinforcing shall consist of No. 3 bars at 24" on center both ways. Payment will be made at the unit price bid per square foot and shall be full compensation for the construction of brick pavers and incidentals thereto. 3.02 REPAIR, POINTING, CLEANING AND PROTECTION: A. Remove and replace masonry paving units as directed by the Engineer which are loose, chipped, broken, stained or otherwise damaged, or if units do not match adjoining units as intended. Provide new units to match adjoining units and install in same manner as original units,with same joint treatment to eliminate evidence of replacement. B. Pointing: during tooling of joints, enlarge voids or holes and completely fill with mortar or grout. Point-up joints at sealant type joints to provide a neat, uniform appearance, properly prepared to application of sealant. C. Cleaning: Remove excess mortar/grout from exposed brick surfaces,wash and scrub clean. D. Protect masonry paving installations from deterioration, discoloration or damage during subsequent constructions and until acceptance of work, in compliance with recommendations of installer and paving until manufacturer. - 5 - CITY OF FORT WORTH,TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING FOR CONCRETE PAVEMENT (Revision 1,October 18, 1989) (Revision 2,May 12, 1994) (Revision 3,June 23,2005) 1. SCOPE This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2.(11) `Joint Sealing Materials"of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION- CITY OF FORT WORTH,and Item 2.210"Joint Sealing"of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH TEXAS COUNCIL OF GOVERNMENTS. 2. MATERIALS 2.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification. Before the installation of the joint sealant,the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint sealant meet these requirements. 2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated,documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems. Verifiable documentation shall be submitted to the Engineer. Acetic acid cure sealants shall not be accepted. The silicone sealant shall be cold applied. 2.3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation,Midland,MI 48686-0994 (Dallas, Texas Distributor 972-243-0676), or an approved equal. See testing requirements at the end of this document. (Rev. 3,June 23,2005) 2.4 The joint filler stop shall be of a closed cell expanded polyethylene foam backer rod for contraction and construction joints and polyethylene bond breaker tape for expansion joints,of sufficient size to provide a tight seal. (Rev. 3,June 23,2005) Y The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. Reference is made to the various enclosed P-I joint details with their respective dimensions. (Rev. 3,June 23,2005) 3. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement,the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the joint details or as directed by the Engineer within 12 hours of the pavement placement. (Note that for the"dummy"joints,the initial 1/4 inch width "green"saw-cut and the"reservoir"saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of two (2)days. Then the saw cuts for the joint sealant reservoir shall be made,the joint cleaned,and the joint sealant installed. During the application of the joint sealant,the weather shall not be inclement and the temperature shall be 40F(4C) and rising.(Rev. 3,June 23,2005) 4. EQUIPMENT 4.1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows: 4.2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 4.3 High Pressure Water Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 4.4 Air Compressors: The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 4.5 Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 4.6 Injection Tool: This mechanical device shall apply the sealant uniformly into the joint. 4.7 Sandblaster:The design shall be for commercial use with air compressors as specified in Paragraph 5.3. (Rev.3,June 23,2005) P-2 4.8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination. They shall be compatible with the join depth and width requirements. 5. CONSTRUCTION METHODS 5.1 General: The joint reservoir saw cutting,cleaning, bond breaker installation,and joint sealant placement shall be performed in a continuous sequence of operations. 5.2 Sawing Joints: The joints shall be saw-cut to the width and depth as shown on the joint details. The faces of the joints shall be uniform in width and depth along the full length of the joint. (Rev.3,June 23,ZOOS) 5.3 Cleaning Joints: Immediately after sawing,the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent joint contamination. When the Contractor elects to saw the joint by the dry method,flushing the joint with high pressure water may be deleted. The dust resulting from the sawing shall be removed from the joint by using compressed air.(Paragraph Rev. 1, October 18, 1989) After complete drying,the joints shall be sandblasted. The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate,one directional passes.Upon the termination of the sandblasting,the joints shall be blown-out using compressed air. The blow tube shall fit into the joints. The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found,the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning,the bond breaker and sealant shall be placed in the joint. Open,cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape: The bond breaker rod and tape shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape,the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F(4C). Joints shall not be sealed unless they are clean,dry and frost -free, (Rev. 3,June 23,2005) P-3 Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition. _ Traffic shall not be allowed on the fresh sealant until it becomes tack-free. (Rev. 3, June 23,2005) Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the Engineer the acceptable method for sealant installation. The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. 6. WARRANTY The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City. Also,the Contractor shall provide the Engineer a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for two years after final acceptance of the completed work by the Engineer. (Rev. 3,June 23, 2005) 7. BASIS OF PAYMENT Payment will be made at the Contract bid item unit price bid per linear foot(L.F.)as which price shall be full compensation for furnishing all materials and for all preparation, delivery, and application of those sealing materials and for all labor,equipment,tools and incidentals necessary to complete the silicone joint sealing in conformity with these specifications. (Rev. 3,June 23,2005) P-4 NOTE: THIS SPECIFICATION HAS BEEN MODIFIED TO DELETE NON- APPLICABLE ITEMS FOR USE AS A GUIDE SPECIFICATION FOR CITY STREETS.' item 360 CONCRETE PAVEMENT 300.1. Description. Construct Portland cement concrete pavement with or without curbs on the concrete pavement. 300.2. Materials. A. Portland Cement Concrete. Provide Portland cement concrete to meet a minimum compressive strength of 3,Od0 psi at 28 days; unless shown otherwise in the confmct documents. Use Class A concrete for curbs that are placed separately from the pavement. Provide concrete that is workable and cohesive, possesses satisfactory finishing qualities, and conforms to the mix design and mix design slump. B. Reinforcing Steel. Provide Grade 60 deformed steel for bar reinforcement. Provide approved positioning and supporting devices (baskets and chairs) capable of securing and holding the reinforcing steel in proper position before and during paving. Provide corrosion protection when shown on the plans. I. Dowels. Provide Grade 60 smooth, straight dowels of the size shown on the plans, free of burrs or deformations. Coat dowels with a thin film of grease or other approved de-bonding.material. Provide dowel caps•on the lubricated end of each dowel bar used in an expansion joint. Provide dowel caps filled with a soft compressible material with.enough range of movement to'allow complete closure of the expansion joint. 2. Tie ¢ors. Provide straight deformed steel be bars. Provide either'multiple-piece be bars or single-piece tie bars as shown on the plans:Provide multiple-piece tie bars composed of 2 pieces of deformed reinforcing steel with a coupling capable of developing a minimum tensile strength of 125% of the design yield strength of the deformed steel when tensile-tested in-the assembled configuration. Provide a minimum length of 33 diameters of the deformed steel in each piece. Curnig'Materiials. Provide Type 2 membrane curing compound conforming to DMS-4650, "Portland Cement Concrete Curing Materials and Evaporation Retardants." D. Epoxy. Provide Type ill epoxy in accordance with DMS-6100, "Epoxies and Adhesives,"for installing all drilled-in reinforcing steel. E. Evaporation Retardant. Provide evaporation retardant conforming to DMS-4650, "Portland Cement Concrete Curing Materials and Evaporation Retardants." F. Joint Sealants and Fillers. Provide Class 5 or Class 8 joint-sealant materials and fillers'unless otherwise shown on the plans or approved and other sealant materials of the size,shape, and type shown on the plans in accordance with DMS-6310, "Joint Sealants and Fillers." 300.3. 1 Equipment. Furnish and maintain all equipment in good working condition. Use measuring, mixing, and delivery equipment conforming to the requirements of Item 421, "Portland Cement Concrete."Obtain approval for other equipment used. CP--� A. Placing, Consolidating, and Finishing Equipment. Provide approved'self- propelled paving equipment that uniformly distributes the concrete with minimal segregation and provides a smooth machine-finished consolidated concrete pavement conforming to plan fine and grade. Provide an approved automatic grade control system ott slip forming equipment. Provide approved mechanically operated finishing floats capable of producing a uniformly smooth pavement surface. Provide equipment capable of providing a fine, fight water fog mist. Provide mechanically operated vibratory equipment capable of adequately consolidating the concrete. Provide immersion vibrators on the paving equipment at sufficiently close intervals to provide uniform vibration and consolidation of the concrete over the entire width and depth of the pavement and in accordance with the manufacturer's recommendations. Provide immersion vibrator units that operate at a frequency in air of at least 8,000 cycles per minute. Provide enough hand-operated immersion vibrators for timely and proper consolidation of the concrete along forms, at joints and in areas not covered by other vibratory equipment. Surface vibrators may be used to supplement equipment-mounted immersion vibrators. Provide tachometers to verify the proper operation of all vibrators. For small or irregular areas or when approved, the paving equipment described in this Section is not required. B. Forming Equipment. 1. Pavement Forms. Provide metal or wood side forms of sufficient cross-section, strength, and rigidity to support the paving equipment and resist the impact and vibration of the operation without visible springing or settlement. Use forms that are free from detrimental kinks, bends, or warps that could affect ride quality or alignment. Provide flexible or curved metal or wood forms for curves of 100-ft<. radius or less. .2. Curb Forms. Provide curb forms for separately placed curbs that are not slipformed that conform to the requirements of item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." C. Reinforcing Steel inserting Equipment. Provide inserting equipment that accurately inserts and positions reinforcing steel in the plastic concrete parallel to the profile grade and horizontal alignment in accordance to plan details. D. Texturing Equipment. 1. Carpet Drag. Provide a.carpet drag mounted on a work bridge or a moveable support system. Provide a single piece of carpet of sufficient transverse length to T span the full width of the pavement being placed and adjustable so that a sufficient longitudinal length of carpet is in contact with the concrete being placed to produce the desired texture. Obtain approval to vary the length andwidth of the carpet to accommodate specific applications. Use an artificial grass-type carpet having a molded polyethylene pile face with a blade length of 518 in.to 1 in:, a minimum weight,of 70 oz. per square yard, and a strong,durable, rot- resistant backing material bonded to the facing. 2. Tining Equipment. Provide a self-propelled transverse metal tine device equipped with 4-in. to 6-in. steel tines and with cross-section approximately 1132 in.thick by 1112 in.wide, spaced at 1 in., center-to-center. Hand-operated fining equipment that produces an equivalent texture may be used only on small or.irregulady shaped areas or, when permitted, in emergencies due to equipment breakdown. E. Curing Equipment. Provide a self-propelled machine for applying membrane curing compound using mechanically pressurized spraying equipment with atomizing nozzles. Provide equipment and controls that maintain the required uniform rate of application over the entire paving area. Provide curing equipment that is independent of all other equipment when production rates are such that the first application of membrane curing compound canndt be accomplished immediately after texturing and after free moisture has disappeared. Hand-operated pressurized spraying equipment with atomizing nozzles may only be used on small or irregular areas or, when permitted, in emergencies due to equipment breakdown. F. Sawing Equipment Provide power-driven concrete saws to saw the joints shown on the plans. Provide standby power-driven concrete saws during concrete sawing operations. Provide adequate illumination for nighttime sawing. G. Grinding Equipment.When required, provide self-propelled powered grinding equipment that is specifically designed to smooth and texture concrete pavement using circular diamond blades. Provide equipment with automatic grade control capable of grinding at least a 3-ft.width longitudinally in each pass without damaging the concrete. 300.4. Construction. Obtain approval for adjustments to plan grade-line to maintain thickness over minor subgrade or base high spots while maintaining clearances and drainage. Maintain subgrade or base in a smooth, clean, compacted condition in conformity with the required section and established grade until the pavement concrete is placed. Keep subgrade or base damp with water sufficiently in advance of placing pavement concrete.Adequately light the active work areas for all nighttime operations,if - required. A. Reinforcing Steel and Joint Assemblies.Accurately place and secure in position all reinforcing steel as shown on the plans. Place dowels at mid-depth of the pavement slab, parallel to the surface. Place dowels for transverse contraction joints parallel to the pavement edge.Tolerances for location and alignment of dowels will be shown on the plans.Stagger the longitudinal reinforcement splices to avoid having more than 1/3 of the splices within a 2-ft. longitudinal length of each lane of the pavement. Use multiple piece fie bang or drill and epoxy grout tie bars at longitudinal construction joints. 1. Manual Placement. Secure reinforcing bars at alternate intersections with wire ties or locking support chairs.Tie all splices with wire. 2.. Mechanical Placement If mechanical placement of reinforcement results in steel misalignment or improper location, poor concrete consolidation, or other inadequacies, complete the work using manual methods. B. Joints. Install joints as shown on the plans. Clean and seal joints in accordance with Item 438, °Cleaning and Sealing Joints and Cracks (Rigid Pavement and Bridge Decks).'Repair excessive spalling of the joint saw groove using an approved method before installing the sealant. Seal all joints before opening the pavement to �• all traffic.When placing of concrete is stopped, install a rigid transverse bulkhead, accurately notched for the reinforcing steel and shaped accurately to the cross- section of the pavement. ' T 1. Placing Reinforcement at Joints.Where the plans require an assembly of parts at pavement joints, complete and place the assembly at the required location and elevation with all parts rigidly secured in the required position.Accurately notch .. joint materials for the reinforcing steel. C P-3 : • t 2. Curb Joints. Provide joints in the curb of the same type and location as the adjacent pavement. Use expansion joint material of the same thickness, type, and quality required for the pavement and of the section shown for the curb. Extend expansion joints through the curb. Construct curb joints at all transverse pavement joints. For.non-monolithic curbs, place reinforcing steel into the plastic concrete pavement as shown on the plans unless otherwise approved. Form or saw the weakened plane joint across the full width of concrete pavement and through the monolithic curbs. C. Placing abd Removing Forms. Use clean and oiled forms. Secure forms on a base or firm subgrade that is accurately graded and that provides stable support without deflection and movement by form riding equipment. Pin every form at least at the middle and near each end.:Tightly join and key form sections together•to prevent relative displacement. Set side forms far enough in advance of concrete placement to permit inspection. Check conformity of the grade, alignment, and stability of forms immediately before placing concrete, and make all necessary corrections. Use a straightedge or other approved method to test the top of forms to ensure that the ride quality requirements for the completed pavement will be met. Stop paving operations if forms settle or • deflect more than 118 in. under finishing operations. Reset forms to line and grade, and refinish the concrete surface to'correct grade. Avoid damage to the edge of the pavement when removing forms. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hr. after form removal unless otherwise approved. Clean joint face and repair honeycombed or damaged areas within 24 hr. after a bulkhead for a transverse construction joint has been removed unless otherwise approved. When forms are removed before 72 hr. after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. Fors that are not the same depth as the pavement but are within 2 in. of that depth are permitted if the subbase is trenched or the full width and length of the for base is supported with a firm material to produce the required payeriment thickness. Promptly repair the form trench after use. Use flexible or curved.wood or metal forms for curves of 100-ft. radius or less. D. Concrete Delivery. Clean delivery equipment as necessary to prevent accumulation of bid concrete before loading fresh concrete. Use agitated delivery equipment for concrete designed to have a stump of more than 5 In. Segregated concrete is subject to rejection. Place agitated concrete within 60,min. after batching. Place non-agitated concrete within 45 min. after batching. in hot weather or under conditions causing quick setting of the concrete, times may be reduced by the Engineer. lime limitations may be extended if the Contractor can demonstrate that the concrete can be properly placed, consolidated, and finished without the use of additional water. E. Concrete Placement. Do not allow the pavement edge to deviate from the established paving line by more than 1/2 in. at any point. Place the concrete as near as possible to its final location, and minimize segregation and rehandling.Where 7 .•; hand spreading is necessary, distribute concrete using shovels. Do not use rakes or Vibrators to distribute concrete. 1. Pavement. Consolidate all concrete by approved mechanical vibrators operated on the front of the paving equipment. Use immersion-type vibrators that simultaneously consolidate the full width of the placement when machine . ' finishing. Keep.vibrators from dislodging reinforcement. Use hand-operated cP�� , vibrators to consolidate concrete in areas not accessible to the machine-mounted vibrators. Do not operate machine-mounted vibrators while the paving equipment is stationary. } 2. Temperature Restrictions. Place concrete that is between 40OF and 95OF at the time of discharge, except that concrete may be used if it was already in transit when the temperature was found to exceed the allowable maximum.Take immediate corrective action or cease concrete production when the concrete- temperature exceeds 95°F. Do not place concrete when the ambient temperature in the shade is below 40*F and falling unless approved. Concrete may be placed when the ambient ' temperature in the shade is above 35°F and rising or above 40°F.When temperatures warrant protection against freezing, protect the pavement with an a approved insulating material capable of protecting the concrete for the specifed curing period. Submit for approval proposed measures to protect the concrete' from anticipated freezing weather for the first 72 hr. after placement..Repair or replace all concrete damaged by freezing. F. Spreading and Finishing. Finish all concrete pavement with approved self- propelled equipment. Use power-driven spreaders, power-driven vibrators, power- driven strike-off, and screed, or-approved alternate equipment. Use the transverse finishing equipment to compact and strike off the concrete to the required section, and grade without surface voids. Use float equipment for final finishing. Use concrete With a consistency that allows completion of all finishing operations without addition of water to the surface. Use the minimal amount of water fog mist necessary to maintain a moist surface. Reduce fogging if float or straightedge operations result in excess slurry. 1. Finished Surface. Perform sufficient checks with long-handled 10-ft. and 15-ft. straightedges bn the plastic concrete to ensure that the final surface is`within the tolerances specified in the contract documents. Check with the straightedge parallel to the centerline. .2. Maintenance of Surface Moisture. Prevent surface drying of the pavement' - before application of the curing system. Accomplish this by fog applications of evaporation retardant on the pavement surface.Apply evaporation retardant at. the rate recommended by the manufacturer. Reapply the evaporation retardant as.needed to maintain the concrete surface in a moist condition until curing system is applied. Do not use evaporation retardant as a finishing aid. • M 3. Surface Texturing.Perform•surface texturing using a combination of a carpet drag and metal tining, if required by the contract documents. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag longitudinally along the pavement surface with the carpet.contact surface area adjusted to provide a satisfactory coarsely textured surface. Operate the metal-tine device to obtain grooves spaced at 1 in., approximately 3116 In.deep,with a minimum depth of 118 in., and approximately 1i12 in.wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid.. 4. Small or irregular Placements.Where machine placements and finishing of concrete pavement are not practical, use hand equipment and procedures that produce a consolidated and finished pavement section to the line and grade. =1• 5. Emergency Procodursi. Use hand-operated equipment for applying texture, evaporation retardant and cure in the event of equipment breakdown. 0. wring. Keep the concrete pavement surface from drying by water togging until the curing material has been applied. MAintsin and promptly repair damage to curing materials on exposed surfaces of concrete pavement continuously for at least 3 curing days.A curing day is defined as a 24-hr. period when either the temperature taken in the shade away from artificial heat is above 6Q°F for at least 19 hr. or when the surface temperature of the concrata is maintained above 40T for 24 hr.Curthg begins when the concrete caring system ha*s bsen applied. Stop concrete paving if airing compound is not being applied promptly and maintained adequately.61her methods of curing in accordance with Item 420, "Concrete Structures.'may be used whon specified or approved. I. Membrane wring.Aftertextudriq and immediately after the free surface moisture has disappeared, spray the concrete surface uniformly with 2 coats of membrane erring compound at an individual application rate of net more than 180 sq.ft. per gallon.Apply the Post coat within 10 ruin. after compleitng texturing operations.Apply the second coati within 30 min.after c,omplefing texturing operations. Before and during application,maintain curing compounds in a uniformly agitated condition,free of settlement. Do riot thin or dilute the curing compound. Where the mating shows diswntinuities or other defects or V rain falls on the newly coated surface before the film has dried enough to resist damage,apply - additional compound at the same rote of coverage to correct the damage. Ensure that the curing compound coats the sides of the fining grooves. H. Sawing Joints.SawPoints to the depth shown an the plans as soon as sawing can be accomplimhed without damage to the pavement regardless of time of day or weaf ier Condrtlons. Some minor raveling of the saw cut Is acceptable. Use a chalk line, string Une, sawing template, or other approved method to provide a true joint slignrneht. provide enough saws to motch the paving production rate to ensure sawing completion at the earliest possible time to avoid uncontrolled cracking: Deduce paving production if necessary�o ensure timely sawing of joints. Promptly restore membrane cure damaged within the first 72 hr. of Curing. 1. Prote0on of Pavement and ripening to Traffic.Testing for early opening is the responsibiCrly of the Contractor regardless of job-control testing responsibilities unless otherwise shown in the plans or directed. Tasting result interpretation for opening to trAc is subiect to the approval of the Engineer. 1. Pr otacftn of Pavement. Erect and maintain barricades and other standard and approved devices that will exclude all vehicles and equipment from the newly . placed pavement for the periods specified. Before caning to traffic,protect the pavement from damage due to crossings using approved methods. Maintain an adequate supply of sheeting or other material to cover and prated fresh concrete surface from weather damage.Apply as needed to protect the pavement surface from weather. 2. Opening Pavement to Traffic. Before opening to trall1c, clean pavement,place stable material against the pavement edges, sealloinfs, and.perfbrm all other lmfiic safety related work. CP. G y 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 Brick Pavement Repair 2008-2 For Camp Bowie Boulevard and City of Fort Worth Project No. C293-541200-207640100083. CONTRACTOR: By: Name: �yRrrs 2!3c-A� A Title: 11--I? Date: STATE OF TEXAS § COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared r ar%h_C T. Gr'Pen 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 Ilia-- 'Presicien4- for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this 12 day of , 20j�9. J�tYPO STACY GEIGENMILLER Notary Publo in and fot the State of Notary Public,State of Texas Texas My Commission Expires March 13,2nin ni ACORD DATE� CERTIFICATE OF LIABILITY INSURANCE 9/5%2008 ' PRODUCER (972)387-3000, Fax(972)387-3808 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Swingle, Collins and Associates ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE g HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 13760 Noel Road, Suite 600 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Dallas, TX 75240 Ann Acalev INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A:America First Lloyds Ins C Green Scaping LP INSURER B:America First Ins Co 8917 Cardinal In INSURERC:The Netherlands Ins Co INSURER D: N Richland Hills TX 76180 INSURERE: FIR GES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. kTE LIMITSH REDUCED BY PAID INSR ADD'L TYPE OF INSURANCE POLICY NUMBER PDATE YMMIDD/YYE POLICY M/DD/YY) LIMITS GENERAL LIABILITY CBP8044213 05/13/2008 05/13/2009 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY PRMMGETERENTEDoccurrence) $ 100,000 A CLAIMS MADE a OCCUR MED EXP(Any oneperson) $ 5,000 PERSONAL&ADV IN RY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: $ 2,000,000 POLICY PRO LOC AUTOMOBILE LIABILITY BAS024681 05/13/2008 05/13/2009 COMBINED SINGLE LIMIT X ANYAUTO BA8025781 05/13/2008 05/13/2009 (Ea accident) $ 1,000,000 C ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA AC $ AUTO ONLY: AGG $ EXCESS/UMBRELLALIABILITY CU8049217 05/13/2008 05/13/2009 EACH OCCURRENCE $ 5,000,000 X OCCUR CLAIMS MADE AGGREGATE $ 5,000,000 B DEDUCTIBLE $ X RETENTION $10,000 C WORKERS COMPENSATION AND WC8444493 05/13/2008 05/13/2009 Y WCSTATU- O R EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE$ 1,000,000 If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS RE: BRICK PAVEMENT REPAIR 2008-2 FOR CAMP BOWIE BLVD CITY OF FORT WORTH IS NAMED AS ADDITIONAL INSURED AS RESPECTS GENERAL 6 AUTO LIABILITY AS PER WRITTEN CONTRACT. WAIVER OF SUBROGATION APPLIES AS RESPECTS WORKERS COMPENSATION AS PER WRITTEN CONTRACT. CERTIFICATE HOLDER CANCELLATION (817)392-8941 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF FORT WORTH EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ATTN: GLORIA COOK 5 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT TRANSPORTATION AND FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE PUBLIC WORKS DEPARTMENT 1000 THROCKMORTON ST INSURER,ITS AGENTS OR REPRESENTATIVES. FT WORTH, TX 76102 AUTHORIZED REPRESENTATIVE Frank Swingle/MAA '� ACORD 25(2001108) ©ACORD CORPORATION 1988 INS025(0108).08a Page 1 of 2 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend,extend or alter the coverage afforded by the policies listed thereon. ACORD 25(2001/08) INS0251oio8p8a PaW2 ore CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH,TEXAS Date: NAME OF PROTECT: PROJECT NUMBER THIS IS TO CERTIFY THAT (Name and Address of Insured) is,at the date of this certificate,Insured by this Company with respect to the business operations hereinafter described,for the type of insurance and in accordance with the provisions of the standard policies used by this Company, and fiirther hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy No. Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury: Liability Insurance Ea.Occurrence: $ (Public Liability) Property Damage: Ea Occurrence: $ Blasting Ea.Occurrence: $ Collapse of Buildings or structures adjacent to Ea.Occurrence: $ excavations Damage to Underground Utilities Ea.Occurrence: $ Builder's Risk Bodily Injury: Comprehensive Ea.Person: $ Automobile Ea.Occurrence: $ Liability Property Damage: Ea Occurrence: $ Bodily Injury: Contractual Liability Ea.Occurrence: $ Property Damage: Ea.Occurrence: $ Other r. Locations covered: Description of operations covered: The above policies either in the body thereof or by appropriate endorsement.provide that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such changer cancellations. Where applicable local laws or regulations require more than five(5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. -- The City, its officers, employees and servants are named as Additional Insureds on all policies except Workers Compensation. Wavier of Subrogation in favor of the City of Fort Worth applies as respects Workers Compensation coverage. Agency Fort Worth Agent Address Title EQUIPMENT SCHEDULE List of Equipment owned by Bidder that is in serviceable condition and available for use: n i Portions of work Bidder proposes to sublet in case of Award of Contracts including amount and type: EXPERIENCE RECORD List of projects your organization has successfully completed: Amount Of Contract Type of Work Date Accepted Name and Address of Owner Award List ofprojects your organization is now engaged in completing: Amount Of Contract Type of Anticipated Name and Address of Owner Award Work Date of Com letion List Surety Bonds in force on above incomplete work: Date of Contract Award Type of Work Amount of Name and Address of Bond Bond Surety Bond# 4369591 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1)C. Green Scaping Company, L.P., d/b/a Green Scaping Company as Principal herein, and (2) SureTec Insurance Company , a corporation organized and existing under the laws of the State of(3) Texas , 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 One Hundred Seventy Five Thousand, One Hundred Seventy Five Dollars and No Cents Dollars ( $175,175.00) 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 19t' day of August , 2008, 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: BRICK PAVEMENT REPAIR 2008-2 FOR CAMP BOWIE BOULEVARD— PROJECT NO - C293-641200-207640100083. 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 Ile day of August , 2008. C Green Scaping,LP PRINCIPAL ATTEST: By: Name: (Principal) Secretaryj �. Title: (S E A L) Address: Orl Witness as to Principal SureTec Insurance Company SURETY '�V AT7 GC By: Name: Ed Veale Sec etary Attorney in Fact =- (S E A L) Address: ' 9737 Great Hills Trail Ste 320 Austin,TX 78759 c/ fitness as to Surety Telephone Number: NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) 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# 4369591 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1)C. Green Scapine Company, L.P., dlbla Green Scaping Company as Principal herein, and (2) SureTec Insurance Company , a corporation organized under the laws of the State of (3) Texas , 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 One Hundred Seventy Five Thousand, One Hundred Seventy Five Dollars and No Cents Dollars (l176,175.00) 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 19P day of August , 2008, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of BRICK PAVEMENT REPAIR 2008-2 FOR CAMP BOWIE BOULEVARD — PROJECT NO - C293-541200- 207640100083. 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 le day of August , 2008. C Green Scaping,LP PRINCIPAL ATTEST: By: Name: (Principal)S cretary Title: U� (S E A L) Address: &22 ZLo&.k Akj-r Witness as to Principal SureTec Insurance Com .fir SURETY ;o� _ T By: -- - - Name: Ed Veale - Secretary Attorney in Fact - (S E A L) Address: 9737 Great Hills Trail Ste 320 Austin,TX 78759 Witness as to Surety Telephone Number: NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) 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. a The date of bond shall not be prior to date of Contract. Bond# 4369591 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That C. Green Scapinu Company, L.P., dlbla Green Scapina Company ("Contractor"),as principal, and, SureTec Insurance Company a corporation organized under the laws of the State of Texas , ("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 One Hundred Seventy Five Thousand, One Hundred Seventy Five Dollars and No Cents Dollars ( $175,175.00) 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 ISP of August , 20 08, a copy of which is hereto attached and made a part hereof,for the performance of the following described public improvements: BRICK PAVEMENT REPAIR 2008-2 FOR CAMP BOWIE BOULEVARD the same being referred to herein and in said contract as the Work and being designated as project number(s) C293-541200-207640100083 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 Engineering, 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 its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be Bond# 4369591 null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages 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 Ile day of August , A.D. 2008. C Green Scaping,LP PRINCIPAL _ ATTEST: By: Name: /�rP7'lsd (Principal) ecretary Title: ,p (S E A L) Address: t'917 ii OL�44-t'� Witness as to Principal _ ---- _ . SureTec Insura ce Company. . - '- SURETY AttT: By: ///XXZ --' - -1�1 YV Na�edeale Secretary Attorney in Fact (S E A L) Address: 9737 Great Hills Trail Ste 320 Austin,TX 78759 JUia,,� Witness as to Surety Telephone Number: NOTE: (1) Correct name of Principal (Contractor). _ (2) Correct name of Surety. (3) 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. r POA#: 4221060 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents _ make,constitute and appoint Frank Swingle,Warren Gravely,Jr.,Ed Veale,Chris W.Peterie of Dallas, Texas its true and lawful Attormy(s)-in-fact,with full power and authority hereby conferred in its name,place and stead,to execute, acknowledge and deliver any and all bonds, recognizances,undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Three Million and no/100 Dollars($3,000,00.00) and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal of the Company and duly attested by its Secretary,hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises. Said appointment shall continue in force until 12/31/08 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved,that the President,any Vice-President,any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Anomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute,acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved,that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20 of April, 1999) In Witness Whereof,SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,and its corporate seal to be hereto affixed this 20th day of June,A.D.2005. RETEAINSCE COMPANY J. %pBy; Bill King State of Texas ss: County of Hams -... On this 20th day of June,AD. 2005 before me personally came Bill King,to me known,who,being by me duly sworn,did depose and say,that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. Mlchdo Denny SkeplTettttt Wj COnffd: orw Etches Michelle Denny,Notary"P�u�b_(" is higUst 27,2008 My commission expires August 27,2008 MMA 1,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company,which is still in full force and effect;and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston,Texas this.-19. day of �, 20 V Y4,A.D w M.Brent Beaty,Assistant Se a ry Any Instrument Issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call(713)812-0800 any business day between 8:00 am and 5:00 pntlMt- CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT This agreement made and entered into this the 19, day of August , 2008 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.D., 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 C. Green Scaping Company, L.P., d/b/a Green Scaping Company 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: BRICK PAVEMENT REPAIR 2008-2 FOR CAMP BOWIE BOULEVARD Designated as project number: C293-541200-207640100083. 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 within 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 90 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 additional 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 $210 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 worts 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 City 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 injury, damage or death is caused, in whole or in part, by the ne_glj_gence or alleged ne_a cience 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 d mage, loss or es uction to OFFICIAL RECORD CITY SECRETARY" C-2 FT.WORTH, TX property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the ne41i_gence or alleged ne_gli_gence 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 being 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 N/A shall be ONE HUNDRED SEVENTY FIVE THOUSAND, ONE HUNDRED SEVENTY FIVE DOLLARS AND NO CENTS $175,175.00 OFFICIAL RECORD CITY SECRETARY C-3 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. V 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 herein. 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. OFFICIAL.RECORD CITY SECRETARY FT.WORTH, TX C-4 Done in Fort Worth, Texas, this the 19T" day of August , 2008 . APPR AL: CITY OF FORT WORTH DIREC T SPORTATION AND ASSISTANT CITY MANAGER PUBLIC S DEPARTMENT k xl L60" ,C1� ATTEST: (Contractor) ASS ITY SECRETAR (SEAL) a BY: C_ I y (-) (Representative) echtraat Authorization y� gateg (TITLE) �I'1? AX, pv� APPRO D AS TO FORM & (Address) LEG 7-'s— XTO (City/State/Zip) ASSI CITY TTORNEY a E IAL RECORDECRETARYORTH, TX Revised June 2008 r ; GREEN CEMENT POLICY COMPLIANCE STATEMENT (To be furnished by the Contractor to the City at the time of bid opening) (Submit separate forms for each supplier product supplier) Name of Project: City Proj. No.: This is to certify that the cement to be utilized for the above project will meet the following criteria: The cement was manufactured in a kiln utilizing the dry process (list source below) or in a kiln that meets the emission standard of 1.71b or less of NOx/ton of clinker released into the atmosphere. Name of Manufacturer Address of Manufacturer: CONTRACTOR SUPPLIER Name Name Title Title Company Company Phone Number Phone Number Project Name: City Project Number: Street Maintenance Work Notice As a part of the City of Fort Worth"s street Maintenance Program, has been contracted to repair your street. During the maintenance work, there will be a brief time that you may not have access to your residence or business. On the day .. specified below, vehicles can not be parked on the street. Also, please turn off your sprinkler adjacent to the street. If you have any questions or concerns, please contact contractor at If we are not able to resolve your concerns to your satisfaction, you may contact City of Fort Worth Inspector at Monday—Friday between 7:30 AM and 4:30 PM After 4:30 PM and on weekends, call (817)392-8100 Expected Construction dates Block Limits Street Name Project Limits (Weather Permitting) -- 1100-1200 Brown street Yates Ave to Keller Springs Pkwy From 5/5/08 to 5/29/08 Nombre del proyecto: Numero del proyecto: Notificacion del Mantenimiento de la Calle Como parte del programs de mantenimiento de las Calles de la Ciudad de Fort Worth, ha sido contratado para reparar su calle. Durante este trabajo de mantenimiento, Habra un tiempo breve en que no tenga acceso a su hogar o negocio. En los dias especificados abajo, vehiculos no deben estacionarse el la calle. Tambien, por favor apague su sistema de regar el cksped cerca de la calle. Si tiene alguna pregunta o preocupaci6n, por favor flame al contratista al Si no resuelve su preocupaci6n a su satisfacci6n, puede tambien llamar a ]a Oficina de inspecci6n de la Ciudad de Fort Worth al , de lunes a viernes entre las 7:30 AM y 4:30 PM Despues de las 4:30 PM o en los fines de semana flame al (817) 392-8100 Limites Nombre limites Fechas de construcci6n de la cuadra de la Calle de proyecto permitiendo el estado de tieMR0 1100-1200 Brown Street Yates Ave a Keller Springs Pkwy de 5/5/08 a 529/08 PROJECT DESIGNATION SIGN 14 41 _ 011 1'/4 1 1 FORTWORTH*--- PMS 288 4" PMS 167 311 3" _ET MAINTENANCE 311 PROGRAM O 311 d- 1�/211 Contractor: 2 Contractor's Name /2 ,r 1'/211 TELEPHONE NUMBER /2 16'/2 1 1 FORT WORTH IN LOGO- CHELTINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD LOGO COLORS: FORT WORTH - PMS 288 LONGHORN LOGO- PMS 167 CURB/ DAMAGED BRICKS AS GUTTER DETERMINED BY THE ENGINEER IN THE FIELD TO BE REPLACED WITH FULL BRICKS TO ORIGINAL DESIGN AND AS PER SPEC oo oo NOT TO SCALE PLAN WIDTH INSIDE OF CURB TO ADJOINING BUILDING BUILDING OR ADJOINING OR SIDEWALK SLAB SIDEWALK VARIES (GENERALLY 16'-6") 2-1/4" THICK TYPICAL SLOPE [/g"/1' BRICK PAVERS SEALED DAMAGED AREA EXPANSION TO TO BE REPAIRED SEALED JOINT JOINT SAWCU% SAWCUT EXXPATNSION CURB/ GUTTER • + 0 a 0 0 1" MORTAR BED '---- 1 4" REINFORCED CONC. BASE SLAB •3 @ 18" O.C.B,W. 2" SAND CUSHION __ OR APPROVED SUB— APPROX. LOCATION�OF GRADE EXISTING CONDUITS FOR SECTION STREET LIGHTING AND • SPRINKLERS ATE: 7/10/00 F&Z'W®TH TYPICAL SECTION REPAIR BRICK SIDEWALK CITY OF FORT WORTH, TEXAS TRANSPORTATION/PUBLIC WORKS ev. ENGINEERING DIVISION DRAWING NAME: BRICKSIDEWALK.DGN � _ z I LT I I III ly DAMAGED BRICKS AS PLAN \SAWCUT NOT TO -DETERMINED BY THE / SCALE ENGINEER IN THE FIELD TO BE REPLACED WITH FULL BRICKS TO ORIGINAL EXISTING DESIGN AND AS PER SPEC ROADWAY REINFORCING SAWCUT PER SPECS. AWCUT J— • — e • • V v p p EXISTING 6" SECTION CONCRETE BASE TO BE- REPLACED WHERE REQ'D BY ENGINEER AND AS PER SPEC ate: s/so/oo TYPICAL ION PAVEMENT REPAIR SURFACE & R,�� REINFORCED CONCRETE BASE CITY OF FORT WORTH, TEXAS ,�. TRANSPORTATION/PUBLIC WORKS ENGINEERING DIVISION Drawing Name: brickreplace.dgn u ' do f w ��•• •�'� �� l�l C NE �0�r1'[ . • •�- ; SEA LANT BRICK OR CONC.� kBRICK OR' CONC BACKER ROD ':.• FIBERBOARD FILLER EXPANSION JOINT DETAL- �•� SCALE: I OR BLDG. LINE 16.5 . r• ., W 1 U) BENNETT BLEND TWO MODULAR (VELURE) du ro :a . 4 z : _ OF gPMF SCOPE P�C R X. NOTE:CONC.BASE UNDER WALKS ALONG EACH CB.RADIUS TO BE - INCREASED TO 6 FOR A DISTANCE OF 2'BEHIND BACK OF a6' CURBS. SCp — —. ._ _ .a•� :: ��. 6'' BUT P� OR �, e,¢ rFR RAMP EXIST. CB. B GUTTER V TYPICAL ' SIDE STREET ) TYPICAL SIDEWALK RAMP OETAIL 9-2-80 REVISED RAMP LENGTH AND BRICK PATTERN R OR BLDG. LIVE J W 5.0' W D: F- -- 15.5' R.P. U) {=%FT. USUAL w � GSGQ I J C 1 LL_ I v Al TRANSITION FROM MAIN ST. CL'Re SECTION TO EXIST. -CURB THRU THIS :AREA UNLESS SPECIFIED OTHERWISE IN THE PLANS. ( TYPICAL SIDE STREET ) .k SLOPE DIAGRAM - RAMPS 15' RADIUS SCA-.E: I"z5.0' ..