Loading...
HomeMy WebLinkAboutContract 40880- - - - - - - CITY SECRETARY CONTRACT NO .•. !f Oi~Q SPECIFICATIONS AND CONTRACT DOCUMENTS BRIDGE REPAIR AT TEN LOCATIONS (2010-14) PROJECT NO. GG01-539590-0202003 IN THE CITY OF FORT WORTH, TEXAS APRIL 2010 •tafJYfOI: __ CONTMCfOI :z::=-__ ...._. _ __ n,w.,uco,r MIKE MONCRIEF MAYOR DALE A. FISSELER, P.E. CITY MANAGER WILLIAM A. VERKEST, P.E. DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ANDY ANDERSON, P.E. ASSISTANT DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Prepared by: Transportation and Public Works Department Infrastructure Group .8~~~,~, t)i!t,, ""([;),_>·v-·, I~~ \/"°".j ., c~ .. -~,"~ .... ·~/· •.... -k -- - - M&C Review Page 1 of 3 Official site o f the City of Fort Worth, Te xa s CITY COUNCIL AGENDA FORT WORTH ~ COUNCIL ACTION: Approved on 7/13/2010 -Ord. No. 19211-07-2010 DATE: 7/13/2010 REFERENCE NO.: **C-24304 CODE: C TYPE: CONSENT LOG NAME: PUBLIC HEARING: 20BRIDGE REPAIR 2010-14 NO SUBJECT: Authorize the Execution of a Contract with Laughley Bridge an <1 Construction, Inc., in the Amount of $291,590 .00 for Bridge Repair at Ten Locations ancl Adopt Appropriation Ordinance (COUNCIL DISTRICTS 2, 3, 4, 5, 6 and 9) BECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $291,590 .00 from the Contract Street Maintenance Fund to the General Fund; 2 . Adopt the attached appropriation ordinance increasing estimated receipts and appropriations by $291 ,590 .00 in the General Fund from available funds; and 3. Authorize the City Manager to execute a Contract with Laughley Bridge and Construction , Inc., in the amount of $291,590.00 for 90 calendar days for bridge repair at ten locations listed below . DISCUSSION: M&C G-16387 transferred funds from the General Fund to the Contract Street Maintenance Fund for the purpose of tracking annual capital contracts. Since this bridge repair contract is strictly a maintenance project, funds are being transferred back to the General Fund . This project consists of a variety of repairs to the bridges listed below including repairs to the bridge decks, sealing the decks using a special epoxy broadcast overlay, cleaning/sealing the deck joints and replacing of steel and concrete railing. The following bridges are included in the project: BRIDGE QVEJ~ Hulen Street Ramp Railroad Property South Hulen Street Vickery Boulevard/Railroad Fitzhugh Avenue Tributary of Village Creek Carey Street Tributary of Lake Arlington Western Center Boulevard (East Big Fossil Creek Bound) Basswood Boulevard (West Bound) Whites Branch Bryant Irvin Road Vickery Boulevard Old Hemphill Road Sycamore Creek Arcadia Park Drive Whites Branch http://apps.cfwnet.org/council_packet/mc _review.asp ?ID = l 3625&councildate=7/13 /2 010 7/2 1/2 010 M&CReview Page 2 of3 !Hulen Street j!Tributary of Trinity River The City 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 . The project was advertised on April 8, 2010 and April 15, 2010 , in the Fort Worth Star-TeJ~gram. On May 6, 2010, the following bids were received: BIDDERS SCR Construction Co., Inc. Laughley Bridge & Construction, Inc Gibson & Associates Southwest Construction Vendigm Construction AMOUNT $263,640.00 $291 ,590.00 $341 ,805.00 $347,505 .00 $400,405.00 The low bidder SCR Construction Co . Inc., failed to submit M/WBE documents within five City Business days after the bid opening date, hence their bid has been considered non-responsive. Laughley Bridge & Construction, Inc., is in compliance with the City's M/WBE Ordinance by committing to 15 percent M/WBE participation. The City's goal on this project is 15 percent. This project is located in COUNCIL DISTRICTS 2, 3, 4, 5, 6 and 9. · FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current operating budget, as appropriated , of the General Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 1&2) GG01 472293 0202003 $291 ,590.00 2)GG01 539590 0202003 $291~0.00 1) C293 538070 201269990100 $291 ,590 .00 fil_GG01 539590 0202003 $_291 ,590 .00 Submitted for City Manager's Office b~ Orlginati11g Department Head: Additional Information Contact: ATTACHMENTS Fernando Costa (8476) William Verkest (8255) Tariqul Islam (2486) 2010BRIDGE REPAIR 2010-14 Basswood Blvd.pdf 2010Bridge Repair 2010-14 Bryant Irvin St Bridge.pdf 20BRIDGE REPAIR 2010-14 AO .doc Bridge Re p a ir 2010 -14 Arc adi a Park Dr . M A P .pdf Br idge Repair 2010 -14 Carey St MAP .pdf http ://apps.cfwnet.org/council_packet/mc _review.asp?ID = l 3625&councildate=7 /13 /20 I 0 7/21 /2010 -M&C Review Bridge Repair 2010-14 Fitzhugh Ave MAP .pdf Bridge Repair 2010-14 Hulen St MAP .pdf Bridge Repair 2010-14 Hulen St Ramp MAP .pdf Bridge Repair 2010-14 Old Hemphill Rd.MAP pdf.pdf Bridge Repair 2010-14 S Hulen St MAP .pdf Bridge Repair 2010-14 Western Center Blvd MAP .pdf http://apps.cfwnet.org/council_packet/rnc _review.asp ?ID = l 3625&councildate=7 /13 /20 l 0 Page 3 of 3 7/21 /2010 SPECIFICATIONS AND CONTRACT DOCUMENTS BRIDGE REPAIR AT TEN LOCATIONS (2010-14) PROJECT NO. GG01-539590-0202003 IN THE CITY OF FORT WORTH , TEXAS 2010 DATE TRANSPORTATION & PUBLIC WORKS DEPARTMENT TABLE OF CONTENTS INDEX: 1 . Notice to Bidders 2. Special Instructions to Bidders 3. Scope of Work 4. Prevailing Wage Rates 5 . Proposal 6. Vendor Compliance to State Law 7. Minority and Women Business Enterprises Specifications 8 . Special Provisions 9. TxDOT Standard Specifications (Items 360, 429, 432, 438 & 776) 10 . Contractor Compliance With Workers' Compensations Law 11. Certificate of Insurance 12 . Experience Record and Equipment Schedule 13. Performance Bond 14 . Payment Bond 15. Maintenance Bond 16. Contract APPENDICES: Appendix A: Summary of Quantities Appendix B: Project Location Maps Appendix C: Project Designation Sign Detail Appendix D: Photo Log for Selected Deficiencies NOTICE TO BIDDERS Sealed proposals for the following : BRIDGE REPAIR AT TEN LOCATIONS (2010-14) PROJECT NO. GG01-539590-0202003 Submit package to City of Fort Worth , Purchas ing Division , 1000 Throckmorton St., Fort Worth , Texas 76102-6311 until 1:30 P.M., May 6, 2010 and then publicly opened and read aloud at 2 :00 PM in the Council Chambers . Plans, Specifications and Contract Documents for this project may be purchased for thirty dollars ($30 .00) per set at the Office of the Transportation and Public Works , Municipal Office Building , 1000 Throckmorton Street , Fort Worth , Texas 76102 . These documents contain additional information for prospective bidders . A pre -bid conference will be held at 11 :00 A.M ., April 22 , 2010 in Conference Room 270 , 2nd floor , Municipal Building . Bid security is required in accordance with the Special Instruction to Bidders . Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the proposal form . Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive . Information regarding the status of addenda may be obtained by contacting the Department of Transportation and Public Works (TPW) at (817) 392 -2486 . Bidders shall not separate, detach or remove any portion , segment or sheets from the contract document at any time . Bidders must complete the proposal section(s) and submit the complete specifications book or face rejection of the bid as non-responsive . It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time-line stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation . In accord with City of Fort Worth Ordinance No . 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts . A copy of the Ordinance can be obtained from the Office of the City Secretary . The bidder shall submit the SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM , GOOD FAITH EFFORT FORM (with Documentation) and/or the JOINT VENTURE FORM as appropriate . The Documentation must be received by TPW no later than 5:00 p.m., five (5) City business days after the bid opening date . The bidder shall obtain a receipt from the appropriate employee of TPW to whom delivery was made . Such receipt shall be evidence that the documentation was received by the City . Failure to comply shall render the bid non-responsive . For additional information, contact Tariqul Islam at (817) 392-2486 . DALE A. FISSELER , P.E. CITY MANAGER Advertising Dates: April 8, 2010 April 15, 2010 1 - 1 WILLIAM A . VERKEST, P.E., DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT By :TARl~M Graduate Engineer - 1. SPECIAL INSTRUCTIONS TO BIDDERS BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein .. 2. 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. 3 . 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. 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. 5 . AW ARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of forty-nine ( 49) City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City. 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 - 6. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 -General Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 7. EMPLOYMENT AND NON-DISCRIMINATION: The Contractor shall not discriminate against any person(s) because of sex, race, religion, color or national origin and shall comply with the provisions of sections 13A-21 through 13A-29 of the Code of the City of Fort Worth (1986), as amended, prohibiting discrimination in employment practices. 8 WAGE RATES: 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 premium . 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 ofM/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 - - 10 :00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess 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. 16. 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 SPECIAL 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 certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 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 - SCOPE OF WORK The primary objective of t h is project is to rehabilitate & seal the concrete deck and to provide a protective surface topping using multi-layer epoxy concrete overlay and other related repa ir works of multiple bridge locations included in this project. Related works include i n th is project are cleaning and sealing existing deck joints, repair metal rail and repa ir and/or replace failed concrete riprap . For estimate of quantities and locations for each bridge see Appendix A & B. Photo log of selected deficiencies along the bridges are shown in the Appendix D . 1. Hulen Street Ramp over Railroad property This bridge is 28 ' wide (including sidewalks) and 263' long continuous steel I beam G irder Bridge. The bridge has one lane single direction of traffic. The concrete deck of this bridge needs shallow and medium depth repa ir. The cracks on deck need to be cleaned and sealed w ith epoxy. After necessary repairing of concrete , the decks have to be overlaid with multi-layer epoxy concrete topping . The deck joints have to be cleaned and resealing with silicon sealant. Spalling at curb and parapet wall along the bridge need concrete patch . The damaged concrete railing wall should be replaced . 2. S. Hulen Street over Vickery Blvd/Railroad This is 1596' long and 60' w ide steel I beam Girder Bridge. There are 2 lanes of traffic on each direction at this bridge . This bridge has asphalt ove r lay. The concrete deck of this bridge needs shallow and medium depth repair. Spalling at curb and parapet wall along the bridge should be repaired with concrete patch . 3. Fitzhugh Avenue over Trib. of Village Creek This is a 51' wide (including sidewalks) and 42 ' long concrete pan girder bridge with single lane of traffic in each direction. After necessary repairing of concrete , the deck has to be overlaid with multi-layer epoxy concrete topping. The deck joints have to be cleaned and resealing with silicon sealant. The damaged metal rail with anchor post of this bridge should be repaired and/or replaced. The failed approach slabs of this bridge to be replaced . The failed section of concrete riprap to be replaced and voids underneath should be filled with flowable fill. The tree stump should be grinded below grade. The open joints between abutment and riprap should be cleaned and resealing with sil icon sealant. 4. Carey Street over Trib. of Lake Arlington This is a 55 ' wide (including sidewalks) and 40' long concrete pan girder bridge with single lane of traffic in each direction . The concrete decks of this bridge needs shallow and medium depth repair. The cracks on deck need to be cleaned and sealed with epoxy. After necessary repairing of concrete , the decks have to be overlaid with multi-layer epoxy concrete topping . The deck joints have to be cleaned and resealing with silicon sealant. 1 5. Western Center Blvd. (EB) over Big Fossil Creek This is a 46' wide (including sidewalks) and 200 ' long concrete pan girder bridge with 3 lanes of single direction of traffic . The concrete decks of this bridge needs shallow and medium depth repair. The cracks on deck need to be cleaned and sealed with epoxy . After necessary repairing of concrete , the decks have to be overlaid with multi-layer epoxy concrete topping . The deck joints have to be cleaned and resealing with silicon sealant. 6. Basswood Blvd. (WB) over Whites Branch This is a 290 ' long and 45' wide (including sidewalks) pre-stressed concrete girder bridge with 2 lanes of s ingle direction of traffic . The concrete deck of this bridge need shallow/medium depth repair and void under sidewalks should be filled with flowable fill . 7. Bryant Irvin Rd over Vickery Blvd This is a 68 ' wide (including sidewalks) and 350 ' long pre-stressed concrete g irder bridge bu ilt in 1970. The bridge has 2 lanes in each direction of traffic . The failed section of concrete riprap at NW corner should be replaced and voids to be filled with flowable fill. The trees in riprap need to be removed or grinded below grade in that location . 8. Old Hemphill Rd over Sycamore Creek This is a 109' long and 90' wide concrete Tee beam bridge with single lane of traffic in each direction . The damaged concrete ra iling at east s ide of this bridge should be removed and replaced . 9. Arcadia Park Dr over Whites Branch This is a 64 ' long and 100' wide (including sidewalks) multi-box concrete culvert with single lane of traffic in each direction . The damaged metal rai l should be repaired and/or replaced by in kind metal rail. 10. Hulen St over Trib. of Trinity River These twin bridges are each 41 ' wide (including sidewalks) and 128 ' long steel I- beam bridges built in 1968. There are 2 lanes of single direction of traffic on each of these bridges . The missing section of aluminum railing with post , plate/anchor bolt at south end of this bridge should be installed with in kind aluminum railing . 2 REA VY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Operator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Operator Concrete P aving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe Derrick, Dragline, Shovel Operator Electrician Flagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator Roui;rh Oiler Painter, Structures Pavement Marking Machine Operator Pipe layer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel/Tamping Roller Operator, Steel Wheel, Plant Mix Pavement Scraper Ooerator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator Pneumatic Traveling Mixer Operator Truck Driver Lowboy-Float Truck Driver Single Axle, Heavy Truck Driver, Single Axle Light Truck Driver, Tandem Axle, Semi -Trailer Truck Driver, Transit-Mix Wagon Drill, Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer ·- $10 .06 $13 .99 $12 .78 $11.01 $ 8 .80 $14 .15 $ 9 .88 $13.22 $12 .80 $12.85 $13 .27 $12 .00 $13.63 $12 .50 $13.56 $14.50 $10.61 $]4.12 $18 .12 $ 8.43 $11 .63 $11.83 $13 .67 $16 .30 $12 .62 $ 9.18 $10 .65 $16.97 $11.83 $11.58 $15 .20 $14 .50 $14 .98 $13 .17 $10 .04 $11.04 $14.86 $16 .29 $11.07 $10 .92 $11.28 $ l l.42 $12 .32 $12.33 $10 .92 $12 .60 $12.91 $12.03 $14 .93 $11.47 $10 .91 $11.75 $12 .08 $14 .00 $13.57 $10 .09 REQUEST FOR CONTRACT COMPLIANCE MEMORANDUM THIS PORTION TO BE COMPLETED BY REQUESTING DEPARTMENT Check type of project: )( Construction ___ CMAR Construction Management C/S/P __ "_ Design/Build Professional (A&E only) Professional (Other) ___ Other, please explain ~ ::c::, < ------------------------------------------~N DEPT. Name: TP '-.J Date Submitted to M/WBE Office: 5-ti -f D IS THIS THE ORIGINAL COMPLIANCE SUBMITTAL? Yes~ No D Enter the D/M/WBE Goal J 15" % J IS THIS A COMPLIANCE REVISION? Yes O No 15a' If v~s, enter the revision number IS THIS COMPLIANCE REQUEST FOR A CHANGE ORC ----~s O No fi?{ or AMENDMENT? Yes O No i(I If yes, enter number D and the applicable D/M/WBE Goal .__I ___ %__.I If this request is for professional services agreement, enter name of Consultant: _...;..tJ_,_/A--=--------- lf this request is for construction contract, enter name of Contractor: LAu:, Al~ ,g,,.;tl.j..a. .2. ~,+,,-c...&"'-,/, If this request is for a combined construction project, enter name of Prime Contractor: r' / J... , Water/Sewer Contractor: ,-J / A --'----'------------ Enter: Name of design firm for construction contract: __ ,..,_/A'-'----------- Enter: Total Contract Value:$ .2-9 (, ~'f O • O O (ii., 0 I-f ''f >'10 -Enter: Capital Project# ________ or Dept./Planning /Other Contract# e, z. o L OO ..S Contract Name and Description (as it would appear on the M&C to include street names): P., rf t;~ R..e,r; v ~f ~"-Lo~ --1-,·fn,f s C 1-. ,o -,,vJ Amount of Proposed D/M/WBE Participation: $ 4'-11 I O O .. O 0 D/M/WBE Goal Achieved: /S·/% * (Please provide ALL pertinent documentation for a construction compliance review as follows: bid tabulation reflecting name of all bidders, PM sign off sheet, subcontractor/supplier utilization form including M/WBE and non-MWBE participation, good faith effort documentation, if applicable, executed letters of intent [optional], etc.) * (Please provide ALL pertinent documentation for a professional compliance review as follows: selected consultant's fee proposal to include M/WBE and non-MWBE participation, list of unsuccessful consultants or written and signed statement that contract was not advertised, executed letters of intent [optional], etc.) * if all pertinent documentation is not provided, the incomplete compliance request will be returned to Dept. _ __._T_>r_,._r._~._U_L __ I_.S_L_~------------EXT.: __ Z_'-f_8_"---- Project Manager's Name If other than PM, please provide Contact Name------------------and Ext. to notify when compliance is ready for pick up or inter-office mail. MW0-1/2009 ,;;::, CONTRACTOR Laughley Bridge & Construction $ APPROVED -PROJECT MANAGER: APPROVED -DBE ADMINISTRATOR: M/WBE PARTICIPATION Bridge Repair at Ten Locations (2010-14) TPW Project Number: GG01-539590-0202003 Bids Received : May 6 , 2010 NAME BID D/M/WBE 291,590.00 Cowtown Redi-Mix ~µ( C;,~ $ % TOTAL % DWMBE DWMBE DBE $ 44,100.00 15% 0% 0% 0% 0% 0% 0% 0% 15% DATE: s/r,;z.,. DATE: Y3 -1 3 -1 0 ?O 1 : 5 3 RC V: ATTACHMENT 1A Page 1 of 1 FORT WORTH ~ City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime Laughley Bridge & Construction, Inc. XI M/W/DBE I I NON-M/W/DBE PROJECT NAIIE: BID DATE Bridge Repair@ 10 Locations 2010-14 5/6/10 City's 11/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER 15.0% 15.1% TPW PROJ tGG01-539590-0202003 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p .m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant , Parker, Johnson, Collin , Dallas , Denton , Ellis , Kaufman and Rockwall counties . Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. FORT WOR TH ~ ATTACHMENT 1A Page2 of 2 Primes are required to identify ALL subcontractors/suppliers , regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail Address M w C X M Subcontracting Work Supplies Purchased Dollar Amount e T D w Telephone/Fax r B B R 0 B E E C T E A Cowtown Redi-Mix 3400 Bethlehem Fort Worth, Texas 76111 1 X ) Concrete -$ 44,100.00 ' 817-759-1919 (P) Supplier f' 817-759-1716(F) White Cap Construction Supply 2037 E. Lancaster X $82,000.00 Fort Worth, Texas 76103 817-332-4117 (P) 817-332-8086 (F) FORT WOR TH Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority , Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary . SUBCONTRACTOR/SUPPLIER T Certification t Detail Detail Company Name i (check one) ( Subcontracting Work Supplies Purchased Dollar Amount -r Address e N T Telephone/Fax r M w C X • T D \ B B R 0 E E E C T £ A fORTWORTH Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 44,100.00 ATTACHMENT1A Page 3 of 3 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 82,000.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $126,100.00 ATTACHMENT1A Page 4 of 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 contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form , the Offeror further agrees to provide, directly to the City upon request , complete and accurate information regarding actual work performed by all subcontractors , including M/W/DBE(s) arrangements submitted with the bid. The Offerer also agrees to allow an audit and/or examination of any books, records and files held by their company . The bidder agrees to allow the transmission of interviews with owners, principals , officers , employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City . Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for init iating action under Federal , State or Local laws concerning false statements . Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. President Title Lauqhley Bridge & Construction, Inc. Company Name P.O. Box 123800 Address Fort Worth, Texas 76121-3800 City/State/Zip Charles E. Laughley Printed Signature Contact Name/Title (if different) 817::401-3306 Eax 817-341-1707 Telephone and/or Fax dayghlev@laughleybridge.com E-mail Address 5/12/10 Date .. . PART B -PROPOSAL BRIDGE REPAIR AT TEN LOCATIONS (2010-1 4). TO: DALE A. FISSELER, P.E. FROM : (Bidder's Name) CITY MANAGER FORT WORTH, TEXAS ' -. L~~ f?~otie:; '1 G.,~ sPwcnutJ,.l~ c_, p O . {:;,o,c_ 11-3 500 For: BRIDGE REPAIR AT TEN LOCATIONS (2010-14) T/PW Project No. GG01-539590-0202003 (Address) ) k: LJ 0'1-1\4-J TX-1-<e l 2'- 3 -So:> 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 the work as provided in the Plans and Specifications, and subject to the inspection and approval of the Director, Transportation and Public Works of the City of Fort Worth. Upon acceptance of this proposal , the bidder is bound to execute a contract and furnish Performance and Payment Bond approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums to-wit: Pay Item No. 1. 2. Spec Item No. SP SP PROP 07 -0491-(2) BRIDGE REPAIR AT TEN LOCATIONS (2010-14) Approximate Description of Bid Item & Unit Quantity Unit Item Prices Price Per/Unit Written in Words 1120 SF Concrete Bridge Deck $ \ b - 2670 Repair Class I (B) (Shallow) _______ Dollars& ______ Ce nts per SF SF Concrete Bridge Deck Repair Class II (B) (Mid- Depth) ::rw ~-pw'e _______ Dollars & -~y,_.P _____ Cents per SF B -1 Total Price Pay Item No. 3. 4. 5 . 6. Spec Item No. SP 438 SP 104 314 360 SP 104 502 SP 429 PROP 07-0491-(2) BRIDGE REPAIR AT TEN LOCATIONS {2010-14} Approximate Description of Bid Item & Unit Total Quantity Unit Item Prices Price Price Per/Unit Written in Words 810 LF Cleaning and Sealing Joints $ I~ -$ I~ 3°('.t)- and Cracks (Class 7 Sealant) \Jl~ Dollars & Cents per LF .- 15 CY Remove and Replace $ :}co $ \(), S1)0 Bridge Approach Slab '5{:J ~ l:N .....0 t\f() Dollars & Cents per CY - 30 LF Remove and Replace 7" $ 30 $ °!<YD - Concrete Curb ~ Dollars & µ) Cents per LF 1000 SF Concrete Structure Repair $ 3 D ..-$ 301 O 00- (Les than 1" thick) Excluding Deck _______ Dollars & __ fvt, _____ Cents per SF B-2 BRIDGE REPAIR AT TEN LOCATIONS {2010-14} Pay Spec Approximate Description of Bid Item & Unit Total Item Item Quantity Unit Item Prices Price Price No. No. Per/Unit Written in Words .- 7. SP 0.40 CY Remove and Replace $ \3,Sb ~ $ 5'400 Concrete Parapet Wall 104 (Hulen St Ramp) T lvl-=<=---rt.-___} 410 r t_*--L.t -.A4t.,.__j Dollars & 429 ~-= Cents per CY -8 o o'D -8. SP 8 CY Remove and Replace $ t ()01:> $ Concrete Riprap 104 C,J,, c.. -\-lovs~J 432 Dollars & Cents per CY 9. SP 16 CY Flowable Fill in Voids $ 5tO $ ~Da)- 401 -::;::., v z:.-h "..J.._,,,.._J Dollars & Cents per CY 'l,.S°' -10. SP 17,000 SF Multi-Layer Epoxy Concrete $ L(-$J-L, Z-SP Overlay (2-1/8 " Layers) %vr Dollars & ~~ ,F11?e.. Cents per SF PROP 07-0491-(2) B -3 Pay Item No. 11 12 13 14 Spec Item No. SP 776 SP 776 429 SP SP PROP 07-0491-(2) BRIDGE REPAIR AT TEN LOCATIONS (2010-14) Approximate Description of Bid Item & Unit Quantity Unit Item Prices Price Per/Unit Written in Words 80 11 LF Metal Rail Repair e>Ac_ ~,._,,,_J,_..J ~'F-_£~-~--~lf~----Dollars & __ ft..O ____ Cents per LF EA Metal Rail Post with Base ! Plate Repair -rz:..._.,.:-> ----rt..~~~~ 2-0DD Dollars & k......p Cents per EA 12 LF Install In Kind Aluminum l{ - Rail with Post and Anchor ~oo (Hulen St Bridge) c.5,x k .. ~~-J Dollars & Y'---0 Cents per LF 40 LF Remove and Replace In $t -Kind Reinforced Concrete 4-oo Rail (Old Hemphill Rd Bridge) "Covr luJJ Dollars & Cents per LF B-4 Total Price <Jt -y.,ooo. --~1--wo_ _. Ji \l-1000 ~ BRIDGE REPAIR AT TEN LOCATIONS (2010-14) Pay Spec Approximate Description of Bid Item & Unit Total Item Item Quantity Unit Item Prices Price Price No. No. Per/Unit Written in Words 15. SP 2 EA Project Designation Signs $ 200.00 $ 400 .00 (Pre-bid Item) Two hundred Dollars & No Cents per EA Total Bid Section: PROP 07-0491-(2) B -5 PART 8 .. PR-OPOSAL (Continued) Within ten (10) days after notification by the City, the undersigned will execute the formal contract and will deliver an approved Survey Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby . The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Project dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within jQ_ calendar days after issue of the work order, and to complete construction within 90 calendar days as set forth in the written work order to be furnished by the Owner. Receipt is acknowledged of the following addenda: Addendum No. 1 Addendum No. 2 Addendum No . 3 (Seal) If Bidder Corporation Respectfully submitted , By CJJ~{ -/._,w_t,~ 'P:,tt,,oi,,,o Title: ~ (7,e5 tDB f'.J\ Address: f D . 'Bo.>C ltz..'3800 ho~ Wotq\-\ ,TX%{ L)-3 ~00 PROP 07 -0491-(2) B-6 -. VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident b idders. 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. @ our principal place of business or corporate offices are in the State of Texas . w' BIDDER: t-~4-\\-~ B'2AOk"f ~ to~)k ?D. ~>C 123 €,oO kWow-Tt City St~te ±(al Zd -3 BdC> Zip By (Ca~~c~c.~7 Signature ~ Title: __ \? __ %~-+-Io~~---~'------ (Please pri nt) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION 6 - 1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK .............................................................................................................................. SP-3 2. AW ARD OF CONTRACT .................................................................................................................. SP-3 3. PRECONSTRUCTION CONFERENCE ........................................................................................... SP-3 4. EXAMINATION OF SITE ................................................................................................................. SP-3 5. BID SUB MITT AL ................................................................................................................................ SP-4 6. WATER FOR CONSTRUCTION ...................................................................................................... SP-4 7. SANITARY FACILITIES FOR WORKERS ..................................................................................... SP-4 8. PAYMENT ........................................................................................................................................... SP-4 9. SUBSIDIARY WORK ......................................................................................................................... SP-4 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ........................................... SP-5 11. WAGE RATES ..................................................................................................................................... SP-5 12. EXISTING UTILITIES ....................................................................................................................... SP-5 13. PARKWAY CONSTRUCTION ......................................................................................................... SP-5 14. MATERIAL STORAGE ..................................................................................................................... SP-5 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS .......................................... SP-5 16. INCREASE OR DECREASE IN QUANTITIES ................................................................................ SP-5 17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS .................................................. SP-6 18. EQUAL EMPLOYMENT PROVISIONS ......................................................................................... SP-6 19. MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE) COMPLIANCE ................... SP-6 20. FINAL CLEAN UP .............................................................................................................................. SP-8 21. SITE RESTORATION AND DAMAGE TO PRIVATE PROPERTY ............................................ SP-8 22. CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATION LAW ..................... SP-8 23. SAFETY STANDARDS AND ACCIDENT PREVENTION ........................................................... SP-12 24. SUBSTITUTIONS .............................................................................................................................. SP-12 25. MECHANICS AND MATERIALSMEN'S LIEN ............................................................................ SP-12 26. CONSTRUCTION SCHEDULE ...................................................................................................... SP-12 27. WORK ORDER DELAY .................................................................................................................. SP-12 28. ZONING REQUIREMENTS ............................................................................................................ SP-13 29. WORKING DAYS ............................................................................................................................. SP-13 30. RIGHT TO ABANDON ..................................................................................................................... SP-13 31. CONSTRUCTION SPECIFICATIONS ........................................................................................... SP-13 32. CONTRACT DOCUMENTS ............................................................................................................ SP-13 33. MAINTENANCE STATEMENT ..................................................................................................... SP-13 34. TRAFFIC CONTROL ....................................................................................................................... SP-14 35. DELAY ................................................................................................................................................ SP-14 36. DETOURS AND BARRICADES ...................................................................................................... SP-14 37. DISPOSAL OF SPOIL/FILL MATERIAL ...................................................................................... SP-14 38. QUALITY CONTROL TESTING .................................................................................................... SP-15 39. PROPERTY ACCESS ....................................................................................................................... SP-15 40. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ...................................... SP-15 41. WATER DEPARTMENT PRE-QUALIFICATIONS ..................................................................... SP-16 42. RIGHT TO AUDIT ............................................................................................................................ SP-16 43. CONSTRUCTION STAKES ............................................................................................................. SP-17 44. LOCATION OF NEW WALKS AND DRIVEWAYS ..................................................................... SP-17 45. EARLY WARNING SYSTEM FOR CONSTRUCTION ................................................................ SP-17 46. AIR POLLUTION WATCH DAYS ................................................................................................. SP-18 3/31/2010 SP-I SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents continued 47. CONSTRUCTION NON-PAY ITEMS: NON-PAY ITEM 1. NON-PAY ITEM 2. NON-PAY ITEM 3. NON-PAY ITEM 4. NON-PAY ITEM 5. NON-PAY ITEM 6. NON-PAY ITEM 7. NON-PAY ITEM 8. NON-PAY ITEM 9. NON-PAY ITEM 10 . NON-PAY ITEM 11. NON-PAY ITEM 12. NON-PAY ITEM 13. NON-PAY ITEM 14. NON-PAY ITEM IS. NON-PAY ITEM 16. CLEARING AND GRUBBING ......................................................... SP-19 SPRINKLING FOR DUST CONTROL ............................................. SP-19 PROTECTION OF TREES, PLANTS AND SOILS ........................... SP-19 PROJECT CLEAN-UP ....................................................................... SP-19 PROJECT SCHEDULE ...................................................................... SP-20 NOTIFICATION OF RESIDENTS .................................................... SP-20 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION ....................................................... SP-20 SA WCUT OF EXISTING CONCRETE ............................................ SP-21 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES .................................................................... SP-21 TIE-TN INTO STORM DRAIN STRUCTURE .................................. SP-22 SPRINKLER HEAD ADJUSTMENT ................................................ SP-22 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ................................................................... SP-22 TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN l ACRE) ....................................................................... SP-22 TRAFFIC CONTROL ......................................................................... SP-24 WATER TESTING PAVEMENT ...................................................... SP-25 REMOVE EXISTING TEMPORARY CURB ................................... SP-25 48. CONSTRUCTION PAY ITEMS: 4/7/2010 PAY ITEMS l& 2. PAY ITEM 3. PAY ITEM 4 PAY ITEM 5. PAY ITEM 6. PAYITEM7 PAY ITEM 8. PAY ITEM 9. PAY ITEM 10. PAY ITEMS 11&12 PAY ITEM 13 PAY ITEM 14 PAY ITEM 15 CONCRETE BRIDGE DECK REPAIR ............................................. SP-25 CLEANING AND SEALING JOINTS AND CRACKS ..................... SP-28 REMOVE AND REPLACE BRIDGE APPROACH SLAB ................. SP-28 REMOVE AND REPLACE 7-TNCH CONCRETE CURB ............... SP-30 CONCRETE STRUCTURE REPAIR (LES THAN l" THICK) EXCLUDING DECK .......................................................................... SP-31 REMOVE AND REPLACE CONCRETE PARAPET WALL ............. SP-31 REMOVE AND REPLACE CONCRETE RIPRAP ........................... SP-31 FLO WABLE FILL IN VOIDS ........................................................... SP-32 MULTI-LA YER EPOXY CONCRETE OVERLAY (2-1/8" LAYERS) ........................................................... SP-32 MET AL RAIL REPAIR....................................... . . . . . . . . ... . . . . . . . .. SP-40 INSTALL TN-KIND ALUMINUM RAIL WITH POST AND ANCHOR........................................ ......................... SP-40 REMOVE AND REPLACE IN-KIND REINFORCED CONCRETE RAIL ............................................................................. SP-40 PROJECT DESIGNATION SIGN ...................................................... SP-40 SP-2 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: BRIDGE REPAIR AT TEN LOCATIONS (2010-14) PROJECT ID: GG01-539590-0202003 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following ten (10) bridges : Hulen St. Ramp over Railroad property ; S. Hulen St. over Vickery Blvd/Railroad; Fitzhugh Ave . over Trib. of Village creek ; Carey St. over trib . of Lake Arlington ; Western Center Blvd . (EB) over Big Fossil creek ; Basswood Blvd . (WB) over Whites Branch; Bryant Irvin Rd . over Vickery Blvd .; Old Hemphill Rd . over Sycamore creek ; Arcadia Park Dr. over Whites Branch and Hulen St. over Trib . of Trinity River. Work includes the following : repair of concrete bridge deck defects ; cleaning and sealing existing deck joints; provide a multiple-layer epoxy broadcast overlay to decks ; remove and replace concrete riprap ; repair/replace metal rail ; repair/replace concrete rail and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work . 2. AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder of the Base Bid (Section A). The City Engineer shall evaluate and recommend to the City Council the best bid which is considered to be in the best interest of the City . Bidders are hereby informed that the Director of the Department of TPW reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City. 3. PRECONSTRUCTION CONFERENCE : The successful Contractor, Engineer , and City -City shall meet at the call of the City for a preconstruction conference before any of its work begins on this project. At this time , details of sequencing of the work, contact individuals for each party , request for survey, and pay requests will be covered . Prior to the meeting, the Contractor shall prepare schedules showing the sequencing and progress of their work and its effect on others . A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction . As used herein, the term "Engineer" shall mean the design engineer who prepared and sealed the plans , specifications and contract documents for this project. 4. EXAMINATION OF SITE : It shall be the responsibility of the prospective bidder to visit the project site 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 3/31/2010 SP-3 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 deta ils 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. During the const ruction of this project , it is required that all parkways be excavated and shaped including bar ditches at the same time the roadway is excavated . Excess excavation will be disposed of at locat ions approved by the Eng ineer. During construction of this project, the Contractor shall comply with present zoning requ irements of the C ity of Fort Worth in the use of vacant property for storage purposes . 5. BID SUBMITTAL: 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 as appropriate and as determined by the Director of the Department of Engineering . 6. WATER FOR CONSTRUCTION : Water for construction will be furn ished by the Contractor at his own expense. 7. SANITARY FACILITIES FOR WORKERS : The Contractor shall provide all necessary conveniences for the use of workers at the project s ite . Specific attention is directed to this equ ipment. 8. PAYMENT: The Contractor will receive payment (minus 10% retainage for contract is less than $400 ,000 and minus 5% retainage for contract is $400 ,000 or greater) twice a month for work completed during the pay periods ending on the 15th and the 30th day of each month . Checks will be sent to the contractor w ithin the two (2) week window following each payment period . Payment of the remaining amount shall be made with final payment and upon acceptance of the project. 9. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects, such as conditions imposed by the Plans , the General Cont ract Documents or these special Contract Documents , in which no specific item for bid has been provided for in the Proposal , shall be cons idered as a subsidiary item or work , the cost of which shall be included in the price bid in the Proposal for each bid item , including but not limited to surface restoration cleanup and relocation of mailboxes . All objectionable matter required to be removed from w ithin the right-of-way and not particu larly described under these specifications shall be covered by Item No . 102 "Clearing and Grubbing " and shall be subsidiary to the other items of the contract. 3/3 1/2 010 SP -4 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC : The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction ". 11. WAGE RATES: The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth , Texas, in accordance with statutory requirements , as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any subcontractor on the site of the project covered by these Contract Documents. In no event shall less than the rates be paid as attached . 12 . EXISTING UTILITIES : The locations and dimensions shown on the plans relative to existing utilities are based on the best information available . It shall be the Contractor's responsib ility to verify location of adjacent and/or conflicting util ities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance . The Contractor shall take all necessary precautions in order to protect all services encountered . Any damage to utilities and any losses to the utility City due to d isruption of service resulting from the Contractor's operations shall be at the Contractor's expense . 13. PARKWAY CONSTRUCTION : During the construction of this project, it will be required that all parkways be excavated and shaped at the same time the roadway is excavated . Excess excavation will be disposed of at locations approved by the Director of the Department of Engineering. 14. MATERIAL STORAGE : Material shall not be stored on private property unless the Contractor has obtained permission from the property City. 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS : The Contractor shall take adequate measures to protect all existing structures , improvements and utilities , which may be encountered . The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Engineer to be accurate as to extent , location and depth , they are shown on the plans as the best information available at the time of design , from the Owners of the utilities involved and from evidences found on the ground . 16. INCREASE OR DECREASE IN QUANTITIES : The quantities shown 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. 3/3 1/2 010 SP-5 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS : Contractor Covenants and agrees to indemn ify City 's Engineer and A rchitect , and thei r personnel at the project site for Contractor's sole negligence . In addit ion , 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 cla ims or suits for property loss , property damage , personal injury , includ ing death , aris ing out of, or alleged to arise out of, the work and serv ices to be performed hereunde r by Contractor , its officers , agents , employees , subcontractors , licensees or inv itees , whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers , servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. In the event City rece ives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides City with a letter from Contractor's liability insurance carr ier that the cla im has been referred to the insurance carrier. The Director may , if deemed approp ri ate , refuse to accept b ids on other City of Fort Worth publ ic work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 18. EQUAL EMPLOYMENT PROVISIONS : Contractor shall comply with City Ordinance Number 7278 as amended by C ity Ordinance Number 7400 (Fort Worth C ity Code Sections 13-A-21 through 12-A- 29) prohibiting discrim ination in employments practices . The Contractor shall post the required notice to that effect on the project site , and at his request, will be provided by assistance by the Ci ty of Fort Worth 's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. 19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE : In accordance with C ity of Fort Worth Ordinance No . 15530, the City has goals for the participation of minority business enterprises and women business enterprises in City contracts . The Ordinance is incorporated in these specifications by reference . A copy of the Ordinance may be obta ined from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT 3/3 1/2 010 SP-6 FORM, as applicable , must be submitted with in fine (5) city business days after bid opening . Failure to comply shall render the bid non-responsive . Upon request, Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. Contractor further agrees to permit an audit and/or examination of any books , records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of acts (other than a negligent misrepresentation) and /or the commission fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal , state, or local laws or ordinances relating to false statement. Further , any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time not less than three years . The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids . Failure to comply with the City's M/WBE Ordinance, or to demonstrate "good faith effort", shall result in a bid being rendered non-responsive to specifications . Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed . Contractor shall also provide monthly reports on utilization of the subcontractors to the City 's M/WBE office . The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals . The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid . The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable. Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non-responsive. Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work . Whenever a change order exceeds 10% of the original contract, the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the contract shall: a. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid ; and, 3/31 /2010 SP-7 b. If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform with his forces , the Contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City , and , c. Submit a REQUEST FOR APPROVAL OF CHANGE FORM , if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers . Justification for change may be granted for the following : (1) Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance. (2) Failure of Subcontractor to provide required general liability of other insurance . (3) Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan. (4) Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City, the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs. 20. FINAL CLEAN-UP : Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed . No more than seven days shall elapse after completion of construction before the roadway and ROW. is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative . This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials , and in general preparing the site of the work in an orderly manner and appearance . 21. SITE RESTORATION AND DAMAGE TO PRIVATE PROPERTY: The Contractor shall be responsible for restoring the site to original or better conditions after completion of his operations subject to approval of the Owner. Replacement shall be in kind or better. At the Contractor's discretion , digital photos may be taken of existing conditions for documentation . The burden of proof as to pre-project site conditions is the sole responsibility of the Contractor. The Contractor shall immediately repair or replace any damage to private property , including but not limited to fences , walls , pavement, and water and sewer services, at no cost to the Owner. All costs for site restoration, repair or replacement to private property and documentation shall be considered subs idiary to the project contract price and no additional payment will be allowed . 22. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW : A. WORKERS COMPENSATION INSURANCE COVERAGE: 3/3 1/2 010 SP-8 a. DEFINITIONS: Certification of coverage ("Cert ificate"). 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's employees providing services on a project , for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the Contractor's/person 's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §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 contracted directly with the Contractor and regardless of whether that person has employees . This includes, without limitation , independent Contractors , subcontractors, leasing companies , motor carriers , City-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 services related to a project. "Serv ices" 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) or all employees of the Contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period , file a new certificate of coverage with the governmental entity showing that coverage has been extended . e. The Contractor shall obtain from each person provid ing services on a project, and provide to the governmental entity: (1) a certificate of coverage , prior to that person beginning work on the project , so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project. 3/31/2010 SP-9 f. The Contractor shall retain all requ ired 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 , w ithin ten (10) days after the Contractor knew or should have known , or any change that materially affects the provision of coverage of any person providing services on the project. h. The Contractor shall post on each project site a notice , in the text, form and manner prescribed by the Texas Worker's Compensation , 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 prov iding 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 cove rage, if the coverage period shown on the current certificate of coverage ends during the duration of the project ; (4) obtain form each other person with whom it contracts , and provide to the Contractor: 3/3 1/2 010 a. a certificate of coverage , prior to the other person beginning work on the project; and b. a new certificate of coverage showing extension of coverage , prior to the end of the coverage period , if the coverage period shown on the current certificate of coverage ends during the duration of the project ; c. retain all required certificates of coverage on file for the duration of the project and for one year thereafter. d. Notify the governmental entity in writing by certified mail or personal delivery , with in ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and SP-10 e. contractually require each person with whom it contracts , to perform as requ ired by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are provid ing services. j. By signing this contract or providing or caus ing to be provided a certificate of coverage , the Contractor is representing to the governmental entity that all emp loyees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project , that the coverage will be based on proper reporting of class ificat ion codes and payroll amounts , and that all coverage agreements will be filed with appropriate insurance carrier or, in the case of a self-insured , with the commission 's Division of Self-Insurance Regulation . Providing false or m islead ing information may subject the Contractor to administrative, criminal , civil penalt ies 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 governmental entity to declare the cont ract void if the Contractor does not remedy the breach within ten day after receipt of notice of breach from the governmental entity . B. The Contractor shall post a notice on each project site inform ing all persons providing serv ices on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage . This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensat ion Act or other Texas Worker's Commission rules . Th is 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 follow ing text , w ithout any additional words or changes : 3/3 1/20 I 0 "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by worker's 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 identify of their employer or status as an employee . Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage , to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage ". SP-11 23. SAFETY STANDARDS AND ACCIDENT PREVENTION: With respect to all work to be performed under this Contract, the Contractor shall : a. Comply with the safety standards provisions of applicable laws , building and construction codes and the Manual of Accident Prevention in Construction published by the Associated General Contractors of America, the requirements of the Occupational Safety and Health Act of 1970 (Public Law 91-596 and subsequent amendments), and the requirements of Title 29 of the Code of Federal Regulations, Section 1910 or 1926 as applicable . b. Exercise every precaution at all times for the prevention of accidents and the protection of persons (including employees) and property . The attention of the Contractor is directed to the Requirements (including permitting and recording) of the Confined Space Entry Regulations that are under OSHA 24. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material that has been specified . Where the term "or equal ", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished , it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed substitutes is procured by the Contractor. Where the term "or equal ", or "approved equal" is not used in the specifications , this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is , in fact , equal, and the Engineer, as the representative of the City , shall be the sole judge of the acceptability of substitutions . The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications 25. MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute a release of mechanics and material men 's liens upon receipt of payment. 26. CONSTRUCTION SCHEDULE : It shall be the responsibility of the Contractor to furnish the Construction Engineer prior to construction a schedule outlining anticipated time each phase of construction will begin and be completed, including clean up time 27. WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities , right-of-ways, easements and/or permits are cleared or obtained . The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 3/31/2010 SP-1 2 28. ZONING REQUIREMENTS : Dur ing the construct ion of this project , the Contractor shall comply with present zon ing requirements of the C ity of Fort Worth in the use of vacant property for storage purposes 29. WORKING DAYS : The Con tractor agrees to complete the Contract w ith in the allotted number of working days . 30. RIGHT TO ABANDON : The C ity reserves the right to abandon , w ithout 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 . 31. CONSTRUCTION SPECIFICATIONS : Th is contract and project are governed by the two follow ing published spec ifications, except as modified by these Special Provisions : STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTIONS NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS TEXAS STANDARD SPECIFICATION FOR CONSTRUCTION & MAINTENANCE OF HIGHWAYS , STREETS AND BRIDGES, TEXAS DEPARTMENT OF TRANSPORTATION A copy of the City specifications may be purchased at the Office of the Transportation and Public Works Department, 1000 Throckmorton Street, 2"d Floor , Municipal Building , Fort Worth , Texas 76102 . The specifications appl icable to each pay item are indicated in the call-out for the pay item by the Eng ineer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document. 32. CONTRACT DOCUMENTS : Bidde rs sha ll 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 des ignating bids as "nonresponsive " and rejecting bids or voiding contract as appropriate and as determined by the Assistant Director of the Department of Transportation and Public Works 33. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmansh ip, or both , for a period of two (2) years from date of final acceptance of this project and w ill be required to replace at his expense any part or the entire project which becomes defective due to these causes . 3 /3 1/2 010 SP -13 34. TRAFFIC CONTROL: The Contractor shall be responsible for prov id ing traffic control during the construction of this project cons istent with the provisions set forth in the "1980 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 be ing Section Nos . 27 , 29 , 30 and 31 . 35. DELAYS : The Contractor shall receive no compensat ion 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 furn ished by the C ity . When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Director of the Department of Eng ineering 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 g iven by the Eng ineers to stop work or by the performance of extra work or by the failure of the C ity to prov ide 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 C ity Council ; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 36. 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 Warn ing and/or Detour Signs ," Item 524 and/or as shown on the plans . Construction s igning and barricades shall conform with "1980 Texas Manual on Uniform Traffic Control Devices , Vol. No . 1." 37. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material , the Contractor shall advise the Director of the Department of Transportation and Public Works acting as the City of Fort Worth 's Flood Pla in 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 Pla in Ordinance of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies . No fill permit is required if disposal sites are not in a flood plain . Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain . Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's expense . In the event that the Contractor disposes of spoil/fill materials at a site without a fill permit or a letter from 3/3 1/2 010 SP -14 the administrator approving the disposal site, upon notification by the Director of Engineering , Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section . 38. QUALITY CONTROL TESTING : 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 asphaltic 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 . a. 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 . b. Quality control testing of on s ite material on this project will be performed by the City at its own expense . Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. c. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing . The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. d. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site . The ticket shall specify the name of the pit supplying the fill material. 39. PROPERTY ACCESS : Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 40. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: a. 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 : 3/31/2010 SP-15 "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." b. 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. c. When necessary to work within six feet of high voltage electric lines , notification shall be given the power company (TU Electric Service Company) 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 notify ing department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken in each case . d. The Contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense . e. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 41. WATER DEPARTMENT PRE-QUALIFICATIONS: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work . 42. RIGHT TO AUDIT: a. Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract have access to and the right to examine 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. The City shall give Contractor reasonable advance notice of intended audits . b. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents , papers and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c) hereof. City shall give subcontractor reasonable advance notice of intended audits. 3/31 /2 010 SP-16 c. Contractor and subcontractor agree to photocopy such documents as may be requested by the City . The City agrees to reimburse Contractor for the cost of copies as follows : (1) 50 copies and under (2) More than 50 cop ies $0 .10 per page . $0 .85 for first page plus $0 .15 for each page thereafter. d. "Contractor agrees that the C ity shall , until the expiration of three (3) years after final payment under this contract have access to and the r ight to exam ine any directly pert inent books , documents , papers and records of such subcontractor , involving transactions to the subcontract and further , that C ity shall have access during normal working hours to all appropriate work space , in order to conduct audits in compliance with the provisions of th is article . City shall g ive subcontractor reasonable advance notice of intended audits ." 43. CONSTRUCTION STAKES: The City, through its Surveyor or agent , will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework . These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage , etc .), one set of excavation/or stab ilization stakes , and one set of stakes for curb and gutter and/or paving . It shall be the sole responsibility of the Contractor to preserve , ma intain , transfer, etc ., all stakes furnished until completion of the construction phase of the project for which they were furnished . If, in the opinion of the Engineer, a sufficient number of stakes or markings provided by the City have been lost, destroyed, or disturbed , that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place , then the Contractor shall replace such stakes or markings as required . An individual registered by the Texas Board of Professional Land Surveying as a Registered Profess ional Land Surveyor shall replace these stakes, at the Contactor's expense . No claims for delay due to a lack of replacement of construction stakes will be accepted , and time will continue to be charged in accordance with the Contract Documents . 44. LOCATION OF NEW WALKS AND DRIVEWAYS : The Contractor will make every effort to protect ex isting trees within the parkway, with the approval of the eng ineer the Contractor may re-locate proposed new driveways and walks around existing trees to minimize damage to trees. 45. EARLY WARNING SYSTEM FOR CONSTRUCTION : Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule , the following process shall be applicable : 3/3 1/2 0 l 0 SP-17 - The work progress on all construction projects will be closely monito red . On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the Contractor is less than the percentage of time allowed by 20% or more (example : 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures w ill be taken : a. A letter will be mailed to the Contractor by certified mail , return receipt requested demand ing that , with in 10 days from the date that the letter is received , it provide sufficient equipment, materials and labor to ensure comp let ion of the work within the contract time . In the event the Contractor receives such a letter, the Contractor shall provide to the C ity an updated schedule showing how the project w ill be completed within the contract time . b. The Project Manager and the Di rectors of the Department of Engineering , Water Department , and Department of Transportation and Public Works will be made aware of the situation. If necessary , the City Manager's Office and the appropriate city council members may also be informed . c. Any notice that may , in the City 's sole discretion , be required to be provided to interested individuals will distributed by the Engineering Department's Pub lic Information Officer. d. Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified . The Eng ineering Department's Public Information Officer 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 . 46. 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 PER IOD 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 10 :00 a.m . whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work pr ior to 10 :00 a.m . if use of motorized equipment is less than 1 hour, or if equipment is new and cert ified by EPA as "Low Emitting ", or equipment burns Ultra Low Sulfur Diesel {ULSD), diesel emulsions , or alternative fue ls such as CNG . 3/31 /2010 SP-18 - 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 ." 47. CONSTRUCTION NON-PAY ITEMS : NON-PAY ITEM 1: CLEARING AND GRUBBING : All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102 , "Clearing and Grubbing." However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM 2: SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200 , "Sprinkling for Dust Control " shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM 3: PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns , yards, 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 Forestry Office at 871 -5738 . All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture . Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City . To prevent the spread of the Oak Wilt fungus , all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended . NON-PAY ITEM 4: PROJECT CLEAN-UP : 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 : (1) Sweeping the street clean of dirt or debris 3/31/2010 SP-19 - (2) Storing excess material in appropriate and organi zed manner (3) Keeping trash of any kind off of residents ' property If the Engineer does not feel that the jobsite has been kept in an orderly condition , on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed . No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. NON-PAY ITEM 5: PROJECT SCHEDULE : Contractor shall be responsible for producing a project schedule at the pre-construction conference . Th is schedule shall detail all phases of construction , including project clean up , and allow the Contractor to complete the work in the allotted time . Contractor will not move on to the jobsite 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 . 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. NON-PAY ITEM 6: NOTIFICATION OF RESIDENTS : In order to cut down on the number of complaints from residents due to the dust generated when saw-cutting joints in concrete pavement , the Contractor shall not ify residents, in writing , at least 48 hours in advance of saw-cutting joints during the construction of paving projects . All costs involved with providing such written notice shall be considered subsidiary to this contract. NON-PAY ITEM 7: PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION : Prior to beginning construction on any block in the project, the Contractor shall , on a block by block bas is , prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction . The notice shall be prepared as follows : a. The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area . The flyer shall be prepared on the Contractor's letterhead and shall include the following information : Name of Project , DOE No ., Scope of Project (i.e . type of construction activity), actual construction duration within the block , the name of the Contractor's foreman and his phone number, the name of the City 's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification ' flyer is attached . b. The Contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition , a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed . The Contractor will not be allowed to begiri construction on any block until the flyer is delivered to all residents of the block . 3/31 /2010 SP -20 - All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. NON-PAY ITEM 8: SAWCUT OF EXISTING CONCRETE: When existing concrete or H.M .A.C . is cut, such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses . All sawing shall be subsidiary to the unit cost of the respective item . NON-PAY ITEM 9: LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES : The Contractor shall be responsible for locating and mark ing all previously exposed manholes and water valves in each street of this contract before the recycling process commences for a particular street. a. The Contractor shall attempt to include the construction engineer (if he is available) in the observation and marking activity . In any event a street shall be completely marked a minimum to two (2) working days before recycling begins on any street. Marking the curbs with paint is a recommended procedure . b. It shall be the Contractor's responsibility to notify the utility companies that he has commenced work on the project. As the recycling is completed (within the same day) the Contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the Contractor shall notify the utilities of this completion and indicate that start of the next one in order for the utilities to adjust facilities accordingly . The following are utility contact persons : Company SBC -Telephone TXU Electric Delivery: Downtown Other than Downtown Atmos Energy-Despatch CFW -Street Light CFW -Light Signal CFW -Pavement Marking 3/31 /2010 Telephone Number 817-338-6202 214-384-3732 Cell 817-215-6424 817-215-6688 1-800-460-3030 817-392-7738 817-392-2538 817-392-2535 817-392-8107 SP-2 1 Contact Person Mr. Gary Tillory Mr. Scott King Mr. Robert Martinex Mr. James Turner Mr. Frank Brock Mr. Monte Wilson Mr. Chuck Snyder - - CFW -Storm Drain CFW-Water CFW-Sewer 817-392-5196 817-212-2699 817-925-2360 Cell 817-212-2699 817-944-8399 Cell Mr. Juan Cadena Mr. Roger Hauser Mr. Rick Davis c. Under the terms of th is contract, the Contractor shall complete adjustment of the storm drain and Water Department facilities , one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C . overlay adjacent to said facilities . d. Any deviation from the above procedure and allotted working days may result in the shut down of the recycling operation by the Construction Engineer. 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 10: TIE-IN INTO STORM DRAIN STRUCTURE: The cost for making lateral tie -ins to the storm drain structure shall be subsidiary to the bid price for the respective lines . NON-PAY ITEM 11: SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation of sprinkler heads encountered shall be paid for under utility adjustment in the proposal section . No other compensation will be provided . NON-PAY ITEM 12: FEE FOR STREET USE PERMITS AND RE-INSPECTIONS : A fee for street use permits is in effect. In addition , a separate fee for re-inspections for parkway construction , such as driveways , sidewalks , etc ., will be required . The fees are as follows : a. The street permit fee is $75 .00 per permit with payment due at the time of permit application . b. A re-inspection fee of $25 .00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection . c. Payment by the Contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. NON-PAY ITEM 13: TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE): 3/31/2010 SP-22 a. DESCRIPTION : This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measure unless otherwise directed by the engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations . The temporary measures shall include dikes, dames , berms , sediment basins , fiber mats, jute netting, temporary seeding, straw mulch , asphalt mulch, plastic liners , rubble liners, baled-hay retards , dikes , slope drains and other devices. b. CONSTRUCTION REQUIRMENTS : The Engineer has the authority to define erodible earth and the authority to limit the surface are of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation , borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water course , lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes , dams , sediment basins , slope drains and use of temporary mulches , mats , seeding or other control devices or methods directed by the Engineer as necessary to control soil erosion . Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollut ion control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way , clearing and grubbing , excavation and borrow to be proportional to the CONTRACTOR 'S capability and progress in keeping the finish grading, mulching , seeding , and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 3/3 1/2010 (1) Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. (2) Frequent fordings of live streams will not be permitted ; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessary . (3) Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. (4) When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream . Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream . (5) All waterways shall be cleared as soon as practicable of false work , piling, debris or other obstructions placed during construction operations that are not part of the finished work. (6) The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels , oils , bitumens, calcium chloride or other harmful materials . He shall SP-23 - conduct and schedule his operations so as to avoid or minim ize siltat ion of streams , lakes and reservo irs and to avoid interference with movement of migratory fish . c. SUBMITTAL: Prior to the start of the applicable construction , the Contractor shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible-earth material to a minimum . He shall also submit for acceptance his proposed method of so il-eros ion control on construction and haul roads and material sources and his plan for disposal of waste materials. No work shall be started until the soil -erosion control schedules and methods of operations have been reviewed and approved by the Eng ineer. d. MEASUREMENT AND PAYMENT: All work , materials and equipment necessary to provide temporary erosion control shall be considered subsid iary to the contract and no extra pay will be given for this work . NON-PAY ITEM 14: TRAFFIC CONTROL: The Contractor will be required to obtain a "Street Use Permit" prior to starting work . As part of the "Street Use Permit" a traffic control plan is required . The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways ," issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways ," cod ified as Article 6701d Vernon 's Civil Statutes, pertinent sections being Sect ion Nos . 27 , 29, 30 and 31 . A traffic control plan shall be submitted for review to Mr. Charles R. Burkett , City Traffic Engineer at (817) 392-8712 , at the pre-construction 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 determined that a sign must be removed to permit required construction , the Contractor shall contact the Transportation and Public Works Department, Signs and Mark ings Division , (Phone Number 871-7738) to remove the sign . In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed pr ior to the removal of the permanent sign . If the temporary sign is not installed correctly or if it does not meet the required specifications , the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent s ign and shall leave his temporary sign in place until such reinstallation is completed . 3/3 1/2 010 SP-24 Work shall not be performed on certain locations/streets during "peak traffic periods " as determination 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 ." NON-PAY ITEM 15: WATER TESTING PAVEMENT: The Contractor shall test all proposed paving for water ponding . If ponding in any spot exceeds Yi ", the Contractor shall replace affected pavement or provide other approved modifications (grinding , etc .) so that no ponding areas exceed a maximum of Yi" depth . NON-PAY ITEM 16: REMOVING EXISTING TEMPORARY CURB: The contractor may break out existing temporary curb by any means approved by the Engineer. Any damaged pavement shall be repaired at the cost of the Contractor. Removing existing temporary curb shall be subsid iary to "Removing Metal Beam Guard Fence ". 48. CONSTRUCTION PAY ITEMS : PAY ITEMS 1 & 2: CONCRETE BRIDGE DECK REPAIR: a. DESCRIPTION: 3/31 /20 I 0 This Item shall govern for the repair of deteriorated and/or damaged areas of concrete bridge decks as herein specified and as directed by the Engineer. Bridge deck repairs are divided into three main classes of repair: Class I: Class II: Class Ill: for shallow repairs where the damage does not extend to the top mat of reinforcing steel; for mid-depth repair where damage extends to, or slightly below , the top mat of reinforcing steel ; for full depth repair. These classes are further divided into three subclasses depending upon the desired time until return of service (opening to traffic): Subclass (A): for rapid return to service within two hours after placing repair materials; Subclass (B): for prompt return to service within twenty four hours after placement of repair materials ; Subclass (C): for postponed return to service of seven days or more after placement of repair materials. SP-25 For example : A shallow repair requiring an immediate return to service is classified as a Class I (A) repair while a full depth repair where opening to traffic can be delayed is classified as a Class Ill (C) repair. b. MATERIALS: All materials shall conform to the pertinent requirements of the following 3/31 /2010 TxDOT Items , except as noted herein : Item 420 , "Concrete Structures" Item 421 , "Portland Cement Concrete " Item 440, "Reinforcing Steel" Special Specification , "Epoxy and Adhesives " Cementing Materials . Proprietary repair materials are acceptable for use if approved by the Engineer. Information to be included for review shall include the manufacturer's recommendations and material application instructions . At the Engineer's discretion, trial batches for proprietary repair materials may be required to verify that the compressive strengths specified herein are obtained . Proprietary repair materials shall be certified by the manufacturer to be free of soluable chlorides or other ingredients that my potentially cause corrosion of embedded re inforcing steel. All repair materials shall have the following minimum compressive strengths depending on the subclass of the repair (return to serv ice time); Subclass (A): Subclass (B): Subclass (C): 2,000 psi at two (2) hours 3,600 psi at twenty four (24) hours 4,000 psi at seven (7) days The 28-day strength for all Subclasses shall be 4,000 psi. Trial batches of Portland cement Concrete furnished under TxDOT Item 421, "Portland Cement Concrete", may be required to verify that the compressive strengths specified above are achieved within the given time period . Concrete repair materials shall be air-entrained per Article 421.8 , "Classification and Mix Design " of TxDOT specifications. For Class I repairs with concrete, the slump shall not exceed one (1) inch and the maximum water-cement ratio shall not exceed 0 .35. For Class II repairs with concrete, the slump shall not exceed three (3) inches and the maximum water-cement ratio shall not exceed 0.45 . Repair materials for Class Ill repairs shall conform to the requirements for Class "S" concrete in TxDOT Item 421, "Portland Cement Concrete ". Admixtures for concrete shall conform to TxDOT Item 437 , "Concrete Admixtures". Coarse Aggregate . Coarse aggregate shall be a crushed or broken aggregate conforming to Section 439 .2(1 )(b), "Coarse Aggregate " of TxDOT's specification . For proprietary repair SP-26 materials , the coarse aggregate shall be in conformance with the manufacturer's recommendations . The maximum aggregate size for a Class I (shallow) repair shall not be greater than Grade 6 or half the average repair depth and for a Class II repair shall be Grade 5 or 6 in accordance with Article 421 .2, "Materials" of TxDOT's specification . Coarse aggregate for a Class Ill (full depth) repair shall conform to the requirements for Class "S" concrete in Article 421 .9, "Quality of Concrete " of TxDOT's specification . For Class I repairs the coarse aggregate shall not have an absorption exceeding three (3) percent when tes ted in accordance with Test Method Tex-403-A. c. EQUIPMENT: All equipment shall be provided by the Contractor, subject to the approval of the Eng ineer and shall comply with the follow ing : Concrete Removal Equipment. Proportioning and Mixing Equipment Placing and Finishing Equipment d. CONSTRUCTION METHODS: All areas to be repaired will be marked by the Engineer. Determination as to the class of repair will be made after the final concrete removal has been completed . The entire perimeter of the area to be repaired shall be saw-cut on the top surface to a depth of approximately one (1) inch . This saw-cutting depth may be reduced as directed by the Engineer in areas where insufficient cover is suspected so that the re inforcing steel will not be cut. For Class Ill repairs , the bottom surface of the deck shall be chipped around the entire perimeter of the patch area us ing lightweight chipping hammers to prov ide as near a vertical surface as possible . Feather edges around this perimeter will not be permitted . The minimum depth of repair for a Class I repair is ~ inch . Concrete Removal. Surface Preparation Placing and Finishing Repair Materials Curing e. MEASUREMENT: Bridge deck repairs will be measured by the square foot of surface area for the various classes of repairs (Class I, II and Ill). When a repair involves multiple depths , the areas for each class will be measured separately . f. PAYMENT: The work performed and material furnished in accordance with this Item and measured as provided under "Measurement", will be paid for at the unit pr ice bid fo r "Bridge Deck Repair", of the various classes and subclasses specified . A bid price shall be provided for each of the three classes of repair (I , II , and Ill). The subclass (return to serv ice time) will be determined by the Engineer and will rema in the same for all classes of a given repair. These prices shall be full compensation for furnishing and placing all materials, removing and disposing of all loose or deteriorated concrete, saw-cutting , cleaning and/or replacing of 3/3 1/20 IO SP-27 r reinforcing steel, and for all labor, equipment , tools and incidentals necessary to complete the work. PAY ITEM 3: CLEANING AND SEALING JOINTS AND CRACKS: This item shall be completed in accordance with Item 438 of the Texas Department of Transportation's , Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges (enclosed). a. DESCRIPTION: Open joints that allow water from the deck to penetrate the deck shall be sealed with a silicone treatment to a minimum depth of Y:z inch . This item also addresses existing open joints , construction joints and cracks in concrete riprap that undergoes rehabilitation . Silicone sealant shall conform to TxDOT DMS -6310 "Joint Sealers and Fillers " and shall consist of a two part, rapid curing, self-leveling , cold applied silicone material that cures to a low-modulus rubber upon exposure to atmospheric moisture. Joints shall be cleaned of all joint seals , old expansion materials/devices, bituminous material, dirt, grease and all other deleterious material. All joints must be dry, clean , and moisture free and prepared as recommended by the manufacturer. Sealant shall be mixed and placed in accordance with manufacturer's recommendations . In no case shall the sealant be placed unless the temperature is at least 45°F and rising. Where appropriate , backer rods and backing materials shall be used for application of the sealant. Backer rods and backing materials shall conform to TxDOT specification 433 .2(4), "Backer Rods and Backing Materials". Sealant shall be depressed Y:z " from any riding surface . b. MEASUREMENT: Measurement will be made by linear feet (LF) of joints sealed . c. PAYMENT: Payment will be made by the unit price bid for "Cleaning and Sealing Joints and Cracks ". This price shall be full compensation for all materials, tools , labor, equipment and incidentals required to perform the work described . PAY ITEM 4: REMOVE AND REPLACE BRIDGE APPROACH SLAB: This item shall include the removal and replacement of all failed reinforced concrete approach slab and replacing with a minimum of 7-inches (to be matched with existing pavement thickness) or as designated by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite in a manner satisfactory to the Construction Engineer. The existing manhole should be adjusted with steel riser to match the grade wh ich is subsidiary to this pay item. For specifications governing this item , see City Standard City Specifications, Item No . 104 "Removing Old Concrete", and Item No . 314 "Concrete Pavement" and Item No . 360 "Concrete Pavement" (enclosed) shall apply. For manhole adjustment see City Specification Item No . 450 "Adjusting Manholes and Inlets". 3/31 /2010 SP-2 8 In addition , this item includes removing failed joint material and replac ing with new jo int mater ial and new silicone joint sealant. Joint material and silicone j oint sealant shall be in accordance with the enclosed technical speci fi cat ion "Silicone Joint Sealing for Concrete Pavement" and joint details . For situat ions where extensive slab replacement is next to existing deteriorated or damaged curb , the contractor shall replace both slab and curb . The Eng ineer shall determ ine locations of curb replacement. Payment for slab replacement shall be addressed under this pay item , and curb replacement shall be pa id under Pay Item No . 5 Remove and replace 7-inch Concrete Curb . Contractor must remove existing failed pavement in a manner that subgrade is not disturbed. Contractor must re-compact subgrade and areas re-compacted shall have a uniform density not less than 95% of maximum density (ASTM D-698). In place density test per each repaired surface area shall be undertaken . The guidelines for compacting , per standard specification Item No . 202, "Rolling ", may be waived due to physical construction restrictions. Engineer may accept other compaction methods . Payment for compacting , including labor and equipment, shall be subsidiary to this Pay Item . If in the process of removing failed concrete pavement , it is revealed that the subgrade , even after attempts to compact and re-shape , is not meeting requirements of standard specification Item No . 204 "Subgrade Preparation ", and is exhibiting severe ruts and poor material composition that can not be manipulated and compacted, the Contractor shall remove 6-inches of top subgrade and replace with flexible base . The cost of removing and disposing of subgrade and placing of flexible base shall be subsidiary to this Pay Item . If failed concrete pavement has a depth that is less than ?-inches (distance between top of new pavement surface and re-compacted subgrade surface), the Contractor shall remove excess subgrade material. Subgrade must be re-shaped and re-compacted to allow replaced 9-inches thick concrete pavement section. Cost of removing and proper disposal of excess excavated material shall be subsidiary to this Pay Item . The concrete shall be designed to include a minimum of 6 sacks of Type I, or Type Ill cement. The maximum water cement ratio shall not exceed 5.5 gallons per sack . A Type A water- reducing admixture and a Type C non-chloride set-accelerating admixture may be used with minimum 5.5 sacks of type I or Type Ill cement to ach ieve the earliest possible concrete-setting times . The use of a set-retarding admixture will not be permitted . The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seventy two (72) hours . Concrete pavement may be opened to traffic as long as the m inimum compressive strength requirement of 3000 pounds per square inch has been met. If the concrete fails to reach the required 72-hour strength , the Engineer may direct that the concrete be redesigned as necessary to meet these requ irements. 3 /31/2 0 I 0 SP-2 9 Slump shall not exceed 3 inches . An entrained air content of three (3) to six (6) percent , as directed by the Engineer, shall be provided . The fine aggregate shall have fineness modules of 2.60 to 2.80. All adm ixtures used shall conform to the requirements of standard specifications Item No . 314, "Concrete Pavement " except that the Type C set-accelerating admixture may require addition , at the job site, when the temperature of the concrete is above 55 °F . Either transit-mix or central-mix concrete will be permitted . Existing concrete pavement shall be sawed full depth . Reinforcing bars (No . 3 @ 18 " OCBW), dowels and tie bars shall be placed as shown on the enclosed joint details . All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the Engineer. Screeds will not be allowed except if approved by the Engineer. Actual measured material in cubic yards , in place, shall be the basis for payment. Payment shall be full compensation for labor, material and equipment used, at the locations determined by the Engineer. PAY ITEM 5: REMOVE AND REPLACE 7-INCH CONCRETE CURB: This item includes the replacement of concrete curb where extensive slab replacement is required next to existing deteriorated or damaged curb with same day haul-off of the removed material to a suitable dumpsite. The contractor shall replace both slab and curb . The Engineer shall determine locations and limits of curb replacement. Standard specification Item No . 104 "Removing Old Concrete ", and Item No .502 , "Concrete Curb and Gutter", shall apply except as follows : Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab . The concrete for the curb shall be deposited no more than thirty (30) minutes after the concrete in the slab is placed . In situations where only curb replacement is called for, new slab and curb shall be drilled into existing pavement per detail sheet. Concrete slab shall be paid for under Pay Item No . 4 , and curb shall be paid under this pay item . The Contractor shall backfill behind the curb at finishing grade within seven (7) calendar days of pouring the curb . Top soil as per specification Item No . 116 "Top Soil", if needed , shall be added and leveled to grade behind the curb . Cost of back filling, top soil , and grading behind curb shall be included in this pay item . Existing improvements within the parkway such as water meters , sprinkler system, etc ., if damaged during construction, shall be replaced with same or better at no cost to the City . Required backfilling and finishing grade behind the curb shall be completed in order for the curb to be accepted and measured as completed . 3/31 /2010 SP-30 The un it price bid per linear feet will be full compensation for al[ labor, materials , equipment , tools , and incidentals necessary to complete the work . PAY ITEM 6 :CONCRETE STRUCTURE REPAIR (LESS THAN 1" THICK) EXCLUDING DECK: This item shall be completed in accordance with Item 429 (enclosed) of the Texas Department of Transportation 's, Standard Specification for Construct ion and Maintenance of Highways , Streets , and Bridges . a. DESCRIPTION: At parapet wall , curb or any locations where concrete has delaminated , spalled , or has other superfic ial defects ; Contractor shall remove unsound concrete and apply epoxy based mortar to restore and seal concrete surface . The epoxy should meet the requirement of Type VII I per OMS -6100 . Contractor shall saw cut the entire perimeter of all repair areas to a min imum depth of Y:z in. Depth of saw cut should be adjusted as necessary to avoid cutting reinforcement steel near the surface of the concrete . Reinforcing steel that has more than 25% section loss due to corrosion should be replaced or supplemented as directed by Engineer. b. MEASUREMENT: This item will be measured by square foot, in place , as measured on the surface of the completed repair. c. PAYMENT: Payment will be made by the unit price bid for this Pay Item . This price shall be full compensation for furnishing and placing all repa ir materials ; removing all loose and defective concrete; saw-cutting ; cleaning re inforcing steel; supplying and install ing replacement or supplemental re inforcing steel ; and equipment , labor and incidentals required to perform the work described . PAY ITEM 7: REMOVE AND REPLACE CONCRETE PARAPET WALL(HULEN ST RAMP): This item shall be completed in accordance w ith City Standard Specificat ions , Item No . 104 "Removing Old Concrete", Item 410 "Concrete Structures" and Item 429 (enclosed). The removal of existing damaged concrete parapet wall and replacement of in-kind or as approved by engineer should cover this item . The removed material shall be hauled off at the same day to a suitable dumpsite . Concrete shall be Class 'C' with minimum compressive strength of 3600 psi at 28 days . Measurement shall be cubic yard of the wall replaced . Payment shall be made by unit price bid for this Pay Item . This price shall be full compensation for material, equipment, labor and incidentals required to perform the work described . PAY ITEM 8: REMOVE AND REPLACE CONCRETE RIPRAP: This item shall be completed in accordance with City Standard Specifications, Item No . 104 and Item 432 of the Texas Department of Transportation 's , Standard Specification for Construction and Maintenance of Highways , Streets , and Bridges (enclosed). 3/3 1/2010 SP-31 This item shall include the replacement of damaged concrete riprap as deemed necessary by the engineer. The removed material shall be hauled off to a suitable dumpsite at contractor's responsibility. The thickness of the concrete shall be 4 " minimum or as directed by engineer. If it is necessary to backfill the voids underneath the concrete the contractor shall do that with flowable fill (separate pay item) to match the grade . This item includes reinforcing steel in riprap, construction and expansion joint with new joint material which is deemed necessary by the engineer. This joint material shall be in accordance with Item 438 of the Texas Department of Transportation's , Standard Specification for Construction and Maintenance of Highways, Streets , and Bridges (enclosed). The existing trees, tree stumps and roots in riprap shall be removed or grinded below grade which is subsidiary to this Pay item. The concrete riprap shall be placed in accordance with the detail at the back of the document (TxDOT plan CRR) or as directed by the engineer. Concrete for riprap shall be Class 'B' with a minimum compressive strength of 2000 psi at 28 days. Measurement shall be cubic yard of the riprap replaced . Payment shall be made by unit price bid for this Pay Item. This price shall be full compensation for material , equipment, labor and incidentals required to perform the work described . Payment shall be made by unit price bid for this Pay Item . This price shall be full compensation for removing & hauling , excavation, furnishing concrete and reinforcing steel, construction & expansion joint material, equipment, labor and incidentals required to perform the work described. PAY ITEM 9: FLOWABLE FILL IN VOIDS: Contractor shall backfill the voids underneath of concrete riprap with flowable fill which on the basis of inspection during construction are deemed necessary by the engineer. This item shall be completed in accordance with Item No . 401 of the Texas Department of Transportation's, Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges (enclosed). Flowable backfill shall be placed without consolidation and result in the filling of all voids. The Engineer may require flowable backfill to contain shrinkage compensator or other admixtures that improve flowability , reduce segregation or otherwise improve the suitability of the material for the specific application . All admixtures shall be proportioned in accordance with manufacturer's recommendations. Contractor shall cut access holes of sufficient size and number to achieve filling of voids under surface as required which is subsidiary to this pay item . Materials shall be subject to Engineer's approval. Measurement shall be cubic yards of material placed . Payment shall be made by unit price bid for "Flowable Fill in Voids." This price shall be full compensation for all materials, labor, equipment, supervision, and related services . PAY ITEM 10: MULTI-LAYER EPOXY CONCRETE OVERLAY (2-1/8" LAYERS): a. DESCRIPTION : Preparation of deck surfaces, furnishing and applying thin, multiple-layer epoxy concrete on bridge structures. 3/31/2010 SP-32 b. MATERIALS: Furnish a Material Safety Data Sheet (MSDS) for all epoxy materials and related cleaning solvents used on the project. Maintain the MSDS 's with the materials at all times . Provide a certificate of compliance to these specifications with each batch of resin . Magnesium phosphate concrete is not compatible with the epoxy overlay systems. Remove all repairs performed with magnesium phosphate concrete and replace with a portland cement based repair material. (1) Aggregate. Use an angular-shaped silica with a Mohs scale hardness of 7 or greater or basalt with a hardness of 6 or greater. Use aggregates that are clean, dry (less than 0.2% moisture), and free of dirt, clay, asphalt, and other organic materials. Use aggregate that conforms to the gradation specified in Table 1. Table 1 ,ggregate ra A G d at1on Sieve No. 4 Sieve No. 8 Sieve No. 16 Sieve No. 30 % by Weight Passing Sieve 100% 30-75% 0-5% 0-1% (2) Binder material. Use a two-component thermosetting epoxy-based material meeting the requirements specified in Tables 2 and 3. Condition all components for testing to 74 degrees F (+/-1 deg . F) for at least 40 hours before mixing , curing or testing . Do not use epoxy systems containing solvents or unreactive diluents. Table 2 R . d p equ1re rope 1es or 1xe , rt· f M" d U ncure dE poxy s· d m er Property Requirement Test Method Viscosity(neat) 7-70 poise Tex-614-J Gel Time(neat) 15 min . minimum Tex-614-J Absorption in 24 hrs 1% maximum ASTM D 570 3 /31/20 I 0 SP-33 Table 3 R . d P equ1re f C ropert1es or ure E .poxy s· d m er Property Required Test Method Value Compressive Strength at 5 hrs . 1,000 psi Tex-618J Min imum Modu lus of Elastic ity 13 ,000 psi ASTM D 638 Type 1 maximum Resilience at 48 hrs(neat) 70% Tex-618-J minimum Tensile Strength at 7 days 1,800-5 ,000 psi Tex-618-J Compressive Strength at 48 hrs . 3,000 psi Tex-618-J minimum Bond Strength (neat) 250 psi Tex-614 -J min imum Elongation at 7 days 30% minimum Tex-618-J (3) Epoxy Concrete . The multiple layer epoxy concrete to be used as the overlay shall meet the requ ired properties specified in Table 4 . The fin ished overlay is permitted to be opened to traffic when a standard slot sc rewdriver with a 3/8 blade and a force of 45 lb will not dent the surface . Table 4 Required Properties for Cured Epoxy Concrete 3/31 /2010 SP-34 Property Required Value Test method Compressive Strength 1000 psi minimum ASTM C 57 9 , Method B at 3 hours Samples shall be made us ing 2- 3/4 parts standard sand per 4800 psi m inimum ASTM C 77 8, No . 20-30 U.S. at 24 hours Standa rd Sieve per one volume part of m ixed epoxy . Thermal Compatibility , No delamination of ASTM C 884 B Samples shall overlay be made using 2-3/4 parts One cycle is 8hrs . at 60 °C standard sand per ASTM C 778 , followed by 16hrs . at -21 °c . No . 20-30 U.S. Standard Sieve Determ ine results after 9 cycles per one volume part of mixed epoxy . c. EQUIPMENT: Use shot blasters (steel , sand or grit) or other surface preparation method capable of removing deteriorated concrete , laitance , grease , dirt , oil and other contaminants that inhibit bond of the overlay . Do not use scarifiers, scabblers , or milling machines for surface preparation . An automated epoxy distribution system , an aggregate spreader, a broom , and a self-propelled sweeper broom or vacuum truck are preferred in all applications . The distribution system or distributor must accurate ly blend the epoxy components and uniformly and accurately apply the epoxy materials at the specified rate to the bridge deck to cover 100% of the work area . Equipment should provide compressed air that is free of oil and water. Hand appl ications are allowed but the Contractor must submit the methods of application attested by the manufacturer to the Engineer. d. CONSTRUCTION: 3/31/2 010 (1) Work Plan . Before construction of the epoxy overlay , the Contractor must submit to the Engineer for acceptance a work plan for constructing the overlay . The work plan will include but not be limited to proposed equipment, materials , compatibility of concrete repairs (existing and proposed) with the epoxy overlay material , layout of overlay placement identifying any hand placements, min imum air and deck surface temperatures , anticipated schedule for traffic control and project phasing to support the proposed work plan . The work plan must also meet the approval of the manufacturer of the epoxy materials. Any deviations from the application prescribed by this specification must be approved by the manufacturer and explained to the Engineer's satisfaction before acceptance. SP-35 (a) Procedure Qualification . The Contractor shall use the following procedure to determine the cleaning practice (size of shot , flow of shot, forward speed and number of passes of the shot blasting machine , and other equipment and procedures) necessary to expose coarse aggregate and to assure adhesion of the overlay to the substrate . The Contractor shall also use the following quality control procedure to determine that the materials , batching , mixing, placing and curing procedures provide the required adhesion of the overlay to the substrate . (i) The Engineer shall designate areas to provide for an evaluation of the range of surface conditions on the area to be overlaid , including areas with deck repairs, if any . One designated area shall be evaluated for each span or 500 SY , whichever is smaller. (ii) At each of the locations selected by the Engineer, prepare a minimum area of 0.5 SY of the surface using the equipment and procedures proposed for preparing and cleaning the surface that is to receive the epoxy concrete overlay . (iii) Clean the surface and apply the overlay to designated quality control areas . (iv) Overlays of designated areas shall be applied at the same thickness and with the same materials , equipment , personnel, timing , sequence of operations and curing period prior to opening to traffic that will be used for the installation of the overlay. (v) (Evaluate the designated areas using the procedure described in Canadian Test Method A23.2-6B except that the pipe cap shall be a 2-inch diameter minimum and that the tensile adhesion evaluation shall not be performed at surface temperatures above 95 F. Core through the overlay to a minimum of 3/8 in .+/- 1/8 in . into the underlying concrete slab . An evaluation shall be the average of tests of three locations within the designated area . (vi) The surface preparation , materials , batching , mixing and curing qualifies as adequate if the minimum stress at failure is 220 psi. (vii) If the test results do not meet the required 220 psi minimum stress at fa ilure and surface preparation is not adequate , modify the surface preparation procedures and repeat the tests until the required minimum stress at failure is achieved . If the test results do not meet the required 220 psi minimum stress at failure and the material , batching , mixing, placing and curing are not adequate, modify them and repeat the test until the required minimum stress at failure is achieved . (b) Quality Control. If the cleaning practice , materials and installation procedure are not acceptable, the Contractor shall remove overlays from areas that failed to indicate that the overlay had adequate tensile adhesion, make the necessary adjustments , and evaluate all areas again until satisfactory results are obtained . 3/31 /20 IO SP-36 3/31/2010 (2) Surface Preparation and Cleaning. Clean the deck surface by steel shot blasting or abrasive blasting . Use a blasting technique that exposes the coarse aggregate and removes asphaltic materials, oils , dirt, rubber, curing compound , paint, carbonation , laitance , weak surface mortar, and potentially detrimental materials including dust and other loose material left from the cleaning operation that may interfere with the bonding or curing of the overlay . The prepared surface shall meet or exceed the requirements of International Concrete Repair Institute (ICRI) No . 03732 Standard CSP 5. Use a vacuum cleaner or oil-and moisture-free air blast to remove dust and other loose material. Brooms shall not be used. Use water blasting if required . Identify unacceptable levels of moisture in the deck using a plastic sheet left taped in place for a minimum of 2 hr . (ASTM 04263) or other approved methods . Cleaning operations will be inspected and accepted before placing each layer of the overlay . Remove any contamination of the deck or intermediate courses after initial cleaning . Apply all courses following the cleaning before opening the area to traffic . Apply the first course within 24 hr. of cleaning, and place all courses of the overlay within 7 days of cleaning . The overlay manufacturer's representative must inspect and approve the surface condition , cleaning, overall deck condition , and agree that the deck is appropriate for the overlay before the overlay can be applied . If the Engineer determines that the Contractor has deviated from the approved cleaning method prior to the completion of the job, the Contractor shall re-clean the suspect areas using the approved method . Patching and cleaning operations shall be inspected and approved prior to placement of each layer of the overlay . Any contamination of the overlay area or intermediate courses after initial cleaning shall be removed . All courses shall be applied following the cleaning and prior to opening the area to traffic . The first course must be applied within 24 hours of cleaning or if longer, a bond test must be conducted to verify the adequacy of the substrate. Subsequent courses shall be applied as soon as possible considering environmental and project site conditions . Traffic shall not be permitted on the overlay until all courses are placed and cured . (3) Application of Overlay . An overlay manufacturer's representative must be present during the work until the Contractor has proven its means and methods . The manufacturer's representative will then submit a letter to the Engineer attesting to the quality of the Contractor's procedure of work. Do not place epoxy concrete overlay materials when weather or surface conditions do not allow the material to be properly handled , placed , and cured within the specified requirements of traffic control. Do not place epoxy concrete overlay on hydraulic cement concrete that is less than 28 days old. SP-37 3 /31/2010 The overlay application consists of repetition of two distinct steps: epoxy binder application and aggregate broadcasting . The minimum finished overlay thickness is 0.25 in . Apply the epoxy overlay in multiple courses as prescr ibed by the manufacturer but at a rate no less than specified in Table 5. The total of the applications will be as prescribed by the manufacturer but not less than 7.5 gal. per 100 sq . ft . All epoxy and aggregate components will be 60°F or above at the time of application . After the epoxy mixture has been prepared for the epoxy overlay, apply it immediately and uniformly to the surface of the bridge deck surface . Do not apply epoxy if the air temperature is expected to drop below overlay system manufacturer's recommendation application temperature range within 8 hr. after application or if the gel time is expected to drop below 10 min. Apply the dry aggregate in a manner to cover the epoxy mixture completely within 5 min. of applying the epoxy . Remove and replace first-course applications that do not receive enough aggregate prior to gelling. A second course insufficiently covered with aggregate may be left in place but will require add iti onal applications before opening to traffic . Place breaks between adjacent overlay application areas at lane lines only . Cure each course of epoxy concrete overlay until vacuuming or brooming can be performed without tearing or damaging the surface . Do not permit traffic or equipment on the overlay surface during curing. After the first course is cured , remove all loose aggregate by vacuuming or brooming , and apply the next course to completion . Do not begin brooming the excess aggregate from any course of the overlay until the overlay has cured sufficiently that brooming will not damage the surface . Do not open the first course to traffic without the approval or the Engineer or the manufacturer. Do not allow traffic on the overlay until it has cured sufficiently to prevent damage by wheel loads. Where early opening to traffic is not necessary , the epoxy may be placed at a lower temperature with the approval of the manufacturer and the Engineer. Minimum curing periods are specified in Table 6. Measure temperatures as the material is applied . Table 5 E :pox "an dA ,ggregate A I" f Rt ,pp11ca 10n a es Course Epoxy Aggregate (Gal./100 Sq. Ft) (Lb. /Sq. Yd.) 1 Not less than 2.5 > 10 2 Not less than 5.0 > 14 Table 6 Minimum Curing Times for Overlay Courses SP-38 Course 60-64°F 65-69°F 70-74°F 75-79°F 80-84°F 85-89°F 1 2 * 4 hr. 3 hr. 2.5 hr. 2 hr. 1.5 hr. 1 hr. 6.5 hr. 5 hr. 4 hr. 3 hr. 3 hr . 3 hr. * Cure Course 2 for 8 hr. if the air temperature falls below 60°F during curing. Expansion joints in the concrete surface to be overlaid must be maintained through the overlay during the time of placement. If a joint must be saw cut into the overlay , th is must be done as soon as the overlay can support the saw ing equipme nt w ithout damag ing the overlay . Saw cutt ing of jo ints must be done within 12 hours of overlay placement and prior to the first ambient thermal cycle to avoid any potential for stress delam inat ion . If work damages or mars the surface of the epoxy overlay , remove the damaged areas by saw cutting in rectangular sections to the top of the concrete deck surface and replac ing the various courses at no add it ional cost. For each batch prov ided , maintain and prov ide to the Eng ineer records includ ing but not limited to the following : (i) Batch numbers and sizes , (ii) Locat ion of batches as placed on deck, referenced by station , (iii) Batch time , (iv) Gel time (2-oz sample), (v) Temperature of the air, deck surface , mixed epoxy components , and aggregates , (vi) Loose aggregate removal time , and (vi i) Time opened to traffic (if applicable). e. MEASUREMENT: Epoxy concrete overlay shall be measured by the square foot of bridge deck surface , complete and in place . f. PAYMENT: Measured as provided under "Measurement" will be pa id for at the pr ice bid for "Multiple-Layer Epoxy Concrete Overlay ". Th is pr ice is full compensation for surface preparation , presence of manufacturer's representative at the work site during all plann ing, phas ing and placement activit ies , testing, furnishing and apply ing epoxy concrete overlay courses , all safety precautions , any necessary repairs , and all materials, labor, tools, equipment, and incidentals. Patching work will be pa id for in accordance w ith Pay Item 429 , "Concrete Structure Repair." Crack injection will be paid in accordance with Item 780 , "Epoxy Injection ." 3/3 1/2010 SP-39 PAY ITEMS 11 & 12: METAL RAIL REPAIR: This item shall be completed in accordance with Item 776 ,"Metal Rail Repair", of the Texas Department of Transportation 's, Standard Specification for Construction and Maintenance of Highways , Streets , and Bridges (enclosed). Contractor shall repair and/or replace damaged members of railing and post with anchor as required ; using equal or higher grade steel members for members removed and shall match the existing rail design . The replaced/repaired rail shall be painted to match existing color . Repair of all damaged/spalled concrete structure at the deck or parapet wall is subsidiary to this pay item and this work shall be completed in accordance with Items 429 (enclosed) of the Texas Department of Transportation 's , Standard Specification for Construction and Maintenance of Highways , Streets, and Bridges . Metal rail repair shall be measured by the linear foot at each bridge to be repaired . Repairing metal post with base plate shall be measured by each post repaired . This price shall be full compensation for removing and repairing rails/post ; salvage and disposal ; and materials , equipment , tools, labor and incidentals. PAY ITEM 13: INSTALL IN-KIND ALUMINUM RAIL WITH POST AND ANCHOR (HULEN ST BRIDGE): Missing section of aluminum railing with post and anchor shall be installed in-kind or as approved by the engineer. Measurement shall be linear feet of railing installed . This price shall be full compensation for material , equipment, labor and incidentals required to perform the work described. PAY ITEM 14: REMOVE AND REPLACE IN-KIND REINFORCED CONCRETE RAIL(OLD HEMPHILL RD BRIDGE): Contractor shall remove and replace in -kind missing/damaged section of reinforced concrete railing with post and anchor or as approved by the engineer. This item shall be completed in accordance with City Standard Specifications , Item No . 104 "Removing Old Concrete " and Item 41 O "Concrete Structures". This work also includes repair of all spalled area of concrete deck/curb at that location in accordance with Items 429 (enclosed) of the Texas Department of Transportation's, Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges which is subsidiary to th is pay item . This item shall be measured by the linear foot of concrete railing to be replaced . This price shall be full compensation for removing and replacing concrete rail ; and material , equipment, labor and incidentals required to perform the work described . PAY ITEM 15: PROJECT DESIGNATION SIGNS (PRE-BID ITEM): The Contractor shall construct and install 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 pa int, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of%" fir plywood , grade A-C (exterior) or 4/7/2010 SP-40 ITEM 360 CONCRETE PAVEMENT 360.1. Description. Construct hydraulic cement concrete pavement w ith or without curbs on the concrete pavement. 360.2. Materials. A. Hydraulic Cement Concrete. Provide hydraulic cement concrete in accordance with Item 421, "Hydraulic Cement Concrete," except that strength over-design is not required . Provide Class P concrete designed to meet a minimum average flexural strength of 570 psi or a minimum average compressive strength of 3,500 psi at 7 days or a minimum average fle x ural strength of 680 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 plans or allowed, provide Class HES concrete for very early opening of small pavement areas or leave-outs to traffic . Design Class HES to meet the requirements of Class P and a minimum average flexural strength of 400 psi or a minimum average compressive strength of2,600 psi in 24 hr., unless other early strength and time requirements are shown on the plans or allowed . No strength over-design is required. Type III cement is allowed for Class HES concrete. Use Class A or P concrete for curbs that are placed separately from the pavement. Provide concrete that is workable and cohesive, possesses satisfactory finishing qualities, and conforms to the mix design and mix design slump. B. Reinforcing Steel. Provide Grade 60 deformed steel for bar reinforcement in accordance with Item 440, "Reinforcing Steel." Provide approved positioning and supporting devices (baskets and chairs) capable of securing and holding the reinforcing steel in proper position before and during paving. Provide corrosion protection when shown on the plans. 1. Dowels. Provide smooth, straight dowels of the size shown on the plans , free of burrs, and conforming to the requirements of Item 440, "Reinforcing Steel." Coat dowels with a thin film of grease or other approved de-bonding material. Provide dowel caps on the lubricated end of each dowel bar used in an expansion joint. Provide dowel caps filled with a soft compressible material with enough range of movement to allow complete closure of the expansion joint. 2. Tie Bars. Provide straight deformed steel tie bars . Provide either multiple-piece tie bars or single- piece tie bars as shown on the plans. Provide multiple-piece tie bars composed of2 pieces of deformed reinforcing steel with a coupling capable of developing a minimum tensile strength of 125% of the design yield strength of the deformed steel when tensile-tested in the assembled configuration . Provide a minimum length of33 diameters of the deformed steel in each piece . Use multiple-piece tie bars from the list of"Prequalified Multiple Piece Tie Bar Producers" maintained by the Construction Division, or submit samples for testing in accordance with Tex-711-1. C. Curing Materials. Provide Type 2 membrane curing compound conforming to DMS-4650, "Hydraulic Cement Concrete Curing Materials and Evaporation Retardants." Provide SS -1 emulsified asphalt conforming to Item 300 , "Asphalts, Oils , and Emulsions," for concrete pavement to be overlayed with asphalt concrete under this Contract unless otherwise shown on the plans or approved. Provide materials for other methods of curing conforming to the requirements of Item 420, "Concrete Structures." D. Epoxy. Provide Type III epoxy in accordance with DMS-6100, "Epoxies and Adhesives," for installing all drilled-in reinforcing steel. E. Evaporation Retardant. Provide evaporation retardant conforming to DMS-4650, "Hydraulic Cement Concrete Curing Materials and Evaporation Retardants ." F. Joint Sealants and Fillers. Provide Class 5 or Class 8 joint-sealant materials and fillers unless otherwise shown on the plans or approved and other sealant materials of the size, shape, and type shown on the plans in accordance with DMS-6310, "Joint Sealants and Fillers ." 360.3. Equipment. Furnish and maintain all equipment in good workin g condition. Use measurin g, mixing, and delivery equipment conforming to the requirements of Item 421, "Hydraulic Cement Concrete." Obtain approval for other equipment used. A. Placing, Consolidating, and Finishing Equipment. Provide approved self-propelled paving equipment that uniformly distributes the concrete with minimal segregation and provides a smooth machine-finished consolidated concrete pavement conformin g to plan line and grade. Provide a n approved automatic grade control system on slip-forming equipment. Provide a pproved mechanically operated finishing floats capable of producing a uniformly smooth pavement surface . Provide equipment capable of providing a fine, light water fog mist. Provide mechanically operated vibratory equipment capable of adequately consolidating the concrete. Provide immersion vibrators on the paving equipment at sufficiently close intervals to provide uniform vibration and consolidation of the concrete over the entire width and depth of the pavement and in accordance with the manufacturer's recommendations. Provide immersion vibrator units that operate at a frequency in air of at least 8,000 cycles per minute . Provide enough hand-operated immersion vibrators for timely and proper consolidation of the concrete along forms , at joints and in areas not covered by other vibratory equipment. Surface vibrators may be used to supplement equipment- mounted immersion vibrators . Provide tachometers to verify the proper operation of all vibrators. For small or irregular areas or when approved, the paving equipment described in this Section is not required. B. Forming Equipment. 1. Pavement Forms. Provide metal side forms of sufficient cross-section , strength , 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. radius or less . 2. Curb Forms. Provide curb forms for separately placed curbs that are not slipformed 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. 1. 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 adjustable so that a sufficient longitudinal length of carpet is in contact with the concrete being placed to produce the desired texture. Obtain approval to vary the length and width of the carpet to accommodate specific applications. Use an artificial grass-type carpet having a molded polyethylene pile face with a blade length of 5/8 in. to I in ., a minimum weight of70 oz. per square yard, and 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 1/32 in. thick by 1/12 in . wide, spaced at 1 in., center-to-center. Hand-operated tining equipment that produces an equivalent texture may be used only on small or irregularly shaped areas or, when permitted, in emergencies due to equipment breakdown. E. Curing Equipment. Provide a self-propelled machine for applying membrane curing compound using mechanically pressurized spraying equipment with atomizing nozzles. Provide equipment and controls that maintain the required uniform rate of application over the entire paving area. Provide curing equipment that is independent of all other equipment when production rates are such that the first application of membrane curing compound cannot be accomplished immediately after texturing and after free moisture has disappeared. Hand-operated pressurized spraying 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 equipment regardless 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, construction 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 ofltem 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 I 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 strength, use a compressive strength of 3,200 psi or a lower job-control strength value proven to meet a 28-day compressive strength of 4,400 psi as correlated in accordance with Tex-427-A. Job control of concrete strength may be correlated to an age other than 7 days in accordance with Tex-427-A when approved. Job-control strength of Class HES concrete is based on the required strength and time. When a job-control concrete strength test value is more than l 0% below the required job-control strength or when 3 consecutive job-control strength values fall below the required job-control strength, investigate the strength test procedures, the quality of materials, the concrete production operations, and other possible problem areas to determine the cause. Take necessary action to correct the problem, including redesign of the concrete mix if needed . The Engineer may suspend concrete paving if the Contractor is unable to identify, document, and correct the cause of low strength test values in a timely manner. If any job-control strength is more than l 5% below the required job-control strength, the Engineer will evaluate the structural adequacy of the pavements. When directed , remove and replace pavements found to be structurally inadequate at no additional cost. 2. Split-Sample Verification Testing. Perform split-sample verification testing with the Engineer on random samples taken and split by the Engineer at a rate of at least l for every l O job-control samples. The Engineer will evaluate the results of split-sample verification testing. Immediately investigate and take corrective action as approved when results of split-sample verification testing differ more than the allowable differences shown in Table 1, or when the average of 10 job-control strength results and the Engineer's split-sample strength result differ by more than 10%. Table 1 V 'fl f T f L" 't en 1ca ton es me: 1m1 s Test Method Allowable Differences Temperature Tex-422-A 2°F Slump, Tex-415-A I in . Air content, Tex-414-A or Tex-416-A 1% Flexural strength, Tex-448-A 19% Compressive strength , Tex-41 8-A 10% C. Reinforcing Steel and Joint Assemblies . Accurately place and secure in position all reinforcing steel as shown on the plans . Place dowels at mid-depth of the pavement slab, parallel to the surface. Place dowels for transverse contraction joints parallel to the pavement edge. Tolerances for location and alignment of dowels will be shown on the plans. Stagger the longitudinal reinforcement splices to avoid having more than 1/3 of the splices within a 2-ft. longitudinal length of each lane of the pavement. Use multiple-piece tie bars or drill and epoxy grout tie bars at longitudinal construction joints. Verify that tie bars that are drilled and epoxied into concrete at longitudinal construction joints develop a pullout resistance equal to a minimum of 3/4 of the yield strength of the steel after 7 days. Test 1 S bars using ASTM E 488, except that alternate approved equipment may be used. All l S tested bars must meet the required pullout strength. If any of the test results do not meet the required minimum pullout strength, perform corrective measures to provide equivalent pullout resistance . Repair damage from testing. Acceptable corrective measures include but are not limited to installation of additional or longer tie bars. 1. Manual Placement. Secure reinforcing bars at alternate intersections with wire ties or locking support chairs. Tie all splices with wire. 2. Mechanical Placement. If mechanical placement of reinforcement results in steel misalignment or improper location, poor concrete consolidation, or other inadequacies, complete the work using manual methods. D. Joints. Install joints as shown on the plans. Joint sealants are not required on concrete pavement that is to be overlaid with asphaltic materials. Clean and seal joints in accordance with Item 438, "Cleaning and Sealing Joints and Cracks (Rigid Pavement and Bridge Decks)." Repair excessive spalling of the joint saw groove using an approved method before installing the sealant. Seal all joints before opening the pavement to all traffic. When placing of concrete is stopped, install a rigid transverse bulkhead, accurately notched for the reinforcing steel and shaped accurately to the cross-section of the pavement. 1. Placing Reinforcement at Joints. Where the plans require an asse mbly of parts at pavement joints, complete and place the assembly at the required lo cation and el evation with all parts rigidly secured in the required position . Accurately notch joint materials for the reinforcing steel. 2. Transverse Construction Joints. a. Continuously Reinforced Concrete Pavement (CRCP). Install additional longitudinal reinforcement through the bulkhead when shown on the plans . Protect the reinforcing steel immediately beyond the construction joint from damage, vibration, and impact. b. Concrete Pavement Contraction Design (CPCD). When the placing of concrete is intentionally stopped , install and rigidly secure a compl ete joint assembly and bulkhead in the planned tra nsverse contraction joint location . When the placing of concrete is unintentionally stopped , install a transverse construction joint either at a pl ann ed 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. E xtend expansion joints throu gh the curb . Construct curb joints at all transverse pavement joints. For non-monolithic curbs, pl ace 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 forms far enough in advance of concrete placement to permit inspection. Check conformity of the grade , alignment, and stability of forms immediately before placing concrete, and make all necessary corrections. Use a straightedge or other approved method to test the top of forms to ensure that the ride quality requirements for the completed pavement will be met. Stop paving operations if forms settle or deflect more than 1/8 in. under finishing operations. Reset forms to line and grade , and refinish the concrete surface to correct grade. Avoid damage to the edge of the pavement when removing forms . Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hr. after form removal unless otherwise approved. Clean joint face and repair honeycombed or damaged areas within 24 hr. after a bulkhead for a transverse construction joint has been removed unless otherwise approved . 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 100-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 1/2 in. at any point. Place the concrete as near as possible to its final location, and minimize segregation and rehandling . Where hand spreading is necessary , distribute concrete using shovels . Do not use rakes or vibrators to distribute con crete. 1. Pavement. Consolidate all concrete by approved mechanical vibrators operated on the front of the paving equipment. Use immersion-type vibrators that simultaneously con solidate the full width of the placement wh en machine finishing. Keep vibrators from dislodging reinforcement. Use hand- operated vibrators to consolid ate concrete in areas not accessible to the machine-mounted vibrators. Do not operate machine-mounted vibrators while the paving equipm ent is stationary . Vibrator operations are subject to review . 2. Date Imprinting. Imprint dates in the fresh concrete indicating the date of the concrete placement. Make impressions approx imately 1 ft . from the outside longitudinal construction joint or edge of pavement and approxim ately I ft. from the transverse construction joint at the beginning of the placement day . Orient the impressions to be read from the outside should er in the direction of fin al traffic. Impress date in DD-MM-YY format. Imprinting 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 corrective action 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 insulating material capable of protecting the concrete for the specified curing period . Submit for approval proposed measures to protect the concrete from anticipated freezing weather for the first 72 hr . after placement. Repair 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 float or straightedge operations result in excess slurry . 1. Finished Surface. Perform sufficient checks with long-handled 10-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 1 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 . Repair damage to the ed ge 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 , use hand equipment and procedures that produce a consolidated and finished pavement section to the line and grade. 5. Emergency Procedures. Use hand-operated equipment for applying texture, evaporation retardant, and cure in the event of equipment breakdown. I. Curing. Keep the concrete pavement surface from drying by water fogging until the curing material has been applied . Maintain and promptly repair damage to curing materials on exposed surfaces of concrete pavement continuously for at least 3 curing days. A curing day is defined as a 24-hr. period when either the temperature taken in the shade away from artificial heat 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 system 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 . 1. Membrane Curing. After texturing and immediately after the free surface moisture has disappeared , 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 texturing operations. 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 asphaltic 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 methods. 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 surface from weather damage . 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 against 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 related 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. Ke ep delivery equipment at least 2 ft . from the edge of the concrete pavement. Keep tracks of the paving equipment at least I ft. from the pavement edge . Protect textured surfaces from the paving equipment. Restore damaged membrane curing as soon as possible. Repair pavement damaged by paving 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 of2,800 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 10% 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 10% until a new strength-maturity relationship is established . When the maturity method is used intermittently or for only specific areas, the frequency of verification will be as determined by the Engineer. S. 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 shown on the plans . The Engineer will perform 1 thickness test consisting of 1 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. 1. 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 c ore is deficient by more than 0 .75 in ., take additional cores at 10 ft. intervals in each direction parallel to the centerline to dete rmine the boundary of the deficient area. The Engineer will evaluate any area of pavement found deficient in thickness by more than 0 .75 in. but not more than 1 in. As directed, remove and replace the deficient areas without additional compensation or retain deficient areas without compensation . Remove and replace any area of pavement found deficient in thickness by more than 1 in . without additional 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 pave ment in each lane . Lane width will be as shown on typical sections and pavement design standards . For greater than 0 .75 in. deficient thickness, the limits for applying zero payment or requiring removal will be defined by coring or equivalent nondestructive means as determined by the Engineer. The remaining portion of the unit determined to be less than 0.75 in. d eficient will be subject to the payment adjustment based on the average core thickness at each end of the IO ft . interval investigation as determined by the 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 lane . Limits for applying payment adjustment for deficient pavement thickness for ramps, widenings , acceleration and deceleration lanes, 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 Quality. Unless otherwise shown on the plans, measure ride quality in accordance with Item 585, "Ride Quality for Pavement Surfaces ." 360.5. Measurement. This Item will be measured as follows: A. Concrete Pavement. Concrete pavement will be measured by the square yard of surface area in place . The surface 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 made 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 fl . t Th. k P . Ad. F e 1c1en 1c ness nee 1mstment actor Deficiency in Thickness Determined by Proportional Part of Contract Price Cores (in.) Allowed (adiustment factor) Not deficient 1.00 Over 0 .00 throue:h 0 .20 1.00 Over 0 .20 through 0 .30 0 .80 Over 0 .30 throue:h 0.40 0 .72 Over 0.40 throue:h 0 .50 0 .68 Over 0.50 through 0 . 75 0.57 C. Curb. Work performed and furnished in accordance with th is Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Curb" of the type specified . ITEM 401 FLOW ABLE BACKFILL 401.1. Description. Furnish and place flowable backfill for trench , hole , or other void . 401.2. Mate rials . A. Cement. Furnish cement conforming to DMS-4600, "Hydraulic Cement." B. Fly Ash . Furnish fly ash conforming to DMS -4610 , "Fly Ash ." C. Chemica l Admixtures. Furnish chemica l admixtures conforming to DMS-4640 , "Ch emic al Admixtures for Concrete." D . Fine Aggregate. Provide fine aggregate that will stay in susp en sion in th e mortar to the extent required for proper flow and that meets the gradation requirements of Table 1. Table 1 A t G d . Ch t ,e:e:ree:a e ra atton ar Sieve Size Percent Passing 3/4 in . 100 No . 200 0-30 Test fine aggregate gradation in accordance with Tex-401 -A . Plasticity Index (PI) must not exceed 6 when tested in accordance with Tex-106-A . E. Mixing Water. Use mixing water conforming to the requirements of Item 421 , "Hydraulic Cement Concrete ." 401.3. Construction. Submit a construction method and plan, including mix design and shrinkage characteristics of the mix , for approval. Provide a means of filling the entire void area, and be able to demonstrate that this has been accomplished . Prevent the movement of any in serted structure from its designated location. If voids are found in the fill or if any of the requirements are not met as shown on the plans , remove and replace or correct the problem without additional co st to the Department. Unless otherwise shown on the plans , furnish a mix meeting the requirements of Sections 401.3.A, "Strength," and 401.3 .B, "Consistency." A . Strength. The 28-day compressive strength range, when tested in accordance with Tex-418-A , must be between 80 psi and 150 psi unless otherwise directed. Two specimens are required for a strength te st , and the compressive strength is defined as the average of the breaking strength of the 2 cylinders . B. Consistency. Design the mix to be placed without consolidation and to fill all intended voids. Fill an open-ended , 3-in .-diameter-by-6-in .-high cylinder to the top to test the consistency. Immediately pull the cylinder straight up. The correct consistency of the mix must produce a minimum 8-in.-diameter circular spread with no segregation. When necessary , use specialty type admixtures to enhance the flowability, reduce shrinkage, and reduce segregation by maintaining solids in suspension . All admixtures must be used and proportioned in accordance with the manufacturer's recommendations. Mix the flowable fill using a central-mixed concrete plant, ready-mix concrete truck , pug mill , or other approved method . Furnish all labor, equipment, tools, containers, and molds required for sampling, making , transporting , curing, removal , and disposal oftest specimens . Furnish test molds meeting the requirements of Tex-447-A . Transport, strip , and cure the test specimens as scheduled at the designated location. Cure test specimens in accordance with Tex-447-A . The Engineer will sample, make , and test all specimens . Dispose of used , broken specimens in an approved location and manner . The frequency of job control testing will be at the direction of the Engineer. 401.4. Measurement. This Item will be measured by the cubic yard of material placed. Measurement will not include additional volume caused by slips, slides, or cave-ins resulting from the Contractor's operations . 401.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Flowable Backfill." This price is full compensation for furnishing, hauling, and placing materials and for equipment, tools, labor, and incidentals . ITEM 429 CONCRETE STRUCTURE REPAIR 429.1. Description. Remove unsound concrete, repair spalled or delaminated concrete , and replace concrete with repair materials. 429.2. Materials. Provide materials in accordance with the requirements of the following Items: • Item 420 , "Concrete Structures" • Item 421, "Hydraulic Cement Concrete" • Item 431 , "Pneumatically Pl aced Concrete" • Item 440, "Reinforcing Steel " • DMS-6100, "Epoxies and Adhesives" • DMS-4655, "Rapid-Hardening Cementing Materials for Concrete Repair." For all repairs, provide repair materials suitable for the appropriate horizontal, vertical , or overhead application. Obtain approval for any proposed repair material unless a repair material type is indicated in the plans. A. Repairs Less Than 1 in. Thick. Use cement mortar ; epoxy mortar using a Type VIII epoxy per DMS-6100, "Epox ies and Adhesives"; or a prepackaged repair material meeting the requirements of DMS-4655, "Rapid-Hardening Cementing Materials for Concrete Repair." · B. Repairs Between 1 and 6 in. Thick. Use concrete or a prepackaged repair material meeting the requirements of DMS-4655, "Rapid-Hardening Cementing Materials for Concrete Repair," containing a coarse aggregate whose maximum size is less than 1/3 the thickness of the thinnest portion of the repair. C. Repairs Thicker Than 6 in. Use concrete of the same class as the original construction unless otherwise approved . For concrete, submit a mix design for approval in accordance with Item 421, "Hydraulic Cement Concrete," with a water-cement ratio less than 0.45. Include all pertinent information on admixtures. Prepackaged repair materials not meeting the requirements of DMS-4655, "Rapid-Hardening Cementing Materials for Concrete Repair," may be used only for with approval. Unless noted otherwise, provide repair materials capable of achieving a 7-day compressive strength of 4,000 psi for repair of reinforced concrete and 5,000 psi for prestressed or post-tensioned concrete members. Pneumatically applied concrete or mortar placed in accordance with Item 431, "Pneumatically Placed Concrete," may also be used with approval. Prepare trial batches of any proposed repair material or application method as directed. Provide steel pins , studs, or expansion bolts with a minimum diameter of 1/8 in. and a minimum length of 2 in. to attach reinforcement at the described location as shown on the plans or as directed. Provide reinforcing steel , either welded wire fabric or reinforcing bars, as required by this Item or as shown on the plans . 429.3. Equipment. Provide equipment as outlined below . - A. Concrete Removal Equipment. Provide sawing equipment capable of sawing the concrete to the specified depth. Provide power-driven chipping tools not he a vier than the nominal 30-lb . class or hydrodemolition equipment for the bulk removal of concrete . Provide chipping hammers not heavier than the nominal 15-lb. class or hydrodemolition equipment for the removal of concrete beneath reinforcing steel or along the edges of the repair area. B. Surface Preparation Equipment. Provide abrasive blasting or hydrodemolition equipment capable of preparing the concrete surface and exposed reinforcing steel for the repair material. Provide air compressors with air lines equipped with filters designed to remove all oil from the air for air-blast cleaning. Provide high-pre ssure water blasting equipment as necessary to prepare surfaces for re pair. C. Proportioning and Mixing Equipment. Provide mi x ing equipment for con c rete in accordance with Item 421 , "Hydraulic Cement Concrete." Provide small motor- driven mixers for small quantities of repair material using the volumetric method of measuring ingredients. Provide mixing equipment a s recommended by the manufacturer for prepackaged repair materials. D. Placing and Finishing Equipment. Provide sufficient and appropriate hand tools for placing and finishing stiff plastic concrete or prepackaged repair materials , and for working them to the correct level for strike-off. Provide small, immersion-type vibrators for all repairs deeper than 6 in . Provide external form vibrators where immersion-type vibrators cannot be used. 429.4. Construction. Obtain approval for all materials and methods of application at least 2 weeks before beginning any repair work. Repair locations will be indicated on the plans or by the Engineer . Saw-cut the entire perimeter of all repair areas to a minimum depth of 1/2 in . A void re-entrant corners for areas to be repaired. Adjust the depth of the saw-cut as necessary to avoid cutting reinforcing steel near the surface of the concrete. A. Removal of Concrete. Use power-driven chipping tools or hydrodemolition equipment to remove all loose or defective concrete . A void damage to sound concrete to remain in place. A void hitting reinforcing steel with the chipping tools . Once the initial concrete is removed, use small power-driven chipping or hydrodemolition equipment to undercut all exposed reinforcing steel. Expose the entire perimeter of the steel bars for the full area of the repair. Provide a minimum clearance of 1/2 in . between the exposed steel and the surrounding concrete or 2 times the maximum aggregate size, whichever is greater. Remove additional concrete as necessary to keep the repair area to a reasonably uniform depth. Damage to sound concrete or to the bond of reinforcing steel outside the repair area will be repaired at the Contractor's expense. Obtain approval of the completed concrete removal before proceeding to surface preparation. B. Surface Cleaning. Clean the area to be repaired by abrasive blasting, high-pressure water blasting, or other approved methods. Remove all loose particles, dirt, deteriorated concrete, or other substances that would impair the bond of the repair material. Clean exposed reinforcing steel of concrete, rust, oil, and other contaminants. Follow this with a high-pressure air blast for final cleaning. - - - C. Anchors. When reinforcing steel is required, support it using anchor studs, expansion hook bolts, grouted rebar, or steel pins capable ofresisting a pullout force of 2,500 lb. Space anchors no more than 12 in. center-to-center on overhead surfaces, 18 in. center-to-center on vertical surfaces, and 36 in. center-to-center on top horizontal surfaces. Use at least 3 anchors in each individual patch area. Secure steel pins or studs into the concrete with epoxy or other approved methods . Do not use explosive force to shoot pins, studs, or other anchors into the concrete. Check the resistance to pullout of the reinforcing anchors as directed . Notify the Engin eer before in stallation of the anchors. Locate anchors to prevent damage to prestressing tendons or conduits embedded in the concrete. Maintain a minimum clear cover of 3/4 in. between the reinforcing steel and anchors and the finished surface of the repair area. D. Reinforcing Steel. Replace or supplement any reinforcing steel that has more than 25% section loss due to corrosion. Place supplemental reinforcing steel as indicated on the plans or as directed. Provide additional reinforcement for all areas where the thickness of the repair material will exceed 4 in . Use a single layer of 2 x 2 - WI .2 x WI .2 or 3 x 3 -WI .5 x WI .5 welded wire fabric or No. 3 bars spaced at 6 in., unless noted otherwise on the plans. Place the reinforcing steel parallel to the finished surface, and support it so that it will be roughly in the middle of the repair area and a minimum of 3/4 in. out from the surface to be covered. Lap adjacent sheets or bars at least 6 in. and tie them together securely at a spacing of at most 18 in. Pre- bend reinforcing steel fabric to fit around corners and into re-entrant angles before installing it. Place and secure reinforcement to prevent displacement due to repair material application. E. Formwork. Where forms are necessary or desired, erect them in accordance with Item 420 , "Concrete Structures." Ensure forms are securely attached and mortar-tight if pressure-type application methods are used. F. Substrate Preparation. Use a bonding agent if cement mortar or concrete is used for the repair material unless directed otherwise. Use either a cement scrub coat or a Type V or Type VII epoxy conforming to DMS-6100, "Epoxies and Adhesives," as the bonding agent. Follow the manufacturer's recommendations for bonding agents if prepackaged repair materials are used . Do not use an epoxy bonding agent with rapid setting repair materials. Apply a cement scrub coat bonding agent to the saturated surface-dry substrate by scrubbing, brushing, or other approved methods immediately before placing the repair material. Apply an epoxy bonding agent in accordance with the manufacturer's recommendations . Ensure that any bonding agent used does not set or cure prematurely, creating a bond breaker. Where saturated surface-dry (SSD) conditions are needed, prewet the substrate by ponding water on the surface for 24 hr. before placing the repair materials. If ponding is not possible, achieve SSD conditions by high-pressure water blasting 15 to 30 min. before placing the repair material. A saturated surface-dry condition is achieved when the surface remains damp when exposed to sunlight for 15 min. G. Repair Material Application. Place the repair material in an approved manner ensuring that the repair material is in intimate contact with the substrate and free of voids. Follow the manufacturer's recommendations for prepackaged repair materials. Place repair materials so that the original lines and surfaces of the structure are - - restored . Follow the requirements ofltem 420, "Concrete Structures," for temperature limitations at time of placement. H. Curing. Cure all cement mortar and concrete repairs for 4 days in accordance with Item 420 , "Concrete Structures." Cure prepackaged repair materials in conformance with the manufacturer's recommendations . Cure pneumatically placed concrete in accordance with Item 431, "Pneumatically Placed Concrete." Remove forms when approved or at the end of the curing period . I. Epoxy Injection. Perform epoxy injection as indic ated in the plans or as directed, in accordance with Item 780, "Epoxy Injection." J. Repair of Defective Work. As directed, after completion of curing, repair or replace defective areas and patched areas that have debonded , at the Contractor 's expense . 429.5. Measurement. This Item will be measured by the square foot, in place, as measured on the surface of the completed repair. When a repair involves multiple surfaces , such as a corner, measurement will be made of all surfaces repaired. 429.6. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Concrete Structure Repair." This price is full compensation for furnishing and placing all repair materials ; removing all loose and defective concrete; saw-cutting; cleaning reinforcing steel; supplying and installing replacement or supplemental reinforcing steel , drive pins, studs, or expansion bolts; and equipment, labor, and incidentals. ITEM 432 RIPRAP 432.1. Description. Furnish and place concrete, stone, cement-stabilized , or special riprap . 432.2. Materials. Furnish materials in accordance with the following: • Item 420, "Concrete Structures" • Item 421, "Hydraulic Cement Concrete" • Item 431, "Pneumatically Placed Concrete" • Item 440, "Reinforcing Steel " • DMS-6200, "Filter Fabric ." A. Concrete Riprap. Use Class B Concrete unless otherwise shown on the plans . B. Pneumatically Placed Concrete Riprap. Use Class II concrete that meets Item 431 , "Pneumatically Placed Concrete," unless otherwise shown . C. Stone Riprap. Unless otherwise shown on the plans, use durable natural stone with a minimum bulk specific gravity of2.40 as determined by Tex-403-A. Provide stone that, when tested in accordance with Tex-411-A, has a maximum weight loss of 18% after 5 cycles of magnesium sulfate solution and 14 % after 5 cycles of sodium sulfate solution. For all types of stone riprap perform a size verification test on the first 5,000 sq. yd. of finished riprap stone at a location determined by the Engineer. Weigh each stone in a square test area with the length of each side of the square equal to 3 times the specified riprap thickness. The weight of the stones, excluding spalls, should be as specified below. Additional tests may be required. Do not place additional riprap until the initial 5,000 sq. yd. of riprap has been approved. When specified, provide grout or mortar in accordance with Item 421 ,"Hydraulic Cement Concrete ." Provide grout with a consistency that will flow into and fill all voids. Provide filter fabric in accordance with DMS-6200, "Filter Fabric." For protection stone riprap, provide Type 2 filter fabric unless otherwise shown on the plans. For Type R, F, or Common stone riprap, provide Type 2 filter fabric when shown on the plans. 1. Type R. Use stones between 50 and 250 lb. with a minimum of 50% of the stones heavier than 100 lb . 2. Type F. Use stones between 50 and 250 lb . with a minimum of 40% of the stones heavier than 100 lb. Use stones with at least I broad flat surface. 3. Common. Use stones between 50 and 250 lb. Use stones that are at least 3 in. in their least -dimension . Use stones that are at least twice as wide as they are thick. When shown on the plans or approved , material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces . 4. Protection. Use boulders or quarried rock that meets the gradation requirements of Table I . Both the width and the thickness of each piece of riprap must be at least 1/3 of the length . When shown on the plans or as approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. Determine gradation of the finished, in-place , riprap stone under the direct supervision of the Engineer in accordance with Tex-411-A , Part II. - 9" min Grout when -..-....,---~---- specified Flat side up Figure 3 Slope of embankment Type F stone riprap, grouted. c. Mortaring. Construct riprap as shown in Figure 2. Lap courses as described for dry placement. Before placing mortar, wet the stones thoroughly. As the larger stones are placed, bed them in fresh mortar and shove adjacent stones into contact with one another. After completing the work, spread all excess mortar forced out during placement of the stones uniformly over them to fill all voids completely. Point up all joints roughly either with flush joints or with shallow, smooth-raked joints as directed. 3. Common. Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base course. Bed the base course of stone well into the ground with the edges in contact. Bed and place each succeeding course in even contact with the preceding course. Use spalls and small stones to fill any open joints and voids in the riprap . Ensure the finished surface presents an even , tight surface, true to the line and grades of the typical sections . When the plans require grouting common stone riprap, prevent earth, sand , or foreign material from filling the spaces between the stones. After the stones are in place, wet them thoroughly, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting . 1 l , __ _ 9" min 1'-6" min Figure 4 Slope of embankment Common stone riprap, dry or grouted. 4. Protection. Construct riprap as shown in Figure 5. Place riprap stone on the slopes within the limits shown on the plans. Place stone for riprap on the bedding material to produce a reasonably well-graded mass ofriprap with the minimum practicable percentage of voids. Construct the riprap to the lines and grades shown on the plans or staked in the field . A tolerance of +6 in . and -0 in. from the slope line and grades shown on the plans is allowed in the finished surface of the riprap . Place riprap to its full thickness in a single operation. Avoid displacing the bedding material. Ensure that the entire mass of stones in their final position is free from objectionable pockets of small stones and clusters of larger stones. Do not place riprap in layers, and do not place it by dumping it into chutes, dumping it from the top of the slope, pushing it from the top of the slope, or any method likely to cause segregation of the various sizes. Obtain the desired distribution of the various sizes of stones throughout the mass by selective loading of material at the quarry or other source or by other methods of placement that will produce the specified results. Rearrange individual stones by mechanical equipment or by hand if necessary to obtain a reasonably well- graded distribution of stone sizes. - ITEM 776 MET AL RAIL REP AIR 776.1. Description. Repair metal traffic or pedestrian rail. 776.2. Materials. Furnish materials in accordance with Item 450 , "Railing," and details shown on the plans. 776.3. Work Methods. Remove damaged steel or aluminum rail and repair to match the original or details shown on the plans. For Contracts with callout work, begin physical repair within 72 hr . of notification , unless otherwise shown on the plans. Repair damaged components, anchors , etc., as necessary to ensure the final installation functions as originally constructed. Drill anchor holes and install new bolts or weld new anchor bolts to existing bolts as directed. Weld in accordance with Item 441, "Steel Structures," or Item 448, "Structural Field Welding ." Repair damaged galvanized coating in accordance with Section 445 .3.D, "Repairs." Paint repaired areas of painted rail to match existing color, in accordance to Item 446 , "Cleaning and Painting Steel." Repair railing removed for repair during the same workday unless otherwise approved. Deliver salvageable materials to a designated stockpile site and dispose of debris and damaged components in accordance with federal, state, and local regulations. 776.4. Measurement. Rail repair will be measured by the foot between centers of the first undamaged post on each side of the repair or to the end of the rail. Repairing metal post with base plate will be measured by each post repaired. 776.5. Payment. The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Repair" of the type specified and "Repair Metal Post with Base Plate" of the type specified. This price is full compensation for removing and repairing rail; salvage and disposal; and materials, tools, equipment, labor, and incidentals. Concrete repair will be paid for in accordance with Item 429, "Concrete Structure Repair." (To be printed on Contractor's Letterhead) Date : ------ PROJECT No: ______ _ PROJECT NAME:------------------------- MAPSCO LOCATION: LIMITS OF CONST.: _____________ _ Estimated Duration of Construction on y our Street : __ days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL < REPLACE WATER AND /OR SEWER LINES -RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY . CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE . IF YOU HA VE QUESTIONS ABOUT ACCESS , SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO .> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4 :30 PM OR ON WEEKENDS, PLEASE CALL 817-392-8100 PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL. . CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date: JULY 13, 2010 NAME OF PROJECT: BRIDGE REPAIR AT TEN LOCATIONS (2010-14) PROJECT NUMBER: GGOJ-539590 -0202003 IS TO CERTIFY THAT: LAUGHLEY BRIDGE AND CONSTRUCTION, INC. 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 lnjury : Contractual Liability Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Other Locations covered : ----------------------------------- Des c rip ti on 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 ________________ _ Title ________________ _ 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. GG01-539590- 0202003. CONSTRUCTION, INC. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR LAUGHLEY BRIDGE AND Name: ~~~~~l:.!..........U:~1,..1,&,:::t.Cl~ Title: :P fl.\.~1 D~\ Date: '1/ Z 1-/ {O / Before me , the undersigned authority , on this day personally appeared c....~~ ~ , 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 LAUGHLEY BRIDGE AND CONSTRUCTION, INC. for the purposes and consideration therein expressed and in the capacity therein stated. ■ r � � a � � � � � � � � � � � � � ��.�`� { . . � �� �t �� xG3.1r�'1;,5'je . �> , - � l PERFORMANCE BOND Bond No. TXIFSU0540211 THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we (1) LAUGHLEY BRIDGE AND CONSTRUCTION, INC. as Principal herein, and (2) *See below a corporation organized under the laws of the State of(3) New Jersey , and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of: TWO HUNDRED NINTY ONE THOUSAND FIVE HUNDRED NINTY DOLLARS AND ZERO CENTS ... ($291,590.00) Dollars for the payment of which sum we bind ourselves , our heirs, executors , administrators , successors and assigns , jointly and severally , firmly by these presents . WHEREAS , Principal has entered into a certain contract with the Obligee dated the 13 of JULY, 2010 a copy of which is attached hereto and made a part hereof, for the construction of: BRIDGE REPAIR AT TEN LOCATIONS (2010-14) 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 remain in full force and effect. *International Fidelity Insurance Company l PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 13 of JULY, 2010. ATTES~ ()'rinc~et,ry (SEAL) ATTEST: LAUGHLEY BRIDGE AND CONSTRUCTION, INC. PRINCIP-('n-~ BY: CA~ Title: ~~,i>,.~ P.O. BOX 123800 FORT WORTH, TEXAS 76121 International Fidelity Insurance Company Surety ,,,.... ,.. ~ / · s ee .pey1~r of attorney /i.: ~------~"'~~.:,::,____(_S_ur_e_ty_)_S_e_c_re-ta_ry __ _ ----.. ,,..,...· .... .,,,.,.... =--.. : ... Witness s to Surety Connie Kregel 2505 N. Plano Road, Suite 2200 Richardson, TX 75082 (Address) One Newark Center, 20th Floor Newark, NJ 07102-5207 (Address) NOTE: Date of Bond must not be prior to date of Contract (1) Correct Name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy o f Power of Attorney shall be attached to Bond by Attorney-in-Fact. The date of bond shall not be prior to date of Contract. l THE STATE OF TEXAS COUNTY OF TARRANT § § § PAYMENT BOND Bond No. TXIFSU0540211 KNOW ALL BY THESE PRESENTS: That we, (1) LAUGHLEY BRIDGE AND CONSTRUCTION, INC., as Principal herein, and (2) __ _ *_S_e_e_b_e_l_ow ________ , a corporation organized and existing under the laws of the State of (3 )New Jersey ___ , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties , Texas, Obligee herein , in the amount of TWO HUNDRED NINTY ONE THOUSAND FIVE HUNDRED NINTY DOLLARS AND ZERO CENTS ... Dollars ($291,590.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs , executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the ll._day of JULY, 2010, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if cop ied at length, for the following project: BRIDGE REPAIR AT TEN LOCATIONS (2010-14) NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253 , Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void ; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance wi th the provisions of said statute , to the same extent as if it were copied at length herein . IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 13 day of, JULY, 2010 . *International Fidelity Insurance Company ATIEST: LAUGHLEY BRIDGE AND CONSTRUCTION, INC. :~INa~i Name ~ f LA,,.~ Title: ~flt!"S 1ov""I:::: P.O. BOX 123800 FORT WORTH, TEXAS 76121 International Fidelity / r~e e -power of attorney ' -· ~';';~~· ~ ~/, By 71f-7Pf~W- Name: Jeffrey Todd McIntosh Attorney in Fact /~_;, _ .. --·set:i:_et_ary . . .._ / -;;: :·_-... -./ .. ,...- -V. : ;: (~ A L~ :_ ~ \/_\----~ .2-~ -.-~~ -------~-r=~~-f ej(~'"'i--15d 0(1 t.O ··-<.:..~itr ·ess as to s1fr-eiy Connie Kregel NOTE: (1) (2) (3) Address: One Newark Center 20th Floor Newark, NJ 07102-5207 Telephone Number: (973) 624-7200 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. MAINTENANCE BOND Bond No. TXIFSU0540211 THE STATE OF TEXAS § COUNTY OF TARRANT § That LAUGHLEY BRIDGE AND CONSTRUCTION, INC. ("Contractor"), as principal , and __ *See below a corporation organized under the laws of the State of New Jersey ___ , ("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 TWO HUNDRED NINTY ONE THOUSAND FIVE HUNDRED NINTY DOLLARS AND ZERO CENTS ... Dollars ($291,590.00), 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 13 of JULY, 2010 , a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: BRIDGE REPAIR AT TEN LOCATIONS (2010-14) the same being referred to herein and in said contract as the Work and being designated as project number(s) GG01-539590-0202003 and said contract , including all of the specifications , conditions, addenda , change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and , WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City ; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years ; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period , if in the opinion of the Director of the City of Fort Worth Department of Engineering , it be necessary; and, *International Fidel ity Insur ance Comp a n y WHEREAS , said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain , repair or reconstruct said Work in accordance with all the terms and conditions of said Contract , these presents shall be null and void, and have no force or effect. Otherwise , this Bond shall be and remain in full force and effect , and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted7 IN WITNESS WHEREOF , this instrument is executed inl counterpart(s), each of which shall be deemed an original, this 13 day of JULY, A.D.2010. ATTEST: LAUGHLEY BRIDGE AND CONSTRUCTION, INC. Contractor By ~ Name;1= £,~-"~- Title : ';P.vc;.1p...S\,l- :--.--·-rr-i::'.:c ,-: . -.-.-· A i:;').r T.-~ International Fidelity Insurance Company .... ........ .. --.. ,-::: j .---. (S .!: A L).,.... --Surety v_ -:::. --:.-: -~---............ -~ -... -.......... _ -::,_...-;.. --..: , peE;.--_p Qw~r~ of -:..":,. ~,..,..----...... ___ ~,.. -__ .......... ,,,--- ',., ____ ~ ~-~-~eiar{ attorney Title : Attorney-in-Fact One Newark Center, 20th Floor Newark, NJ 07102-5207 Address IMPORTANT NOTICE To obtain information or make a complaint: You may call International Fidelity Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-333-4167 You may also write to International Fidelity Insurance Company at: Attn: Claims Department One Newark Center, 201 h Floor Newark, NJ 07102 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 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-mail: ConsumerProtection @tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH TIDS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document. A VISO IMPORT ANTE Para obtener informacion o para someter una queja: Usted puede llamar al numero de telefono gratis de International Fidelity Insurance Company's para informacion o para someter una queja al: 1-800-333-4167 Usted tambien puede escribir a International Fidelity Insurance Company: Attn: Claims Department One Newark Center, 20th Floor Newark, NJ 07102 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el (agente) (la compania) (agente o la compania) primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE A VISO A SU FIANZA DE GARANTIA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. · r.nowtER.oF-ATToRNEv iN'tE1ffl:4TI0NAL FI:t>:ELITY INSURANCE COMP ANY HOME OFFJCE: ONE NEWAR.KCENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 . . KNOW:A.LL J\i(EN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organi zed a.ad existing Jaws ofJhe$ta te of New Jersey , and having its principal office in the City of Newark, New Jersey , does hereby constitute and appoint s: .. sfEPHE~L.'coifv , PAMELA ·K:··rucicER,·E1LEEN .HEBERT,,aERT x:· au1sERTE,(u :·JR ~-. MELANIE STERN, JEFFREY TODD MCINTOSH , CONNIE JEAN KREGEL Metairie, LA . • • •• ·.·.' ••• f ·•· ••• · •• · ••• • ••• • ••••• ,., .• "''·• •.•• ,. .·, ,.-. •••·• •••••••• ·, •• -~·; •••• -•••••••••••• -.-•• ,-.•• .,., .·, _.,-••• , • • •· ••• -.. , • ._ ••• ,. • ' •••••••••••••••••••••• -.-~.·-·.·, •••• ,. • • •· ••• , ••••• -.· ••.•. , ••••• • its true and lawful attomey (s)-in -fact to execute , seal and deliver for and on its behalf as surety , any and all bonds and undertakings , contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed , required or permitted by law , stature , rule , regulation , contract or otherwisel ,and the execution of such instrument(s) in pursuance of th .ese presents , shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY , as fully and amply , to a ll intents and purposes , as if the same had been duly executed and acknowledged by its regu larly elected officers at its principal office . This Power of Attorney is executed , and may be revoked, pursuant to and by auth ority of Article 3 -Section 3 , of the By -Law s adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February , 1974 . The President or any Vice President, Executive Vice President , Secretary or Assistant Secretary , shall have power and authority (1) To appoint Attorneys-in -fact , and to authorize them to exec ute on behalf of the Company , and attach the Seal of the Company thereto , bonds and undertakings , contracts of indemnity and other writings obligatory in the nature thereof and , (2) To remove , at any time , any such attorney -in -fact and revoke the authority given . F urther, this Power of Attorney is signed and sea led by facsimile pursuant to resolution of the Board of Directors of said Co mpany adopted at a meeting duly called and held on the 29th day of April , 1982 of which the following is a true excerpt: Now therefore the signature s of such officers and the seal of the Company may be affixed to any such rower of attorney or any certificate relating thereto by facsimi le , and any such power of attorney or certificate bearing such facsimi le signatures or facsimile sea shall be valid and bindmg upon the Company and any such power so executed and certified by facsimi le signatures and facsimil e seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF , INTERNATIONAL FIDELITY INSURANCE COMPANY has ca used this instrument to be signed and its corporate seal to be affixed by its authorized officer , thi s 16th day of October , A .D . 2007 . STATE OF NEW JERSEY County of Essex INTERNATIO AL FIDELITY INSURANCE COMPANY ~~#- Secretary . On this 16th day of October 2007 , before me came the individual who executed the preceding instrument, to me personally known , and , being by me duly sworn , said the he 1s the therein described and authorized officer of the INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate Seal of said Company ; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. · IN TESTIMONY WHEREOF , I have hereunto set my hand affixed my Official Seal , at the City of Newark , New Jersey the day and year first above written . CERTIFICA TJON A NOTARY PUBLIC OF NEW JERSEY My Commiss ion Expires Nov . 21 , 2010 l , the ~uders igned officer of JNTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared th.e foregoing copy of the Power of Attorney and affidavit , and the. copy of the Section of the By-Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON . JN THE HOME OFFICE OF SAID COMPANY , and that the same are correct transcripts thereof, and of the whole of the said originals , and that the said Power \ofAttorney fias -not been revoked and is now in full force and effect T~'{IMONY ~HEREOF, I have hereunto set my band this 13th day of July, 2010 .Lt(,~1 .... ) .d/. ,I(__-~-~-Q__._ ~~~· ~~ Assistant Secretary CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT This agreement made and entered into this the 13 day of JULY A.D., 2010, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11 th day of December, A.D . 1924, under the authority (vested in said voters by the "Home Rule " provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, LAUGHLEY BRIDGE AND CONSTRUCTION, INC., HEREINAFTER CALLED Contractor. WITNESSETH : That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith , the said Contractor hereby agrees with the said Owner to commence and complete the con struction of certain improvements described as follows: BRIDGE REPAIR AT TEN LOCATIONS (2010-14) 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 comp letion 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 a s if written herein . 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth . 4 . The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and fini sh the same rea<i)1 th "rt s peetio approval of FFIC, l-· EC RD C n. ecRETAR > RTH. 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 & Eighty (180) 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 any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been 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 sufficien -ctuds or the faithful performance of the terms and stipulations of the Contract and fort e ~a. ts 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 1 00 percent ( l 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 TWO HUNDRED NINTY ONE THOUSAND FIVE HUNDRED NINTY DOLLARS AND ZERO CENTS ... Dollars, ($291,590.00). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth , Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein . 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WI1NESS THEREOF, the City of Fort Worth has caused this instrument to be signed in 1 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 1 counterparts with its corporate seal attached. Done in Fort Worth , Texas, this the 13 day of JULY, A.D, 2010. FFICI LREC .SECRETA .W .RTki r ,.._ _______ __ APPROVAL RECOMMENDED: CITY OF FORT WORTH • TRANSPORTATION/PUBLIC WORKS FERNANDO COSTA, ASS T CITY MANAGE R ATTE ST: Contr a c~ Authorizat i o u "llr~\\:a LAUGHLEY BRIDGE AND CONSTRUCTION, INC. P.O. BOX 123800 Date FORT WORTH, TEXAS 76121 CONTRACTOR TITLE ? 0 . BJ>)' 12 > .go::, fog-w~l©4-, 'JX ~ ,u -3 ~ .ce:, ADDRESS November 1960 Revised May 1986 Revis ed September 1992 Revi sed March 2006 CITY SECRET ARY (SE A L) LEGALITY: APPENDIX A: SUMMARY OF QUANTITIES Item Nos. .... _ SUMMARY OF QUANTITIES 1 2 3 . 4 5 6 _ 7 8 _ ___ . _:�rid e �- . ; Gonc�ete.Bri ' e.:: _ _ _ _ d -_;:,�.. ;_:_ _ .. -,,. .. =g-_ Deck Re T air Ciass _ , _ ; _ °_ „ p - 1_ 6 Shallaw _= i �: _ . , _ " .. ._, .E_ l.(., - _ ,-- ----. _ ._ _ _ . , . . ).. � = _ SF Hulen Street Ramp 500 S Hulen Street 100 Fitzhugh Avenue 20 Carey Street 200 Western Center Blvd (EB) I 100 Basswood Blvd (WB) I 200 Bryant Irvin Rd I Old Hemphill Rd I Arcadia Park Dr Hulen Street Totai Qty � 1,120 ... . . . . . .. 9 10 11 12 13 14 ____._ � __. .. _. , _... _.__ . _ � _ . _.._ . _ _, E_ - .. �_ _-_. _ __ , �._.. Remove and �-. Reinove.and; .;�onerefe ., : Remov� and =� -=Eteirioue'-anrl-. :< Flovirahie� .` F I � La`ee:E o ; il .- Metat Rai[:Post `_InstaiC:In=K�nd _- _ _ .. - . _ - - _ _-- z -.,:. _ _ .,�-_ _. _ . F11 Mu t ll±leta(.Ra _ _ . _ _ emovean = _ _ . �. ,;; , - _ _ Y..._ . P XY _._ , _. _, . __. _, .. . -_ . , � ,_-: ; ----- _..:-, �,. - - - = Repiace Br�ci e.-, ,- Re, Eace 7' "t ��.: Sfrueture _ � _ g p ite face Gortcrete Re lace Concrete ,._.;in'Itg►ds, __Concret�.,.Qver1� �, Re a�� witfi,Base Piate Atum�nur� 12a�1 Re lace-[rt K�nd � _ _ ,_ .___ . P ,_: . P_ ._ _. _. P . _ __ _ _ _. .. .,_. _ _ - __ _ . . _ _T_. __ , . ._ _- , - ---: _ ,. _ _ , ,< __� _P,:=.. APp�oach,Slab .: Gonc�eE CurCi R�'.air L"essthan Para tWat[ '` .. , fti ra ,_`= `- J ; : - fte air-.- viriih Pasfand = Re�nforcect `: , _. _� .f � r �:�,_ _ �__ _._ __ _ a _� _ - n _ _ _ -> >. �. , � . — ; - - , _ _ . . .�:',:.� . . ...:,...lY '.,_ .-: ' . _. ' ` , ...- _ ,.. 1-° fh�c v .. r:: _ --. _ - _ _� _ - - - � onc e e Ra � _ .. ,� _: : .:.. ;, . : ,_.. k .., _. . . . , . w. _ . __ . _ - - ' Anchor - C r f t _. .::_: �� - - = - - _ E ctudin bec - - - - _ __ - � - x k 9 - = - - SF LF CY LF SF 2,050 120 300 100 700 20 200 15 30 200 90 200 300 I I 100 ( I 100 I I I � I I I I � I 2,670 810 ( 15 I 30 , 1,000 CY 0.4 0.4 CY 4 2 2 : CY SF LF I EA LF LF 4 2 10 6,300 1,800 40 1,600 7, 300 � 40 16 I 17,000 � 40 80 5 11 12 12 40 APPENDIX B: PROJECT LOCATION MAPS ARCADIA PARK DR BRIDGE MAPSCO 350 \ ~2;:.l-----!~,<-1-----i 21 ...J ...J ID 0 .:: s:: a:: >-~ w ~ z ~ 9, iS w -=----a;-------ac ~ (.) a:: w :;; a:: <( ~ > z w --9 0 (!) ( < SPE CER ) i-__:;.;_::~-'----"----+----L---1---_..___ __ i (/) w ...J ~ SHIVER 0 0 0 ~ u. VIEN E QUEENSWOOD ~ GLASSENBERRY 81----='-"":.===-'-"-'-'-----l w (!) a:: 0 w (!) a:: ~ :;; :::, (/) ROCHESTER DIAMOND RIDGE Arcadia Park Dr Bridge over Wh ites Branch \ 'i I 36 .... w (/) z :::, (/) z w 0 ...J 0 (!) OCK SHIVER NI HTW/ND CARL SBAD CARLSBAD --J,------1"" , p w 0 0 ...J 0 35G ::c: >-@I-----.----.... a:: w :;; Cl. c3 0 ~ w ID :;; :::, (.) a:: w > r2 w 5 TALL GRASS ~ ::c: (.) z 0 ~ (.) ~ JENNY LAKE TUPELO FOSSILE BUTIE TARRANT ~!I .,.// BIRCH CREEK 36E CAVE COVE PREWETI BASSWOOD BLVD(WB) BRIDGE MAPSCO 36U PARK BR RO KEN BOW GREAT IV IDE ,f CASCADES MISTY RIDGE BIRCHBEND BRACKEN WATERWAY BAYTREE BASS OOD VERONICA z WINEBERRY ~ ~ u ~ m JASMINE >-w i== z w m z ,z U) >' u ::, m ,_ ____ __, >' w w a: u m 3 u ,/ I RIO BLANCO \ I •'I"., ,-;. "i. l ·,, GLENSCAPE DEERLODGE FORT CON CHO ~ >-w a: t-z ~ _, _, :ii 9 0 GRAND MESA STILLWATER W. M SPRINGS 74U 74Y I; BRYANT IRVIN ST BRIDGE MAPSCO 74V 74V VALLE VIEW z > 742 e; f-z <{ oc ID MANHATIAN ~ 1-----L'-"E_V_EL_L_A_N_D ___ \ ~ 0 , ~ ~ ~ ~ Bryant Irvin St over Vickery Blvd - VIRGIL J ESHFIEL 93A ,.:: w w Q'. u w ~ ...J 5 w > ::, 0 u z ;S z z <: I I-::, Q'. EASTLAND EED GARD w ~ 0 ::J :i: CAREY ST BRIDGE MAPSCO 79X w ~ 0 ...J Q'. <: I u 93 B ~ w Q'. ::, ::i EASTL D Carey St Bridge over Trib of Lake Arlington go z 93C 5 u 7 GOOD SHEPHERD ~ 0 0 ...J ')> z 0 i ,. BOOKERT ) 790 I ANDERSON COTIEY TURNER 79Y 0.. ::, F IT ZHUGH AVE BRIDGE MAPSCO 79U BONG T UM AN CAPERS :'.; 0 -.;i_ z c3 w RIC KENBACKER ..J ..J w oc oc w > I 79R oc LESTER G NGER '~ ' ANDERSON ALT ER RA M EY Fitzhugh Ave Bridge over Tr ib of Village Creek ..J w 0.. :2 (/) ~ u u w > PARK AN R 9 \ (/) ~ u COTIEY \ 'i> ~ ....... -\~ u. oc 0 0 ..J ~ u. oc 0 0 i PINSON RICHARDSON TURNER w u z oc ::, (D B TON :'.; oc UJ > oc <( u NORRIS 0 oc 0 u. 0 ~ ' 1 ~ f. (!) z :ii ::;; w ..J u. oc w > o MCKAS 79V E ~ 8 "' rfJ ~ & 0 ,:: "' IQ, 3 ALLI ~ u ::, ..J ... WE LL SLEY FLETCHER HULEN ST RAMP MAPSCO 75U HULl::N STREET NB & SB BRIDGE MAPSCO 75X OVE 8 B ~ ------1 75Y m ~ z ~ ~ 91S ~-( \ \ ... ~ ,l~,...,.-,,.,.,.,.,,,,,,"'1"'' ti ~ 91W ! ~ z <( 0 ii: w J: V) AVON Old Hemphill Rd Bridge over Sycamore Creek ID V) . I . V) z ~ ~ ~ ~ 5 ~ V) :, 0 V) 91X II L r:::i ~ C -< 11111§ V) ~ fTl (/) ,. ALTAMESA WELL SLEY FLETCHER S HULEN ST BRIDGE MAPSCO 75U I I 0 cc er ~ 35T PAINTED BULL SHOALS WESTERN CENTER BLVD(EB) BRIDGE MAPSCO 35Y FAIR 49C Western Center Blvd(EB) Bridge over Big Fossil Creek WE TERN CENTER ~ "TI LA'uREL VALLEY '* I~ -u rn m rn "' :5 "' r (!) m \ >-"' a.. m rn )> () :r '\ •., ,,.,_ STONE CREE APPENDIXC: PROJECT DESIGNATION SIGN DETAIL I 1 i r T T T 4' -0" PROJECT DESIGNATION SIGN ---------4' -o" --------~ PMS -1 67 ==r 3" 3" C P rojec t Title 1 1 .. 3 "C 2N D LINE ' IF NECESSARY _/ -r 3 11 1~"======= Contractor: --=± 1 11 2~ 11 rContractor's Name 1 2 1 f'r= Scheduled Completion Date 1~11 I Year 1 II 2 5 II 1 II ~ FONTS: -· . FORT WORTH LOGO = CHEL TINGHAM BOLD r ALL OTHER LETIERING = ARIAL BOLD , LOGO COLORS: FORT WORTH -PMS 288 T LONGHORNLOGO-PMS167 -LETTERING -PMS 288 PROJECT DESIGNATION SIGN BACKGROUND -WHITE r BORDER -BLUE DATE: 9-20-02 _____ ___._ __ _____i_ __ __J CITY OF FORT WORTH-CONSTRUCTION STANDARD DRAWING NO. APPENDIX D: PHOTO LOG OF DEFICIENCIES AT SEVERAL LOCATIONS Photo Log of Selected Deficiencies with Reference to Pay Item 1. Pay Item 7: Remove and Replace Concrete Parapet Wall (Hulen St Ramp) Location: Northwest corner of the Ramp Work Required: Damaged concrete wall shall be replaced in- kind. Repair concrete structure as necessary. 2. Pay Item 8: Remove and Replace Concrete Riprap Location: North end riprap of Bryant Irvin Rd bridge Work Required : • Remove trees (subsidiary to this Pay item) • Remove and replace concrete riprap • Fill voids with flowable fill as needed (Pay item 9) 3. Pay Item 8 (continued): Remove and Replace Concrete Riprap Location: Southeast corner riprap of Fitzhugh Ave bridge Work Required: • Remove and replace concrete riprap • Fill voids under riprap with flowable fill as needed (Pay item 9) Photo Log of Selected Deficiencies with Reference to Pay Item 4. Pay Item 9 : Flowable Fill in Voids Location : North end riprap of Bryant Irvin Rd bridge Work Required: • Fill voids underneath of riprap with flowable fill 5. Pay Items 11 & 12 : Metal Rail Repa i r Location: North side of Fitzhugh Ave bridge Work Required : • Repair/replace metal rail • Repair/replace metal rail post with base plate • Repair concrete structure at deck (subsidiary to this pay item) 6 . Pay Items 11 & 12 (continued): Metal Rail Repair Location: East side of Arcadia Park Dr bridge Work Required: • Repair/replace metal rail • Repair/replace metal rail post with base plate • Repair concrete structure at parapet (subsidiary to this pay item) Photo Log of Selected Deficiencies with Reference to Pay Item 7. Pay Item 13: Install In-Kind Aluminum Rail with Post and Anchor (Hulen. St bridge) Location : South end of bridge Work Required: • Install in-kind missing aluminum rail with post and anchor 8. Pay Item 14: Remove and Replace In-Kind Reinforced Concrete Rail (Old Hemphill Rd Bridge) Location: Southeast end of the bridge Work Required : • Remove and replace in-kind concrete railing • Repair concrete spalling at bridge deck/curb (subsidiary to this pay item) . . -~ <> "', " I~ L 0 a, -~ ~ D • 0 0 <> F Approoch Slob or Povement --~[J;------- 1 I s l ope ~~----11 -·------See Layout for l 0 . , . C . u .. 'C~ cc ><D t=1=--: l l I •5 Bar-IFul I Toe of \ I ength of curb I s l ope_.,, , -1 '1 \ 0 C. \ \ \ ' \ ~ \ \', \ \ \ OPTIONAL \,_i Pr-ovlde lower level or weep -holes at 5 Ft c-c bocked ~~ ~~d 1 h~~d~~~e~l~:h<J~~~lH : h exceeds 5 Ft @ j :~ ] ,_, Curb must be G\ ~~r~1~~n~f_!rWt1d~e curt>(D~ ~t1-·-::~~'!1'V •5 Bor --,. I lj Relnf ;.,., :;1 ~ 1 ·Re lnf I I ~ Add 2 •5 JS® @/ l2J _l Bors a l one; g· ~ ""~·" SEC A -A r : "'.r ~-LI o-=~ •c •o 00 c , ~~ 2" '[ ,o cc . -g!G) "'0 00 •o o"t! );"' co• :r . 0 a• o•a Ov> t; g_ ~ a--~ 4i c•o :[ ~~~ C o- -1 c-0 • C xi co• o.~~ •o "[ ~h <t-_tr 0 l ]'. -~. :r r ]'. ]'. ]'. y ]'. I _[ ]'. ~ ]'. ]'. ]'. ]'. .[ :r ]'. ]'. ]'. ]'. I . , See Layout j See Layout for ' 1-----c~=~~=----locotlon of shoulder 1 for I lmlts(l} drain If rec1'.dred.G}---i PLAN ELEVATION 2' -6' Min 0 L~ Relnf7-::.--)70 2' -6" Min 0 Rlpr-oo Blockout to be fl I led with ACP. (Subsldlor"y to Rlprapl ]'. ]'. X ]'. X [J I ~~~~ ~~D -; a·x 18 Go(Je Calv floshtno fut I I enoth of cop . Form ver"tlcot face at edQe Vories ~· 3' Olo weep ::I:~ a-,-g~--T . -i_-_ 5 Ft c-c . Provide 'A'eep - Holes when Cronulor 111 ~~tr~r~:r!~t:~e~~fled ~ G; the Enc;i I neer :. Keywoy formed In Abut Cop, coot with ospho I t Loose CJr"Oded gr-ave I or crushed stone ploce(I contlnuously olono per l pnery of oronulor moterlol under rlprop only or os directed by the En<Jlneer SHOWING KEYWAY OPTIO N Coulk lrn;i compound or Joint seo I er ¥t • Exp r-Face of Re Inf --~ ~ , .. Jt Mo~t· I '._-.?~~:?: :o·-~~-1 v0~~c~t · -~:., C Screw ot 12 · c-c SECT THRU RIPRAP AT WINGWALL @ SECTIONS THRU RI PRAP AT CAP 0) (D When r I prop rs shown ex tended around header" on I oyout. ex tend s I ob and toewo 1 I as shown end el imi nate <I' curb . (D Limits and conflc;iurot l on of d r"Olns and dep,-esstons shal I De as shown elsewhere In plans o,.. as directed by the Enc;ilneer". @ Location of shoulder" dra i n rrt.1St consider I Imitations Imposed by rol I transition. Do not locate shoulder dra ins at expansion Joints between approach slob ond concrete pavement . @ See detol ls e l sewhere In plons f or lnstol lotlon of ouord fence DOSts through concr-ete rlprop. ® The opt l onol lntennecJ Tote toewol I shol I be constr-ucted when deslQnoted e l sewnert! In tne plans or Inc l uded In the spec i f i cations. © If erodlOte soils occur In the einbonkment (j) Wider or othe,.. drain conflgur-otlons sho l I be used If shown e lsewhere In plans or If directed by the Enolneer. @ WOl I extension moy be r"educed or modi f led f f oopr-oved by the Engineer". Wal I extension Shol l be I ncreased to l'-6 " whenever the optlonol Intermediate toewol I Is col led f or In the plons. ® Top of cop to top of r/prop dimension varies os directed by the Enolneer. Should be 9' Min for bean/slob type bridges and 1 ·-6· for s I ob span, box beam. or s I ob becrn br 1 dges. @ a· x t 8 Gooe Golv Sheet Metal (D) Tt1e seal Ing opt Ion of the Joint between the foce of cop and rlpr-op shol I be os des1onoted by the Eno I neer or-os shown e I sewhere on pl ans. @F ioshlno (shown In Cop Opt i on Al may be used ot w l nowo l t In oc:Jdl t l on to Exp Jt Mot' I If shown on plans or directed by the Engineer. @ Relnforclno bars sho•, be •J ot 1a· Spa c -c. ~~-.... ~:llil .~ Relnf S t eel WWR Min DETAILS OF WWR, RE I NF ANO CO NST JO I NT @ GENERA L NOTES• Concr'ete shol I be Closs ·e· w1 th o minimum compressive streno th of 2,000 psi unless no t ed elsewhere In plans. At I relnfor"clng steel shol I be Grode 60. Retnforctno o t her-than that shown may be used by substltu t tno r einforcement of equa l or greater" unit cross-sectlano1 oreo. rhe maximum r-elnfor-cement spoclno shol I be 18 Inches. Construction Joints or o,..oaved Joint's extend i ng tne ful I slant &lope height shal l be at Intervals of oppr-oxlmote1y 20 feet unless otherwise or,-ected by the Engineer. Ho,..dwore cloth, l oose graded stone behind wee p holes. flosn ln9, or' other-seol ln(J moterlol sho l I not be pold for dlrectly bu t shOl 1 be subsidiary to the bid Item "RI prop' •. Unless specified elsewhere In the plons to be only re ln for"clnq bor-s. the rlprop relnfo,..clno moy be compased of re lnforcTno bars. Welded Wire Reinforcement <WWRI. Or" ony sul table combina t ion of both types. See Layout for 11ml ts o f rlprop. ARB Is to be used on s t reom cross I ngs. RR9 Is t o be used on other embankments. ~ Texas Depor tment of Transportation I Brfdr;e Dlvlsfon CONCRETE RIPRAP ANO SHOULDER DRAINS EMBANKMENTS AT BRIDGE ENOS (TYPES RR 8 & RR9l Relnf7G]t®_,@ ~TI ti L.J ~c~ RIPRAP DETAIL AT COLUMNS Welded Wire Reinforcement (WWRI st,ot I be 6X6-W2. 9XW2, 9. Comb I not Ions of WWR and r-elnfor-clng bor'~ may be used If both Or"e oerml tted. Lop spl I ces sho l I be o m l nlm..m of 6 I nches. meoSur'ed fr"om the transverse wl,..e of WWR, ond the ends of reinforcing bors. SEC 8-8 <No Orolnl SEC 8 -8 IShOvlder Oroln inte(Jrol with rlpropl Re Inf SEC 0-0 !Shoulder" Orolnl (A s dlrecte(I oy the £n<;ilneerl FOR CONTRACTOR"S INFORMATION ONLY • 5· of ARB • 0 .015 CY/SF 4" of RR9 • 0. 012 CY/SF •3 Re Inf ot 1a· c ·c • o. 501 Lbs/SF 6X6 -W2 . 9XW2. 9 • 0 . 394 lbs/SF c,..r ,toe l .dQ"l @r~oo 1 J\N: 200 ,