HomeMy WebLinkAboutContract 26352 ToC01Y t
CflNTRA
4
CITY $ECRETARY r.,HDRSC!y
CONTRACT NO. � CRYNt
SPECIFICATION CRY MAPAI QM OWE
EFIGiKfF,iWG ON.
AND Ift-fla COPY
CONTRACT DOCUMENTS ..
FOR
BRICK PAVEMENT REPAIR (PW2 0 0 5 9)
AT MAIN STREET FROM 3RD STREET TO 9TH STREET
AND MISCELLANEOUS CURB & GUTTER
AT DOWNTOWN LOCATIONS
IN THE CITY OF FORT WORTH, TEXAS
PROJECT NO. GR76-020032800010
2000
KENNETH L. BARR BOB TERRELL
e—
MAYOR CITY MANAGER
HUGO A. MALANGA, P.E. , DIRECTOR
DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS
A. DOUGLAS RADEMAKER, P.E . , DIRECTOR
DEPARTMENT OF ENGINEERING
PREPARED BY TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
ENGINEERING COORDINATION _�♦�+ ""i°''�'�w�e��
�QA'f�O". ��.��t�Qf
EXHIBIT "A" 40
.................. .�
SUSAN L SCHWINGER
'es..w..a.e.+.........»»............s
69469
�r�d�plFss�!s�r�R�����. 7-t2-oc�
`�.' 1- :`0` lit
City of Fort Worth, Texas
qvayor And Council Communication
DATE REFERENCE NUMBER LOG NAME PAGE
10/17/00 **C-18292 20BRICK 1 of 2
SUBJECT AWARD OF CONTRACT TO KELLY CONSTRUCTION COMPANY, LLC FOR BRICK
PAVEMENT REPAIR AT MAIN STREET FROM 3RD STREET TO 9TH STREET AND
MISCELLANEOUS CURB AND GUTTER AT DOWNTOWN LOCATIONS
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a contract with Kelly
Construction Company, LLC in the amount of $45,109.00 and 55 working days for brick pavement
repair (PW20059) at Main Street from 3rd Street to 9th Street and miscellaneous curb and gutter at
downtown locations.
DISCUSSION:
The tornado of March 28, 2000 caused extensive damage to the downtown area. The Transportation
and Public Works Department staff worked with the Federal Emergency Management Agency (FEMA)
staff to identify brick pavement and curb and gutter facilities that were damaged and eligible for FEMA
reimbursement at seventy-five percent of total repair costs. The balance of cost will be paid from the
fund balance of the General Fund once all projects have been completed.
This project provides for the removal and replacement of specified sections of brick pavement and curb
and gutter that were damaged by the tornado and determined to be eligible for FEMA reimbursement in
the downtown area.
The following list details the repair method and limits for each of the streets included in this project:
Removal and replacement of brick pavement:
Street From To
Main Street 3rd Street 9th Street
Removal and replacement of concrete curb and gutter:
Street From To
3rd Street At the Southwest Corner of
Throckmorton Street
Main Street 3rd Street 9th Street
Penn Street 5th Street Forest Park Boulevard
Summit Avenue (North Bound) 5th Street Weatherford Street
Surpmit Avenue (South Bound) 5th Street Weatherford Street
This project is located in COUNCIL DISTRICT 9.
City of Fort Worth, Texas
"fayor and CouncilCommunication
DATE REFERENCE NUMBER LOG NAME PAGE
10/17/00 **C-18292 1 20BRICK 2 of 2
SUBJECT AWARD OF CONTRACT TO KELLY CONSTRUCTION COMPANY, LLC FOR BRICK
PAVEMENT REPAIR AT MAIN STREET FROM 3RD STREET TO 9TH STREET AND
MISCELLANEOUS CURB AND GUTTER AT DOWNTOWN LOCATIONS
This project was advertised for bid on July 13 and 20, 2000. On August 10, 2000, the following bids
were received:
BIDDERS AMOUNT
Kelly Construction Company. LLC $ 45,109.00
Architectural Utilities, Inc. d/b/a AUI General Contractors $123,609.00
Ed A. Wilson, Inc. Non-Responsive
Whizcon Utilities, Inc. Non-Responsive
The low bidder, Kelly Construction Company, LLC is in compliance with the City's M/WBE Ordinance by
committing to 15% M/WBE participation. The City's goal on this project is 13%.
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that funds are available in the current capital budget, as appropriated, of
the Grants Fund.
MG J
Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY
Office by: (to)
APPROVED
Mike Groomer 6140 CITY COUNCIL
Originating Department Head:
OCT 17 2000
Hugo Malanga 7801 (from)
GR76 539120 020032800010 $45,109.00 f,c r
Additional Information Contact: WJ t ,w,,,,, ,O
z"ir7 -,:1ary:1 the
City of Fort -',?.th.'!'vtao
Hugo Malanga 7801
F, MGN r` 47 AM FAX 02 PAGE 1
CITY OF FORT WORTH
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
ADDENDUM No.1
TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
BRICK PAVEMENT REPAIR(PW20059)
N AT MAIN STREET FROM 3RD STREET TO 9"" STREET
AND MISCELLANEOUS CURB AND GUTTER
AT DOWN TOWN LOCATIONS
PROJECT NO. GR76-020032800010
The contract and documents for the subject project are hereby revised or amended as the
following:
The primary purpose of this addendum is to clarify the following:
1. On page P-1 of the Proposal, for Pay item No.3,Remove/Replace Existing Brick Pavers
(Sidewalk), change the Approx. Quantity from 62 S.F. to 394 S.F.
2. On page P-1 of the Proposal, for Pay Item No. 4,Remove/Replace Existing Brick Pavers
(Pavement),change the Approx.Quantity from 1400 S.F. to 1679 S.F.
3. On page P-2 of the Proposal. for Pay Item No. 9,Removal and Replacement of 4"Cotncrete
Sidewalks,change the Approx. Quantity from 84 S.F. to 138 S.F.
4. On page P-3 of the Proposal,4h paragraph second sentence,change Forty(40)Working
Days to Fifty-Five(55) Working Days.
Please acknowledge receipt of this addendum by inserting signed copy of same into your
proposal at time of bidding. Failure to return a signed copy of this addendum shall be grounds of
rendering the bid non-responsive.
RECEIPT ACKO LEDGE:
ay: N
George A. Behnnanesh, P.E.
P-. Assistant Dir ,ctor,TIPW
post-it,'Fax Note 7671 D&19.7-31_00 A4021; 1 v7"Z
By:
Tol( Proms,,, �, Sch+.:�nyt,' ajib Fares, P.E.
ca/Dow 1 Co ' fk1 0,{ F),Wct0 Infrastructure Engineer
. 4 t —37o-5 "O"e
Faa i Fax L
?.1 - '7v- 17- 871
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
BRICK PAVEMENT REPAIR (PW20059)
AT MAIN STREET FROM 3' STREET TO 9TH STREET
AND MISCELLANEOUS CURB & GUTTER
AT DOWNTOWN LOCATIONS
IN THE CITY OF FORT WORTH, TEXAS
PROJECT NO. GR76-020032800010
2000
(4M 04!Do��� :V1
A. DOUGLAS RADEMAKER, P.E. DATE
DIRECTOR, DEPAR NT CN ENGINEERING
C-A' 1-� C
GEORGE A. BEHMANESH, P.E. DATE
ASSISTANT DIRECTOR
TRANSPORTATION D UBLIC WORKS DEPARTMENT
�!f 6b
DOO RIM, P.E. (DATE
CAPITAL PROJECT ENGI R WATER DEPARTMENT
dov-� �l
JOEERNUS, P.E. DATE
ASSI TANT DIRECTOR
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
TABLE OF CONTENTS
1. Notice to Bidders
2. Special Instructions to Bidders
3. Prevailing Wage Rates
4. Proposal
5. Vendor Compliance
6. Disadvantaged Business Enterprise
7. Special Provisions
8. Contractor Compliance with Worker' s Compensation Law
9. Certificate of Insurance
10. Performance Bond
a
11. Payment Bond
12. Contract
13. Project Designation Sign
14. Details
I 15. Street Locations
r.
NOTICE TO BIDDERS
Sealed proposals for the following project :
■ BRICR PAVEMENT REPAIR (PW 20059)
AT MAIN STREET FROM 3RD STREET TO 9TH STREET
AND MISCELLANEOUS CURB & GUTTER
AT DOWNTOWN LOCATIONS
Project No. GR76-020032800010
Addressed to Mr. Bob Terrell, City Manger of the City of Fort
Worth, Texas will be received at The Purchasing Office until 1:30
r P.M. ,August 10, 2000 and then publicly opened and read aloud at
2: 00 P.M. Plans, Specifications and Contract Documents for this
project may be obtained at the office of the Department of
Engineering, Municipal Office Building, 1000 Throckmorton Street,
Fort Worth, Texas, 76102 .
A pre-bid conference will be held at 9: 00 A.M. ,July 25, 2000 in
the Transportation and Public Works Conference Room 270, 2n°
floor, Municipal Building.
One set of documents will be provided to prospective bidders for
a deposit of twenty dollars ($20. 00) : such deposit will be
refunded if the document is returned in good condition within 10
days after bids are opened. Additional sets may be purchased on
r a non-refundable basis for twenty dollars ($20 . 00) per set .
For additional information contact Mr. Najib N. Fares at (817)
r 871-7802 .
Bob Terrell Hugo Malanga, Director
City Manger Transportation and Public Works
t
PUBLICATION: By: - /Z-Z000
July 13, 2000 ANal - N. Fares, P.E. ,
July 20, 2000 et and Storm Drainage, TPW
SPECIAL
NSTRUCTION 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 five(5%)per cent of the total of the bid submitted must accompany the
bid,and is subject to forfeit in the event the successful bidder fails to execute the contract documents
within ten(10)days after the contract has been awarded.
To be an acceptable surety on the bond,(1)the name of the surety shall be included on the current
U.S.Treasury,dr(2)the surety must have capital and surplus equal to ten times the limit of the bond.
The surety must be licensed to do business in the state of Texas. The amount of the bond shall not
exceed the amount shown on the treasury list or one-tenth(1/10)the total capital and surplus.
MP 2. PAYMENT BOND AND PERFORINIANCE BOND: The successful bidder entering into a contract
for the work will be required to give the City surety in a sum equal to the amount of the contract
awarded. In this connection,the successful bidder shall be required to furnish a performance bond as
VM well as payment bond,both in a sum equal to the amount of the contract awarded. The form of the
bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished
hereunder shall meet the requirements of Article 5160 of the Revised Civil Statutes of Texas,as
amended.
In order for a surety to be acceptable to the City,(1)the name of the surety shall be included on the
current U.S.Treasury List of Acceptable Sureties(Circular 870),or(2)the surety must have capital
y and surplus equal to ten times the amount of the bond. The surety must be licensed to do business in
the State of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list or
one-tenth(1/10)of the total capital and surplus. If reinsurance is required,the company writing the
reinsurance must be authorized,accredited or trusteed to do business in Texas.
No sureties will be accepted by the City which 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.
If the contract amount is in excess of 525,000 a Payment Bond shall be executed,in the amount of the
•� contract,solely for the protection of all claimants supplying labor and materials in the prosecution of
the work.
If the contract amount is in excess of S 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.
3. LIQUIDATED DAMAGES:The Contractor's attention is called to Part 1,Item 8,paragraph 8.6,of
the"General Provisions"of the Standard Specifications for Construction of the City of Fort Worth,
Texas,concerning liquidated damages for late completion of projects.
4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal,the City
reserves the right to adopt the most advantageous construction thereof to the City or to reject the
proposal.
5. EMPLOYMENT:All bidders will be required to comply with City Ordinance No.7278 as amended
by City Ordinance No.7400(Fort Worth City Code Section 13-A-21 through 13-a-29)prohibiting
discrimination in employment practices.
6. WAGE RATES: All bidders will be required to comply with provision 5159a of"Vemons 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.
7. FIti ANCIAL STATEMENT: A current certified financial statement may be required by the
Department of Engineering if required 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.`
8. INSURANCE: Within ten•(10)days of receipt of notice of award of contract,the Contractor must
provide,along with executed contract documents and appropriate bonds,proof of insurance for
Worker's Compensation and Comprehensive General Liability(Bodily Injury-5250,000 each person,
5500,000 each occurrence;Property Damage-S300,000 each occurrence). The City reserves the right
^" to request any other insurance coverages as may be required by each individual project.
NONRESIDENT BIDDERS:Pursuant to Article 601g,Texas Revised Civil Statutes,the City of Fort
Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the
lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident
bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in
which the nonresident's principal place of business is located.
"Nonresident bidder'means a bidder whose principal place of business is not in this
state,but excludes a contractor whose ultimate parent company or majority owner
has its principal place of business in this state.
"Texas resident bidder'means a bidder whose principal place of business is in this
state,and includes a contractor whose ultimate parent company or majority owner
has its principal place of business in this state.
This provision does not apply if this contract involves federal funds.
The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its bid to
meet specifications. The failure of a nonresident contractor'to do so will automatically disqualify that
bidder.
10. MINORITY AND WOMEN BUSINESS ENTERPRISES:In accord with City of Fort Worth
Ordinance No. 11923,as amended by Ordinance 13471,the City of Fort Worth has goals for the
participation of minority business enterprises and women business enterprises in City contracts. A
copy of the Ordinance can be obtained from the office of the City Secretary.In addition,the bidder
shall submit the MBE/WBE UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM
and/or the GOOD FAITH EFFORT FORM("Documentation")as appropriate. The Documentation
must be received no later than 5:00 p.m.,five(5)City business days after the bid opening date. The
bidder shall obtain a receipt from the appropriate employee of the managing department to whom
delivery was made. Such receipt shall be evidence that the Documentation was zeceived by the City.
Failure to comply shall render the bid non-responsive.
Upon request,Contractor agrees to provide to owner complete and accurate information regarding
actual work performed by Minority Business Enterprise(NVBE)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 MBE and/or 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 initiation action under
appropriate federal,state or local laws or ordinances relating to false statement;further,any such
misrepresentation(other than a negligent misrepresentation)and/or commission of fraud will result in
w
the Contractor being determined to be irresponsible and barred from participation in City work for a
period of time of not less than three(3)years.
11. AWARD OF CONTRACT:Contract will be awarded to the lowest responsive bidder.The City
reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be
withdrawn until the expiration of forty-nine(49)days from the date the M/WBE UTILIZATION
FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM
F ("Documentation")as appropriate is received by the City. The award of contract,if made,will be
within forty-nine(49)days after this documentation is received,but in no case will the award be made
until the responsibility of the bidder to whom it is proposed to award the contract has been verified.
"
12. PAYMENT:The Contractor will receive full payment(minus 5%retain age)from the City for all
work for each pay period. Payment of the remaining amount shall be made with the final payment,
and upon acceptance of the project.
13. ADDENDA:Bidders are responsible for obtaining all addenda to the contract documents prior to the
bid receipt time and acknowledging them at the time of bid receipt. Information regarding,the status
T of addenda may be obtained by contacting the Department of Engineering Construction Division at
(817)871-7910.Bids that so not acknowledge all applicable addenda may be rejected as non-
responsive.
14. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW:
A.Workers Compensation Insurance Coverage
a.Definitions:
Certain of coverage("certificate').A copy of a certificate of insurance,a certificate of
authority to self-insure issued by the commission,or a coverage agreement(TWCC-81,
TWCC-82,TWCC-83,or TWCC-84),showing statutory worker's compensation insurance
coverage for the person's or entity's employees providing services on a project,for the
• duration of the project.
Duration of the project-includes the time from the beginning of the work on the project until
the contractor's/person's work on the project has been completed and accepted by the
governmental entity.
Persons providing services on the project("subcontractor"iii 5406.096)-includes all persons
or entities performing all or part of the services the contractor has undertaken to perforin on
the project,regardless of whether that person contracted directly with the contractor and
regardless of whether that person has employees. This includes,without limitation, �4
.independent contractors,subcontractors,leasing companies,motor carriers,owner-operators,
employees of any such entity,or employees of any entity which furnishes persons to provide
services on the project. "Services"include,without limitation,providing,hauling,or
delivering equipment or materials,or providing labor,transportation,or toner services related
• to a project."Services"does not include activities unrelated to the project,such as
food/beverage vendors,office supply deliveries,and delivery of portable toilets.
b. The contractor shall provided coverage,based on proper reporting of classification codes
and payroll amounts and filing of any coverage agreements,which meets the statutory
requirements of Texas Labor Code,Section 401.011 (44)or all employees of the
contractor pfoviding services on the project,for the duration of the project.
w •
c. The Contractor must provide a certificate of coverage to the governmental entity prior to
being awarded the contract. „,
s
k
d. If the coverage period shown on the contractor's current certificate of coverage ends
during the duration of the project,the contractor must,prior to the end of the coverage
period,file a new certificate of coverage with the governmental entity showing that
coverage has been extended.
e. The contractor shall obtain from each person providing services on a project,and provide
to the governmental entity:
(1) a certificate of coverage,prior to that person beginning work on the project,so the
-• 'governmental entity will have on file certificates of coverage showing coverage for
all persons providing services on the project;and
(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.
L _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
t personal delivery,within ten(10)days after the contractor knew or should have.known,
of any change that materially affects the provision of coverage of any person providing
services on the project.
h. The contractor shall post on each project site a notice,in the text,form and manner
prescribed by the Texas Worker's Compensation Commission,informing all persons
providing services on the project that they are required to be covered,and stating how a
person may verify coverage and report lack of coverage.
'I. The contractor shall contractually require each person with whom it contracts to provide
services on a project,to:
R
(1) provide coverage,based on proper repotting'on classification codes and payroll
amounts and filing of any coverage agreements,which meets the statutory
requirements of Texas labor Code,Section 401.011 (44)for all of its employees
providing services on the project,for the duration of the project;-
(2) provide to the contractor,prior to that person beginning work on the project,a
certificate of coverage showing that coverage is being provided for all employeeso f
.
,. the person providing services on the project,for the duration of the project:
(3) provide the contractor,prior to the end of the coverage period,a new certificate of
coverage showing extension of coverage,if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(4) obtain from each other person with whom it contracts,and provide to the contractor:
(a) a certificate of coverage,prior to the other person beginning work on the
project;and
(b) a new certificate of coverage showing extension of coverage,prior to the end
of the coverage period,if the coverage period shown on the current certificate
of coverage ends during the duration of the project;
° A
(5) retain all required certificates of coverage on file for the duration of the project and
for one year thereafter.,
t
ME (6) notify the governmental entity in wiring by certified mail or personal delivery,
within ten(10)days after the person knew or should have known,of any change that
materially affects the provision of coverage of any person providing services on the
as project;and
(7) contractually require each person with whom it contracts,to perform as required by
paragraphs(1)-(7),with the certificates of coverage to be provided to the person for
whom they are providing services.
j.' By signing this contract or providing or causing to be provided a certificate of coverage,
the contractor is representing to the governmental entity that all employees of the
contractor who will provide services on the project will be covered by worker's
compensation coverage for the duration of the project,that the coverage will be based on
proper reporting of classification codes and payroll amounts,and that all coverage
agreements will be filed with the appropriate insurance carrier or,in the case of a self
insured,with the commission's Division of Self-Insurance Regulation. Providing false or
misleading information may subject the contractor to administrative,criminal,civil
penalties or other civil actions.
k. The contractor's failure to comply with any of these provisions is a breach of contract by
the contractor does not remedy the breich within ten days after receipt of notice of
breach from the governmental entity.
B. The contractor shall post a notice on each project site informing all persons providing services on the
-project that they are required to be covered,and stating how a person may verify current coverage and
report failure to provide coverage. This notice does not satisfy other posting requirements imposed by
the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules.
This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal
type,and shall be in both English and Spanish and any other language common to the worker
population. The text for the notices shall be the following text,without any additional words or
changes:
"REQUIRED WORKER'S COWENSATION COVERAGE"
The law requires that each person working on this site or providing services related to this construction
project must be covered by worker"compensation insurance.This includes persons providing,hauling
or delivering equipment or materials,or providing labor or transportation or other service related to the
project,regardless of the identity of their employer or status as an employee".
Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the
legal requirement for coverage,to verify whether your employer has provided the required coverage,
or to report an employer's failure to provide coverage".
15. NON DISCRIMINATION:The contractor shall not discriminate against any person or persons
because of sex,race,religion,color,or national origin and shall comply with the provisions of City
.� Ordinance 7278,as amended by City Ordinance 7400(Fort Worth City Code Sections'13A-21 through
13A-29),prohibiting discrimination in employment practices.
16. AGE DISCRIMINATION:In accordance with the policy("Policy")of the Executive Branch of the
federal government,contractor covenants that neither it nor any of its officers,members,agents,or
employees,will engage in performing this contract,shall,in connection with the employment,
advancement or discharge of employees or in connection with the terms,conditions or privileges of
their employment,discriminate against person because of their age except on the basis of a bona fide
occupational qualification,retirement plan or statdory requirement.
w
Contractor further covenants that neither it nor its officers,members,agents,or employees,or person
F acting on their behalf,shall specify,in solicitations or advertisements for employees to work on this
Contract,a maximum age limit for such employment unless the specified maximum age limit is based
upon a bona fide occupational qualification,retirement plan or statutory requirement.
Contractor warrants it will fully comply with the Policy and will defend,indemnify and hold City
-harmless against any*and all claims or allegations asserted by third parties against City arising out of
Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination
in the performance of this Contract.
17. DISCRIMINATION DUE TO DISABILITY:in accordance with the provisions of the Americans
with Disabilities Act of 1990 C'ADA"),Contractor warrants that it will not unlawfully discriminate on
the basis of disability in the provision of services to the general public,nor in the availability,terms °
and/or conditions of employment for applicants for employment with,or current employees of
Contractor.Contractor warrants it will fully comply with ADA'&provisions and any other applicable
federal state and local laws concerning disability and will defend indemnify and hold City harmless
against any claims or allegations asserted by third parties against City arising out of Contractor's
alleged failure to comply with the above-referenced laws concerning disability discrimination in the
performance of this Contract.
Revised March 15, 1996
■
CITY OF FORT NVORTH
HIGHWAY CONTRUCTION
PREVAILING LAVAGE RATE FOR 1999
CLASSIFACTION HOURLY ROTE
AIR TOOL OPER-ATOP. S9.00
ASPHALT R-Aj:ER 9.55
ASPHALT SHOVELER 8.80
BATCHING PLANT WEIGHER 11.51
CARPENTER 10.30
CONCRETE FINISHER-PAVING 10.50
CONCRETE FINISHER-STRUCTURES 9.83
CONCRETE RUBBER 8.84
ELECTRICIAN 15.37
FLAGGER 7.55
FORDS BUILDER-STRUCTURES 9.83
FORDS LUI ER-PAVING &CURB 9.00
FORM SETTER-PAVING & CURB 9.24
FORM SETTER-STRUCTURES 9.09
LABORER-COMMON 7.32
LABORER-UTILITY 8.94
MECH.A MC 12.68
OILER 10.17
SERVICER 9.41
PAINTER-STRUCTURES 11.00
PIPE LAYER 8.98
BLASTER 11.50
ASPHALT DISTRIBUTOR OPERATOR 10.29
ASHPALT PAVING MACHINE 10.30
BROOM OR SWEEPER OPERATOR 8.72
BULLDOZER 10.74
CONCRETE CURING MACHINE 9.25
CONCRETE FINISHING MACHINE 11.13
CONCRETE PAVING JOINT MACHINE 10.42
CONCRETE PAVING JOINT SEALER 9.00
CONCRETE PAVING SAW 10.39
CONCRETE PAVING SPREADER 10.50
SLIPFORM MACHINE OPERATOR 9.92
CRANE, CLAMSHELL, BACKHOE, DERRICK,DRAGLTIIE,SHOVEL 11.0-At
FOUNDATION DRILL OPERATOR CRAWLER MOUNTED 10.00
FOUNDATION DRILL OPERATOR TRUCK MOUNTED 11.83
FRONG END LOADER 9.96
MILLING N'LkCHTNE OPERATOR 8.62
MLXER 10.30
MOTOR GRADER OPERATOR FINE GRADE 11.97
MOTOR GRADE OPERATOR 10.96
l
CITY OF FORT WORTH
HIGHWAY CONTRUCTION
PREVAILING WAGE RATE FOR 1999
CLASSIFACTION HOURLY RATE
PAVEMENT IvLARKNG MACHNE 7.32
ROLLER, STEEL WHEEL PLANT-MIX PAVEMENTS 9.06
ROLLER, STEEL WHEEL OTHER FLATWIEEL ORTA.IVIPNG 8.59
ROLLER, PNELTL•LATIC, SELF-PROPELLED SCRAPER SAS
SCRAPER 9.63
TRACTOR-CRAWLER TYPE 10.58
TRACTOR-P\rEUVLATIC 9.15
TRAVELING MIXER 8.83
WAGON-DRILL, BORING MACHINE 12.00
REINrFORCING STEEL SETTER PAVING 13.21
REINFORCING STEEL SETTER STRUCTURES 13.31
STEEL WORKER-STRUCTURAL 14.80
SPREADER BOX OPERATOR 10.00
WORK ZONE BARRICADE 7.32
TRUCK DRIVER-SINGLE AXLE LIGHT 8.965
TRUCK DRIVER-SINGLE AXLE HEAVY 9.02
TRUCK DRIVER-TANDEM AXLE SEMI TRAILER 8.77
TRUCK DRIVER-LOWBOY/FLOAT 10.4;
TRUCK DRIVER-TRANSIT MIX 9.47
TRUCK DRIVER-WINCH 9.00
VIBRATOR OPERATOR-HAND TYPE 7.32
WELDER 11.57
2
P R O P O S A L
TO: MR. BOB TERRELL Fort Worth, Texas
City Manager
Fort Worth, Texas
FOR: BRICK PAVEMENT REPAIR (PW 20059)
AT MAIN STREET FROM 3RD STREET TO 9" STREET
AND MISCELLANEOUS CURB 6 GUTTER
EL AT DOWNTOWN LOCATIONS
PROJECT NO. GR76-020032800010
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 Department of Engineering 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.
Upon acceptance of this proposal by the City Council, the bidder is bound to
execute a contract and furnish Performance and Payment Bond 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 BID UNIT TOTAL
ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID
S.P. 1 1 Ea. Project Designation Sign @
Two-Hundred Dollars 6
No Cents Per Ea. $ 200.00 $ or
104 2 4 C.Y. Remove/Replace Existing 6"
314 Concre Base ( as �) @
S.P. e e �► ollars & q i / U!G
Cents Per C.Y. $ CIO $ b
S.P. 3 S.F. Remove/Replace Existing
Brick P vers (Sidewalk) @
W e 4 TY 0-10- Dollars 6 ^ +
A16 Cents Per S.F. $ L
S.P. 4 1.4D6480-S.F. Remove/Replace Existing
Br1v)� vers (Pavement) @
` @e11 Dollars s
IL N0 Cents Per S.F. $ J $ 2- 5
P-1
SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL
ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID
S.P. 5 22 S.F. Remove/Replace Existing
Travertine Marble White Pavers
idew lk)
!c ejL
P-14-Dollars &
,[fes Cents Per S.F. $ $ S�Sd
S.P. 6 37 S.F. Repair Brick Planter
Borders /^
`rjt/e l•� `� Fr ✓� Dollars & ata dG
K)o Cents Per S.F. $ $ _/(� 2-S
s.P. 7 100 L.F. Silicone Joint Sealing
Iwo Dollars & d 6 cr-_
NO Cents Per L.F. $ $ ZD d
104 8 125 L.F. Removal and Replacement of
502 Concreterb d Gutter @
S.P. �,�C.N �( �J Dollars & I
&)10 Cents Per L.F. $ `S $ 2,
104 9 ( 3 S.F. Removal and Replacement of 4"
504 ConcreteDollars &Sidewalks @
S.P. F� � oG
SSI—
AW
c / q
Cents Per S.F. $ J $ l7 [ d
S.P. 10 2 EA. Tre Gra�yes[�
�(�JC hY S► ►+l7U-M. #(t-) Dollars &
/l 7
eo Cents Per EA. $ Z.� 00 $ �/ Z66
Q� O
TOTAL BID
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 Forty 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.
The Contractor shall start work within 15 calendar days of executing the
contract. Within ten (10) 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
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.
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:
Addendum No. 1 (Initials) '( Resp e fuhly submit ed,
Addendum No. 2 (Initials) `�' con LL� LLC
Addendum No. 3 (Initials)
By: , R L/
Address: 3 �� S, ,(- :5�►//
�as " / Cicy 7S zz3
(Seal) I
Date: (� �6o - 00 Telephone: goo
P-3
1�
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
a low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal
place of business are outside the state of Texas) bid projects for construction, improvements,
supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the
same amount that a Texas resident bidder would be required to underbid a 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 principal place of business or corporate offices are in the State of Texas.
Bidder:
Co
CJ
Company By (Please Prin
3oo1,
Address Signature
-PLI (Lou 2,2--3 V, A
r City/State/Zip Title (Please Print)
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
r
BRICK PAVEMENT REPAIR (PW 20059)
CITY OF FORT WORTH
BID DATE AUG 10,2000
BOND REQUIRED 5.00%
UNIT TOTAL
PRICE AMOUNT
APPROX. UNIT BID
ITEM# QUANTITY
1 1.00 EA PROJECT DESIGNATION SIGN $200.00 $200.00
2 4.00 CY REMOVE/REPLACE 6" CONC BASE $190.00 $760.00
3 394.00 SF R/REP EXIST BRICK PAVERS SIDEWALK $21.00 $8,274.00
4 1,679.00 SF R/REP EXIST BRICK PAVERS PAVEMENT $15.00 $25,185.00
5 22.00 SF R/R TRAVERTINE PAVERS SIDEWALK $25.00 $550.00
6 37.00 SF REPAIR BRICK PLANTER BORDERS $25.00 $925.00
7 100.00 LF SILECONE JOINT SEALING $2.00 $200.00
8 125.00 LF R/R CURB&GUTTER $25.00 $3,125.00
9 138.00 SF REMOVE& REPLACE CONC SIDEWALK $5.00 $690.00
10 2.00 EA TREE GRATES $1,000.00 $2,000.00
$41,909.00
"—S VPT JRIAVfW "WT,:-1VP-
HTR��7vv
n0g-Ut 'SUA J T Aff 0 0
x1ty,A 0--l"Uolp qoo'
P,
nAU )cC>y-qqA
Y"I POAU0 W KPT(
CWI)a*0-l"wiqlm, :ry �)q Yo ou-�
54
q3PM i? w W E
T4 -qvb
-4 7 till -ICT
NJ 44WSCM 6 A WAS 3MMOVAPt SAY, e
Bie(IMF. flJMPUCI)IMS RIMER :1117- OoNt b
r 11 TOO A M*PJq WIKI
to* 1 -11 a
0 02.A. )fjAW9012 3006 3:)A-M-Rff*3VO- VT-", 1p 00 Q
(R 004 f-,: UT A14 0 13 4r A? 00-�
City of Fort Worth
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If the total dollar value of the contract Is $25,000 or more, the MIWBE goal is applicable. If the total dollar
value of the contract is less.than $25,000,the MIWBE goal is not applicable.
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority/Women Business
Enterprises (MNVBE) in the procurement of all goods and services to the City on a contractual basis. The objective
of the Policy is to increase the use of MNVBE firms to a level comparable to the availability of MNVBEs that provide
goods and services directly or indirectly to the City.
M/WBE PROJECT GOALS
The City's MBEIWBE goal on this project is _% of the base bid value of the contract.
COMPLIANCE TO BID SPECIFICATIONS
On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's MNVBE Ordinance
by either of the following:
w 1. Meet or exceed the above stated MNWBE goal,or;
2. Good Faith Effort documentation,or;
3. Waiver documentation.
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.
1. M/WBE Utilization Form: received by 5:00 p.m.,five (5) City business days after the
bid opening date, exclusive of the bid opening date.
r
2. Prime Contractor Waiver Form: received by 5:00 p.m.,five(5) City business days after the
bid opening date, exclusive of the bid opening date.
ti
3. Good Faith Effort Form: received by 5:00 p.m.,five(5) City business days after the --
bid opening date, exclusive.of the bid opening date.
FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE,WILL RESULT IN THE BID BEING
CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS.
Any questions, please contact the MIWBE Office at(817) 871-6104.
Rev.6/2198
1
ATTACHMENT 1A
City of Fort Worth Page 1 of 2
Minority and Women Business Enterprise Specifications
MBENVBE UTILIZATION
E vC hY�� Avc, 10 2--ric.-O
h1E COMPY NAME ` BID D 1 IV I
2 TE
0� �e � gl � 76 —0 00 7 z Kuoyj o
,JECT NA PROJECT NUMBER
r
rl"S hfnVBE PROJECT GOAL: a At/1VI3E t ERCEfY l ACE ACIUEdEU:
,ure to complete this form, in its entirety with supporting documentation, and received by the Managing Department
or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date,will result in the bid
ng considered non-responsive to bid specifications.
e undersigned bidder agrees to enter into a formal agreement with the MBE and/or WBE firms for work listed in this
iedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing
representation of facts is grounds for consideration of disqualification and will result in the bid being considered
h-responsive to specifications.
:ompany Name,Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount
iAddress,and Telephone No. _ Scope of Work(') Supplied(')
a � >
V O t] v "-
~ X fnH
Z f-Y
r
12tt�s — S�c 7,
D n
�S Z L♦ Z, r G �.
U MNVBEs must be located in the 9(nine)county marketplace or currently doing business in the marketplace at the time of bid.
Specify all areas in which MWBE's are to be utilized and/or items to be supplied:
A complete listing of items to be supplied is required in order to receive credit toward the M/WBE goal.
r
I Identity each Tier level. Tier:Means the levet of subcontracting below the prime contractor/consultant,i.e.,a direct payment
from the prime contractor to a subcontractor is considered 1"tier,a payment by a subcontractor to
its supplier is cronsidered 2n0 tier.
THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE (5)CITY BUSINESS DAYS AFTER BID
OPENING, EXCLUSIVE OF THE BID OPENING DATE
Rev.6/2196
Pages 1 and 2 of Attachment 1A must be received by the Managing Department
(t
ATTACHMENT 1A
ra Page 2 of 2
City of Fort Worth
Minority and Women Business Enterprise Specifications
MBE/WBE UTILIZATION
ompany Name,Contact Name, certified Specify All Contracting Specify All Items to be Dollar Amotrrrt
Address,and Telephone No. a Scope of Work(') Supplied(') r;
,... f
Z N
~ 2
C
60 q
00
o�
rwie bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding
actual work performed by all subcontractors, including MBE(s) and/or WBE(s) arrangements submitted with this bid.
"ie bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that
mill substantiate the actual work performed by the MBE(s) and/or WBE(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
-ontract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal,
:ate or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material
*reach 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.
ALL MB and WBEs UST BE CERTIFIED BY THE CITY BEFO ONTRACT AWA D
hr '
I
uthoriz at Printed-Signatu '-
Title Contact Name and Title(if different)
4�-Lf - 3 70--SaCO
Wompany Name Telephone Number(s)
0o - s8oZ-
ddresFax Numbe l
J� Z i �
,ity/State/Zip Code Date
THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE(5)CITY BUSINESS DAYS AFTER BID
OPENING.EXCLUSIVE OF THE BID OPENING DATE
Rev.612198
Pages 1 and 2 of Attachment 1A must be received by the Managing Department
�r ATTACHMENT 1 B
Page 1 of 1
City of Fort Worth
Minority and Women Business Enterprise Specifications
Prime Contractor Waiver
Prime Company Name Project Name
b Bid Opening Date Project Number
If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form).
All questions on this form must be completed and a detailed explanation provided, if applicable. If
the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only
applicable if both answers are yes.
Failure to complete*this form in its entirety and be received by ttie.Managiina Department on or
before 5.00 p.m.. five (5) City business days after bid opening, exclusive of the bid opening date,
will result in the bid being considered non-responsive to bid specifications.
Will you perform this entire contract without subcontractors? Yes No
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 operational profile of
your business.
Will you perform this entire contract without suppliers? Yes No
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.
The bidder further agrees to provide, directly to the City upon request, complete and accurate
,information regarding actual work performed by all subcontractors, including MBEs) and/or
WBE(s) on this contract, the payment therefore and any proposed changes to the original MBE(s)
and/or 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 MBE(s) and/or WBE(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 statemerits. 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.
Authorized Signature Printed Signature
Title Contact Name (if different)
Company Name Contact Telephone Number (s)
Address Fax Number
Authorized Signature Company Name
Rev.612198
ATTACHMENTIC
Page 1 of 3
City of Fort Worth
` Minority and Women Business Enterprise
r GOOD FAITH EFFORT
• L-1 LAI Y (,o#os>i e!!::D- C_. L ,C I 0 )4wv
Prime Company Name Bid D
tgKv- (2A,,_1L,,11JJ- &fAu�ZSAAW-5r, &9W 1005q
Project Name Project Number
if you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if
your MNVBE participation is less than the City's project 9021,you must complete this form.
If the bidder's method of compliance with the M/WSE 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 eeceiyed�by'Ahe
Managing°Department on.or before 5:00 p.m.five (5) City tiusiriess.aays 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 (DO NOT LIST NAMES OF
FIRMS which will be used in the completion of this project, regardless of whether it is to be provided
by a M/WBE or non-M/WBE.
(Use additional sheets, if necessary)
List of: Subcontractinq Opportunities List of: Supplier Opportunities
wV1 62
"B_"
60$4
4
ATTACHMENT 1C
Page 2 of 3
2.) Did you obtain a current list of MIWBE firms from the City's M/WBE Office? The list is considered in
compliance, if it is not more than 3 months old from the date of bid opening.
_VYes Date of Listing $110 1 ZC06
No
3.) Did you solicit bids from MIWBE 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?
"es If yes, attach MIWBE mail listing to include name of firm and address and a dated
No copy of letter mailed.
4.) Did you solicit bids from MIWBE firms,within the subcontracting and/or supplier areas previously
listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are
opened?
_Yes If yes, attach list to include name of M/WBE firm, ep rson contacted,
No phone number and date and time of contact.
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 MIWBE name, date, time, fax number and
documentation faxed.
NOTE: If a SIC list of MIWBE is ten or less, the bidder must contact the entire list to be in compliance with
questions 3 and 4. If,.a sic.list of M/WBE is more than ten, the bidder must contact at least two-thirds of
the list but not less than ten to be in compliance with questions 3 and 4.
5.) Did you provide plans and specifications to potential MIWBEs or information regarding the location of
plans and specifications in order to assist the MfWBEs?
Yes
t/ No
6.) If M/WBE bids were received and rejected,you must:
(1) List the MIWBE firms and the reason(s) for rejection (i.e.,quotation not commercially reasonable,
qualifications, etc.) and
(2) Attach affidavit and/or documentation to support the reason(s) listed below (i.e.. letters, memos,
bids,telephone calls, meetings,etc.)
(Please use additional sheets,If necessary,and attach.)
Company Name Telephone Contact Person Scope of Work Reason for
kip Rejection
bib
ATTACHMENT 1C
Page 3 of 3
ADDITIONAL INFORMATION:
Please provide additional information you feel will further explain your good and honest efforts to obtain
MM SE participation on this project.
5
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
w 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 MNVBE(s) listed
was/were contacted in good faith.' It is• understood that any M/WBE(s) listed in
Attachment 1C will be contacted and the reasons for not using them will be verified by
the City' MIWBE Office.
4W
Aut orized Signature Printed Signature _
Fee 5
Title Contact Name and Title (if different)
Go,v L. L,C Zc
- 570- 5 -o o
Company NarAe Telephone Number(s)
SO® z S. f -sly 2. g--&)-10- sfp'X'
Address Fax Number
CitytState/Zip Date
M/WBE REQUIRED DOCUMENTATION RECEIPT
Transportation & Public Works
Official Date: / / 7 i U'U Official Time:
Bid Date: g / /0 / G�
Project Name:
Project Manager:
Forms Submitted By
Name:
Company:
Received By:
CITY OF FORT WORTH, TEXAS
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR: BRICK PAVEMENT REPAIR (PW 20059)
AT MAIN STREET FROM 3RD STREET TO 9' STREET
AND MISCELLANEOUS CURB & GUTTER
AT DOWNTOWN LOCATIONS
PROJECT NO. GR76-020032800010
1. SCOPE OF WORK: The work covered by these details and specifications
consists of the removal and replacement in like kind of damaged historic
brick which is available at the City Stock Pile Yard, 3300 Yuma Street.
The Contract also includes the removal and replacement of concrete curb
and gutter, sidewalk, travertine marble white pavers, tree grates and
silicone joint sealing. 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 will be as directed by the Engineer in the field. The
contractor is encouraged to conduct site visits and survey all these
possibilities.
For street locations see list at the back of this document.
Total quantities given in the bid proposal may not reflect actual
quantities, but represent the best accuracy based on a reasonable effort
of investigation; however, they are given for the purpose of bidding on
and awarding the contract.
2. Contract will be awarded to the lowest responsible and responsive bidder.
3. 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 Construction of the City of Fort Worth, Texas.
4. 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.
5. 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.
SP-1
A copy of these specifications may be purchased at the office of the
Department of Engineering, 1000 Throckmorton Street, 2nd Floor, Municipal
Building, Fort Worth, Texas 76102. The specifications applicable to each
pay item are indicated in the call-out for the pay item by the designer.
If not shown, then applicable published specifications in any of these
documents may be followed at the discretion of the Contractor. General
Provisions shall be those of the Fort Worth document rather than Division
1 of the North Central Texas document.
6. 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.
7. The Contractor shall be responsible for defects in this project due to
faulty materials and workmanship, or both, for a period of one (1) 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.
8. TRAFFIC CONTROL: The Contractor shall be responsible for providing
traffic control during the construction of this project consistent with
the provisions set forth in the "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.
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 Depart-
ment, Signs and Markings Division (phone number 871-8075) , 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.
9. PAYMENT: The Contractor will receive bi-weekly payment (minus 5%
retainage) from the City for all work for each pay period. Payment of the
SP-2
remaining amount shall be made with the final payment, and upon acceptance
of the project.
10. 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.
11. 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".
12. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill
material, the contractor shall advise the Director of the Department of
Engineering acting as the City of Fort Worth's Flood Plain Administrator
("Administrator") , of the location of all sites where the contractor
intends to dispose of such material. Contractor shall not dispose of such
material until the proposed sites have been determined by the Administra-
tor to meet the requirements of the Flood Plain Ordinance of the City of
Fort Worth (Ordinance No. 10056) . All disposal sites must be approved by
the Administrator to ensure the 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 contractors 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 contractors expense. In the event that the
contractor disposes of spoil/fill material at a site without a fill permit
SP-3
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.
13. 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.
14. Final cleanup work shall be done for this project as soon as the work has
been completed. No more than seven days shall elapse after completion of
construction before the roadway and right-of-way is cleaned up to the
satisfaction of the Engineer.
15. PROPERTY ACCESS: Access to adjacent property shall be maintained at all
times unless otherwise directed by the Engineer.
16. CONSTRUCTION SCHEDULE: It shall be the responsibility of the Contractor
to furnish the Construction Engineer, prior to construction, a schedule
outlining the anticipated time each phase of construction will begin and
be completed, including sufficient time being allowed for cleanup.
17. 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 (TU Electric
Service Co.)who 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 such calls to
TU Electric Service Co. and record action taken in each case .
(4) The Contractor is required to make arrangements with the TU Electric
_ Service Company for the temporary relocation or raising of high
voltage lines at the Contractor's sole cost and expense.
(5) No person shall work within six feet of a high voltage line without
protection having been taken as outlined in Paragraph (3) .
SP-4
18. RIGHT TO AUDIT:
(a) Contractor agrees that the City shall, until the expiration of three
(3) years after final payment under this contract, have access to and the
right to examine any directly pertinent books, documents, papers, and
records of the Contractor involving transactions relating to this
contract.
Contractor agrees that the City shall have access during normal working
hours to all necessary Contractor facilities and conduct audits in
compliance with the provisions of this section. The City shall give
contractor reasonable advance notice of intended audits.
(b) Contractor further agrees to include in all its subcontracts
hereunder a provision to the effect that the subcontractor agrees that the
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 records of such
subcontractor, involving transactions to the subcontract, and further,
that City shall have access during normal working hours to all appropriate
work space, in order to conduct audits in compliance with the provisions
of this article. City shall give subcontractor reasonable advance notice
of intended audits.
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.) .
NON-PAY ITEM NO. 1 - SPRINKLING FOR DUST CONTROL:
All applicable provisions of Standard Specifications Item No. 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.
The unit price pre bid will be full compensation for all labor, material,
equipment, tools,and incidentals necessary to complete the work.
NON-PAY ITEM NO. 2 - EXISTING UTILITIES/FACILITIES:
7
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:
SP-5
M"
Company Telephone Number Contact Person
Southwestern Bell Telephone 338-6275 "Hot Line"
Texas Utilities 336-9411 Mr. Roy Kruger
Ext. 2121
Lone Star 336-8381 Mr. Jim Bennett
Ext. 6982
City of Fort Worth, 871-8100 Mr. Jim Bob Wakefield
Street Light and Signal
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.
PAY ITEM NO. 1 - PROJECT DESIGNATION. SIGN:
The Contractor shall construct and install one (1) 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 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 3/4" 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 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 pre bid per each will be full compensation for all labor,
material,equipment,tools, and incidentals necessary to complete the work.
PAY ITEM NO. 2 - REMOVE/REPLACE EXISTING 6" CONCRETE BAOSE:
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.
SP-6
Removal of existing brick pavement for base repair shall be paid for under
Pay Item No.4 Remove and Replace Existing Brick Pavers (sidewalk and
pavement) .
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 tW0 (2) days for either Type I or
Type III cement.
The price bid per cubic foot 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. 3 AND 4 - REMOVE/REPT.-E BRICK PAVERS(SIDEWALK & PAVEMENT) :
This item will include the removing and replacement in like kind of
damaged historic brick which is available at the City Stock Pile Yard,
3300 Yuma Street. Contractor shall match existing brick pavers as directed
by the Engineer and as shown in the enclosed details. This includes the
replacement in like kind of the damaged partial depth brick pavers located
at 604 Main Street, in front of the Hyena's Comedy Night Club, as directed
by the Engineer.
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.
Replacement for these paving bricks may be secured at same location. If
existing brick pavers cannot be used, contractor shall furnish new brick
pavers. This item shall be governed by all applicable provisions of the
enclosed details and specifications.
SP-7
F
rThe price bid per square foot as shown in ther s
p opo al shall be full
payment for all materials including all labor, equipment and incidentals
+ necessary to complete the work.
PAY ITEM NO. 5 - REMOVE/REPLACE WHITE PAVERS (SIDEWALK) :
This item will include the removing and replacement of existing travertine
marble white pavers as directed by the Engineer. The location of the
A, sidewalk travertine marble white pavers are at 150 Throckmorton Street at
the NW Corner of 3d Street and Throckmorton Street at the Tandy Center.
Contractor shall match existing travertine marble white pavers.
Clean up shall be done at the end of every working day. In no case shall
the removed material, trash and debris be stock piled on site.
The price bid per square foot, as shown in the proposal, shall be full
payment for all materials including all labor, equipment and incidentals
necessary to complete the work.
PAY ITEM NO. 6 - REPAIR BRICK PLANTER BORDERS:
Loose and missing bricks around existing planter borders shall be repaired
as directed by the Engineer. High bond mortar mix shall be used.
Expansion joints shall be installed where applicable.
The price bid per S.F. as shown on the proposal will be full payment for
all materials including all labor equipment, tools and incidentals
necessary to complete the work. This item shall be governed by all the
enclosed masonry paving specifications, details, and special provisions.
PAY ITEM NO. 7 - SILICONE JOINT SEALING:
,.. This item shall include providing and installing joint sealing 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.
PAY ITEM NO. 6 - REMOVAL AND REPLACEMENT OF CONCRETE CURB AND GUTTER:
These provisions require the contractor to remove all failed existing curb
and gutter, as designated by the Construction Engineer, and replace with
standard concrete curb and gutter, laydown curb and gutter, or in like
kind, as governed by the standard City Specifications, Item No. 104
"Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", Drawing
Nos. S-S2 through S-S4 and enclosed detail for curb and gutter on Main
Street. Pay limits for laydown curb and gutter are as shown in Drawing No.
S-S5 of the Standard Specifications. Included, and figured subsidiary to
this unit price, will be the required excavation into the street to aid in
the construction of the curb and gutter. The pay limit will be 9" out from
the gutter lip, with same day haul-off of the removed material to a
P& SP-8
W
suitable dump site. The street void shall be filled with H.M.A.C. Type "D"
mix as per specification No. 300 "Asphalts, Oils, and Emulsions", Item No.
304 "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" and
compacted to standard City densities. 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. 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 fourteen (14)
calendar days from the day of demolition to date of completion. if the
contractor fails to complete the work within fourteen (14) calendar 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.
PAY ITEM NO. 9 - REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK:
r
This item shall include the removal and replacement of existing concrete
sidewalk due to failure or in situation where curb and gutter is replaced
to adjust grades to eliminate ponding water with same day haul-off of the
removed material to a suitable dump site. For specifications governing
this item see Item No. 104 "Removing Old Concrete", and Item No. 504
"Concrete Sidewalk and Driveways".
The unit price bid per square yard shall be full compensation for all
:Labor, material, equipment, supplies, and incidentals necessary to
complete the removal and replacement work.
PAY ITEM NO. 10 - TREE GRATES:
Contractor shall remove and replace damaged tree grates on Throckmorton
Street. The location for these grates are:
-, (1) Between 3d and 4`" Streets on the West side, 5 trees North of 4t°
Street and Throckmorton Street intersection.
(2) Between 5°'' and 6°'' Streets on the East side, 3 trees South of 5"'
Street and Throckmorton Street intersection. Cktd
The new tree grates shall match existing as per attached detail Only one
of four quadrants shall be replaced for each tree grate see detail
enclosed. The unit price bid per each shall be full compensation for
material, labor, equipment, tools and incidentals necessary to complete
the work.
END OF SECTION
SP-9
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 applica-
tion.
ample Installation: Prior to installation of masonry pavin ,
fabricate camp el using materials, pattern and joint tr indicated
for project work, inclu ecial features for expan ' oints and contiguous
work. Build panel at the site, as ted thickness and approximately
4' x 41 , unless otherwise indicated ovi a of color, texture and work-
manship to be expected i ompleted work. Obtai itect's acceptance of
visual qualitie a panel before start of masonry paving wor . tain panel
durin uction as a standard for judging completed masonry paving w Do
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 manufac-
tured 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:
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 con-
tainers tightly closed and away from open flame. Protect liquid components from
freezing.
1.04 JOB CONDITIONS:
A. Cold Weather Protection:
MPS-1
r 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 setting 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 10,500 psi .
2. Cold Water Absorption: Not more than 4% after 24 hour submersion
in cold water.
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 manu-
factured by Acme Brick Company or approved equal . Verify to match brick used to
surface Fort Worth Main Street s i dews 1 ks And VAje_Menl",
2.02 SETTING MATERIALS:
A. The mortar setting bed shall consist of:
1 . 1 part portland cement - ASTM C150, Type 1
2. � 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:
MPS-2
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. 31'; 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.
PART 3 - EXECUTION
3.01 INSTALLATION, GENERAL:
A. Concrete surfaces to receive pavers shall be dry, clean, free of oily ,
or waxy films, firm, and level . Pavers shall be set in the patterns shown eft In
the �Ie.ld with uniform tight- '/y-inch joints. Pavers with chips, cracks, or
voids shall not be used. Thesitting 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.
111111 one mock-up sample panel of pavers, �141r�Ieii�!!eeo�� x 4Lw�
tern (basket weave an in ' val . Mock-ups will
used to judge quali ns ip of comp tion. Joint width
a ermined during mock-up construction.
C. Pavers shall be set 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 set large areas of pavers for later leveling. After pavers are set and
cleaned free of mortar, f i l t ,join}S wkth pnortc v a comple-
tely 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 1 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.
D. 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.
MPS-3
E. A seven day damp cure is required. Barricades shall be emloyed 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 recom-
mended cleaning solution in increments not exceeding 100 square feet, leaving
surface clean and free of mortar and grout stains.
F. Brick pavers 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.
G. 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.
H. 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 sur-
face shall be swept and kept clean at all times in order to avoid penetration of
cement into the brick surface.
dxectej bq ihz 6wvee e
I . Where , to" reinforced concrete base will be placed
under proposed brick pAuemer%t- Standards Specifications Item 314.4 sha1i apply
except as hereinafter modified. Design mix shall be modified to read, "The
concrete shall be designed for a minimum CZImPRE55iJQ, STrenglkof 3000 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's at 24" centers each way
Payment will be made at the unit price b i d per square foot and shall be full
compensation for the construction of brick pavers and inciden-
tals thereto.
3.02 REPAIR, POINTING, CLEANING AND PROTECTION: 0.S a,7,roded by tV,& Ehjinee r
A. Remove and replace masonry paving units which are loose, chipped, bro-
ken, 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 replace-
ment.
B. Pointing: During tooling of joints, enlarge voids or holes and comple-
tely fill with mortar or grout. Point-up joints at sealant type joints to pro-
vide 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 unit manufacturer.
o 0 o - -
MPS-4
z
SILICONE; JOINT SEALING FOR CONCRETE PAVEMENT:
CITY OF FORT WORTH, TEXAS
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
SPECIFICATION
for
SILICONE JOINT SEALING
(Revision 2, December 1992)
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 2.2.10 "Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION - NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS.
2. DESCRIPTION
This specification for silicone joint sealing shall apply to, but shall not be
limited to, all Portland Cement Concrete street pavement and curbs.
3. MATERIALS
3.1 The silicone joint sealant shall meet Federal Specifications TT-S-001543A
for Class A sealants except as modified by the test requirements for the
Class I, Class II and Class III silicone joint sealants of this
specification. Before the installation of the joint sealants, the
Contractor shall furnish the Engineer certification by an independent
testing laboratory that the silicone joint sealants meet these
requirements.
3.2 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.
3.3 Class II: Self-Leveling Silicone Joint Sealant
Class II low-modulus self-leveling silicone joint sealant shall be used
for sealing Portland Cement Concrete pavement "dummy" joints, construction
joints, and expansion joints.
The joint sealant shall be Dow Corning 888-SL self-leveling silicone joint
sealant as manufactured by Dow Corning Corporation, Midland, MI
48686-0994, or Crafco Roadsaver Silicone SL Sealant No. 34903 as
manufactured by Crafco Corporation, Chandler, AZ 85226, or an approved
equal.
Table II: Self-Leveling Silicone Joint Sealant
1
Test Method Test Requirement
AS SUPPLIED
. . . Non Volatile Content, 8 min. 93 to 95
MIL-S-8802 Extrusion Rate, grams/minute 100 to 600
ASTM D 1475 Specific Gravity 1.290 to 1.390
.. . Skin-Over Time, minutes max. 60
.. . Cure Time, days 14 to 21
. . . Full Adhesion, days 14 to 21
AS CURED - AFTER 21 DAYS AT 25C (77F) AND 50% RH
ASTM D 412, Die C Elongation, % min. 1300
ASTM D 412, Die C Modulus @ 150% Elongation, psi 13 to 30
ASTM C 719 Movement, 10 cycles @ + 100/-50% No Failure
ASTM D 3583 Adhesion to Concrete, % Elongation min. 550
(Sect. 14 Mod.)
ASTM D 793 Accelerated Weathering, @ 5,000 hrs. No Bond Loss
3.4 The joint filler stop shall be of a closed cell expanded polyethylene foam
backer rod and polyethylene bond breaker tape of sufficient size to
provide a tight seal. 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 "Construction Detail" sheet for the various joint
details with their respective dimensions.
4. 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 "Construction Detail" sheet 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" sawcut and the "reservoir" saw cut are identical and should be part
of the same saw cutting operation. Immediately after the saw cutting pressure
water 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 seven (7)
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.
I 5. EQUIPMENT
5.1 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.
5.2 Concrete Saw: The sawing equipment shall be adequate in size and power to
complete the joint sawing to the required dimensions.
5.3 High Pressure Water Pump: The high pressure cold water pumping system
shall be capable of delivering a sufficient pressure and volume of water
Z
to thoroughly flush the concrete slurry from the saw-cut joint.
5.4 Air Compressors: The delivered compressed air shall have a pressure in
excess of 90 psi and 120 cfm. There shall be suitable traps for the
removal of all free water and oil from the compressed air. The blow-tube
shall fit into the saw-cut joint.
5.5 Extrusion Pump: The output shall be capable of supplying a sufficient
volume of sealant to the joint.
5.6 Injection tool: This mechanical device shall apply the sealant uniformly
into the joint.
5.7 Sandblaster: The design shall be for commercial use with air compressors
as specified in Paragraph 5.4.
5.8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and
free of contamination. They shall be compatible with the joint depth and
y
width requirements.
6. CONSTRUCTION METHODS
6.1 General: The joint reservoir saw cutting, cleaning, bond breaker
installation, and joint sealant placement shall be performed in a
continuous sequence of operations.
6.2 Sawing Joints: The joints shall be saw-cut to the width and depth as shown
on the "Construction Detail" sheet. The faces of the joints shall be
uniform in width and depth along the full length of the joint.
6.3 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.
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.
�i Immediately upon cleaning, the bond breaker and sealant shall be placed in
the joint. Open, cleaned joints shall not be left unsealed overnight.
3
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.
6.5 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 and dry. The sealant surface shall be tooled (if a
non-self-leveling silicone joint sealant is used) to produce a slight
concave surface approximately one-quarter inch (1/4") below the pavement
surface. The tooling shall be accomplished before a skin forms on the
surface of the sealant. The use of soap or oil as an aid in tooling shall
not be allowed.
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.
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.
7. 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.
8. METHOD OF MEASUREMENT
The silicone joint sealing will be measured as the number of linear feet (L.F. )
of satisfactorily completed joint sealing.
9. BASIS OF PAYMENT
Payment will be made at the Contract Bid Item unit price bid per linear foot
(L.F. ) as provided in "MEASUREMENT" for "SILICONE JOINT SEALING", which price of
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 the plans and these specifications.
END OF SECTION
4
in
METAL FABRICATIONS FOR TREE GRATES
PART 1 - GENERAL
1 .01 QUALITY ASSURANCE:
A. Field Measurements: Take field measurements prior to preparation of
shop drawings and fabrication, where possible. Do not delay job progress; allow
for trimming and fitting where taking field measurements before fabrication
might delay work.
B. Shop Assembly: Preassemble items in shop to greatest extent possible
to minimize field splicing and assembly. Disassemble units only as necessary
for shipping and handling limitations. Clearly mark units for reassembly and
coordinated installation.
1 .02 SUBMITTALS:
A. Product Data: Submit manufacturer's specifications, anchor details and
installation instructions for products used in miscellaneous metal fabrications,
including paint products and grout.
B. Shop Drawings: Submit shop drawings for fabrication and erection of
miscellaneous metal fabrications. Include plans, elevations and details of sec-
tions and connections. Show anchorage and accessory items. Provide templates
for anchor and bolt installation by others.
1 . Where materials or fabrications are indicated to comply with cer-
tain requirements for design loadings include structural computations, material
properties and other information needed for structural analysis.
C. Samples: Submit 2 sets of representative samples of materials and
finished products as may be requested by Architect .
P'
PART 2 - PRODUCTS:
2.01 MATERIALS:
A. Metals
1 . Metal Surfaces, General : For fabrication of miscellaneous metal
work which will be exposed to view, use only materials which are smooth and free
of surface blemishes including pitting, seam marks, roller marks, rolled trade
names and roughness.
2. Steel Plates, Shapes and Bars: ASTM A 36.
3. Structural Steel Sheet: Hot-rolled, ASTM A 570; or cold-rolled
ASTM A 611 , Class 1 ; of grade required for design loading.
4. Grout:
a. Metallic Non-Shrink Grout: Pre-mixed, factory-packaged,
ferrous ,aggregate grout complying with CE CRD.-058$, Type M.
MFTG-1
b. Non-Shrink Non-Metallic Grout: Pre-mixed, factory-packaged,
non-staining, non-corrosive, non-gaseous grout complying with CE CRD-0588.
Provide grout specifically recommended by manufacturer for interior and exterior
applications of type specified in this section.
5. Fasteners:
a. General : provide zinc-coated fasteners for exterior use or
where built into exterior walls. Select fasteners for the type, grade and class
required.
b. Bolts and Nuts: Regular hexagon head type, ASTM A 307,
Grade A.
c. Lag Bolts: Square head type, FS FF-B-561 .
d. Wood Screws: Flat head carbon steel , FS FF-S-111 .
e. Plain Washers: Round, carbon steel , FS FF-W-92.
f. Toggle Bolts: Tumble-wing type, FS FF-B-588, type, class and
style as required.
g. Paint:
(1 ) Metal Primer Paint: Red lead mixed pigment, alkyd varnish,
linseed oil paint, FS TT-P-86, Type II ; or red lead iron oxide, raw linseed oil ,
alkyd paint, Steel Structures Painting Council (SSPC) Paint 2-64; or basic lead
silico chromate base iron oxide, linseed oil , alkyd paint, FS TT-P-615, Type II .
(2) Primer selected must be compatible with finish coats of
paint. Coordinate selection of metal primer with finish paint requirements spe-
cified in Division 9.
(3) Galvanizing Repair Paint: High zinc dust content paint for
regalvanizing welds in galvanized steel , complying the Military Specifications
MIL-P-21035 (Ships).
2.02 FABRICATION, GENERAL:
A. Workmanship:
1 . Use materials of size and thickness indicated or, if not indicated
as required to produce strength and durability in finished product for use
intended. Work to dimensions shown or accepted on shop drawings, using proven
details of fabrication and support. Use type of materials shown or specified
for various components of work.
2. Form exposed work true to line and level with accurate angles and
surfaces and straight sharp edges. Ease exposed edges to a radius of approxima-
tely 1/32" unless otherwise shown. Form bentmetal corners to smallest radius
possible without causing grain separation or otherwise impairing work.
MING-2
3. Weld corners and seams continuously, complying with AWS recommen-
dations. At exposed connections, grind exposed welds smooth and flush to match
and blend with adjoining surfaces.
4. Form exposed connections with hairline joints, flush and smooth,
using concealed fasteners wherever possible. Use exposed fasteners of type
shown or, if not shown, Phillips flat-head (countersunk) screws of bolts.
5. Provide for anchorage of type shown, coordinated with supporting
structure. Fabricate and space anchoring devices to provide adequate support
for intended use.
B. Galvanizing:
1 . Provide a zinc coating for those items shown or specified to be
galvanized, as follows:
a. ASTM A 123 for galvanizing rolled, pressed and forged steel,
shapes, plates, bars and strip 1/8" thick and heavier.
2. Fabricate joints which will be exposed to weather in a manner to
exclude water or provide weep holes where water may accumulate.
C. Shop Painting:
1 . Shop paint miscellaneous metal work, except members or portions of
members to be embedded in concrete, surfaces and edges to be field welded, and
galvanized surfaces, unless otherwise indicated.
2. Remove scale, rust and other deleterious materials before applying
shop coat. Clean off heavy rust and loose mills scale in accordance with SSPC
SP-2 "Hand Tool Cleaning", or SSPC SP-3 "Power Tool Cleaning", or SSPC SP-7
"Brush-Off Blast Cleaning".
3. Remove oil , grease and similar contaminants in accordance with SSPC
SP-1 "Solvent Cleaning".
4. Immediately after surface preparation, brush or spray on primer in
accordance with manufacturer's instructions, and at a rate to provide uniform
dry film thickness of 2.0 mils for each coat. Use painting methods which will
result in full coverage of joints, corners, edges and exposed surfaces.
A 5. Apply one shop coat to fabricated metal items, except apply 2 coats
of paint to surfaces inaccessible after assembly or erection. Change color of
second coat to distinguish it from the first.
6. Apply finish coat to Fabricated metal items in the shop consisting
of 2 coats of lusterless alkyd enamel .
2.03 MISCELLANEOUS METAL FABRICATIONS:
A. Loose Bearing and Leveling Plates:
kE TG-3
the specifications.
PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall
abridge the right of any beneficiary hereunder whose claim shall be unsatisfied.
Y IN WITNESSETH WHEREOF,this instrument is executed in 6 counterparts,each one of which
shall be deemed an original,this the 17th day of October ,2000.
C ns+(u4�,,, Cy, �LC
Principal(4)
ATTEST:
C
(Principal) Secretary
Q C' LS A, V P
(Printed Name/Title)
" (SEAL) 3 00-L ,S• 86'S'162-11
ADDRESS
_ i '7--e-Kqs 7S2- 23
CITY/STATE/ZIP
w
1D�P� M► vEt- ����u�� K14-rirwr4(r J�rn& k c-40 :�'n15u►2 A1C ,
C"Nrl�Address)'�--X '-10e-54 (Surety)
r
ATTEST:
, '-)a
(Surety) Secretary By:
, ( (ttorney-in-Fact) (5)
y L- - 'Z"mourn
(Printed Attorney-in-Fact)
(SEAL)
(/
Witness as to Surety Note: Date of Bond must not be prior to date of
Contract
(1) Correct name of Contractor
■ (2) A Corporation, a Partnership or and
Individual,as case may be
(3) Correct Name of Surety
(4) If Contractor is Partnership all Partners
should execute bond
A:15PAYBOND.FRM
� s _
NATIONAL AMERICAN INSURANCE COMPANY POWER OF ATTORNEY
CHANDLER, OKLAHOMA ,,
aR PRINCIPAL Iti��'V �j�-(`l��'���5 L. L O EFFECTIVE DATE j�r-
_ — ,
5 . t a5 P 106 r15 as
l(STREETADDRESS) (CITY) (STATE (ZIP CODE)
CONTRACT AMOUNT L`�_T=Q�� AMOUNT OF BOND$ (45 11:6�-1 —
POWER NO. C1 50120
KNOW ALL MEN BY THESE PRESENTS:That the National American Insurance Company,a corporation duly organized under the laws of the
state of Oklahoma,having its principal office in the city of Chandler,Oklahoma,pursuant to the following resolution, adopted by the Board of
Directors of the said Company on the 8th day of July, 1987,to wit:
"Resolved,that any officer of the Company shall have authority to make,execute and deliver a Power of Attorney constituting as Attorney-in-
Fact,such persons,firms,or corporations as may be selected from time to time.
Be It Further Resolved,that the signature of any officer and the Seal of the Company may be affixed to any such Power of Attorney or any
certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid
u and binding upon the Company and any such powers so executed and certified by facsimile signature and facsimile seal shall be valid and binding
upon the Company in the future with respect to any bond or undertaking to which it is attached."National American Insurance Company does hereby
make, constitute and appoint CARRIE SHREFFLER, JACK E. SHRFFFT.ER, MT AF.T. D- HF.NDRTCKSON,
WILLIAM B. CADENHEAD OR BECKY L. BRANUM State of... TEXAS _
its true and lawful attomey(s)-in-fact,with full power and authority hereby conferred in its name,place and stead to sign,execute,acknowledge and
deliver in its behalf,and its act and deed,as follows:
The authority of said Attorney-in-fact to bind the company shall not exceed$1,000,000 for any single bond.
w
And to bind National American Insurance Company thereby as fully and to the same extent as if such bond or undertaking was signed by the duly
authorized officer of the National American Insurance Company,and all the acts of said Attorney(s)pursuant to the authority herein given,are hereby
ratified and confirmed.
IN WITNESS WHEREOF,the National American Insurance Company has caused these presents to be signed by any officer of the
Company and its Corporate Seal to be hereto affixed.
NATIONAL AMERICAN INSURANCE COMPANY
!`'0691 IN j0+'
�L
e
W.Brent LaGere,Chairman&Chief Executive Officer
t o SEAL s
Oki AHDo-
STATE OF OKLAHOMA )
COUNTY OF LINCOLN ) SS:
On this 8th day of July,A.D.1987,before me personally came W.Brent LaGere,to me known,who being by me duly sworn,did depose
and say;that he resides in the County of Lincoln,State of Oklahoma;that he is the Chairman and Chief Executive Officer of the National
American Insurance Company, the corporation described in and which executed the above instrument; that he knows the seal of said
corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said
corporation and that he signed his name,thereto by like order.
O" OTA R9
auBuc Notary Public
IN."Vo.
"09011 My Commission Expires August 31,2003
4CQLA1 6oV+
STATE OF OKLAHOMA )
COUNTY OF LINCOLN ) SS:
I I,the undersigned,Assistant Secretary of the National American Insurance Company,an Oklahoma Corporation,DO HEREBY CERTIFY
that the foregoing and attached POWER OFATTORZNEY remains in full force. ,p
Signed and Sealed at the City of Chandler. Bated the 6�7`�J day of
(Month) (Y—)
't91 INjy s
�i•�`a'ro n�,�4�,
SEAL ;
i
° Z Winifred E.Mendenhall,Assistant Secretary
aftwidat
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 17th day of October , 20 00 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 Kelly Construction Company, LLC 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 AT MAIN STREET FROM 3RD STREET TO 9T" STREET
AND
MISCELLANEOUS CURB & GUTTER AT DOWNTOWN LOCATIONS
(PW20059)
Designated as project number, GR76-020032800010
2.
That the work herein contemplated shall consist of furnishing as an indepenuent 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 Department of
Engineering for 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.
C-1
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 Department of Engineering 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 Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth
within a period of 55 (Fifty Five) working days.
If the Contractor should fail to complete the work as set forth in the Plans and Specifications and
Contract Documents within the time so stipulated, plus any 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 $ 105.00 per working day, not as a penalty but as liquidated damages, the
Contractor and his Surety shall be liable to the Owner for such deficiency.
5.
Should the Contractor fail to begin the work herein provided for within the time herein fixed or to
carry on and complete the same according to the true meaning of the intent and terms of said Plans,
Specifications, and Contract Documents, then the Owner shall have the right to either demand the
surety to take over the work and complete the same in accordance with the Contract Documents or to
take charge of and complete the work in such a manner as it may deem proper, and if, in the
completion thereof, the cost to the said 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
negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor
C-2
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 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
P Article 5160 of the Revised Civil Statutes of Texas, 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 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
r FORTY FIVE THOUSAND, ONE HUNDRED NINE DOLLARS AND NO CENTS
$45,109.00
I!
C-3
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
Department of Engineering.
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.
N WITNESSETH 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.
up
C-4
s
Done in Fort Worth, Texas, this the 171th day of October , 20 00 .
RECOMMENDED: CITY OF FORT W07
DIRECTOR, DEPARTMENT OF A SISTA'N'FC'ITY NfANAGER
ENGINEERING
APPROVED:
OC
DIRECTOR, TRANSPORTATION AND
/J
2� /i tt'L / 1 PUBLIC WORKS
j � C-
ATTEST:
(Contractor)
CITY SECR ARY 1/_rj_D0
(SEAL)
BY:
(Representative)
v, P
(TITLE)
:3 0o2 S. s ke-L 1 APPROVED AS TO FORM &
(Address) LEGALITY:
De 1/4s , de f -7s2-Z3
(City/State/Zip) ASSIS ANT CITY ATTQBOY
November 1960 Contract Authorization
Revised May 1986
Revised September 1992 lee
Revised January 1993 Date
Revised April 1999
Revised June 1999
[R IAL FIE-oR'D
C-5
CON'LALNT NOTICE: Should any dispute arise about your premium or
about a claim that you have filed,write to the company that issued the bond or
policy. If the problem is not resolved,you may also write to the Texas Dept of
Insurance,P.O.Box 149091;Austin, Texas 78714-9091,Fax#(512)475-1771.
This notice of complaint procedure is for ' only and does not become a
part or condition of this bond or policy
Client : 4534 KELLCOI
ACORN, CERTIFICATE OF LIABILITY INSURANCE 10/24 0
radYenhea(d
ER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Shreffler Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
P.O. BOX 1119 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
Bedford, TX 76095 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
817 589-4500 INSURERS AFFORDING COVERAGE
INSURED INSURERA General Agents Insurance Co. (SIM)
1Kelly Construction Co. L.L.C. INSURRB: Southern County Mutual (SIM)
3002 S. Haskel INSURERc: Acceptance Insurance (SIM)
allas, TX 75223-3119 INSURERD: Texas Workers' Comp Insurance Fun
INSURER E:
COVERAGES
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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
MR TYPE OF INSURANCE POLICY EFFECTIVE POLICY EXPIRATION . LIMITS
TR POLICY NUMBER DATE MM/DD/YY DATE MM/DD/YY
A GENERAL LIABILITY GPP2 0 72 61 07/13/00 07/13/01 EACH OCCURRENCE $5 0 0 O O O
X COMM ERCIALGENERAL LIABILITY FIRE DAMAGE(Any one fire) $
CLAIMS MADE a OCCUR MED EXP(Any one person) $5 000
X CG2 5 0 3 PERSONAL&ADV INJURY $5 0 0 O O O
X Blkt AI/WOS/30 GENERAL AGGREGATE $1 000, 000
GEN'L AGGREGATE LIMITAPPLIES PER: PRODUCTS -COMP/OP AGG $1, 000, 000
POLICY x PRO LOC
B AUTOMOBILE LIABILITY STC 5 3 9 3 7 0 07/13/00 07/13/01 COMBINED SINGLE LIMIT
ANY AUTO (Ea accident) $1, 000, 000
ALL OWNED AUTOS BODILY INJURY $
X SCHEDULED AUTOS (Per person)
X HIRED AUTOS
BODILY INJURY $
X NON-OWNED AUTOS (Per accident)
h
PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
C EXCESS LIABILITY UL 9 9 5 0 0 8 4 5 07/13/00 1 07/13/01 EACH OCCURRENCE $1 O 00, 000
X OCCUR CLAIMS MADE AGGREGATE $1 000, 000
DEDUCTIBLE $
X RETENTION $10000 $
D WORKERS COMPENSATION AND SBP000109874 07/13/00 07/13/01 x TORY IMI O R
EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $5 0 0, O O O
Blkt WOS/30
X E.L.DISEASE-EA EMPLOYEE $5 0 0, 0 0 0 _
I E.L.DISEASE-POLICY LIMIT $5 0 0 O O O
OTHER
I
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
Project # GR76-020032800010
CERTIFICATE HOLDER ADD RIONALINSURED;INSURER LETTER: CANCELLATION
SHOULD ANYOFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
City of Fort Worth DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TOMAIL 1 0 DAYS WRITTEN
Transportation & Public Works NOTICETOTHE CERTIFICATE HOLDER NAMED TOTHE LEFT,BUTFAILURE TODOSOSHALL
1000 Throckmorton Street IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURERJTS AGENTS OR
Fort Worth, TX 76102 REPRESENTATIVES.
AUTHORIZED REP ENTATIYE
A
ACORD 25-S(7/97)1 of 2 #M15835 DKW 0 ACORD CORPORATION 1988
� n
0
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.
ACORD25-S(7/97)2 of 2 #M15835
CONTRACTOR COMPLIANCE WITH
WORKER'S COMPENSATION LAW
Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor, Kelly Construction
Company, LLC certifies that it provides worker's compensation insurance coverage for all of its
employees employed on City of Fort Worth project Brick Pavement Repair at Main Street From 3'd
Street to 9"' Street and Miscellaneous Curb & Gutter at Downtown Locations (PW20059) project
number, GR76-020032800010.
B
,o � ZG 0Title
0
Date
STATE OF TEXAS
COUNTY OF TARRANT
BEFORE ME, the undersigned authority, on this day personally appeared
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 CC ALL aia x �L-r,-k Cy , C &C . for
the purposes and considerations therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this c;2 c/O 74-X day of
, 20__.
BECKY L. BRANUM Notary Public in and for the State of Texas
STATE TEXAS
cFt�' yr Conrn.E
(a) Contrac a certificate showing that it has obtained a policy
of workers compensation insurance covering each of its employees on the project in compliance
with state law. No Notice to Proceed will be issued until the Contractor has complied with this
section.
(b) Contractor agrees to require each and every subcontractor who will perform work on the
project to provide to it a certificate from such subcontractor stating that the subcontractor has a
policy of workers compensation insurance covering each employee employed on the project.
Contractor will not permit any subcontractor to perform work on the project until such certificate
has been acquired. Contractor shall provide a copy of all such certificates to the City.
AAMORMOMYRM
� Z
D
W I r
J 0-
a
0 V)
m
-- o
� u
ca 0
Cq C- Cr //
0-
Z
W
a 2 n
LLJ
W Q m ~
JAMq U z �-
< z Z
o Ln Z o w CD
LLJ 7,
U Cn
Z Q
cr W �
I � z _j
U-
L
W -- W
" W
Cr O
Q-
// 0— , z
I
Z
W
Y
3
U o
o �
j zLLI ZZ V)
ap Q
Jz V) ~ W Y m w Q fr
WW0
I aLL,LL,~m O <
V)a Z 03:: z
fn O` -�Z Z m Q C.7
Um W— J
Um �- o� U— ?
oma J
m OW WZ L,JOU m J V)� x
0CL
crwW zN zw �CC
Ca�-t2w LLIoN U
o?30(L �0 ON Q m
C,
Ld
�o III I U0
0
oin III> I oa
wzr III 1' andW
¢a? 1 1.4' cn a
Wx0 III
V)W� III Noce
j LII' I
00 �j 3 III'..j 3 a�
o ¢ li 0
m�cn� w N I m w
w:aW I 0 �3z
L) a- (o Z =moo
wa>} - w o0o O I �m>
j J O�yQ JAW .f w 0e lII� Sao
CL g aX � am d m oM W Boz
1 =NNW } � � ° z
o
om 3 Itl iZ-,� w Boz
' 3 1 N ;I Ill.j �a �¢W
V)
YQ:LU U . o `
_> Z I Ij 1 O 00
' ^O ~
�� IZ0
w - °•1 I2ZC9
z
Nm= i 'IF
H
N luum:
o 0(n
0V) XzF-Y
w�H (r a� .•I i crV) wZ
Nw� �� `�1I ¢wwv>
mw
wF-
D�-
O D
R \L
CO W
Q�"-
D
7 H
i V n
O
O
O
O
r
W .
a a
o �
I I I I
I I
l o
1 i o
Iko
Z,��(n a
1 -1 , j �Wm u
OW I- i i I V)W�- c
I W
Z� I_� I I Z�LLJ Z
myo
WVU
<MWc
� o
it
w
I
CLCLZ
>-WW
C-) C) I I • j
I - -
Q
�
� I I • I
_ _ I
Uw I V)Y
�C I xo
oN - I ~30
fy
Ui Li
COL
J
0 Sao
—1 I a D i U , �zoz�
r IC.
I W �� L
w
I (n O wiz
oa-z
o p, - I r v)w
�--� - —� Z CL I U
(nW_ F-W WU
Q = 2ow I I I
V)
0,
I I I w3z�
�m�-o�a WLJW
a I I I i mozN
LJ�w-j WmZ I I I I Zafw LJ Q
awZw�0 I- -I ; I Nz�oo
d�wzwZ)w I I I I wOmwQ
' I
3
cn<
w o I I I
I I
I I I I
I I
I I I I
0
a 4
�" 1 'itlYVHON I �i
acn a I
uiZ
c IIa W
a44 �I a
03
1 a
oo w �...
o
W -
U ¢
c 4
U.,. N
��Q.-___
1titlA I •. _ �II
w 24 (�
Jm I�
UO
w
oLL _ W a
_ U
as _ z
z W VI
m N x 4.
`-''' o N 2
44 z
aLLrX
V
W:. w
w yr
to L...
LU .U. LL . Y Y
.U Z ...i
fw- s
z -
a
J
CL
w ul
N �
U
z
z o
�. o �✓ w �
w a
m
0 Z
CO Q
N
p (V
F \ M w
4
cJ d
\ a �
MORr
M
i
W
in
cc
Z)
cc
z 4'
r� U
U
r J
I- _J
Y
b• to
o
z
h J
I l\ ! Ld
ti
i
w u
zw
� � J
Q
J V
W �
U
C2 s
w
U
w
a
J
z m�
W Z X
_
fA
W K
J '
~O Ll , N
z� N
z N 2
a
mcr
0
Y 41
Q 2
3 �
z
� z
0
0
w
- m
s