HomeMy WebLinkAboutContract 40153-
C::ITY SECRETAR J
D.O.E. FILE SPECIFICATIONS
.,.~ -.
AND CITY SECRETARY , I "
CONTRACTOR'S BONDING CO. CONTRACT NO . ::w \5 ~.
C NcTRUCTION'S COPY CONTRACT DOCUMENTS
f' ... :-0 ART. 1ENT FOR
BRICK PAVEMENT REPAIR (2009-13)
FOR CAMP BOWIE BLVD
IN THE CITY OF FORT WORTH, TEXAS
CITY PROJECT NO. 01404
TPW PROJECT NO. C293-541200-207640140483
2009
MIKE MONCRIEF
MAYOR
DALE A. FISSELER, P.E.
CITY MANAGER
WILLIAM A. VERKEST, P.E., DIRECTOR
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
C.W. "ANDY" ANDERSON, P.E., RPLS, ASSISTANT DIRECTOR
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
PREPARED BY
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
INFRASTRUCTURE GROUP ,,,,,,,, ---e, OF 't ,,,,
:.-< ··•·•··· ~"'
f'ro~ •• ····*···~~·· : . : ... ,, ~·: ~., , •.•••..•..........•.. ~
I. RIAD I. NUSRALLAH I ~ .••.•.•.........•.... , ,,, l \ 88823 j fJ:. f
t n . • • .,,, ,:~ ... , ... ,:'
I \ ··~••• ~ ..:" // / ,, ,-~;J~
f/;joJ
Page I ot2
City of Fort Worth, Texas
Mayor and Council Communication
I
COUNCIL ACTION: Approved on 2/23/2010
DATE: Tuesday, February 23, 2010 REFERENCE NO.: **C-~~O~~
LOG NAME: 20BRICK PAVEMENT REPAIR 2009-13
SUBJECT:
Authorize a Contract in the Amount of $234,000 .00 with C. Green Scaping Company, LP., for Brick
Pavement Repair 2009-13 for Camp Bowie Boulevard (COUNCIL DISTRICT 7)
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a contract in the amo
$234 ,000 .00 with C . Green Scaping Company , LP., for 150 calendar days for Brick Pavement Repc
2009-13 for Camp Bowie Boulevard .
DISCUSSION:
In the Fiscal Year 2008-2009 Contract Major Maintenance Program , various types of street mainten.
techniques are grouped into specific contract packages. Brick pavement repair provides for the remc
and replacement of damaged brick pavement. The contract will be funded from the Contract Street
Maintenance Fund .
The City also reserves the right to increase or decrease quantities of individual pay items within the
-contract, provided that the total contract amount remains within plus or minus 25 percent of the cont1
award .
-
-
This project was advertised for bid in the Fort Worth Star-Telegram on September 10 and Septembe
2009. On October 8, 2009, the following bid was received:
BIDDER AMOUNT
C. Green Scaping Company, L.P . $ 234,000.00
C. Green Scaping Company , LP., is in compliance with the City's M/WBE Ordinance by committing
percent M/WBE participation . The City's goal on this project is 11 percent.
This project is located in COUNCIL DISTRICT 7.
-FISCAL INFORMATION / CERTlflCA TION:
The Financial Management Services Director certifies that funds are available in the current capital
budget, as appropriated , of the Contract Street Maintenance Fund .
http ://apps .cfwnet.org/ecouncil/printmc .asp ?id = l 2836&print=true&Doc Type= Print 3/12/2010
-
-
-
FUND CENTERS:
TO Fund/Account/Centers
CERTIFICATIONS:
S..JJbmitted for City Manager's Office bx_;_
Originatingjlepartment Head:
Additional Information Contact:
ATTACHMENTS
FROM Fund/Account/Centers
C293 541200 207640140483
Fernando Costa (84 76)
William Verkest (8255)
Andy Anderson (8648)
• 1. 20Brick Pavement Repair 2009-13 MWBE Contract Compliance .pdf (CFW Internal}
2. 20BRICK_2009-13_MAP .pdf (Public}
3. Accounting lnfo.pdf (CFW Internal}
4. FAR TPW 2009-13 .pdf (CFW Internal}
http://apps.cfwnet.org/ ecouncil/printmc .asp ?id= 1283 6&print=true&Doc Type= Print 3/12/2010
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
BRICK PAVEMENT REP AIR (2009-13)
AT VARIOUS LOCATIONS
IN THE CITY OF FORT WORTH, TEXAS
CITY PROJECT NO. 01404
TPW PROJECT NO. C293-541200-207640140483
/
J, NAJIB FARES, P.E.
INFRASTRUCTURE MANAGER
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
TABLE OF CONTENTS
1. Notice to Bidders
2. Special Instructions to Bidders
3. Minority and Women Business Enterprise Specifications
4. Proposal
5. Special Provisions
6. Masonry Paving specifications
7. Specification for Silicone Joint Sealing
8. Item 360, Concrete Pavement (Modified Specification)
9. Prevailing Wage Rates
10. Vendor Compliance
11. Contractor Compliance with Worker's Compensation Law
12. Certificate of Insurance
13. Equipment Schedule
14. Experience Record
15. Performance Bond
16. Payment Bond
17. Maintenance Bond
18. Contract
19. Notice of Construction Detail
20. Project Designation Sign Detail
21. Other Details
Sealed Proposals for the following :
CITY OF FORT WORTH, TEXAS
BRICK PAVEMENT REPAIR (2009-13)
CITY PROJECT NO. 01404
TPW PROJECT NO. C293-541200-204620140483
Submit package to City of Fort Worth, Purchasing Division , in the lower level of the Municipal Building, 1000
Throckmorton, Fort Worth, Texas 76102 until 1 :30 P.M., Thursday, October 8, 2009, and then publicly read
aloud at 2:00 P.M ., in the Council Chambers.
Specifications and Contract Documents for this project may be purchased for twenty dollars ($20) per set at the
office of the Transportation and Public Works Department, Municipal Office Building, 1000 Throckmorton
Street, Fort Worth, Texas 76102 . These documents contain additional information for prospective bidders .
A pre-bid conference will be held at 10:00 A.M. Tuesday September 22, 2009, in the Transportation and Public
Works Conference Room, 2nd Floor, Municipal Building, Room 270 .
The major work on the above-referenced project shall consist of the following:
Paving Improvements :
15 ,000
2,000
S .Y.
L.F .
Remove and replace brick paver (pavement)
Silicon joint sealing
Included in the above will be all other miscellaneous items of construction as outlined in the Plans and
Specifications.
For additional information, please contact Kristian Sugrim, Project Manager at (8 I 7) 392-8902.
DALE A. FISSELER, P.E .
CITY MANAGER
Advertising Dates :
September 10, 2009
September 17, 2009
WILLIAM A. VERKEST, P .E ., DIRECTOR
TRANSPORTATION AND PUBLIC WORKS
DEPARTMENT
By : r,nl:~~~
Kr istian Sugrim
Program Manager
1.
2.
SPECIAL INSTRUCTIONS TO BIDDERS
BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of
Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid
submitted must accompany the bid, and is subject to forfeit in the event the successful
bidder fails to execute the contract documents within ten days after the contract has been
awarded.
To be an acceptable surety on the bid bond. the surety must be authorized to do businJss
in the state of Texas. In addition . the surety must ( 1) hold a certificate of authority from
the Untied States secretary of the treasury to qualify as a surety on obligations permitted
or required under federal law; or (2) have obtained reinsurance for any liability in excess
of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of
Texas and is the holder of a certificate of authority from the Untied States secretary of the
treasury to qualify as a surety on obligations permitted or required under federal law.
Satisfactory proof of any such reinsurance shall be provided to the City upon request.
The City, in its sole discretion, will determine the adequacy of the proof required herein .
PROPOSAL: After proposals have been opened and read aloud, the proposals will be
tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the
application of such formulas or other methods of bringing items to a common basis as
may be established in the Contract Documents.
The total obtained by taking the sum of the products of unit prices quoted and the
estimated quantities plus any lump sum items and such other quoted amounts as may
enter into the cost of the completed project will be considered as the amount of the bid.
Until the award of the contract is made by the Owner, the right will be reserved to reject
any or all proposals and waive technicalities, to re-advertise for new proposals, or to
proceed with the work in any manner as maybe considered for the best interest of the
Owner.
The quantities of work and materials to be furnished as may be listed in the proposal
forms or other parts of the Contract Documents will be considered as approximate only
and will be used for the purpose of comparing bids on a uniform basis. Payment will be
made to the Contractor for only the actual quantities of work performed or materials
furnished in strict accordance with the Contract Documents and Plans. The quantities of
work to be performed and materials to be furnished may be increased or decreased as
hereinatter provided. without in any way invalidating the unit prices bid or any other
requirements of the Contract Documents.
3 . ADDENDA : Bidders are responsible for obtaining all addenda to the Contract
Documents prior to the bid receipt. Information regarding the status of addenda may be
obtained by contacting the Transportation and Public Works Department at ( 817) 392-
2729. Bids that do not acknowledge all applicable addenda will be rejected as non-
rcspons1ve .
SPECIAL INS l'RUCTIONS TO BIDDERS
- I -
4. AW ARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest
responsive bidder. The City reserves the right to reject any or all bids and waive any or
all irregularities. No bid may be withdrawn until the expiration of forty-nine (49) City
business days from the date that the M/WBE UTILIZATION FORM, PRIME
CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM
("Documentation") is received by the City.
5. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS : The successful bidder
entering into a contract for the work will be required to give the City surety in a sum
equal to the amount of the contract awarded. The successful bidder shall be required to
furnish bonding as applicable in a sum equal to the amount of the contract awarded. The
form of the bond shall be as herein provided and the surety shall be acceptable to the
City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the
Texas Government Code, as amended.
A. If the total contract price is $25,000 or less, payment to the contractor shall be
made in one lump sum. Payment shall not be made for a period of 45 calendar
days from the date the work has been completed and accepted by the City .
B. If the contract amount is in excess of $25,000, a Payment Bond shall be
executed, in the amount of the contract, solely for the protection of all claimants
supplying labor and material in the prosecution of the work.
C. If the contract amount is in excess of $100,000, a Performance Bond shall be
executed, in the amount of the contract conditioned on the faithful performance of
the work in accordance with the plans, specifications, and contract documents .
Said bond shall solely be for the protection of the City of Fort Worth.
D. A Two-year Maintenance Bond is required for all projects to insure the prompt,
full and faithful performance of the general guarantee as set forth in Paragraph 7
of the Special Provisions.
To be an acceptable surety on the performance, payment and maintenance bonds, the
surety must be authorized to do business in the state of Texas and meet all requirements
of Texas Insurance Code, section 7 .19-1. In addition, the surety must ( 1) hold a
certificate of authority from the Untied States secretary of the treasury to qualify as a
surety on obligations permitted or required under federal law; or (2) have obtained
reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and
admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority
from the Untied States secretary of the treasury to qualify as a surety on obligations
permitted or required under federal law . Satisfactory proof of any such reinsurance shall
be provided to the City upon request. The City, in its sole discretion. will determine the
adequacy of the proof required herein.
No sureties will be accepted by the City that are at the time in default or delinquent on
any bonds or which are interested in any litigation against the City. Should any surety on
the contract be determined unsatisfactory at any time by the City, notice will be given to
SPITl!\L INSTRUCTIONS TO BJ[)DERS
-2 -
-
-
the contractor to that effect and the contractor shall immediately provide a new sure y
satisfactory to the City
6 . LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 -General
Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain
Construction of the City of Fort Worth, Texas, concerning liquidated damages for late
completion of projects .
7. EMPLOYMENT AND NON-DISCRIMINATION : . The Contractor shall not
discriminate against any person(s) because of sex, race, religion, color or national origin
and shall comply with the provisions of sections l 3A-2 l through l 3A-29 of the Code of
the City of Fort Worth (1986), as amended, prohibiting discrimination in employment
practices .
8 WAGE RA TES : Section 8.8 of the Standard Specifications for Street and Storm Drain
Construction is deleted and replaced with the following:
Compliance with and Enforcement of Prevailing Wage Laws
A. Duty to pay Prevailing Wage Rates.
The contractor shall comply with all requirements of Chapter 2258, Texas
Government Code (Chapter 2258), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the
prevailing wage rates in accordance with Chapter 2258 . Such prevailing wage
rates are included in these contract documents.
B. Penalty for Violation.
A contractor or any subcontractor who does not pay the prevailing wage shall,
upon demand made by the City, pay to the City $60 for each worker employed for
each calendar day or part of the day that the worker is paid less than the prevailing
wage rates stipulated in these contract documents. This penalty shall be retained
by the City to offset its administrative costs, pursuant to Texas Government Code
2258.023 .
C. Complaints of Violations and City Detennination of Good Cause.
On receipt of infonnation, including a complaint by a worker. concerning an
alleged violation of 2258 .023, Texas Government Code, by a contractor or
subcontractor, the City shall make an initial detennination, before the 31st day
after the date the City receives the infonnation , as to whether good cause exists to
believe that the violation occurred. The City shall notify in writing the contractor
or subcontractor and any affected worker of its initial detennination. Upon the
City's detennination that there is good cause to believe the contractor or
subcontractor has violated Chapter 2258, the City shall retain the full amounts
claimed by the claimant or claimants as the difference between wages paid and
SPt-:clAL INSTRl 'CTIONS TO BIDDERS
• 3 .
wages due under the prevailing . wage rates, such amounts being subtracted from
successive progress payments pending a final determination of the violation.
D . Arbitration Required if Violation Not Resolved.
An issue relating to an alleged violation of Section 2258.023, Texas Government
Code, including a penalty owed to the City or an affected worker, shall be
submitted to binding arbitration in accordance with the Texas General Arbitration
Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and
any affected worker do not resolve the issue by agreement before the 15th day
after the date the City makes its initial determination pursuant to paragraph (c)
above. If the persons required to arbitrate under this section do not agree on an
arbitrator before the 11th day after the date that arbitration is required, a district
court shall appoint an arbitrator on the petition of any of the persons. The City is
not a party in the arbitration. The decision and award of the arbitrator is final and
binding on all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained.
The contractor and each subcontractor shall, for a period of three (3) years
following the date of acceptance of the work, maintain records that show (i) the
name and occupation of each worker employed by the contractor in the
construction of the work provided for in this contract; and (ii) the actual per diem
wages paid to each worker. The records shall be open at all reasonable hours for
inspection by the City. The provisions of the Audit section of these contract
documents shall pertain to this inspection.
F. Pay Estimates.
With each partial payment estimate or payroll period, whichever is less, the
contractor shall submit an affidavit stating that the contractor has complied with
. the requirements of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates.
The contractor shall post the prevailing wage rates in a conspicuous place at the
site of the project at all times.
H. Subcontractor Compliance.
The contractor shall include in its subcontracts and/or shall otherwise require all
of its subcontractors to comply with paragraphs (a) through {g) above.
I. (Wage rates are attached following the end this section.)
9. FINANCIAL STATEMENT: A current certified financial statement may be required by
the Director of Transportation and Public Works Department for use by the CITY OF
FORT WORTH in determining the successful bidder . This statement. if required. is to be
SPECIA L INSTRUCTIONS TO BIDDERS
• 4 .
-
prepared by an independent Public Accountant holding a valid permit issued by an
appropriate State Licensing Agency .
l O. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor
must provide , along with executed contract documents and appropriate bonds, proof of
insurance for Workers Compensation (statutory); Comprehensive General Liability
($1,000,000 per occurrence, $2,000 ,000 aggregate); and Automobile Insurance
($1,000,000 each accident on a combined single basis or $250,000 property
damage/$500,000 bodily injury per person per occurrence. A commercial business
policy shall provide coverage on "any auto", defined as autos owned , hired, and non-
owned). Additional lines of coverage may be requested. If such a request is made after
bid opening, Contractor shall be entitled to additional compensation equal to 110% of the
additional premium cost. For worker's compensation insurance requirements, see Special
Instructions to Bidders -Item 16.
ADDITIONAL INSURANCE REQUIREMENTS:
A.
B.
C.
D.
E.
F.
G.
The City, its officers, employees and servants shall be endorsed as an additional
insured on Contractor's insurance policies excepting employer's liability insurance
coverage under Contractor's workers' compensation insurance policy.
Certificates of insurance shall be delivered to the City of Fort Worth, contract
administrator in the respective department as specified in the bid documents, 1000
Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on
the contracted project.
Any failure on part of the City to request required insurance documentation shall
not constitute a waiver of the insurance requirements specified herein.
· Each insurance policy shall be endorsed to provide the City a minimum thirty
days notice of cancellation, non-renewal, and/or material change in policy terms
or coverage. A ten days notice shall be acceptable in the event of non-payment of
premmm .
Insurers must be authorized to do business in the State of Texas and have a
current A.M. Best rating of A : VII or equivalent measure of financial strength a11d
solvency .
Deductible limits, or self-funded retention limits, on each policy must not excedd
$10,000.00 per occurrence unless otherwise approved by the City.
Other than worker 's compensation insurance, in lieu of traditional insurance, City
may consider alternative coverage or risk treatment measures through insurance
pools or risk retention groups . The City must approve in writing any alternative
coverage.
H . Workers' compensation insurance policy(s) covering employees employed on the
project shall be endorsed with a waiver of subrogation providing rights of
SPECIAL INSTRUCTIONS TO BIDD ERS
recovery in favor of the City .
I. City shall not be responsible for the direct payment of insurance premium costs
for contractor's insurance.
J. Contractor's insurance policies shall each be endorsed to provide that such
insurance is primary protection and any self-funded or commercial coverage
maintained by City shall not be called upon to contribute to loss recovery.
K. In the course of the project, Contractor shall report , in a timely manner, to City's
officially designated contract administrator any known loss occurrence which
could give rise to a liability claim or lawsuit or which could result in a property
loss.
L. Contractor's liability shall not be limited to the specified amounts of insurance
required herein .
M. Upon the request of City, Contractor shall provide complete copies of all
insurance policies required by these contract documents .
11. NON-RESIDENT BIDDERS : Pursuant to Texas Government Code, art. 2252.002, the
City of Fort Worth will not award this contract to a non-resident bidder unless the non-
resident's bid is lower than the lowest bid submitted by a responsible Texas resident
bidder by the same amount that a Texas resident bidder would be required to underbid a
non-resident bidder to obtain a comparable contract in the state in which the non-
resident's principal place of business is located.
"Non-resident bidder" means a bidder whose principal place of business is not in
this state, but excludes a contractor whose ultimate parent company of majority
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 the project is funded in whole or in part with federal
funds.
The appropriate blanks of the Proposal must be filled out by all non-resident bidders in
order for its bid to meet specifications . The failure of a non-resident contractor to do so
will automatically disqualify that bidder .
12. MINORITY/WOMEN BUSINESS l:NTERPRISE: In accordance with City of Fort
Worth Ordinance No. 11923. as amended by Ordinance No. 13471. the City of Fort
Worth has goals for the participation of minority business enterprises and women
business enterprises in City contracts . You may obtain a copy of the Ordinance from the
Office of the City Secretary .
SPECIAL INSTR UCTIONS TO BIDD ERS
- 6 -
-
The M/WBE Utilization Form, Prime Contractor Waiver Form and the Good Faith Effort
Form, as applicable, must be submitted no later than 5:00 p. m. five (5) City business
days after the bid opening date , exclusive of the bid opening date. The bidder shall
submit the documentation at the reception area of the Transportation and Public Works
Department ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt.
Failure to comply shall render your bid non-responsive.
Upon contract execution between the City of Fort Worth and the successful bidder, now
known as Contractor, a pre-construction meeting will be scheduled at which time the
Contractor is required to submit either Letters of Intent or executed agreements with the
M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed
agreements shall include the following information:
1. Name of Contract
2. Name of M/WBE firm utilized
3. Scope of Work to be performed by the M/WBE firm
4. Monetary amount of work to be performed by the M/WBE firm
5. Signatures of all parties
A notice to proceed will not be issued until the signed letter(s) or executed
agreement(s) have been received.
Throughout the duration of this project, the Contractor comply with the M/WBE
Ordinance by complying with the following procedures:
• A M/WBE Participation Report Form must be submitted monthly until the contract is
completed. The first report will be due 30 days after commencement of work . The
monthly report MUST have an original signature to ensure accountability for audit
purposes.
• Reports are to be submitted monthly to the M/WBE Office, regardless of whether or
not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a
particular month, place a "O" or "no participation" in the spaces provided, and provide
a brief explanation.
• The Contractor shall provide the M/WBE Office proof of payment to the M/WBE
subcontractors and suppliers only . The M/WBE Office will accept the following as
proof of payment:
1. Copies of submitted invoices with front and back copies of canceled check(s), OR
2. A notarized letter explaining, in detail:
a Subcontractor/supplier Scope of Work
b. Date when services were received from subcontractor/supplier
c . Amounts paid to the subcontractor/supplier
d. Original signatures from both parties must be included on this letter.
SPECIAL INSTRUCTIONS TO BIDDERS
. 7.
• If the Contractor foresees a problem with submitting participation reports and/or
proof of payment on a monthly basis, the M/WBE Office should be notified.
If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere
to the following:
1. Immediately submit a Request for Approval of Change Form to the M/WBE
Office explaining the request for the change or deletion.
2. If the change affects the committed M/WBE participation goal, state clearly how
and why in documentation.
a. All requests for changes must be reviewed and pre-approved by the M/WBE
Office.
b. If the Contractor makes change(s) prior to approval, the change will not be
considered when performing a post compliance review on this project.
• Upon the Contractor's successful completion of this project, and within ten days after
receipt of final payment from the City of Fort Worth, The Contractor will provide the
M/WBE Office with a Final Participation Report Form to reflect the total
participation from ALL subcontractors/suppliers utilized on the project.
• All forms are available at the M/WBE Office, 3rd floor -City Hall. For additional
information regarding compliance to the M/WBE Ordinance, call (817) 871-6 I 04.
Upon request, Contractor agrees to provide to Owner Complete and accurate information
regarding actual work performed by a Minority/Women Business Enterprise (M/WBE)
on the contract and payment therefore. Contractor further agrees to permit an audit and/or
examination of any books, records or files in its possession that will substantiate the
actual work performed by an M/WBE. The misrepresentation of facts ( other than a
negligent misrepresentation) and/or the commission of fraud by the Contractor will be
grounds for termination of the contract and/or initiating action under appropriate federal,
state or local laws or ordinances relating to false statements; further, any such
misrepresentation (other than a negligent misrepresentation) and/or commission of fraud
will result on the Contractor being determined to be irresponsible and barred from
participating in City work for a period of time of not less than three years.
13. AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the
proposal, the City reserves the right to adopt the most advantageous construction thereof
or to reject the proposal.
14. PROGRESS PAYMENTS. FINAL PAYMENT. PROJECT ACCEPTANCE AND
WARRANTY:
a. The contractor will receive full payment (less 5% retainage) from the city for each pay
period.
SPECIAL INSTRUCTIONS TO BIDDERS
. 8.
-
-
b. Payment of the retainage will be included with the final payment after acceptance of the
project as being complete.
c . The project shall be deemed complete and accepted by the City as of the date the final
punch list has been completed, as evidenced by a written statement signed by the
contractor and the City.
d . The warranty period shall begin as of the date that the final punch list has been
completed.
e . Bills Paid Affidavit and Consent of Surety shall be required prior to final payment
becoming due and payable .
f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the
city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city
shall make a progress payment in the amount that city deems due and payable.
g . In the event of a dispute regarding either final quantities or liquidated damages , the
parties shall attempt to resolve the differences within 30 calendar days. I . I
15. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the
following guidelines relating to working on City construction sites on days designated as
"AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the
Metroplex area, runs from May 1, through October 31, with 6:00 a.m. -10:00 a.m. being
critical because emissions from this time period have enough time to bake in the hot
atmosphere that leads to early afternoon ozone formation.
The Texas Commission on Environmental Quality (TCEQ), in coordination with the
National Weather Service, will issue the AIR POLLUTION WATCH by 3 :00 p.m. on the
afternoon prior to the WATCH day. On designated AIR POLLUTION WATCH DAYS,
the Contractor shall bear the responsibility of being aware that such days have been
designated AIR POLLUTION WATCH DAYS and as such shall not begin work un h l
10 :00 a .m . whenever construction phasing requires the use of motorized equipment for
periods in excess of I hour.
However, the Contractor may begin work prior to I 0 :00 a.m. if use of motorized
equipment is less than I-hour. or if equipment is new and certified by EPA as "Low
Emitting", or equipment bums Ultra Low Sulfur Diesel (ULSD}. diesel emulsions. or
alternative fuels such as CNG .
If the Contractor is unable to perform continuous work for a period of at least seven hours
between the hours of 7 :00 a.m. -6 :00 p.m., on a designated AIR POLLUTION WATCH
DAY, that day will be considered as a weather day and added onto the allowable weather
days of a given month.
16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance
with Workers Compensation shall be as follows :
SPECIAL INSTRUCTIONS TO BIDD ERS
-9 -
A . Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance , a
certificate of authority to self-insure issued by the commission , or a coverage
agreement (TWCC-81 , TWCC-82, TWCC-83 , or TWCC-84), showing statutory
workers' compensation insurance coverage for the person's or entity employees
providing services on a project, for the duration of the project.
Duration of the project -includes the time from the beginning of the work on the
project until the contractor's/person's work on the project has been completed and
accepted by the governmental entity .
Persons providing services on the project ("subcontractor" in. 406 .096) -includes all
persons or entities performing all or part of the services the contractor has undertaken
to perform on the project, regardless of whether that person has employees. This
includes, without limitation, independent contractors, subcontractors, leasing
companies, motor carriers, owner-operators, employees of any such entity, or
employees of any entity which furnishes persons to provide services on the project.
"Services" include, without limitation, providing, hauling, or delivering equipment or
materials, or providing labor, transportation, or other service related to a project.
"Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
B. The contractor shall provide coverage, based on proper reporting of classification
codes and payroll amounts and filing of any coverage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all employees
of the contractor providing services on the project, for the duration of the project.
C . The Contractor must provide a certificate of coverage to the governmental entity prior
to being awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends
during the duration of the project, the contractor must, prior to the end of the
coverage period, file a new certificate of coverage with the governmental entity
showing that coverage has been extended.
E . The contractor shall obtain from each person providing services on a project, and
provide to the City:
( l) a certificate of coverage, prior to that person beginning work on the project, so
the City will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(2) no later than seven days after receipt by the contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project.
SPEC IAL INSTR UCTIONS TO BIDDERS
-10 -
E. The contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
G . The contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within ten days after the contractor knew or should have known, of
any change that materially affects the provision of coverage of any person providing
services on the project.
H. The contractor shall post on each project site a notice, in the text , form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating how
a person may verify coverage and report lack of coverage .
I. The contractor shall contractually require each person with whom it contracts to
provide services on a project, to:
( 1) provide coverage, based on proper reporting on classification codes and payroll
amounts and filing of any coverage agreements, which meets the statutory
requirements of Texas Labor Code, Section 401.011 ( 44) for all of its employees
providing services on the project, for the duration of the project;
(2) provide to the contractor, prior to that person beginning work on the project, a
certificate of coverage showing that coverage is being provided for all employees
of the person providing services on the project, for the duration of the project;
(3) provide the contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
( 4) obtain from each other person or entity with whom it contracts, and provide to
the contractor:
(a) a certificate of coverage, prior to the other person or entity beginning work
on the project; and
(b) a new certificate of coverage showing extension of coverage , prior to the end
of the coverage period, if the coverage period shown on the current certificate
of coverage ends during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter .
(6) notify the governmental entity in writing by certified mail or personal delivery,
within ten 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
SPECIAL INSTRUCTIONS TO BIDD ERS
-11 -
(7) contractually require each person with whom it contracts, to perform as required
by paragraphs (I) -(7), with the certificates of coverage to be provided to the
person for whom they are providing services .
J . By signing this contract or providing or causing to be provided a certificate of
coverage, the contractor is representing to the governmental entity that all employees
of the contractor who will provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that the coverage will be based
on proper reporting of classification codes and payroll amounts, and that all coverage
agreements will be filed with the appropriate insurance carrier or, in the case of a self-
insured, with the commission's Division of Self-Insurance Regulation. Providing
false of misleading information may subject the contractor to administrative penalties.
criminal penalties, civil penalties or other civil actions.
K. The contractor's failure to comply with any of these provisions is a breach of contract
by the contractor which entitles the City to declare the contract void if the contractor
does not remedy the breach within ten days after receipt of notice of breach from the
City.
"The contractor shall post a notice on each project site informing all persons
providing services on the project that they are required to be covered, and stating how
a person may verify current coverage and report failure to provide coverage. This
notice does not satisfy other posting requirements imposed by the Texas Workers'
Compensation Act or other Texas Workers' Compensation commission rules. This
notice must be printed with a title in at least 30 point bold type and text in at least 19
point normal type, and shall be in both English and Spanish and any other language
common to the worker population. The text for the notices shall be the following
text, without any additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related
to this construction project must be covered by workers' compensation insurance.
This includes persons providing, hauling, or delivering equipment or materials, or
providing labor or transportation or other service related to the project, regardless of
the identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at (512) 440-3 789 to receive
information on the legal requirement for coverage, to verify whether your employer
has provided the required coverage, or to report an employer's failure to provide
coverage."
17 . AGE DISCRIMINATION: In accordance with the policy (''Policy") of the Executive
Branch of the federal government, contractor covenants that neither it nor any officers,
members, agents or employees who engage in the performance of this contract shall, in
connection with such employment, advancement or discharge of employees or in
connection with the terms, conditions or privileges of their employment, discriminate
SPECIAL INSTRUCTIONS TO BIDDERS
-12 -
18.
against any person because of their age except on the basis of a bona fide occupational
qualification, retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers, members, agents or employees
acting on their behalf, shall specify in solicitations or advertisements for employees to
work on those contract a maximum age limit for such employment unless the specified
maximum age limit is based upon a bona fide occupational qualification, retirement plan
or statutory requirement.
Contractor warrants that it will fully comply with the Policy and will defend, indemnify
and hold City harmless against any and all claims or allegations filed by third parties
against City arising out of Contractor's alleged failure to comply with the Policy in the
performance of this contract.
DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the
Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not
unlawfully discriminate on the basis of disability in the provision of services to the
general public, nor in the availability, terms or conditions of employment for applicants
for employment with, or current employees of, Contractor. Contractor warrants that it
will fully comply with the ADA's provisions and any other applicable federal, state, or
local laws concerning disability and will defend, indemnify and hold City harmless
against any and all claims or allegations filed by third parties against City arising out of
Contractor's alleged failure to comply with the ADA in the performance of this contract.
END OF SECTION
SPECIAL INSTRUCTIONS TO BIDDERS
-13 -
FORT WORTH
a --W-" City of Fort Worth
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable.
If the total dollar value of the contract is less than $25,000, the M/WBE oal is not ap licable .
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business
Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements
and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid.
M/WBE PROJECT GOALS
The City's M/WBE goal on this project is // % of the total bid (Base bid applies to Parks and Community Services).
COMPLIANCE TO BID SPECIFICATIONS
On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by
either of the following:
1. Meet or exceed the above stated M/WBE goal, or
2. Good Faith Effort documentation, or;
3. Waiver documentation, or;
4. Joint Venture.
1. Subcontractor Utilization Form, if goal is received by 5:00 p.m ., five (5) City business days after the bid
met or exceeded: opening date , exclusive of the bid opening date.
2. Good Faith Effort and Subcontractor received by 5:00 p.m ., five (5) City business days after the bid
Utilization Form, if participation is less than opening date, exclusive of the bid opening date.
stated goal:
3. Good Faith Effort and Subcontractor received by 5:00 p.m ., five (5) City business days after the bid
Utilization Form, if no M/WBE participation: opening date , exclusive of the bid opening date.
4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid
perform all subcontracting/supplier work: opening date, exclusive of the bid opening date.
5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid
to met or exceed goal. opening date , exclusive of the bid opening date.
FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED
NON-RESPONSIVE TO SPECIFICATIONS
Any questions, please contact the M/WBE Office at (817) 392-6104.
Rev . 11/1 /05
FORT WORTH
~-
PRIME COMPANY NAME:
c.
PROJECT NAME :
City of Fort Worth
Subcontractors/Suppliers Utilization Form
ATTACHMENT 1A
Page 1 of 4
Check applicable block to describe prime
qreen Sca.pi n q. LP xi M/W/DBE I I NON-M/W/DBE
tr1c.t. -Po.ve.rnc.n + Re_po.ir-BID DATE
10 1 s 1o q
City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER
(2.l'.t~-5412..00 -2071.q4014-048~
l I% I \ %
Identify all subcontractors/suppliers you will use on this project
-----------------------------------------1-Wi Failure to complete this form, in its entirety with requested documentation, and received by the Managing
Department on or before 5:00 p.m. five (5) City business days after bid opening, exc lusive of bid opening date,
will result in the bid being considered non-responsive to bid specifications.
The undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in this
utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional
and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the
bid being considered non-responsive to bid specifications .._ ___________________________________________ _.I i
M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or
currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant,
Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties.
Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct
payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to
its supplier is considered 2nd tier
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have
been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business
Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE).
If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and
operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease
trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The
M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the
fees and commissions earned by the M/WBE as outlined in the lease aoreement.
Rev. 5/30L03
-
FoRTWORTH
-~
ATTACHMENT 1A
Page 2 of 4
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs.
SUBCONTRACTOR/SUPPLIER
Company Name
Address
Telephone/Fax
ROM Too I
22 20 c.wson s-t ·
t===+--\f\lc{+ h / n I lJ! 111
Ph'. ~ll -15q-1Clct3
F {-Pi 11-, ~ l) -? 1 q 0,
Co~ T DV'J n 1v d; tv'I i )(.
PD. 6ox \l/2.32-1
f + . \1\1 or--1+-i I 1t 1 u I u I
Ph : ~ 11--, '5 ~ -I 0, I °J
i== ~ : '6 11-1 S-0, -111 ~
Please list M/WBE firms first, use additional sheets if necessary.
Certification
(check one)
T,___-~~-_,
N
0
n
i N T
e M W C X M
r B B T D W
E E R O B
C T E
A
X X
Detail
Subcontracting Work
Detail
Supplies Purchased
Re bo.r; -fo(rYJ
b:xtrd s, cone.rm
C.bn5trudi on
~vwl; e..s
Concre.k
Supplier
Dollar Amount
I
)1,0ll0.00
I
f ORTWORTH ·----,...--
ATTACHMENT 1A
Page 3 of 4
Primes are requ ired to iden ti fy ALL subcontractors/suppli ers , regardless of status; i.e ., Minority, Women and non -MiWBEs.
Please list MiWBE firms first , use add itional sheet s if necessary.
Certification N
(check one) 0
SUBCONTRACTOR/SUPPLIER n T Detail Detail Company Name i N T
Address e M w C X M Subcontracting Work Supplies Purchased Dollar Amount
Telephone/Fax r B B T D VI
R 0 B E E C T E
A
-
Rev . 5/30/03
-
FORT WORTH
·~
Total Dollar Amount of M/WBE Subcontractors/Suppliers $
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $
ATIACHMENT1A
Page 4 of 4
2.4 1 oqo. oo
f1 I
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 24 1 0~0.oo
The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a
Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed
M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination.
By affixing a signature to this form, the Offerer further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors , including
M/W/DBE(s) arrangements submitted with the bid. The Offerer also agrees to allow an audit and/or
examination of any books, records and files held by their company. The bidder agrees to allow the
transmission of interviews with owners, principals, officers, employees and applicable
subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work
performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal, State or
Local laws concerning false statements. Any failure to comply with this ordinance and create a material
breach of contract may result in a determination of an irresponsible Offeror and barred from participating in
City work for a period of time not less than one (1) year.
Aul~~
C 11r::b s ,T. qree o
Printed Signature 0
\/ice
Title Contact Name/Title (if different)
Company Name
c. C:iceeo sco.pio9, s11 -s11-g2q9 I an-511-q331
Telephone and/or Fax
Address
City/State/Zip I
N.R .H· TX J ti I BO ,01 e /09
' I Date
FORT WORTH .. ""-:, w r-'"
City of Fort Worth
Prime Contractor Waiver Form
ATIACHMENT 1B
Page 1 of 1
PRIME COMPANY NAME: Check applicable block to describe
l3(ic.i( PCtvtmui -1-~cpcdr
City's M/WBE Project Goal:
%
PROJECT NUMBER
C.. 2-113 -5 41 '2.00 -2..011.o 40 I 4-D48 3
NON-M/W/DBE
If both answers to this form are YES , do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided , if applicable . If the answer to e ither question is
NO, then you must complete ATTACHMENT 1C. This form is only appl icable if b.mh answers are yes .
Failure to complete this form in its entirety and be received by the Managing Department on or before
5:00 p .m., five (5) City business days after bid opening, exclusive of the bid opening date, will result In the
bid being considered non-responsive to bid specifications.
Will you perform this entire contract without subcontractors? X YES
If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business.
Will you perform this entire contract without suppliers? YES
If yes, please provide a detailed explanation that proves based on the size and scope of this
project, this is your normal bus iness practice and provide an inventory profile of your business . > NO
The bidder further agrees to provide, directly to the City upon request , complete and accurate information
regarding actual work performed by all subcontractors , including M/WBE(s) on this contract , the payment
therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid . The bidder
also agrees to allow an audit and/or examination of any books , records and files held by their company that will
substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of
the City . Any intentiona l and/or knowing misrepresentation of facts w ill be grounds for terminating the contract or
debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State
or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of
contract may result in a determination of an irresponsible offeror and barred from participating in City work for a
period of time not less than one 1 ear .
Curti $ J -6 ra n
Printed Signature
Title Contact Name (i f different)
c. Eia eo Sc.o..pio9, LP s11 -511-ll2gq / 811 -5 77-q.33 J
Phone Number 'Fax Number Company Name
13911 ldaw t Ave·
Address Ema il d
N · R. H-, :a
City /State/Zip Date
ID /B /OC)
Rev. 5/30/03
FORT"70RTH ._,, ·w· ---
PRIME COMPANY NAME :
I Y1C.lc.
City's M/WBE Project Goal :
11 %
City of Fort Worth
Good Faith Effort Form
PROJECT NUMBER
ATTACHMENT 1C
Page 1 of 3
Check applicable block to describe
NON-M!W/DBE
c_ 2-C) 3 -S-4-1200-LO 1 lti 4-0 I 4-04-83
If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your
DBE participation is less than the City's project goal, you must complete this form.
If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a
"good faith effort", the bidder will have the burden of correctly and accurately preparing and
submitting the documentation required by the City. Compliance with each item, 1 thru 6 below,
shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing
misrepresentation the facts or intentional discrimination by the bidder.
Failure to complete this form, in its entirety with supporting documentation, and received by the
Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of
bid opening date, will result in the bid being considered non-responsive to bid specifications.
1.) Please list each and every subcontracting and/or ·supplier opportunity} for the completion of this
project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES
OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the
2"0 tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
D
ATTACHMENT 1C
Page 2 of 3
2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE
subcontractors and/or suppliers from the City's M/WBE Office.
Yes
=x=No
Date of Listing __ / ____ / __
3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously
listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are
opened?
-1._ Yes (If yes, attach M/WBE mail listing to include name of finn and address and a dated copy of letter malled.)
__ No
4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously
listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are
opened?
...:!:___ Yes (If yes, attach list to include !l!!!!! of M/WBE finn, person contacted, phone number and date and time of contact.)
__ No
NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile
is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and
documentation faxed.
NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the
bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a
particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two-
thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with
questions 3 and 4.
5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of
plans and specifications in order to assist the M/WBEs? ·
_L_Yes
__ No
6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in
the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any
supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide
dispute concerning quotes, the bidder will provide for confidential in-camera access to and
inspection of any relevant documentation by City personnel.
(Please use additional sheets, If necessary, and attach.)
Company Name Telephone Contact Person Scope of Work Reason for Rejection
-
ADDITIONAL INFORMATION:
ATTACHMENT1C
Page 3 of 3
Please provide additional information you feel will further explain your good and honest efforts to obtain
M/WBE participation on this project.
f*Jone o. v1d 1A1oruc/ ,A,i t:h theM ·
The bidder further agrees to provide, directly to the City upon request, complete and
accurate information regarding actual work performed on this contract, the payment
thereof and any proposed changes to the original arrangements submitted with this bid.
The bidder also agrees to allow an audit and/or examination of any books, records and
files held by their company that will substantiate the actual work performed on this
contract, by an authorized officer or employee of the City.
Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three
(3) years and for initiating action under Federal, State or Local laws concerning false
statements. Any failure to comply with this ordinance· and creates a material breach of
contract may result in a determination of an irresponsible offeror and barred from
participating in City work for a period of time not less than one (1) year.
The undersigned certifies that the information provided and the M/WBE(s) listed
was/were contacted in good faith. It is understood that any M/WBE(s) listed in
Attachment 1 C will be contacted and the reasons for not using them will be verified by
the City's M/WBE Office.
:sG-=
Title
Company Name
s911 Hawk, Av<-
Address
1\,1 · R . f-1 · ,
City/State/Zip
1 L; I 13 0
Ci1cbs 0 -
Printed Signature
Contact Name and Title (if different)
Bn -:s11 -q29c, 9,1 -5T1-1933 /
Phone Number Fax Number
C re.en @ g re.en $00,Q i a 9. Com
Email ddress
Date
tf!J/ B Jog I I
FORT WORTH "'-,-w ,,--CITY OF FORT WORTH
Joint Venture Eligibility Form
All questions must be answered; use "NA" if applicable.
Joint Venture
Page 1 of 3
Name of City project: ___ t)._.C~i~C-"-..... P~O_.V~P~(Y)~f ..... r1_._,_t_~K~f...,R~OJ ........... 'r.........,.. ______________ _
A joint venture fonn must be c ompletbd on each project
1. Joint venture information:
Joint Venture Name:
Joint Venture Address:
(If applicable)
Telephone:
Cellular:
RFP /Bid/Purchasing Number: --------------
N /\
Facsimile: E-mail addre ss:
Identify the firms that comprise the joint venture:
Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the
'oint venture
M/WBE firm Non-M/WBE
name: firm name:
Business Address : Business Address :
City, State, Zip : City, State, Zip:
Telephone Telephone
Cellular Cellular
Certification Status: E-mail address
Name of Certifying Agency:
2 S . f cope o wor k rfi pe orme db th J . t V t •Y e OID en ure:
Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE:
N / A. id /A
I ~ I
-
Joint Venture
Page 2 of 3
3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward
meeting the project goal? N / A __ __,_ .... }~ ....... ------
4. Attach a copy of the joint venture agreement.
5. List components of ownership of joint venture: (Do not complete if this information is descri bed in joint 1•ent11re agreement)
I
Profit and loss sharing:
I I I .
l I /1 I
j \ I I I
Capital contributions, including I \ I I I equipment: I \
I \ I I ~ I
I I I I
Other applicable ownership interests : I ( I
I
6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day
management and decision making of the joint venture:
Financial decisions
(to include Account Pa ya ble and Receivable):
Management decisions : I I I
a . Estimating ~ I I -----------------------------------------------b. Marketing and Sales \ I L ~
\ I I \ -----------------------------------------------c . Hiring and Firing of management \ I I \
~
personnel I -----------------------------------------------d. Purchasing of major equipment
and/or supplies
Supervision of field operations
The City's Minority and Women Business Enterprise Office will review your joint venture submission and
will have final approval of the M/WBE percentage applied toward the goal for the project listed on this
form.
NOTE:
From and after the date of project award, if any of the participants , the individually defined scopes of work or the dollar
amounts/percentages change from the originally approved information, then the participants must inform the City's
M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and
may result in debarment in accord with the procedures outlined in the City 's M/WBE Ordinance .
AFFIDAVIT
Joint Venture
Pa e 3 of 3
The undersigned affirms that the foregoing statements are true and correct and include all material information
necessary to identify and explain the terms and operation of the joint venture . Furthermore, the undersigned shall
agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments
herein .
The City also reserves the right to request any additional information deemed necessary to detennine if the joint
venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds
for tennination of the eligibility process.
The undersigned agree to pennit audits, interviews with owners and examination of the books, records and files
of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this
provision shall result in the tennination of any contract, which may be awarded under the provisions of this joint
venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false
__ statements_ or willful misrepresentation of facts. _________________ _
Name of M/WBE firm Name of non-M/WBE firm
Printed Name of Owner
Signature of Owner Signature of Owner
e ree.n
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Title Title
\)ice_ Pre..s; den I
Date Date
Notarization
State of __ __.!_,e~x..~Q-=~:::;__ ___________ County of T wrcv1 f-
WI
On this----~-------day of QeJv ber , 20 0 q , before me appeared
to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were
properly authorized to execute this affidavit and did so as their free act and deed.
Commission Expires ---=3==-1/_.,__,,13«<....+-/....,__I =0 ____________ _
STACY GEIGE NMILL ER
Notarv Public! State of Te xas My Com mission Expi res
March 1 ~. 201 0
(seal)
TO: CITY OF FORT WORTH
PURCHASING DIVISION
1000 THROCKMORTON ST
FORT WORTH, TEXAS 76102
FOR: BRICK PAVER REPAIR (PAVEMENT)
AT VARIOUS LOCATIONS
CITY PROJECT NO. 01404
P R O P O S A L
TPW PROJECT NO. C293-541200-207640140483
Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly
examined the plans, specifications and the site, understands the amount of work
to be done, and hereby proposes to do all the work and furnish all labor,
equipment, and materials necessary to fully complete all the work as provided
in the plans and specifications, and subject to the inspection and approval of
the Director of the Transportation and Public Works Department of the City of
Fort Worth.
Total quantities given in the bid proposal may not reflect actual quantities;
however, they are given for the purpose of bidding on and awarding the contract.
The City also reserves the right to increase or decrease quantities of individual
pay items within the contract provided that the total contract amount remains
within plus or minus (±) 25% of the contract award. The contractor is not entitled
to any additional compensation or renegotiation of individual pay item bid prices.
Upon acceptance of this proposal by the City Council, the bidder is bound to
execute a contract and furnish Performance, Payment and Maintenance Bonds
acceptable to and approved by the City of Fort Worth for performing and
completing the said work within the time stated and for the following sums,
to-wit:
SPEC
ITEM
S.P.
S.P.
104
314
S.P.
PAY
ITEM
1
2
3
APPROX.
QUANTITY
2EA.
LUMPSUM
130 C.Y.
DESCRIPTION OF ITEMS WITH UNIT TOTAL
BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
Project Designation Sign @
Two Hundred Dollars
& No Cents Per Each
$200.00 $400.00
Utility Adjustment @
..... F ... o .... u"""r ..... T .... h ___ o __ u .... sa ...... n ___ d ________ Dollars
& No Cents Per L.S. $4,000.00 $4,000.00
Remove and Replace Concrete Base @
Fa, r: hundred .si x±y Dollars &
NO Cents Per C.Y. 4LAO · DO 59, BOD, 00
P-1
SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL
ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
S.P. 4 15,000 S.F. Remove and Replace Existing Brick
Pavers (pavement) @ a-{
~ fr""
<'.i:_ ,e. ,<1 Jr"'"~ -Dollars & (!j
sixty Cents Per S.F. ~ +4 4, Ott). eo
S.P. 5 2,000 S.F. Filling Existing Brick Pavers Joints @
F-i:i.e Dollars &
• ±wen±'f Cents Per S.F. 5.20 10,400 .00
S.P. 6 200 L.F. Silicon Joints Sealing @
/wQ Dollars &
~Q Cents Per L.F. 2,DQ 4-oo. D.Q
TOTAL BID
P-2
This contract is issued by an organization which qualifies for exemption
pursuant to the provisions of Article 2 0. 04 (F) of the Texas Limited Sales ,
Excise and Use Tax Act .
Taxes. All equipment and materials not consumed by or incorporated into the
project construction, are subject to State sales taxes under House Bill 11, enacted
August 15, 1991.
The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance
7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting
discrimination in employment practices.
The undersigned agrees to complete all work covered by these contract documents
within one hundred and fifty (150) Calendar Days from and after the date for
conunencing work as set forth in the written Work order to be issued by the Owner,
and to pay not less than the "Prevailing Wage Rates for Street, Drainage! and
Utility Construction" as established by the City of Fort Worth, Texas .
Within Ten (10) Calendar Days of receipt of notice of acceptance of this bid ,
the undersigned will execute the formal contract and will deliver an approved
Surety Bond for the faithful performance of this contract. The attached deposit
check in the sum of 5 °/o 6AB
_________________________ Dollars ($ ___________ ~
is to become the property of the City of Fort Worth, Texas, or the attached
Bidder's Bond is to be forfeited in the event the contract and bond are not
executed within the time set forth, as liquidated damages for delay and
additional work caused thereby.
The Contractor shall mobilize within ten (10) calendar days of the notice given by
the Construction Engineer for any of the locations. If the contractor fails to
begin the work within ten (10) calendar days, a $200 dollars liquidated damage will
be assessed per Block per day.
I (we) acknowledge receipt of the following addenda to the plans and
specifications, all of the provisions and requirements of which have been taken
into consideration in preparation of the foregoing bid:
Addendum No. 1 (Initials)
Addendum No . 2 (Initials)
Addendum No. 3 (Initials)
(Seal)
Date: ,0 / 8 I O q -~~+-, ~,+-"'~-----
P-3
Respectfully submitted,
C::: &<liiU XftP/d~ ff>
Company Name
Signature
Printed Name of Principal
Address: /«63~.~~~ I'~
E-mail Address: Ctfrla.t,?~a+-JJ-46. 4"'"'-
Telephone: @2/.£22 ~f
SPECIAL PROVISIONS
FOR: BRICK PAVEMENT REPAIR (2009-13)
FOR CAMP BOWIE BLVD
CITY PROEJCT NO. 01404
TPW PROJECT NO. C293-541200-207640140483
1. SCOPE OF WORK:
The work covered by these details and specifications consists of the removal and
replacement of existing brick paver (pavement) for Camp Bowie Blvd in like kind of
damaged bricks. The work shall include all other miscellaneous items of construction to be
performed as outlined in the details and specifications which are necessary to satisfactorily
complete the work.
Exact locations of the brick repair will be as directed by the Engineer in the field.
The Contractor shall mobilize within fourteen (14) calendar days of the notice given by the
Construction Engineer for any locations. If the contractor fails to begin the work within
fourteen (14) calendar days, a $200 dollars liquidated damage will be assessed per block per
day.
It shall be the responsibility of the prospective bidder to visit the project sites and make
such examinations and explorations as may be necessary to determine all conditions that
may affect construction of this project. Particular attention should be given to methods of
providing ingress and egress to adjacent private and public properties, procedures for
protecting existing improvements and disposition of all materials to be removed. Proper . . , .
consideration should be given to these details during preparation of the Proposal and all
unusual conditions that may give rise to later contingencies sh~uld be brought to the
attention of the City prior to the submission of the Proposal. The contractor shall verify
these locations with the Construction Engineer.
At the sole discretion of the City, the City reserves the right to add, delete or substitute
street~ in this coptract. The City also reserves the right to increase or decrease quantities of
indiv'id ual pay iten:i,s . 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.
Contractor may work during the day between 9:00 a.m. until 4 p.m. and/or at night, Monday
thru Friday, between 6 p.m. to 6 a.m. and Saturday except for conflicting scheduled events.
SP-1
Total quantities given in the bid proposal may not reflect actual quantities, but represent the
best estimate based on a reasonable effort of investigation; however, they are given for the
purpose of bidding on and awarding the contract.
2. AW ARD OF CONTRACT:
Contract will be awarded to the lowest responsible bidder.
3. SUBMITTALS FOR CONTRACT AWARD:
The City reserves the right to require contractor who is the apparent low bidder(s) for a
project to submit such information as the City, in sole discretion may require, including but
not limited to manpower and equipment records, information about key personnel to be
assigned to the project, and construction schedule, to assist the City in evaluating and
assessing the ability of the apparent low bidder(s) to deliver a quality product and
successfully complete projects for the amount bid within the stipulated time frame. Based
upon the City's assessment of the submitted information, a recommendation regarding thel
award of a contract will be made to the City Council. Failure to submit the information if
requested may be grounds for rejecting the apparent low bidder as non-responsive. Affected
contractors will be notified in writing of a recommendation to the City Council.
4. CONTRACT TIME:
The Contractor agrees to complete the Contract within the allotted number of days. If the
Contractor fails to complete the work within the number of days specified, liquidated damages
shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of
the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth,
Texas.
The contract time will be counted from the date set at the pre-construction conference and will
continue until a time the in~pector determines the project is ready for a final inspection. At
that time a final inspection will be scheduled. If in the opinion of the inspector the project has
not been made ready, the final inspection will be cancelled and time will continue to be
counted. A five working day period is required for the rescheduling of a final inspection.
The Contractor also agrees to complete the final punch list within fourteen (14) calendar days
after receiving it. If the Contractor fails to complete the work within fourteen (14) calendar
days, the counting of the number of days to complete the Contract will resume and liquidated
SP-2
damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General
Provisions" of the Standard Specification for Street and Storm Drain Construction of the City
of Fort Worth, Texas.
5. EARLY WARNING SYSTEM FOR CONSTRUCTION:
Time is of the essence in the completion of this contract. In order to insure that the
contractor is responsive when notified of unsatisfactory performance and/or of failure to
maintain the contract schedule, the following process shall be applicable:
The work progress on all construction projects will be closely monitored. On a bi-monthly
basis the percentage of work completed will be compared to the percentage of time charged
to the contract. If the amount of work performed by the contractor is less than the
percentage of time allowed by 20% or more (example: 10% of the work completed in 30%
of the stated contract time as may be amended by change order), the following proactive
measures will be taken:
A. A letter will be mailed to the contractor by certified mail ; return receipt
requested demanding that, within fourteen (14) calendar days from the date
that the letter is received, it provide sufficient equipment, materials and
labor to ensure completion of the work within the contract time. In the
event the contractor receives such a letter, the contractor shall provide to
the City an updated schedule showing how the project will be completed
within the contract time.
B. The Construction Engineer and the Director of the Transportation and
Public Works Department will be made aware of the situation. If necessary,
the City Manager's Office and the appropriate city council members may
also be informed.
C. Any notice that may, in the City's sole discretion, is required to be provided
to interested individuals will distributed by the Construction Engineer.
D. Upon receipt of the contractor's response, the appropriate City
departments and directors will be notified. The Construction Engineer will,
if necessary, and then forward updated notices to the interested individuals.
E. If the contractor fails to provide an acceptable schedule or fails to perform
satisfactorily a second time prior to the completion of the contract, the
bonding company will be notified appropriately.
SP-3
6. RIGHT TO ABANDON:
The City reserves the right to abandon, without obligation to the Contractor, any part of the
project, or the entire project, at any time before the Contractor begins any construction work
authorized by the City.
7. CONSTRUCTION SPECIFICATIONS:
This contract and project are governed by the two following published specifications, except as
modified by these Special Provisions:
STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION-
CITY OF FORT WORTH and STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION-NORTH CENTRAL TEXAS. General Provisions shall be those of the Fort
Worth document rather than Division 1 of the North Central Texas document.
A copy of these specifications may be purchased at the Office of the Transportation and Public
Works Department, 1000 Throckmorton Street, 2nd floor of the Municipal Building, Fort
Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-
out for the pay item in the Proposal. If not shown, then applicable published specifications i
any of these documents may be followed at the discretion of the Contractor.
8. CONTRACT DOCUMENTS:
Bidders shall not separate, detach or remove any portion, segment or sheets from the contracl
documents at any time. Failure to bid or fully execute contract without retaining contract
documents intact may be grounds for designating bids as "non-responsive" and rejecting bids
or voiding contract as appropriate and as determined by the Director of the Transportation and
Public Works Department.
9. MAINTENANCE STATEMENT:
The Contractor shall be responsible for defects in this project due to faulty materials and
workmanship, or both, for a period of two (2) years from date of final acceptance of this project
by the City of Fort Worth and will be required to replace at his expense any part or all of the
project which becomes defective due to these causes. See Special Instructions to Bidders Item
No. 14 for further requirements.
SP-4
10. TRAFFIC CONTROL:
The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part
of the "Street Use Permit" a traffic control plan is required. The Contractor shall be
responsible for providing traffic control during the construction of this project consistent with
the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control
Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform
Act Regulating Traffic on Highways", codified as Article 6701d Vernon's Civil Statues,
pertinent sections being Section Nos. 27, 29, 30 and 31.
A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic
Engineer @817-392-8712 at least fourteen (14) calendar days prior to the preconstruction
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 Department, Traffic Services Division (817) 392-7738), to remove the sign. In the case
of regulatory signs, the Contractor must replace the permanent sign with a temporary sign
meeting the requirements of the above referenced manual and such temporary sign must be
installed prior to the removal of the permanent sign. If the temporary sign is not installed
correctly or if it does not meet the required specifications, the permanent sign shall be left in
place until the temporary sign requirements are met. When construction work is completed to
the extent that the permanent sign can be re-installed, the Contractor shall again contact the
Signs and Markings Division to re-install the permanent sign and shall leave his temporary
sign in place until such re-installation is completed.
The Contractor shall limit his work within one continuous lane of traffic at a time to minimize
interruption to the flow of traffic upon the approval of the City Engineer.
Work shall not be performed during "peak traffic periods (7 a.m. to 9 a.m. and 4 p.m. to 6
p.m.)"; or, as determined by the City Traffic Engineer and in accordance with the applicable
provision of the "City of Fort Worth Traffic Control Handbook for Construction and
Maintenance Work Areas." See "Street By Street Quantity Determination Spread Sheet", in
the back of this document, for designated locations.
The contractor will be responsible for coordination, of proposed construction activities, with
public or private school administration. The proposed construction activities shall
SP-5
accommodate school operating schedules, including school bus/parent drop off and pick up
periods. The contractor shall provide proper traffic and pedestrian control to ensure safety at
all times. Construction areas shall be properly barricaded/fenced to prevent public entry.
11. PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION:
Prior to beginning construction on any street in this contract, the contractor shall, prepare
and deliver a notice/flyer of the pending construction to the front door of each residence or
business that will be impacted by construction.
The notice/flyer shall be posted five (5) calendar days prior to beginning construction
activity along each street. The flyer shall be prepared on the Contractor's letterhead and
shall include the following:
o Project name/Contract name
o Project number
o Expected dates of construction
o Contractors and project inspector's contact information
A sample notice/flyer is included in the contract documents. The Electronic version of the
notice/flyer can be obtained from the Office of the Transportation and Public Works
Department (817) 392-8902
It will be the contractor's responsibility to create and distribute a follow-up notice/flyer
informing residents if for any reason work should stop on a project for more than seven (7)
calendar days after construction begins. The flyer should also include the anticipated date
of when the work will begin again. It will be the contractor's responsibility to re-distribute
notification/flyer five (5) calendar days prior to beginning the construction activity.
In addition, all copies of the notice/flyer shall be delivered to the City inspector for his
review prior to distribution. The contractor will not be allowed to begin construction on any
street until the flyer is delivered to all residents of the street.
All work involved with the notice/flyer shall be considered subsidiary to the contract price
and no additional compensation shall be made.
12. PAYMENT:
SP-6
Payment will be made to the contractor twice a month for work completed during the pay
periods ending on the 15th, and the 30th day of each month. Checks (less 5% retainage) will be
sent to the contractor within the two (2) week window following each payment period.
Payment of the retainage will be made with the final payment upon acceptance of the project.
See Special Instructions to Bidders Item No. 14 for further requirements.
13. DELAYS:
The Contractor shall receive no compensation for delays or hindrances to the work, except
when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to
provide information or material, if any, which is to be furnished by the City. When such extra
compensation is claimed a written statement thereof shall be presented by the Contractor to
the Engineer and if by him found correct shall be approved and referred by him to the Council
for final approval or disapproval; and the action thereon by the Council shall be final and
binding. If delay is caused by specific orders given by the Engineers to stop work, or by the
performance of extra work, or by the failure of the City to provide material or necessary
instructions for carrying on the work, then such delay will entitle the Contractor to an
equivalent extension of time, his application for which shall, however, be subject to the
approval of the City and no such extension of time shall release the Contractor or the surety on
his performance bond from all his obligations hereunder which shall remain in full force until
the discharge of the contract.
14. DETOURS AND BARRICADES:
The Contractor shall prosecute his work in such a manner as to create a minimum of
interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian
traffic within the project area. Contractor shall protect construction, as required by Engineer,
by providing barricades.
Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers
and Warning and/or Detour Signs", Item 524, and/or as shown on the plans.
Construction signing and barricades shall conform with the latest edition of the "Texas
Manual on Uniform Traffic Control Devices, Vol. No. 1 ".
15. DISPOSAL OF SPOIL/FILL MATERIAL:
SP-7
Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the
Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator
(" Administrator"), of the location of all sites where the contractor intends to dispose of such
material. Contractor shall not dispose of such material until the proposed sites have been
determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the
City of Fort Worth (Ordinance No. 10056) and a flood plain permit issued. All disposal sites
must be approved by the Administrator to ensure the filling is not occurring within a flood
plain without a permit. A flood plain permit can be issued upon approval of necessary
engineering studies. No fill permit is required if disposal sites are not in a flood plain.
Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the
Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit
authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit,
including any necessary engineering studies, shall be at Contractor's expense. In the event that
the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the
Administrator approving the disposal site, upon notification by the Director of the Department
of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of
such materials in accordance with the Ordinance of the City and this section.
No temporary storage of material, rubble, equipment or vehicles within parkway is allowed.
Damage to sodded/landscaped areas shall be replaced at Contractor's expense to the
satisfaction of City Engineer.
16. ZONING REQUIREMENTS:
During the construction of this project, the Contractor shall comply with present zoning
requirements of the City of Fort Worth in the use of vacant property for storage purposes.
17. PROPERTY ACCESS:
Access to adjacent property shall be maintained at all times unless otherwise directed by the
Engineer.
18. CONSTRUCTION SCHEDULE:
Contractor shall be responsible for producing a project schedule at the pre-construction
conference. This schedule shall detail all phases of construction, special coordination with
schools (see Item No. 10 Traffic Control for details), including project clean up, and allow
SP-8
the contractor to complete the work in the allotted time. Contractor will no t move on to the
job site nor will work begin until said schedule has been received and approval secured from
the Construction Engineer. However, contract time will start even if the project schedule
has not been turned in. Contract start date would be outlined in the pre-construction work
order notice. Project schedule will be updated and resubmitted at the end of every
estimating period. All costs involved with producing and maintaining the project schedule
shall be considered subsidiary to this contract.
19. SAFETY RESTRICTIONS -WORK NEAR IDGH 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 TIDS EQUIPMENT WITHIN SIX
FEET OF IDGH VOLTAGE LINES."
(2) Equipment that may be operated within ten feet of high voltage lines shall have an
insulating cage-type of guard about the boom or arm, except back hoes or dippers, and
insulator links on the lift hood connections.
(3) When necessary to work within six feet of high voltage electric lines, notification shall
be given the power company (TXU Electric Delivery) which will erect temporary
mechanical barriers, de-energize the line, or raise or lower the line. The work done by
the power company shall not be at the expense of the City of Fort Worth. The notifying
department shall maintain an accurate log of all such calls to TXU Electric Delivery
and shall record action taken in each case.
(4) The Contractor is required to make arrangements with the TXU Electric Delivery for
the temporary relocation or raising of high voltage lines at the Contractor's sole cost
and expense.
(5) No person shall work within six feet of a high voltage line without protection having
been taken as outlined in Paragraph (3).
20. RIGHT TO AUDIT:
SP-9
Contractor agrees that City shall, until the expiration of three (3) years after final payment
under this contract is made by City, have access to and the right to examine and photocopy
any directly pertinent books, documents, papers and records of Contractor involving
transactions relating to this contract. Contractor agrees that City shall have access during
normal working hours to all necessary Contractor facilities and shall be provided adequate
and appropriate workspace in order to conduct audits in compliance with the provisions oti
this section.
Contractor further agrees to include in all its subcontracts hereunder a provision to th
effect that the subcontractor agrees that City shall, until the expiration of three (3) years
after final payment under the subcontract, have access to and the right to examine any
directly pertinent books, documents, papers and shall be provided adequate and appropriate
work space, in order to conduct audits in compliance with the provisions of this article
together with Article VI. City shall give the subcontractor reasonable advance notice oti
intended audits.
Contractor and subcontractor agree to photocopy such documents as may be requested by
City. City agrees to reimburse Contractor and/or subcontractor for the cost of copies at the
rates as contained in the Texas Administrative Code at the time payment is made.
21. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS:
Contractor Covenants and agrees to indemnify City's Engineer and Architect, and thein
personnel at the project site for Contractor's sole negligence. In addition, Contractor
covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City,
its offic~rs, 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 City,
. its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify
and hold harmless the City from and against any and all injuries to City's officers, servants
and employees and any damage, loss or destruction to property of the City arising from the
performance of any of the terms and conditions of this Contract, whether or not any such
injury or damage is caused in whole or in part by the negligence or alleged negligence of City,
its officers, servants or employees.
In the event City receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor
either (a) submits to City satisfactory evidence that the claim has been settled and/or a
SP-10
release from the claimant involved, or (b) provides City with a letter from Contractor's
liability insurance carrier that the claim has been referred to the insurance c a rrier.
The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth
public work from a Contractor against whom a claim for damages is outstanding as a result
of work performed under a City Cont ract.
22. SUBSTITUTIONS:
The specifications for materials set out the minimum standard of quality that the City
believes necessary to procure a satisfactory project. No substitutions will be permitted until
the Contractor has received written permission of the Engineer to make a substitution for the
material that has been specified. Where the term "or equal", or "or approved equal" is used,
it is understood that if a material, product, or piece of equipment bearing the name so used is
furnished, it will be approvable, as the particular trade name was used for the purpose of
establishing a standard of quality acceptable to the City. If a product of any other name is
proposed substitutes is procured by the Contractor. Where the term "or equal", or
"approved equal" is not used in the specifications, this does not necessarily exclude
alternative items or material or equipment which may accomplish the intended purpose.
However, the Contractor shall have the full responsibility of providing that the proposed
substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the
sole judge of the acceptability of substitutions. The provisions of the sub-section as related to
"substitutions" shall be applicable to all sections of these specifications .
.
23. WATER FOR CONSTRUCTION:
Water for construction will be furnished by the Contractor, at his own expense.
24. SANITARY FACILITIES FOR WORKERS:
The Contractor shall provide all necessary conveniences for the use of worker s at the project
site. Specific attention is directed to this equipment.
25. MATERIAL STORAGE:
SP-11
,
Material shall not be stored on private property unless the Contractor has obtained written
permission from the property Owner. A copy of the written permit shall be provided to the
assigned inspector prior to utilization of the property.
26. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS:
The Contractor shall take adequate measures to protect all existing structures,
improvements and utilities, which may be encountered .
27 . LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC:
The Contractor's particular attention is directed to the requirements of Item 7, "Legal
Relations and Responsibilities to the Public" of the "Standard Specifications for Street and
Storm Drain Construction".
28. CONSTRUCTION
The City of Fort Worth maintains a "CONFINED SPACE ENTRY PROGRAM" for its
employees and all contractors and their sub-contractors must comply with this program as a
condition of the contract. All active sewer manholes, regardless of depth, are defined, as
"permit required confined spaces". Contractors will be required to complete the "CONFINED
SPACE ENTRY PERMIT" used by the Fort Worth Water Department (Field Operations
Division) for each entry and possess and use the equipment necessary to comply with this
program. The cost of complying with this program will be considered subsidiary to the pay
items involving work in confined spaces (e.g. vacuum testing, cleaning, televising, construction,
etc.).
29. WORKING DAY:
A working day is defined as a calendar day, not including Saturdays, Sundays, and legal
holidays, in which the weather or other conditions not under the control of the Contractor
permit the performance of the principal unit of work for a period of not less than seven (7)
hours between 7:00 A.M. and 6:00 P.M., with exceptions as permitted by the Engineer.
30. QUALITY CONTROL TESTING:
SP-12
(a) The contractor shall furnish, at its own expense, certifications by a priv ate laboratory
for all materials proposed to b e used on the project, including a mix design for any
asphalt and/or Portland cement concrete to be used and gradation analysis for sand
and crushed stone to be used along with the name of the pit from which the material
was taken. The contractor shall provide manufacturer's certifications for all
manufactured items to be used in the project and will bear any expense related thereto.
(b) Tests of the design concrete mix shall be made by the contractor's laboratory at least
nine days prior to the placing of concrete using the same aggregate, cement and mortar
which are to be used later in the concrete. The contractor shall provide a certified copy
of the test results to the City.
(c) Quality control testing of in situ material on this project will be performed by the City
at its own expense. Any retesting required as a result of failure of the material to meet
project specifications will be at the expense of the contractor and will be billed at
commercial rates as determined by the City. The failure of the City to make any tests of
materials shall in no way relieve the contractor of its responsibility to furnish materials
and equipment conforming to the requirements of the contract.
(d) Not less than 24 hours notice shall be provided to the City by the contract or for
operations requiring testing. The contractor shall provide access and trench safety
system (if required) for the site to be tested and any work effort involved is deemed to
be included in the unit price for the item being tested.
(e) The contractor shall provide a copy of the trip ticket for each load of fill material
delivered to the job site. The ticket shall specify the name of the pit supplying the fill
material.
NON-PAY ITEM No. 1 -SPRINKLING FOR DUST CONTROL:
All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust
Control" shall apply. However, no direct payment will be made for this item and it shall be
considered incidental to this contract.
NON-PAY ITEM NO. 2 -EXISTING 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:
SP-13
Company
SBC -Telephone
TXU Electric Delivery:
Downtown
Other than Downtown
ATMOS Energy (Gas)
CFW-Street Light
CFW -Light Signal
CFW -Pavement Marking
CFW -Storm Drain
CFW-Water
CFW-Sewer
Telephone Number
817-338-6202
214-384-3732 Cell
817-215-6424
817-215-6688
911
1-800-460-3030
817-215-4366 (for info only)
817-392-7738
817-392-2538
817-392-2535
817-392-8107
817-392-5196
817-212-2699
81 7 -9 2 5 -2 3 6 O Cell
817-212-2699
817-944-8399 Cell
Contact Person
Mr. Gary Tillory
Mr. Scott King
Mr. Robert Martinex
Emergency
Dispatch
Mr. John Crane
Mr. James Turner
Mr. Frank Brock
Mr. Monte Wilson
Mr. Chuck Snyder
Mr. Rodney Smithey
Mr. Roger Hauser
Mr. Rick Davis
The contractor shall protect existing utilities and facilities, and shall call Texas One Call
System at 1-800-245-4545 and all other utility companies at least two working days (24
hours) prior to construction. 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 at the contractor's expense.
NON-PAY ITEM NO. 2 -PROTECTION OF TREES, PLANTS, SOIL, ETC.:
All property along and adjacent to the Contractor's operations including lawns, yards,
irrigation systems, shrubs, trees, etc. shall be preserved or restored after completion of the
work to a condition equal or better than existed prior to start of work.
By ordinance, the contractor must obtain a permit from the City Forester before any work
(trimming, removal or root pruning) can be done on trees or shrubs growing on public
property including street rights-of-way and designated alleys. This permit can be obtained
SP-14
by calling the Forestry Office at (817) 871-5738. All tree work shall be in compliance with
pruning standards for Class II Pruning as described by the National Arborist Association.
A copy of these standards can be provided by calling the above number. Any damage to
public trees due to negligence by the Contractor shall be assessed using the current formula
for Shade Tree Evaluation as defined by the International Society of Arboriculture.
Payment for negligent damage to public trees shall be made to the City of Fort Worth and
may be withheld from funds due to the Contractor by the City.
To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees
shall be immediately sealed using a commercial pruning paint. This is the only instance
when pruning paint is recommended .
NON-PAY ITEM NO. 3 -PROJECT CLEAN-UP:
During the construction of this project, all parkways that are excavated shall be shaped,
including bar ditches, and backfilled at the same time the roadway is excavated. Excess
excavation will be disposed of at locations approved by the Engineer.
The Contractor shall be aware that keeping the project site in a neat and orderly condition
is considered an integral part of the contracted work and as such shall be considered
subsidiary to the appropriate bid items. Clean up work shall be done as directed by the
Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is
necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be
limited to:
• Sweeping the street clean of dirt or debris
• Storing excess material in appropriate and organized manner
• Keeping trash of any kind off of the roadway and residents' property
If it has been determined that the jobsite has not been kept in an orderly condition, the next
estimate payment (and all subsequent payments until completed) of the appropriate bid
item(s) will be reduced by 25%.
The Contractor shall make a final cleanup of each street as soon as the bricks have been
constructed. No more than Seven (7) calendar days shall elapse after completion of
construction before the roadway and right-of-way is cleaned and restored.
Failure to do so will be cause to stop the contractor from starting work on other streets.
Project time will not be suspended and a $200 charge per day will be made as liquidation
damages.
The Contractor shall make a final cleanup of all parts of the work before acceptance by the
City or its representative. This cleanup shall include removal of all objectionable rocks,
SP-15
pieces of asphalt or concrete and other construction materials, and in general preparing the
site of the work in an orderly manner and appearance.
NON-PAY ITEM NO. 4 -AGREEMENT OF QUANTITIES
The streets will be measured and all quantities per street will be documented, a copy of the
measured quantities will be provided to the contractor. If the Contractor in agreement of
the measured quantities, then the Contractor is required to sign it and return it within
fourteen (14) calendar days. If the Contractor is not in agreement, then the Contractor is
required to, within seven (7) calendar days, arrange a field trip with the assigned inspector
to show proof of the difference.
PAY ITEM NO. 1 -PROJECT DESIGNATION SIGN :
The contractor shall construct and install two (2) Project Designation Signs and it will be
the responsibility of the contractor to maintain the signs in a presentable condition at all
times on each project under construction. Maintenance will include painting and repairs
as directed by the Engineer.
It will be the responsibility of the Contractor to have the individual project signs lettered
and painted in accordance with the enclosed detail. The quality of the paint, painting and
lettering on the signs shall be approved by the Engineer. The height and arrangement of
the lettering shall be in accordance with the enclosed detail. The sign shall be constructed
of% inch fir plywood, grade A-C (exterior) or better. These signs shall be installed on
barricades or as directed by the Engineer and in place at the project site upon
commencement of construction.
The work, which includes the painting of the signs, installing and removing the signs,
furnishing the materials, supports and connections to the support and maintenance shall be
to the satisfaction of the Engineer.
The unit price bid per each will be full payment for materials including all labor,
equipment, tools and incidentals necessary to complete the work.
PAY ITEM NO. 2 -UTILITY ADJUSTMENT:
This item is included for the basic purpose of establishing a contract price which will be
comparable to the final cost of making necessary adjustments required due to street
improvements to water, sanitary sewer, and natural gas service lines and appurtenances where
SP-16
such service lines and appurtenances are the property owner's responsibility to maintain. An
arbitrary figure has been placed in the Proposal; however, this does not guarantee any
payment for utility adjustments, neither does it confine utility adjustments to the amount
shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a
licensed plumber to make the utility adjustments determined necessary by the Engineer. No
payment will be made for utility adjustments except those adjustments determined necessary
by the Engineer. Should the Contractor damage service lines due to his negligence, where such
lines would not have required adjustment or repair otherwise, the lines shall be repaired and
adjusted by the Contractor at the Contractor's expense.
The payment to the Contractor for utility adjustments shall be the actual cost of the
adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the
Contractor in handling the utility adjustments.
PAY ITEM NO. 3 -REMOVE & REPLACE 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.
Removal of existing brick pavement for base repair shall be paid for under Pay Item No. 4-
Remove & Replace Brick Paver (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.
SP-17
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 bJ
designed for a minimum compressive strength of 3000 pounds per square inch at the age of
two (2) days for either Type I or Type III cement.
The price bid per cubic yard as shown on the proposal will be full payment for all materials
including all labor, equipment and incidentals necessary to complete the work.
PAY ITEM NO. 4-REMOVE & REPLACE EXISTING BRICK PA VER (Pavement):
This item will include the removal and replacement in like kind of damaged bricks paver.
Contractor shall match existing brick pavers as directed by the Engineer and as shown in
the enclosed details. Clean up shall be done at the end of every working day. In no case
shall the removed material, trash, and debris stockpiled on site.
Existing brick pavers may be re-used only if approved by the Engineer. Existing paving
bricks that do not meet the required specifications for re-use shall be delivered to the City
Stock pile yard at 3300 Yuma Street. The Contractor shall furnish new brick pavers. This
item shall be governed by all applicable provisions of the enclosed details and specifications. I
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 PA VER 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.
SP-18
PAY ITEM NO. 6 -SILICONE JOINT SEALING:
This item shall include providing and installing joint sealing for concrete pavement, curbs
and sidewalk, etc., per enclosed details and specification for silicone joint sealing.
The unit price bid per linear feet shall be full payment for all labor, material, equipment,
supplies, and incidental necessary to complete the work.
END OF SECTION
SP-19
MASONARY PA YING SPECIFICATIONS
Part 1 -GENERAL
1.01 QUALITY ASSURANCE:
A. Installer: Subcontract masomy paving work to a firm with not less than
5 years of successful experience in the required type of paving application.
B . Sample Installation: Prior to installation of masonry paving work, fabricate
sample panel using materials, pattern and joint treatment indicated for project
work, including special features for expansion joints and contiguous work. Build
panel at the site, as directed, of full thickness and approximately 4' x 4 ', unless
otherwise indicated . Provide range of color, texture and workmanship to be
expected in the completed work. Obtain Architect's acceptance of visual qualities
of the panel before start of masomy paving work . Retain panel during
construction as a standard for judging completed masomy paving work. Do not
move or destroy sample panel until work is completed.
C. Do not change source of brands for masomy units, setting materials , or
grout during progress of work.
1.02 SUBMITTALS:
A. Product Data: Submit manufacturer 's technical data for each manufactured
product, including certification that each product complies with specified
requirements.
B . Samples:
1. For verification purposes submit the following :
a. Manufacturers testing certification.
b. Masonry paving unit samples for each type of masonry paving required.
Include in each set the full range of exposed color and texture to be
expected in the completed work.
1.03 PRODUCT HANDLING:
- 1 -
A . Protect masonry materials during storage and construction against wetting by
rain, snow or ground water and against soilage or intermixture with earth or other
types of materials.
B. Protect grout and mortar materials from deterioration by moisture and
temperature. Store in a dry location or in waterproof container. Keep containers
tightly closed and sway from open flame. Protect liquid components from
freezing.
1.04 JOB CONDITIONS:
A. Cold Weather Protection:
1. Frozen Materials: Do not use frozen materials or materials mixed or
coated with ice or frost.
2. Frozen Work: Do not build on frozen subgrade or setting beds.
Remove and replace masonry work damaged by frost or freezing.
B. Weather Limitations: Protect masonry against freezing when atmospheric
temperature is 40° F ( 4°C) and falling. Heat materials and provide temporary
protection of completed portions of masonry work. Comply with requirements of
BIA Technical Notes, No lA, "Cold Weather Masonry Construction -
Construction and Protection Recommendations".
C. Hot Weather Requirements: Protect masonry in hot weather to prevent
excessive evaporation of settling beds and grout. Provide artificial shade, w ind
breaks and use cooled materials, as required.
PART 2-PRODUCTS
2.01 MASONRY PAVING UNITS:
A. Paving Brick: Solid (uncared) brick of modular size, 2-1 /4" x 3-5.8" x 7-5.8"
except as indicated, complying with ASTM C 216, Type FBS, Grade SW, except as
indicated below:
1. Average Compressive Strength: Not less than 10,500psi.
2. Cold Water Absorption: Not more than 4% after 24 hour submersion in cold
water.
-2-
3 . Freezing and Thawing: No breakage and not more than 0 .5% loss in dry
weight of any individual unit after 100 cycles of freezing-and-thawing test.
4 . Color and Texture: Provide Bennett Blend 2 Velour Solid as manufactured by
Acme Brick Company or approved equal. Verify to match existing brick paver
of sidewalk and pavement.
2.02 SETTING MATERIALS:
A. The mortar setting bed shall consist of:
1. 1 part Portland cement -ASTM Cl 50, Type 1
2. Y4 part hydrated lime by volume -ASTM C207 , Type 5
3. 3 parts damp sand -ASTM CI44 (for high-bond mortar, gradation m
accordance with additive manufacturer's recommendations).
4. Add water to obtain stiff mix -water shall be potable quality.
B. The wet mortar joint filler shall consist of:
1. 1 part Portland cement -ASTM C 150 , Type 1.
2. 3 parts dry sand-ASTM CI44.
3. Add water to obtain a wet mix.
C. High bond mortar mix shall consist of:
1. 1 sack Portland cement -ASTM C 150, 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 Y4 cubicfeetofsand-ASTMC144
4. 4 gallons of high bond additive -Sarabond Liquid Mortar Additive by the
Dow Chemical Co.
5. Mix with water in accordance with High Bond Additive manufacturer 's
recommendations.
-3 -
PART 3-EXECUTION
3.01 INSTALLATION, GENERAL:
A. Concrete surfaces to receive pavers shall be dry, clean, free of oily or waxy
films, film, and level. Pavers shall be set in the patterns shown in the field with
uniform tight Y4-inch joints. Pavers with chips , cracks, or voids shall not be used.
The setting bed mixture shall be spread and screeded to a true plane and shall be
limited to that amount that can be covered with pavers before initial set.
B. Pavers shall be se in 1-inch layer of neat cement paste over setting bed. Tamped
into full contact with the mortar bed to a level plane. Do not se large areas of
pavers for later leveling . After pavers are set and cleaned free of mortar, fill joints
with mortar completely filling voids. Remove excess dry joint filler mixture and
fog surface with fine water spray. Alignment tolerances maximum are 1/.i inch in 20
feet and Vi inch in 40 feet or more . Surface tolerance shall be at maximum+/- 1/8
inch in 8 feet noncumulative. Tolerances shall be checked continuously as work
progresses so that nonconforming areas can be corrected before mortar sets .
C. All required cutting of pavers to fit shall be done by motor driven masonry saw
with a sharp diamond blade. Exposed broken edges will not be allowed.
D. A seven day damp cure is required. Barricades shall be employed to restrict
traffic during the seven day cure period. After the seven day damp cure period ,
clean the surface with stiff brush and brick manufacturer's recommended cleaning
solution in increments not exceeding 100 square feet, leaving surface clean and free
of mortar and grout stains.
E. Brick paver's subcontractor shall have at least five years of experience in brick
paving and their previous work will be reviewed by the Engineer prior to start of
brick paving.
F. Alignment and surface tolerances will be checked and enforced. The Contractor
shall make provisions that brick pavers can meet these tolerances as they are
supplied. Imperfections in the brick dimensions and surfaces will not constitute as
reasons to accept inferior paving and the work will be rejected.
G. At the end of each day, paved areas shall be sprayed with a fine mist of water.
The joints shall be filled within three days after the pavers are set. The paved area
shall be sprayed until the joints are filled. Brick surface shall be swept and kept
clean at all times in order to avoid penetration of cement into the brick surface.
H . Where directed by the Engineer, 6" reinforced concrete base will be placed
under proposed brick pavement. Standards Specifications Item 314.4 shall apply
except as hereinafter modified. Design mix shall be modified to read, "The
- 4 -
concrete shall be designed for a minimum compressive strength of 3,000 pounds per
square inch at the age of two (2) days for either type I or type III cement".
Reinforcing shall consist of No. 3 bars at 24" on center both ways.
Payment will be made at the unit price bid per square foot and shall be full
compensation for the construction of brick pavers and incidentals thereto.
3.02 REPAIR, POINTING, CLEANING AND PROTECTION:
A. Remove and replace masonry paving units as directed by the Engineer which
are loose, chipped, broken, stained or otherwise damaged, or if units do not match
adjoining units as intended. Provide new units to match adjoining units and install
in same manner as original units, with same joint treatment to eliminate evidence of
replacement.
B. Pointing: during tooling of joints, enlarge voids or holes and completely fill with
mortar or grout. Point-up joints at sealant type joints to provide a neat, uniform
appearance, properly prepared to application of sealant.
C. Cleaning: Remove excess mortar/grout from exposed brick surfaces, wash and
scrub clean.
D . Protect masonry paving installations from deterioration, discoloration or
damage during subsequent constructions and until acceptance of work, m
compliance with recommendations of installer and paving until manufacturer.
-5-
J
~
I
1. SCOPE
CITY OF FORT WORTH, TEXAS
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
SPECIFICATION for SILICONE JOINT SEALING
FOR CONCRETE PAVEMENT
(Revision 1, October 18, 1989)
(Revision 2, May 12, 1994)
(Revision 3, June 23, 2005)
This specification for silicone joint sealing Portland Cement Concrete pavement and
curbs shall supersede Item 314.2. (11) "Joint Sealing Materials" of STANDARD
SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -
CITY OF FORT WORTH, and Item 2.210 "Joint Sealing" of STANDARD
SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS
COUNCIL OF GOVERNMENTS.
2. MATERIALS
2.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for
Class A sealant except as modified by the test requirements of this specification.
Before the installation of the joint sealant, the Contractor shall furnish the
Engineer certification by an independent testing laboratory that the silicone joint
sealant meet these requirements.
2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year
demonstrated, documented successful field performance with Portland Cement
Concrete pavement silicone joint sealant systems. Verifiable documentation shall
be submitted to the Engineer. Acetic acid cure sealants shall not be accepted.
The silicone sealant shall be cold applied.
2.3 Self-Leveling Silicone Joint Sealant
The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant
as manufactured by Dow Corning Corporation, Midland, MI 48686-0994
(Dallas, Texas Distributor 972-243-0676), or an approved equal. See testing
requirements at the end of this document. (Rev. 3, June 23, 2005)
2.4 The joint filler stop shall be of a closed cell expanded polyethylene foam backer
rod for contraction and construction joints and polyethylene bond breaker
tape for expansion joints, of sufficient size to provide a tight seal.
(Rev. 3, June 23, 2005)
The back rod and breaker tape shall be installed in the saw-cut joint to prevent
the joint sealant from flowing to the bottom of the joint. The backer rod and
breaker tape shall be compatible with the silicone joint sealant and no bond or
reaction shall occur between them. Reference is made to the various enclosed
P-I
r
r
r
joint details with their respective dimensions. (Rev. 3, June 13 , 1005)
3. TIME OF APPLICATION
On newly constructed Portland Cement Concrete pavement, the joints shall be
initially saw cut to the required depth with the proper joint spacing as shown on
the joint details or as directed by the Engineer within 12 hours of
the pavement placement. (Note that for the "dummy" joints, the initial 1/4 inch
width "green" saw-cut and the "reservoir" saw cut are identical and should be
part of the same saw cutting operation. Immediately after the saw cutting
pressure washing shall be applied to flush the concrete slurry from the freshly
saw cut joints.) The pavement shall be allowed to cure for a minimum of two
(2) days. Then the saw cuts for the joint sealant reservoir shall be made, the
joint cleaned, and the joint sealant installed. During the application of the joint
sealant, the weather shall not be inclement and the temperature shall be 40F (4C)
and rising. (Rev. 3, June 23, 2005)
4. EQUIPMENT
4.1 All necessary equipment shall be furnished by the Contractor. The Contractor
shall keep his equipment in a satisfactory working condition and shall be
inspected by the Engineer prior to the beginning of the work. The minimum
requirements for construction equipment shall be as follows:
4.2 Concrete Saw: The sawing equipment shall be adequate in size and power to
complete the joint sawing to the required dimensions .
4.3 High Pressure Water Pump: The high pressure cold water pumping system shall
be capable of delivering a sufficient pressure and volume of water to thoroughly
flush the concrete slurry from the saw-cut joint.
4.4 Air Compressors: The delivered compressed air shall have a pressure in excess
of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free
water and oil from the compressed air. The blow-tube shall fir into the saw-cut
joint.
4.5 Extrusion Pump: The output shall be capable of supplying a sufficient volume of
sealant to the joint.
4.6 Injection Tool: This mechanical device shall apply the sealant uniformly into the
joint.
4.7 Sandblaster: The design shall be for commercial use with air compressors as
specified in Paragraph 5.3. (Rev. 3, June 23, 2005)
P-2
I
I
I
4.8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free
of contamination. They shall be compatible with the join depth and width
requirements.
5. CONSTRUCTION MEIBODS
5.1 General: The joint reservoir saw cutting, cleaning, bond breaker installation, and
joint sealant placement shall be performed in a continuous sequence of operations.
5.2 Sawing Joints: The joints shall be saw-cut to the width and depth as shown on
the joint details. The faces of the joints shall be uniform in width
and depth along th e,.full length of the joint. (Rev. 3, June 23, 2005)
5.3 Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall be
completely removed from the joint and adjacent area by flushing with high
pressure water. The water flushing shall be done in one-direction to prevent
joint contamination.
When the Contractor elects to saw the joint by the dry method, flushing the joint
with high pressure water may be deleted. The dust resulting from the sawing
shall be removed from the joint by using compressed air. (Paragraph Rev. 1,
October 18, 1989)
After complete drying, the joints shall be sandblasted. The nozzle shall be attached
to a mechanical aiming device so that the sand blast will be directed at
an angle of 45 degrees and at a distance of one to two inches from the face of
the joint. Both joint faces shall be sandblasted in separate, one directional
passes. Upon the termination of the sandblasting, the joints shall be blown -out
using compressed air. The blow tube shall fit into the joints.
The blown joint shall be checked for residual dust or other contamination. If
any dust or contamination is found, the sandblasting and blowing shall be
repeated until the joint is cleaned. Solvents will not be permitted to remove
stains and contamination.
Immediately upon cleaning, the bond breaker and sealant shall be placed in the
joint. Open, cleaned joints shall not be left unsealed overnight.
Bond Breaker Rod and Tape: The bond breaker rod and tape shall be installed in
the cleaned joint prior to the application of the joint sealant in a manner that will
produce the required dimensions.
5.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint
sealant shall be applied using the mechanical injection tool. The joint sealant
application shall not be permitted when the air and pavement temperature is less
than 40F (4C). Joints shall not be sealed unless they are clean, dry and (rost
-(ree. (Rev. 3, June 23, 2005)
P-3
r
Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the
pavement surface shall be removed and discarded and shall not be used to seal
the joints.
The pavement surface shall present a clean final condition.
Traffic shall not be allowed on the fresh sealant until it becomes tack-free. (Rev. 3, June
23, 2005)
Approval of Joints: A representative of the sealant manufacturer shall be present
at the job site at the beginning of the final cleaning and sealing of the joints. He
shall demonstrate to the Contractor and the Engineer the acceptable method for
sealant installation. The manufacturer's representative shall approve the clean,
dry joints before the sealing operation commences.
6. WARRANTY
The Contractor shall provide the Engineer a manufacturer's written guarantee on all
joint sealing materials. The manufacturer shall agree to provide any replacement
material free of charge to the City. Also, the Contractor shall provide the Engineer a
written warranty on all sealed joints. The Contractor shall agree to replace any failed
joints at no cost to the City. Both warranties shall be for two years after final acceptance
of the completed work by the Engineer. (Rev. 3, June 23, 2005)
.7. BASIS OF PAYMENT
Payment will be made at the Contract bid item unit price bid per linear foot (L.F.) as
which price shall be full compensation for furnishing all materials and for all preparation,
delivery, and application of those sealing materials and for all labor, equipment, tools and
incidentals necessary to complete the silicone joint sealing in conformity with these specifications.
(Rev. 3, June 23, 2005)
P-4
NOTE: THIS SPECIFICATION HAS BEEN MODIFIED TO DELETE NON-
APPLICABLE ITEMS FOR USE AS A GUIDE SPECIFICATION FOR CITY STREETS.·
Item 360
CONCRETE PAVEMENT
300.1. Description. Construct Portland cement concrete pavement with or without
curbs on the concrete pavement
300.2. Materf als.
A. Portland Cement Concrete. Provide Portland cement concrete to meet a minimum
compressive strength of 3,000 psi at 28 days; unless shown otherwise in the contract
do.cuments.
Use Class A concrete for curbs that are placed separately from the pavement.
Provide concrete that is workable and cohesive, possesses satisfactory finishing
qualities, and conforms to the mix design and mix design slump. ·
e. Reinforcing Steal. Provide Grade 60 deformed steel for bar reinforcement. Provide
approved positioning and supporting devices (baskets and chairs) capable of
securing and holding the reinforcing steel In proper position before and during
p·aving. Provide corrosion protection when shown on the plans.
1. Dowels. Provide Grade 60 smooth, straight dow~ls of the size shown OIJ the
plans, free of burrs or deformations. Coat dowels with a thin film of grease or
other approved de-bonding material. Provide dowel caps_ on tt,e lubricated _end of
each dowel bar used In an expansion joint. Provide dowel caps filled with a soft
compre~ible material with eno1:1gh range of movement to' allow complete c·losure .
of the expansion Joint ·
2. Tie Bars. Provide straight defo~med steel tie bars. Provide either ·multfple~plece
tie bars or slligl~plece tfe bars as shown on the plans: Provt9e multiple-piece tie
bars composed of 2 pieces of deformed reinforcing steel With a coupling capable
of developing a mini~um tensile strength of 125% of the design yiefd strength of
the deformed steel when tensire-tested In-the assembled configuration. Provide a
minimum length of 33 diameters of the deformed steel In each piece.
C. Curing Materf als. Provide Type 2 membrane curing compound conforming to
DMS-4650, ·Portland Cement Concrete Curing Materials and Evaporation
Retardants.•
D. Epoxy. Provide Type Ill epoxy in accordance with DMS-6100, •Epoxies and
Adhesives,• for installing all drilled-in reinforcing steel.
E. Evaporation Retardant. Provide evaporation retardant conforming to DMS-4650,
·Portland Cement Concrete Curing Materials and Evaporation Retardants.•
F. Joint Sealants and Fillers. Provide Class 5 or Class 8 joint-sealant materials and
fillers unless otherwise shown on the plans or approved and other sealant materials
of the size, shape, and type shown on the plans in accordance with DMS-6310,
• Joint Sealants and Fillers.•
300.3. Equipment. Furnish and maintain all equipment in good working condition. Use
measuring, mixing, and delivery equipment conforming to the requirements of Item 421,
·Portland Cement Concrete: Obtain approval for other equipment used.
A. Placing, Consolidating, and Finishing Equipment. Provide approved self-
propelled paving equipment that uniformly distributes the concrete with minimal
segregation and provides a smooth machine-fin ished consolidated concrete
pavement conforming to plan line and grade. Provide an approved automatic grade
control system on slip-forming equipment. Provide approved mechanically operated
finishing floats capable of producing a uniformly smooth pavement surface. Provide
equipment capable of providing a fine, light water fog misl
Provide mechanically operated vibratory equipment capable of adequately
consolidating the concrete. Provide immersion vibrators on the paving equipment at
sufficiently close intervals to provide uniform vibration and consolidation of the
concrete over the entire width and depth of the pavement and in accordance with the
manufacturer's recommendations . Provide immersion vibrator units that operate at a
frequency In air of at least 8,000 cycles per minute. Provide enough hand-operated
immersion vibrators for timely and proper consolidation of the concrete along forms,
at joints and In areas not covered by other vibratory equipment. Surface vibrators
may be used to supplement equipment-mounted immersion vibrators. Provide
tachometers to verify the proper operation of all vibrators.
For small or Irregular areas or when approved, the paving equipment described in
this Section is not required.
B. Fanning Equipment.
1. Pavement Forms. Provide metal or wood side forms of sufficient cross-section,
strength, and rigidity to support the paving equipment and resist the Impact a.nd
vibration of the operation without visible springing or settlement Use fonns .that
are free from detrimental kinks, bends, or warps that could affect ride quality or
alignment. Provide flexible or curved metal or wood forms for curves qf 100-~.
radius or less. · · ·
2. Curb Fonns. Provide curb forms for separately placed curbs that are not
slipformed that conform to the requirements of Item 529, •concrete Curt;,, Gutter,
and Comb(ned Curb and Gutter.•
c. Reinforcing Steel Inserting Equipment Provide inserting equipment that
accurately Inserts and positions reinforcing steel in the plastic concrete parallel to the
profile grade and horizontal alignment in accordance to plan details. ·
D. Texturing Equipment.
1. Carpet Drag. Provide a carpet drag mounted on a work bridge or a moveable
support system. Provide a slr,gle piece of carpet of sufficient transverse length to
span the full width of the pavement being placed and adjustable so that a
sufficient longitudlnal length of carpet is in contact with the concrete being placed
to produce the desired texture . Obtain approval to vary the length and width of
the carpet to accommodate specific applications. Use an artificial grass-type
carpet having a molded polyethylene pile face with a blade length of 5/8 in. to
1 in., a minimum weight of 70 oz. per square yard, and a strong, durable, rot-
resistant backing material bonded to the facing.
2. T(nlng Equipment. Provide a self-propelled transverse metal tine device
equ ipped with 4-in. to 6-in. steel tines and with cross-section approximately
1/32 in. thick: by 1/12 in . wide, spaced at 1 in., center-to-center. Hand-operated
tining equipment that produces an equivalent texture may be used only on small
or irregularly shaped areas or, when permitted, in emergencies due to equipment
breakdown.
···'\· ......
E. Curing Equipment Provide a self-propelled machine for applying membrane curing
compound using mechanically pressurized spraying equipment w ith atomizing
nozzles. Provide equipment and controls that maintain the required uniform rate of
application over the entire paving area. Provide curing equipment that is independent
of all other equipment when production rates are such that the first application of ·
membrane curing compound cannot be accomplished immediately after texturing
and aff~r free moisture has disappeared. Hand-operated pressurized spraying
equipment with atomizing nozzles may only be used on sman or irregular areas or,
when permitted, in emergencies due to equipment breakdown.
F. Sawing Equipment Provide power-driven concrete saws to saw the joints shown on
the plans. Provide standby power-driven concrete saws during concrete sawing
operations. Provide adequate illumination for nighttime sawing.
G. Grinding Equipment. When required, provide self-propelled powered grinding
equipment that is specifically designed to smooth and texture concrete pavement
using circular diamond blades. Provide equipment with automatic grade control
capable of grinding at least a 3-ft. width longitudinally in each pass without damaging
the concrete. ·
300.4. Construction. Obtain approval for adjustments to plan grade-,.llne to maintain
thickness over minor subgrade or base high spots while maintaining clearances and
drainage. Maintain subgrade or base in a smooth, clean, compacted condition in
conformity .with the required section and established grade until the pavement concrete
Is ·placed. Keep subgrade or base damp with water sufficiently In advance of placing
pavement concrete. Adequately light the active work areas for all nighttime operations, if
required. ·
A. Reinforcing Steel and Joint Assemblies. Accurately place and secure In ·position
all reinforcing steel as shown on the plans. Place dowels at mid-depth of the
pavement slab, parallel to the surface. Place dowels for transverse contraction joints
parallel to the pavement edge~ Tolerances for location and alignrT)ent of dowels will
be shown on the plans. Stagger the longitudinal reinforcement spllce~ to avoi~
having more than 1/3 of the splices within a 2-ft. longitudinal length of each lane of
the pavement Use multiple-piece tie bars or drill and epoxy grout tie bars at
longitudinal construction joints.
1. Manual Placement Secure reinforcing bars at alternate intersections with wire
ties or locking support chairs. Tie all splices with wire.
2 .. Mechanical Placement. If mechanical pla'cement of reinforcement results in
steel misalignment or improper location, poor concrete consolidation, or other
inadequacies, complete the work using manual methods.
8. Joints. Install joints as shown on the plans. Clean and seal joints in accordance with
Item 438, •cleaning and Sealing Joints and Cracks (Rigid Pavement and Bridge
Decks): Repair excessive spalllng of the joint saw groove using an approved
method before installing the sealant Seal all joints before opening the pavement to
all traffic. When placing of concrete is stopped, install a rigid transverse bulkhead,
accurately notched for the reinforcing steel and shaped accurately to the cross~
section of the pavement
1. Pf acing Reinforcement at Joints. \Nhere the plans require an assembly of parts
at pavement joints, complete and place the assembly at the required location and
elevation with all parts rigidly secured in the required position. Accurately notch
joint materials for the reinforcing steel.
C P-:s .·· .. -.
.I
2. Curb Joints. Provide joints in the curb of the same type and location as the
adjacent pavement Use expansion joint material of the same thickness , type,
and quality required for the pavement and of the section shown for the curb .·
Extend expansion joints through the curb . Construct curb joints at all transv,rse
pavement joints. For non-monolithic curbs, place reinforcing steel into the plastic
concrete pavement as shown on the plans unless otherwise approved. Form or
saw the weakened plane joint across the full width of concrete pavement and
through the monolithic curbs.
c. Placing ahd Removing Forms. Use clean and oiled forms. Secure forms on c:1 base
or firm subgrade that is accurately graded and that provides stable support without
deflection and movement by form riding equipment. Pin every form at least at the
middle and near each end. TightJy join and key form sections together. to preverit
relative displacement
Set side forms far enough in advance of concrete placement to permit inspection.
Check conformity of the grade, alignment, and stability of forms immediately before
placing concrete, and make all necessary corrections. Use a straightedge or other
approved method to test the top of forms to ensure that the ride quality requirements
for the completed pavement will be met. Stop paving operations if forms settle or
deflect more than 1/8 In. under finishing operations. Reset forms to line and grade,
and refinish the concrete surface to ·correct grade.
Avoid damage to the edge of the pavement when removing forms. Repair damage
resulting from form removal and honeycombed areas with a mortar mix within 24 hr. ·
after form removal unless otherwise approved. Clean joint face and repair
honeycombed or damaged areas within 24 hr. after a bulkhead for a transverse
construction joint has been removed unless otherwise approved. VVtu~n forms are
removed before 72 hr. after concrete placement, prompUy apply membrane curing
compound to the edge .of the concrete pavement
Forms that are not the same depth as the pavement but are within 2 in. of that depth
are permitted if the subbase is trenched or the full width and length of the form base ·
ls supported with a firm material to produce the required pavement thickness~
Promptly repair the form trench after use. Use flexible or curved wood or meta! forms
for curves of 1 00-fl radius or less. ·
D. Concrete Delivery. Clean delivery equipment as necessary to prevent accumuiation
of old concrete before loading fresh concrete. Use agitated delivery equipment for
concrete designed to hi[ive a stump of more than 5 in. Segregated concrete Is subject
to rejection. Place agitated concrete within 60 ·min. after batching . Place non-ag~~ted
concrete within 45 min. after batching. In hot weather or under conditions caµ~lng
quick setting of the concrete, times may be reduced by the Engineer. Time limitations
may be extended if the Contractor can demonstrate that the concrete can b~
properly placed, consolidated, and finished w ithout the use of additional water.
E. Concrete Placement Do not allow tne pavement edge to deviate from th~
established paving llne by more than 1/2 in. at any point. Place the concrete as .near
as possible to its final location, and minimize segregation and rehandling. Wfi~re ; ..
hand spreading is necessary, distribute concrete using shovels. Do not use rakes or
vibrators to distribute concrete . ·
1. Pavement. Consolidate all concrete by approved mechanical vibrators operated
on the front of the paving equipment. Use immersion-type vibrators that
simultaneously consolidate the full width of the placement when machine
finishing. Keep vibrators from dislodging reinforcement Use hand-operated
vibrators to consolidate concrete in areas not accessible to the machine-mounted
vibrators. Do not operate machine-mounted vibrators while the paving equipment
is stationary. ·
2. Temp .erature Restrictions. Place concrete that is between 40°F and 95°F at the
time of discharge, except that concrete may be used if it was already in transit
when the temperature was found to exceed the allowable maximum. Take
immediate corrective action or cease concrete production when the concrete
temperature exceeds ss·F.
Do not place concrete when the ambient temperature in the shade is below 40·F
and faffing unless approved. Concrete may be placed when the ambient
temperature in the shade is above 35°F and rising or above 40°F. ~en
temperatures warrant protection against freezing, protect the pavement with an
approved insulating material capable of protecting the concrete for the specified
curing period. Submit for approval proposed measures to protect the concrete ·
from anticipated freezing weather for the first 72 hr. after placement Repair pr
replace all concrete damaged by freezing.
F. Spreading and Finishing. Finish all concrete pavement with approved self-
propelled equipment Use power-driven spreaders, power-drive.n vibrators, power-
driven strik&-off, and screed, or approved alternate equipment Use the transverse
finishing equipment to compact and strike off the cohcrete to the required section.
and grade without surface voids. Use float equipment for final finishing. Use conc'r·ete
with a consistency that allows completion of all finishing operations without addition
of water to the surface. Use the minimal amount of water fog mist necessary to ·
maintain a moist surface. Reduce fogging if float or straightedge operations result In
. excess sluny.
1. Finished Surface. Perform sufficient checks with long-handled 10-ft. and 15-fl
straightedges on the plasUc concrete to ensure that the final surface fs\v.it~fn the
tolerances specified In the contract documents. Check with the stralght~g~
parallel to the center1ine. ·
2. Maintenance of Surface Moisture. Prevent surface drying of the pav~rnent ·
before application of the curing system. Accomplish this by fog appllcalfo~~ of
evaporation retardant on the pavement surface. Apply evaporation retardant ·at .
the rate recommended by the manufacturer. Reapply the evaporation retard?tnt
as needed to maintain the concrete surface in a moist condition until cu~ng ·
system is applied. Do not use evaporation retardant as a finishing aid. . ..
3. Surface Texturing. Perform surface texturing using a combination of a carpet
drag and metal tining, if required by the e9ntract documents. Complete final
texturing before the concrete has att.~lned its Initial set Draw the carpet drag
longitudinally along the pavement surface with the carpet contact surface area
adjusted to provide a satisfactory coarsely textured surface.
Operate the metal -tine device to obtain grooves spaced at 1 in ., approximately
3/16 in. deep, w ith a minimum depth of 1/8 in., and approximately 1/12 in . wide.
Do not overlap a previously tined area . Use manual methods for achieving similar
results on ramps and other irregular sections of pavements. Rep·air damage to'
the edge of the slab and Joints immediately after texturing. Do not tine pavement
that will be overla id .. ·
4. Small or Irregular Placements. Where machine placements and finishing of
concrete pavement are not practical, use hand equipment and procedures that
produce a consolidated and finished pavement section to the line and grade.
r
5. Emergency Procedures. Use hand-operated equipment for applying texture,
evaporation retardan~ and cure in the event of equipment breakdown.
G. Curing. Keep the concrete pavement surface from drying by water fogging until the
aning material has been applied. Maintain and promptly repair damage to a.iring
mater1a15 on exposed surfaces of conaem pavement continuously for at leaf 3
curing days. A curing day is defined as a 24-hr. period when either the temperature
taken in the shade away from artificial heat fs above 50·F for at least 19 hr. or when
the surface temperature of the concmm is mafntsined above 40,= for 24 hr. Curing
begins when fhe concreta curing system has been appOed. Stop concrete pavin~ if
cuing compound is not being appfied promptly and maintained adequately. other
methods of curing in accordance with ftam 420, -concrete structures.• may be ueed
· when specit1ed or approved.
1. Membrane Curing. After texturing and lmmadJataly after the fiae surfaca
morsfwa has dlsappea,acf I spray the concrata surface unlfonnly with 2 coats of
membrane curing compound at an in<flVfdual appll'caffon rate of not more than
180 sq. ft. per gallon. Apply the first coat within 10 min. after completing texturing
oporations. Apply the second coat wiff1ln 30 min. after completing tex1uring
oparatrone.
Before and during appDcatJon. maintain curing compounds In a unffonnly agitated
condJUon. tee of settlement. Do not thin or dilute the curing compound.
Where 1he coating shows disconflnulties or other defects or If rain falls on the
nawty coated surface before the film has dried enough to rashlt damage. apply ·
addftlonal compowKf at the same rate of coverage to correct the damage. Enauie
that the curing compound coats the sides of the tining grooves.
H. Sawing Joint&. Saw Jolma to the deplh shown on the plans aa aoon as NWtng can
be accompDshed without damage to the pavement regardless of time of day or I
weather conditions. Some minor raveOng of the saw cut Is acceptable. Use a chalk
One, s1rfog lne, sawing 1amplate, or other approved method to provide a flue joint I
aBgnmem. Provide en0l91 saws to match the paving production rafe to ensure ·
sawing corna>letion at the ear1Jest possible time to avoid t.mmntroUad cnaclcfng.
Reduce paving production if necessary to ensure timely sawing of jolnle. Promptly
restore membrane cure damaged within the first 72 hr. of curing.
I. Protecdon of Pavement and Opening to Traff'",c. Testing for early openilg is the
responsibirrty of the Contrador regardl88S of Job-control testing responsibifdfes
unless otherwise shown in the plans or dfrectad. Tating result interpn,tatfon for I
opening to traffic is subjec:t to the approval of the Engineer.
1. Profaction of Pavement. Erect and maintain barricades and other standard and
approved devices that wiO exclude all vehicles and equipment from the newly·
placed pavement for the periods a~ed. Before opening to traffic. protect Iha
pavamant from damag• due to crossings using approved methods. Maintain an
adequate supply of sheeting or other materfaJ to cover and proted fresh conaete
. surface from weather damage. Appty aa needed fo protect the pavement surface
from weather. ,
2. Opanlng Pavement to Traffic. Before openf ng to traffic., dean pavement, place
stab(e material against the pavement edges, seal joinfs, and perform an other
traffic safety related work.
CP-'=>
HEAVY & HIGHWAY CONSTRUCTION
PREVAILING WAGE RATES 2008
Air Tool Operator
Asphalt Distributor Ooerator
Asphalt Paving Machine Ooerator
Asphalt Raker
Asphalt Shoveler
Batchin2 Plant Wei2her
Broom or Sweeper Operator
Bulldozer Ooerator
Caroenter
Concrete Finisher, Paving
Concrete Finisher, Structures
Concrete Pavina Curbina Machine Operator
Concrete Paving Finishing Machine Ooerator
Concrete Pavina Joint Sealer Ooerator
Concrete paving Saw Ooerator
Concrete Pavina Spreader Ooerator
Concrete Rubber
Crane, Clamshell, Backhoe Derrick, Dr82.line, Shovel Operator
Electrician
Flatter
Form Builder/Setter, Structures
Form Setter, Paving & Curb
Foundation Drill Ooerator, Crawler Mounted
Foundation Drill Operator, Truck Mounted
Front End Loader Ooerator
Laborer. Common
Laborer, Utilitv
Mechanic
Millina Machine Ooerator Flne Grade
Mixer Ooerator ·
Motor Grader Operator Fine Grade
Motor Grader Ooerator Rou2h
Oiler
Painter, Structures
Pavement Markina Machine Operator
Pipelayer
Reinforcin2 Steel Setter, Paving
Reinforcing Steel Setter, Structure
Roller Ooerator Pneumatic, Self-Propelled
Roller Onerator Steel Wheel. Flat Wheetrramping
Roller Ooerator Steel Wheel, Plant Mix Pavement
Scraper Ooerator
Servicer
Slip Fonn Machine Operator
Spreader Box Ooerator
Tractor Operator, Crawler Type
Tractor Operator, Pneumatic
Travelina Mixer Operator
Truck Driver Lowboy-Float
Truck Driver ; Single Axle, Heavy
Truck Driver, Sin1le Axle, Li2ht
Truck Driver, Tandem Axle, Semi-Trailer
Truck Driver, Transit-Mix
Wa2on Drill. Borin1 Machine, Post Hole Driller Operator
Welder
Work Zone Barricade Servicer
$10 .06
SIJ .99
Sl2 .78
SI 1.01
S 8.80
$14 .IS
S 9.88
SIJ.22
Sl2 .80
S12.85
SIJ.27
$12.00
$13.63
$12 .50
$)3.56
$14.50
Slo.61
$14.12
$18 .12
S 8.43
$11.63
S 11.83
$13.67
$16 .30
Sl2.62
$ 9.18
SI0.6.S
S16 .97
SI 1.83
SI 1.58
$15 .20
$14.50
$14.98
$13.17
SI0.04
$11.04
$14.86
$16 .29
SI 1.07
SI0 .92
SI 1.28
SJ 1.42
Sl2.32
SI 2.33
SI0 .92
Sl2 .60
Sl2.91
SJ2 .03
$14 .93
$ 11.47
$10 .91
$11.7S
$12 .08
$14.00
$13 .S7
$10 .09
VENDORCOMPLIANCETOSTATELAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of
contracts to non-resident bidders. This law provides that, in order to be awarded a
contract as low bidder, non-resident bidders ( out-of-state contractors whose COI]X)rate
offices or principal place of business are outside of the State of Texas) bid projects for
constructio~ improvements, supplies or services in Texas at an amount lower than the
lowest Texas resident bidder by the same amount that a Texas resident bidder would be
required too underbid a non-resident bidder in order to obtain a comparable contract iJ
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 bidden.
B. O°Wcipal place of business or corporate offices are in the State of Texas.
Bidder:
City State Zip Title (Please print)
TIDS FORM MUST BE RETURNED WITH YOUR QUOTATION
CONTRACTOR COMPLIANCE WITH
WORKERS' COMPENSATION LAW
Pursuant to V.T.C.A. Labor Code §406 .96 (2000), as amended , Contractor certifies that
it provides workers' compensation insurance coverage for all of its employees employed
on City of Fort Worth Project Brick Pavement Repair 2009-13 for Camp Bowie Blvd
and City of Fort Worth Project No .01404.
STA TE OF TEXAS
COUNTY OF TARRANT
§
§
§
Before me , the undersigned authority , on this day personally appeared
C.oJhl t e.o R 11 i 1;:
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
c. grew £cor)i~ LP r ,
for the purposes and consideration therein expressed and in the capacity therein stated.
Given Under My Hand and Seal of Office this "3 / day of March , 20 10.
THE STATE OF TEXAS
COUNTY OF TARRANT
That we, (1)
Bond# 4021 7 89
PAYMENT BOND
§
§
§
KNOW ALL BY THESE PRESENTS:
C. Green Scaping Company, L.P. , as Principal herein, and
(2) West Amer i c an Insu r ance Company , a corporation organized
and existing under the laws of the State of (3) _o_h_i _0 ____ , as surety, are held and
firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and
Denton Counties, Texas, Obligee herein , in the amount of Two Hundred Thirty-Four
Thousand Dollars and No Cents, Dollars ($234,000.00) for the payment whereof, the
said Principal and Surety bind themselves and their heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents:
WHEREAS, the Principal has entered into a certain written contract with the
Obligee dated the 23rd day of February , 2010, which contract is hereby referred
to and made a part hereof as if fully and to the same extent as if copied at length , for the
following project: Brick Pavement Repair 2009-13 for Camp Bowie Blvd TPW
Project No. C293 541200 207640140483.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if
the said Principal shall faithfully make payment to each and every claimant (as defined
in Chapter 2253 , Texas Government Code, as amended) supplying labor or materials in
the prosecution of the work under the contract, then this obligation shall be void;
otherwise, to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of
the Texas Government Code , as amended, and all liabilities on this bond shall be
determined in accordance with the provisions of said statute, to the same extent as if it
were copied at length herein.
IN WITNESS WHEREOF, the duly authorized representatives of the Principal
and the Surety have executed this instrument.
SIGNED and SEALED this 23rd day of February, 2010.
C Green Scaping, LP
ATTEST: By: l PRINCI L ~
Name: ~v %/ ~U fl
Title: ?«51(/e 0C
>4'.'to ",t -~n«uLl.14 (Principal)cretary
(SE AL) Address: ~ / 7 ~\. V1 /c A~
&f [2 I+ . J k 7t:>(t3o
Witness as to Principal
ATTEST:
(SE AL}
NOTE: (1}
(2)
(3}
West American Insur n ee Cetpan y
:~RE~/~--
j/
Name : Ed Vea l e ,,,._
Attorney in Fact ~---~-.
Address : 1 36 N. Th ird St ree t
Hamil t on , OH 45025
Telephone Number: 972-387-3000
Correct name of Principal (Contractor}.
Correct name of Surety .
State of incorporation of Surety
Telephone number of surety must be stated . In add it ion, an o ri ginal copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to da t e of Con t rac t.
THE STATE OF TEXAS
COUNTY OF TARRANT
Bond# 4021789
PERFORMANCE BOND
§
§
§
KNOW ALL BY THESE PRESENTS:
That we, (1 ) ___ c ............. G ..... re __ e~n~S ..... c ..... a'"""p""'"in~g._C_o_m ..... p_a_n ..... v .... 1 .... L .... P ......... , ____ as Principal
herein, and (2) West American Insurance Company , a corporation organized
under the laws of the State of (3) Ohio , and who is authorized to issue
surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the
City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties,
Texas, Obligee herein, in the sum of Two Hundred Thirty-Four Thousand Dollars
and No Cents, Dollars ($234,000.00) for the payment of which sum we bind ourselves,
our heirs, executors, administrators, successors and assigns, jointly and severally,
firmly by these presents.
WHEREAS, Principal has entered into a certain written contract with the Obligee
dated the 23rd day of February , 2010 , a copy of which is attached hereto
and made a part hereof for all purposes, for the construction of Brick Pavement Repair
2009-13 for Camp Bowie Blvd TPW Project No. C293 541200 207640140483.
NOW, THEREFORE, the condition of this obligation is such, if the said Principal
shall faithfully perform the work in accordance with the plans, specifications, and
contract documents and shall fully indemnify and hold harmless the Obligee from all
costs and damages which Obligee may suffer by reason of Principal's default, and
reimburse and repay Obligee for all outlay and expense that Obligee may incur in
making good such default, then this obligation shall be void; otherwise, to remain in full
force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of
the Texas Government Code , as amended, and all liabilities on this bond shall be
determined in accordance with the provisions of such statute, to the same extent as if it
were copied at length herein .
IN WITNESS WHEREOF, the duly authorized representatives of the Principal
and the Surety have executed this instrument.
SIGNED and SEALED this 23rd day of February , 2010.
C Green Scaping, LP
(Principal) Scretary
-· '61;(1.rt ,Mt /CJ~
PRIN ~AL ~
By : La_~-'
Name : C 0v %L ]u fl:
Title : 1?ct.S 1t:,}C ()f
ATTEST:
(SE AL) Address : pg}'] (_~ vv L AA /
A /!2 /J-:7 Ty '76 /?(2
Witness as to Principal
West American Insuranc ~Company
ATTEST:
(SE AL)
:~R~~~
Name : Ed Veale
Attorney in Fact
Address: 1 36 N. Third Street
Ha milton, OH 4502 5
~~
Witness as to Surety crystal Santana Telephone Number: 9 7 2-38 7 -3000
NOTE: (1)
(2)
(3)
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated. In addition , an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
·-~
,f
r.
Bond# 402 1 789
MAINTENANCE BOND
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL BY THESE PRESENTS:
That C. Green Scaping Company, LP., ("Contractor"),as principal, and,
Wes t Ame rican Insurance Com p any a corporation organized under the laws Of the s Jate Of
Ohio , ("Surety''), do hereby acknowledge themselves to be held and bound to pay unto the City 4f Fort
Worth , a Municipal Co rporation chartered by virtue of Constitution and laws of the State of Texas, ("C'ty") in
Tarrant County, Texas , the sum Two Hundred Thirty-Four Thousand Dollars and No Cents Dollars
($234,000.000) lawfu l money of the United States, fo r payment of which sum well and truly be made unto said
City and its successors, said Contractor and Surety do hereby bind themselves, their he irs , exe butors ,
administrators, assigns and successors, jointly and severally.
This obl igation is conditioned , howeve r, that:
WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth,
dated the 23rd of February , 2010, a copy of which is hereto attached and made a part hereof, for
the performance of the follow ing described public improvements: Brick Pavement Repair 2009-13 for
Camp Bowie Blvd the same being referred to herein and in said contract as the Work and being designated
as project number(s) TPW Proiect No. C293 541200 207640140483 and said contract, including all of
the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract
Document s being incorporated herein and be ing made a part hereof; and,
WHEREAS , in sa id Contract, Contractor binds itself to use such materials and to so construct the work
that it will remain in good repair and condition for and during a period of after the date of the final acceptance of
the work by the City; and
WHEREAS , said Contractor binds itself to maintain said work in good repair and condition for said term
of 2 (Two} Years ; and
WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time
within said period, if in the opinion of the Director of the City of Fort Worth Department of Transportation and
Public Works , it be necessary; and,
WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or
reconstruct said Work as herein provided .
NOW THEREFORE , if said Contractor shall keep and perform it said agreement to maintain, repair or
reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be
null and void , and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and
Bond# 402 17 89
the C ity shall have and recover from Contractor and Surety damages in the premises as prescribed by said
Contract.
This obligation shall be a continuing one and successive recoveries may be had hereon for successive
breaches until the full amount hereof is exhausted .
IN WITNESS WHEREOF, this instrument is executed in _6_ counterparts , each of which shall be
deemed an original , this 23rd day of February , A.D. 2010 .
C Gr een S cap ing , LP
ATTEST: ,
"\~ ~mA (Principal)Sreta
Title : Yce5 1cle rr!-
(SE AL) Address: Bj { ·7 ~ L fl vt:_i
,N Q)J-: / 1$ lbl<?v
Witness as to Principal
ATIEST:
(SE AL)
NOTE: (1)
(2)
(3)
Wes t American I nsurance
i :~:RET~
Name: Ed Veale
Attorney in Fact
Address : 136 N. Thi rd st re e t
Ha mi lto n , OH 45025
Telephone Number: 972-387-3000
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
........ -
--->.-.
Telephone number of surety must be stated . In add ition , an original copy of Power of
Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGRO UND.
CERTIFIED COPY OF POWER OF ATTORNEY
THE OHIO CASUALTY INSURANCE COMPANY
WEST AMERICAN INS URANCE COMPANY
No. 41 1327
Know All Men by These Presents: That THE OHIO CASUALTY INSURANCE COMPANY, an Ohio Corporation, and w r sT
AMERICAN INSURANCE COMPANY, an Indiana Corporation, pursuant to the authority granted by Article III, Section 9 of the Code of Regulations and
By-Laws of The Ohio Casualty Insurance Company and West American In surance Company, do hereby nominate, constitute and appoint: Frank Swiigle,
Warren Gravely, Chris Peterie, Ann Acaley or Ed Veale of Dallas, Texas its true and lawful agent (s) and attorney (s)-in-fact, to make, execute, seal
and deliver for and on its behalf as surety, and as its act and deed any and all BONDS, UNDERTAKINGS , and RECOGNIZANCES, not exceeding i any
single instance FIVE MILLION ($5,000,000.00) DOLLARS, exclud in g, however, any bond(s) or undertaking(s) guaranteeing the payment of note and
interest thereon
And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all in ents
and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Companies at their administrative offic 1 s in
Fairfield, Ohio, in their own proper persons. I
The ~uthority gr fu:~~~ -~ereunder super~edes any previous au.thority heretofore granted the above named attorney(s)-in-fact.
In WffNESS WHERE 1F;,the undersigned officer ofthe said The Oh10 Casualty Insurance Company and West.American Insurance Company has hereunto
suhs'cribed his name and affi xed the Corporate Seal of each Company this 2nd day of July, 2008'.
---.. ? .. ---~~,~ -. '._£,:
l; __ !-~C. _;j) S7.:'l f.)J ~ ~--.. -.. ~-··L .. -·-... ....-~ -
' .......
STA.T E OF OHIO, _..::.._
COUNTY OF BUTLER -
Sam Lawrence, Assistant Secretary
.,._
On this 2nd day ~f July, 2008 before the subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qual\fied,
came Sam Lawrence, Assistant S~cretary of THE OHIO CASUALTY INSURANCE COMPANY and WEST AMERICAN INS URANCE
COMPANY, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged th e
execution of the same, and being by me duly sworn deposes and says that he is the officer of the Companies aforesaid, and that the seals affixed t I th e
preceding instrument are the Corporate Seals of sa id Companies, and the said Corporate Seals and his signature as officer were duly affixed and subsc~ibed
to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal at the City of Hamilton, State of Ohio, the day and year first a ove
written. I • . ,.
Notary Public in and for County of Butler, State of Ohio
My Commission expires August 5, 2012.
This power of attorney is granted under and by authority of Article III, Section 9 of the Code of Regulations and By-Laws of The Ohio Casualty Insur ce
Company and West American Insurance Company, extracts from which read : I
Article III, Section 9 . Appointment of Attorneys-in-Fact. The Chairman of the Board, the President, any Vice-President, the Secretary or any
Assistant Secretary of the corporation shall be and is hereby vested with full power and authority to appoint attorneys-in-fact for the purpose of signing th e
name of the corporation as surety to, and to execute, attach the seal of the corporation to, acknowledge and deliver any and all bonds , recognizances,
stipulations, undertakings or other instruments of suretyship and policies of insurance to be given in favor of any individual, firm, corporation, partner!hip,
limited liability company or other entity, or the official representative thereof, or to any county or state, or any official board or boards of any county or k te,
or the United States of America or any agency thereof, or to any other political subdivision thereof
This instrument is signed and sealed as authorized by the following resolution adopted by the Boards of Directors of the Companies on October 21 , 200
RESOLVED, That the signature of any officer ofthe Company authorized under Article III, Section 9 of its Code of Regulations and By-laws an the
Company seal may be affixed by fac simile to any power of attorney or copy thereof issued on behalf of the Company to make, execute, seal and delivJr for
and on its behalf as surety any and all bonds, undertakings or other written ob li gations in the nature thereof; to prescribe their respective duties an th e
respective limits of their authority; and to revoke any such appointment. Such. signatures and seal are hereby adopted by the Company as origina l signa ures
and seal and shall, with respect to any bond, undertaking or· other written obligations in the nature thereof to which it is attached , be val id and binding upon
the Company with the same force and effect ·as though manually affixed. /
CERTIFICATE
I, the undersigned Assistant Secretary of The Ohio Casi:ialty Insurance Company and West American Insurance Company, do hereby certify tha the
foregoing power of:lttorney, the referenced By-Laws of the Companies and the above resolution of their Boards of Directors are true and correct copie and
are m fall force and effect on this date . ').'J.f d <"'"'.
IN WiTNESS WHEREOF, IJ:ave hereunto set my hand and the seals of the Companies this ~ day of rf.lo V:U 0,.$ Y, ~( 0 e e:~~ ,~ . $..//~
....... Assistant Secretary
::,:.
C"a
"'C
1/1
1/1
Q)
C:
1/1
::::J ..c
>
C:
C"a
=5
~1->cn
Q>W
EE .2 Q.
~g
0~
... "'C
Q) C:
3:: C"a OE a. C"a
.!!?o
..C:0 -.. _en
0 C:
>,Q>
:!:: Q)
"'C 3:: ·---Q) ~..c
~r: -"='" er:> ·= ro -co C: I
OM
(J ...
0LO
I-~
.... ~
·'
THE STATE OF TEXAS
COUNTY OF TARRANT
CITY OF FORT WORTH, TEXAS
CONTRACT
KNOW ALL BY THESE PRESENTS
This agreement made and entered into this the 23rd day of February A.D ., 2010, 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
11 th 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 regul J.r ·
meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, C .
Green Scaping Company, L.P., HEREINAFTER CALLED Contractor.
WITNESS ETH: That said parties have agreed as follows:
1.
That for and in consideration of the payments and agreements hereinafter mentioned to be made
and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith,
the said Contractor hereby agrees with the said Owner to commence and complete the construction of
certain improvements described as follows :
Brick Pavement Re pair 2009-13 for Camp Bowie Boulevard
2.
That the work herein contemplated shall consist of furnishing as an independent contractor ~11
labor, tools , appliances and materials necessary for the construction and completion of said project m
accordance with the Plans and Specifications and Contract Documents prepared by the Department of
Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by
the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are
hereto attached and made a part of this contract the same as if written herein.
3.
The Contractor hereby agrees and binds himself to commence the construction of said work
within ten (10) days after being notified in writing to do so by the Department of Engineering of the City
of Fort Worth.
4.
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and finish the same ready for the inspection and approval of
the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth
within a period of 150 calendar days. -
If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract
Documents within the time so stipulated, plus any additional time allowed as provided in the General
Conditions, there shall be deducted from any monies due or which may thereafter become due him, the
sum of $210 Per 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 sureuy
to take over the work and complete same in accordance with the Contract Documents or to take charge of
and complete the work in such a manner as it may deem proper, and if in the completion thereof, the co~t
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 iniury,
damage or death is caused, in whole or in part, by the negligence or alleged negligence of
Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify
and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and
employees and any damage, loss or destruction to property of the Owner arising from the performance of
any of the terms and conditions of this Contract, whether or not any such iniury 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 ref erred
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 a gainst 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 deli ver 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 cla1man s fo tabor
and/or materials furnished in the prosecution of the work, such bonds being as provided ano reguired in
Texas Government Code Section 2253, as amended, in the form included in the Conf act Documents,·
0 ,T
RD
y
and such bonds shall be for 100 percent (100%) of the total contract price, and 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 Contractor agrees to receive, for all of the
aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal
submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in
monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of
invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a,
shall be Two Hundred Thirty-four Thousand and no/100 .............................................. Dollats,
($234,000.00).
9.
It is further agreed that the performance of this Contract, either in whole or in part, shall not be
sublet or assigned to anyone else by said Contractor without the written consent of the Director of the
Department of Engineering .
10.
The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is
classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto
and made a part hereof the same as if it were copied verbatim herein.
11.
It is mutually agreed and understood that this agreement is made and entered into by the parties
hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of
the State of Texas with references to and governing all matters affecting this Contract, and the Contractor
agrees to fully comply with all the provisions of the same.
IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in ~
counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the
corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its
duly authorized officers in~ counterparts with its corporate seal attached .
Done in Fort Worth, Texas , this the 23rd day of February, AD., 2010.
APPROVAL RECOMMENDED:
~~
DIRECTOR, DEPARTMENT OF
TRANSPORTATION/PUBLIC WORKS
ATTEST:
C. Green Scaping Company, L.P.
8917 Hawk Ave.
N. Richland Hills, TX 76180
CONTRACTOR
TITLE
891-Z 4,wL~
~72_fl--N-J!e i 6<J
I
ADDRESS
November 1960
Revised May 1986
Revi sed September 1992
Revi sed March 2006
CITY OF FORT WORTH
FERNANDO COST A, ASST CITY MANAGER
___:t~-...s,.::;;.~~4-c:B..=.....:-S?......_. ---~-.,······ -
c ontract Authori~at io~
S). \~ \O ---------
Date
(SE AL)
APPROVED AS TO FORM AND
LEGALITY:
OFFICI L RECORD
CITY SECRETARY
T. RTH, TX
Project Name :--------------
City Project Number: __________ _
Street Maintenance Work Notice
As a part of the City of Fort Worth's street Maintenance Program, _______ _
has been contracted to repair your street. During the maintenance work, there will be a
brief time that you may not have access to your residence or business . On the day
specified below , vehicles can not be parked on the street. Also, please tum off your
sprinkler adjacent to the street .
If you have any questions or concerns, please contact contractor ________ _
at-----------
If we are not able to resolve your concerns to your satisfaction, you may contact City of
Fort Worth Inspector at Monday -Friday
between 7:30 AM and 4:30 PM
After 4 :30 PM and on weekends, call (817)392-8100
Expected Construction dates
Block Limits Street Name Project Limits (Weather Permitting)
I I 00-1200 Brown street Yates Ave to Keller Springs Pkwy From 5/5/08 to 5/29/08
Nombre de! proyecto : --------------
Nu me rode! pro yecto : --------------
N otificaci6n del Mantenimiento de la Calle
Como parte de! programa de mantemm1ento de las Calles de la Ciudad de Fort Worth,
-----------ha sido contratado para reparar su calle. Durante este trabajo de
mantenimiento, Habra un tiempo breve en que no tenga acceso a su hogar o negocio. En los dias
especificados abajo, vehiculos no deben estacionarse el la . calle . Tambien, por favor apague su
sistema de regar el cesped cerca de la calle .
Si tiene alguna pregunta o preocupaci6n, por favor llame al contratista al -------
Si no resuelve su preocupaci6n a su satisfacci6n, puede tambien Hamar a la Oficina de
inspecci6n de la Ciudad de Fort Worth al , de Junes a viernes
entre las 7:30 AM y 4:30 PM
Despues de las 4:30 PM o en los fines de semana Bame al (817) 392-8100
Limites
de la cuadra
1100-1200
Nombre
de la Calle
Brown Street
limites
de proyecto
Yates Ave a Keller Springs Pkwy
Fechas de construcci6n
perrnitiendo el estado de tiempo
de 5/5 /08 a 5/29/08
-
0
PROJECT DESIGNATION SIGN
-~11/4"
FORT WORTH--PMS 288
I
PMS 16 1
3"
3 "!S I BEET MAINT CE
:d PROGRAM =:[ 3"
1112
11 t Contractor: /: -l/2"
2~ Contractor's Name-=-112 ..
11/2" TELEPHONE NUMBER
16 1/2"
FORT WORTH IN LOGO -
CHEL TINGHAM BOLD
ALL OTHER LETTERING IN ARIAL BOLD
LOGO COLORS :
FORT WORTH -PMS 288
LONGHORN LOGO-Pt.AS 16 7
1ATE: 7/10/00
ev.
CURB/
GUTTER ----
PLAN
WIDTH INSIDE OF CURB TO
BUILDING OR ADJOINING
SIDEWALK VARIES
<GENERALLY 16'-6")
2-1/4" THICK TYPICAL SLOPE 1/~"/1'
. 1/2 ~RICK PAYERS DAMAGED AREA .
~~~~ilON \ TO BE REPAIRED SEALED Y2"
JOINT " 1/4" SAWCUT SAWCUT EXPANSION
DAMAGED BRICKS AS
DETERMINED BY THE ENGINEER
IN THE FIELD TO BE REPLACED
WITH FULL BRICKS TO
ORIGINAL DESIGN AND AS
PER SPEC
NOT TO SCALE
ADJOINING BUILDING
OR SJDEW ALK SLAB
""-. JOINT'\_ . JOINT
CURB/ '\.. _ ~ \ -c::c=ic=r:.
GUTTER ,,--;---r_c::c=:c:=:c.~:c:~ =-=-=----:-....
-_. . ,-< • , • -----,-..,,------: , • • , I, • • -~ • r-• •;:_...;..v.y, .L....:~"':'• t ' \f e • V e M e _Q • ob.---/.,,,-~._ . ~ '., . .-·. ----~---=---=-~--=---=---=---=---=---.::--_:;:. __ -:-:::::~-------------------.
/_
. ~~: ... ,"·:-.:_:~;---\~--~-.-r
1
°_:\o_o..../\ 1" MORTAR BED '\..\'\..
.._-'.!..:...:....:..._:_..:...:.._...:., 4" REINFORCED CONC . '\..
: BASE SLAB •3 CQ 18" O.C.8.W. 2" SANO CUSHION
.1 ---------J OR APPROVED SUB-
APPROX. LOCATION OF GRADE
EXISTING CONDUITS FOR SECTION
STREET LIGHTING AND
SPRINKLERS
---_......__ TYPICAL SECTION REPAIR
BRICK SIDEWALK
CITY OF FORT WORTH, TEXAS .
TRANSPORTATION/PUBLIC WORKS
ENGINEERING DIVISION
DRAWING NAME: BRICKSIDEWALK.DGN
1 ·I J · · 1 l--.· ----'---.----'---r'_____.__,.I _.___,_I _ I--'----r--_.______,__..___,__.__,lr---4
~. I I I I _S. J T~... ~~--,--~.-_._.....--"""7""-""~~ .... --.-__ ~ ........ ~ __ -:..,,......_~ .. ~-:--'--,----'---:---'--,-___.______,._..'---,---'-----,--L--~----'--
--.-J .~J I I
i_j_=:] I . I --=.I ~-;--'---;---'--~-,-r-~,._,,.....,,.~~~~"--:-;--"""---;-~......___,___.__,....__.___,..._.___,..---'------:----'---s__.___,. r I 1. J · I ~-_i .=r --'--r--·'---r-~.__. _,,_,_,,-,.......,...~.....__.,_~~-__._-,---'----.---'--.....----'-...,.--'--...---'---...--'-~,--'--....--L-----,,---L-
=rJ. I .~1=1_
1
~" ~~~~---__.,......._.._~.~~~__._-~~~~~~~-· -
. I I I J_..____.___.___.___.__---',,L-___.____.__..____.___--\--_.___.____.____.____.__..____.____._____,__l·
PLAN
• -------. 'I
'I ----------------
--------------------------
late: 6/30/00
ev .
EXISTING 6"
CONCRETE BASE TO
BE REPLACED WHERE
REQ'D BY ENGINEER
ANO AS PER SPEC
SECTION
CITY OF FORT WORTH, TEXAS
TRANSPORTATION/PUBLIC WORKS
ENGINEERING DIVISION
SAWCUT
·~-~-•
NOT TO
SCALE
------------------------·
-----------------
TYPICAL PAVEMENT SECTION
REPAIR -BRICK SURF ACE 8<
REINF6RCED eeNCRETE BASE
..._
Drawing Name: brickreplace.dgn
-~
BACKER ROD FIBERBOARD FILLER
EXPANSION JOINT DETAtL
,I-• t I II 11
SCALE: ~:: I