Loading...
HomeMy WebLinkAboutContract 42359 CITY SECRETARY CONTRACT IVO-�4�5 _..... CONSENT TO ASSIGNMENT OF PAVEMENT REHABILITATION CONTRACT MEACHAM AIRPORT (CITY SECRETARY CONTRACT NO. This CONSENT TO ASSIGNMENT OF PAVEMENT REHABILITATION CONTRACT, Meacham Airport Pavement Repairs ("Consent") is made and entered into by and between the CITY OF FORT WORTH ("City"), a home rule municipality organized under the laws of the State of Texas; Siddiq Construction and Investments ("Siddiq", "Original Contractor" or "Assignor"), and C.C. Zamora Construction, LLC ("C.C. Zamora" or "Assignee"). The following introductory provisions are true and correct and form the basis of this Consent: A. On May 9, 2011, the project forming the basis for the Contract was advertised for bid. Original Contractor was the only bidder. On June 6, 2011, staff deemed Original Contractor's bid to be fair and reasonable,including Original Contractor's use of certain subcontractors. B. On or about July 18, 2011,the City and Original Contractor reached agreement to terms and conditions on Meacham Airport Pavement Repairs ("Contract"), provided the Original Contractor met the City's requirements for insurance, bonding, and MWBE, as appropriate. On August 26, 2011, Original Contractor notified City that it was not able to acquire sufficient bonding to meet the City's requirements. C. Siddiq informed City that its sub contractor, C.C. Zamora, was able to obtain the necessary bonding and insurance. Assignor has notified the City that it wishes to assign the Contract to Assginee (C.C. Zamora), and Assignee has notified the City that it wishes to assume all duties and obligations of Assignor under the Contract. Section 9 of the Agreement prohibits assignment of the Agreement by Assignor to any non-Affiliate party without the advance approval of the City and execution by the proposed assignee of a written agreement under which such assignee agrees to assume all obligations of Assignor under the Agreement. D. The City is willing to consent to an assignment of the Contract by Assignor to Assignee solely in accordance with this Consent. NOW, THEREFORE, for good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the City, Siddiq Construction and Investments as Assignor and C.C. Zamora Construction, LLC. as Assignee agree as follows: 1. The City hereby consents to an assignment by Assignor to Assignee of all right, title and interest granted to Siddiq by the Contract, effective as of September 1, 2011 ("Effective Page I of 5 Consent to Assignment of Pavement Rehabilitation at NAeiAii� A;v o" by Siddiq Construction and Investments to C.C. Zamora C014 uvtiony iL 3C ­v Consent Date") as shown on Attachment "A" attached hereto and incorporated herein for all purposes. C.C. Zamora Construction, LLC hereby acknowledges such assignment. 2. The City consents to such assignment expressly upon the promise and covenant by Assignee, and Assignee hereby promises and covenants to the City, that as of the Effective Consent Date Assignee will comply with all duties and obligations of Assignor set forth in the Contract. 3. Nothing in this Consent shall be deemed to grant Assignee any rights under the Agreement that are additional to or greater than those of Original Contractor thereunder. EXECUTED in multiples as of the last date indicated below, but to be effective as of the Effective Consent Date: [SIGNATURES IMMEDIATELY FOLLOW ON NEXT THREE (3) PAGES] Page 2 of 5 Consent to Assignment of Pavement Rehabilitation at Meacham Airport by Siddiq Construction and Investments to C.C. Zamora Construction, LLC. CITY OF FORT WORTH: ATTEST: By: L.L� By: Fernando Costa Marty Hendrix Assistant City Manager City Secretary 0000000" 4 4°Date: �o oooo °0. a 4APPROVED A O FORM AND LEGALITY: p ir�0 000000000s �a 4rysa By: C � d Douglas W. Black Assistant City Attorney M&C: n/a Date: STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared Fernando Costa, Assistant City Manager of the CITY OF FORT WORTH, a municipal corporation organized under the laws of the State of Texas, known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the CITY OF FORT WORTH,that he was duly authorized to perform the same by appropriate resolution of the City Council of the City of Fort Worth and that he executed the same as the act of the CITY OF FORT WORTH for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 2011. ,4-A" ti EVONIA DANIELS ?' MY COMMISSION EXPIFIFS ary NotPublic in and for -•"r •p„ ? July to,2013 the State of Texas �Vln�ik , �&Ji 5 Notary's Printed Name Page 3 of 5 Consent to Assignment of Pavement Rehabilitation at Meacham Airport - -! by Siddiq Construction and Investments to C.C. Zamora Construction, LLC. SIDDIQ CONSTRUCTION AND INVESTMENTS: at,� � a Y Name: Title: Date: l ATTEST: By: STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared Chat keS W car , the t' of SIDDIQ CONSTRUCTION AND INVESTMENTS, known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that s/he executed the same for the purposes and consideration therein expressed, in the capacity therein stated and as the act and deed of SIDDIQ CONSTRUCTION AND INVESTMENTS. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of T , 2011. Notary Public in and for A A.'�i,� Al the State of Texas '�P` P�' Z (f-D6 yacu zw Notary's Printed Name rF of ' EXPIRE?. \\. i. OS_04-`2�7��V Paye 4 of Consent to Assignment of Pavement Rehabilitation at Meacham Airport by Siddiq Construction and Investments to C.C. Zamora Construction. LLC. C.C. ZAMORA CONSTRUCTION, LLC By:0a& Name: Title: Date: STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared 7-�°,`1he ��{S, cN�— , of C.C. ZAMORA CONSTRUCTION, LLC., known to me to be the person whos name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same for the purposes and consideration therein expressed, in the capacity therein stated and as the act and deed of C.C. ZAMORA CONSTRUCTION, LLC. GIVEN UNDER MY HAND AND SEAL OF OFFICE this [ day of Afkikt,,S [- ,2011. Notary Public in and for the State of Texas """"'' VINCENT I. PRESSLEY 3a�,r rysny Notary Public,State of Texas {�:N( f� 1 ✓CJS (�C.1/ My Commission Expires Notary's Printed Namer:;g; ;:' March 24, 2015 Page 5 of 5 Consent to Assignment of Pavement Rehabilitation at Meacham Airport by Siddiq Construction and Investments to C.C.Zamora Construction. LL('. F�\Ackc""As2 -A P� MEACHAM AIRPORT PAVEMENT REPAIRS This is an Assignment Agreement between the parties of: Siddig Construction & Investments to be referred to from this point as the Assignor and Zamora Construction, LLC to be referred to from this point as the Assignee. This agreement is regarding a contract to provide construction services, the title of that contract is Meacham Airport Pavement Repairs, in the amount of$49,797.79, dated 7.18.2011. In this agreement the Assignee, Zamora Construction, LLC agrees to accept the duties and responsibilities of the Assignor, Siddiq Construction & Investments as assigned under the contract with the City of Fort Worth. Both parties understand that this Assignment Agreement will not be valid until consented to in writing by the City of Fort Worth. This agreement is entered into by: Sign d: Dated: A v Charles . arpenter,Siddiq Construction & stme is Signed: _ Dated: Lupe Zamora, Z m a Co ruction, LLC CITY OF FORT WORTH,TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT This Contract made and entered into this the Eighteenth day of July, 2011, by and between the City of Fort Worth, a home-rule municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties, Texas, by and through its duly authorized Assistant City Manager, ("Owner"), and Siddig Construction and Investments, ("Contractor"). Owner and Contractor may be referred to herein individually as a"Party"or collectively as the"Parties." 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: FOR: Meacham Airport Pavement Repairs That the work herein contemplated shall consist of the Contractor 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 or on behalf of the City of Fort Worth for the Aviation 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. 3. The Contractor hereby agrees and binds itself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Aviation 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 Aviation Department of the City of Fort Worth and City Council of the City of Fort Worth within a period of Twelve(12)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 6/17/09 c-1 J become due him,the sum of$105.00 per working day, not as a penalty but as liquidated damages, the Contractor and its Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the Surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such manner as it may deem proper, and if in the completion thereof, the cost to the Owner shall exceed the contract price or prices set forth in the Plans and Specifications made a part hereof, the Contractor and/or its Surety shall pay Owner 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 the Owner, Owner'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 negligence or alleged negligence of Owner, its officers,servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers,servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either(a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or(b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if 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 of Fort Worth contract. 6/17/09 c-a 7. The Contractor agrees, upon the execution of this Contract, and before beginning work, to make, execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a sum equal to the amount of the Contract. The form of the bond shall be as herein provided and the surety must first be acceptable to the City of Fort Worth. 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 Owner. 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 Owner. D. A Two-year Maintenance Bond in the name of the Owner is required for all projects to insure the prompt, full and faithful performance of the general guarantee contained in the Contract Documents. 8. The Owner agrees and binds itself to pay, and the Contractor 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 monthly 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 Forty-Nine Thousand Seven Hundred and Ninety Seven and 79 cents Dollars, ($49,797.79). 9. It is further agreed that the performance of this Contract,whether in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Owner. Any request for any sublease or assignment shall be made in writing and submitted to the Director of the Aviation Department. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this Contract 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. 6/17/09 C-3 IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in 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 Three counterparts with its corporate seal attached. Done in Fort Worth,Texas, this the day of A.D., 20 APPROVAL RECOMMENDED: CITY OF FORT WORTH LAS BY: (RECTOR,AVIATION DEPARTMENT ASSISTANT CITY MANAGER ATTEST: CONTRACTOR CITY SECRETARY f` (SEAL) p O�o��Rr G,aO�� moo' d ~0 ax TITLE �d oa �0Ay dF� a�' 000000000000 000 �� k A O O RM AND LEGALITY.a a oxoA a-<y s.,� a tt 4 DDRE 6 �lltlt�vo ASST TA ITY ATTORNEY 6/17/09 C-4 Bid Information Project Name: Meacham Airport Pavement Repairs MWBE Project Number: AVIATION45 Prime Company Name: o i}rkE— `` Estimator Name: -e�6�ri r Phone Number: � (� S�S _ –D-cy- Email Address: L' � `�� `'�� Bid Instructions Bid Opening Date:May 9h,2011 DBE Paperwork Due:May 16",2011 Bid Closing Date:May 20`i',2011 DBE Project Goal: 10% All applicable DBE forms must be delivered to the Aviation Department by 5:00 pm on Monday, May 16th,2011.The Aviation Department is located at: 4201 N Main St, Ste 200 Fort Worth,TX 76106 You will be given a receipt indicating that you have delivered the completed and signed DBE forms as required.Please ensure that you have filled out all applicable information prior to delivering the forms. On the Bid Sheet,enter the"Unit Bid Price"as the cost for each unit of a line item.The"Total Price"will calculate automatically using the"Unit Bid Price"times the"Qty".The"Total Bid Price"at the bottom will automatically calculate as the sum of all"Total Prices"in the bid. NOTE: Contractor will not be responsible for repainting markings deliberately removed as part of the scope of work for this project. Please ensure that you review all provided documentation,including the pavement maintenance specifications,to ensure accuracy of your bids for each line item.Contact the representative below with any questions prior to the bid closing date. The bid sheet should be filled out and emailed to the following Airport representative by 5:00 pm on Friday,May 20'`, 2011. With any questions, please contact: Tiffany Gough Airport Operations Officer (817)392-5410 T iffarnv.GotiL-h((t)fort«�orNlE,:ov ol- Cc Bill.Welstead«i)forty ort]iLov.or� Meacham International Airport April 2011 Emergency Pavement Repairs Bid Sheet Summary RepairRepair Type Description Qty Unit Unit Price Total Price I Concrete Corner Replacement 38.27 SQYD $ -G' III Concrete Crack Repair 24.0 LFT . $ IV Concrete Joint Repair 2,388.0 LFT !vS $ V Concrete Pop Out Repair(2" dia.) 21.0 EA $ V Concrete Pop Out Repair(4"dia.) 1.0 EA $ VI HMA Surface Replacement 36.44 SQYD ( $ 0,at- VII HMA Crack Repair(Type 1a) 3,437.75 LFT $ 'D,(0-�'" VII HMA Crack Repair(Type 1b) 446.25 LFT $ / - n/a Mobilization 1.0 EA $ `') - Tota Bid Price Bid Page 1 of 1 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident 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 nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specifications. The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident 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. Nonresident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. [� BIDDER: C.0ZGw��Y c, C L� LVCBy: Company (Please print) Signature: , Address Title: City/State/Zip (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION Meacham International Airport April 2011 Emergency Pavement Repairs Line Item Details RepairPriority Location .• Repair Description Qty Unit Surface Group 1 1 IV Concrete Joint Repair 240.0 linear foot 16 2 2 1 V Concrete Pop Out Repair(2"dia.) 3.0 each 16 2 1 2 IV Concrete Joint Repair 6.0 linear foot 16 2 1 3 I Concrete Corner Replacement 0.67 square yard 16 2 1 4 I Concrete Corner Replacement 1.0 square yard 16 2 1 5 IV Concrete Joint Repair 114.0 linear foot Al 2 2 6 IV Concrete Joint Repair 121.0 linear foot 16-34 1 2 6 VI HMA Surface Replacement 0.44 square yard 16-34 1 1 7 1 Concrete Corner Replacement 0.44 square yard 16-34 1 1 8 1 Concrete Corner Replacement 0.89 square yard 16-34 1 2 9 VI HMA surface replacement 0.44 square yard 16-34 1 2 10 V Concrete Pop Out Repair(2"dia.) 10.0 each 16-34 1 1 11 IV Concrete Joint Repair 351.0linearfoot 16-34 1 1 12a I Concrete Corner Replacement 0.44 square yard 16-34 1 2 12b I Concrete Corner Replacement 1.33 square yard 16-34 1 1 13 1 Concrete Corner Replacement 3.06 square yard 16-34 1 1 15 IV Concrete Joint Repair 380.0 linear foot 16-34 1 2 16 1 Concrete Corner Replacement 1.33 square yard 16-34 1 1 18 IV Concrete Joint Repair 44.0 linear foot 16-34 1 2 18 V Concrete Pop Out Repair(2"dia.) 1.0 each 16-34 1 1 18 VII HMA Crack Repair(Type la) 179.0 linear foot 16-34 1 1 20 1 Concrete Corner Replacement 0.44 square yard 34 3 1 21 1 Concrete Corner Replacement 0.44 square yard 34 3 1 22 1 Concrete Corner Replacement 3.381 square yard 34 3 1 23 1 Concrete Corner Replacement 0.44 square yard 34 3 1 24 1 Concrete Corner Replacement 1.62 square yard 34 3 1 25 IV Concrete Joint Repair 724.0 linear foot 34 3 1 26 1 Concrete Corner Replacement 6.89 square yard A(S) 3 1 26 IV Concrete Joint Repair 19.0 linear foot A(S) 3 1 27 IV Concrete Joint Repair 315.0 linear foot A6 3 2 28 V Concrete Pop Out Repair(2"dia.) 2.0 each A(N) 2 2 30 V Concrete Pop Out Repair(2"dia.) 1.0 each A(N) 2 2 32 V Concrete Pop Out Repair(2"dia.) 3.0 each 16 2 1 34 IV Concrete Joint Repair 58.0 linear foot E 2 1 35 III Concrete Crack Repair 24.0 linear foot A 5 1 35 V Concrete Pop Out Repair(4"dia.) 1.0 each A 5 2 37 IV Concrete Joint Repair 23.0linearfoot NMA 5 2 39 VI HMA surface replacement 35.56 square yard NMA 5 2 40 VII HMA Crack Repair(Type la) 1,005.0 linear foot B 4 2 41 VII HMA Crack Repair(Type la) 148.75 linear foot B 4 2 41 VII HMA Crack Repair(Type lb) 446.25 linear foot B 4 2 42 VII HMA Crack Repair(Type la) 775.0 linear foot B 4 2 43 VII HMA Crack Repair(Type la) 830.0 linear foot B 4 Supplemental Items n/a VII HMA Crack Repair I 500.0 LFT JW side 5 n/a I I lConcrete Corner Replacement 1 12.5 1 SQYD jApron A 5 Phasing Groups 1= This phase will be completed preferrably on a Friday evening/night and cured over a weekend,or completed Saturday AM and opened Monday. 2/3= These will be phased based on wind direction and traffic. May be on a weekend,but not necessarily at night. 4= These will have much more flexible phasing and can be completed at any time.Should remain in their associated groups,if possible. 5= These will have much more flexible phasing and can be completed at any time. Bid Page 1 of 1 f. PAVEMENT MAINTENANCE QUICK REFERENCE GUIDE REPAIR/REPLACEMENT TYPE DESCRIPTION SPECIFICATION DETAIL P-101 A I CONCRETE CORNER REPLACEMENT SS-230 D SS-281 P-101 B FULL DEPTH CONCRETE SS-230II D SLAB REPLACEMENT SS-281 III CONCRETE CRACK REPAIR SS-281 IV CONCRETE JOINT REPAIR SS-281 D V CONCRETE POP OUT REPAIR P-101 VI HMA SURFACE REPLACEMENT SS-220 C SS-221 SS-280 VII HMA CRACK REPAIR SS-221 ---,-SS-280 Vill PAVEMENT MARKING REPLACEMENT P-620 February,2011 f s. AC 150/5370-10E 9/30/2009 ITEM P-101 SURFACE PREPARATION DESCRIPTION 101-1.1. This item shall consist of preparation of existing pavement surfaces for repair, removal of existing pavement, and other miscellaneous items. The work shall be accomplished in accordance with these specifications and the applicable details. EQUIPMENT 101-2.1. All equipment shall be specified hereinafter or as approved by the Engineer. The equipment shall not cause damage to the pavement to remain in place. CONSTRUCTION 101-3.1. REMOVAL OF EXISTING PAVEMENT a. Concrete: The existing concrete to be removed shall be freed from the pavement to remain unless jackhammers are used for the complete removal. When the pavement removal limit is located at a joint, this shall be accomplished by sawing through the complete depth of the slab one foot inside the perimeter of the final removal limits or outside the load transfer devices,whichever is greater. In this case, the limits of removal would be located on joints. The pavement between the perimeter of the pavement removal and the saw cut shall be removed with a jackhammer. Where the perimeter of the removal limits is not located on the joint, the perimeter shall be saw cut 2 inches in depth or 1/4 the slab thickness, whichever is less. Again, the concrete shall be saw cut the full depth of the pavement 6 inches inside the removal limits. The pavement inside the saw cut or line shall be broken by methods suitable to the Contractor; however, if the material is to be wasted on the airport site,it shall be reduced to a maximum size designated by the airport owner. The Contractor's removal operation shall not cause damage to cables, utility ducts, pipelines, or drainage structures under the pavement. Any damage shall be repaired by the Contractor at no expense to the airport owner. b. Asphaltic Concrete: Asphaltic concrete pavement to be removed shall be cut to the full depth of the bituminous material around the perimeter of the area to be removed. The pavement shall be removed in such a manner that the joint for each layer of pavement replacement is offset one foot from the joint in the preceding layer. This does not apply if the removed pavement is to be replaced with concrete or soil. If the material is to be wasted on the airport site, it shall be broken to a maximum size as designated by the airport owner. c. Disposal. All existing pavement removed shall be disposed of off-site. All hauling will be considered a necessary and incidental part of the work. Its costs shall be considered by the Contractor and included in the contract unit price for the pay items of work involved.No payment will be made separately or directly for hauling on any part of the work. P-101-1 AC 150/5370-10E 9/30/2009 METHOD OF MEASUREMENT 101-4.1. MEASUREMENT. a. Pavement Removal: Pavement removal shall not be measured for separate payment. BASIS OF PAYMENT 101-5.1 PAYMENT. Payment for pavement removal shall not be paid for separately but shall be considered subsidiary to the item in which it is contained. END OF ITEM P-101 P-101-2 AC 150/5370-10E 9/30/2009 ITEM P-620 RUNWAY AND TAXIWAY PAINTING DESCRIPTION 620-1.1 This item shall consist of the painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications to replace markings removed by pavement maintenance operations. MATERIALS 620-2.1 MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Airoprt upon arrival of a shipment of materials to the site. 620-2.2 PAINT. Paint shall be Waterborne in accordance with the requirements of paragraph 620-2.2a. Paint shall be furnished in White (37925), Yellow (33538 or 33655), Red(31136), and Black(3 7038) in accordance with Federal Standard No 595. a. WATERBORNE. Paint shall meet the requirements of Federal Specification TT-P-1952E, Type I. 620-2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements for TT-B-1325D, Type I, gradation A, or TT-B-1325D, Type III. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. CONSTRUCTION METHODS 620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45°F (7°C) and rising and the pavement surface temperature is at least 5°F (2.7°C) above the dew point. Markings shall not be applied when the pavement temperature is greater than 120°F. 620-3.2 EQUIPMENT. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand-painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray-type or airless type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform cross sections and clear-cut edges without running or spattering and without over spray. 620-3.3 PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall be dry and free from dirt,grease,oil, laitance,or other foreign material that would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all dirt,laitance,and loose materials without damage to the pavement surface. Use of any chemicals or impact abrasives during surface preparation shall be approved P-620-1 AC 150/5370-10E 9/30/2009 in advance by the Engineer. Paint shall not be applied to Portland cement concrete pavement until the areas to be painted are cleaned. Sandblasting or high-pressure water shall be used. 620-3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint application. Markings shall not be placed until locations are approved by the Airport. Glass beads shall be applied as indicated in Section 620-3.5. Type III glass beads shall be used on all runway hold position markings and surface painted hold position signs. Type I glass beads shall be used on all other markings. 620-3.5 APPLICATION. Paint shall be applied at locations and dimensions as required to replace painted removed from maintenance operations. Paint shall not be applied until the layout and condition of the surface has been approved by the Airport. The edges of the markings shall not vary from a straight line more than 1/2 inch (12 mm) in 50 feet (15 m)and marking dimensions and spacings shall be within the following tolerances: Dimension and Spacing Tolerance 36 inches 910 mm or less f1/2 inch 12 mm greater than 36 inches to 6 feet (910 mm to 1.85 t 1 inch(25 mm) M) greater than 6 feet to 60 feet 1.85 m to 18.3 m f 2 inches 51 mm greater than 60 feet 18.3 m t 3 inches 76 mm The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate(s) shown in Table 1. The addition of thinner will not be permitted. A period of 24 hours shall elapse between placement of a bituminous surface course, seal coat or concrete pavement and application of the paint. TABLE 1. APPLICATION RATES FOR PAINT AND GLASS BEADS Paint Glass Beads, Type Glass Beads, Square feet per I, Type III gallon,ft2/gal Gradation A Pounds per gallon Paint Type (Square meters per Pounds per gallon of paint—lb./gal. liter,m2/1) of paint—lb./gal. (Kilograms per liter (Kilograms per liter of paint—kg/1 of paint—kg/1) Waterborne 115 ft2/gal. 7 lb./gal.minimum 10 lb./gal. maximum (0.85 kg/1) minimum 2.8 m2/1 1.2 k Glass beads shall be distributed upon the marked areas to receive glass beads immediately after application of the paint. A dispenser shall be furnished which is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate(s) shown in Table 1. Glass beads shall not be applied to black paint. Glass beads shall be applied to all P-620-2 AC 150/5370-10E 9/30/2009 other final pavement marking applications at the application rate included in Table 1. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. All emptied containers shall be returned to the paint storage area for checking by the Airport. The containers shall not be removed from the airport or destroyed until authorized by the Airport. 620-3.6 PROTECTION AND CLEANUP. After application of the paint, all markings shall be protected from damage until the paint is dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage,or drippings of paint. The Contractor shall remove from the site all debris, waste, loose or unadhered reflective media, and by-products generated by the surface preparation and application operations to the satisfaction of the Engineer. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and Federal environmental statutes and regulations. 620-3.7 REMOVAL OF EXISTING MARKINGS. If existing pavement markings require removal, they shall be removed without damaging the existing pavement. The markings shall be removed through the use of high-pressure water. For areas to be repainted, the existing painted surface shall be cleaned by high-pressure water blasting or sand blasting, as required, to remove all foreign material which would reduce the bond between the new paint and the old paint. METHOD OF MEASUREMENT 620-4.1 The quantity of runway and taxiway markings to be paid for shall be the number of square feet (square meters) of painting performed in accordance with the specifications. Reflective media will not be measured for payment but shall be considered subsidiary to the paint. 620-4.2 Pavement marking removal will not be measured for separate payment, but shall be considered subsidiary to P-620. BASIS OF PAYMENT 620-5.1 Payment shall be made at the respective contract price per square foot(square meter) for runway and taxiway painting. This price shall be full compensation for furnishing all materials and for all labor, equipment,tools,and incidentals necessary to complete the item. 620-5.2 Payment will not be made for paint removal, but shall be considered subsidiary to P-620. Payment will be made under: Item P-620-5.1 Pavement Marking Replacement-per square foot TESTING REQUIREMENTS ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 146 Chemical Analysis of Glass Sand ASTM C 371 Wire-Cloth Sieve Analysis of Nonplastic Ceramic Powders ASTM D 92 Test Method for Flash and Fire Points by Cleveland Open Cup P-620-3 AC 150/5370-10E 9/30/2009 ASTM D 711 No-Pick-Up Time of Traffic Paint ASTM D 968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive ASTM D 1213-54(1975) Test Method for Crushing Resistance of Glass Spheres ASTM D 1652 Test Method for Epoxy Content of Epoxy Resins ASTM D 2074 Test Method for Total Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D 2240 Test Method for Rubber Products-Durometer Hardness ASTM G 15453 Operating Light and Water-Exposure Apparatus (Fluorescent Light Apparatus UV-Condensation Type) for Exposure of Nonmetallic Materials. Federal Test Method Paint, Varnish, Lacquer and Related Materials; Methods of Inspection, Standard No. 141 D/GEN Sampling and Testing MATERIAL REQUIREMENTS ASTM D 476 Specifications for Dry Pigmentary Titanium Dioxide Pigments Products Code of Federal Regulations 40 CFR Part 60, Appendix A — Definition of Traverse Point Number and Location Code of Federal Regulations 29 CFR Part 1910.1200—Hazard Communications FED SPEC TT-B-1325D Beads(Glass Spheres)Retroreflective AASHTO M 247 Glass Beads Used in Traffic Paints FED SPEC TT-P-1952E Paint,Traffic and Airfield Marking,Waterborne Commercial Item Description(CID)A-A-2886B Paint,Traffic,Solvent Based FED STD 595 Colors used in Government Procurement END OF ITEM P-620 P-620-4 ITEM SS-220 ASPHALT SURFACE COURSE DESCRIPTION 220-1.1 This section covers construction of Dense-Graded Hot-Mix Asphalt in accordance with the Pavement Maintenance Details. STANDARDS 220-2.1 SURFACE COURSE: Materials, equipment, and construction methods for Asphalt Surface Course shall be in accordance with Item 340 Dense-Graded Hot-Mix Asphalt (Method) of the Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets,and Bridges,except as modified or augmented herein. CONSTRUCTION METHODS 220-3.1 Standard Specification Modifications and Augmentations: 1. 340.2.A. Aggregate: Reclaimed Asphalt Pavement (RAP shall not be used). A Surface Aggregate Classification(SAC)of D shall be used. 2. 340.2.A.2. RAP: Delete this paragraph. 3. 340.2.D. Asphalt Binder: The asphalt binder shall be PG 64-22. 4. 340.2.E. Tack Coat: Tack coat shall be as required in Item SS-221 Prime and Tack Coats. 5. 340.4 Construction: The Airport reserves the right to waive laboratory testing requirements for small asphalt placements if deemed unnecessary. In such case,the asphalt placed shall be tested on site using a nuclear gage. METHOD OF MEASUREMENT 220-4.1 Dense-Graded Hot-Mix Asphalt (HMA) will be measured by the square yard of the thickness replaced. Measurements shall include only the actual amounts placed within repair area. BASIS OF PAYMENT 220-5.1 Dense-Graded Hot-Mix Asphalt (HMA), acceptably completed, and measured as provided above, will be paid for at the contract unit prices per square yard bid for"HMA Surface Replacement", which prices shall be full compensation for furnishing, placing and compacting all materials; and for all equipment,tools,testing, labor,and incidentals necessary to complete the work. Payment will be made under: Item SS-220-5.1 HMA Surface Replacement—per square yard END OF ITEM SS-220 SS-220-1 ITEM SS-221 PRIME AND TACK COATS DESCRIPTION 221-1.1 This item shall consist of a single application of bituminous material and blotter material if required,applied on the completed and approved base course,on the subgrade,and/or on the existing bituminous or concrete surface in accordance with these specifications. STANDARDS 221-2.1 Work under this section shall be in accordance with the portions of Item 300 Asphalts, Oils and Emulsions and Item 310 Prime Coat of the Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges that concern prime coats and tack coats,except as modified or augmented herein. MATERIALS 221-3.1 Materials shall conform to the requirements provided under Item 300 Asphalts, Oils and Emulsions and Item 310 Prime Coat of the Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. A medium curing cutback asphalt or an asphalt penetrating prime will be used for prime coat and a rapid curing cut back or emulsified asphalt will be used for tack coat. MEASUREMENT AND PAYMENT 221-4.1 Prime and tack coats will not be measured for separate payment but will be considered subsidiary to the HMA Surface Replacement. END OF ITEM SS-221 SS-221-1 ITEM SS-230 PORTLAND CEMENT CONCRETE PAVEMENT DESCRIPTION 230-1.1 This section covers the construction of a pavement composed of Portland cement concrete,with or without reinforcement as specified, constructed on a prepared base course in accordance with these specifications and in conformance with the repair details. STANDARDS 230-2.1 Materials, equipment, construction methods, and testing for Portland Cement Concrete Pavement shall be in accordance with Item 421 Hydraulic Cement Concrete of the Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges,except as modified or augmented herein. Joints shall be constructed in accordance with the repair details. CONSTRUCTION METHODS 230-3.1 Mix Design shall be in accordance with 421 Hydraulic Cement Concrete of the Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets,and Bridges,except as modified herein. FAA mix design as specified in the typical P- 501 FAA Specification may also be used. Design and Quality control of Portland Cement Concrete Pavement will consist of furnishing acceptable mix designs and performing all applicable quality control sampling and testing to the Airport. Proportioning shall provide for a minimum 28-day compressive strength of 5,000 psi. The concrete shall be Class P with an Aggregate Class of 3 as defined in Item 421 Hydraulic Cement Concrete. 230-3.2 STEEL REINFORCEMENT: Reinforcing shall consist of bar mats conforming to the requirements of ASTM A 184 or A 704. Alternately,reinforcing steel meeting ASTM A615 may be used if reinforcing steel is manually cut and tied. Dowel bars shall be plain steel bars conforming to ASTM A 615 or ASTM A 966 and shall be free from burring or other deformation restricting slippage in the concrete. High strength dowel bars shall conform to ASTM A 714, Class 2, Type S, Grade I, II or III, Bare Finish. Before delivery to the construction site each dowel bar shall be painted with one coat of paint conforming to MIL-DTL- 24441/20A.SSPC Paint 5 or SSPC Paint 25. Metal or plastic collars shall be full circular device supporting the dowel until the epoxy hardens. Dowel bars or other load-transfer units of an approved type shall be placed across joints in the manner as shown on the repair details. They shall be of the dimensions and spacings as shown and held rigidly in the middle of the slab depth in the proper horizontal and vertical alignment by methods as described in the repair details. The portion of each dowel painted with rust preventative paint, as required under above and shown on the details to receive a debonding lubricant, shall be thoroughly coated with asphalt MC-70, or an approved lubricant, to prevent the concrete from bonding to that portion of the dowel. If free-sliding plastic-coated or epoxy-coated steel dowels are used,a lubrication bond breaker shall be used except when approved pullout tests indicate it is not necessary. Where butt-type joints with dowels are designated,the exposed end of the dowel shall be oiled. 230-3.3 Acceptance sampling and testing will be performed by the concrete supplier. SS-230-1 230-3.6 PAVEMENT STRENGTH: Compressive strength shall be as specified at 28 days using test specimens prepared in accordance with ASTM C 31 and tested in accordance with ASTM C 39. Concrete samples shall be furnished by the concrete supplier and shall be taken in the field to determine the consistency, air content, and compressive strength of the concrete. Concrete cylinders shall be made each day that the concrete is placed. Each group of cylinders shall be molded from the same batch of concrete and shall consist of a sufficient number of specimens to provide two compressive strength tests at each test age. Test ages will be 7 days and 28 days. PCC pavement represented by cylinders not meeting the specified strength shall be removed and replaced. 230-3.7 JOINTS: Joints sealant material shall meet the requirements of ASTM D 5893,Type SL. Each lot or batch of silicone sealing compound shall be delivered to the job site in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number, shelf life, mixing instructions, and storage instructions and shall be accompanied by the manufacturer's certification stating that the compound meets the requirements of this specification. Backer rod shall be a non-moisture absorbing, closed-cell, expanded polyethylene foam rod. The rod shall be compatible with the sealant and no bond or reaction shall occur between the rod and the sealant. Joints shall be sealed as soon after completion of the curing period as feasible and before the pavement is opened to traffic,including construction equipment. The pavement temperature shall be above 50°F (10°C)before installation of silicone joint sealing material. Immediately after saw cutting is complete the resulting cement slurry shall be completely removed from the joint by water washing (less than 100 psi pressure). After the joint is sufficiently dried, the joint shall be sandblasted. One pass along each reservoir face is required. After sandblasting the joint shall be blown out with compressed air. When the surfaces are clean and dry, and just prior to placement of the sealant, compressed air shall be used to blow out the joint and remove all residual dust. Air compressors shall be equipped with suitable traps capable of removing all free water and oil from the compressed air and shall be capable of furnishing air with a pressure greater than 90 psi. Joints shall be inspected for proper width,depth,alignment,and preparation,and shall be approved by the Engineer before sealing is allowed. Sealant shall be installed in accordance with the following requirements: A backer rod shall be installed as shown on the repair details, prior to placement of the joint sealer. The backing material shall be placed as shown on the plans and shall be non-adhesive to the concrete or the sealant material. The self-leveling sealant shall be applied in a continuous operation,by means of approved pressure equipment that will force the sealing material to the bottom of the joint and completely fill the joint without spilling the material on the surface of the pavement. Sealant which does not bond to the concrete surface of the joint walls,contains voids, or fails to set up to a tack-free condition will be replaced. SS-230-2 METHOD OF MEASUREMENT 230-4.1 Portland Cement Concrete Pavement and will be measured by the square yard. The width for measurement will be the width as constructed in accordance with the repair details. BASIS OF PAYMENT 230-5.1 Work completed and accepted under this item and measured as provided above will be paid for at the contract unit prices bid per square yard for Portland cement concrete pavement accepted in-place, which price shall be full compensation for furnishing, transporting and placing materials, including steel bars for joints and all other joint materials; for reinforcement in designated slabs; for the preparation and processing of materials; for mixing, spreading, vibrating, fmishing, and curing; for sawing, filling, and sealing joints;and for all labor,equipment,testing,tools and incidentals necessary to complete the work. Payment will be made under: Item SS-230-5.1 Concrete Pavement,Corner Replacement -per square yard Item SS-230-5.2 Concrete Pavement,Full Depth Concrete Slab Replacement -per square yard END OF ITEM SS-230 SS-230-3 ITEM SS-280 ASPHALT CRACK REPAIR DESCRIPTION 280-1.1 This item shall consist of the cleaning, application of herbicide and tack coat, and filling/sealing of cracks in the existing asphalt pavement. All cracks measuring 1/4" wide or wider shall be cleaned and filled/sealed according to this specification. MATERIALS 280-2.1 Cracks measuring 1/4" to 1/2" wide shall be filled with a hot-poured joint sealant. Sealant shall conform to the standards set forth in ASTM D 6690. In areas indicated on the plans, cracks measuring 1/2" wide or wider shall be filled with fine aggregate and sand asphalt. 280-2.2 Soil sterilants shall contain Bromacil or Prometone.. Application rate shall be in accordance with manufacturer's recommendations. 280-2.3 Tack coat shall be as required in Item SS-221 Prime and Tack Coats. CONSTRUCTION METHODS 280-3.1 General. Cracks in the existing pavement shall be cleaned and filled/sealed. Removal of grass, dirt, or other material existing in the cracks, including existing deteriorated sealant, shall be accomplished by the use of a hot-compressed air lance as described in this specification. 280-3.2 Crack Preparation. A high temperature compressed air lance shall be used at all times to blast out any vegetation, dirt, dampness and loose materials from the cracks. Existing crack sealant which is deteriorated shall be removed. The high velocity hot air shall be not less than 2,000 °F in temperature. The air lance shall operate in a no flame impingement condition and shall have a directional controlled velocity of 330-fps minimum and a combustion temperature at ignition of no less than 2,000 °F. If vegetation is considered a problem,a soil sterilant shall be applied. 280-3.3 Filler Application(Cracks ''/z"wide or wider). After cracks have been cleaned,have received soil sterilant, rejuvenator, and tack coat, the cracks shall be filled with a fine / sand asphalt mix as described in this specification. The asphalt mix shall be raked in the crack by hand in order to completely fill the entire crack. Once the crack is filled, excess asphalt mix shall be rounded up along the length of the crack and pinched into the crack using a small asphalt roller. 280-3.4 Sealant Application (Cracks '/" to ''/z" wide). After cracks have been cleaned, have received soil sterilant, rejuvenator, and tack coat, the cracks shall be filled with a sealant as described in this specification and per the manufacturer's recommendations. The cracks shall be filled so that the top of the filler is flush with the existing pavement. The "squeegee method" with a maximum width of two inches, shall be used to install the sealant. Cracks with excessive depths, shall be filled with a sand material to a depth no less than 1 inch from the top of the existing pavement surface. Sealant shall be applied to the sand material foundation. 280-3.5 Cure Time. In accordance with the manufacturer's specifications, the Contractor shall allow the appropriate cure time for the sealant between placement of the sealant and the application of pavement SS-280-1 markings or seal coat. METHOD OF MEASUREMENT 280-4.1 HMA Crack Repair (Type la) will be measured by the linear foot of cracks measuring 1/4" wide to 1/2"wide. 280-4.2 HMA Crack Repair(Type lb) will be measured by the linear foot of cracks measuring 1/2" wide or wider. BASIS OF PAYMENT 280-5.1 Work completed and accepted under this item for Type la cracks will be paid for at the contract unit price for Asphalt Crack Repair (Type la), which price shall be full compensation for furnishing all labor,tools,equipment,and incidentals necessary to complete the work. 280-5.2 Work completed and accepted under this item for Type lb cracks will be paid for at the contract unit price for Asphalt Crack Repair (Type lb), which price shall be full compensation for furnishing all labor,tools,equipment,and incidentals necessary to complete the work. Payment will be made under: Item SS-280-5.1 HMA Crack Repair(Type la)-per linear foot Item SS-280-5.2 HMA Crack Repair(Type lb)-per linear foot END OF ITEM SS-280 SS-280-2 ITEM SS-281 CONCRETE CRACK AND JOINT REPAIR DESCRIPTION 281-1.1 This item shall consist of the cleaning and sealing of cracks and joints in the existing concrete pavement. This item also consists of repairing pop outs in concrete pavement. MATERIALS 281-2.1 Crack and joint sealing materials shall meet the requirements of ASTM D 5893,Type SL. CONSTRUCTION METHODS 281-3.1 General. Cracks in the existing concrete pavement (1/4" minimum width) shall be cleaned and sealed. Joints requiring repair shall be cleaned and sealed. After cracks or joints have been cleaned, they shall be filled with a sealant as described in this specification. 281-3.2 Joint Preparation. All existing joint sealants will be removed by plowing or use of hand tools. Any remaining sealant/debris will be removed by use of wire brushes or other tools as necessary. In some instances, re-sawing the joints may be required. This is only recommended in areas where the existing joint faces cannot be thoroughly cleaned to satisfactorily promote the effectiveness and adherence of the new sealant. If re-sawing the joints is required, immediately after sawing, the resulting slurry will be completely removed from the joint and adjacent area by flushing with a jet of water,and by use of other tools as necessary. The joints will be allowed sufficient time to dry prior to re-sealing. All joints shall be sealed the same day of the final cleaning. Cleaned joints left open overnight or joints which become contaminated before sealing shall be re-cleaned as specified under the second paragraph under crack preparation. 281-3.3 Crack Preparation. Removal of any vegetation,dirt,loose materials,and deteriorated sealant from the cracks shall be accomplished by routing. Cracks shall be routed so that the exposed face of the crack is enlarged to a width of 1/2"and to a depth as detailed in the sealant and backer rod manufacturer's recommendations. When the cracks are thoroughly dry, and just prior to sealant placement, both vertical faces shall be cleaned by sandblasting with a nozzle attached to an aiming device that directs the sand blast at approximately a 45 degree angle and a maximum of two inches from the face of the crack. Each crack face shall be sandblasted individually. After sandblasting, compressed air shall be used to blow out the crack and remove all residual dust. Air compressors shall be equipped with suitable traps capable of removing all free water and oil from the compressed air and shall be capable of furnishing air with a pressure greater than 90 psi. The cracks shall be thoroughly dry before the sealant is placed. All cracks shall be sealed the same day of the final sandblasting. Cleaned cracks left open overnight or cracks which become contaminated before sealing shall be re-cleaned as specified above. 281-3.4 Sealant Application. The pavement temperature shall be above 50°F at the time of installation of the poured sealing material. Cold applied crack sealing compound shall be applied uniformly solid from bottom to top and shall be filled without formation of entrapped air or voids. Backing material shall be nonadhesive to the concrete or the sealant material. A direct connecting pressure type extruding device with nozzles shaped for insertion into the crack or joint shall be provided. Any sealant spilled on the surface of the pavement shall be removed immediately. Sealant shall be applied in a manner that will completely fill the crack or joint with no gaps, entrapped air, voids, or SS-281-1 surface-only coverage. Care shall be taken to preclude excess sealant material from the adjacent pavement surface; excess material shall be removed before it cures. The sealant shall be installed according to the manufacturer's specifications. Sealant and backing material shall conform to the requirements detailed in SS-230"Portland Cement Concrete Pavement". 281-3.5 Backer Rod Material. The use of backer rod material in the bottom of the crack or joint to be filled is recommended to control the depth of the sealant, to achieve the desired shape factor, and to support the sealant against indentation and sag. Backer rod material should be compatible with the sealant, should not adhere to the sealant, should be compressible without extruding the sealant, and should recover to maintain contact with the crack or joint faces when the crack or joint is open. The backer rod will be 25 percent larger in diameter than the width of the reservoir. 281-3.6 Repair of Concrete Pop Outs. At locations shown on the airport layout map or as directed by the Airport,concrete fragments shall be removed and the pop out cavity shall be thoroughly cleaned with high-pressure water jets supplemented with compressed air to remove all loose material. Immediately before filling the cavity,a prime coat of epoxy resin,Type 111,Grade I,shall be applied to the dry cleaned surface of all sides and bottom of the cavity. The prime coat shall be applied in a thin coating and scrubbed into the surface with a stiff-bristle brush. Pooling of epoxy resin shall be avoided. The cavity shall be filled with epoxy resin mortar or a Grade III epoxy resin. Mortar mixtures shall be proportioned as directed and shall be mixed,placed,consolidated,and cured as directed. Epoxy resin mortars shall be made with Type 111,Grade 1,epoxy resin,using proportions and mixing and placing procedures as recommended by the manufacturer and approved by the Airport. Any repair material on the surrounding surfaces of the existing concrete shall be removed before it hardens. METHOD OF MEASUREMENT 281-4.1 Concrete Crack or Joint Repair will be measured by the linear foot acceptably cleaned and sealed at the appropriate locations. 281-4.2 Joint sealing used in conjunction with concrete corner or full depth concrete slab replacement will not be measured for separate payment. 281-4.3 Work completed and accepted under this item and measured as provided above will be paid for at the contract unit prices bid per lump sum for Concrete Pop Out Repair accepted in-place, which price shall be full compensation for furnishing, transporting and placing materials, including the preparation of pop outs and processing of materials; for spreading, finishing, and curing; filling, pop outs; and for all labor,equipment,testing,tools and incidentals necessary to complete the work. PAYMENT 281-5.1 Work completed and accepted under this item will be paid for at the contract unit price per linear foot for Concrete Crack Repair or Concrete Joint Repair,which price shall be full compensation for furnishing all labor,tools,equipment,materials,and incidentals necessary to complete the work. 281-5.2 Joint sealing used in conjunction with concrete corner or full depth concrete slab replacement will not be paid for separately,but shall be considered subsidiary to the item in which it is contained. 281-5.3 Work completed and accepted under this item will be paid for at the contract unit price per lump sum for Concrete Pop Out Repair, which price shall be full compensation for furnishing all labor, tools,equipment,materials, and incidentals necessary to complete the work SS-281-2 Payment will be made under: Item SS-281-5.1 Concrete Crack Repair -per linear foot Item SS-281-5.2 Concrete Joint Repair -per linear foot Item SS-230-5.3 Concrete Pop Out Repair -per lump sum END OF ITEM SS-281 SS-281-3 10 N P� F9�^m ar i O oo� F sz n y p / O F D '< a) " p s 0 F �1 F > Zzm n a r m " � r = m / p i z i i Q � r 0 U) ¢ o m D D Q9 " D U) Oz tiOA o - "� tea" s p Z m �o p1 N p N;� r - m . D 33 e r_ OD ; SN _ p Z z Om p IT! .4. p IT! a ` p _ Z p IT! D omo " -sF ?a > F yz v �D x > < z W p N rim s m_ D D F >mxnmOmizz omF N op A Hp r fir , vm o" �� ter= r o m +. m0 _ ogpm m A m O A "amm F p s Z I F O m / o iOcO"p O i S Z m Sz= O [ a i ".v m D m N " D s =oS' Z z8 < C zz-zoz mw A A 3J "'•d, j ,vim. m m m D p k � s m r mzOgn� � ow o m o �o m a m10 " p 7 0 D O m .A I > "y�mm v ,» t f x t m r p r m�.r0 N - m A p F mz r �yN�pi NFn I D ;A >x ->'�z CX oIx D 'F ; ;v - so r Fn. 'm"z -0 NO =.� NE `95 o2 -Am - O03111 >z so It r " mr _ z£ z Oprl p c >� X Im! D D m m i D _ s F':a X Z OO i r- > 31 mo z m O o m O > Z O D h m 0 ., � � h _ _ = m N D O O �, v _ s 3J x m cf) - _I m Z v r pso O 1 _ p m p rn f n zog U) µ N a p p m n zi O > S OZ :F - z - D O N cf) Z MEACHAM INTERNATIONAL AIRPORT - da� gi __�_ 0 U 9 9 z PAVEMENT DETAILS z O City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 7/8/2008 DATE: Tuesday, July 08, 2008 LOG NAME: 30WAGE RATES REFERENCE NO.: **G-16190 SUBJECT: Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects RECOMMENDATION: It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City-awarded public works projects. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in that locality. Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of Builders and Contractors (ABC) and the American Sub-Contractors Association (ASA), conducts a wage rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from that survey. FISCALI. NFORMATION/CERTIFICATION: The Finance Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers FROM Fund/Account/Centers Submitted for City.Manager's Office b Fernando Costa (8476) Originating Oepartment Head: A. Douglas Rademaker(6157) Additional Information Contact: Eric Bundy (7598) HEAVY&HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Too]Operator $10.06 Asphalt Distributor Operator $13.99 Asphalt Paving Machine Operator $12.78 Asphalt Raker $11.01 Asphalt Shoveler $ 8.80 Batching Plant Weigher $14.15 Broom or Sweeper Operator $ 9.88 Bulldozer Operator $13.22 Carpenter $12.80 Concrete Finisher,Paving $12.85 Concrete Finisher,Structures $13.27 Concrete Paving Curbing Machine Operator $12.00 Concrete Paving Finishing Machine Operator $13.63 Concrete Paving Joint Sealer Operator $12.50 Concrete paving Saw Operator $13.56 Concrete Paving Spreader Operator $14.50 Concrete Rubber $10.61 Crane,Clamshell,Backhoe,Derrick,Dra line,Shovel Operator $14.12 Electrician $18.12 Fla er $ 8.43 Form Builder/Setter,Structures $11.63 Form Setter,Paving&Curb $11.83 Foundation Drill Operator,Crawler Mounted $13.67 Foundation Drill operator,Truck Mounted $16.30 Front End Loader Operator $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 $14.50 Oiler $14.98 Painter,Structures $13.17 Pavement Marking Machine Operator $10.04 Pi la er $11.04 Reinforcing Steel Setter,Paving $14.86 Reinforcing Steel Setter,Structure $16.29 Roller Operator,Pneumatic,Self-Propelled $11.07 Roller Operator,Steel Wheel,Flat Wheenamping $10.92 Roller Operator,Steel Wheel,Plant Mix Pavement $11.28 Scraper Oerator $11.42 Servicer $12.32 Slip Form Machine Operator $12.33 Spreader Box Operator $10.92 Tractor Operator,Crawler Type $12.60 Tractor Operator,Pneumatic $12.91 Traveling Mixer Operator $12.03 Truck Driver,Lowboy-Float $14.93 Truck Driver,Single Axle,Heavy $11.47 Truck Driver,Single Axle,Light $10.91 Truck Driver,Tandem Axle,Semi-Trailer $11.75 Truck Driver,Transit-Mix $12.08 Wagon Drill,Boring Machine, Post Hole Driller Operator $14.00 Welder $13.57 Work Zone Barricade Servicer $10.09 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY Classification Hrly Rate Classification Hrly Rate AC Mechanic $21.69 Plumber $20.43 AC Mechanic Helper $12.00 Plumber Helper $14.90 Acoustical Ceiling Mechanic $15.24 Reinforcin Steel Setter $10.00 Bricklayer/Stone Mason $19.12 Roofer $14.00 Bricklayer/Stone Mason Helper $10.10 Roofer Helper $10.00 Carpenter $16.23 Sheet Metal Worker $16.96 Carpenter Helper $11.91 Sheet Metal Worker Helper $12.31 Concrete Finisher $13.49 Sprinkler System Installer $18.00 Concrete Form Builder $13.12 Sprinkler S stem Installer Helper $9.00 Drywall Mechanic $14.62 Steel Worker Structural $17.43 Drywalt Helper $10.91 Concrete Pum $20.50 Crane,Clamsheel,Backhoe, Derrick, VLine Drywall.Taper $13.00 Shovel $17.76 Drywall Taper Helr $9.00 Forklift $12.63 Electrician(Journeyman) $20.20 Front End Loader $10.50 Electrician Helper__ $14.43 Truck Driver $14.91 Electronic Technician $19.86 Welder $16.06 Electronic Technician Helper $12.00 Welder Helper $9.75 Floor Layer Resilient $20.00 Floor Layer Helper $13.00 Glazier $18.00 Glazier Helper $13.00 Insulator $14.78 Insulator Helper $11.25 Laborer Common $10.27 Laborer Skilled $13.18 Lather $16.10 Painter $14.83 Painter Helper $8.00 Pi efitter $18.85 Pi efitter Helper $12.83 Plasterer $17.25 Plasterer Helper $12.25 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Project No. Meacham Airport Pavement Maintenance(2011) CONTRACTOR Name: ` Title: Date: STATE OF TEXAS § COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared �,•i Z&O, M_2ax„tN,Aknown to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of ,C . GRi�, aj's\� >>Y\, �L�- for the purposes and consideration therein expressed and in the capacity t eFi rein stated. Given Under My Hand and Seal of Office this day of �G:<,�� 20 t l �7R�h��cKSo���Rsoty Notary Public in nd for the State of MY COMMISSION EXPIRES Texas Mluoh 16,2014 Rev 4-15-10 D. GERTIFICA TE OF LIABILITY INSURANCE `- 8/26/2011 T=aocllC�x THIS-CERTIFICATE 15 ISSUED AS A MATTER OF AFGRMATION GHARI+ES PICKT+Fi IiISiJRArfFE ONLY AND, CONFERS' NO RIONTS UPON THE CERTIFICATE' HOLDER. THIS CERTIFICATE DOES NOT AMEND, E?C7M OR 1 i 4200 S Cooper # 202 ALTER THE C€3VERAGEAFFORDED.BY THE POLICIES SELOW: Arlington, TX 75015 ' INSURERS AFFORDING COVERAGE f1hICS1 4 IrssUREst Zamora Carlstruct an, I.IC IhairFMRiL Companian Vtopsr.ty, C CaLsoaley Y PO 80X 10396 !msuia* s. Farraess__Pnsura1R --- Ri veroaks, TX 76114 817-759-0063 S INSURER E. I COVERAGES THE-?OUCESOF}NSUIfi+NCEU.UMSF-LtiW14AVFSEEN MSUE070113E}HSURED-NAMEDABOVEMRTHePOLICYPERIOD INDICATEb.RVINMTHSTANEWO s ANY ReOWRE.'.'ZNT,TEPUM OR CONDITION OF ANY.CONTRACT OR OTHER OOCU{'APNT Y,ifT'N RESPECT TO WNICH THIS CERTwfdATE MA*BE ISSUED Ci i 111AY PERTAIN.nitINSURANCEAFFORDED BY THE.P6CRU S DESCRIBEDHEREINIS SU6JECT TOALL THE ItPlAffi_.EXCLUSIONS AND C RO[TkM OFS}M'H - EsOUCI`&ACrGsREGnTEtrsA[E$SH"MAY HAVE8EE!¢MU{`.E,DBffPAIDCLAN& WE YEFff'GiISrE'ta��ET1EihTiCii' L .0=0 Tr,A!ie ice—f+0=v,:+r tattl2Eta ' ' ,rYe I 7 ndak rsT 1 texTS ttu Iwsn.tri '• `• !riiCti txc.uiT�EticB �s 1�OE3Q,Q�,4;,1 L�ucIC7�F5�NTEu-' �' li }yam :. •X:!CtY.umvtot.wk-FAL LIA.KITY} _j OrCQR 3 i 'iM ?�MO>w F�xFMr _; a DJGLO90901 � 01/28/ -/28./x2 � �►�L:<A�u�r11� ►�.�� OEM A (%&TE Lr1.1[i JWPt*3 PER � j P�74I lC rS-COMPI[P hOA.r 3 2 90 71 Li3C 1 i - .. ' -._. -G4R{IQIrtEDGINGtEttk!? I ' � r+�NtYCtl►,OBRE LrAH,LrTY � } 1'_�0()Q r 000'1 _ ALL0 XMAUTOS i j tPPx FxjSiL`t7ti}D fiI7iD8 f �,:: _ g X;Itx:£81IQs. 02/2 604716015 ; '6/1:1 D2/26J:12 .utxxltlLnrtr _..._..-- 1 i I 'LIiRAGti tIAHa,Trr `i aoTptilui v_><nACClirtr tom_ A NeAUTD i t7'Ti+E[i•Timm i i AWOOMY AGti i t _ `Ex8'S&il tikilA9NS71 r EAvi OCCURiftu E i OCCUR ISrL11TE GATB E. f.... L._._: rs 1 r----_ , ItETENht tt I I i l I {.b` R$CY"�Tt4tdWillyO I _ �iTbRVLMi[JTit EMPW wstlAe+tliY I (€t FaaiA0CIMIr I x 1 0 000 i fm tt'tea3.v�>at-�ctlreevir t i �arrrre►rtvtihtwM�rs�. 0043322$8 103'/30/11 103/30/12 ELai l&ZE-F-A, l4oniI 1 _000A90 �s c ts�D'tst> I 4 iat_nisrAsla•Pa�cvLl ills ,S_�,aQa.000 qT" pI Kase SSL N7M445885 1 B`)Floater693$11$3 102/26/11 102/26/12 Case SSL N7M445758 1 F 1 $35,000` Ea/bed„ $1,000 DES_rid'TIDNOF#P�Ri[tC148(LgCArIQMStV>HIt 7 EStEXGl4T5iQ`tSXt EP FT.+X3ASEMf7tTt C1/}L'P VARIOUS TYPES OF PAVEMENT REPAIR ® VARIOUS LOCATIONS ON MEACHAM AIRPORT. MEACHAM AIRPORT PAVEMENT REPAIRS 2011. CERT HOLDER NAMED ADNL INSURED EXCEPT ON WORKERS COMP WITH GENL LIAR BEING PRIMARY & NON- CONTRIBUTORY WITH WAIVER OF SUBROGATION ON ALL POLICIES AS REQUIRED BY WRITTEN CONTRACT. 30 DAY CANC , NOTICE AMENDED TO 10 DAY FOR NON-PAY OF PREMIUM. CERTIFICATE HOLDER CANCELLATION Meacham Tai-ternationai Airport WOXDA OfT►sABOVE OVE&testerUPOI *381ECAtr�etl.>:UBEFOR,ESHE6XPFAT!ON City Of Ft Worth DATE TI(EREOF.TH@ BSV;;%G(USURER tMLL ENDF,.IVOFt tQ 14W=� DAYS I:F TEN NOTICE TO TTtf CCITURCaTS k4i0.°it t+AMLB TO THE LEFT.BUT F,dI im Tq 0030 SHALL i 4201 North Main Street IMPOSE NO 081rvA7!0Jf+SRlutiiltY.Oi'A1;1'00 UPON Ti4E IrtSUR-;Tt,ITS,:Gi:NtS OR Ft Worth, TX 76106 aesal[51IrrAYr< 817 392-5404 aurijLt E Attn: Tiffany ACOR025(200/108) ZACORD CORPORATION 1988 FKECUTED IN FOUR PAYMENT BOND THE STATE OF TEXAS § Bond No. 71163060 § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1), c c Zamora construction, LLC as Principal herein, and (2) WESTERN SURETY COMPANY , a corporation organized and existing under the laws of the State of(3) South Dakota , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Forty-Nine Thousand Seven Hundred Ninety-Seven and 79/100 Dollars ($ 49,747.79 ) 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 18th day of July , 20 11, 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: Meacham Airport Pavement Repairs 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 Suretv have executed this instrument. SIGNED and SEALED this 6th day of September 20 11 C. C. Zamora Construction, LLC PRINCIPAL ATTEST: By: -- Name: (Principal) Se etary Title: (S E A L) Address: P. O. Box 10396 River Oaks, TX 76114 fitness s to Principal WESTERN SURETY COMPANY SURETY li,ATTEST: By: yvdil 0 J Name: C. Goodrich$Asst. Sec. Secretary E. Vrhelden, Asst. Sec. Attomey in Fact (S E A L) Address: 333 South Wabash Ave. , 41st Fl y� D Chicago, IL 60604 _0 r1 %1-4 e�tJ Witness as fo Surety Telephone Number: (6os)336-o85o NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attomey-in-Fact. The date of bond shall not be prior to date of Contract. EXECUTED IN FOUR PERFORMANCE BOND THE STATE OF TEXAS § Bond No. 71163060 § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) C. C. Zamora Construction, LLC as Principal herein, and (2) WESTERN SURETY COMPANY a corporation organized under the laws of the State of(3) South Dakota and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of Forty-Nine Thousand Seven Hundred Ninety-Seven and 79/100 Dollars ($ 49,797.79 ) 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 1 sthday of Jules , 20 11 , a copy of which is attached hereto and made a part hereof for all purposes, for the construction of Meacham Airport Pavement Repairs 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 6th day of September ')011 C. C. Zamora Construction, LLC PRINCIPAL ATTEST: By 3-�--- Name: (Principal)Xecretary Title: � `C' (S E A L) Address: P. o. Box 10396 River Oaks, TX 76114 tftne�slsas to Principal WESTERN SURE`T'Y COMPANY SURETY ATTEST: By: Name: Q. Goodrich Assl Sec. Secretary E. R.us. Sec. Attorney in Fact (S E A L) Address: 333 South Wabash Ave 41st F1 Chicago, IL 60604 Witness as to Surety Telephone Number: (605)336-0850 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 Attom ey-i n-Fact. The date of bond shall not be prior to date of Contract. EXI;'CUTED IN FOUR MAINTENANCE BOND Bond No. 71163060 THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That C. C. Zamora Construction, LLC ("Contractor"), as principal, and, WESTERN SURETY COMPANY a corporation organized under the laws of the State of South Dakota , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum Of Forty-Nine Thousand Seven Hundred Ninety-Seven and 79/100 Dollars ($ 49,797.79 ), 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 18tho{ July , 2011 , a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Meacham AirjaQr" PavPmPnt Repairs z the same being referred to herein and in said contract as the Work and being designated as project number(s) 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 Two (2) 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 , 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 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 4 counterparts, each of which shall be deemed an original, this6th day of September , A.D. 2011 ATTEST: C. C. Zamora Construction, LLC (S E A L) Contractor By:'&:"� Secretary Name: Z -2 . Y'C Title: Y� ATTEST: WESTERN SURETY COMPANY (S E A L) Surety 2 By: Secretary ;;ti Laiden, Asst Se, Name: C. Good rich,ASS'L SeC. Title: 333 South Wabash Ave. , 41st F1 Chicago, IL 60604 Address ACKNOWLEDGMENT OF SURETY STATE OF SOUTH DAKOTA (Corporate Officer) County of Minnehaha SS On this 6th day of September+ 2011 before me, a Notary Public in Q and for said County, personally appeared Goodrich-A$$�t. 58g. personally known to me, who being by me duly sworn, did say that he is the aforesaid officer of WESTERN SURETY COMPANY, a corporation duly organized and existing under the laws of the State of South Dakota, that the seal affixed to the foregoing instrument is the corporate seal of said corporation, that the said instrument was signed, sealed and executed on behalf of said corporation by authority of its Board of Directors, and further acknowledge that the said instrument and the execution thereof to be the voluntary act and deed of said corporation. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my official seal the day and year last above written. My commission expires Notary Public Form 103-12-98 Western Surety POWER OF ATTORNEY- CERTIFIED COPY Bond No. 71163060 Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the laws of the State of South Dakota,and having its principal office in Sioux Falls,South Dakota(the"Company"),does by these presents make,constitute and appoint C. Goodrich its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred,to execute,acknowledge and deliver for and on its behalf as Surety,bonds for: Principal: C.C. Zamora Construction, LLC Obligee: City of Fort Worth Amount: $500,000.00 and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Senior Vice President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said attorney(s)-in-fact may do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western Surety Company which remains in full force and effect. "Section 7. All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such other officers as the Board of Directors may authorize. The President,any Vice President, Secretary, any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." All authority hereby conferred shall expire and terminate,without notice,unless used before midnight of January 15 2012 but until such time shall be irrevocable and in full force and effect. In Witness Whereof, Western Surety Company has caused these presents to be signed by its Senior Vice President, Paul T. Bruflat,anporrrate seal to be affixed this 6th day of September 2011 WES SURE Y COMPANY WZ Paul T.BruflatAenior Vice President STTA ss COUN P � NAHA On this 6th day of Selptember in the year 2011 before me,a notary public,personally appeared Paul T. Bruflat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and deed of s id corporation. }4 4 4 4 44444 44 44 4 44444444 4 4} % D. KRELL rr r S AE L NOTARY PUBLIC SEAL i otar Public-South Dakota r iASOUTH DAKOTA L y }44444444444444444444444} My Commission Expires November 30,2012 I the undersigned officer of Western Surety Company,a stock corporation of the State of South Dakota,do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable,and furthermore,that Section 7 of the bylaws of the Company as set forth in the Power of Attorney is now in force. In testimony whereof,I have hereunto set my hand and seal of Western Surety Company this 6th day of _ September 2011 WES SURE Y COMPANY Paul T. Bruflat enior Vice President Form F5306-9-2006