HomeMy WebLinkAboutContract 26961 CM FOt
CITY SECRETARY �CON41c&
ohm CONTRACT NO, iYiRACm aaloviG Co.
cny tEmaw
S P E C I F I CAT I ON -----CRY Nmm OFFICE
,- -.ENGwmQ DIV.
AND -UPYY-FILE COPY
CONTRACT DOCUMENTS
.. FOR CITY SECRETARY
CONTRACT NO.
BRICK PAVEMENT REPAIR (2001-9)
AT MAIN STREET FROM WEATHERFORD STREET TO 9TH STREET
AND MISCELLANEOUS CURB & GUTTER
AT DOWNTOWN LOCATIONS
IN THE CITY OF FORT WORTH, TEXAS
PROJECT NO . GS93 -020930541150
2001
.. KENNETH L. BARRo , 5b`.7�i, T�o GARY JACKSON
MAYOR �I 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 DEPT
ENGINEERING COORDINATION �.���F T�: 5
EXHIBIT "A" A
um N.
X315
L ,
IFNI*
City of Fort Worth, Texas
"agar and Council Communication
DATE REFERENCE NUMBER LOG NAME PAGE
7/10/01 **C-18649 20GREEN 1 of 2
_ SUBJECT AWARD OF CONTRACT TO GREEN SCAPING COMPANY FOR BRICK PAVEMENT
REPAIR 2001-9 MAIN STREET FROM WEATHERFORD 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 Green
Scaping Company for brick pavement repair 2001-9 at Main Street from Weatherford Street to 9th
Street, and miscellaneous curb and gutter at downtown locations, in the amount of $176,404 for 90
working days.
DISCUSSION:
In the 2000-2001 Contract Major Maintenance Program, various types of street maintenance
techniques are grouped into specific contract packages. Brick pavement repair 2001-9 at Main Street
from Weatherford Street to 9th Street, and miscellaneous curb and gutter at downtown locations
provides for the removal and replacement of specified sections of damaged brick pavement and curb
and gutter 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
• Main Street from Weatherford Street to 9th Street
Removal and Replacement of Concrete Curb and Gutter
• 3rd Street at the southwest corner of Throckmorton Street
• Main Street from 3rd Street to 9th Street
• Penn Street from 5th Street to Forest Park Boulevard
• Summit Avenue (northbound)from 5th Street to Weatherford Street
�. • Summit Avenue (southbound)from 5th Street to Weatherford Street
This project is located in COUNCIL DISTRICT 9.
This project was advertised for bid on April 19 and 26, 2001. On May 17, 2001, the following bids were
received:
BIDDERS AMOUNT
Green Scaping Company $176,404
SRO General Contracting, Inc. $249,101
Kelly Construction Company, LLC $307,235
City of Fort Worth, Texas
"agar And Council Communication
DATE REFERENCE NUMBER LOG NAME PAGE
7/10/01 **C-18649 I 20GREEN 2 of 2
SUBJECT AWARD OF CONTRACT TO GREEN SCAPING COMPANY FOR BRICK PAVEMENT
REPAIR 2001-9 MAIN STREET FROM WEATHERFORD STREET TO 9TH STREET
AND MISCELLANEOUS CURB AND GUTTER AT DOWNTOWN LOCATIONS
The low bidder, Green Scaping Company, is in compliance with the City's M/WBE Ordinance by
committing to 1% M/WBE participation and documenting good faith effort. The City's goal on this
project is 12%.
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that funds are available in the current capital budget, as appropriated, of
the Contract Street Maintenance Fund.
.. MG:k
Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY
Office by: (to)
Mike Groomer 6140
.. Originating Department Head:
Hugo Malanga 7801 (from) APPROVED 7-10-01
GS93 541200 020930541150 $176,404.00
Additional Information Contact:
e
Hugo Malanga 7801
CITY OF FORT WORTH
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
ADDENDUM No.1
TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
BRICK PAVEMENT REPAIR(2001-9)
AT MAIN STREET FROM WEATHERFORD STREET TO 9TH STREET
AND MISCELLANEOUS CURB & GUTTER
AT DOWNTOWN LOCATIONS
PROJECT NO. GS93-020930541150
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. 1, change the Total Amount Bid from $400.00
to $200.00.
Please acknowledge receipt of this addendum by inserting signed copy of same into your
,e proposal at time of bidding. Failure to return a signed copy of this proposal shall be grounds of
rendering the bid non-responsive.
RECEIPT/ACKNOWL. DGE.
By:
George A. Behmanesh, P.E.
Assistant Director, T/PW
aji Fares, P.E.
Infrastructure Engineer
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
BRICK PAVEMENT REPAIR (2001-9)
AT MAIN STREET FROM WEATHERFORD STREET TO 9TH STREET
AND MISCELLANEOUS CURB & GUTTER
AT DOWNTOWN LOCATIONS
IN THE CITY OF FORT WORTH, TEXAS
PROJECT NO. GS93-020930541150
2001
Q
A. DOUGLAS RADEMAKER, P.E. DATE
DIRECTOR, DEPARTMENT OF ENGINEERING
ll-� -a
GEORGE A. BEHMANESH, P.E. DATE
ASSISTANT DIRECTOR
TRANSPORTATION AND.PUBLIC WORKS DEPARTMENT
Ut
DOO KIM, P.E. DATE
CAPITAL PROJECT ENGINEER WATER 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
11. Payment Bond
12 . Contract
13 . Project Designation Sign
14 . Details
15. Street Locations
NOTICE TO BIDDERS
Sealed proposals for the following project :
BRICK PAVEMENT REPAIR (2001-9)
AT MAIN STREET FROM WEATHERFORD STREET TO 9TH STREET
AND MISCELLANEOUS CURB & GUTTER
AT DOWNTOWN LOCATIONS
Project No. GS93-020930541150
Addressed to Mr. Gary Jackson, City Manger of the City of Fort
Worth, Texas will be received at The Purchasing Office until. 1:30
P.M. , May 17, 2001 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 10 : 00 A.M. , May 1, 2001 in
the Transportation and Public Works Conference Doom 270, 2 n
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
a non-refundable basis for twenty dollars ($20 . 00) per set.
For additional information contact Mr. Najib N. Fares at (817)
871-7802 .
Gary Jackson Hugo Malanga, Director
City Manger Transportation and Public Works
PUBLICATION: By: �- 47
April 19, 2001 Naj b N. Fares, P .E. ,
April 26, 2001 Street 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,or(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.
2. PAYiVIENT BOND AND PERFOPNL TANCE 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 perfonnance bond as
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 famished
.. 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
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$25,000 a Payment Bond shall be executed,in the amount of the
contract,solely for the protection of all claimants supplying labor and materials in the prosecution of
the work.
If the contract amount is in excess of$100,000,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. VNIPLOYIIENT: 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. NAGE RATES:All bidders will be required to comply with provision 5159a of"Vernons Annotated
Civil Statutes"of the State of Texas with respect to the payment of prevailing wage rates as established
by the City of Fort Worth,Texas and set forth in Contract Documents for this project.
7. FIN A.NCIAL 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.
S. INSURANCE:Within ten(l0)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-S250,000 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. NTINORITY AND WOyIEN 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 FOWNI("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 received 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(WBE)on the contract and payment therefore.
Contractor further agrees to permit an audit and/or examination of any books,records or files in its
possession that will substantiate the actual work performed by an 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
y
.r
"" 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.
.. I l.. 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
'ft ("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
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 in 5406.096)-includes all persons
.. or entities performing all or part of the services the contractor has undertaken to perform on
the project,regardless of whether that person contracted directly with the contractor and
•.regardless of whether that person has employees. This includes,without limitation,
independent contractors,subcontractors,leasing companies,motor carriers,owner-operators,
employees of any such entity,or employees of any entity which furnishes persons to provide
services on the project. "Services"include,without limitation,providing,hauling,or
delivering equipment or materials,or providing labor,transportation,or toner services related
to a project."Services"does not include activities unrelated to the project,such as
food/beverage vendors,office supply deliveries,and delivery of portable toilets.
b. The contractor shall provided coverage,based on proper reporting of classification codes
and payroll amounts and filing of any coverage agreements,which meets the statutory
requirements of Texas Labor Code,Section 401.011(44)or all employees of the
contractor providing services on the project,for the duration of the project.
c. The Contractor must provide a certificate of coverage to the governmental entity prior to
being awarded the contract.
MM - r
MM
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
r certificate of coverage ends during the duration of the project.
f. ._The contractor shall retain all required certificates of coverage for the duration of the°
.. project and for one year thereafter
g. The contractor shall notify the governmental entity in writing by certified mail or
personal delivery,within ten(10)days after the contractor knew or should have.known,
of any change that materially affects the provision of coverage of any person providing
services on the project.
�. h. The contractor shall post on each project site a notice,in the text,form and manner
prescribed by the Texas Worker's Compensation Commission,informing all persons
providing services on the project that they are required to be covered,and stating how a
person may verify coverage and report lack of coverage.
i
I. The contractor shall contractually require each person with whom it contracts to provide
services on a project,to:
(1) provide coverage,based on proper reporting on classification codes and payroll
amounts and filing of any coverage agreements,which meets the statutory
requirements of Texas labor Code,Section 401.011 (44)for all of its employees
a' providing services on the project,for the duration of the project;
.(2) provide to the contractor,prior to that person beginning work on the project,a
..� certificate of coverage showing that coverage is being provided for all employees of
a the person providing services on the project,for the duration of the project;
(3) provide the contractor,prior to the end of the coverage period,a new certificate of
coverage showing extension of coverage,if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(4) obtain from each other person with whom it contracts,and provide to the contractor:
(a) a certificate of coverage,prior to the other person beginning work on the
project;and
(b) a new certificate of coverage showing extension of coverage,prior to the end
of the coverage period,if the coverage period shown on the current certificate
of coverage ends during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and
for one year thereafter.. .
.r
MM
(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
.. project;and
(7) contractually require each person with whom it contracts,to perform as required by
.. paragraphs(l)-(7),with the certificates of coverage to be provided to the person for
whom they are providing services.
J.- By signing this contract or providing or causing to be provided a certificate of coverage,
.. the contractor is representing to the governmental entity that all employees of the
contractor who will provide services on the project will be covered by worker's ,
compensation coverage for the duration of the project,that the coverage will be based on
proper reporting of classification codes and payroll amounts,and that all coverage
.. agreements will be filed with the appropriate insurance carrier or,in the case of a self
insured,with the commission's Division of Self-Insurance Regulation. Providing false or
misleading information may subject the contractor to administrative,criminal,civil
penalties or other civil actions.
k. The contractor's failure to comply with any of these provisions is a breach of contract by
the contractor does not remedy the breach within ten days after receipt of notice of
breach from the governmental entity.
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.
aft This notice must be printed with a title in at Ieast 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:
..r
"REQUIRED WORKER'S COMPENSATION COVERAGE"
The law requires that each person working on this site or providing services related to this construction
'M project must be covered by workee,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 512440-3789 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".
MM
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
,r 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 statu"iory requirement.
Contractor further covenants that neither it nor its officers,members,agents,or employees,or person
acting on their behalf,shall specify,in solicitations or advertisements for employees to work on this
Contract,a maximum age limit for such employment unless the specified maximum age limit is based
upon a bona fide occupational qualification,retirement plan or statutory requirement.
.. Contractor warrants it will fully comply with the Policy and will defend,indemnify and hold City
harmless against any-and all claims or allegations asserted by third parties against City arising out of
Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination
in the performance of this Contract.
17. DISCRIMINATION DUE TO DISABILITY:In accordance with the provisions of the Americans
with Disabilities Act of 1990("ADA"),Contractor warrants that it will not unlawfully discriminate on
the basis of disability in the provision of services to the general public,nor in the availability,terms
and/or conditions of employment for applicants for employment with,or current employees of
Contractor.Contractor warrants it will fully comply with ADA's provisions and any other applicable
federal state and local laws concerning disability and will defend indemnify and hold City harmless
against any claims or allegations asserted by third parties against City arising out of Contractor's
alleged failure to comply with the above-referenced laws concerning disability discrimination in the
performance of this Contract.
r
Revised March 15, 1996
Oft
Mft
i
i
CITY OF FORT WORTH
HIGHWAY COQ iTRUCTION
PREVAILING NN AGE RATE FOR 1999
CLASSIFACTION' HOURLY RATE
AIR TOOL OPERATOR S9.00
ASPHALT RAKER 9.55
ASPHALT SHOVELER 8.80
BATCHING PLAINT WEIGHER 11.51
CARPENTER 10.30
CONCRETE FINISHER-PAVING 10.50
CONCRETE FINISHER-STRUCTURES 9.83
CONCRETE RUBBER 8.84
ELECTRICIAN' t 5.37
FLAGGER 7.55
FORA BUILDER-STRUCTURES 9.83
FORM LINER-PAVING &CURB 9.00
FORM SETTER-PAVING & CURB 9.24
FORA SETTER-STRUCTURES 9.09
LABORER-COii 10N 7.32
LABORER-UTILITY 8.94
MECHANIC 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
SLLPFORM MACHINE OPERATOR 9.92
CRANE, CLAMSHELL,BACKHOE,DERRICK,DRAGLINE, SHOVEL 11.04
FOUNDATION DRILL OPERATOR CRAWLER MOUNTED 10.00
FOUNDATION DRILL OPERATOR TRUCK MOUNTED 11.83
FRONG END LOADER 9.96
MILLING MACHINE OPERATOR 8.62
MLXER 10.30
MOTOR GRADER OPERATOR FINE GRADE 11.97
MOTOR GRADE OPERATOR 10.96
1
CITY OF FORT WORTH
HIGHWAY CONTRUCTION
PREVAILING WAGE RATE FOR 1999
CLASSIFACTION HOURLY RATE
PAVEMENT MARKING MACHINE 7.32
ROLLER, STEEL WHEEL PLANT-NiIX PAVEMENTS 9.06
ROLLER, STEEL WHEEL OTHER FLATNVHEEL OR TAIV[PING 8.59
ROLLER, PN'EMNIATIC, SELF-PROPELLED SCRAPER 8.48
SCRAPER 9.63
TRACTOR-CRAWLER TYPE 10.58
TRACTOR-PNEU]ZviATIC 9.15
TRAVELING IVILXER 8.83
WAGON-DRILL,BORING MACHINE 12.00
REINFORCING STEEL SETTER PAVII IG 13.21
RECi IFORCLNG STEEL SETTER STRUCTURES 13.31
- STEEL WORK=ER-STRUCTURAL 14.80
SPREADER BOX OPERATOR 10.00
WORK: ZONE BARRICADE 7.32
TRUCE 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 10.44
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. GARY JACKSON Fort Worth, Texas
City Manager
Fort Worth, Texas
FOR: BRICK PAVEMENT REPAIR (2001-9)
AT MAIN STREET FROM WEATHERFORD STREET TO 91" STREET
AND MISCELLANEOUS CURB & GUTTER
AT DOWNTOWN LOCATIONS
PROJECT NO. GS93-020930541150
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. The City reserves the right to add, delete or substitute streets in
this contract. The City also reserves the right to increase or decrease
quantities of individual pay items within the contract provided that the total
contract amount remains within plus or minus (±) 25% of the contract award.
The contractor is not entitled to any additional compensation or renegotiation
of individual pay item bid prices.
Upon acceptance of this proposal by the City Council, the bidder is bound to
execute a contract and furnish Performance 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
No Cents Per Ea. $ 200.00 $ 0
104 2 20 C.Y. Remove/Replace Existing 6"
314 Concrete Base (Pavement) @
S.P. SAMA`UAdM Q Dollars &
�
AD
Cents Per C.Y. $ 7po• $ 14,po,.
P-1
SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL
ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID
S.P. 3 600 S.F. Remove/Replace Existing ,
ou
Brick Pavers (Sidewalk) Q N °"
Dollars &
Cents Per S.F. $]I. —
$ 34T� .
S.P. 4 13,000 S.F. Remove/Replace Existing
Brick Pavers (Pavement) Q
We- Dollars & d �
Nd Cents Per S.F. $ q - $
S.P. 5 8,000 S.F. Filling Existing Brick Pavers
Joint (sidewalk and Street)
�4rip Dollars & SO �p
Cents Per S.F. $ Z' $ ���
S.P. 6 100 S.F. Repair Brick Planter
Borders Q
Dollars &
Who Cents Per S.F. $ (Z $ tzcc-
S.P. 7 1000 L.F. Silicone Joint Sealing
LAM Dollars &
_� &I Cents Per L.F. $ z $ Zoo 00•
104 8 125 L.F. Removal and Replacement of
502 Concrete Curb and Gutter Q
S.P. , dwa Dollars & co
Np Cents Per L.F. $ $ 7Z�'
104 9 84 S.F. Removal and Replacement of 411
504 Concrete Sidewalks Q
S.P. .� `�. Dollars
Cents Per S.F. $
�—
TOTAL BID $
1
0A
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 Ninety (90) Working Days from and after the date for commencing
work as set forth in the written Work order to be issued by the Owner, and to
pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility
Construction" as established by the City of Fort Worth, Texas. 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 S 2d 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) / Respectfully submitted,
Addendum No. 2 (Initials)
Addendum No. 3 (Initials)
By:
Address:02- �Yc��r-u
s
Ze, � �� I1
(Seal) Q
Date: t ��f Telephone: 31-7- , :Z-7`ZZT
P-3
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of
contracts to non-resident bidders. This law provides that, in order to be awarded a contract as
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
T 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.
r
B. Our principal place of business or corporate offices are in the State of Texas.
Bidder:
Company By (Please Print)
Address Signature
�awX115, 7T74/86 Om-,,-Y-
City/State/Zip Title (Please Print)
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
May 24 01 02:51p Curtis J. Green
_ MAY-23-2001 WED 11:46 Al TRANSPORTATION PUBLIC WK FAX NO. 817871809293 x 1 P. 1
P. 01
RECEIVED MAY 2 4 2001
City of Fort worth
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTDIQDERS
"PUPATION OF POLICY
If the total dollar value of the contract is$25,000 or more,the Morar- goal is applicable. If the total dollar
value of the contract Is less than$25,000,the MIWSE goal is not applicabto.
POLICY STATEMENT
it Is the policy of the City of Fort Worth to ensure the full and equitable participation by Minodly/Women Business
Enterprises(M/ME)in the procurement of all goods and services to the City on a contactual basis. The objective
of the Policy Is to increase the use of MIWBE firms to a'fevel comparable to the availability of MANBEs that provide
goods and services dir,ecity or Indirectly to the City. All requirements and regulations stated in the Citys current
Minority and Women Business Enterprise Ordinance apply to this bid.
MM§!E PROJECT GOALS
The Ciry's M8E6NBE goat on this project is _!%of the base bid value of the contract.
COMELIANCE TO BID SPECIFICATIONS
On City contracts of S25,OOD or more,bidders are required to comply vrith the intent of the City's M,NVB_Ordnance
by either of the following:
1. Meet or exceed the above stated M/W BE goal,or;
2. Good Faith Effort documentation,or;
3. Waiver documentation.
SIJBMIIIAL OF REQUIRED DO UMENTAB,ON
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/WSE Utilization Form,if goat received by 5:00 p.m.,five(S)City business days after the
is met or exceeded: bid opening date,exclusive of the bid opening date,
2.Good Faith Effort Form and M/WSE received by 5:00 p.m.,five(5)City business days after the
Utilization Form,it participation is bid opening date,exclusive of the bid opening date.
less Than stated goat:
- 3.Good Faith Effort Form it no received by 5:00 p.m.,live(5)City business days after the
participation: bid opening date,exclusive of the bid opening date.
4.Prime Contractor Waiver Form: received by 5;oo p.m.,five(5)City business days after the
bid opening date,exclusive of the bid opsniny date.
FAILURE TO COMPLY WITH THE CITY'S MIWBE ORDINANCE,WILL RESULT IN THE SID BEING
CONSIDERED NON•RESPONSive To SPECIFICATIONS.
Any questions,please contact the MlWBE Office at(817)871.610,4.
Rev.6119MO
slay 24 01 02:51p Curtis J. Green
MAY-23-2001 WED 11:47 AM TRANSPORTATION PUBLIC WK FAX NO. 8178718092 331 p. 2
P. 02
ATTACHMENT 1A
Cityy of Fort Worth Page 1 012
Minority and Women Business Enterprise Specifications
T. EpryB, UTI IZgT ON RECEIVED MAY 2 4 20M
carANY t1/►Mfe 810 E
9T4 1
ROACT NAME PROJECT WIMSEFf
rY's mnyiiii PROJECT COAL: EVE!", ►ERCEi\TAGE ACNIEVfD-,
ailuro 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 openingexclusive of bid opening date,will result in the bid
Ing considered non-responsive to bid specifications.
ie undersigned bidder agrees to enter Into a formal agreement with the MBF and/or VIBE firms for work listed In this
:hedule, conditioned upon execution of a contract with the City of Fort Worth, The intentional andfor knowing
misrepresentation oUfacts-Is grounds for consideration of disqualification and will result in the bid being considered
-on-responsive to specificatlons.
Company Name,Contact Name, Certified Specify ALContracting Specify All It@ms to be Dollar Amount
Address,and Telephone No. Scope of Work(") Supplied(') 2.-.
nl-D&-t4,1 -- , Q --X
_ _`
a54o 1 ,J�.�
i
bthVisEs must be located in the 9(nine)county marketplace or Currently doing business In the marketplace at the time of bid.
(') Specify an areas In which MW®E's are to be u(itized and/or Items to be supplied:
(•) A complete Tistin9 of items to be supplied is required in order to receive credit toward the MM SE Qooi.
(••)identify each Tlot levet. Tier,means the l+vel of subcontracting below the primo contractor/consultant,i.e.,a direct paymei
from the prime contractor to a subcontractor is considered 1"tier,a payment by a subcontractor r
Its supptler Is considered 2"tier.
THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY S:CO p.m.,FIVE(5)CITY BUSINESS DAYS AFTER Bio
OPENING,EXCLUSiVE OF THE Bit)OPENING PATE
Rave 6:
Pages 1 and 2 of Attachment 1A must be received by the Managing Department
May 24 01 02:51p Curtis J. Green
MAY-23-2001 WED 11:47 AN TRANSPORTATION PUBLIC A FAX N0, 8178718092 331 p. 3
P. 03
ATTACHMENT 1A
Page 2 of 2
Minority and Women
of Fort Worth RECEIVED MAY 2 4 2001
y Business Enterprise Specificati
N� IW BE UT_ILIWION
:ompany Name,Contact Name, Ce tied I Specify AlLContraeting Specify AU Items to be Dollar Amount
Address,and Telephone No. Scope of Work(') Supplied(') C
The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding
ictuai work performed by all subcontractors, including MSE(s) andfor WISE(s)arrargernents 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 worts performed by the MSE(s)and/or WBE(s) on this contract, by an authorized officer or
employee of the City. Any intentional tndior knovring 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 materia
breach of contract may result In a determination of an irresponsible offeror and barred from participating in City wore
for a period of time not fess than one(1)year.
ALL"Es an4,1NEEs MUST 13E CERTIFIED BY HE CITY BEFORE CONTRACT AWARD
ki,�r
4horixed Signature P i ted rr,Signature/
61
T )e Co tact Name and Title(if different)
Company Name / Te�le�p//hone Number(s)
Address FaX umbr
1��R1�i�16 ' A, ro 7, - 5/21 .70
City/StatefZip Code Qat
THIS FORM MUST BE RECEIVED 8Y THE MANAGING DEPARTMENT BY s:oo p.m.,FIVE(5)CITY BUSINESS DAYS AFTER 1310
OPENING.EXCLUSIVE OF THE BID OPENING DATE
Rev.6/I
Pages 1 and 2 of Attachment 1A must be received by the Managing Department
May 24 01 02:51p Curtis J. Green
MAY-23-2001 WED 11:47 AM TRANSPORTATION PUBLIC WK FAX N0. 8178718092 331 p. 4
P, 04
ATTACHMENT 1S
Page i of 1
City of Fort Worth
Minority and Women business Enterprise Specifications
ps%rap ContractorWaivar RECEIVED MAY 2 4 2001
Prim Co pany Name Project Name
5 J I Z-(—)Jj-2
Bid Opening mate Project Number
If both answers to this form are YES,do n t complete ATTACHMENT iC(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 mu—sA complete.ATTACHMENT 1C. This form is only
applicable if b-g1�h answers are yes.
Failure to complete this form In its entirety and be received by the Managing_penart enm[on or
ggfore 5500 o o five r11 city busing-ss 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 MBE(s) and/or
WBE(s)on this contract,the payment therefore and any proposed changes to the original MSE(s)
andfor WSE (s) arrangements submitted with this bid. The bidder also agrees to allow an audit
andlor examination of any books, records and files held by their company that will substantiate
the actual work performed by the MSE(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 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.
Authorized Signature :' anted Signature
Title Contact Name(if different)
Company Name Contact Telephone Number(s)
r_fJ41 �L,3,Y��rv��_1 ��( � 01 0-
Address Fax Number
Rw.6x2199
May 24 01 02: 52p Curtis J. Green 9175779331 p, 5
MAY-23-2001 WED 11:48 AM TRANSPORTATION PUBLIC UK FAX N0. 8178718092 P. 05
ATTACHMENTIC
Page 1 of 3
- city of Fort worm RECEIVED M
Minority and Women Business Enterprise MAY 2 y 2001
GOOD FAITH ];FF gT
Prime Company Name Bid,date
Project Name Project Number
If you have failed to secure NIMBE participation and you have subcontracting andlor supplier opportunities or if
your MNYBE participation is less than the City's project soai,you mygl complete this form.
If the bidder's method of compliance with the MlWBE 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, i thru 6 below,
shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or
knowing misrepresentation the facts or intentional discrimination by the bidder.
Failure to complete this form, in its entirety with supporting documentation, and received by the
Managing Department on or before 5:00 p.m.five(5)City business days after bid opening,exclusive of bid
opening date,will result in the bid being considered non-responsive to bid specifications.
1.) Please.list each and every subcontracting and/or supplier opportunity 1p,0 NOT Lill NAMES of
EIRMS1 which will be used in the completion of this project,regardless of whether it is to be provided
by a MIWBE or non-M/WBE.
(Use additional sheets,it necessary)
List of. gubcontractino Opportunities List of: Supplier OROrtuniLies
i
Rev.VMS
May 24 01 02:52p Curtis J. Green 8175778331 p, 6
MAY-23-2001 WED 11:48 AM TRANSPORTATION PUBLIC WK FAX NO. 8178718092 P. 06
RECEIVFn MAY 2 1; 2001
ATTACHMENT 1C
Page 2 of 3
2.) Did you obtain a current list of MIWHE firms from the City's MIWBE Office? The list Is considered in
compilante.if it Is not more than 3 months old from the date of bid opening.
. Yes Date of Listing -1-1 2_1 0)
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?
Yes If yes,attach MAYBE mail listing to Include name of firm and address and a dated
4_N0 copy of letter mailed.
c.) Did you solicit bids from M/WSE firms,within the subcontracting andlor 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 MIW8E firm. ep rson contacted,
�No phone_number and dig 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 hINVBE 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 MNYSE is more than ten,the bidder must contact at least two-thirds of
thr l;st 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 M/WBEs7
Yes
�Mo
6.) If MNVBE bids were received and rejected,you must:
(t) List the M/WBE 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(*)listed below(i.e..letters,memos,
bids.telephone calls,meetings,etc.)
(Please use additional Sheets,tlnecessary,and attach.)
Company Name /telephone Contact Person Scope of Work Reason for
Rejection
Rev.6121118
May 24 01 02:52p Curtis J. Green 8175779331 p. 7
h1AY-23-2001 WED 11:48 AM TRANSPORTATION PUBLIC WK FAX NO. 8178718092 P. 07
RECEIVED MAY 2 b
ATTACHMENTIC
Page J of 3
6001TI _ At„INFORMATION:
Please provide additional Information you feel will further explain your good and honest efforts to obtain
16WOF-participatidn on this project. /
-� _,Aj(r �/lY f l.- l :` �' da 1•'vac 1 f..:�, r �,4 1 j C.� t Cj (r 'L—
Z.
i4 ~t•e el " 1..�-�_.l•[. V V IV (,.V� �.,(...Lam.. L '-1 ^�.1. � `$
The bidder further agrees to provide, directly to the City upon request, complete and
accurate information regarding actual work performed on this contract, the payment
thereof and any proposed changes to the original arrangements submitted with this bid.
The bidder also agrees to allow an audit and/or examination of any books, records and
files held by their company that will substantiate the actual work performed on this
contract, by an authorized officer or employee of the City.
Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three
(3) years and for initiating action under Federal, State or Local laws concerning false
statements. Any failure to comply with this ordinance and creates a material breach of
contract may result in a determination of an irresponsible offeror and barred from
participating in City work for a period of time not less than one (1)year.
The undersigned certifies that the information provided and the M/-WSS(s) listed
was/were contacted in good faith. it is understood that any MIWBE(s) listed in
Attachment 1C will be contacted and the reasons for not using them will be verified by
tr Ci 's M) BE-ILS-ice.
's
mm,! 1eZy,
Authorized Signature Printed signature
T' le Contact Name and Title(if different)r )
Company Name Telephone Number(s) 4
Address Fax Number
C All
cityfstatolzip Date
Rev.8!7196
CITY OF FORT WORTH, TEXAS
w TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR: BRICK PAVEMENT REPAIR (2001-9)
AT MAIN STREET FROM WEATHERFORD STREET TO 9"` STREET
AND MISCELLANEOUS CURB & GUTTER
AT DOWNTOWN LOCATIONS
PROJECT NO. GS93-020930541150
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, 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. The City also
reserves the right to increase or decrease quantities of individual pay
items within the contract provided that the total contract amount
remains within plus or minus W 25% of the contract award. The
contractor is not entitled to any additional compensation or
r� renegotiation of individual pay item bid prices.
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:
SP-1
STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION-CITY OF
FORT WORTH AND STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH
CENTRAL TEXAS.
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.
This traffic control plan shall be submitted for review to Mr. Charles R.
a� Burkett, City Traffic Engineer @817-871-8770 at least 10 working days
prior to the pre-construction conference. Although work will not begin
until the traffic control panel has been reviewed the Contractor's time
will begin in accordance with the time frame established in the Notice to
the Contractor.
The Contractor will not remove any regulatory sign, instructional sign,
street name sign, or other sign which has been erected by the City. If it
is determined that a sign must be removed to permit required construction,
the Contractor shall contact the Transportation and Public Works Depart-
ment, Signs and Markings Division (phone number 871-7738) , to remove the
sign. In the case of regulatory signs, the Contractor must replace the
permanent sign with a temporary sign meeting the requirements of the above
referenced manual and such temporary sign must be installed prior to the
removal of the permanent sign. If the temporary sign is not installed
correctly or if it does not meet the required specifications, the
permanent sign shall be left in place until the temporary sign
SP-2
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
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. 111.
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-
SP-3
for 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
r4 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
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.
SP-4
(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 Contractors 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) .
_ 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.) .
SP-5
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:
It shall be the contractors responsibility to notify the utility companies
that he has commenced work on the project. Upon completion of a street the
contractor shall notify the utilities of this completion and indicate the
start of the next one. The following are utility contact persons:
Company Telephone Number Contact Person
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.
SP-6
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 BASE:
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.
f
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 two (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/REPLACE 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,
SP-7
3300 Yuma Street. Contractor shall match existing brick pavers as directed
by the Engineer and as shown in the enclosed details. If brick is not
available at the City Stock pile yard, Contractor shall purchase new brick
at his own cost.
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
z enclosed details and specifications.
The price bid per square foot as shown in the proposal shall be full
payment for all materials including all labor, new brick, excavation,
equipment and incidentals necessary to complete the work.
PAY ITEM NO. 5 - Filling existing brick pavers joints:
This item is for filling empty joints between existing brick pavers on
sidewalk and on street, and it shall be directed and approved by the
Engineer.
This item shall be governed by all the enclosed masonry paving
specifications, details, and special provisions.
The price bid per square foot as shown on the proposal shall be full
payment for all materials including all labor, equipment and incidentals
necessary to complete work.
PAY ITEM NO. 6 - 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
<u 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.
SP-8
PAY ITEM NO. 8 - 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
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:
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.
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 samp el using materials, pattern and joint tr indicated
for project work, inclu ecial features for ex pan points and contiguous
work. Build panel at the site, as ted I 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:
9.
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
I. 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 (encored) 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.
w 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 sidewalksaTNd pRuernenl'.
2.02 SETTING MATERIALS:
A. The mortar setting bed shall consist of:
1 . 1 part portland cement - ASTM C150, Type 1
2. 4 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. 3� 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 emin
the �Selcl with uniform tight- 'YtHnch joints. Pavers with chips, cracks, or
voids shall not be used. Thetting bed mixture shall be spread and screeded
to a true plane and shall be baited to that amount that can be covered with
pavers before initial set.
one mock-up sample panel of pavers, 4�feet x 4
Lusrnte (basket weave an in ' al . Mock-ups will
ed 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, ;' It joiNtS Wkth 1nortg1c _ comple-
tely filling voids. Remove excess dry joint filler mixture and fog surface with
fine water spray. Alignment tolerances maximum are � inch in 20 feet and i 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.
d;rect&J bq the V-svp eet,
I . Where , 611 reinforced concrete base will be placed
under proposed brick pku enner,t. Standards Specifications Item 314.4 shall apply
except as hereinafter modified. Design mix shall be modified to read, "The
concrete shal 1 be designed for a minimum COMPRE55%V0, STrengihof 3000 pounds per
square inch at the age of tuao (2) days for either type I or type III cement."
Reinforcina shall consist of No. 3 's at 24" centers each way .
Payment will be made at the unit price bid per square foot and shall be full
compensation for the construction of brick pavers and inciden-
t'._
tals thereto.
3.02 REPAIR, POINTING, CLEANING AND PROTECTION: els &�,rQcW by tk E,RgineeT-
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
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 508 RH
ASTM D 412, Die C Elongation, 8 min. 1300
ASTM D 412, Die C Modulus @ 1508 Elongation, psi 13 to 30
ASTM C 719 Movement, 10 cycles @ + 100/-508 No Failure
ASTM D 3583 Adhesion to Concrete, 8 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.
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
2
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
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.
Immediately upon cleaning, the bond breaker and sealant shall be placed in
the joint. Open, cleaned joints shall not be left unsealed overnight.
Bond Breaker Rod and Tape: The bond breaker rod and tape shall be
installed in the cleaned joint prior to the application of the joint
sealant in a manner that will produce the required dimensions.
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.
a. 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
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 10"' day of July , 20 01 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
Green Scapinq Company HEREINAFTER CALLED Contractor.
WITNESSETH: That said parties have agreed as follows:
r 1.
T 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 2001-9
MAIN STREET FROM WEATHERFORD STREET TO 9T" STREET
AND
MISCELLANEOUS CURB & GUTTER
AT DOWNTOWN LOCATIONS
Designated as project number, GS93-020930541150
2.
That the work herein contemplated shall consist of furnishing as an independent contractor all
labor, tools, appliances and materials necessary for the construction and completion of said project in
accordance with the Plans and Specifications and Contract Documents prepared by the 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 Spe ct Documents are hereto
attached and made a part of this contract the same as if wri e1 ECGO PD
Ft CV O::�,-fc_ fly OIL
�w
3.
The Contractor hereby agrees and binds himself to commence the construction of said work within
ten (10) days after being notified in writing to do so by the Transportation and Public Works Department
of the City of Fort Worth.
4.
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and finish the same ready for the inspection and approval of
the Transportation and Public Works Department of the City of Fort Worth and the City Council of the City
of Fort Worth within a period of 90(Ninety) working days.
If the Contractor should fail to complete the work as set forth in the Plans and Specifications and
Contract Documents within the time so stipulated, plus any additional time allowed as provided in the
General Conditions, there shall be deducted from any monies due or which may thereafter become due
him, the sum of $ 210.00 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 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
MCNINKIMU, ti ns of this Contract,
,NN N('? G?� °G'y
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
Texas Govemment Code Section 2253, as amended, in the form included in the Contract Documents,
and such bonds shall be 100 percent (100%) of the total contract price, and the said surety shall be a
surety company duly and legally authorized to do business in the State of Texas, and acceptable to the
City Council of the City of Fort Worth.
8.
Said City agrees and binds itself to pay, and the said agrees to receive, for all of the aforesaid
work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by
the successful bidder hereto attached and made a part hereof. Payment will be made in 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
ONE HUNDRED SEVENTY SIX THOUSAND, FOUR HUNDRED FOUR DOLLARS
$176,404.00
0FF C Va,,s PEC0 'D
C-3 Ra Va.--J
9.
It is further agreed that the performance of this Contract, either in whole or in part, shall not be
sublet or assigned to anyone else by said Contractor without the written consent of the Director of the
Transportation and Public Works Department.
10.
The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is
classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto
and made a part hereof the same as if it were copies verbatim 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
Y agrees to fully comply with all the provisions of the same.
N WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in Six 6
counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the
corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through
its duly authorized officers in Six (6), counterparts with its corporate seal attached.
Cr"DS r ��' r•�1 1 e'.�1�r9
�� uGCG
Re
C-4
Done in Fort Worth, Texas, this the le day of July , 20 01 .
RECOMMENDED: CITY OF FORT WORTH
A-7"ZoL � 4
DIRECTOR, DEPARTMENT OF ASSISTANT CITY MANAGER
ENGINEERING
APPROVED:
'
A-15V
DIRECTOR, TRANSPORT ON AND
PUBLIC WORKS
ATTEST:
(Contractor)
CITY SE ETARY
(SEAL)
BY:
(Representative
114
(TITLE)
Z) '�3 j = Y= il'� L-: APPROVED AS TO FORM &
(Address) LEGALITY:
f
ICZ3 L' t
(City/State/Zip) AS IST NT CITY ATTO Y
Contract AuthorizatAl,on
November 1960 � +
Revised May 1986
Revised September 1992 Date
Revised January 1993
Revised April 1999
Revised June 1999
Revised June 2001
, st
9 0
Jul 23 01 09: 09a Curtis J. Green
8175779331 p, 4
PANTO1
B ♦TTI
.. iw
BOND. #CC=29:313.
THE:STATE..OF
:COUNTY OF TARRANT
KAIOW.AII:MEN BY.THES6S PP,ESENTS That we (l): CRY acorporation.of (2)
Tarrant Texas. herein called Principal .and (3)
CUMBERLAND CASUALTY & SURETY CO. a corporation. organized
and existing under the laws of the Stan and fully authorizes]to transact business in the.State of Texas;as Surety;are
held and firmly bound unto the City of.Fort Waith,a municipal corporation organized end;exist4 under the laws of
the State of Texas,hereinafter called Owner, and unto at persons, fnms,and corporations who may furnish materials
for,as performlabor upon,the building or improvements hereinafter referred to,k the penal s*of*
Qne Hundred`SeveinttiS1%Thousand.Fear Huadred f=Dollars
$176 404.00 lawful money of the United States,.to be pard m Fort Vi orth,Term&Cotmty Texas,for the payment of
whicb.SUM well and truly be made, we bindurselves,our:lietrs,::executofs,'adttmiistrators and successors jointly and
.severally,firmly bythese presents
•s ;.
THE CONDITION OF THIS OBLIGATION is such that Whereas,the Principal entered into a certain contract
with the City of Fart Worth,:the Owner dated the 200i,a vapy.of which is heret0;attac6ed
and'made a part hereof far.the construction of;
BRICK PAVEMENT REPAIR
MAIN STREET FROM WEATHERFORD STREET TO 9' STREET
AND,
M[ISCELLANE01fS GRUB AND GUTTER
AT DOWNTOWN LOCATIONS
designated as Project Number GS937020930541150 copy of which contract is be eto.attached,
referred to, and made'a part Hereof as fully and to the same cont as if copied at'tepgth lii r n, such project and
construction being hereinafter referred to as the;"works"
NQW Tl IEItEFORE,the eonditian of the obligation is such that,if the Primipai shall promptly make payment
to.all churnants as defuad in:T"as Govemmont Code Section 2253L supplying labor,and materials in
the prosecution
Of the.%i provid4f r.in said Contract,then this obligation shall be null and�void,othe�cw�ise it shall retitain in fiill
faroe and effect.
THIS BOND IS MADE AND ENTERED.into solely for the protection of all claimants supplying labor and
material'in the.prosecution of the work'provided for in said Contracx, as'Cla matrts ora defined in said'Texas
Government Code Section 2253,and all such claimants shall have a direct right of action under the bond as provided in
Teals Government Cvde`Scction 2253.
PROVIDED.I�URTHER, that if any legal action be filed upon this bond,.venpe shall lie in Tarrant County,
Stattof Texas, and that the said Surety, for value roccived,hereby stipulates and,agrees that no.dmge.extension of
time, alteration or addition to the terms of the contract or to the work to be°performed thereutzder:or the specification
accompanying the same shall in any wise affect its obligations on this bond,and it does hereby waive:notice of any such
An",n pvtrmcinn of time.alteration or addition to the terms of the contract or the work or the specifications.
I
Jul 23 01 09: 12a Curtis J. Green 8175779331
P. 5
PROVIDED FURTHER;that no final setdemtnt between the Owner and the Contractor shall abridge. .
the right of any beneficiary hereunder whose claim shall be unsatisfied
IN:WMESSETA 11411EMOP `this uist tttenl is.executed ui 6: c0unterpacts,each one of which
shall deemed aoa;ariginal;tivs:#he ]l0"' day.of Y` ,2001:-
GREp.
EN .,SCAPING COMPANX
-
'
Principgi
AT'FEST,
BY .
(P,'i?ictpal)Secraary
CATH.LEEN. gUI.2 .. OWNER
(Panted NacwTwe)
(SEAL) 9025 CARDINAL,. ;LN.
w
ADDRESS
�.
RHr.;
N ' !ERAS 76180,.
,CITY/STATEIMP
8150 BROOKRIUERDR;:. DALLAS CUMBERLAND CASUALTY & .SURETY CO..
fj.
A S
(Address)`;: (Sucefy).
� ATTEST
Secretary By
Ak
t •Fact)(5)
.I;XDA
(Printed A ttarrey-in Fact)
r
L .:rf1 $ �Yi tO SIlietg"
/Bond maxinm be prior to date.of
-77
�+ v'•.a y✓ Contract - ..
Correct name ofContractor
A Corporation, 'a,'Parfnerrhtn or and
✓. .
Indsvldua4 as ease may be;
�• 'S�. (3j Comet Name c�SLrary
t` `„ ``�•`.: (Q If CoImrwmr Is Parteertbip all P renes .
rhouldeszexre bond':'
x
e•WPAVMCJNnFRm
IR
I
Jul 23 01 09: 07a Curtis J. Green 8175779331
P. 2
PEREORMANCE B®1riD
THE STATE OF TEXAS BOND #CC=2 9 313
COUNTY OF TARRANT
KNOW ',:ALL* ,MEN:,:BY THESE . P,RESENT: That we (I)Grftn&&ning.Caruoanv
�+
(2) MY . of a Texas hercatafter called: principal and
CUMBERLAND `CASUALTY & SURETY' CO a
corporation organized and existing under the laws of the State and fully authorized to transact business in the
State of Texas, as Surety, are held and fintly bound unto the City of Fort Word4 a municipal corporation
organized and existing under the laws of the State of Texas hereinafter called Owner,in the penal sum of:
One Hundred:Sevenhc Six Thousand,Four Hupdred Four VW lars
S176M;00 Dollars in lawful money of the United States,to be paid sn Fort Worth,'Tairant C.ountj,,Texas,
for the payment of which Burn well'and truly,be made; we hereby bind ourselves,.our hens;.executors,
administrators,and successors;jointly and severally,fiirmly byy these presents,
.. THE CONDITION OF THIS.OBLIGATION is such that Whereas, the Pri ei*,eniored into a
certain contract with the City Fact Worth;the Owner,dated the Ir. day o€ July,X001,a copy of
+� :which is hereto attached and made.a part hereof,for the construction of:.:.
BRICK PAVEMENT REPAIR': 2001-9
MAIN STREET FROM WEATHERFORD STREET TO 9TH STREET
AND
MISCELLANEOUS CRUB AND GUTTER
AT DOWNTOWN:LOCATIONS
designated as Project Number GS9"20930541150 a copy of which.contract is hereto
attached,referred to,and made a parthereof as fully and.to the same extent as if copies at length herein,such
project and construction being hereinafter referred to as the"work"..
NOW TliEhtEFORE,if the Principal shall well;truly and faithfully perform the work in accordance
with:die plans, specification; and contract document during the original:.term..thereof,:and any extensions
thereef which may be granted by the Owner,with or without notice to the:Surety,and if he shall satisfy all
claims and demands incurred under such contract, and shall fully indemnify.and save'harmless the Ourter
from all'costs and damages which it may suffer by reason of failure to do so,and shall.reimburse and repay
thte owner all outlay and expense which the Owner may incur in making good any deflailt,then this obligation
shall be void;otherwise to rernain in fW1 force and effect.
PROVIDED`FURTHER,that if any legal action be filed upon.this bond,venue'ghall.he in Tarrant
County,State of Texas.
'AND PROVIDED FURTHER,.that the said Surety, for value received;.hereby stipulates and agrees
that no change, extension of time,alteration or addition to the terms of the.contract or to the work:.to be
performed thereunder of the specifications.accompanying the same shall in any.wise affect.its obligation on
Jul 23 01 09: 07a Curtis J. Green
8175779331 P, 3
now
this bowl,and n does hereby waave notice of any such change,extension of time alteration or addition to the
tom
Of the contractor to the work or to the specifications
IN WITNESS W1E]tEOF,;this tnsttutnent is executed is "6 Counterparts each one of which shall
be:deented an original,this the tat° day of July
�REEN . SCAPING COMPANY
Pnmcipai(4) .
ATTEST
$y,
9rutipat)Secxetsty
CATHLEEN RULZ OWNER.
(Punted NamclTttk}
(SEAL)
025 CARDYNAZ LN`.
A► ESS
NRH. TEXAS 2:618:0 i
L'1y"ATF.rm
: 8150.:BROOKRZUER DR,... DALLAS . CUMBERLAND.: CASUALTY & . SURETY CO.
{Address) TEXAS... �5 )
:-AT
TEST
■
(SEAL) JAY S LYDA.
. . . (Pnmted;Attorneyna-Fact}.
� 'ififtss as to Surety
Nor* Dots ofBondmumAot be psrior to date of
CIO
' ' Correctxar�e orContiactor. .
Corporotton,aPorvic Aip or and
J. r �„ lndrvldrro;yr ewe may Ds
ConecilYows vfSnrsry. .
ifCOxfrrntot 1JJ10FbtQlJhlp all Pariesrs-•
should emecwe bond
(5 A"e Copy ofPower ofAaorney Mall be
a
ttacheQ m bond 6yRmurney-inf cct
r
CUMBERLAND CASUALTY & SURETY COMPANY POWER OF ATTORNEY
.� TAMPA, FLORIDA
PRINCIPAL: GREEN SCAPING CO. EFFECTIVE DATE: 7/10/2001
9025 CARDINAL LN NRH TEXAS 76180
(STREET ADDM (crm (STATE) (ZIP CODE
•� CONTRACT AMOUNT: $17 6 ,4 0 4.0 0 AMOUNT OF BOND; $ 17 6, 4 0 4. 0 0
POWER NO. CC - 29313
KNOW ALL MEN BY THESE PRESENTS: That Cumberland Casualty&Surety Company,a corporation duly organized under the laws of the State
of Florida,having its principal office in the City of Tampa,Florida,pursuant to the following resolution,adopted by the Board of Directors of the said
Company on the 15th day of April, 1999,to wit:
"Resolved, that the President of the Company shall have authority to make, execute and deliver a Power of Attorney constituting as
attorney(s)-in-fact,such persons, firms, or corporations as may be selected from time to time.
Be it Further Resolved, that the signature of the President, Secretary 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 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 consents for the release of retained percentages and/or final estimates
on engineering and construction contracts or similar authority or undertaking to which it is attached."
Cumberland Casualty&Surety Company does hereby make,constitute and appoint ik& L349 _
its true and lawful attorney(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 obligation of the Company shall not exceed($2,000,000.00)dollars.
And to bind Cumberland Casualty&Surety Company thereby as fully and to the same extent as if such bond or undertaking was signed by
the duly authorized officer of Cumberland Casualty&Surety Company,and all the acts of said anorney(s)-in-fact pursuant to the authority herein given,
and hereby ratified and confirmed.
IN WITNESS WHEREOF, Cumberland Casualty & Surety Company has caused these presents to be signed by an officer of the
Company and its Corporate Seal to be hereto affixed.
CUMBE AND C SU LTY&SURE,TY COMPANY
.G[
SEAL
j ward J.E enfield IV, President
STATE OF FLORIDA )
SS
COUNTY OF HILLSBOROUGH)
On this 15th day of April,A.D. 1999,before me personally came Edward J.Edenfield IV,to me known, who being by me duly sworn did
depose and say;that he resides in the County of Hillsborough, State of Florida; that he is President of Cumberland Casualty&Surety 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
.� instruments 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.
�P�YPVB Beverly Ann Jerry
ftmr uc 4i Eommission#CC 758867
01 p: 9 o Expires August 22,2002 everly Ann J
z BONDED THRU
sap�0 GOA OF ATLANTIC BONDING CO..INC. My commission expires
SOUGH
STATE OF FLORIDA )
SS
COUNTY OF HILLSBOROUGH)
I,the undersigned,Secretary of Cumberlan�,Gats"iaa SoftCompany,a Florida Corporation,DO HEREBY CERTIFY that the foregoing
.� and attached POWER OF ATTORNEY remains ioc*t _
Signed and Sealed at the City of Tam ' `" " _ Dated the 10th day of J ULY 2001
or
S. Mack. Secretary
THIS BOND NOT VALID UNLESS PRINTED ON GREEN PAPER
DATE(MI
/D
IA
07/24/01
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
JAY S . LYDA INSURANCE AGENCY ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
2520 HARWOOD RD. , STE 500 COMPANIES AFFORDING COVERAGE
BEDFORD, TEXAS 76021 COMPANY
A FARMERS INSURANCE GROUP
INSURED COMPANY
.� CATHLEEN RUIZ DBA B SERVICE LLOYDS INSURANCE CO
GREEN SCAPING COMPANY COMPANY
9025 CARDINAL LN. C
NRH, TEXAS 76180 COMPANY
D
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
r, 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO POLICY EFFECTIVE POLICY EXPIRATION
LTR TYPE OF INSURANCE POLICY NUMBER DATE(MM/DD/YY) DATE(MM/DD/YY) LIMITS
GENERAL LIABILITY GENERAL AGGREGATE s2, 000, 000
X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG s2, 000, 000
CLAIMS MADE X❑OCCUR PERSONAL&ADV INJURY $1 , 000, 000
A OWNER'S&CONTRACTOR'S PROT 6900 6 6 55 10/18/00 10/18/01 EACH OCCURRENCE $1 , 000, 000
FIRE DAMAGE(Any one fire) $ 50, 000
MED EXP(Any one person) i 5 000
AUTOMOBILE LIABILITY
ANY AUTO COMBINED SINGLE OMIT i 1 , 000, 000
X ALL OWNED AUTOS BODILY INJURY
_ X SCHEDULED AUTOS per person) i
A X HIRED AUTOS 6920 1 9 74 10/18/00 10/18/01 BODILY INJURY
X NON-OWNED AUTOS (Per�WenQ i
PROPERTY DAMAGE i
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
...__...___ ...................
........................................
........................................
........................................
ANY AUTO OTHER THAN AUTO ONLY:
EACH ACCIDENT i
AGGREGATE $
EXCESS LIABILITY EACH OCCURRENCE s2, 000, 000
A X UMBRELLA FORM 6920 2 0 31 05/05/01 05/05/02 AGGREGATE s2, 000, 000
OTHER THAN UMBRELLA FORM i
WORKERS COMPENSATION AND WC STA X OTH
TORY UNITS ER
EMPLOYERS'LIABILITY EL EACH ACCIDENT $10 O 0 0 0
B THE PROPRIETOR/ SRR 5 8 4 3 09/11 /00 09/11 /01 EL DISEASE-POUCY LIMIT s 5 0 O O O O
PARTNERS/EXECUTNE HINCL
OFFICERS ARE: EXCL EL DISEASE-EA EMPLOYEE $100, 000
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLM/SPECIAL ITEMS
CERTIFICATE HOLDER IS NAMED AS ADDITIONAL INSURED.
<� OA
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
CITY OF FT WORTH EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
1000 THROCKMORTON ST 3Q_DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
FT WORTH, TEXAS 76102 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF AN KIND__UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHO REPR S TA V
::::..,.:.:.::..:.::.(..fes...::::• .. .. ...:.......
OIC'.
JUL-25-2001 WED 01:58 PM TRANSPORTATION PUBLIC WK FAX NO. 817 871 8092 P. 08
ow
CONTRACTOR COMPLIANCE WITH
WORKER'S COMPENSATION LAW
Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor, Gr-ren Scapinn Company
certifies that it provides worker's compensation insurance coverage for all of its employees employed on
City of Fort'Worth project Brick Pavement'Repair 2001-9 Again Stmt from WeathedpA Street to 9"
Street and Misceganeons Curb and Gut>Eer at Downtown Locations project number, G593-
020930541150.
By: l
Tide
Date
STATE OF TEXAS 3
COUNTY OF TARRANT 9
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 for
the purposes and considerations therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of
20 gZ�k
- — XRIST I A. HOSFELT Notary Public in and r the State of Texas
Notary Public,state of Texae
� �g My Commission Expires May 05,2004
�i�rE OF t�'
ontractor agrees to provide to the City 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.
q , _0 „
/PMS 288 (BLUE)
F10 T TI-
467 (COPPER)
zi
N
STREET MAINTENANCE PROGRAM
Ln
CONTRACTOR ' S NAME u
Ln TELEPHONE NUMBER
PROJECT DESIGNATION SIGN
V
CURB/ DAMAGED BRICKS AS
GUTTER DETERMINED BY THE ENGINEER
IN THE FIELD TO BE REPLACED
WITH FULL BRICKS TO
ORIGINAL DESIGN AND AS
PER SPEC
I
NOT TO SCALE
PLAN
WIDTH INSIDE OF CURB TO ADJOINING BUILDING
BUILDING OR ADJOINING
SIDEWALK VARIES OR SIDEWALK SLAB
(GENERALLY 16'-6")
2-1/4" THICK TYPICAL SLOPE
BRICK PAVERS DAMAGED AREA
SEALED 1/2
EXPANSION TO BE REPAIRED SEALED /p
,,
JOINT J IN7� SAWCU[ \ SAWCUT JO NANSION
CURB/ \ 1
GUTTER,
f ' " ''"'• ��° 1" MORTAR BED
BASE SLABR•3D@C$N C B W 2" SAND CUSHION
---------__--� OR APPROVED SUB-
APPROX.LOCATION OF GRADE
EXISTING CONDUITS FOR SECTION
STREET LIGHTING AND
SPRINKLERS
DATE: 7/10/00 FORTWORTH TYPICAL SECTION REPAIR
.a• BRICK SIDEWALK
CITY OF FORT WORTH, TEXAS
TRANSPORTATION/PUBLIC WORKS
Rev. ENGINEERING DIVISION
DRAWING NAME; BRICKSIDEWALK.OGN
311— JL- 1-4 1-- 1-4 x J" 1--A
L L L- -1 1 1 L L --L -i i
-11- T
1
-1 L 1-7.YLT-i I
-
T- T-
or
_�__��_T_.J -i=-1Z Z= l--1. - �l �.Z �_Z�__L -1-- - __- , _ � _ -_ __ -L -1 t I I I
-1- -J -T I-_,
j- -L
_ _ZZ� _ -- _ Z� 1 ZJ=-1 I Z -
DAMAGED BRICKS AS SAWCUT NOT TO
DETERMINED BY THE PLAN SCALE
ENGINEER IN THE FIELD TO
BE REPLACED WITH
FULL BRICKS TO ORIGINAL
EXISTING DESIGN AND AS PER SPEC
ROADWAY REINFORCING
SAWCUT PER SPECS. SAWCUT
------------
------------------------------- --------------------------------
----------------------------- ----------------------------------------------------
EXISTING 6" SECTION
CONCRETE BASE TO
BE REPLACED WHERE
REO'D BY ENGINEER
AND AS PER SPEC
Date: 6/30/00 TYPICAL PAVEMENT SECTION
FoF,TWO FT H REPAIR - BRICK SURFACE &
REINFORCED CONCRETE BASE
CITY OF FORT WORTH, TEXAS
Rev. TRANSPORTATION/PUBLIC WORKS
ENGINEERING DIVISION Drawing Name:brickreplaceAgn j
PROFILE GRADE LINE
AT FACE OF CURB
SEE PLANTER DETAIL /
BRICK lAVERS
BRICK PAVERS
CONCRETE BASE
/4"R
"a DOING CRSE z
\ d CONC1PETE::BA$E C 3/4 FT
'7 O.Q,]'�,I.,,• SAND BACKFILL—.--,
COMPACTED SUBGRADE 3 ,r .o0 6 o¢
...•;.+•,::. ,•.:. CONDUITS.Y� a �.I z>
- ..e�.. ,.00, _
2' SAND CUSHION .,;.. .. ...::::
IRRIGATION LINE
SEE EXPANSION JOINT DETAIL-j Y nn
WALK SPECIAL CONC. CURB'05 GUTTER PAVEMENT
M At STREET TYPICAL DETAILS
-- SCALE: I%Z I'-0"
► 1 I ( 1 i L i 1 f � l i t � � 1 1 t t 3 � � R d f � �
BENNETT BLEND
TWO MODULAR(VELURE)
SIDEWALK BRICK PAVERS USE HIGH BOND 7(V21 11%2`
NO GROUT MOTAR MIX
- -�MI
BEDDING CRSE, f��f/ 3� TYPICAL CONC.CURB(SEE DETAIL.
��,+� ,�i // uy�l
41
coj
2SAND CUSHION
.411CONC.BASE
SAND BACKFILL
(YIRIN S-(. TYPICAL_ PLANTER DETAIL
SCALE: I"=I'-n"
IBM
Il CONE �tli�1T
• �- Z SEALANT
BRICK OR CONC. k BRICK OR CONG
BACKER ROD FIBERBOARD FILLER
EXPANSION JOINT D'ETA L
' SCALE:
{`A
is
IZ OR BLDG.
LINE 16.5
IAJ
U)
BENNETT BLEND
TWO MODULAR (VELURE) L
z
-L
a
111 0 �tiP
— PE of R PH�F
p- s`o
rt oN /
GUS
NOTE:CONC.BASE UNDER
WALKS ALONG EACH
CB. RADIUS TO BE
INCREASED TO 6"
FOR A DISTANCE OF
2'BEH IND BACK OF
CURBS.
4'` S GOrTF P� 0"-
9� R IP
EXIST. CB. B GUTTER ca 06
U
( TYPICAL SIDE STREET )
TYPICAL SIDEWALK RA► I�P DETAIL
Ya�tii .i0/,iY�lif�oWIYC�.IDfi�lwamapisilltINS
9-2-80 REVISED RAMP LENGTH
AND BRICK PATTERN
i
r,
CR BLDG. LINE
I
w
5.0 W
cr-
-- 15.5' R.P. U)
I\, C
\` I,1 /F- USUAL
i ids
/
TRANSITION FROM MAIN ST. Cl RI SECTION
TO EXIST i URB Tr,tRJ THIS ,�;,.A viv--S -
SPEC'rIED OTHERWISE IN THE PLANS.
( T YPICAL SIDE STPEET )
SLOPE DIAGRAM - RAMPS
15` nADIUS
SCALE- 1 ,=5.0'
Removal and replacement of concrete curb and gutter shall occur on the following streets:
CD STREET FROM TO LF MAP
9 3`d St @ SW Corner of Throckmorton St 2 62Z
9 Main St 3rd St 91h St 7 63W
9 Penn St 51h St Forest Park Blvd 28 76C
9 Summit Av [North bound] 5th St Weatherford St 28 76C
9 Summit Av [South bound] 51h St Weatherfod St 60 76C