Loading...
HomeMy WebLinkAboutContract 40673~· ' --.. 1111ccw,- --COlffW10I SPECIFICATIONS ~COI.TRAClOn-c;o. _a__ CITY SECIIDMr AND --CITYWGa'IOffQ CONTRACT DOCUMENTS __ ...._. _ __ ... ,u., FOR BRICK PAVEMENT REPAIR (2010-12) AT VARIO US LOCATIONS IN THE CITY OF FORT WORTH, TEXAS CITY SECRETARY CITY PROJECT NO. 01546 CONTRACT NO. ::\ 0 la ,.3 TPW PROJECT NO. C293-541200-209640154683 2010 MIKE MONCRIEF MAYOR DALE A. FISSELER, P.E. CITY MANAGER WILLIAM A. VERKEST, P.E., DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ANDY ANDERSON, P.E., ASSISTANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT PREPARED BY TRANSPORTATION AND PUBLIC WORKS DEPARTMENT INFRASTRUCTURE GROUP ,=· . OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 08-09-10 PJ3:54 IN CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM No . 1 Issued : May , 24 /2010 FOR BRICK PAVEMENT REPAIR (2010-12) AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH CITY PROJECT No . 01546 TPW PROJECT NO. C293-541200-209640154683 The contract and documents for the subject project are hereby revised or amended to clarify the following : Paragraph No . 4 , on page P-3 of the proposal shall be deleted and replaced with the following paragraph: The undersigned agrees to complete aH work covered by these contract documents within one hundred (100) Calendar Days from and after the date for commencing work as set forth in the written Work order to be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction" as established by the City of Fort Worth, Texas . Please acknowledge receipt of this addendum by inserting signed copy of same into your proposal at time of bidding. Failure to return a signed copy of this addendum shall be grounds of rendering the bid non-responsi ve . By: [/Ji --~--------Tariqul Islam , Project Manager - liiiiil - M&CReview Page 1 of2 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORT WORTH ~ COUNCIL ACTION: Approved on 7/13/2010 DATE: 711312010 REFERENCE NO.: **C-24302 LOG NAME: 20BRICK PAVEMENT REPAIR 2010-12 CODE: C TYPE: PUBLIC CONSENT HEARING: NO SUBJECT: Authorize the Execution of a Contract in the Amount of $449,397.50 with CPS Civil, LLC for Brick Pavement Repair 2010-12 at Seven Locations (COUNCIL DISTRICTS 2 and 9) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract in the amount of $449 ,397.50 with CPS Civil, LLC for 100 calendar days for Brick Pavement Repair 2010- 12 at seven locations. DISCUSSION: In the Fiscal Year 2009-2010 Contract Major Maintenance Program, various types of street maintenance techniques are grouped into specific contract packages . Brick pavement repair provides for the removal and replacement of damaged brick pavement. 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 contract award. This project was advertised for bid in the Fort Worth Star-Telegram on May 13 and May 20 , 2010. On June 10 , 2010 , the following bids were received: BIDDERS AMOUNT CPS Civil , LLC $449 ,397 .50 C . Green Scaping, LP $596,439 .00 Ed A. Wilson, Inc. $785,446 .25 CPS Civil, LLC is in compliance with the City's M/WBE Ordinance by committing to 20 percent M/WBE participation. The City's goal on this project is 14 percent. This project is located in COUNCIL DISTRICTS 2 and 9. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated , of the Contract Street Maintenance Fund . TO Fund/Account/Centers FROM Fund/Account/Centers http://apps.cfwnet.org/council _packet/me _review.asp?ID= 13 770&councildate=7/13 /2010 7/26/2010 - liiill liiiiiil M&CReview Submitted for City Manager's Office by_;_ Originating Department Head: Additional Information Contact: ATTACHMENTS 20BR2010-12 MAP PAGE 01.pdf 20BR2010-12_MAP_PAGE_02.pdf Page 2 of2 C293 541200 209640154683 $449 .397.50 Fernando Costa (8476) William Verkest (8255) Tariqul Islam (2486) http://apps.cfwnet.org/council_packet/mc _review.asp?ID= 13 770&councildate=7/13 /2010 7/26/2010 SPECIFICATIONS AND co'NTRACT DOCUMENTS FOR BRICK PAVEMENT REPAIR (2010-12) AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS CITY PROJECT NO. 01546 TPW PROJECT NO. C293-541200-209640154683 5-7-/0 INFRASTRUCTURE MANAGER TRANSPORTATION AND PUBLIC WORKS DEPARTMENT DATE 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 Silicon 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 22. Street Locations Sealed Proposals for the following : BRICK PAVEMENT REPAIR (2010-12) AT VARIOUS LOCATIONS CITY PROJECT NO. 01546 TPW PROJECT NO. C-293-541200-209640154683 Submit package to C ity of Fort Worth , Purchas ing Div ision , in the lower level of the Municipal Building , 1000 Throckmorton Street, Fort Worth , Texas 76102 until 1:30 P.M., Thursday, June 10, 2010 , and then publicly read aloud at 2:00 p.m ., in the Council Chambers . Specifications and Contract Documents for this project can be purchased for a non-refundable fee of twenty dollars ($20.00) per set at the office of Transportation and Public Works Department , second floor of Municipal Building, 1000 Throckmorton Street, Fort Worth , Texas 76102 . These documents contain additional information. A pre-bid conference will be held at 11:00 A.M. May 27, 2010, in Conference Room 270 , 2nd Floor , Municipal Building . The major work on the above-referenced project shall consist of the following items : 1,015 9,150 5,580 CY SF SF Remove and replace concrete base Remove and replace pavement br ick paver Remove and replace sidewalk brick paver Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications . For additional information , please contact Tariqul Islam, Project Manager at (817) 392-2486 . DALE A. FISSELER, P.E. CITY MANAGER Advertising Dates: May 13, 2010 May 20, 2010 1 - 1 WILLIAM A. VERKEST, P.E., DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT By: -~?tli _____ -___ _ TARIQUL ISLAM Graduate Engineer 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 mus t accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded . To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition , the surety must (l) 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 hereinafter provided , without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting the Transportation and Public Works Department at (817) 392- 2486. Bids that do not acknowledge all applicable addenda will be rejected as non- respons1ve. SPECIAL INSTRUCTIONS 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 W AIYER FORM and /or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City. 5. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended . A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the contract amount is in excess of $100,000 , a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. D. A Two-year Maintenance Bond is required for all projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Paragraph 7 of the Special Provisions. To be an acceptable surety on the performance, payment and maintenance bonds, the surety must be authorized to do business in the state of Texas and meet all requirements of Texas Insurance Code, section 7.19-1. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein . No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City SPECIAL INSTRUCTIONS TO BIDDERS - 2 - J j 1 I I - - - - - - - - M&C Review Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 20BR2010-12_MAP _PAGE_01 .pdf 20BR2010-12_MAP _PAGE_02 .pdf Page 2 of2 C293 541200 209640154683 $449 ,397.50 Fernando Costa (8476) William Verkest (8255) Tariqul Islam (2486) http://apps.cfwnet.org/council_packet/mc _review.asp?ID= 13 770&councildate=7/13/2010 7/14/2010 6. 7. 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. 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 JA-21 through lJA-29 of the Code of the City of Fort Worth (1986), as amended, prohibiting discrimination in employment practices. 8 WAGE RA TES: All bidders will be required to comply with prov1s10n 5159a of "Vernons Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth, Texas, and set forth in Contract Documents for this project. 9. FINANCIAL STATEMENT: A current certified financial statement may be required by the Director of the Transportation and Public Works for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 10. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or $250,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto", defined as autos owned, hired, and non- owned). Additional lines of coverage may be requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders -Item 16. ADDITIONAL INSURANCE REQUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. SPECIAL INSTRUCTIONS TO BIDDERS -3 - D. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premrnm. E. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency . F. Deductible limits, or self-funded retention limits, on each policy must not exceed $10 ,000.00 per occurrence unless otherwise approved by the City. G. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups . The City must approve in writing any alternative coverage. H. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. I. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. J. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery . K . In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. L. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 11. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non- resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. SPECIAL INSTRUCTIONS TO BIDDERS - 4 - "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if the project is funded in whole or in part with federal funds. The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. 12. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 11923, as amended by Ordinance No. 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. The M/WBE Utilization Form, Prime Contractor Waiver Form and the Good Faith Effort Form, as applicable, must be submitted no later than 5:00 p. m. five (5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Transportation and Public Works Department ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information: 1. Name of Contract 2. Name of M/WBE firm utilized ' 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project, the Contractor comply with the M/WBE Ordinance by complying with the following procedures: • 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 SPECIAL INSTRUCTIONS TO BIDDERS -5 - 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. • If the Contractor foresees a problem with submitting participation reports and/or proof of payment on a monthly basis, the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion. 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. a. All requests for changes must be reviewed and pre-approved by the M/WBE Office. b. If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office, 3rd floor -City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M/WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be SPECIAL INSTRUCTIONS TO BIDDERS -6 - 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. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 15. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through October 31, with 6:00 a.m. -10 :00 a.m. being critical because emissions from this time period have enough time to bake in the hot atmosphere that leads to early afternoon ozone formation. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the AIR POLLUTION WATCH by 3:00 p.m. on the afternoon prior to the WATCH day. On designated AIR POLLUTION WATCH DAYS, the Contractor shall bear the responsibility of being aware that such days have been designated AIR POLLUTION WATCH DAYS and as such shall not begin work until SPECIAL INSTRUCTIONS TO BIDDERS -7 - 16. 10 :00 a.m. whenever construction phasing requires the use of motorized equipment for periods in exce ss of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1-hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns 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. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: A. Definitions: Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in. 406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets . B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the SP EC IAL INSTRUCTIONS TO BIDDERS - 8 - 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: (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file ce1iificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. E. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how 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 SPECIAL INSTRUCTIONS TO BIDDERS -9 - (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 (7) contractually require each person with whom it contracts, to perform as required by paragraphs ( 1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false of misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The. contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." SPECIAL INSTRUCTIONS TO BIDDERS -IO - 17. "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." 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 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. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply with the ADA's provisions and any other applicable federal, state, or local laws concerning disability and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the ADA in the performance of this contract. END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS -11 - Page 1 of 4 FORT WORTH ~ • -• -I ;, City of Fort Worth Subcontractors/Suppliers Utilization Form -. j PRIME COMPANY NAME: Check appllcable block to dHcrlbe prime CP':S> Civrl, L.t...C.... I M.WIOBE lx-1 NON-M.WIOBE PROJECT NAME : B~··c..k Thv-e~~+ R-e.~ly a.+ var \)l{S. LOCA...tiBll, i~ ~+.w01~ BIO DATE v/10/2010 City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER 14 •1. 1q.~·1. 0154ll Identify all subcontractors/suppliers you will use on this project The undersi ned Offeror a rees to enter into a formal a reement with the MNVBE firm s listed in this utilization schedule conditioned u on execution of a contract with the Ci of Fort Worth. The intentional and/or knowin misre resentation of facts Is rounds for consideration of dis ualification and will result In the bid being considered non-responsive to bid specifications M/WBEa !lated toward meeting the project goal mu•t be located In the nine (9) county marketplace or currently doing bu1lnesa 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. 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 (MIWBE). -f haulln services are utilized the rime will be iven credit as Ion as the M/\NBE listed owns an erates at least one full l!censed and operational truck to be used on the contract. The MNVBE ma leas rucks from another M/\NBE firm includin M/\NBE owner-o erators and receive full M/\NBE credit. Th /\NBE ma lease trucks from non-MlWBEs includin owner-o erators but will onl receive credit for th ees and commissions earned b the M!WBE as outlined in the lease a reement. 7 · 1 Rev . 5130103 I:: I M 1-11"S"1.,nMC.,~ 111'1 Page 2 of 4 I~ -Primes are required to identify All subcontractors/suppliers. regardless of status; i.e., Minority, Women and non-MIWBEs. L Please list MIWBE firms first, use additional sheets if necessary. I N ' Certification (check one) 0 ~I SUBCONTRACTOR/SUPPLIER n T Detail Detail Company Name I N T Addresa • M w C X M Subcontracting Work Supplies Purchaaed Dollar Amount Telephone/Fax r B B T D w Ll R 0 B E E C T E A I UI 6012.AL Bl2\~lc'..S.1•,. $~\C.-IL-J,4,0o N. Sf'~witi c;+,, I «S»\A PPL Y -.10, iSlP.00 L ~ tf' olJtof\ I 4T")l 1S° W • q,a, 2.~~. 1642. (P) .. · -.·rz . 1.,.2 . ~t1z. ( F) L L C:::.P';, e»R.''--~ 1-z.1 ~ ~res+ uu.a. t>r. INS~l-L-.. ~(#Ito 1-3, 00 1. C>\A."-~"i 1~. n,. ,~ ,~an ../ • I • '11 Z.., ,00, S'5'5~ l °P) L ·17:1.. ,01. 01.82 CF) MAR1l>J MARleirA ~A It j ,IC! ~-~ 2. .;-La ko ca.._, Cw. cGt .a pc ./ c;A,"-lD .2,400, 00 <;.UPPL~ I Lewk.\l\lle • n ,soc, II L · c:t12. ~so. g200 ( p') · "ldl. tu~. Co~4(( (r:) i . L ~'6, c;;AvJ C LAT/ \14:ao New\;., .. \c.. ~-,/ ~0/t-.Jl ~EALEJII .. l, I u1s.•0 L t:tl \' (t"., T'Jl , '5'3,.2,.., . 2,\.4 .• ,, . q<'! ....... l p") I · 2-\~.c;n, .C:,14ill ( I==) ... t:::~+owri ~di Mit, I~. ~Reil; ~ol ~\e.k~ <;;+. ../ " ./ cs. LA. Pf'l. y ~ lJ'J, 020. 00 -F+. WOl+t.t, n 111111 ·911.15-,.1'111 (P) · Sn. ~.,.11111 (F) -c..o.w+ouJ.-.. TraUi·l. 6>-.+rt> I/ ../ rl \ I "2. W . jec:.<;a F"" i I'.£.~. 0Al=lR'~ •A,,oo.•0 F,4-. WO"~. T"'( ,l.lllO 011.1'2.4.~t:;2"1 (PJ .. . en. tt~ll. 2. ,::z.c;; c~) 7 -2 Rev. 5130103 , ... MI I M\.,,f ,,.,n:;r , I ,,., I ~ • -I --: .! .J ., : : 4 .'.! Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers , regardless of status ; I.e ., Minority , Women and non-M/WBEs. I Please list M/WBE firms first , use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name I N Address e M w C X M Subcontracting Work Supplles Purchased Dollar Amount Telephone/Fax r B B T D 'l,i R 0 8 E E C T E .. ,. ilil f3ANDA~~N6 ../ 4028 TerYa.u Trll i \ oi::F5. ,.E ,t, /6, ,~. 00 Fo\'+ wor~.'T',( ,1111+ t+Al..lUIJ~ ... . 'o Ii . .::roa. IS<o 2. ( P.) , g r'7. 1.1~ u. -33Sta ( F') L. - ~ ..,. L . L L L ... r - - - 7 .3 Rev . 5/JO/OJ ·foRTWORTH ~-, - : .j .. I Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ $ $ ~,2.iO. oo 2.llR,444. 00 ~s-.. -,,+. 00 ATTACHMENT tA Page 4 ol 4 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 I 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 ·1 M/WBE goal . If the detail explanation is not submitted, it will affect the final compliance determination . j I I 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 m,isrepresentation 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. suit in a determination of an Irresponsible Offerer and barred from participating in City work for a peri ime not less than one (1) year. Printed Signature C,.00 Tltle Contac:t Name/Title (If different) c:,12.. lL14. 2.1s o / q, 2. .1,1~. 2Cl52.. Telephone and/or Fax 1 (1 fb. (UV if. L.LC. · Company Name 12 tS et~+ Latu. Dit. l2.F(l.rY' Du.)@ C..P'S.C.I" IL .t:. OM Addrna E-mall AddreH C ity/State/Zip 7 · 4 Rev . 5/30/03 FORT WORTH . "-, -·,--. . -I 3 -1 : •' · _ : • City of Fort Worth Prime Contractor Waiver Form ATIACHMENT 1 B Page 1 of 1 PRIME COMPANY NAME : Chick 1ppllc1bl1 block to d11crib1 C::::. P5, 6 ·1 "' \, \_Le:!..· rim, PROJECT NAME: NON-MW/DBE E3yfc..k ~ve~ 'R-ep>.iY tt+ \Jo..vicu-. Loc:,._tirn,; ;.,. R-.vJc,, BIO DATE City's MIWBE Project Goal : PROJECT NUMBER \4-~. 0164~ If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATIACHMENT 1C . This form is only applicable if~ answers are yes . Failure to complete thl• form In lta entirety and be received by t • Mana In . · ·ent .on ·or'l>ifora\i..'·.;}:;l' 5:00 p.m., five (5) City business days after bid o~ening. exclualve of the ~I~. ~~·~In. :;~aO~,.~IJI Ir.!,~J.~ln,_~t~~:c~~:, bid: being considered non-respons1v, to bid spec1t1cat1ona. ·. : .. .-... ·.· ;.,.· •. \J.,.,'..:·/t-~m~--.~iM,.1&·.,t~t.i!i~ WIii you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this 'I. NO project, this is your normal business practice and provide an operational profile of your business. WIii you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this ~ project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon reques~ complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarr.ient from City w k for a period of not less than three (3) years and for initiating action under Federal, State or Local laws cancer · false statements. Any failure to comply with this ordinance creates a material breach of contract may resul determination of an irresponsible offerer and barred from participating in City work for a period of time than one 1 ear. Printed Signature Title Contact Nam, (if d1lf1rent) 112 . ~7+. 2.C,'5'0 I q"72... C,?~. ;2C:,S2. Phone Number FaxNumber C-t=z;_ C,j V ·1 \ , L..1-C. . Company Nam, RFa Yr ow@ C pc:;.~ i \J ·1 L. ' ,Cl'l'I Addreu Em11IAddre11 C ity /State/Zip Rev . 5130/03 ATIEST : CPS Civil, LLC. PRINCIPAL By :------------ Name : ----------(Principal) Secretary Title : ----------- 1215 Crest Lane Drive Duncanville, Texas 75637 Witness as to Principal ATIEST: Secretary (SEAL) SURETY By :------------ Name : ----------Attorney in Fact Address :---------- Witness as to Surety Telephone Number:------ 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 . TO: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH, TEXAS 76102 PROPOSAL FOR: BRICK PAVEMENT REPAIR (2010-12) AT VARIOUS LOCATIONS CITY PROJECT NO. 01546 TPW PROJECT NO. C293-541200-209640154683 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 PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRIITEN IN WORDS PRICE AMOUNT BID S.P. 2 EA. Project Designation Sign @ Two Hundred Dollars & No Cents Per EA. $ 200.00 $ 400.00 P-1 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 2 LUMPSUM Utility Adjustment@ Four Thousand Dollars & No Cents Per L.S. $ 4,000.00 $ ..!i000.00 S.P. 3. 1,015 C.Y. Remove & Replace Reinforced Concrete 104 Base@ 314 (XJtJ1UlC\fed eJQb~ Dollars & 360 ···~· <\c') Cents Per CY. $ \~.00 sl~2 .10D, DD ' S.P. 4. 9,150 S.F. Remove & Replace Pavement Brick Paver@ ~lQh+~ Dollars & (\0 Cents Per SF. s \ rs .oo s l ( al.I , 'J OD. o D S.P. 5. 5,580 S.F. Remove & Replace Sidewalk Brick P~r@ lX~e,n Dollars $14,fi> $ Rn1q10.00 &nhL\ Cents Per SF. S.P. 6. 170L.F. Remove & Replace Planter Box Brick Border (approx. 7 Yi " W X 3 Yi "H) @ $ 1.5 . Dt) $~ -tl ~ef\;\1} r\~fl Dollars & l'.1t), \ Cents Per LF. S.P. 7. 3,625 S.F. Filling Existing Brick Pavers Joints @ ciJt, Dollars & ntn\ Cents Per SF. $ \. f>C) $ b L.\ ~., . f:-J:) I S.P. 8. 3,500 L.F. Silicon Joint Sealing @ rwt)a Dollars & $ 2... OCJ sl,000. OD Cents Per LF. TOTAL BID $ Y L.f1, 't> G1. S6 P-2 This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Us e 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 fifty (150) Calendar Days from and after the date for commencing work as set forth in the written Work order to be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction" as established by the City of Fort Worth, Texas. Within Ten (10) Calendar Days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond for the faithful performance of this contract. The attached check in the sum of ________________________ _ ________ 5_..· _ .. ~i1-='l!:......;:U=..c.:::....b.i..o... ____ Dollars ($ ________ _.J 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. I (Initials).£._ Addendum No. 2 (Initials)_ Addendum No. 3 (Initials)_ (Seal) Printed Name of Principal ~ . ·, Address :\ l.. \~ , .. J,"';:.>, C..!) p,3 ~ ~ •O::t::'1 tts.,.lL, '""·-,51.J P-3 E-mail Address :~;;, c..,, ~i....> ~ G f ~ (. ,~ ,-·\ .. Co \"\ Telephone: ~ l. ( ·1 '"" 'V't ~ o SPECIAL PROVISIONS FOR: BRICK PAVEMENT REP AIR (2010-12) ATV ARIO US LOCATIONS CITY PROEJCT NO. 01546 TPW PROJECT NO. C293-541200-209640154683 1. SCOPE OF WORK: The work covered by these details and specifications consists of the removal and replacement of existing brick paver (pavement, sidewalk, and planter boxes). The work also consists of all other miscellaneous items of construction to be performed as outlined in the details and specifications which are necessary to satisfactorily complete the work . Exact locations of the brick repair will be as directed by the Engineer in the field . The Contractor shall mobilize within ten (10) working days of the notice given by the Construction Engineer for any locations. If the contractor fails to begin the work within ten (I 0) working days, a $200 dollars liquidated damage will be assessed per block per day. It shall be the responsibility of the prospective bidder to visit the project sites and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed . Proper consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. The contractor shall verify these locations with the Construction Engineer. At the sole discretion of the City, the City reserves the right to add, delete or substitute streets in this contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (±) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. 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 SP-1 2. AW ARD OF CONTRACT: Contract will be awarded to the lowest re sponsible bidder. 3. SUBMITT ALS FOR CONTRACT AW ARD: The City reserves the right to require the contractor who is the apparent low bidder(s) for a project to submit such information as the City, in sole di sc ret io n may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the information, if requested , may be grounds for rejecting the apparent low bidder as non-responsive . Affected contractors will be notified in writing of a recommendation to the City Council. 4. CONTRACT TIME: The Contractor agrees to complete the Contract within the allotted number of days . If the Contractor fails to complete the work within the number of days specified, liquidated damages shall be charged, as outlined in Part I, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas. The contract time will be counted from the date set at the pre-construction conference and will continue until a time the inspector determines the project is ready for a final inspection. At that time a final inspection will be scheduled. If in the opinion of the inspector the project has not been made ready, the final inspection will be cancelled and time will continue to be counted. A five working day period is required for the rescheduling of a final inspection. The Contractor also agrees to complete the final punch list within ten ( I 0) working days after receiving it. If the Contractor fails to complete the work within ten ( 10) working days, the counting of the number of days to complete the Contract will resume and liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas. SP-2 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 failure to maintain the contract schedule, the following process shall be applicable: The work progre ss on all construction projects will be c lo se ly monitored. On a bi-monthly bas is 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: I 0% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: A. A letter will be mailed to the contractor by certified mail; return receipt requested, demanding that within 10 days from the date that the letter is received, to 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 contracted 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, in the City's sole discretion , is required to be provided to interested individuals will be distributed by the Construction Engineer. D . Upon receipt of the contractor's response, the appropriate City departments and directors will be notified . The Construction Engineer will, if necessary, then forward updated notices to the interested individuals. E. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract; the bonding company will be notified appropriately. 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. SP-3 ..... 7. CONSTRUCTION SPECIFICATIONS: This contract and proj ects a re governed by the two following publi s hed specifications, except as modifi ed by these Special Provisions: ST ANDA RD 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 W011h document rather than Division I of the North Central Texas document. A copy of these specifications may be purchased at the Office of the Transportation and Public Works Department, I 000 Throckmorton Street, 2nd floor of the Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item in the Proposal. If not shown, then applicable published specifications in any of these documents may be followed at the discretion of the Contractor. 8. CONTRACT DOCUMENTS: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate and as determined by the Director of the Transportation and Public Works Department. 9. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. See Special Instructions to Bidders Item No . 14 for further requirements. 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 SP-4 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 10 working days prior to the preconstruction conference. Although work will not begin until the traffic control plan 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 detennined that a sign must be removed to pennit required construction, the Contractor shall contact the Transportation and Public Works Depart- ment, Signs and Markings Division (phone number 817-392-7738), to remove the sign. In the case of regulatory signs, the Contractor must replace the pennanent 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 pennanent 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 pennanent sign can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the pennanent 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 perfonned on certain locations/streets (primarily arterials) during "peak traffic periods (7 a.m. to 9 a.m. and to 4 p.m. to 6 p.m .)"; or, as detennined 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 accommodate school operating schedu les, including school bus/parent drop off and pick up periods. The contractor shall provide proper traffic and pedestrian eontrol to ensure safety at all times. Construction areas shall be properly barricaded/fenced to prevent pub lic entry. SP-5 ,,. 11. PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to be gi nning co nstruction on any street in this contract, the contractor shall, prepare and deliver a notice/flyer of the pending con struction to the front door of each residence or business that wi ll be impacted by construction. The notice/flyer shall be posted three (3) working days prior to beginning construction activity along each street. The flyer s hall 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 I notice/flyer can be obtained from the Office of the Transportation and Public Works Department (817) 392-2486 It will be the contractor's responsibility to create and distribute a follow-up notice/flyer informing residents if for any reason work should stop on a project for more than five (5) working days after construction begins. The flyer should also include the anticipated date of when the work will begin again. It will be the contractor's responsibility to re-distribute a three (3) working day notification/flyer prior to beginning the construction activity. In addition, all copies of the notice/flyer shall be delivered to the City inspector for his review prior to distribution. The contractor will not be allowed to begin construction on any street until the flyer is delivered to all residents/businesses 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: Payment will be made to the contractor twice a month for work completed during the pay periods ending on the 15th and the 30 1 h day of each month. Checks (less 5% retainage) will be sent to the contractor within the two (2) week window following each payment period. Payment of the retainage will be made with the final payment upon acceptance of the project. See Special lnstructions to Bidders Item No . 14 for further requirements . SP-6 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 signage and barricades shall confmm to the latest edition of the "Texas Manual on Uniform Traffic Control Devices, Vol. No. I". 15. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Engineering, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. I 0056) 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 SP-7 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 th e flood plain . Any expenses associated with obtaining the fill permit, including any nece ssary engineering studies, shall be at the Contractor's expense. ln 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 dispo se of s uch 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. 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 the contractor to complete the work in the allotted time. Contractor will not move onto 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. SP-8 19. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: ( 1) A warning sign not less than five inches by seven inches, painted yellow with black letters, that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING --UNLAWFUL TO OPERA TE THIS EQUIPMENT WITHIN STX FEET OF HIGH VOLTAGE LINES." (3) 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. ( 4) When necessary to work within six feet of high voltage electric lines, notification shall be given to 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 . (5) The Contractor is required to make arrangements with 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: Contractor agrees that the 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 the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall , until the expiration of three (3) years after final SP-9 ..... payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with Article VI. City shall give the subcontractor reasonable advance notice of intended audits. Contractor and subcontractor agree to photocopy such documents as may be requested by City. City agrees to reimburse Contractor and/or subcontractor for the cost of copies at the rates as contained in the Texas Administrative Code at the time payment is made. 21. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE-CLAIMS: Contractor Covenants and agrees to indemnify City's Engineer and Architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of the 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 the City, its officers, servants or employees. In the event the 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 the City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides the City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 22. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the SP-IO Contractor has received written perm1ss1on of the Engineer to · make a substitution for the material that has been specified. Where the term "or equal", or "or a pproved equal" is used, it is understood that if a material, product, or piece of equipment bearing th e name so used is furnished, it will be approved, 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 u sed in the specifications, this does not necessarily exc lud e alternative items or material or equipment which may acco mplish 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 th e acceptability of substitutions . The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications . 23. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor, at his own expense. 24. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. 25. MATERIAL STORAGE: 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. And it shall be the contractor's responsibility to call DIG- TESS prior to construction activities on any street. SP-1 t 27. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particul a r attention is directed to the requ irements of Item 7, "Legal Rel ations a nd Responsibilities to the Public" of the "S tandard 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 Di v ision) 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. QUALITY CONTROL TESTING: (a) The contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be 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 respons~bility to furnish materials and equipment conforming to the requirements of the contract. SP-12 (d) Not less than twenty fo ur (24 ) ho urs n otice s hall be p rov id e d to th e C ity by the contracto r for o pe rati o n s re quirin g testin g. Th e contractor s hall p rov id e access and tre nch safety sys te m (if re qui red) fo r th e s it e to be test ed a nd a ny work effort invo lve d is deeme d t o b e in c lud ed in th e unit pric e for the it e m bein g tes ted. ( e ) Th e contracto r s h a ll p rov id e a copy o f the trip ti c ket fo r each load of ti 11 mate ri a l de li ver ed to th e job s ite . The ticket sh a ll sp eci fy th e n a me of th e pit s uppl y in g the fill mate ri a l. NON-PAY ITEM No. I -SPRINKLING FOR DUST CONTROL: All applicable prov is ions of Standard Specification s Item 2 00 , "Sprinkling for Du st C o ntrol " shall appl y. H o wev er, no direct p ayment will be mad e for this ite m and it s ha ll be con s id e red in c id e ntal to thi s c o ntract. NON-PAY ITEM NO. 2 -REMOVAL OF TRAFFIC BUTTONS AND TEMPORARY LANE TAPE: The Contractor shall be responsible for the documentation o f all stre et markings prior to the removal and disposal o f the pavem e nt markings . All traffic buttons s hall be removed from the ex isting street surface pri o r to start of con struction . The contractor shall be responsible for the removal and disposal of all buttons and markings . Upon completion of the job the City w ill insta ll new buttons afte r proper notification . The contractor shall also be respon s ible for a ll materials, equipment and labor to place temporary adh e si ve Jane m a rking tape to control a nd direct traffic in the same way as they w ere prior to start of construction. Any corrective action required on the temporary lane markings s hall be the total responsibility of the Contractor and at no extra cost to th e C ity. The contractor shall notify the Construction Engineer and T/PW Traffic Services to arrange for the replacement of the buttons and adhesive lane markers (arrows, etc .). All costs to the contractor shall be figured as subsidi ary to this contract. NON-PAY ITEM No. 3-EXISTING UTILITIES/FACILITIES: It shall be the contractor 's responsibility to notify the utility companies that he has commenced work on the project. Upon completion of a street the contractor shall notify the SP-13 utilities companies of this completion and indicate the start of the next one in order for the utilitie s to adjust facilities accordingly. The following are utility contact persons: Company AT&T -Telephone ONCOR Electric Delivery ATMOS Energy (Gas) CFW -Street Light CFW -Street Light Signal CFW -Pavement Marking CFW -Storm Drain CFW-Water CFW-Sewer Telephone Number 817-338-6202 214-384-3732 Cell 817-215-6688 817-2 15-4366 469-261-2314 Cell 817-392-8033 817-392-8775 817-360-6364 cell 817-392-8107 817-392-5196 817-212-2699 817-925-2360 Cell 817-212-2699 817-944-8399 Cell Contact Person Mr. Gary Tillory Mr . Robert Martinez Mr. John Crane Mr. Jim Wakefield Mr. Ken Brock Mr. Chuck Snyder Mr. Juan Cadena Mr. Roger Hauser Mr. Rick Davis NON-PAY ITEM NO. 4 -PROTECTION OF TREES, PLANTS, SOIL, ETC.: All property along and adjacent to the Contractor's operations including lawns, yards, irrigation systems, shrubs, trees , etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys. This permit can be obtained by calling the Urban Forestry Office at (817) 392-7933. 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 SP-14 negligence by the Contractor shall be assessed using the current formula for Shade Tree Eva luation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of F011 W011h and may be withheld from funds due to the Contractor by the City. To pr event the spread of the Oak Wilt fungus, a!J wounds on Live Oak and Red Oak trees shall be immediately sealed usin g a commercial pruning paint. This is the only instance when pruning paint is recommended. NON-PAY ITEM NO. 5 -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 paving and curb and gutter has been constructed . No more than five (5) working days shall elapse after completion of construction before the roadway and right-of-way is cleaned and restored. Failure to do so will be cause to stop the contractor from starting work on other streets. Project time will not be suspended, and a $200 charge per day will be made as liquidation damages. The Contractor shall make a final cleanup of all parts streets before acceptance of the project is made. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. NON-PAY ITEM NO. 6-STORM DRAIN INLET PROTECTION: SP-15 All streets with storm drain inlets shall use inlet protection for sediment control, in accordance with the Standard Specifications for Public Works Construction-North Central Texas . The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. NON-PAY ITEM NO. 7 -AGREEMENT OF QUANTITIES The streets will be measured and all quantities per street will be documented, a copy of the measured quantities will be provided to the contractor. If the Contractor in agreement of the measured quantities, then the Contractor is required to sign it and return it with in five (5) working days. If the Contractor is not in agreement, then the Contractor is required to, within five (5) working days, arrange a field trip with the assigned inspector to show proof of the difference . PAY ITEM NO. 1 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 shal I 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: SP-16 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 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 and Replace Reinforced Concrete Base: This item shall include the removal and replacement of failed existing reinforced concrete base for street and/or sidewalk as directed by the Engineer with same day haul-off of the excavated material to a suitable dumpsite; 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 Pavement Brick Paver, or under Pay Item No. 5-Remove & Replace Sidewalk Brick Paver. 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 SP-17 requirements de scribed above, it shall be repl aced in kind. Said reinforcing steel shall be anchored by ties to the existing cut steel bars, if any exist. Expansion joints shall be provided in the base . The Standard Specifications Item No. 104 "Removing Old Concrete" and Item No. 314 "Concrete Pavement" shall govern with the following exception: 314.4 "Concrete Mix Desi g n and Control" shall be changed to read, The concrete shall be designed for a minimum compressive strength of 3000 pounds per square inch at the age of two (2) days for either Type I or Type III cement. The price bid per cubic yard as shown on the proposal will be full payment for all materials including all labor, equipment and incidentals necessary to complete the work. PAY ITEM NO. 4 -Remove and 'Replace Pavement Brick Paver: PAY ITEM NO. 5 -Remove and Replace Sidewalk Brick Paver: Pay items No. 4 and No . 5 shall include the removal and replacement in like kind of damaged brick paver as designated by the Engineer. Contractor s hall 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 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 contact the Transportation and Public Works Department, Street Services Division (817) 392-8979 to arrange delivery . The Contractor shall furnish new brick pavers. This item shall be governed by all applicable provisions of the enclosed details and specifications . Subsidiary to pay items No. 4 and No . 5, Contractor shall adjust the top of existing Manholes, Water Valve Boxes, and Water Meter Boxes as needed to match proposed grade as directed by the Engineer. Standard Specification Item No. 450 "Adjusting Manholes ", shall apply except as herein modified . Prior to beginning of work, the Contractor shall make an inventory of the condition of existing manholes, water valve boxes, and water meter boxes. The inspector will field verify this inventory and provide the Contractor replacements for broken covers. The Contractor shall replace the covers which are damaged during construction at no cost to the City. Failure of the SP-18 Contractor to perform this inventory will place the total burd e n of replacement of any broke n frame and cover on the Contractor. Should the Contractor identify any utility manholes other than those owned by the City of Fo1t Worth , TX, the Contactor is encouraged to contact the owner a nd arrange the adjustment o f the manhole cover. Payment for the work will be made by the individual Franchi se Utility Company. The Contractor is not entitled to any additional compensation o r rene go tiation w ith the City associated with the construction of this work . The price bid per square foot as shown in the proposal shall be full payment for all materi a ls including all labor, new brick, excavation, equipment and incid e ntals necess a ry to complete the work. PAY ITEM NO. 6 -Remove and Replace Planter Box Brick Border (approximately 7 Yz inch wide X 3 Yz inch high): This item will include the removal and replacement in like kind of damaged planter box brick border as designated by the Engineer. Contractor shall match existing brick border 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 d e bris stockpiled on site. Existing brick pavers may be re-used only if approved by the Engineer. Existing 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 contact the Transportati on and Public Works Department, Street Services Division (817) 392-8979 to arrange delivery. The Contractor shall furnish new brick pavers. This item shall be governed by all applicable prov isions of the enclosed details and specifications. The price bid per linear 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. 7 -Filling Existing Brick Paver Joints: This item is for filling empty joints between existing brick pavers on sidewalk and on pavement as directed and approved by the Engineer. This item shall be governed by all 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 incidenta ls necessary to complete work. SP-19 PAY ITEM NO. 8 -Silicon Joint Sealing: This item shall include providing and installing joint sealing for concrete base, curbs and any other related concrete work, per enclosed details and specification for silicone joint sealing. The unit price bid per linear feet shall be full payment for a ll labor , material, eq uipment, supplies, and incidental necessary to complete the work. END OF SECTION SP-20 MASON ARY PA YING SPECIFICATIONS Part 1 -GENERAL 1.01 QUALITY ASSURANCE: A. Installer: Subcontract masonry paving work to a firm with not less than 5 years of successful experience in the required type of paving application. B. Sample Installation: Prior to installation of masonry paving work, fabricate sample panel using materials, pattern and joint treatment indicated for project work, including special features for expansion joints and contiguous work. Build panel at the site, as directed, of full thickness and approximately 4' x 4', unless otherwise indicated. Provide range of color, texture and workmanship to be expected in the completed work. Obtain Architect's acceptance of visual qualities of the panel before start of masonry paving work. Retain panel during construction as a standard for judging completed masonry paving work. Do not move or destroy sample panel until work is completed. C . Do not change source of brands for masonry units, setting materials, or grout during progress of work. 1.02 SUBMITTALS: A. Product Data: Submit manufacturer's technical data for each manufactured product, including certification that each product complies with specified requirements. B. Samples: 1. For verification purposes submit the following: a. Manufacturers testing certification. b. Masonry paving unit samples for each type of masonry paving required. Include in each set the full range of exposed color and texture to be expected in the completed work. 1.03 PRODUCT HANDLING: - 1 - A. Protect masonry materials during storage and construction against wetting by rain, snow or ground water and against soilage or int ermixture with earth or other ty pes 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, wind breaks and use cooled materials , as required. PART 2-PRODUCTS 2.01 MASONRY PAVING UNITS: A . Paving Brick: Solid (uncored) brick of modular size, 2-1 /4" x 3-5.8" x 7-5 .8" except as indicated, complying with ASTM C 216, Type FBS, Grade SW, except as indicated below: 1. Average Compressive Strength: Not less than 10 ,500psi. 2. Cold Water Absorption: Not more than 4% after 24 hour submersion in cold water. - 2 - 3. Freezing and Thawing: No breakage and not more than 0 .5% loss in dry weight of any indi vi du al unit after I 00 cycles of freezing-and-thawing test. 4. Color and Texture: Provide Bennett Bl en d 2 Velour Solid as manufactured by Acme Brick Company or approved equal. Verify to matc h existing brick paver of sidewalk and p avemen t. 2.02 SETTING MATERIALS: A. The mortar setting bed shall consist of: 1. l part Portland cement -ASTM C 150 , Type 1 2. 11,i part hydrated lime by volume -ASTM C207, Type 5 3. 3 parts damp sand -ASTM C144 (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: I. l part Portland cement -ASTM C 150 , Type 1. 2. 3 parts dry sand -ASTM Cl 44 . 3. Add water to obtain a wet mix. C. High bond mortar mix shall consist of: 1. 1 sack Portland cement -ASTM C 150 , Ty pe 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. 311,i cubicfeetofsand -ASTMC144 4. 4 gallons of high bond additive -Sarabond Liquid Mortar Additive by the Dow Chemical Co . 5. Mix with water m 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 V-i -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 I-inch layer of neat cement paste over setting bed. Tamped into full contact with the mortar bed to a level plane. Do not set large areas of pavers for later leveling. After pavers are set and cleaned free of mortar, fill joints with mortar completely filling voids. Remove excess dry joint filler mixture and fog surface with fine water spray . Alignment tolerances maximum are V-i inch in 20 feet and Y2 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 - CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT TECHNICAL SPECIFICATION For SILICONE JOINT SEALING FOR CONCRETE PAVEMENT (Revision 1, October 18, 1989) (Revision 2, May 12, 1994) 1. SCOPE This s pecification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 3 14.2 . ( 11) "Joint Sealing Materials " of ST AND ARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH, and Item 2.2 IO "Joint Sealing" of ST AND ARD 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 meets 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 , or an approved equal. Test Method AS SUPPLIED **** MIL-S-8802 ASTM D 1475 **** **** **** AS CURED - Self-Leveling Silicone Joint Sealant Test Non Volatile Content,% min. Extrusion Rate, grams/minute Specific Gravity Skin-Over Time, minutes max. Cure Time, days Full Adhesion, days ASTM D 412, Mod . Elongation, % min. Requirement 96 to 99 275 to 550 1.206 to 1.340 60 14 to 21 14 to 21 1400 ASTM D 3583 (Sect. 14 Mod .) ASTM C 719 ASTM D 3583 (Sect. 14 Mod .) ASTM D 3583 (Sect. 14 Mod.) Modulus @ 150% Elongation, psi max. Movement, 10 cycles @+ 100 /-50 % Adhesion to Concrete,% Elongation min . Adhesion to Asphalt, % Elongation min. 9 No Failure 600 600 2.4. The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them . Reference is made to the Construction Detail " sheet for the various joint details with their respective dimensions. 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 "Construction Detail " sheet or as directed by the Engineer within 12 hours of the pavement placement. (Note that for the "dummy" joints, the initial 1/4 inch width "green" 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 seven (7) days. Then the saw cuts for the joint sealant reservoir shall be made, the joint cleaned, and the joint sealant installed . During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F ( 4C) and rising. 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 5.4. 4.8. Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination. They shall be compatible with the join depth and width requirements. 5. CONSTRUCTION METHODS 5.1. General: The joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations. 5.2. Sawing Joints : The joints shall be saw-cut to the width and depth as shown on the "Construction Detail" sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 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 tae 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 and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition. Traffic shall not be allowed on the fresh sealant until it becomes tack-free . Approval of Joints : A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the Engineer the acceptable method for sealant installation . The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. 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. 7. BASIS OF PAYMENT Payment will be made at the Contract bid item unit price bid per linear foot (L.F.) as provided in "MEASUREMENT" for "SILICONE JOINT SEALING", which price of shall be full compensation for furnishing all materials and for all preparation, delivery, and application of those sealing materials and for all labor, equipment, tools and incidentals necessary to complete the silicone joint sealing in conformity with the plans and these specifications . ITEM 360 CONCRETE PAVEMENT 360.1. Description. Construct hy draulic ce m ent co ncre te pavement with or w ithout curbs on the concrete pavement. 360 .2. Materials. A. Hydraulic Cement Concrete. Provide hydraulic cement concrete in accordance with Item 421, "Hydraulic Cem e nt Concrete," except t hat stre ngth over-design is not required. Pro v ide C lass P co ncrete designed to meet a minimum average flexural strength of 570 psi o r a min imum average compressive strength of3 ,500 psi at 7 days or a minimum average flexural strength of680 psi or a minimum average compressive strength of 4,400 psi at 28 days . Test in accordance with Tex-448-A or Tex-418-A . When shown on the pl ans or a llowed , pro v id e C la ss H ES concrete for very early opening of small pavement areas or leave -outs to traffic. Des ign Class H ES to meet the req uirements of Class P and a minimum average fl exural strength of 400 ps i or a minimum average compressive strength of2,600 p s i in 24 hr., unless other early str ength and time requirements are shown on th e plans or a llow e d . No stren gt h over-design is required. Type ITl cement is a llowed for Class HES concrete. Use Class A or P concrete for curbs that are pl a ced separate ly from th e pavement. Provide concrete that is workable a nd cohesive, possesses satisfactory finishing qualities, and conforms to the mix desi gn a nd mi x design s lump . B. Reinforcing Steel. Prov id e Grade 60 d eform ed steel for bar reinforcement in accordance with It e m 440, "Re inforcin g Steel." Provide a pprov ed po s itioning a nd suppo11ing devices (baskets and c ha ir s) capable of sec urin g and holdin g the reinforcing stee l in proper po s ition before and during paving . Provide corros ion protection when show n on the plans. I. Dowels. Provide smooth , straight dow e ls of the s ize show n on th e plans, free of burrs, and conforming to the requirements of Item 440, "Reinforcin g Steel." C oat dowels with a thin film of grease or other approved de-bondin g m aterial. Provid e dowel caps on the lubricated end of each dowel ba r used in an expansion joint. Provide dowel caps tilled with a soft compressible material with enough range of movement to a llow complete closure of the expansion joint. 2. Tie Bars. Provide stra ig ht deform e d stee l tie bars. Provide e ith er multiple-piece tie bars or single- pi ece tie bars as s hown on the plan s. Provide multiple-pi ece tie bars composed of2 pieces of deformed reinforcin g steel with a coupling capable of developing a minimum tensile strength of 125 % of the desi gn y ie ld stren gth of the deformed ste e l when tensile-tested in the assembled configuration. Provide a minimum lengt h of33 diameters o f the deformed steel in each piece. Use multiple-piece tie ba rs from the li st of "Prequalitied Multiple Pi ece Tie Bar Producers" maintained by the Con struction Divi sio n , or s ubmit samples for test in g in accordance with Tex-711-1. C. Curing Materials. Provide Type 2 membran e curing compound conforming to DMS-4650 , "Hydraulic Cement Concrete Curing Mate rial s and Evaporation Retardants." Provide SS-1 emulsified asphalt co nformin g to Item 300, "As ph a lts , Oils, and E mul s ions ," for concrete pavement to be overlayed with asphalt co ncret e und er this Contract unless ot herwise shown on the plans or approved. Provide materi a ls for other m e thods of curing conforming to the requirements of Item 420, "Concrete Structures ." D. Epoxy. Provide Type III epoxy in accordance with DMS -6 100, "Epoxies a nd Adhesives," for in stalling a ll drilled-in reinforcing steel. E. Evaporation Retardant. Provide evaporation retardant co nforming to DMS-4650, "Hydraulic Cement Concrete Curin g Materials and Evaporation Retardants ." F. Joint Sealants and Fillers. Provide Class 5 or Class 8 joint-sealant materials and tillers unless otherwise shown o n the pl an s or a pproved and other sea lant materials of the size, shape, and type shown on the plans in accordance with DMS-6310 , "Joint Sealants and F ill ers." 360.3. Eq uipment. Furni sh and maintain all equipment in good working condition. Use measuring, mixin g, and delivery eq uipment conforming to the requirements of Item 42 1, "Hydraulic Ce ment Concrete." Obtain approval for other equipment used. A. Placing, Consolidating, and Finishing Equipment. Provide ap proved se lf-propelled paving equipment that unifo,mly di stributes the concrete with minimal segregation and provides a smooth machine-finished consolidated concrete pavem ent conforming to plan line and grade. Provide an approved automatic grade contro l system on slip-forming equipment. Provide approved mechanically operated finishing flo ats capab le of producing a uni fonnly smooth pavement surface . Provide equipment capable of providin g a fine, li g ht water fog mist. Provide mechanically operated vibratory equipment capable of adequate ly con s olidating the concrete. Provide immersion vibrators on the paving equipment at s uffici e ntly close intervals to provide uniform vibration and conso li dation 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 v ibrators for timely and proper consolidation of the concrete a lon g forms, at joints and in areas not cove red by other vibratory equipment. Surface vibrators may be used to supp lement equipment- mounted immersion vibrators. Provide tachometers to verify the proper operation of a ll vibrators. For small o r irre g ular areas or when approved, the pavin g equipment described in this Section is not required . B. Forming Equipment. I. Pavement Forms. Provide metal side forms of sufficient cross-section, stren gth, and rigidity to support the paving equipment and resist the impact and vibration of the operation without visible springing or settlement. Use forms that are free from detrimental kinks, bends, or warps that could affect ride quality or alignment. Provide flexible or curved metal or wood forms for curves of 100-ft. rad iu s or less. 2. Curb Forms. Provide curb fonns for separate ly placed curbs that are not s lipformed that conform to the requirements of Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." C. Reinforcing Steel Inserting Equipment. Provide inserting equipment that accurately inserts and positions reinforcing steel in the plastic concrete parallel to the profile grade and horizontal alignment in accordance to plan details . D. Texturing Equipment. I. Carpet Drag. Provide a carpet drag mounted on a work bridge or a moveable support system. Provide a single piece of carpet of sufficient transverse length to span the full width of the pavement being placed and adjustab le so that a sufficient lon gitud inal length of carpet is in contact with the concrete being placed to produce the desired textu re . 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 I in ., a minimum weight of 70 oz. per square yard , a nd a strong, durable, rot-resistant backing material bonded to the facing. 2. Tining Equipment. Provide a self-propelled transverse metal tine device equipped with 4-in. to 6-in. steel tines and with cross-section approximately I /32 in . thick by 1 /12 in . wide, spaced at I in., center-to-center. Hand-operated tining equipment that produces an equivalent texture may be used only on smal l or irregularly shaped areas or, when permitted, in emergencies due to equipment breakdown . E. Curing Equipment. Provide a se lf-prop elled machine for applying membrane curing compound using mechanically pressurized spray in g equipment with atomizing nozzles . Provide equipment and controls that maintain the required uniform rate of app lication over the entire paving area . Provide curing equipment that is independent of a ll other equ ipment when production rates are such that the first application of membrane curing compound cannot be accomp li shed immediately after texturing and after free moisture has disappeared. Hand-operated pres s urized s praying equipment with atomizing nozzles may only be used on small or irregular areas or, when permitted, in emergencies due to equipment breakdown . F. Sawing Equipment. Provide power-driven concrete saws to saw the joints shown on the plans. Provide standby power-driven concrete saws during concrete sawing operations. Provide adequate illumination for nighttime sawing. G. Grinding Equipment. When required , provide self-propelled powered grinding equipment that is specifically designed to smooth and texture concrete pavement using circular diamond blades. Provide equipment with automatic grade control capable of grinding at least a 3-ft. width longitudinally in each pass without damaging the concrete. H. Testing Equipment. Provide testing equipm e nt regardles s of job-control testing responsibilities in accordance with Item 421 , "Hydraulic Cement Concrete," unless otherwise shown in the plans or specified. I. Coring Equipment. When required, provide coring equipment capable of extracting cores in accordance with the requirements ofTex-424-A. J. Miscellaneous Equipment. Furnish both 10-ft. and 15-ft. steel or magnesium long-handled standard straightedges . Furnish enough work bridges, long enough to span the pavement, for finishing and inspection operations. Furnish date stencils to impress pavement placement dates into the fresh concrete, with numerals approximately 2 in. high by 1 in. wide by 1/4 in. deep. 360.4. Construction. Obtain approval for adjustments to plan grade-line to maintain thickness over minor subgrade or base high spots while maintaining clearances and drainage. Maintain subgrade or base in a smooth, clean, compacted condition in conformity with the required section and established grade until the pavement concrete is placed. Keep subgrade or base damp with water sufficiently in advance of placing pavement concrete. Adequately light the active work areas for all nighttime operations. Provide and maintain tools and materials to perform testing. A. Paving and Quality Control Plan. Submit a paving and quality control plan for approval before beginning pavement construction operations. Include details of all operations in the concrete paving process, including longitudinal construction joint layout, sequencing, curing, lighting, early opening, leave-outs, sawing, inspection. testing, con struction methods, other details and description of all equipment. List certified personnel performing the testing. Submit revisions to the paving and quality control plan for approval. B. Job-Control Testing. Unless otherwise shown on the plans, perform all fresh and hardened concrete job-control testing at the specified frequency. Provide job-control testing personnel meeting the requirements of Item 421, "Hydraulic Cement Concrete ." Provide and maintain testing equipment, including strength testing equipment at a location acceptable to the Engineer. Use of a commercial laboratory is acceptable . Maintain all testing equipment calibrated in accordance with pertinent test methods. Make strength-testing equipment available to the Engineer for verification testing. Provide the Engineer the opportunity to witness all tests . The Engineer may require a retest if not given the opportunity to witness. Furnish a copy of all test results to the Engineer daily. Check the first few concrete loads for slump, air, and temperature on start-up production days to check for concrete conformance and consistency. Sample and prepare strength test specimens (2 specimens per test) on the first day of production and for each 3,000 sq. yd. or fraction thereof of concrete pavement thereafter. Prepare at least 1 set of strength-test specimens for each production day. Perform slump, air, and temperature tests each time strength specimens are made. Monitor concrete temperature to ensure that concrete is consistently within the temperature requirements. The Engineer will direct random job- control sampling and testing . Immediately investigate and take corrective action as approved if any Contractor test result, including tests performed for verification purposes, does not meet specification requirements . When job-control testing by the Contractor is waived by the plans, the Engineer will perform the testing; however , this does not waive the Contractor's responsibility for providing materials and work in accordance with this Item. 1. Job-Control Strength. Unless otherwise shown on the plans or permitted by the Engineer, use 7-day job-control concrete strength testing in accordance with Tex-448-A or Tex-418-A. For 7-day job-control by flexural strength , use a flexural strength of 520 psi or a lower job-control strength value proven to meet a 28-day flexural strength of 680 psi as correlated in accordance with Tex-427-A . For 7-day job-control by compressive stren gt h, use a compressive strength of 3,200 ps i or a lo wer job-control stre ngt h va lu e proven to meet a 28 -day compressive strength of 4,400 ps i as correlated in accordance with Tex-427-A. Job contro l of concrete strength may be correlated to an age other than 7 days in ac cord a nce with Tex-427-A when a pproved. Job -co ntrol stre ngth of C lass HES concrete is based on the required stre ngth a nd tim e . When a job-control concrete stre ngth tes t va lue is more than 10 % be low the required job-control stren gth or when 3 co nsecu tiv e job-control stre ngth values fall below the required job-control strength, in vestigate the str e ngt h test procedures, th e qu a li ty of material s, the concrete production operations, and other possible probl e m areas to d ete rmin e the cause. Take necessary action to correct the probl em, in c lu ding redesign of the co ncre te mix if neede d. The Engineer may suspend concrete pav in g if the Contracto r is un ab le to id entify, document, and correct the cause of low stren g th tes t values in a timely manner. If any job-control str e ngth is more than 15% below the required job-contro l strength , the Engineer will evaluate the structural adequacy of the pavements. When directed , r emo ve and replace pav eme nts found to be structurally inadequate at no additional cost. 2. Split-Sample Verification Testing. Perform s plit-sample verification testing w ith the Engineer on random samples taken and s plit by the Eng ineer at a rate of at le as t l for every 10 job-control sa mples. The En g in eer will eva lu ate the res ults o f s plit-sa mple verification testing . Immediately inv estigate a nd take corrective action as approved w he n results of sp lit-sample verification testing differ more than the a llow a ble difference s s ho wn in Table 1, o r when the average of 10 job-control strength results and the Engineer's s plit-sa mple st rength result differ by more than 10%. Table I V 'fi en 1catmn estm2 1m1t s T L' . ~- Te st Method Allowable Differ ences Temperature, Tex-422 -A 2°F S lump, Tex-415-A I in. Air content , Tex-4 14-A o r Tex-4 16-A 1% Flexural strength, Tex-448 -A 19% Co mpress iv e st~th , Tex-418-A 10% C. Reinforcing Steel and Joint Assemblies. Accurately place and secure in position all reinforcing steel as s ho wn on the plans . Place dowels at mid-depth of the pavement s lab, parallel to the surface . Place dowels for transverse contraction joints parallel to the pavement edge. Tolerances for location and alignment of dowels will be s hown on the plans . Stagger the longitudinal reinforcement sp lices to avoid having more than 1/3 of the splices within a 2-ft . lon gitudina l length of each lane of the pavement. Use multiple-piece tie bars or drill and epoxy grout tie bars at longitudinal construction joints. Verify that tie bars that are drilled and epoxied into concrete at longitudinal co nstruction joints develop a pullout resista nce equal to a minimum of3/4 of th e yie ld strength of the steel after 7 days. Test 15 bars using ASTM E 488, except th at a lt ernate approved equipment may be used. All 15 tested bars must meet the required pullout strength. If any of the test results do not meet the required minimum pullout strength, perform correctiv e measures to provide equivalent pullout resistance. Repair damage from te s tin g. Acceptable corrective meas ures include but are not limited to installation of additiona l or longer ti e bar s . I. Manual Placement. Secure reinforcing bars at alternate intersections with wire ties or locking support chairs. Tie a ll sp lic es with wire. 2. Mechanical Placement. If mechanical pl acement of reinforcement results in steel misalignment or improper loca tion , poor concrete consolidation, or other inadequacies, com pl ete the work using manual methods . D. Joints. Install joints as shown on t he pl a ns. Joint sealants are not required o n concrete pavement that is to be overlaid with asphaltic material s. Clean and seal joints in a ccordance with Item 438, "C leaning and Sea lin g Joints and Cracks (Rigid Pave ment and Bridge Decks)." Repair excessive spalling of the j o int saw groove using an approved method before installin g the sealant. Seal all joints before opening the pavement to a ll traffic . Wh en placing of concrete is stopped, in stall a rigid transverse bulkhead , accurate ly notch ed for the reinforcin g stee l and s haped accurate ly to the cross-section of the pavement. I. Placing Reinforcement at Joints. Where the plans require an assembly of parts at pavement joints, complete and place the assembly at the required location and elevation with all parts rigidly secured in the required po s ition. Accurately notch joint materi a ls for the reinforcing steel. 2. Transverse Construction Joints. a. Continuously Reinforced Concrete Pavement (CRCP). Install additional longitudinal reinforcement throu g h the bulkhead when s hown on the plans. Protect the reinforcing steel immediatel y bey ond the construction joint from dama g e , vibration , and impact. b. Concrete Pavement Contraction Design (CPCD). When the placing of concrete is inte ntion a ll y s topped , in stall and ri g idl y s ecure a complete joint assembly and bulkhead in the planned transverse contraction joint location . When the placing of concrete is unintentionally stopped , in stall a transverse construction joint either at a planned transverse contraction joint location or mid-slab between planned transverse contraction joints. For mid-slab construction joints, install tie bars of the size and spacing used in the longitudinal joints. c. Curb Joints. Provide joints in the curb of the same type and location as the adjacent pavement. Use expansion joint material of the same thickness, type, and quality required for the pavement and of the section shown for the curb. Extend expansion joints through the curb . Construct curb joints at all transverse pavement joints . For non-monolithic curbs, place reinforcing steel into the plastic concrete pavement as shown on the plans unless otherwise approved. Form or saw the weakened plane joint across the full width of concrete pavement and through the monolithic curbs. Construct curb joints in accordance with Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." E. Placing and Removing Forms. Use clean and oiled forms . Secure forms on a base or firm subgrade that is accurately graded and that provides stable support without deflection and movement by form riding equipment. Pin every form at least at the middle and near each end . Tightly join and key form sections together to prevent relative displacement. Set side fonns far enough in adv ance 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. A void damage to the edge of the pavement when removing forms. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hr. after form removal unless otherwise approved. Clean joint face and repair honeycombed or damaged areas within 24 hr. after a bulkhead for a transverse construction joint has been removed unless otherwise approved . When forms are removed before 72 hr. after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. 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 is supported with a firm material to produce the required pavement thickness . Promptly repair the form trench after use . Use flexible or curved wood or metal forms for curves of l 00-ft. radius or less . F. Concrete Delivery. Clean delivery equipment as necessary to prevent accumulation of old concrete before loading fresh concrete. Use agitated delivery equipment for concrete designed to have a slump of more than 5 in. Segregated concrete is subject to rejection . Place agitated concrete within 60 min. after batching. Place non-agitated concrete within 45 min. after batching . In hot weather or under conditions causing quick setting of the concrete, times may be reduced by the Engineer. Time limitations may be extended if the Contractor can demonstrate that the concrete can be properly placed, consolidated, and finished without the use of additional water. G. Concrete Placement. Do not allow the pavement edge to deviate from the established paving line by more than I /2 in . at any point. Place the concrete as near as possible to its final location, and minimize seg re g ation and rehandling . Where hand spreading is necessary , distribute concrete using shovels. Do not us e rakes or vibrators to distribute concrete. 1. Pavement. Consolidate all concrete by approved mechanical vibrators operated on the front of the paving equ ipm ent. Use immersion-type vibrators that simultaneo usly consolidate the full width of the placement when machine finishing . Keep vibrators from di s lodging reinforcement. Use hand- operated vibrators to con solidate concrete in areas not accessible to the machine-mounted vibrators. Do not operate machine-mounted vibrators while the paving equipment is stationary. Vibrator operations are s ubject to review. 2. Date Imprinting. Imprint dates in the fre sh concrete indicating the date of the concrete placement. Make impression s approximate ly I ft . from the outside lon gitud inal construction joint or edge of pavement a nd a pproxim ately I ft . from the transverse construction joint at the beginning of the placement day. Orient the impressions to be read from the outside s houlder in the direction of final traffic. Impress date in DD-MM-YY format. Imprintin g of the Contractor name or logo in similar size characters to the date is allowed . 3. Curbs. Where curbs are placed separately, conform to the requirements of Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." 4. Temperature Restrictions. Place concrete that is between 40 °F and 95 °F when measured in accordance with Tex-422-A 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 co1Tective ac tion or cease concrete production when the concrete temperature exceeds 95 °F. Do not place concrete when the ambient temperature in the shade is below 40°F and falling unless approved. Concrete may be placed when the ambient temperature in the shade is above 35 °F and rising or above 40°F . When temperatures warrant protection against freezing, protect the pavement with an approved in s ulating 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 or replace all concrete damaged by freezing . H. Spreading and Finishing. Finish all concrete pavement with approved self-propelled equipment. Use power-driven spreaders , power-driven vibrators, power-driven strike-off, and screed, or approved alternate equipment. Use the transverse finishing equipment to compact and strike off the concrete to the required section and grade without surface voids. Use float equipment for final finishing. Use concrete with a consistency that allows completion of all finishing operations without addition of water to the surface . Use the minimal amount of water fog mist necessary to maintain a moist surface. Reduce fogging if flo at or straightedge operations resu It in excess slurry. 1. Finished Surface. Perform sufficient checks with long-handled l 0-ft . and 15-ft. straightedges on the plastic concrete to ensure that the final surface is within the tolerances specified in Surface Test A in Item 585 , ''Ride Quality for Pavement Surfaces." Check with the straightedge parallel to the centerline . 2. Maintenance of Surface Moisture. Prevent surface drying of the pavement before application of the curing system. Accomplish this by fog applications of evaporation retardant on the pavement surface. Apply evaporation retardant at the rate recommended by the manufacturer. Reapply the evaporation retardant as needed to maintain the concrete surface in a moist condition until curing system is applied. Do not use evaporation retardant as a finishing aid. Failure to take acceptable precautions to prevent surface drying of the pavement will be cause for shut down of pavement operations. 3. Surface Texturing. Perform surface texturing using a combination of a carpet drag and metal tining . Complete final texturing before the concrete has attained its initial set. Draw the carpet drag longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. A metal-tine texture finish is required unless otherwise shown on the plans . Provide the metal-tine finish immediately after the concrete surface has set enough for consistent tining . Operate the metal-tine device to obtain grooves spaced at I in., approximately 3/16 in. deep, with 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 a ir damag e to the edge of the slab and joints immediately after texturing . Do not tine pavement that will be overlaid. 4. Small or Irregular Placements. Where machine placements and finishing of concrete pavement are not practical , us e h and e quipment and procedures that produce a consolidated and finished pavement section to the line and grade. 5. Emergency Procedures. U se hand-operated equipment for applying texture, evaporation retardant, and cure in the event of equipment breakdown . I. Curing. Ke ep the concrete pavement surface from drying by water fogging until the curing material has be e n applied . Maintain and promptl y repair damage to curing materials on exposed surfaces of concrete pavement continuou s ly for at least 3 curing days. A curing d a y is defined as a 24-hr. period when either the temperature taken in the shade away from artificial heat is above 50°F for at least 19 hr. or when the surface temperature of the concrete is maintained above 40 °F for 24 hr . Curing begins when the concrete curing sy stem has been applied. Stop concrete paving if curing compound is not being applied promptly and maintained adequately. Other methods of curing in accordance with Item 420, "Concrete Structures," may be used when specified or approved . I. Membrane Curing. After texturing and immediately after the free surface moisture has di sappeared , spray the concrete surface uniformly with 2 coats of membrane curing compound at an individual application rate of not more than 180 sq. ft . per gallon. Apply the first coat within IO min . after completing texturing operations . Apply the second coat within 30 min . after completing te xturing ope rations. Before and during application, maintain curing compounds in a uniformly agitated condition, free of settlement. Do not thin or dilute the curing compound . Where the coating shows discontinuities or other defects or if rain falls on the newly coated surface before the film has dried enough to resist damage, apply additional compound at the same rate of coverage to correct the damage. Ensure that the curing compound coats the sides of the tining grooves. 2. Asphalt Curing. When an a sphaltic concrete overlay is required, apply a uniform coating of asphalt curing at a rate of 90 to 180 sq . ft . per gallon as required. Apply curing immediately after texturing and just after the free moisture (sheen) has disappeared . Obtain approval to add water to the emulsion to improve spray distribution. Maintain the asphalt application rate when using diluted emulsions. Maintain the emulsion in a mixed condition during application. 3. Curing Class HES Concrete. For all Class HES concrete pavement, provide membrane curing in accordance with Section 360.4.1.1, "Membrane Curing," followed promptly by water curing until opening strength is achieved but not less than 24 hr. J. Sawing Joints. Saw joints to the depth shown on the plans as soon as sawing can be accomplished without damage to the pavement regardless of time of day or weather conditions . Some minor raveling of the saw cut is acceptable. Use a chalk line, string line, sawing template, or other approved method to provide a true joint alignment. Provide enough saws to match the paving production rate to ensure sawing completion at the earliest possible time to avoid uncontrolled cracking. Reduce paving production if necessary to ensure timely sawing of joints. Promptly restore membrane cure damaged within the first 72 hr . of curing. K. Protection of Pavement and Opening to Traffic. Testing for early opening is the responsibility of the Contractor regardless of job-control testing responsibilities unless otherwise shown in the plans or directed . Testing result interpretation for opening to traffic is subject to the approval of the Engineer. 1. Protection of Pavement. Erect and maintain barricades and other standard and approved devices that will exclude all vehicles and equipment from the newly placed pavement for the periods specified. Before opening to traffic, protect the pavement from damage due to crossings using approved method s . Where a detour is not readily available or economically feasible, an occasional crossing of the roadway with overweight equipment may be permitted for relocating equipment only but not for hauling material. When an occasional crossing of overweight equipment is permitted, temporary matting or other approved methods may be required . Maintain an adequate supply of sheeting or other material to cover and protect fresh concrete s urface from weather da ma ge. Apply as needed to protect the pavement surface from weather. 2. Opening Pavement to All Traffic. Pavement that is 7 days old may be opened to all traffic. Before opening to traffic , clean pavement, place stable material aga inst the pavement edges, seal joints, and perform all other traffic safety related work. 3. Opening Pavement to Construction Equipment. Unless otherwise shown on the plans, concrete pavement may be opened early to concrete paving equipment and re lated delivery equipment after the concrete is at least 48 hr . old and opening strength has been demonstrated in accordance with Section 360.4 .K.4, "Early Opening to All Traffic," before curing is complete. Keep delivery equipment at lea s t 2 ft. from the edge of the concrete pavement. Keep tracks of the paving equipment at least 1 ft. from th e pavement edge. Protect textured surfaces from the paving equipment. Restore dam aged membrane curing as soon as possible. Repair pavement damaged by pavin g or delivery equipment before opening to all traffic . 4. Early Opening to All Traffic. Concrete pavement may be opened after curing is complete and the concrete has attained a flexural strength of 450 psi or a compressive strength of 2,800 psi, except that pavement using Class HES concrete may be opened after 24 hr. if the specified strength is achieved. a. Strength Testing. Test concrete specimens cured under the same conditions as the portion of the pavement involved. b. Maturity Method. Unless otherwise shown on the plans, the maturity method, Tex-426-A, may be used to estimate concrete strength for early opening pavement to traffic. Install at least 2 maturity thermocouples for each day's placement in areas where the maturity method will be used for early opening. Thermocouples, when used, will be installed near the days final placement for areas being evaluated for early opening. Use test specimens to verify the strength-maturity relationship in accordance with Tex-426-A, starting with the first day's placement corresponding to the early opening pavement section. After the first day, verify the strength-maturity relationship at least every 10 days of production . Establish a new strength-maturity relationship when the strength specimens deviate more than I 0% from the maturity-estimated strengths. Suspend use of the maturity method for opening pavements to traffic when the strength-maturity relationship deviates by more than I 0% until a new strength-maturity relationship is established. When the maturity method is us'ed intermittently or·for only specific areas, the frequency of verification will be as determined by the Engineer. 5. Emergency Opening to Traffic. Under emergency conditions, when the pavement is at least 72 hr. old, open the pavement to traffic when directed in writing. Remove all obstructing materials , place stable material against the pavement edges, and perform other work involved in providing for the safety of traffic as required for emergency opening. L. Pavement Thickness. The Engineer will check the thickness in accordance with Tex-423-A unless other methods are s hown on the plans . The Engineer will perform I thickness test consisting of I reading at approximately the center of each lane every 500 ft. or fraction thereof. Core where directed in accordance with Tex-424-A to verify deficiencies of more than 0 .2 in. from plan thickness and to determine the limits of deficiencies of more than 0.75 in. from plan thickness . Fill core holes using a concrete mixture and method approved by the Engineer. I. Thickness Deficiencies Greater than 0.2 in. When any depth test measured in accordance with Tex-423-A is deficient by more than 0.2 in. from the plan thickness, take one 4-in. diameter core at that location to verify the measurement. If the core is deficient by more than 0.2 in . but not by more than 0 .75 in. from the plan thickness, take 2 additional cores from the unit (as defined in Section 360.4.L.3, "Pavement Units for Payment Adjustment") at intervals of at least 150 ft. and at locations selected by the Engineer, and determine the thickness of the unit for payment purposes by averaging the length of the 3 cores. In calculations of the average thickness of this unit of pavement, measurements in excess of the specified thickness by more than 0.2 in . will be considered as the specified thickness plus 0.2 in . 2. Thickness Deficiencies Greater than 0. 75 in. If a core is deficient by more than 0.75 in., take add ition a l cores at IO ft. intervals in each direction parallel to the center lin e to determine the boundary of the defi c ient area . T he Eng in eer will eva lu ate a ny area of pavement found deficient in thickness by more than 0.75 in. but not more than I in. As directed, remove an d replace the deficient a re as without additional com pensation or retain deficient areas without compensation . R emove a nd rep lace any area of pavement found deficient in thickness by more than I in. without addition a l compensation. 3. Pavement Units for Payment Adjustment. Limits for applying a payment adjustment for deficient pavement thickness from 0.20 in. to not more than 0.75 in. are 500 ft . of pavement in each lane . Lane width will be as s hown on typical secti ons a nd pavement design standards. For g reat er than 0.75 in . deficient thickness, the limits for applying zero payment or requiring removal will be defined by coring or equivalent nondestru ct iv e means as determined by the Engineer. The remaining po1iion of the unit determined to be le ss than 0.75 in. deficient will be subject to the p ay ment adjustment base d on the average core thickness at each end of the 10 ft. interval investigation as determined by th e Engineer. Shoulders will be measured for thickness unless otherwise shown on the plans. Shoulders 6 ft. wide or wider will be considered as lanes. Shoulders less than 6 ft. wide will be considered part of the adjacent lan e . Limits for applying payment adjustment for de ficient pavement thickness for ramps , widenings , acceleration and dece leration lan es, and other miscellaneous areas are 500 ft. in length . Areas less than 500 ft. in length will be individually evaluated for payment adjustment based on the plan area. M. Ride Qua lity. Unless otherwise s hown on the plans, measure ride quality in accordance with Item 585, "Ride Quality for Pavement Surfaces.'' 360.5. Measurement. This Item wi ll be measured as follows: A. Concrete Pavement. Concrete pavement wi II be measured by the s quare yard of surface area in place. The s urface area includes the portion of the pavement slab extending beneath the curb . B. Curb. Curb on concrete pavement will be measured by the foot in place . 360.6. Payment. These prices are full compensation for materials, equipment, labor, tools, and incidentals . A. Concrete Pavement. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the adjusted unit price bid for "Concrete Pavement" of the type and depth specified as adjusted in accordance with Section 360.6 .B, "Deficient Thickness Adjustment." B. Deficient Thickness Adjustment. Where the average thickness of pavement is deficient in thickness by more than 0 .2 in . but not more than 0 .75 in., payment will be m ade using the adjustment factor as specified in Table 2 applied to the bid price for the deficient area for each unit as defined under Section 360.4.L.3, ''Pavement Units for Payment Adjustment." Table 2 D fi . t Th . k P . Ad . F e 1c1en IC ness nee 1ustment actor Deficiency in Thickness Determined by Proportional Part of Contract Price Cores (in.) Allowed (ad.iu stment factor) Not deficient 1.00 Over 0 .00 through 0 .20 1.00 Over 0 .20 through 0 .30 0 .80 t--- Over 0 .30 through 0.40 0 .72 Over 0.40 through 0 .50 0 .68 ~-Over 0 .50 through 0 .75 0 .57 C. Curb. Work performed a nd furnished in accordance with this Item and measured as provided under "Measurement" wi II be paid for at the unit price bid for ''Curb" of the type s pecified . HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator $10.06 Asphalt Distributor Opera tor $ I 3 . 99 Asphalt Paving Ma chine Operator .. $12.78 Asph alt Rake r --------········--·-----·· $11.01 Asphalt Shoveler --·-·· $ 8.80 Batching Plant Weigher $14 .15 Broom or Sweepe r Opera tor $ 9.88 Bulldozer Operato r $13.22 Carpenter -$12.80 Concrete Finisher, Paving $12 .85 Concrete Finisher, Structures -· ~-$1).27 Concrete Paving Curbing Machine Operator -·$12.00 Concrete Paving Finishin g Machine Operator $13.63 Concrete Paving Jo int Seal er Operator $12 .50 Concrete paving Saw Operator $13 .56 Concrete Puving Spreader_QP.erator ----·· ___ $14. SO Concrete Rubber $10.6 l Crane, Clams he! I, ·Backhoe, De~rick, D!_agline, Shovel Operator $ J 4. 12 Electrician $ 1 8. J 2 Flae:e:er $ 8.43 Form Builder/Setter, Structures $11.63 Form Setter, Paving & Curb $11 .83 Foundation Drill Operator, Crawler Mounted ·--~ $i"w Foundation Drill Operator, Truck Mounted $16.30 Front End Load er Operator $12 .62 Laborer, Common $ 9.1 8 Laborer, Utility $10 .65 Mechanic $16.97 Milling Machine Operatw,fine Grade $11.83 Mixer Operator $11.58 Motor Grader Operator, Fine Grade $15 .20 Motor Grader Operator, Rough $14 .50 Oiler $14 .9 8 Painter, Structures $13. 17 Pa vement Marking Machine Operator ···------$10 .04 Pipelayer $11.04 Reinforcing Steel Setter, Paving $14.86 Reinforcin g Steel Sener, Structure $16 .29 Roller Operator, Pneumatic, Self-Prop~i_ ___ ! 11.07 Roller Operator, Steel Wheel, Flut Wheel/Tanpirrg___ $10.92_ Roller Operator, St ee l Wheel, Plant Mix Pavement $11.28 ~er Operator · · · $1JA2 Servicer $12 .32 ·-· Slip Form Machine Operator $12.33 Spreader Box Operator $10.92 Tractor Operator, Crawler Type _ $12 .60 Tractor Operator, Pneumatic . ········--··----···-··-----$12. 91 Traveling Mixer O erator ----·-·· $12 .03 Truck Driver, Lowboy-Float _ $14.93 Truck Driver, Single Axle, Heavy $11.47 Truck Driver, Sin.gle Axle, Light $10.91 Truck Driver , Tandem Axle , Semi-Trail er $1175 Truck Driver, Transit-Mix $12 .08 Wagon Drill, Boring Machin e, Post Hole Driller Op~ator-=-$14 .00 Welder $1 3.57 Work Zone Barricade Servicer ----------·-·-··-· ___ 1-3 l O 09 . VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders . This law provides that , in order to be awarded a contract as low bidder, nonresident bidders (out-of-State contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction , improvements , supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-State or nonresident bidders in order for your bid to meet specifications . The failure of out-of-State or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in ______ (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached . Nonresident vendors in (give State), our principal place of business , are not required to underbid resident bidders . B. Our principal place of business or corporate offices are in the State of Texas . ~ BIDDER: LLL 75,37 City State Zip By:~o~hMP '- (Pleas~ Signature : -,,c.~----"'------------._/ Title: C ..-e:J £? (Please pr int) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION 6 - 1 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 (2010-12) at Various Locations and City of Fort Worth Project No. 01546. STA TE OF TEXAS COUNTY OF TARRANT § § § BY.v·~::..__ _________ _ Name : ~l9;,_ \::wo ._. Title : ~ c? u Date : ff'· o · \ ' Ll Befg.i;e me , the undersigned authority, on this day personally appeared r1.ot,t;. A" rM~ow , known to me to be the person whose name is subscribed to the foregoi_ng instrument , and acknowledged to me that he executed the same as the act and deed of ~iS (!.,\VIL I l L C, for the purposes and consideration therein expressed and in the capacity therein stated . Given Under My Hand and Seal of Office this '2 bl day of ~ , 20_c._O _ 9 - 1 r the State of 4~~·~:t;,,,, JULIETA R. HENJUM /{~;,-a Notary Public, State of Te x as ;; \.~l ~ My Commiss ion Exp ire s \;j~;;,i,~, Oc tobe r 10, 2012 ,,,,,u,\\\: CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date: July 14. 2010 NAME OF PROJECT : Brick Pavement Repair (2010-12) PROJECT NUMBER : 01546 IS TO CERTIFY THAT: CPS Civil. LLC. is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for the type of insurance and accordance with provisions of the standard policies used by this Company , and further hereinafter described . Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker 's Compensation Comprehensive General Bodily Injury: Liability Insurance (Public Ea Occurrence: $ Liability) Property Damage : Ea . Occurrence : $ Blasting Ea. Occurrence: $ Collapse of Building or structures adjacent to Ea. Occurrence: $ --- excavations Damage to Underground Utilities Ea. Occurrence: $ Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea. Person: $ Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Bodily Injury : Contractual Liability Ea. Occurrence : $ Property Damage: Ea. Occurrence: $ Other Locations covered:----------------------------------- Description of operations covered :----------------------------- The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements , either in the body thereof or by appropriate endorsement thereto attached. The City , its officers, employees and servants 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 . Agency Insurance Company: ___________ _ ~F=ort~W~ort~h~A~g=e~nt"--~~~~~~~~~~~~ By __________________ _ Address _________________ _ T itl e _________________ _ 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 Department of Transportation and City of Fort Worth Project No. 01546. STATE OF TEXAS COUNTY OF TARRANT § § § By : Name :~\-h~k:l2"2 Title : /;. r e' L7 Date: 'f:?-6'.· \ 6 A Before me, the undersigned authority, on this day personally appeared o ~£ ,t.,i'~~w , 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 CPS Civil, LLC. for the purposes and consideration therein expressed and in the capacity therein stated . Given Under My Hand and Seal of Office this ~day of ~ , 20 {D -- ,,om,,, ~-;;.•~.,~i,t,~ JULIETA R. HENJUM f~:~{"§ Notary Public. State of Texas · ~-::~~-:~§ My Commission Expires "'-1t1,:,:jt,,~ October 1 o, 2012 ~ Bond No . ASB-521736 !:f.RFORMANCE BOND THE STAT E OF TEXAS KNOW ALL BY THESE PRESENTS : COUN f Y OFT ARRANT American Safety Casualty That we (I) CPS Civil, LLC. as Principal herein. and (2) Insurance Company , a corporation organized under the laws of the State of(3) Oklahoma . 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: Four Hundred Forty Nine Thousand Three Hundred Ninety Seven Dollars and Fifty Cents ... ($449 1397.50) Dollars for the payment of which s um we bind ourselves. our heirs. executors. administrators. s uccessors and assigns. jointly and severally . tirmly by these presents . WHEREAS. Principal has entered into a certain contract with the Obligee dated the Hof July, 2010 a copy of which is attached hereto and made a part hereof. for the construction of: Brick Pavement Repair (2010-12) NOW THEREFORE. the condition of this obligation is such, if the said Principle 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 n:main in full force and effect. WHEREAS , said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as here in provided . NOW THEREFORE , if said Contractor shall keep and perform its said agreement to maintain , repair or reconstruct said Work in accordance with all the terms and condit ions of said Contract . these presents shall be null and void , and have no force or effect. Otherwise . th is Bond shall be and remain in full force and effect. and the City shall have and recover from Contractor and Surety damages in the premises as prescri bed 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 1 counterpart(s). each of which shall be deemed an orig inal , this 14 day of July , A.0 .2010. ATTEST: (SEA L) Secretary ~~xx WITNESS : (5 EAL) CPS Civil, LLC. Contractor Name: Robert Farrow Title : coo American Safety Casualty Insurance Company Surety By :-t=-2?~~~' ·~• ~=----=-=+-- Name: Sandra Lee Roney Title : Attorney in Fact --..,. -' -100 Galleria Pkwy , Suite 700 Atlanta , GA 30339 Address ::: THE STATE OF TEXAS COUNTY OF TARRANT § § § Bond No. ASB-521736 PAYMENT BOND KNOW ALL BY THESE PRESENTS : Thal we. (I) CPS Civil, LLC. as Principal herein. and (2) American Safety Casualty Insurance Compa.ny a corporation organized and existing under the laws of the Stale of(J) Oklahoma . as surety. are ht:ld and tirmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties. Texas. Obligec herein, in the amount of Four Hundred Forty Nine Thousand Three Hundred Ninety Seven Dollars and Fifty Cents ... Dollars ($449,397.50) for the payment whereof, the said Principal and Surety bind themsclws and their heirs, executors, administrators, successors and a s signs, jointly and severally, firmly by these presents : WHEREAS. the Principal has entered into a certain written contract with the Obligee dated the !!.day of July , 2010, which contract is hereby reterred to a nd made a part hereof as if fully and to the same extent a s if copied at length. for the following project : Brick Pavement Repair (2010-12) NOW, THEREFORE. THE CONDITION OF THIS OBLIGATION IS SUCH . that if the said Principal s hall faithfully make payment lo 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 s hall be void; otherwise, to remain in full force and effect. PROVIDED. HOWEV E R. that thi s bond is executed purs uant to Chapter n53 of the Texas Government C ode. as amended. and all liabilities on thi s bond s hall he determined in accordance with the provis ions of said s tatute . to the same extent as if it were copied at length herein . IN WITNESS WHEREOF. the dul y authorized repre sentatives of the Principal and the Surety ha.e executed this instrument. SIGNED and SEALED this!:! day ot: July, 20!0. PROVIDED. HOWEVER . that thi s bond i s executed pursuant to C hapter 2253 of the Texas Gowrnm.:nt Code . as amended . and all liabilities on this bond shall be detem1ined i n accon.tance with the provision s of such statute . to the sa me extent as if it were copied at len gth herein . IN WITNESS WHER EOF. the duly authorized repn:sentatives of the Principal and the Suret y have executed this in strument. SIGNED and SE ALED this .!1 of July. 2010. ATTEST : ZJ~ ~ ( Principal) Secn:tary (SEAL) fa 1 JU_y{lM{lli( _____ _ v W i~·s as to Principal Address WITNESS : /S EAL) 5057 Keller Springs Rd ., Suite 400, Addison , TX 75001 I Addn:,,) Title : Robert Farrow, COO ________________ _ 121 S Crest Lane Drive Duncanville, Texas 75637 American Safety Casualty Insurance Company __ Surety -----1_00 Galleria Pkwy , Suite 700 , Atlantsi, GA 30339 (Address) ---... ~ - r ..... .., -. .---, ::-NOTE : Date of Bond must not he prior to date of Contract ., / (I) Correct Name of Contractor (2 ) Correct name of Surety (3) State of incorporation of Surecy T e lephone number o f surety must be stated . In addition. an original copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact. T he date of bond shall not he prior co dace l>f Contract. Bond No . ASB -521736 MA IN TENANCE BOND THE ST A TF. OF TEXAS COU NTY OFT A RRA NT § That CPS Civil, LLC. ("Contractor"), as principal , and American Safety Casualty Insurance Company a corporat ion organized under the laws of the State of Oklahoma ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth , a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas , ("City ") in Tarrant County, Texas , the sum of Four Hundred Forty Nine Thousand Three Hundred Ninety Seven Dollars and Fifty Cents ... Dollars ($449,397.50), lawful money of the United States , for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs , executors . administrators , assigns and successors . jointly and severally. This obligation is conditioned , however, that: WHEREAS , said Contractor has this day entered into a written Contract with the City of Fort Worth , dated the 14 of July , 2010 , a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Brick Pavement Repair (2010-12) the same being referred to herein and in said contract as the Work and being designated as project number(s) 01546 and sa id contract , including all of the specifications, conditions, addenda , change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and , WHEREAS . in said Contract , Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the C ity ; and WHEREAS , said Contractor binds itself to maintain said work in good repair and cond ition for said term of Two (2) years ; and WHEREAS , said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period , if in the opinion of the Director of the City of Fort Worth Department of Engineering , it be necessary ; and . ATIEST: (f~tifa,~ Name : Robert Farrow (SE AL ) T itle : coo 1215 Crest Lane Drive Duncanville, Texas 75637 American Safety Casualty Insurance Company SURETY By ~,,~ Name: Sandra Lee Roney Attorney in Fact ~ -. ", ... c_ QL:Q?au~ n Witness as to Surety Carol Goodeno~ Address : ---~-:--.~_ ~--=---'--"'=--= 100 Galleria Pkwy, Su i1eJ OO·-- Atlan ta , GA 30339 --~ -= ~ Telephone Number: 1-80 0-=.388:3647 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. AMERKANS4FETYINSURANCE POWER OF ATTORNEY NUMBER ASB-521736 KNOW ALL MEN BY THESE PRESENTS, that American Safety Casualty Insurance Company has made, constituted and appointed , and by these presents does make , constitute and appoints Patricia Lee Bartlett, Carolyn J . Goodenough, Troy Russell Key, Sammy Joe Mullis, Jr., John William Newby, Wilbert Raymond Watson, Sandra Lee Roney of Addison, Texas its true and lawful attorney-in-fact, for it and its name , pl~. and stead to execute on behalf of the said Company, as surety , bonds , undertaking and contracts of suretyship to be given to ALL OBLIGEES provided that no bond or und'18king or contract of suretystlip executed under this au~rity shall exceed in amount the sum of ,,, ***THREE MILLION***($3,000,000.00) DOLLARS*** i.' 1 .' This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company of the 6111 day of August , 2~. ,, , , · '. : ,. , +Y ,. · · RESOLVED , that the President in conjunction with the Secretary or any Assistant Secreq1ry may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case , for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bands , undertakings, recognizance~. and suretyship obligations of all kinds ; and said officers may remove any such attorney-in- fact or agent and revoke any power of attorney previously granted to such persons . ' RESOLVED FURTHER , that any bond, undertaking , recognizance, or suretyship obligation shall be vaiid ·and binding ~pon the .compan y when : (i) when signed by the President or any Vice-President and attested and sealed (if a seal is required) by any Secretary or Assistant Secretary or (ii) when signed by the President or any Vice-President or Secretary or Assistant Secretary , and counter-signed and sealed (if a seal is required) by a duly authorized attorney-in-fact or agent; or (iii) when duly executed and sealed (if a seal is required) by one or more attorney-in-fact or ~ts pursuant to and within the limits of the authority evidenced by the power of attorney issued by the Company to such person or persons . · · RESOLVED FURTHER, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond , undertaking , recognizance , or other suretyship obligations of the Company; and such signature and seal when so used shall have the same force and effects as though manually affixed. IN WITNESS WHEREOF , American Safety Casualty Insurance Company has caused its official seal to be hereunto affixed , and these presents to be signed by its President and attested by its Secretary this 6111 day of August, 2009 . STATE OF GEORGIA COUNTY OF COBB On this 6111 day of August , 2009 , before me personally came Joseph D. Scollo, Jr ., to me known , who, being by me duly sworn , did depose and say that he is the President of American Safety Casualty Insurance Company , the corporation described in and which executed the above instrument ; that he knows the seal of the said corporation ; that the seal affixed to the said instrument is such corporate seal ; that is was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by liki, order. · •. ... -· . ~ -.,.,_ . ---·. · ....... = '· ~ .,._ ~~ --._,, -"" -::. -- DocuGard 04541 -6 Security Features • Prints "VOID" on front when duplicated • Blue background highlights erasure alterations • Watermark on back can be seen when sheet is held on an angle • Coin-reactive ink on watermark changes color when scratched with a coin • Microtext border contains the DocuGard name and is difficult to copy • Security Features Box lists tamper-resistant attributes DocuGard 04541 -6 Security Features • Prints "VOID" on front when duplicated • Blue background highlights erasure alterations • Watermark on back can be seen when sheet is held on an angle • Coin -reactive ink on watermark changes color when scratched with a coin • Microtext border contains the DocuGard name and is difficult to copy • Security Features Box lists tamper-resistant attributes DocuGard 04541 - 6 Security Features • Prints "VOID" on front when duplicated • Blue background highlights erasure alterations • Watermark on back can be seen when sheet is held on an angle • Coin -reactive ink on watermark changes color when scratched with a coin • Microtext border contains the DocuGard name and is difficult to copy • Security Features Box lists tamper-resistant attributes DocuGard 04541 -6 Security Features • Prints "VOID" on front when duplicated • Blue background highlights erasure alterations • Watermark on back can be seen when sheet is held on an angle • Coin-reactive ink on watermark changes color when scratched with a coin • Microtext border contains the DocuGard name and is difficult to copy • Security Features Box lists tamper-resistant attributes 1. IMPORTANT NOTICE To obtain information or make a complaint: 2 . You may contact your claims representative at 1-800-388-364 7 . 3 . You may call American Safety Casualty Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-388-364 7 4 . You may also write to American Safety Casualty Insurance Company at: 100 Galleria Parkway, Suite 700 Atlanta , GA 30339 5 . You may contact the Texas Department of Insurance to obta in information on companies, coverages, rights or complaints at: 1-800-252-3439 6. You may write the Texas Department of Insurance: P . 0 . Box 149104 Austin , TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state .tx.us E-mai I: Consu me r Protection@td i. stat e. tx. us 7. PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or surety first. If the dispute is not resolved , you may contact the Texas Department of Insurance. 8 . ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja : Puede comun icarse con su claims representative al 1-800-388-364 7 . Listed puede llamar al numero de telefono grat is de American Safety Casualty Insurance Company's pa ra informacion o para someter una queja al : 1-800-388-3647 Listed tambien puede escribir a Insurance Company of the West/Independence Casualty & Surety Company al : 100 Galle r ia Pa rkway , Suite 700 Atlanta , GA 30339 Puede Comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias , coberturas , derechos o quejas a l: 1-800-252-3439 Puede escrib ir al Departamento de Seguros de Texas : P . 0 . Box 149104 Austin , TX 78714-9104 Fax: (512) 475-1771 Web: http ://www.td i.state.tx.us E-mail: ConsumerProtection@tdi .st ate .tx .us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo , debe comunicarse con el agent o surety primero. Si no se resuelve la disputa , puede entonces comunicarse con el departamento (TOI). UNA ESTE AVISO A SU POLIZA: Este av iso es solo para proposito de informacion y no se convierte en parte o condicion del documento adj unto. 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 14 day of July A.O., 20.!!!, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.O. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, CPS Civil, LLC., HEREINAFTER CALLED Contractor. WITNESS ETH: That said parties have agreed as follows: I. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Brick Pavement Repair (2010-12) 2 . That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and 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 ( I 0) 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 sa id work with reasonable diligence after the co mmencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Transportation of the City of Fort Worth and the City Council of the City of Fort Worth within a period of One Hundred (100) 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 $200 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency . 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not anv such iniury, damage or death is caused, in whole or in part, hv the negligence or alleged negligence of Owner, its officers, servants, or emplovees. 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 hv the negligence or alleged negligence of Owner, its officers, servants or emplovees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Texas Government Code Section 2253, as amended, in the form included in the Contract Documents , and such bonds shall be for I 00 percent ( I 00%) 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 Four Hundred Forty Nine Thousand Three Hundred Ninety Seven Dollars and Fifty Cents ... Dollars, ($449,397 .SO). 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. JO. 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. fN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in .2 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 .2 counterparts with its corporate seal attached . Done in Fort Worth , Texas, this the 14 day of l!!!:L._A .D, 2010. APPROVAL RECOMMENDED: ~r~W DIRECTOR, DEPARTMENT OF TRANSPORT A TI ON/PUBLIC WORKS ATTEST : CPS Civil, LLC. 1215 Crest Lane Drive Duncanville, Texas 75637 CONTRACTOR TITLE l. 2. \ C e-. "-''C.!I. r L A -N ~ ~ u y.::.,n1::d,l , t'>, ADDRESS November 1960 Revised May 1986 Revised September 1992 Revised March 2006 -"\ E;' \' J / CITY OF FORT WORTH CITY SECRETARY (SE A L) Contract AuthorizatiOR APPROVED AS TO FORM AND LEGALITY : OFFICIAL RECORD CITY SECRETARY FT. WORTH, Tl Project Name: Brick Pavement Repair( ____ _ DOE Project Number: ___ _ Mapsco Location: ____ _ Street Maintenance Work Notice As 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 days specified below , vehicles can not be parked on the street. Also , please turn off your sprinkler adjacent to the street. If you have any questions or concerns, please contact contractor ________ _ at ------------ If we are not able to resolve your concern to your satisfaction , you may also contact City of Fort Worth Inspector at , Monday- Friday between 7 :30 a .m . and 4:30 p.m . After 4 :30 p.m. and on weekends , call (817) 392 -8100 . Block Street Project Limits Name Limits 1100 to 1200 Brown Street Yates Avenue to Keller Springs Parkway Expected Construction Dates Weather Permitting From 6-20 -06 to 7-4-06 Nombre del Proyecto: Brick Pavement Repair( ____ _ Numero del Proyecto DOE: ___ _ Ubicaci6n Mapsco: ____ _ Notificacion de Mantenimiento de la Calle Como parte del Programa de Mantenimiento de las Calles de la Ciudad de Fort Worth, ____________ ha sido contratado para reparar su calle. Durante este trabajo de mantenimiento, habra un tiempo breve en que no tenga acceso a su hogar o negoc io. En los dias especificados abajo , vehiculos no deben estacionarse el la calle. Tambien , par favor apague su sistema de regar el cesped cerca de la calle. Si tiene alguna pregunta o concierne , par favor !lame al contratista _______ al Si no resuelve su concierne a su satisfacci6n, puede tambien llamar a la Oficina de lnspecci6n de la Ciudad de Fort Worth al , de lunes a viernes entre las 7 :30 a.m . y 4 :30 p.m . Despues de las 4 :30 p.m . o en las fines de semana llame al (817) 392-8100. Li mites Nombre Li mites De Blogues de Calle De Proyecto 1100 a 1200 Brown Street Yates Av enue a Keller Springs Parkway Fechas de Construcci6n Permitiendo el Estado de Tiempo De 6-20-06 a 7 -4-06 r ' i ' 4' -0 " FONTS : PR OJEC T DESIGNAT ION SIGN .__ ________ 4 ' -o" ----------i sf' ==r 3" 3"C Project Title 1 1 .. 3 "C 2ND LINE ' IF NECESSARY_/ --i-3 " 1 f'======= Contractor: --=± 1,, 2f 'LContractor's Name~ 2 1 ~"=c= Scheduled Completion Date 1f ' Year 1 ,, 2 5" 1 ,, FORT WORTH LOGO = CHEL TINGHAM BOLD ALL OTHER LETTERING = ARIAL BOLD LOGO COLORS: FORT WORTH -PMS 288 LONGHORNLOGO -PMS167 LETTERING -PMS 288 BACKGROUND -WHITE BORDER -BLUE P:~CJECT DE SIGNA TI ON SI GN , iTY Gf' HWT WORTH·· CONS TRUC TION STANDARD DATE: 9-20-02 _J_lJ I J I ~I _l_ -~~-.-1 -'-J_-.--_ I========1=__,____.____j,_ _ ____.____.____._i __._....____.___.____,___.________.____,__.__~--c---'--I ~,$! --,-- . I I I I I I _S ~ T.....__.. ...----L-..,.__..__..--1----,_____.__,____..___,___.____.___.___,__..._,_ ............... ...L--r--......___,___..__,__.__..---,.___,_..--r--'----r--'---r--'--,--'-..,....,..--'-- _j _=r j I I .~ -r_.__,__.....__,__.__~-·~-1--J<-,;-~---. _ I I L _ __1_ _ _...._....,..__.___,_....-.,--,,_,,,_.,. ________ ~--,---,.....__,....._...___._____.___,.~~~--,--,..---,.-...__,_.; I I I I i ~ J I . 1.=-=r_-_.____.__~--~~-.,,._..,,._,_..,_,~~__.__~_..___._____._-...,..---'-~---,--'------,..--....___,_ J I ~J=r _i __._-___.___........_,..............~~..,.____._-L-____.__-----'-\-__.____.__....._____.'------'-----'----'------'--~--'--~· --'-'-----"-___..____.__I __._I _J_...___...._____..____..____..___.........___.______.____._...__ ___ __.___..____.____.._~__..-~_.__~~ -----. DAMAGED BRICKS AS OETER~INEO BY THE / ENGINEER IN THE FIELD TO BE REPLACED WITH FULL BRICKS TO ORIGINAL DESIGN AND AS PER SPEC PLAN SAWCUT • NOT TO SCALE .... --------------------------------~~~~~~~~---------------------------------· ---------------- : 6/ 30/00 ------------ EXISTING 6" CONCRETE BASE TO BE REPLACED WHERE REO'D BY ENGINEER ANO AS PER SPEC SECTION FoitTWollTH ~...:- CITY OF FORT WORTH, TEXAS TRANSPORTATION/PUBLIC WORKS ENGINEERING DIVISION ------------------- TYPICAL PAVEMENT SECTION REP AIR -BRICK SURF ACE & REINFORCED CONCRETE BASE Drawing Nome: brickreploce.dgn :: 7/10/00 CURB/ GUTTER --- PLAN WIDTH INSIDE OF CURB TO BUILDING OR ADJOINING SIDEWALK VAAIES <GENERALLY 16'-6") 2-1/4" THICK TYPICAL SLOPE 1/4"/l' BRICK PAYERS D" .. A·GED ADEA 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 SIDEWALK SLAB SEALED 1/2 " \ ,......,.. "' JOINT '/.,." SAWCU SAWCUT EXPANSION · . EXPANSION~ TO BE REPAIRED SEALED Y2' . JOINT\. . JOINT CURB/ \. \ GUTTER ,,---;--1=c.x:r::r:.T-"I.. ~S"~~~ ---. ,~. ,.; . -----:-..... -----:-. . . . ' .... . ... ~ IL...;. r-~":' • 1 • e • V I e, e • • .,-.. ----::- / • ~ .. · .• ~ ... • •. --~ l ___ =}E __________________ -£ ___ "' __________ ~ -/ ·. ·: .... · ,' ·.:. •. ·. ·. ~ ·. · . : ~\o _0 __.,\· 1" MORT AA BED \, _ • •· .• • • ., .,. I \ (-~-----~~----. I 4" REINFORCED CONC. I BASE SLAB •3 c 18" O.C.8.W . 2" SAND CUSHION /------------J . OR APPROVED SUB-· APPROX. LOCATION OF . GRADE EXISTING CONDUITS FOR SECTION STREET LIGHTING AND SPRINKLERS CITY OF FORT WORTH, TEXAS TRANSPORT ATION/PUBUC WORKS ENGINEERING DIVISION TYPICAL SECTION REPAIR BRICK SIDEWALK BRICK PAVEMENT REPAIR (2010-12) BLK LIMIT STREET NAME STREET LIMITS Mapsco Pavement Pavers Sidewalk Pavers SF SF 100-699 EXCHANGE AVE MAIN ST -RAILROAD 62G 2 ,500 1,200 100-999 MAIN ST E. WEATHERFORD ST -E. 9TH ST 6 3W 4 ,10 0 1,87 5 100-899 COMMERCE ST E. WEATHERFORD ST - E. 8TH ST 63W 3 00 600 100-199 E. 8TH ST MAIN ST -COMMERCE ST 63W 600 15 100-199 W . 8TH ST MAIN ST -HOUSTON ST 63W 500 10 100-1649 HOUSTON ST W. WEATHERFORD ST -W . LANCASTER AVE 62Z 1,150 580 100-899 THROCKMORTON ST W . WEATHERFORD ST -W . 8TH ST 62Z 0 1,300 TOTAL 9,150 5 ,580