HomeMy WebLinkAboutContract 41858---...... •--=
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
--~
_......_. cm.._..ona ...... _111•-•a-. __ ,...,ucon
BRICK PAVEMENT REPAIR (2011-12)
ATV ARIOUS LOCATIONS
IN THE CITY OF FORT WORTH, TEXAS
TPW PROJECT NO. GGOl-537110-0202002
December 2010
MIKE MONCRIEF
MAYOR
DALE A. FISSELER, P.E.
CITY MANAGER
WILLIAM A. VERKEST, P.E., DIRECTOR
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
GEORGR BEHMANESH, P.E., ASSISTANT DIRECTOR
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
PREPARED BY
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
INFRASTRUCTURE GROUP
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
_,,,,,,,
--~f. OF r, ,, ~y"'1 ........ ~ .... ~,~ ii'*., . * "9·':1\1' •• ~ •.*,A .... • * ~ ··,rx~·rJeTIMANes·A ... ~ ... x--.... •••••••••••n•••;,#
Sl 56244 ~ i/4 J .. ~ .. ~,,,...~~,·w ......... b~--
M&CReview Page 1 of2
Official site of the City of Fort Worth, Texas
CITY COUNCIL AGENDA fORTWORTH
~
COUNCIL ACTION: Approved on 4/5/2011 -Ord. No. 19629-04-2011
DATE:
CODE:
4/5/2011 REFERENCE NO.: **C-24808 LOG NAME:
C TYPE: CONSENT PUBLIC
HEARING:
20BRICK PAVEMENT
REPAIR 2011-12
NO
SUBJECT: Authorize Execution of a Contract in the Amount of $285 ,980 .00 with C. Green Scaping,
LP , for Brick Pavement Repair 2011-2012 for Camp Bowie Boulevard and Adopt
Appropriation Ordinance (COUNCIL DISTRICT 7)
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize the transfer of $285 ,980.00 from the Contract Street Maintenance Fund to the General
Fund ;
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations by
$285,980.00 in the General Fund from available funds; and
3. Authorize the City Manager to execute a Contract with C . Green Scaping, LP , in the amount of
$285,980.00 for 150 calendar days for Brick Pavement Repair 2011-2012 for Camp Bowie Boulevard.
DISCUSSION:
On December 14, 2010, (M&C G-17159) approved the transfer of funds from the General Fund to the
Contract Street Maintenance Fund for the purpose of tracking annual major maintenance capital
contracts. Since the brick pavement repair contract is strictly of a maintenance nature and is not
considered capital in nature , funds are being transferred back to the General Fund .
Brick Pavement Repair 2011-2012 provides for the removal and replacement of failed brick pavement
for Camp Bowie Boulevard .
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 .
This project was advertised for bid on December 30, 2010 and January 6 , 2011 , in the Fort Worth
Star-Tele ram . On January 27, 2011, the following bids were received :
BIDDERS AMOUNT
C. Green ScapinQ , LP $ 285 ,980 .00
Quality Excavation, Ltd. $ 408 ,910.00
CPS Civil LLC $ 429 ,400.00
C. Green Scaping, LP, is in compliance with the City's M/WBE Ordinance by committing to 11 percent
M/WBE participation . The City's goal on this project is 11 percent.
This project is located in COUNCIL DISTRICT 7 .
http://apps.cfwnet.org/ council _packet/me _review .asp ?ID= 14972&councildate=4/5/2011 4/11/2011
-
M&CReview Page 2 of2
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
1 & 2 GG01 472293 0202002 $285 ,980.00
2) GG01 537110 0202002 $285 .980.00
Submitted for City Manager's Office by:
Originating DeRartment Head:
Additional Information Contact:
ATTACHMENTS
2QBRICK P8VEMENT REPAIR 2011-12.doc
20BRICK~011-12~MAP.pdf
FROM Fund/Account/Centers
1) C293 538070 201629990100 $285 .980.00
3 GG01 537110 0202002
Fernando Costa (6122)
Greg Simmons (7862)
George Behmanesh (7914)
$285.980.00
http://apps.cfwnet.org/council _packet/me_ review .asp ?I D= 14972&councildate=4/ 5/2011 4/11/2011
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
BRICK PAVEMENT REPAIR (2011-12)
ATV ARIOUS LOCATIONS
IN THE CITY OF FORT WORTH, TEXAS
TPW PROJECT NO. GGOl-537110-0202002
GEORGE BE SH, P.E.
ASSIST ANT DIRECTOR
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
DATE
TABLE OF CONTENTS
1. Notice to Bidders
2. Special Instructions to Bidders
3. Minority and Women Business Enterprise Specifications
4. Proposal
5. Special Provisions
6. Masonry Paving Specifications
7. Specification for Silicon Joint Sealing
8. Item 360, Concrete Pavement (Modified Specification)
9. Prevailing Wage Rates
10. Vendor Compliance
11. Contractor Compliance with Worker's Compensation Law
12. Certificate oflnsurance
13. Equipment Schedule
14. Experience Record
15. Performance Bond
16. Payment Bond
17.-Maintenance Bond
18. Contract
19. Notice of Construction Detail
20. Project Designation Sign Detail
21. Other Details
22. Street Locations
Sealed Proposals for the following :
BRICK PAVEMENT REPAIR (2011-12)
AT VARIOUS LOCATIONS
TPW PROJECT NO. GG01-537110-0202002
Submit package to City of Fort Worth , Purchasing Division , in the lower level of the Municipal
Building , 1000 Throckmorton Street, Fort Worth , Texas 76102 until 1 :30 P.M., Thursday, January
27, 2011 , and then publ icly read aloud at 2:00 p .m ., in the Council Chambers .
Specifications and Contract Documents for this project can be purchased fo r a non-refundable fee of
twenty dollars ($20 .00) per set at the office of Transportation and Public Works Department , second
floor of Municipal Building , 1000 Throckmorton Street , Fort Worth , Texas 76102. These documents
contain additional information .
A pre-bid conference will be held at 10:00 A .M. January 13, 2011 , in Conference Room 270 , 2nd Floor ,
Municipal Building .
The major work on the above-referenced project shall consist of the following items :
330
15 ,000
CY
SF
Remove and replace concrete base
Remove and replace brick paver pavement
Included in the above will be all other miscellaneous items of construction as outl ined in the Plans
and Specifications.
For add itional information , please contact Tariqul Islam , Project Manager at (817) 392-2486 .
DALE A . FISSELER, P.E.
CITY MANAGER
Advertising Dates:
December 30, 2010
January 6, 2011
WILLIAM A . VERKEST, P.E., DIRECTOR
TRANSPORTATION AND PUBLIC WORKS
DEPARTMENT
By:--------"~~· -----
TARIQUL ISLAM
Graduate Engineer
SPECIAL INSTRUCTION TO BIDDERS
(TRANSPORTATION AND PUBLIC WORKS)
1) BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth , in
an amount of not less than five percent (5%) of the total of the bid submitted must accompany the bid,
and is subject to forfeit in the event the successful bidder fails to execute the contract documents
within ten (10) days after the contract has been awarded.
To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of
Texas . In addition, the surety must
a) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety
on obligations permitted or required under federal law; or
b) 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 United 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) 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. In this connection, the successful bidder shall be required to
furnish a performance bond and a payment bond, both in a sum equal to the amount of the
contract awarded. The form of the bond shall be as herein provided and the surety shall be
acceptable to the City . All bonds furnished hereunder shall meet the requirements of Chapter 2253,
Texas Government Code.
In order for a surety to be acceptable to the City, the surety must
a) hold a certificate of authority from the United States secretary of the treasury to qualify as a
surety on obligations permitted or required under federal law; or
b) 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 United 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.
The City will accept no sureties who are in default or delinquent on any bonds or who have
an interest in any litigation against the City. Should any surety on the contract be
determined unsatisfactory at any time by the City, notice will be given to the contractor to that
effect and the contractor shall immediately provide a new surety satisfactory to the City.
If the contract amount is in excess of $25,000 , a Payment Bond shall be executed, in the amount
of the contract, solely for the protection of all claimants supplying labor and materials in the
prosecution of the work.
If the contract amount is in excess of $100,000 , a Performance Bond shall be executed, in the
amount of the contract conditioned on the faithful performance of the work in accordance with the
plans, specifications, and contract documents. Said bond shall solely be for the protection of the City
ofFort Worth.
City of Fort Worth, Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date : 12.21 .2010
Page 1 of9
-
All contracts shall require a maintenance bond in the amount of one hundred percent (100%) of the
original contract amount to guarantee the work for a period of two (2) years after the date
of acceptance of the project from defects in workmanship and/or material.
3) LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1, Item 8, paragraph 8.6, of
the "General Provisions" of the Standard Specifications for Street and Stonn Drain Construction of the
City of Fort Worth, Texas, concerning liquidated damages for late completion of projects.
4) AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City
reserves the right to adopt the most advantageous construction thereof to the City or to reject . the
proposal.
5) EMPLOYMENT: All bidders will be required to comply with City Ordinance No . 7278 as amended
by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-A-29) prohibiting
discrimination in employment practices .
6) WAGE RATES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction
is deleted and replaced with the following :
a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code,
including the payment of not less than the rates determined by the City Council of the City of Fort
Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code.
Such prevailing wage rates are included in these contract documents .
b) The contractor shall, for a period of three (3) years following the date of acceptance of the work,
maintain records that show
1) the name and occupation of each worker employed by the contractor in the construction of
the work provided for in this contract; and
2) the actual per diem wages paid to each worker. These records shall be open at all reasonable
hours for inspection by the City . The provisions of the special provision titled "Right to
Audit" pertain to this inspection.
c) The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs a) and b) above .
d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the
contractor has complied with the requirements of Chapter 2258 , Texas Government Code.
e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project
at all times.
7) FINANCIAL STATEMENT: A current certified financial statement may be required by the Department
of Transportation and Public Works ifrequired 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.
City of Fort Worth, Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date: 12.21 .2010
Page 2 of9
-
8) INSURANCE: Within ten (10) days of receipt of notice of award of contract, the Contractor must
provide, along with executed contract documents and appropriate bonds , proof of insurance for Worker's
Compensation and Comprehensive General Liability (Bodily Injury-$500,000 each person, $1,000 ,000
each occurrence ($2 ,000,000 aggregate limit); Property Damage -$250,000 each occurrence). The City
reserves the right to request any other insurance coverage as may be required by each individual project.
9) ADDITIONAL INSURANCE REOillREMENTS:
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 cov erage 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
waiv er of the insurance requirements specified herein .
d) Each insurance policy shall be endorsed to provide the City a minimum thirty day s 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 co v erage or risk treatment measures through insurance pools or risk retention
groups . The Ci ty must approve in writing any alternati ve 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 gi ve rise to a liability
claim or lawsuit or which could result in a property loss .
1) 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.
City of Fort Worth , Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date : 12.21.2010
Page 3 of9
-
-
10) NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort
Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the
lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas
resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract
in the state in which the nonresident's principal place of business is located.
"Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes
a contractor whose ultimate parent company or majority owner has its principal place of business in
this state.
"Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a
contractor whose ultimate parent company or majority owner has its principal place of business in this
state.
This provision does not apply if this contract involves federal funds .
The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for its bid
to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that
~d&~ .
11) MINORITY AND WOMEN BUSINESS ENTERPRISES: In a 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 MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER
UTILIZATION FORM , PRIME CONTRACTOR W AIYER FORM, and /or the
GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE
FORM as appropriate. The Documentation must be received by the managing department no
later than 5 :00 p .m., five (5) City business days after the bid opening date. The bidder shall
obtain a receipt from the appropriate employee of the managing department to whom
delivery was made. Such receipt shall be evidence that the documentation was received by
the City. Failure to comply shall render the bid non-responsive.
Upon request, Contractor agrees to provide the Owner complete and accurate information
regarding actual work performed by a minority business enterprise (MBE) and/or women
business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to perm.it
any audit and/or examination of any books, records or files in its possession that will
substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of
facts ( other than a negligent misrepresentation) and/or commission of fraud by the Contractor
will be grounds for termination of the contract and/or initiating action under appropriate
Federal, State or local laws or ordinances relating to false statements. Further, any such
misrepresentation facts ( 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 of not less that three (3) years.
City of Fort Worth, Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date: 12.21 .2010
Page 4 of9
Rev 3-13-09
12) AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. The City
reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be
withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM,
PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM , and/or the JOINT
VENTURE FORM ("Documentation") as appropriate is received by the City. The award of contract,
if made, will be within ninety (90) days after this documentation is received, but in no case will the
award be made until all the responsibility of the bidder to whom it is proposed to award the contract has
been verified.
13) PAYMENT: The Contractor will receive full payment (minus retainage) from the City for all work for
each pay period. Paymel)t of the remaining amount shall be made with the final payment, and upon
acceptance of the project.
14) ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid
receipt time and acknowledging them at the time of bid receipt. Information regarding the status of
addenda may be obtained on-line on City's Buzzsaw site or by contacting the City Project Manager.
Bids that do not acknowledge all applicable addenda may be rejected as non-responsive.
15) CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW:
a) Workers Compensation Insurance Coverage
1) Definitions:
Certain of coverage ("certificate"). A copy of a certificate of insurance, a certificate of
authority to self-insure issued by the commission, or a coverage agreement (TWCC-81 ,
TWCC-82 , TWCC-83, or TWCC-84), showing statutory worker's compensation insurance
coverage for the person's or entity's employees providing services on a project, for the duration
of the project.
Duration of the project-includes the time from the beginning of the work on the project until
the contractor's/person's work on the project has been completed and accepted by the
governmental entity.
Persons providing services on the project ("subcontractor" in §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, owner-operators, employees of
any such entity, or employees of any entity which furnishes persons to provide services on the
project. "Services" include, without limitation, providing, hauling, or delivering equipment or
materials , or providing labor, transportation, or toner services related to a project. "Services"
does not include activities unrelated to the project, such as food/beverage vendors, office
supply deliveries, and delivery of portable toilets.
2) The contractor shall provided coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements , which meets the statutory requirements
of Texas Labor Code, Section 401.011 (44) or all employees of the contractor providing
services on the project, for the duration of the project.
City of Fort Worth , Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date: 12.21.2010
Page 5 of9
3) The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4) 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.
5) The contractor shall obtain from each person providing services on a proj ect , and provide to
the gov ernmental entity:
a) 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 co verage for all
persons providing services on the project; and
b) 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
cov erage ends during the duration of the project.
6) The contractor shall retain all required certificates of coverage for the duration of the project
and for one year thereafter
7) The contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within ten (10) days after the contractor knew or should have known, of any change
that materially affects the provision of coverage of any person providing services on the
project.
8) The contractor shall post on each project site a notice, in the text, form and manner prescribed
by the Texas W_orker's Compensation Commission, informing all persons providing services
on the project that they are required to be covered, and stating how a person may verify
coverage and report lack of coverage.
9) The contractor shall contractually require each person -with whom it contracts to provide
services on a project, to :
a) 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;
b) 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;
c) 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;
d) obtain from each other person with whom it contracts, and provide to the contractor:
City of Fort Worth , Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date : 12.21.2010
Page 6 of 9
Rev 3-13-09
1) a certificate of coverage, prior to the other person beginning work on the project ; and
2) 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 ;
e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter.
f) notify the governmental entity in wiring by certified ma il or personal delivery, within ten
(10) days after the person knew or should have known , of any change that materially
affects the provision of coverage of any person providing services on the project; and
g) 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.
10) By signing this contract or providing or causing to be provided a certificate of coverage, the
contractor is representing to the governmental entity that all employees of the contractor who
will provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification
codes and payroll amounts, and that all coverage agreements will be filed with the
appropriate insurance carrier or, in the case of a self insured, with the
commission's Division of Self-Insurance Regulation. Providing false or misleading
information may subject the contractor to administrative, criminal , civil penalties or other civil
actions .
11) The contractor's failure to comply with any of these provisions is a, breach of contract by the
contractor does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity
b) The contractor shall post a notice on each project site informing all persons providing services on
the project that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other posting
requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's
Compensation Commission rules . This notice must be printed with a title in at least 30 point bold
type and text in at least 19 point normal type , and shall be in both English and Spanish and any
other language common to the worker population. The text for the notices shall be the following
text, without any additional words or changes:
"REQUIRED WORKER'S 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" 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".
Contact the Texas Workers' Compensation Commission 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".
City of Fort Worth , Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date : 12.21.2010
Page 7 of 9
16) NON DISCRIMINATION: The contractor shall not discriminate against any person or persons
because of sex, race, religion, color, or national origin and shall comply with the provisions of City
Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through
13A-29), prohibiting discrimination in employment practices .
17) AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the
federal government, contractor covenants that neither it nor any of its officers, members, agents , or
employees , will engage in performing this contract, shall, in connection with the employment,
advancement or discharge of employees or in connection with the terms, conditions or privileges of their
employment, discriminate against person because of their age except on the basis of a bona fide
occupational qualification, retirement pl~ or statutory requirement.
Contractor further covenants that neither it nor its officers , members, agents , or employees, or person
acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this
Contract, a maximum age limit for such employment unless the specified maximum age limit is based
upon a bona fide occupational qualification, retirement plan or statutory requirement.
Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City
harmless against any and all claims or allegations asserted by third parties against City arising out of
Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in
the performance of this Contract.
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 and/or
conditions of employment for applicants for employment with, or current employees of Contractor.
Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state
and local laws concerning disability and will defend indemnify and hold City harmless against any
claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to
comply with the above-referenced laws concerning disability discrimination in the performance of this
Contract.
19) PROGRESS PAYMENTS,FINALPAYMENT,PROJECT ACCEPfANCEAND WARRANIY:
a) The contractor will receive full payment (less 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.
City of Fort Worth, Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date: 12.21.2010
Page 8 of 9
--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
1) final quantities, or
2) 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 .
20) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be
prequalified by the Fort Worth Transportation and Public Works Department prior to submitting bids
for pavement contracts. This prequalification process will establish a bid limit based on a technical
evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the
following documentation : a current financial statement, an acceptable experience record, an acceptable
equipment schedule as outlined in the PREQUALIFICATION REQUIREMENTS FOR PA YING
CONTRACTORS most recent version, and any other documents the Department may deem necessary,
to the Director of Transportation and Public Works at least fourteen (14) calendar days prior to the date
of the opening of bids .
a) The financial statement required shall have been compiled by an independent certified public
accountant or an independent public accountant holding a valid permit issued by an appropriate
State licensing agency and shall have been so prepared as to reflect the financial status to the
submitting company. This statement must be current and not more than one (1) year old. In
the case that a bidding date falls within the time a new statement is being prepared, the previous
statement shall be updated with proper verification .
b) For an experience record to be considered to be acceptable for a given project, it must reflect the
experience of the firm seeking qualification in work of both the same nature and technical level
as that of the project for which bids are to be receiv~d.
c) The Director of the Transportation and Public W arks Department shall be the sole judge as to the
level of project a Contractor is qualified to bid based upon a review of the information submitted.
d) The City, at its sole discretion, may reject any bid for failure by the Contractor to demonstrate
acceptable experience, expertise or financial wherewithal to perform the work included in the
project.
e) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if
inadvertently opened, shall not be considered
f) The City will attempt to notify prospective bidders whose qualifications (financial or experience)
are not deemed to be suitable for the nature and/or magnitude of the project on which bids are to
be received. Failure to notify shall not be a waiver of any necessary prequalification.
g) Any contractor who becomes qualified and remains in good standing with the City will not be
required to submit for re-qualification for 2 years from the date of having last being qualified. Re-
qualification procedures are included in the PREQUALIFICATION REQUIREMENTS FOR
PA YING CONTRACTORS document.
City of Fort Worth, Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date: 12.21 .2010
Page 9 of9
-
FORTW°ORTH
. ----.--. City of Fort Worth
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable.
If the total dollar value of the contract is less than $25 ,000 , the M/WBE goal is not applicable .
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business
Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements
and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bfd.
M/WBE PROJECT GOALS
The City's M/WBE goal on this proj ect is _.11_ % of the total bid (Base bid applies to Parks and Community Services).
COMPLIANCE TO BID SPECIFICATIONS
On City contracts of $25 ,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by
either of the following :
1. Meet or exceed the above stated M/WBE goal, or
2. Good Faith Effort documentation, or;
3. Waiver documentation, or;
4. Joint Venture.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Managing Department, within the following times allocated , in order
for the entire bid to be considered responsive to the specifications. lfhe Offer~cshaUileUver t e .MWBE doclimentatfoni
tn person to th:e appropriate employee of the managing department and obtain a date/time receipt Such recei t shaft
e .evidence at the c·!Y. rece· ed . e doc:u tati in the 1i al ocated. faxed co will not be acce ted
1. Subcontractor Utilization Form, if goal is
met or exceeded :
2. Good Faith Effort and Subcontractor
Utilization Form , if participation is less than
stated goal:
3. Good Faith Effort and Subcontractor
Utilization Form , if no M/WBE participation :
4. Prime Contractor Waiver Form, if you will
perform all subcontracting/supplier work:
5. Joint Venture Form , if utilize a joint venture
to met or exceed oal.
received by 5 :00 p .m., five (5) City business days after the bid
opening date, exclusive of the bid opening date.
received by 5:00 p .m., five (5) City business days after the bid
opening date , exclusive of the bid opening date.
received by 5:00 p .m., five (5) City business days after the bid
opening date , exclusive of the bid opening date.
received by 5 :00 p.m., five (5) City business days after the bid
open ing date , exclusive of the bid opening date.
received by 5 :00 p.m ., five (5) City business days after the bid
open i n date , exclusive of the bid opening date.
FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED
NON-RESPONSIVE TO SPECIFICATIONS
Any questions, please contact the M/WBE Office at (817) 392-6104.
Rev. 11/1/05
-
FORT WORTH
-~-
PRIME COMPANY NAME:
Cit
11%
City of Fort Worth
Subcontractors/Suppliers Utilization Form
ATTACHMENT 1A
Page 1 of 4
Check applicable block to describe prime
NON -M/W/DBE
Prime 's M/WBE Project Utilization:
l \ %
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 Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in this
utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional
and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the
bid being considered non-responsive to bid specifications
·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, Johns.on , Collin, Dallas , Denton , Ellis , Kaufman and Rockwall counties .
Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct
payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to
its supplier is considered 2nd tier
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms , located or doing business at the time of bid opening within the Marketplace , that have
been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business
Enterprise (DBE) is synonymous w ith 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 cred it. The
M/WBE may lease trucks from non-M/WBEs, including owner-operators , but will only receive credit for the
fees and commissions earned b the M/WBE as outlined in the lease a reement.
,-_ I ; ~ ._. I I
7-1 Rev. 5/30 /03
FORTWORTH --.....-----
ATTACHMENT 1A
Page 2 of 4
Primes are required to identify ALL subcontractors/suppliers , regardless of status ; i.e ., Minority, Women and non-M/WBEs .
Please list M/WBE firms first , use additional sheets if necessary .
Certification N
(check one) 0
SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name i N
C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E
A
Ra.t-1\ Tool qtnero..l constnc
'J-2-W (o.rson '5+ ·
10(1
SLJFPlies, ,e..ba..r; F-i. \NOr"ih , T)I. -, lJ I \I '/.. j.. 2 1 sco +/-
,qq3 .ftx-M boord.s I en-1 5q -
s,,-1sq-2,_,qq
Cov-41br4 (\ ~di fvli}(
?.o . Bo~ I ll2.3 2--,
X x Concrete I O 1 000 -t' / -,~. worth 1 1X 1 Lt I lP I
011 4 •5Gt -1oi1q
Bt1 -..,5q -111u
Acv.t &ri~ Bric.t
f?,01 A-i r por+ r r '1'4') ~ve(S 5°'om+-/-· fuless, TX 11.4040 '/-..
q1 i. -2..4-1 -14-oD
l\ 12 -1 A--, -n q ~n
Jl -2i -·11 PCl :55 l"J
7 -2 Rev. 5/30 /03
FO RTWORTH
~-
ATTACHMENT 1A
Page 3 of 4
Primes are requ ired to identify ALL subcontractors/suppliers , regardless of status ; i.e., Minority , Women and non-M/WBEs .
Please list M/WBE firms first , use add itiona l sheets if necessary .
Certification N
(check one) 0
SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name i N
C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D Vii Telephone/Fax r 8 8 R 0 8 E E C T E
A
-
I -' -V -• ' Pu I : .> '.) I ~
7 -3 Rev . 5/30/03
--..
FORT WORTH
~
Total Dollar Amount of M/WBE Subcontractors/Suppliers
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers
$
$
ATTACHMENT 1A
Page 4 of 4
31,500. 00
50,000 . oo
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ B 11 500 · 00
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 i.n debarment in accord with the procedures outlined in the ordinance. The contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed
M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination.
By affixing a signature to this form, the Offerer further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors , including
M/W/DBE(s) arrangements submitted with the bid. The Offerer also agrees to allow an audit and/or
examination of any books, records and files held by their company . The bidder agrees to allow the
transmission of interviews with owners, principals, officers , employees and applicable
subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work
performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal, State or
Local laws concerning false statements. Any failure to comply with this ordinance and create a material
breach of contract may result in a determination of an irresponsible Offerer and barred from participating in
City work for a period of time not less than one ( 1 ) year.
C.,1c-hs. J", :qa:eo
Printed Signature
Title
Vice Pcesldent
Contact Name/Title (if different)
Bn-SJJ-~'2.99 / B11-s11-t,33I
Company Name Telephone and/or Fax
2401 Rd.
Address
City/State/Zip Date I I
J I -... , -I , rJ I : .:::>:> I ~
7-4 Rev . 5/30/03
FORT"WORTH ---·w· ---. City of Fort Worth
Prime Contractor Waiver Form
ATTACHMENT 18
Page 1 of 1
PRIME COMPANY NAME: Check -applicable block to describe
prime
PROJECT NAME: M/W/DBE NON-M/W/DBE
BID DATE
ir-l 2..o, -1--t 1..1 I\
PROJECT NUMBER
I l 0 /o DI -5~1110-02-02.
If both answers to this form are YES, do not complete ATTACHMENT 1 C(Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is
NO, then you must complete ATTACHMENT 1C. This form is only applicable if .b.otb. answers are yes .
Failure to complete this form in its entirety and be received by the Managing Department on or before
5:00 p.m.1 five (5) City business days after bid opening, exclusive of the bid opening date, will result in the
bid being consi.dered non-responsive to bid specifications.
Will you perform this entire contract without subcontractors? X YES
If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business .
Will you perform this entire contract without suppliers? YES
If yes , please provide a detailed explanation that proves based on the size and scope of this
project, this is your normal business practice and provide an inventory profile of your business . ~ NO
The bidder further agrees to provide , directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment
therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid . The bidder
also agrees to allow an audit and/or examination of any books, records and files held by their company that will
substantiate the actual work performed by the M/WBEs on this contract , by an authorized officer or employee of
the City. Any 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 creates a material breach of
contract may result in a determination of an irresponsible offeror and barred from participating in City work for a
period of time not less than one (1) year.
A ~
C,uc-hs :::r ·
Printed Signature
Vice Pcesideo+
Contact Na~e (if different) Title
C. 6r2·tn Sc"+)inq, LP
Company Name
en -511-ciitttr L Bn -s11-q3?_))
Phone Number Fax umber
2.4:DI HC>¥Jdlly Eckrvi\le Rd ·
Address
C sa-cn@2 3re.t:.n,SLQ..pio3 · COM
Email Ad ress
City /State/Zip
F+ · Woc+b , TI 1(,p l IP) \I 2.1 / '\
Date I I
Rev. 5/30/03
J 1 -_, -I t-' 1 : '.)'.) • N
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award
of contracts to nonresident bidders. This law provides that, in order to be awarded a
contract as low bidder, nonresident bidders (out-of-State contractors whose corporate
offices or principal place of business are outside of the State of Texas) bid projects for
construction, improvements, supplies or services in Texas at an amount lower than the
lowest Texas resident bidder by the same amount that a Texas resident bidder would be
required to underbid a nonresident bidder in order to obtain a comparable contract in the
State in which the nonresident's principal place of business is located. The appropriate
blanks in Section A must be filled out by all out-of-State or nonresident bidders in order
for your bid to meet specificatio'ns. The failure of out-of-State or nonresident contractors
to do so will automatically disqualify that bidder. Resident bidders must check the box in
Section B.
A. Nonresident vendors in ______ (give State), our principal place of business,
are required to be percent lower than resident bidders by State law.
A copy of the Statute is attached.
Nonresident vendors in (give State), our principal place
of business, are not required to underbid resident bidders.
B. Our principal place of business or corporate offices are in the State of Texas. IX]
BIDDER :
By : l I l(-h S J: aa_lr,
(Please print)
Signaiur";..,~
Title: ,1 ice Presid~o+
City State Zip (Please print)
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
FO RT WO R T H
-'"'-tr, w ,-
PRIME COMPANY NAME:
City of Fort Worth
Good Faith Effort Form
ATTACHMENT 1C
Page 1 of 3
Check appl i cable b l ock to descri be
prime p
f-==-::--"7=-::~~=-',4.L......,.,L.....'...----""""--'='=0::..:-L...:.>'H---4,.,-'----------------l X M/W/DBE NON-M/W/DBE
BID DATE
12..
City's M/WBE Project Goal :
11 °/ o '2.
If you have failed to secure M/WBE participation and you h.ave subcontracting .and/or supplier opportunities or if your
DBE partici pation is less than the City's project goal, you must comp lete this form .
If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a
"good faith effort", the bidder will have the burden of correctly and accurately preparing and
submitting the documentation required by the City. Compliance with each item, 1 thru 6 below,
shall satisfy the Good Faith Effort requirement absent proof ~f fraud, intentional and/or knowing
misrepresentation the facts or intentional discrimination by the bidder.
Failure to complete this form, in its entirety with supporting documentation, and received by the
Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of
bid opening date, will result in the bid being considered non-responsive to bid specifications.
1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this
project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES
OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the
2nd t i er.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
~Ov\f /'_.,,. lf't" r +t"
YINPY"
f'nn~.fv-ut+i on ~I JT"-,f"'\ I i ~ c::..
J '
.., I -1 -I / ~u I :::.,::, I .~
-
·-
-
-
ATTACHMENT 1C
Page 2 of 3
2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE
subcontractors and/or suppliers from the City's M/WBE Office.
-1:;_Yes
__ No
Date of Listing __ / ___ / __
3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously
listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are
opened?
~ Yes (If yes, attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.)
--t-No
4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously
listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are
opened?
~ Yes (If yes, attach list to include name of M/WBE firm, person contacted, phone number and date and time of contact.)
__ No
NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile
is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and
documentation faxed.
NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the
bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a
particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two-
thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with
questions 3 and 4.
5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of
plans and specifications in order to assist the M/WBEs?
_LYes
__ No
6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in
the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any
supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide
dispute concerning quotes, the bidder will provide for confidential in-camera access to and
inspection of any relevant documentation by City personnel.
(Please use additional sheets, if necessary, and attach.)
Company Name Telephone Contact Person Scope of Work Reason for Rejection
1,J r"\Y"'\ ~
1-... ,-1 ,)J,:~'.J I~
-
-
-
ADDITIONAL INFORMATION:
ATTACHMENT 1C
Page 3 of 3
Please provide additional information you feel will further explain your good and honest efforts to obtain
·M/WBE participation on this project.
Due to I imiitd M wBE oppoc+unines, \/\If coot<N':1-ed
±be svf\Plie rs. dicec+I~ via phone .+o d1.sc11$. s ±he
s c.o pL o:f: won:. iov o\ved i o proje ,+ ·
The bidder further agrees to provide, directly to the City upon request, complete and
accurate information regarding actual work performed on this contract, the payment
thereof and any proposed changes to the original arrangements submitted with this bid.
The bidder also agrees to allow an audit and/or e~amination of any books, records and
files held by their company that-will substantiate the actual work performed on this
contract, by an authorized officer or employee of the City.
Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three
(3) years and for initiating action under Federal, State or Local laws concerning false
statements. Any failure to comply with this ordinance and creates a material breach of
contract may result in a determination of an irresponsible offeror and barred from
participating in City work for a period of time not less than one (1) year.
The undersigned certifies that the information provided and the M/WBE(s) listed
was/were contacted in good faith. It is understood that any M/WBE(s) listed in
Attachment 1 C will be contacted and the reasons for not using them will be verified by
the City's M/W. Office.
Printed Signature
Title ame and Title (if different)
t,n-s11-Cl 299 Bn-51"1-q-331
Phone Number Fax Number Company Name
t. tJCtW Sto.pinq, /y
24:Dt r~cun@ 9ruo,ca.pi°9, coM
Ema· Address Address
E±:· v~oc+b, i::x 1 Lt\ 1 B
City/State/Zip Date
V --,-)1::r;I~
-
--
FORT WORTH --, ·w·,, CITY OF FORT WORTH
Joint Venture Eligibility Form
A ll questions m ust be an swered; use "NA" if app licable.
Joint Venture
Page 1 of 3
N ame of City project: ---...;,.,&-i,,.._,..· ....,d' __ P ......... o ...... ve ..... C()( ............... n ...... ·+._____.E ...... e ..... · .... p=o.. .... i C.___ ........... L 20"""'"' ..... 11'---1'--"2..=,) _______ _
A joint venture form must be completed on each project
RFP/Bid/Purch asingNumb er: q ~O i· 53"]) 10 -02D2DDZ..
1. Joint v enture information:
Joint Venture N ame:
}-..} J A ,
Joint Venture A ddress:
(If applicabl e) N /f:i,..
Telephone:
I I\
Facsimile: E-mail add ress:
l I
Ce llul ar: I-..,/ ,-' rJ/A 1"1 / A-
Identify the firms t hat co mprise the j oint venture:
Please attach extra shee ts if additional space is required to pro vide de tailed explanations of work to be performed by each firm comprising the
ioint ven ture
M/WB E firm
I N / A-Non-M/WBE
I 1'.) /A name: firm na me :
Business Address: I Business Address : I
City, State, Zip: City, State, Zip:
Tele phone Facsimile E-mail T elephone Facsimile
Cellul ar Cellular
Certification Status: E-mai l address
Name of Certifyin g Agency : " ,·, :,;f ..
;,,& I '&
<t• --~ --... ~ -·--·---
2 S k ri f cope o wor pe orme dbthJ'tV t 1y e om en ure:
Describ e the scope of work of th e M/WBE: Describe the scope of work of the non-M/WB E:
~,~ N / A-
I I
Jl-,_1-l ,:.>.> I~
Jo int Venture
Page 2 of 3
3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward
meeting the project goal? t-\ / ~
'
. 4. Attach a copy of the joint venture agreement.
5. List components of ownership of joint venture:, (Do not complete if this information is descri bed in joint ventu re agreement)
Profit and lo ss sharing : NI~
Capital contributions , including N I ~ equipment:
Other applicable ownership interests: \..\ IA
I
6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day
management and decision making of the joint venture:
Financial decisions NJ A (to include Account Payable and Receivabl e):
Management decisions : NI~
a . Estimating I
-----------------------------------------------b . Marketing and Sales )...\ IA ,
-----------------------------------------------
C. Hiring and Firing of management ~ I A.
personnel .
-----------------------------------------------d . Purchasing of major equipment N / b..
and/or supplies I
Supervision of field operations N J ~ .
The City's Minority and Women Business Enterprise Office will review your joint venture submission and
will have final approval of the M/WBE percentage applied toward the goal for the project listed on this
form.
NOTE:
From and after the date of project award, if any of the participants , the individually defined scopes of work or the dollar
amounts/percentages change from the originally approved information , then the participants must inform the City 's
M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and
may result in debarment in accord with the procedures outlined in the City 's M/WBE Ordinance.
VI --,-, : .J5 I ~
AFFIDAVIT
Joint Venture
Pa e 3 of 3
The undersigned affirms that the foregoing statements are true and correct and include all material information
necessary to identify and explain the terms and operation of the joint venture . Furthermore, the undersigned shall
agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments
herein.
The City also reserves the right to request any additional information deemed necessary to determine if the joint
venture is eligible . Failure to cooperate and/or provide requested information within the time specified is grounds
for termination of the eligibility process .
The undersigned agree to permit audits, interviews with owners and examination of the books , records and files
of the joint v enture by any authorized representatives of the City of Fort Worth. Failure to comply with this
provision shall result in the termination of any contract, which may be awarded under the provisions of this joint
venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false
_statements_ or willful misrepresentation of facts.-------------------------------------------------------------------------------------------------------
Name ofM/WBE fillll Name ofnon-M/WBE firm
Signature of Owner
Printed Name of Owner
Signature of Owner Signature of Owner
Title Title
t
Dat e Date
'Lr
Notarization
State of ____ -....... 1..,.e"--'y_,._.,D.,....,._.5>.___ ________ County of __ -,-..:....-...,.,l\=rY,_,_"""OJ),..__.___,_+ ______ _
On this __ __c<f...__,._a,~1~v~·o;r~~+-/ _2___,1~-day of J'(l,Y)VD£'{ , 20 Jl_, before me appeared
to me personally known and who , being duly sworn, did execute the foregoing affidavit and did state that they were
properly authorized to execute this affidavit and did so as their free act and deed.
Notary Public __ _____,.,£ ...... ± ...... O.-C.""'-~+--___._q...,· e.. .... i-=iAl-""lD'---'-'--1""Yl""'---=-i ~11 ..... e'-'--r ______ ,...,.,,..,..,.,......,..,..,..,..,..,__...,..,..~..,..,..."""
Print Name "J
Notary Public --~vi-f:=A.-0'.fc:___,__~Jt--SJ...A~·4:......-tn~rn~Jk~~~---
signature T a
Commission Expires --~'-3'+]_1-~-)~I~+~------------, I (seal)
1
,
J
TO: CITY OF FORT WORTH
PURCHASING DMSION
1000 THROCKMORTON ST
FORT WORTH, TEXAS 76102
PROPOSAL
FOR: BRICK PAVEMENT REPAIR (2011-12)
AT VARIOUS LOCATIONS
TPW PROJECT NO. GGOl-537110-0202002
Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans,
specifications and the site, understands the amount of work to be done, and hereby proposes to do all
the work and furnish all labor, equipment, and materials necessary to fully complete all the work as
provided in the plans and specifications, and subject to the inspection and approval of the Director of
the Transportation and Public Works Department of the City of Fort Worth.
Total quantities given in the bid proposal may not reflect actual quantities; however, they are given
for the purpose of bidding on and awarding the contract. The City also reserves the right to increase
or decrease quantities of individual pay items within the contract provided that the total contract
amount remains within plus or minus (±) 25% of the contract award. The contractor is not
entitled to any additional compensation or renegotiation of individual pay item bid prices.
Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and
furnish Performance, Payment and Maintenance Bonds acceptable to and approved by the City of
Fort Worth for performing and completing the said work within the time stated and for the following
sums, to-wit:
SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL
ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
S.P. 1 2EA. Project Designation Sign @
Two Hundred Dollars
& No Cents Per EA. $ 200.00 $ 400.00
S.P. 2 LUMPSUM Utility Adjustment@
Four Thousand Dollars
& No Cents Per L.S. $ 4,000.00 $ 4,000.00
P-1
l
I
!
l
1
,
J
J
,
SPEC
ITEM
S.P.
104
314
360
S.P.
S.P.
S.P.
S.P.
PAY APPROX.
ITEM Q UANTITY
3 . 330 C.Y.
4. 15 ,000 S.F .
5. 300 L.F.
6. 5,000 S .F.
7. 500 L.F.
DESCRIPTIO N O F ITEMS WITH UN IT TOTAL
BID PRICES WRITTEN IN WORD S PRICE AMO UN T BID
Remove & Replace Reinforced Concrete
Base @
7ba c. tix:rraJ §i·mp:i tf Dollars &
NC Cents er CY. s3lo8 .QD $ 121 14-4:D. OD
Remo ve & Replace Brick Paver
Pavement @
Ninl Dollars &
!)irl"I Cents Per SF. $ l).uD $ I 44, {XX). DO
Remove & Replace 7" Concr ete
Curb @ Zt:;;::1-:ttv:,: c='. Dollm &
Cents Per L F. s 2.3. £,D $ 1, 140-00
Filling Existing Brick Pavers Joints @
On! Dollars&
Eae.v c.a N Cents Per SF. $ 1.10 $ a, 500.00
Silicon Joint Sealing @
Doe Dolla rs& 1.00 sm.oo $ $ NO Cents Per LF.
TOTAL BID s 2851 '1B_D. OD
P-2
)
,
~·
,
,
This contract is issued by an organization which qualifies for exemption pursuant to the provisions of
Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act.
Taxes. All equipment and materials not consumed by or incorporated into the project construction,
are subject to State sales taxes under House Bill 11, enacted August 15, 1991.
The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort
Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in, employment
practices.
The undersigned agrees to complete all work covered by these contract documents within .Q.lli:
hundred fifty (150) Calendar Days from and after the date for commencing work as set forth in the
written Work order to be issued by the Owner, and to pay not less than the "Prevailing Wage Rates
for Street, Drainage and Utility Construction" as established by the City of Fort Worth, Texas .
Within Ten (10) Calendar Days of receipt of notice of acceptance of this bid, the undersigned will
execute the formal contract and will deliver an approved Surety Bond for the faithful performance of
this contract.
The attached check in the sum of 5 °/ o 6 AB -------~--~~~------------
Dollars ($ is to become -------------------
the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the
event the contract and bond are not executed within the time set forth, as liquidated damages for
delay and additional work caused thereby.
The Contractor shall mobilize within ten (10) calendar days of the notice given by the Construction
Engineer for any of the locations. If the contractor fails to begin the work within ten (10) calendar
days, a $200 dollars liquidated damage will be assessed per Block per day.
I (we), acknowledge receipt of the following addenda to the plans and specifications, all of the
provisions and requirements of which have been taken into consideration in preparatio~ of the
foregoing bid:
Addendum No. 1 (Initials) __
Addendum No. 2 (Initials) _
Addendum No . 3 (lnitials)r-------
()Ff'ICIAL RECORD
(Seal) ~ll'Y SECRETARY
1FT.¥NORTH,TX
Date: t} 11 / 11
P-3
Respectfully submitted,
C. 6c,en ,Sco.pin9, LP
CompanyN~
By: ~:;;;
Si~
C,,c-±i~ ;J. qcuo -\/.p.
Printed Name of Principal
Address : 2.4-o I Hoodll\J fctrvi lit I R· w0(4-h,'.TX11,IU
E-mail Address : C?JYO@ ~e.to.sc.o..pioq. ~ oro
Telephone: BIJ-S11 -2.99
SPECIAL PROVISIONS
FOR: BRICKPAVEMENTREPAIR(2011-12)
ATV ARIOUS LOCATIONS
TPW PROJECT NO. GGOl-537110-0202002
1. SCOPE OF WORK:
The work covered by these details and specifications consists of the removal and replacement of
existing pavement brick paver. The work also consists of all other miscellaneous items of
construction to be performed as outlined in the details and specifications which are necessary to
satisfactorily complete the work.
Exact locations of the brick repair will be as directed by the Engineer in the field .
The Contractor shall mobilize within ten (10) working days of the notice given by the
Construction Engineer for any locations. If the contractor fails to begin the work within ten (10)
working days, a $200 dollars liquidated damage will be assessed per block per day .
It shall be the responsibility of the prospective bidder to visit the project sites and make such
examinations and explorations as may be necessary to determine all conditions that may affect
construction of this project. Particular attention should be given to methods of providing ingress
and egress to adjacent private and public properties, procedures for protecting existing
improvements and disposition of all materials to be removed. Proper consideration should be
given to these details during preparation of the Proposal and all unusual conditions that may give
rise to later contingencies should be brought to the attention of the City prior to the submission
of the Proposal. The contractor shall verify these locations with the Construction Engineer.
At the sole discretion of the City, the City reserves the right to add, delete or substitute streets in
this contract. The City also reserves the right to increase or decrease quantities of individual pay
items within the contract provided that the total contract amount remains within plus or minus
(±) 25% of the contract award. The contractor is not entitled to any additional compensation or
renegotiation of individual pay item bid prices.
Total quantities given in the bid proposal may not reflect actual quantities, but represent the best
estimate based on a reasonable effort of investigation; however, they are given for the purpose of
bidding on and awarding the contract
SP-1
2. AWARD OF CONTRACT:
Contract will be awarded to the lowest responsible bidder.
3. SUBMITT ALS FOR CONTRACT AW ARD:
The City reserves the right to require the contractor who is the apparent low bidder(s) for a
project to submit such information as the City, in sole discretion may require, inclu~ing but not
limited to manpower and equipment records, information about key personnel to be assigned to
the project, construction schedule, to assist the City in evaluating and assessing the ability of the
apparent low bidder(s) to deliver a quality product and successfully complete projects for the
amount bid within the stipulated time frame. Based upon the City's assessment of the submitted
information, a recommendation regarding the award of a contract will be made to the City
Council. Failure to submit the information, if requested, may be grounds for rejecting the
apparent low bidder as non-responsive. Affected contractors will be notified in writing of a
recommendation to the City Council.
4. CONTRACT TIME:
The Contractor agrees to complete the Contract within the allotted number of days. If the
Contractor fails to complete the work within the number of days specified, liquidated damages shall
be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard
Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas.
The contract time will be counted from the date set at the pre-construction conference and will
continue until a time the inspector determines the project is ready for a final inspection. At that
time a final inspection will be scheduled. If in the opinion of the inspector the project has not been
made ready, the final inspection will be cancelled and time will continue to be counted . A five
working day period is required for the rescheduling of a final inspection.
The Contractor also agrees to complete the final punch list within ten (10) working days after
receiving it. If the Contractor fails to complete the work within ten (10) working days, the counting
of the number of days to complete the Contract will resume and liquidated damages shall be
charged, as outlined in Part 1, Item 8, Paragraph 8.6 , of the "General Provisions" of the Standard
Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas.
5. EARLY WARNING SYSTEM FOR CONSTRUCTION:
SP-2
Time is of the essence in the completion of this contract. In order to insure that the contractor is
responsive when notified of unsatisfactory performance and/or failure to maintain the contract
schedule , the following process shall be applicable :
The work progress on all construction projects will be closely monitored. On a bi-monthly basis
the percentage of work completed will be compared to the percentage of time charged to the
contract. If the amount of work performed by the contractor is less than the percentage of time
allowed by 20% or more ( example: 10% of the work completed in 30% of the stated contract
time as may be amended by change order), the following proactive measures will be taken:
A. A letter will be mailed to the contractor by certified mail ; return receipt requested,
demanding that within 10 days from the date that the letter is received, to provide
sufficient equipment, materials and labor to ensure completion of the work within the
contract time . In the event the contractor receives such a letter, the contractor shall
provide to the City an updated schedule showing how the project will be completed
within the contracted time.
B. The Construction Engineer and the Director of the Transportation and Public Works
Department will be made aware of the situation. If necessary, the City Manager's Office
and the appropriate city council members may also be informed.
C . Any notice that , in the City's sole discretion, is required to be provided to interested
individuals will be distributed by the Construction Engineer.
D. Upon receipt of the contractor's response, the appropriate City departments and directors
will be notified . The Construction Engineer will , if necessary, then forward updated
notices to the interested individuals .
E. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily
a second time prior to the completion of the contract; the bonding company will be
notified appropriately.
6. RIGHT TO ABANDON:
The City reserves the right.to abandon, without obligation to the Contractor, any part of the project,
or the entire project, at any time before the Contractor begins any construction work authorized by
the City.
SP-3
7. CONSTRUCTION SPECIFICATIONS:
This contract and projects are governed by the two following published specifications, except as
modified by these Special Provisions:
STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION-CITY
OF FORT WORTH and STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION-NORTH CENTRAL TEXAS. General Provisions shall be those of the Fort
Worth document rather than Division 1 of the North Central Texas document.
A copy of these specifications may be purchased at the Office of the Transportation and Public
Works Department, 1000 Throckmorton Street, 2nd floor of the Municipal Building, Fort Worth,
Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the
pay item in the Proposal. If not shown, then applicable published specifications in any of these
documents may be followed at the discretion of the Contractor.
8. CONTRACT DOCUMENTS:
Bidders shall not separate, detach or remove any portion, segment or sheets from the contract
documents at any time. Failure to bid or fully execute contract without retaining contract
documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or
voiding contract as appropriate and as determined by the Director of the Transportation and Public
Works Department.
9. MAINTENANCE STATEMENT:
The Contractor shall be responsible for defects in this project due to faulty materials and
workmanship , or both, for a period of two (2) years from date of final acceptance of this project by
the City of Fort Worth and will be required to replace at his expense any part or all of the project
which becomes defective due to these causes. See Special Instructions to Bidders Item No. 14 for
further requirements.
10. TRAFFIC CONTROL:
The contract<?r 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
SP-4
Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on
Highways", codified as Article 6701d Vernon's Civil Statues , pertinent sections being Section Nos .
27, 29 , 30 and 31.
A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic
Engineer @817-392-8 712 at least 10 working days prior to the preconstruction conference.
Although work will not begin until the traffic control plan has been reviewed, the Contractor's
time will begin in accordance with the time frame established in the Notice to the Contractor.
The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other
sign which has been erected by the City. If it is determined that a sign must be removed to permit
required construction, the Contractor shall contact the Transportation and Public Works Depart-
ment, Signs and Markings Division (phone number 817-392-7738), to remove the sign. In the case
of regulatory signs , the Contractor must replace the permanent sign with a temporary sign meeting
the requirements of the above referenced manual and such temporary sign must be installed prior to
the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not
meet the required specifications, the permanent sign shall be left in place until the temporary sign
requirements are met. When construction. work is completed to the extent that the permanent sign
can be re-installed, the Con.tractor shall again contact the Signs and Markings Division to re-install
the permanent sign and shall leave his temporary sign in place until such re-installation is
completed.
The Contractor shall limit his work within one continuous lane of traffic at a time to minimize
interruption to the flow of traffic upon the approval of the City Engineer.
Work shall not be performed on certain locations/streets (primarily arterials) during "peak traffic
periods (7 a.m. to 9 a.m. and to 4 p.m. to 6 p.m.)"; or, as determined by the City Traffic Engineer
and in accordance with the applicable provision of the "City of Fort Worth Traffic Control
Handbook for Construction and Maintenance Work Areas ." See "Street By Street Quantity
Determination Spread Sheet", in the back of this document, for designated locations .
The contractor will be responsible for coordination, of proposed construction activities, with public
or private school administration. The proposed construction activities shall accommodate school
operating schedules , including school bus/parent drop off and pick up periods. The contractor shall
provide proper traffic and pedestrian control to ensure safety at all times. Construction areas shall
be properly barricaded/fenced to prevent public entry.
11. PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION:
SP-5
Prior to beginning construction on any street in this contract, the contractor shall, prepare and
deliver a notice/flyer of the pending construction to the front door of each residence or business
that will be impacted by construction.
The notice/flyer shall be posted three (3) working days prior to beginning construction activity
along each street. The flyer shall be prepared on the Contractor's letterhead and shall include the
following:
o Project name/Contract name
o Project number
o Expected dates of construction
o Contractors and project inspector's contact information
A sample notice/flyer is included in the contract documents. The Electronic version of the
notice/flyer can be obtained from the Office of the Transportation and Public Works Department
(817) 392-2486
It will be the contractor's responsibility to create and distribute a follow-up notice/flyer
informing residents if for any reason work should stop on a project for more than five (5)
working days after construction begins. The flyer should also include the anticipated date of
when the work will begin again. It will be the contractor's responsibility to re-distribute a three
(3) working day notification/flyer prior to beginning the construction activity.
In addition, all copies of the notice/flyer shall be delivered to the City inspector for his review
prior to distribution . The contractor will not be allowed to begin construction on any street until
the flyer is delivered to all residents/businesses of the street.
All work involved with the notice/flyer shall be considered subsidiary to the contract price and
no additional compensation shall be made.
12. PAYMENT:
Payment will be made to the contractor twice a month for work completed during the pay periods
ending on the 15th and the 30th day of each month. Checks (less retainage) will be sent to the
contractor within the two (2) week window following each payment period.
Payment of the retainage will be made with the final payment upon acceptance of the project. See
Special Instructions to Bidders Item No . 14 for further requirements.
SP-6
13. DELAYS:
The Contractor shall receive no compensation for delays or hindrances to the work, except when
direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide
information or material , if any, which is to be furnished by the City. When such extra
compensation is claimed a written statement thereof shall be presented by the Contractor to the
Engineer and if by him found correct shall be approved and referred by him to the Council for final
approval or disapproval; and the action thereon by the Council shall be final and binding. If delay
is caused by specific orders given by the Engineers to stop work, or by the performance of extra
work, or by the failure of the City to provide material or necessary instructions for carrying on the
work, then such delay will entitle the Contractor to an equivalent extension of time, his application
for which shall, however, be subject to the approval of the City and no such extension of time shall
release the Contractor or the surety on his performance bond from all his obligations hereunder
which shall remain in full force until the discharge of the contract.
14. DETOURS AND BARRICADES:
The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to
traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project
area. Contractor shall protect construction, as required by Engineer, by providing barricades.
Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and
Warning and/or Detour Signs", Item 524, and/or as shown on the plans.
Construction signage and barricades shall conform to the latest edition of the "Texas Manual on
Uniform Traffic Control Devices , Vol. No . 1 ".
15. DISPOSAL OF SPOIL/FILL MATERIAL:
Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the
Department of Engineering, acting as the City of Fort Worth's Flood Plain .Administrator
("Administrator"), of the location of all sites where the contractor intends to dispose of such
material. Contractor shall not dispose of such material until the proposed sites have been
determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City
of Fort Worth (Ordinance No . 10056) and a flood plain permit issued. All disposal sites must be
approved by the Administrator to ensure the filling is not occurring within a flood plain without a
permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill
permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal
SP-7
sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known
flood plain or by a Flood Plain Fill Permit authorizing fill within 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 material at a site
without a fill permit or a letter from the Administrator approving the disposal site, upon notification
by the Director of the Department of Engineering, Contractor shall remove the spoil/fill material at
its expense and dispose of such materials in accordance with the Ordinance of the City and this
section.
No temporary storage of material, rubble, equipment or vehicles within parkway is allowed .
Damage to sodded/landscaped areas shall be replaced at Contractor 's expense to the satisfaction of
City Engineer .
16. ZONING REQUIREMENTS:
During the construction of this project, the Contractor shall comply with present zoning
requirements of the City of Fort Worth.
17. PROPERTY ACCESS:
Access to adjacent property shall be maintained at all times unless otherwise directed by the
Engineer.
18. CONSTRUCTION SCHEDULE:
Contractor shall be responsible for producing a project schedule at the pre-construction
conference. This schedule shall detail all phases of construction, special coordination with
schools (see Item No. 10 Traffic Control for details), including project clean up, and allow the
contractor to complete the work in the allotted time . Contractor will not move onto the job site
nor will work begin until said schedule has been received and approval secured from the
Construction Engineer. However, contract time will start even if the project schedule has not
been turned in. Contract start date would be outlined in the pre-construction work order notice.
Project schedule will be updated and resubmitted at the end of every estimating period. All costs
involved with producing and maintaining the project schedule shall be considered subsidiary to
this contract.
SP-8
19. S AFETY RESTRICTIONS -WORK NEAR IITGH VOLTAGE LINES:
The following procedures will be followed regarding the subject item on this contract:
(1) A warning sign not less than five inches by seven inches, painted yellow with black letters ,
that are legible at twelve feet shall be placed inside and outside vehicles such as cranes ,
derricks, power shovels, drilling rigs, pile drivers , hoisting equipment or similar
apparatus . The warning sign shall read as follows:
"WARNING --UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF
HIGH VOLTAGE LINES ."
(3) Equipment that may be operated within ten feet of high voltage lines shall have an insulating
cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links
on the lift hood connections.
( 4) When necessary to work within six feet of high voltage electric lines, notification shall be
given to the power company (TXU Electric Delivery) which will erect temporary
mechanical barriers, de-energize the line, or raise or lower the line . The work done by the
power company shall not be at the expense of the City of Fort Worth. The notifying
department shall maintain an accurate log of all such calls to TXU Electric Delivery and
shall record action taken in each case .
(5) The Contractor is required to make arrangements with TXU Electric Delivery for the
temporary relocation or raising of high voltage lines at the Contractor's sole cost and
expense.
(5) No person shall work within six feet of a high voltage line without protection having been
taken as outlined in Paragraph (3).
20. RIGHT TO AUDIT:
Contractor agrees that the City shall, until the expiration of three (3) years after final payment
under this contract is made by City, have access to and the right to examine and photocopy any
directly pertinent books, documents, papers and records of the Contractor involving transactions
relating to this contract. Contractor agrees that the City shall have access during normal working
hours to all necessary Contractor facilities and shall be provided adequate and appropriate
workspace in order to conduct audits in compliance with the provisions of this section.
Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
SP-9 ·
payment under the subcontract, have access to and the right to examine any directly pertinent
books, documents, papers and shall be provided adequate and appropriate work space, in order to
conduc( audits in compliance with the provisions of this article together with Article VI. City
shall give the subcontractor reasonable advance notice of intended audits.
Contractor and subcontractor agree to photocopy such documents as may be requested by City.
City agrees to reimburse Contractor and/or subcontractor for the cost of copies at the rates as
contained in the Texas Administrative Code at the time payment is made.
21. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS:
Contractor Covenants and agrees to indemnify City's Engineer and Architect, and their personnel
at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees
to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and
employees, from and against any and all claims or suits for property loss, property damage,
personal injury, including death, arising out of, or alleged to arise out of, the work and services to
be performed hereunder by Contractor, its officers , agents, employees, subcontractors, licensees
or invitees , whether or not any such injury, damage or death is caused, in whole or in part, by the
negligence or alleged negligence of the City, its officers, servants , or employees. Contractor
likewise covenants and agrees to indemnify and hold harmless the City from and against any and
all injuries to City's officers, servants and employees and any damage, loss or destruction to
property of the City arising from the performance of any of the terms and conditions of this
Contract, whether or not any such injury or damage is caused in whole or in part by the
negligence or alleged negligence of the City, its officers, servants or employees.
In the event the City receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor either (a)
submits to the City satisfactory evidence that the claim has been settled and/or a release from the
claimant involved, or (b) provides the City with a letter from Contractor's liability insurance
carrier that the claim has been referred to the insurance carrier.
The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth
public work from a Contractor against whom a claim for damages is outstanding as a result of
work performed under a City Contract.
22. SUBSTITUTIONS:
The specifications for materials set out the minimum standard of quality that the City believes
necessary to procure a satisfactory project. No substitutions will be permitted until the
SP-10
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 approved, as the particular trade name was used for the purpose of
establishing a standard of quality acceptable to the City . If a product of any other name is
proposed substitutes is procured by the Contractor. Where the term "or equal", or "approved
equal" is not 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 ha ve the full responsibility of providing that the proposed substitution is , in fact , equal , and
the Engineer, as the representative of the City, shall be the sole judge of the acceptability of
substitutions. The provisions of the sub-section as related to "substitutions " shall be applicable
to all sections of these specifications.
23. WATER FOR CONSTRUCTION:
Water for construction will be furnished by the Contractor, at his own expense.
24. SANITARY FACILITIES FOR WORKERS:
The Contractor shall provide all necessary conveniences for the use of workers at the project site.
Specific attention is directed to this equipment.
25. MATERIAL STORAGE:
Material shall not be stored on private property unless the Contractor has obtained written
permission from the property Owner. A copy of the written permit shall be provided to the assigned
inspector prior to utilization of the property .
26. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS:
The Contractor shall take adequate measures to protect all existing structures , improvements and
utilities , which may be encountered . And it shall be the contractor's responsibility to call DIG-
TESS prior to construction activities on any street.
SP-11
27. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC:
The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and
Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain
Construction".
28. CONSTRUCTION
The City of Fort Worth maintains a "CONFINED SPACE ENTRY PROGRAM" for its employees
and all contractors and their sub-contractors must comply with this program as a condition of the
contract. All active sewer manholes, regardless of depth, are defined, as "permit required confined
spaces". Contractors will be required to complete the "CONFINED SPACE ENTRY PERMIT"
used by the Fort Worth W~ter Department (Field Operations Division) for each entry and possess
and use the equipment necessary to comply with this program. The cost of complying with this
program will be considered subsidiary to the pay items involving work in confined spaces ( e.g.
vacuum testing, cleaning, televising, construction, etc.).
29. QUALITY CONTROL TESTING:
(a) The contractor shall furnish, at its own expense, certifications by a private laboratory for all
materials proposed to be used on the project, including a mix design for any asphalt and/or
Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used
along with the name of the pit from which the material was taken. The contractor shall provide
manufacturer's certifications for all manufactured items to be used in the project and will bear
any expense related thereto.
(b) Tests of the design concrete mix shall be made by the contractor's laboratory at least nine
days prior to the placing of concrete using the same aggregate, cement and mortar which are to
be used later in the concrete. The contractor shall provide a certified copy of the test results to
the City.
(c) Quality control testing of in situ material on this project will be performed by the City at its
own expense. Any retesting required as a result of failure of the material to meet project
specifications will be at the expense of the contractor and will be billed at commercial rates as
determined by the City. The failure of the City to make any tests of materials shall in no way
relieve the contractor of its responsibility to furnish materials and equipment conforming to the
requirements of the contract.
SP-12
(d) Not less than twenty four (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.
( e) The contractor shall provide a copy of the trip ticket for each load of fill material delivered to
the job site. The ticket shall specify the name of the pit supplying the fill material.
NON-PAY ITEM No. 1 -SPRINKLING FOR DUST CONTROL:
All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control"
shall apply. However, no direct payment will be made for this item and it shall be considered
incidental to this contract.
NON-PAY ITEM NO. 2 -REMOVAL OF TRAFFIC BUTTONS AND TEMPORARY
LANE TAPE:
The Contractor shall be responsible for the documentation of all street markings prior to the
removal and disposal of the pavement markings.
All traffic buttons shall be removed from the existing street surface prior to start of construction.
The contractor shall be responsible for the removal and disposal of all buttons and markings. Upon
completion of the job the City will install new buttons after proper notification.
The contractor shall also be responsible for all materials, equipment and labor to place temporary
adhesive lane marking tape to control and direct traffic in the same way as they were prior to start
of construction. Any corrective action required on the temporary lane markings shall be the total
responsibility of the Contractor and at no extra cost to the City.
The contractor shall notify the Construction Engineer and T /PW Traffic Services to arrange for the
replacement of the buttons and adhesive lane markers (arrows, etc.). All costs to the contractor shall
be figured as subsidiary to this contract.
NON-PAY ITEM No. 3-EXISTING UTILITIES/FACILITIES:
It shall be the contractor's responsibility to notify the utility compames that he has
commenced work on the project. Upon completion of a street the contractor shall notify the
SP-13
utilities companies of this completion and indicate the start of the next one in order for the
utilities to adjust facilities accordingly. The following are utility contact persons:
Company
AT&T-Telephone
ON COR Elec tric D eli very
ATMOS Energy (Ga s)
CFW -Stree t Light
CFW -Stree t Ligh t Signal
CFW -Pavement Markin g
CFW -Storm Drain
CFW-Wat er
CFW-Sewer
Telephone Number
817-33 8-62 02
214-3 84-3 732 Cell
817-215-6688
8 1 7-215-4366
469-261-2314 Cell
81 7-392-8033
81 7-392-8 775
81 7-360-6364 ce ll
81 7-392-8 10 7
817-392-5196
8 1 7 -212 -2699
8 1 7 -925 -2360
8 1 7 -212 -2699
8 1 7-944 -8399
Contact Person
Mr. Gary Tillo ry
Mr. Robert Martin ez
Mr. John Cra ne
Mr. Jim Wakefie ld
Mr. K en Brock
Mr. Chu ck Sny d er
Mr. Juan Cadena
Mr. Roger Hau se r
Cell
M r. Rick Davis
Ce ll
NON-PAY ITEM NO. 4 -PROTECTION OF TREES, PLANTS, SOIL, ETC.:
All property along and adjacent to the Contractor 's operations including lawns , yards, irrigation
systems , shrubs, trees, etc . shall be preserved or restored after completion of the work to a
condition equal or better than existed prior to start of work.
By ordinance , the contractor must obtain a permit from the City Forester before any work
(trimming, removal or root pruning) can be done on trees or shrubs growing on public property
including street rights-of-way and designated alleys. This permit can be obtained by calling the
Urban Forestry Office at (817) 392-7933. All tree work shall be in compliance with pruning
standards for Class II Pruning as described by the National Arborist Association. A copy of
these standards can be provided by calling the above number. Any damage to public trees due to
SP-14
negligence by the Contractor shall be assessed usmg the current formula for Shade Tree
Evaluation as defined by the International Society of Arboriculture . Payment for negligent
damage to public trees shall be made to the City of Fort Worth and may be withheld from funds
due to the Contractor by the City.
To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall
be immediately sealed using a commercial pruning paint. This is the only instance when pruning
paint is recommended .
NON-PAY ITEM NO. 5-PROJECT CLEAN-UP:
During the construction of this project, all parkways that are excavated shall be shaped, including
bar ditches , and backfilled at the same time the roadway is excav ated. Excess excavation will be
disposed of at locations approved by the Engineer.
The Contractor shall be aware that keeping the project site in a neat and orderly condition is
considered an integral part of the contracted work and as such shall be considered subsidiary to
the appropriate bid items . Clean up work shall be done as directed by the Engineer as the work
progresses or as needed. If, in the opinion of the Engineer it is necessary, clean up shall be done
on a daily basis . Clean up work shall include, but not be limited to:
• Sweeping the street clean of dirt or debris
• Storing excess material in appropriate and organized manner
• Keeping trash of any kind off of the roadway and residents' property
If it has been determined that the jobsite has not been kept in an orderly condition, the next
estimate payment (and all subsequent payments until completed) of the appropriate bid item(s)
will be reduced by 25 %.
The Cont~actor shall make a final cleanup of each street as soon as the paving and curb and
gutter has been constructed . No more than five (5) working days shall elapse after completion of
construction before the roadway and right-of-way is cleaned and restored . Failure to do so will be
cause to stop the contractor from starting work on other streets . Project time will not be
suspended, and a $200 charge per day will be made as liquidation damages.
The Contractor shall make a fmal cleanup of all parts streets before acceptance of the project is
made . This cleanup shall include removal of all objectionable rocks , pieces of asphalt or
concrete and other construction materials , and in general preparing the site of the work in an
orderly manner and appearance.
NON-PAY ITEM NO. 6 -STORM DRAIN INLET PROTECTION:
SP-15
All streets with storm drain inlets shall use inlet protection for sediment control, in accordance
with the Standard Specifications for Public Works Construction-North Central Texas.
The contractor shall be responsible for all materials, equipment and labor to perform a most
accurate job and all costs to the contractor shall be figured subsidiary to this contract.
NON-PAY ITEM NO. 7 -AGREEMENT OF QUANTITIES
The streets will be measured and all quantities per street will be documented , a copy of the
measured quantities will be provided to the contractor. If the Contractor in agreement of the
measured quantities, then the Contractor is required to sign it and return it with in five (5)
working days. If the Contractor is not in agreement, then the Contractor is required to , within
five (5) working days , arrange a field trip with the assigned inspector to show proof of the
difference.
PAY ITEM NO. 1 Project Designation Sign:
The contractor shall construct and install two (2) Project Designation Signs and it will be the
responsibility of the contractor to maintain the signs in a presentable condition at all times on
each project under construction. Maintenance will include painting and repairs as directed by the
Engineer.
It will be the responsibility of the Contractor to have the individual project signs lettered and
painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on
the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be
in accordance with the enclosed detail. The sign shall be constructed of % inch fir plywood,
grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the
Engineer and in place at the project site upon commencement of construction.
The work, which includes the painting of the signs , installing and removing the signs, furnishing
the materials, supports and connections to the support and maintenance shall be to the
satisfaction of the Engineer.
The unit price bid per each will be full payment for materials including all labor, equipment, tools and
incidentals necessary to complete the work.
PAY ITEM NO. 2 Utility Adjustment:
SP-16
This item is included for the basic purpose of establishing a contract price which will be
comparable to the final cost of making necessary adjustments required due to street
improvements to water, sanitary sewer, and natural gas service lines and appurtenances where
such service lines and appurtenances are the property owner's responsibility to maintain. An
arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment
for utility adjustments, neither does it confine utility adjustments to the amount shown in the
Proposal. It shall be the Contractor's responsibility to provide the services of a licensed plumber
to make the utility adjustments determined necessary by the Engineer. No payment will be made
for utility adjustments except those adjustments determined necessary by the Engineer. Should
the Contractor damage service lines due to his negligence, where such lines would not have
required adjustment or repair otherwise, the lines shall be repaired and adjusted by the
Contractor at the Contractor's expense.
The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments
plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in
handling the utility adjustments.
PAY ITEM NO. 3 -Remove and Replace Reinforced Concrete Base:
This item shall include the removal and replacement of failed existing reinforced concrete base
for street as directed by the Engineer with same day haul-off of the excavated material to a suitable
dumpsite; the concrete base shall be cut, sawed or scored, so as to maintain an even, straight
pavement cut in connection with the excavation process .
Removal of existing brick pavement for base repair shall be paid for under Pay Item No. 4-
Remove & Replace Pavement Brick Paver.
Where the existing concrete base is reinforced, the reinforcement shall be cut at the centerline of
the excavation and bent back to accommodate the excavation process. The steel shall be
thoroughly cleaned and reused if possible. New steel of same size shall be provided for a 20" lap,
and tied.
The removed concrete base shall be loaded into trucks upon removal and hauled away from the
job site as directed by the Engineer. In no case shall the removed concrete base be stockpiled on
the job site.
Concrete base shall be replaced with reinforced concrete. Reinforcing steel required shall be No.
3 bars of 18" C-C both ways. Where existing reinforcing concrete base surpasses the minimum
requirements described above, it shall be replaced in kind. Said reinforcing steel shall be
SP-17
-
anchored by ties to the existing cut steel bars, if any exist. Expansion joints shall be provided in
the base.
The Standard Specifications Item No. 104 "Removing Old Concrete" and Item No. 314
"Concrete Pavement" shall govern with the following exception:
314.4 "Concrete Mix Design _ and Control" shall be changed to read, The concrete shall be
designed for a minimum compressive strength of 3000 pounds per square inch at the age of
two (2) days for either Type I or Type III cement.
The price bid per cubic yard as shown on the proposal will be full payment for all materials
including all labor, equipment and incidentals necessary to complete the work.
PAY ITEM NO. 4 -Remove and Replace Brick Paver Pavement :
Pay items No . 4 shall include the removal and replacement in like kind of damaged brick paver
as designated by the Engineer . Contractor shall match existing brick pavers as directed by the
Engineer and as shown in the enclosed details. Clean up shall be done at the _ end of every
working day. In no case shall the removed material, trash, and debris stockpiled on site .
Existing brick pavers may be re-used only if appro ved by the Engineer. Existing bricks that do
not meet the required specifications for re-use shall be delivered to the City Stock pile yard at
3300 Yuma Street; the Contractor shall contact the Transportation and Public Works Dep-artment,
Street Services Division (817) 392-8979 to arrange delivery. The Contractor shall furnish new
brick pavers. This item shall be governed by all applicable provisions of the enclosed details and
specifications .
Subsidiary to pay items No . 4, Contractor shall adjust the top of existing Manholes, Water Valve
Boxes , and Water Meter Boxes as needed to match proposed grade as directed by the Engineer.
Standard Specification Item No. 450 "Adjusting Manholes", shall apply except as herein
modified.
Prior to beginning of work, the Contractor shall make an inventory of the condition of existing
manholes, water valve boxes, and water meter boxes. The inspector will field verify this
inventory and provide the Contractor replacements for broken covers. The Contractor shall
replace the covers which are damaged during construction at no cost to the City. Failure of the
Contractor to perform this inventory will place the total burden of replacement of any broken
frame and cover on the Contractor.
SP-18
Should the Contractor identify any utility manholes other than those owned by the City of Fort
Worth, TX, the Contactor is encouraged to contact the owner and arrange the adjustment of the
manhole co ver. Payment for the work will be made by the individual Franchise Utility
Company. The Contractor is not entitled to any additional compensation or renegotiation with
the City associated with the construction of this work.
The price bid per square foot as shown in the proposal shall be full payment for all materials
including all labor, new brick, excavation, equipment and incidentals nece ssary to complete the
work.
PAY ITEM No. 5 -Remove and Replace 7" Concrete Curb:
This item includes the replacement of curb where extensive slab replacement is required next to
existing deteriorated or damaged curb w ith same day haul-off of the remo ved 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 "Remo ve 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 Pa y Item
No. 3, "Reinforced Concrete Pa vement" and curb shall be paid under this Pay item.
Contractor shall backfill behind the curb within fi ve (5) working days from the day of completing
the curb, if the contractor fails to complete the backfill within fi ve (5) working days , $100 dollar
liquidated damage will be assessed per block per day .
Required backfilling shall be at finish grade and shall be completed in order for the curb and gutter
to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil",
if needed , shall be added and leveled to finishing grade . Cost of back filling , top soil, and grading
shall be included in this pay item .
The unit price bid per linear foot shall be full compensation for all materials , labor, equipment and
incidentals necessary to complete the work.
SP-19
-
PAY ITEM NO. 6-Filling Existing Brick Paver Joints:
This item is for filling empty joints between existing brick pavers on pavement as directed and
approved by the Engineer. This item shall be governed by all enclo sed masonry paving
specifications , details, and special provisions .
The price bid per square foot as shown on the proposal shall be full payment for all materials
including all labor, equipment and incidentals necessary to complete work.
PAY ITEM NO. 7 -Silicon Joint Sealing:
This item shall include providing and installing joint sealing for concrete base, curbs and any
other related concrete work, per enclosed details and specification for silicone joint sealing .
The unit price bid per linear feet shall be full payment for all labor, material , equipment ,
supplies , and incidental necessary to complete the work.
END OF SECTION
SP-20
-
1.
2.
CITY OF FORT WORTH, TEXAS
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
TECHNICAL SPECIFICATION
For
SILICONE JOINT SEALING FOR CONCRETE PAVEMENT
(Revision 1, October 18, 1989)
(Revision 2, May 12, 1994)
SCOPE
This specification for silicone joint sealing Portland Cement Concrete pavement and
curbs shall supersede Item 314 .2 . (11) "Joint Sealing Materials " of STANDARD
SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY
OF FORT WORTH, and Item 2 .210 "Joint Sealing" of STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF
GOVERNMENTS .
MATERIALS
2.1 . The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A
sealant except as modified by the test requirements of this specification. Before the
installation of the joint sealant , the Contractor shall furnish the Engineer certification by
an independent testing laboratory that the silicone joint sealant meets these requirements .
2.2. The manufacturer of the silicone joint sealant shall hav e a minimum two-year
demonstrated , documented successful field performance with Portland Cement Concrete
pavement silicone joint sealant systems . Verifiable documentation shall be submitted to
the Engineer. Acetic acid cure sealants shall not be accepted. The silicone sealant shall
be cold applied.
2 .3. Self-Leveling Silicone Joint Sealant: The joint sealant shall be Dow Corning 890-SL
self-leveling silicone joint sealant as manufactured by Dow Coming Corporation,
Midland, MI 48686-0994 , or an approved equal.
Test Method
AS SUPPLIED
****
MIL-S-8802
ASTM D 1475
****
****
****
AS CURED -
Self-Leveling Silicone Joint Sealant
Test
Non Volatile Content,% min .
Extrusion Rate , grams /minute
Specific Gravity
Skin-Over Time, minutes max .
Cure Time , days
Full Adhesion, days
ASTM D 412 , Mod. Elongation,% min.
Requirement
96 to 99
275 to 550
1.206 to 1.340
60
14 to 21
14 to 21
1400
-
ASTMD 3583 Modulus @ 150% Elongation , psi max. 9
(Sect. 14 Mod.)
ASTM C 719 Movement, 10 cycles @ +l00/-50 % No Failure
ASTMD 3583 Adhesion to Concrete, % Elongation min . 600
(Sect. 14 Mod.)
ASTMD 3583 Adhesion to Asphalt , % Elongation min . 600
(Sect. 14 Mod.)
2.4 . The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and
polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod
and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from
flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible
with the silicone joint sealant and no bond or reaction shall occur between them.
Reference is made to the Construction Detail" sheet for the various joint details with
their respective dimensions .
3 . TIME OF APPLICATION
On newly constructed Portland Cement Concrete pavement, the joints shall be initially
saw cut to the required depth with the proper joint spacing as shown on the "Construction
Detail" sheet or as directed by the Engineer within 12 hours of the pavement placement.
(Note that for the "dummy" joints, the initial 1/4 inch width "green" saw-cut and the
"reservoir" saw cut are identical and should be part of the same saw cutting operation.
Immediately after the saw cutting pressure washing shall be applied to flush the concrete
slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a
minimum of seven (7) days. Then the saw cuts for the joint sealant reservoir shall be
made , the joint cleaned, and the joint sealant installed . During the application of the joint
sealant, the weather shall not be inclement and the temperature shall be 40F ( 4C) and
nsmg.
4. EQUIPMENT
4 .1. All necessary equipment shall be furnished by the Contractor . The Contractor shall keep
his equipment in a satisfactory working condition and shall be inspected by the Engineer
prior to the beginning of the work. The minimum requirements for construction
equipment shall be as follows:
4.2. Concrete Saw : The sawing equipment shall be adequate in size and power to complete
the joint sawing to the required dimensions.
4 .3. High Pressure Water Pump : The high pressure cold water pumping system shall be
capable of delivering a sufficient pressure and volume of water to thoroughly flush the
concrete slurry from the saw-cut joint.
· 4 .4. Air Compressors: The delivered compressed air shall have a pressure in excess of 90 psi
and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from
the compressed air. The blow-tube shall fir into the saw-cut joint.
4 .5 . Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant
to the joint.
4.6 . Injection Tool: This mechanical device shall apply the sealant uniformly into the joint.
4.7. Sandblaster: The design shall be for commercial use with air compressors as specified in
Paragraph 5.4.
4.8. Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of
contamination. They shall be compatible with the join depth and width requirements .
5. CONSTRUCTION METHODS
5 .1. General: The joint reservoir saw cutting, cleaning, bond breaker installation, and joint
sealant placement shall be performed in a continuous sequence of operations .
5.2 . Sawing Joints: The joints shall be saw-cut to the width and depth as shown on the
"Construction Detail " sheet. The faces of the joints shall be uniform in width and depth
along the full length of the j eint.
5.3 . Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall be
completely remo ved from the joint and adjacent area by flushing with high pressure
water. The water flushing shall be done in one-direction to prevent joint contamination.
When the Contractor elects to saw the joint by the dry method, flushing the joint with
high pressure water may be deleted. The dust resulting from the sawing shall be remo ved
from the joint by using compressed air. (Paragraph Rev. 1, October 18, 1989)
After complete drying , the joints shall be sandblasted . The nozzle shall be attached to a
mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees
and at a distance of one to two inches from the face of the joint. Both joint faces shall be
sandblasted in separate , one directional passes . Upon the termination of the sandblasting ,
the joints shall be blown-out using compressed air. The blow tube shall fit into the joints.
The blown joint shall be checked for residual dust or other contamination. If any dust or
contamination is found , the sandblasting and blowing shall be repeated until the joint is
cleaned. Solvents will not be permitted to remove stains and contamination.
Immediately upon cleaning , the bond breaker and sealant shall be placed in the joint.
Open, cleaned joints shall not be left unsealed overnight.
Bond Breaker Rod and Tape: The bond breaker rod and tae shall be installed in the
cleaned joint prior to the application of the joint sealant in a manner that will produce the
required dimensions.
5.4. Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sealant shall be
applied using the mechanical injection tool. The joint sealant application shall not be
permitted when the air and pavement temperature is less than 40F (4C). Joints shall not
be sealed unless they are clean and dry.
Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement
surface shall be remo ved and discarded and shall not be used to seal the joints.
The pavement surface shall present a clean final condition.
6.
-
7.
Traffic shall not be allowed on the fresh sealant until it becomes tack-free.
Approval of Joints: A representative of the sealant manufacturer shall be present at the
job site at the beginning of the final cleaning and sealing of the joints. He shall
demonstrate to the Contractor and the Engineer the acceptable method for sealant
installation. The manufacturer's representative shall approve the clean, dry joints before
the sealing operation commences.
WARRANTY
The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint
sealing materials. The manufacturer shall agree to provide any replacement material free
of charge to the City. Also, the Contractor shall provide the Engineer a written warranty
on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to
the City. Both warranties shall be for two years after final acceptance of the completed
work by the Engineer.
BASIS OF PAYMENT
Payment will be made at the Contract bid item unit price bid per linear foot (L.F.) as
provided in "MEASUREMENT" for "SILICONE JOINT SEALING", which price of
shall be full compensation for furnishing all materials and for all preparation, delivery,
and application of those sealing materials and for all labor, equipment, tools and
incidentals necessary to complete the silicone joint sealing in conformity with the plans
and these specifications.
MASONARY PA YING SPECIFICATIONS
Part 1 -GENERAL
1.01 QUALITY ASSURANCE:
A. Installer: Subcontract masonry paving work to a firm with not less than
5 years of successful experience in the required type of paving application.
B. Sample Installation: Prior to installation of masonry paving work, fabricate
sample panel using materials, pattern and joint treatment indicated for project
work, including special features for expansion joints and contiguous work. Build
panel at the site, as directed, of full thickness and approximately 4' x 4', unless
otherwise indicated. Provide range of color, texture and workmanship to be
expected in the completed work. Obtain Architect's acceptance of visual qualities
of the panel before start of masonry paving work. Retain panel during
construction as a standard for judging completed masonry paving work. Do not
move or destroy sample panel until work is completed.
C. Do not change source of brands for masonry units, setting materials, or
grout during progress of work.
1.02 SUBMITTALS:
A. Product Data: Submit manufacturer's technical data for each manufactured
product, including certification that each product complies with specified
requirements.
B. Samples:
1. For verification purposes submit the following:
a. Manufacturers testing certification.
b. Masonry paving unit samples for each type of masonry paving required.
Include in each set the full range of exposed color and texture to be
expected in the completed work.
1.03 PRODUCT HANDLING:
- 1 -
A. Protect masonry materials during storage and construction against wetting by
rain, snow or ground water and against soilage or intermixture with earth or other
types of materials.
B . Protect grout and mortar materials from deterioration by moisture and
temperature. Store in a dry location or in waterproof container. Keep containers
tightly closed and sway from open flame . Protect liquid components from
freezing.
1.04 JOB CONDITIONS:
A. Cold Weather Protection:
1. Frozen Materials : . Do not use frozen materials or materials mixed or
coated with ice or frost.
2. Frozen Work: Do not build on frozen subgrade or setting beds.
Remove and replace masonry work damaged by frost or freezing.
B. Weather Limitations: Protect masonry against freezing when atmospheric
temperature is 40° F ( 4°C) and falling. Heat materials and provide temporary
protection of completed portions of masonry work. Comply with requirements of
BIA Technical Notes, No IA, "Cold Weather Masonry Construction -
Construction and Protection Recommendations".
C. Hot Weather Requirements: Protect masonry in hot weather to prevent
excessive evaporation of settling beds and grout. Provide artificial shade, wind
breaks and use cooled materials, as required.
PART 2 -PRODUCTS
2.01 MASONRY PAVING UNITS :
A. Paving Brick: Solid (uncared) brick of modular size, 2-1 /4" x 3-5 .8" x 7-5.8"
except as indicated, complying with ASTM C 216, Type FBS, Grade SW, except as
indicated below:
1. Average Compressive Strength: Not less than 10,500psi.
2. Cold Water Absorption: Not more than 4% after 24 hour submersion in cold
water.
- 2 -
3 . Freezing and Thawing: No breakage and not more than 0.5% loss in dry
weight of any individual unit after 100 cycles of freezing-and-thawing test.
4. Color and Texture : Provide Bennett Blend 2 Velour Solid as manufactured by
Acme Brick Company or approved equal. Verify to match existing brick paver
of sidewalk and pavement.
2.02 SETTING MATERIALS:
A. The mortar setting bed shall consist of:
1. 1 part Portland cement -ASTM Cl 50 , Type 1
2. l;4 part hydrated lime by volume -ASTM C207 , Type 5
3. 3 parts damp sand -ASTM C144 (for high-bond mortar, gradation in
accordance with additi v e manufacturer 's recommendations).
4. Add water to obtain stiff mix -water shall be potable quality.
-
B. The wet mortar joint filler shall consist of:
1. 1 part Portland cement -ASTM C 150 , Type 1.
2 . 3 parts dry sand-ASTM Cl44.
3. Add water to obtain a wet mix.
C. High bond mortar mix shall consist of:
1. 1 sack Portland cement -ASTM C 150, Type 1
2. 50 pounds workability additive -"A" Marble Dust by Armco Steel Corp.,
Piqua Quarries , or Ute Dolomite Limestone by U.S. Lime Division of Flintkote
Corp., or Micro Fill No. 2 by Pure Stone Co ., Marble Falls , Texas.
3. 3 !;4 cubic feet of sand-ASTM C144
4. 4 gallons of high bond additive -Sarabond Liquid Mortar Additive by the
Dow Chemical Co.
5. Mix with water in accordance with High Bond Additive manufacturer's
recommendations.
-3-
PART 3 -EXECUTION
3.01 INSTALLATION, GENERAL:
A . Concrete surfaces to receive pavers shall be dry, clean, free of oily or waxy
films , film , and level. Pavers shall be set in the patterns shown in the field with
uniform tight y,;-inch joints. Pavers with chips , cracks, or voids shall not be used.
The setting bed mixture shall be spread and screeded to a true plane and shall be
limited to that amount that can be covered with pavers before initial set.
B. Pavers shall be se in I-inch layer of neat cement paste over setting bed. Tamped
into full contact with the mortar bed to a level plane. Do not set large areas of
pavers for later leveling. After pavers are set and cleaned free of mortar, fill joints
with mortar completely filling voids. Remove excess dry joint filler mixture and
fog surface with fine water spray. Alignment tolerances maximum are y,; inch in 20
feet and 1h inch in 40 feet or more. Surface tolerance shall be at maximum +/-1/8
inch in 8 feet noncumulative. Tolerances shall be checked continuously as work
progresses so that nonconforming areas can be corrected before mortar sets.
C. All required cutting of pavers to fit shall be done by motor driven masonry saw
with a sharp diamond blade. Exposed broken edges will not be allowed.
D. A seven day damp cure is required. Barricades shall be employed to restrict
traffic during the seven day cure period. After the seven day damp cure period,
clean the surface with stiff brush and brick manufacturer's recommended cleaning
solution in increments not exceeding 100 square feet , leaving surface clean and free
of mortar and grout stains.
E. Brick paver's subcontractor shall have at least five years of experience in brick
paving and their previous work will be reviewed by the Engineer prior to start of
brick paving.
F. Alignment and surface tolerances will be checked and enforced. The Contractor
shall make provisions that brick pavers can meet these tolerances as they are
supplied. Imperfections in the brick dimensions and surfaces will not constitute as
reasons to accept inferior paving and the work will be rejected.
G . At the end of each day, paved areas shall be sprayed with a fine mist of water.
The joints shall be filled within three days after the pavers are set. The paved area
shall be sprayed until the joints are filled. Brick surface shall be swept and kept
clean at all times in order to avoid penetration of cement into the brick surface.
H. Where directed by the Engineer, 6" reinforced concrete base will be placed
under proposed brick pavement. Standards Specifications Item 314.4 shall apply
except as hereinafter modified. Design mix shall be modified to read , "The
-4-
-
concrete shall be designed for a minimum compressive strength of 3,000 pounds per
square inch at the age of two (2) days for either type I or type III cement".
Reinforcing shall consist of No . 3 bars at 24" on center both ways.
Payment will be made at the unit price bid per square foot and shall be full
compensation for the construction of brick pavers and incidentals thereto .
3.02 REPAIR, POINTING, CLEANING AND PROTECTION:
A. Remov e and replace masonry paving units as directed by the Engineer which
are loose, chipped, broken, stained or otherwise damaged , or if units do not match
adjoining units as intended. Provide new units to match adjoining units and install
in same manner as original units , with same joint treatment to eliminate evidence of
replacement.
B. Pointing: during tooling of joints, enlarge voids or holes and completely fill with
mortar or grout. Point-up joints at sealant type joints to provide a neat , uniform
appearance, properly prepared to application of sealant.
C. Cleaning: Remove excess mortar/grout from exposed brick surfaces , wash and
scrub clean.
D. Protect masonry paving installations from deterioration, discoloration or
damage during subsequent constructions and until acceptance of work, m
compliance with recommendations of installer and paving until manufacturer.
-5-
ITEM 360
CONCRETE PAVEMENT
360.1. Description. Construct hydraulic cement concrete pavement with or with out curbs on the concrete
pavement.
360.2. Materials.
A. Hydraulic Cement Concrete. Pro vide 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 flexural 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 le ave-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 of 2,600 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. Pro vide either multiple-piece tie bars or single-
piece tie bars as shown on the plans. Provide multiple-piece tie bars composed of 2 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 of 33 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 Divi sion , or submit samples for testing in accordance with Tex-711-I.
C. Curing Materials. Provide Type 2 membrane curing compound conforming to DMS-4650 ,
"Hydraulic Cement Concrete Curing Materials and Evaporation Retardants." Pro vide 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 working condition . Use measuring,
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-propeIJed paving
equipment that uniformly distributes the concrete with minimal segregation and provides a smooth
machine-finished consolidated concrete pavement conforming to plan line and grade . Provide an
approved automatic grade control system on slip-forming equipment. Provide approved mechanicaIJy
operated finishing floats capable of producing a uniformly smooth pavement surface . Provide
equipment capable of providing a fine, light water fog mist.
Provide mechanicalJy 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 paraIJel 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 1 in., a minimum weight
of 70 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. Pro v ide 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 Eq uipment. 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. Co nstruction. 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 an d Qu ality 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. Jo b-Contro l Testing. Unless otherwise shown on the plans, perform all fresh and hardened concrete
job-control testing at the specified frequency. Provide job-control testing personnel meeting the
requirements of Item 421 , "Hydraulic Cement Concrete." Provide and maintain testing equipment,
including strength testing equipment at a location acceptable to the Engineer. Use of a co=ercial
laboratory is acceptable. Maintain all testing equipment calibrated in accordance with pertinent test
methods. Make strength-testing equipinent available to the Engineer for verification testing .
Provide the Engineer the opportunity to witness all tests . The Engineer may require a retest if not given
the opportunity to witness. Furnish a copy of all test results to the Engineer daily . Check the first few
concrete loads for slump, air, and temperature on start-up production days to check for concrete
conformance and consistency . Sample and prepare strength test specimens (2 specimens per test) on
the first day of production and for each 3 ,000 sq. yd. or fraction thereof of concrete pavement
thereafter. Prepare at least 1 set of strength-test specimens for each production day. Perform slump , air ,
and temperature tests each time strength specimens are made . Monitor concrete temperature to ensure
that concrete is consistently within the temperature requirements. The Engineer will direct randomjob-
control sampling and testing . I=ediately 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-Contro l Stren gth. 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-42 7-A. For 7-d ay 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 appro ved . 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 10% 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 15% 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 1 for every 10 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 sp lit-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 "ti ti T ti L" ·t en 1ca on es DI! Jilli s
Test Method Allowable Differences
Temoerature, 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 lo cation 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 15 bars using ASTM E 488, except that alternate approved equipment may be used . All 15 tested
bars must meet the required pullout strength . If any of the test results do not meet the required
minimum pullout strength, perform corrective measures to provide equivalent pullout resi stance.
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 assembly of parts at pavement
joints, complete and place the assembly at the required location and elevation with all parts rigidly
secured in the required position . Accurately notch joint materials for the reinforcing steel.
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 (CPC D). When the placing of concrete is
intentionally stopped, install and rigidly secure a complete joint assembly and bulkhead in the
planned transverse contraction joint location . When the placing of concrete is unintentionally
stopped, install a transverse construction joint either at a planned transverse contraction joint
location or mid-slab between planned transverse contraction joints. For mid-slab construction
joints, install tie bars of the size and spacing used in the longitudinal joints.
c. Curb Joints . Provide joints in the curb of the same type and location as the adjacent
pavement. Use expansion joint material of the same thickness, type, and quality required for
the pavement and of the section shown for the curb. Extend expansion joints through the curb .
Construct curb joints at all transverse pavement joints. For non-monolithic curbs, place
reinforcing steel into the plastic concrete pavement as shown on the plans unless otherwise
appro ved. 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 an d 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.
A void damage to the edge of the pavement when removing forms. Repair damage resulting from form
removal and honeycombed areas with a mortar mix within 24 hr. after form removal unless otherwise
approved . Clean joint face and repair honey combed 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
sub base 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 curv es of 100-ft. radius or less.
F. Con cr ete 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. Co ncrete Pl acement. 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 concrete .
1. Pavement. Consolidate all concrete by approved mechanical vibrators operated on the front of the
pav ing equipment. Use immersion-type vibrators that simultaneously consolidate the full width of
the placement when machine finishing. Keep vibrators from dislodging reinforcement. Use hand-
operated vibrators to consolidate concrete in areas not accessible to the machine-mounted
vibrators . Do not operate machine-mounted vibrators w hile the pav ing equipment 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 approximately 1 ft. from the outside longitudinal construction joint or edge of
pavement and approximately 1 ft. from the transverse construction joint at the beginning of the
placement day. Orient the impressions to be read from the outside shoulder in the direction of final
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 ofltem 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, ex cept that concrete may be used if it was
already in transit when the temperature was found to exceed the allowable maximum. Take
immediate correcdve 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 w ith 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 approv ed
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 fmishing . Use
concrete with a consistency that allows completion of ail fmishing 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 fmishing 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 3/1 6 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 edge of the slab and joints immediately after texturing . Do not tine pavement
that will be overlaid.
4. Small or Irregular Placements. Where machine placements and finishing of concrete pavement
are not practical, 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 appl ying 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 abov e 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 ofnot more than 180 sq. ft. per gallon. Apply the first coat within
1 O 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 pav ement, 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. Keep delivery
equipment at least 2 ft. from the edge of the concrete pavement. Keep tracks of the paving
equipment at least 1 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 of 2 ,800 psi , except
that pavement using Class HES concrete may be opened after 24 hr . if the specified strength is
achieved .
a. Strength Testing. Test concrete specimens cured under the same conditions as the portion of
the pavement involved.
b. Maturity Method. Unless otherwise shown on the plans, the maturity method, Tex-426-A,
may be used to estimate concrete strength for early opening pavement to traffic . Install at least
2 maturity thermocouples for each day's placement in areas where the maturity method will
be used for early opening . Thermocouples, when used, will be installed near the day s 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 f 0% 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.
5. Emergency Opening to Traffic. Under emergency conditions, when the pavement is at least
72 hr. old, open the pavement to traffic when directed in writing . Remove all obstructing
materials , place stable material against the pavement edges, and perform other work involved in
providing for the safety of traffic as required for emergency opening.
L. Pavement Thickness. The Engineer will check the thickness in accordance with Tex-423-A unless
other methods are 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. Ifa core is deficient by more than 0.75 in., take
additional cores at 10 ft. intervals in each direction parallel to the centerline to determine 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 pavement in
each lane. Lane width will be as shown on typical sections and pavement design standards.
For greater than 0 .7 5 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. deficient will be
subject to the payment adjustment based on the average core thickness at each end of the 10 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 wi ll 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."
D ti . e 1c1ent
Table 2
Th" kn P. Ad" IC ess nee 11ustment F actor
Deficiency in Thickness Determined by Proportional Part of Contract Price
Cores (in.) Allowed (adiustment factor)
Not deficient 1.00
Over 0.00 through 0.20 1.00
Over 0.20 through 0.30 0.80
Over 0.30 through 0.40 0.72
Over 0.40 through 0.50 0 .68
Over 0.50 through 0. 75 0.57
C. Curb. Work performed and furnished in accordance with this Item and measured as provided under
"Measurement" will be paid for at the unit price bid for "Curb" of the type specified.
HEAVY & HIGHWAY CONSTRUCTION
PREY AILING WAGE RA TES 2008
Air Tool Operator
Asphalt Distributor Operator
Asphalt Paving Machine Opera tor
As phalt Raker
Asphalt Shoveler
Batching Plant Weigher
Broom or Sweeper Ooerator
Bulldozer Operator
Carpenter
Concrete Finisher, Paving
Concrete Finisher, Structures
Concrete Paving Curbing Machine Operator
Concrete Paving Finishing Machine Operator
Concrete Paving Joint Sealer Operator
Concrete paving Saw Ooerator
Concrete Pav ing Spreader Operator
Concrete Rubber
Crane, Clamshell , Backhoe , Derri ck, Dragline, Shovel Ooerator
Electrician
Flage:er
Form Builder/Setter, Structures
Form Sett.er , Paving & Curb
Foundation Drill Operator, Craw ler Mounted
. Foundation Drill Operator, Truck Mounted
Front End Loader Opera tor
Laborer, Common
Laborer, Utilitv
Mechanic
Milling Machine Operator, Fine Grade
Mixer Operator
Motor Grader Operator, Fine Grade
Motor Grader Operator, Rough
Oiler
Painter, Structures
Pavement Mark ing Machine Operator
Pipe I aver
Reinforcing Steel Setter, Paving
Reinforcing Steel Setter, Structure
Roller Operator, Pneumatic, Self-Propelled
Roller Operator, Steel Wheel, Flat Wheel/Tampinl(
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 Onerator
Truck Driver Lowbo v-Fl oat
Truck Driver Single Axle, Heavv
Truck Driver, Single Axle Li ght
Truck Driver, Tandem Axle , Sem i-Trailer
Truck Dri ver, Transit-Mix
Wagon Drill , Boring Mach ine , Post Hole Driller Ooerator
Welder
Work Zone Barricade Serv icer
$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
$14 .12
$18 .12
$ 8.43
$11.63
$ I l.83
$13.67
$16.30
$12 .62
$ 9.18
$10 .65
$16 .97
$1 I.83
$11.58
$15 .20
$14 .50
$14.98
$13 .17
$10 .04
$11.04
$14.86
$16.29
$11.07
$10.92
$ I 1.28
$11.42
$12.32
$12.33
$10.92
$12 .60
$12 .91
$12 .03
$1 4.93
$11.47
$10 .91
$11.75
$12 .08
$14.00
$13 .57
$10 .09
CERTIFICATE OF INSURAN CE
TO : CITY OF FORT WORTH Date : April 5. 2011
NAM E OF PROJ ECT: Brick Pavement Repair (2011-12)
PROJECT NUMBER : GGOl-537110-0202002
IS TO CERTIFY THAT: C. Green Scaping, LP
is , at th e date of this certificate, Insured by this Compan y with respect to the business operation s hereinafter described , for
th e type of insurance and accordance with provisions of th e standard policies used by thi s Compan y, and further
hereinafter described . Exceptions to standard policy noted on reverse side hereof.
TYPE OF INSURANCE
Policy Effective Expires Limits of Liability
Worker 's Compensation
Comprehensive General Bodily Injury:
Liability Insurance (Public Ea. Occurrence : $
Liability) Property Damage:
Ea. Occurrence : $
Blasting Ea. Occurrence : $
Collapse of Building or
structures adjacent to Ea. Occurrence: $ ---
excavations
Damage to Underground
Utilities Ea. Occurrence : $
Builder's Risk
Comprehensive Bodily Injury :
Automobile Liability Ea. Person : $
Ea. Occurrence : $
Property Damage:
Ea. Occurrence : $
Bodily Injury:
Contractual Liability Ea. Occurrence: $
Property Damage :
Ea . Occurrence: $
Other
Locations covered : -----------------------------------
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: ___________ _
~Fo=rt~W~o=rt=h~A=g=e=nt'-------------By __________________ _
Address ________________ _ Title ________________ _
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award
of contracts to nonresident bidders . This law provides that, in order to be awarded a
contract as low bidder, nonresident bidders (out-of-State contractors whose corporate
offices or principal place of business are outside of the State of Texas) bid projects for
construction, improvements, supplies or services in Texas at an amount lower than the
lowest Texas resident bidder by the same amount that a Texas resident bidder would be
required to underbid a nonresident bidder in order to obtain a comparable contract in the
State in which the nonresident's principal place of business is located. The appropriate
blanks in Section A must be filled out by all out-of-State or nonresident bidders in order
for your bid to meet specifications . The failure of out-of-State or nonresident contractors
to do so will automatically disqualify that bidder. Resident bidders must check the box in
Section B.
A. Nonresident vendors in ______ (give State), our principal place of business,
are required to be percent lower than resident bidders by State law.
A copy of the Statute is attached.
Nonresident vendors in (give State), our principal place
of business, are not required to underbid resident bidders.
B. Our principal place of business or corporate offices are in the State of Texas . cg
BIDDER :
C · 6ca=o ~CApioq, LP By : CI Jrti s -J, 6c~~o
(Please print)
Signature':..,~-
F.+ · 'v\\O(th IX Title: yice Pr:1:sidlot
City State Zip (Please print)
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
6 -1
OFFICIAL RECORD
CITY SECRETARY
FT~ woRTtl, TX
,
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 cove rage for all of its employees employed
on City of Fort Worth Project Brick Pavement Repair (2011-12) at Various Locations
and C ity of Fort Worth Project No .......... .
OFFICIAL RECORD
CITY SECRETARY
Ft WORTH, TX
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
CONTRACTOR
C. · 6n:c:o &,o.p;o~, LP
By~
Name: _ __..C._.L.,_,_l(....1.fu.-· ........ :r&..;.'---1,,8 ... ac.__.:...n:....-
Title : __ ..... \J_._i ... ce_ ....... P._o .... i:._;s .... i .... d ..... t ..... o ..... t __
Date : ----l+\-2-..... i--.j_,..__I ___ _
Before me , t he undersigned au t hority, on this day personally appeared
r uctis. f:,c~en , known to me to be the person whose name is subscribed to the
foregoing instrument, and acknowledged to me that he executed the same as the act
and deed of C. 6@o 8copio~ LP for the purposes and
consideration therein expressed and~ the capacity therein stated.
Given Under My Hand and Seal of Office this 2.. 1 day of O::a.n . , 20_1.._.)_
9-1
]
EXPERIENCE RECORD
Amount Of Contract Type of Work Date Accepted Name and Address of Owner
Award
&ic~?~
+1-.2.0tO
..... ,_ 2..00
\ '10 oco -t--woq
I 2.0, 000 + I-2..009 Lton Wilson
List of projects your organization is now engaged in completing:
Amount Of Contract
Award
000 +--
200 I QQQ +-/-
Type of
Work
Anticipated
Date of
Com letion
t 2..0 I
3/ 2.DII
2-011
2-'LOIi
List Surety Bonds in force on above incomplete work:
Date of Contract Award Type of Work Amount of
Bond Bond
P~(rt>r-MMU
LP -4-ID \-t\.'IMLM
Mo.i ..3 I q 1 \ g .3 , 'rO
-2.5 10 5'l1, 500 . I 0 .!:) S~N\.f I).
Name and Address of Owner
Name and Address of
Sure
s~inql,, Col\if\S J, ~oc.ioks
1!11.ao -.loe.t Ed, .o~llll.s, '11' ,;
q
1
EQUIPMENT SCHEDULE
List of Equipment owned by Bidder that is in serviceable condition
and available for use:
.See A&ched \, tl
Portions of work Bidder proposes to sublet in case of Award of
Contracts including amount and type:
Ont.
Skid Steers
2000 BobCat
Green Scaping LLP
Fixed Assets
2001 Cat Back Hoe #53 lX
2001 Cat Skid Steer
2002 Cat Backhoe
2002 Cat Skid Steer
2002 Cat Skid Steer
2002 Cat Skid Steer
2004 Cat Skid Steer
2006 Skid Steer Caterpillar
2005 Cat Skid Steer 252B
2001 Bobcat Skid Steer
2007 Skid Steer Caterpillar
2008 Skid Steer Caterpillar
2008 Skid Steer 252B
Ditch Witches
2001 3700 Ditch Witch
1984 R30 Ditch Witch
2002 5700 Ditch Witch #350
2003 Ditch Witch 3 700 w/ Attach
Other Equipment
1997 Rainbow Irrigation Reel
2000 Vermeer Bale Buster
2000 Cat Breaker Hammer
2000 Nedkvt Concrete Saw
2000 Irrifrance Irrigation Reel
2001 Wanco Arrowboard
2001 Rhino Mower
2002 Kubota Mower #085
2004 Compost Spreader
H/MP-Attmt to 1998 int'l truck# 119
2004 Surveying Equipment
2004 Vermeer Hay Blower
Green Scaping LLP
Fixed Assets
2006 Concrete Hammer
2006 Pipe used at Wetland Nursery
2005 Kubota R TV900W A
2006 Pump
3/16/200 I Polaris Gator
2006
2007
2007
2007
2008
Tractors
2002
2004
2006
2006
Trailers
1979
1997
2000
2000
2000
2001
2001
2001
2002
2002
2002
2003
2003
2003
2004
2005
2006
Drill Seeder Brand Trillion Model #3-
Seeder
Excavator Caterpillar
Fertilizer Spreader
Grain Drill
Infinite
Donkey Mounted Forklift
Kubota Tractor L4900
Kubota Tractor M 120
Kubota M125X
Kubota M125X
Flatbed Trailer
Wheel Well Trailer
Sullair Air Compressor
D3 Trailer
Flatbed Trailer
24 Enclosed Trailer
Gooseneck
Flatbed Trailer
Big Tex Trailer (Gooseneck)
Big Tex Trailer (Water Tanker Trailer)
Big T Trailer/ Irrigation #231
Big Tex Trailer (Juan's)
Big Tex Trailer/14PI
Irrigation Trailer
Interstate Model 20DT
Shopbuilt Trailer
Welder Trailer
2007
2008
2008
Trucks
1980
1982
1982
1984
1998
1999
2000
2000
2001
2001
2001
2001
2001
2002
2002
2002
2002
2003
2003
2003
2004
2004
2005
2005
2005
2006
2006
2006
2001
2001
Pup Trailer
Diamond C Trailer
Lawhorn Trailer
Ford F-9000 # 106
Green Scaping LLP
Fixed Assets
Int'l Flatbed Truck # 112
lnt'l 4300 Truck# 118
Volvo F6 Truck
Int'l 4900 Truck# 119 (mulcher)
Int'l 4 700 Flatbed Truck # 116
Int'l 4700 Truck #110 (4-door)
Int'l 4900 Water Truck #113
F450 Truck #105
F550 Truck #107 (Juan's)
(Mulcher) Int'l 4900 Truck# 111
Green Int'l 4700 Truck #114
Int'l 4700 Truck #115 Dump Truck Single
F450 Truck#102 (Martin)
F550 Truck#l03 (Jaime)
F550 Truck #104
(Tandem) Int'l Dump Truck #866 (Marty)
F450 Truck #120
F 150-Series Truck
F350 Truck (Skip's Truck)
2004 F350 Ford Truck (Cody)
F350 Truck (Curtis's Truck)
F450 -Carlos
F350 -Alex
F350 -Marty
GMAC Van
F550-Ford Truck
F450 Ford Truck
Kenworth Truck
Finn 3000 Hydromulcher on Truck#l26
Model T-330
Green Scaping LLP
Fixed Assets
2008 F350 Truck
2008 F350 Truck
2008 Fl 50 Series Truck
2008 F450 Truck
2008 F450 Truck
2008 F 150 Series Truck
2008 F450 Truck
2008 F450 Truck
2009 and 2010 added equipment
2009 Kubota Ml25XDTC
2009 Fl50
2009 2008 F550
2009 2009 F350
2009 2005 Forklift
2009 2005 Forklift
2009 Pegasus Series 3 Mower
2009 Pegasus Series 3 Mower
2009 Magnum 42" SL Big Roll Harvester
2009 2007 Int'l Truck
2009 2007 Int'l Truck
2009 2007 Int'l Truck
2009 2001 Dorsey Trailer
2009 2001 Dorsey Trailer
2009 2001 Dorsey Trailer
2009 Cat Skid Steer 252B
2009 Kesmac Single Row Harvester
2009 RTV900W6H
2009 Kubota M8540DT-1
2009 Kubota M8540DT-l
2009 Kubota M8540DT-1
2009 Donkey Mounted Forklift
2009 Donkey Mounted Forklift
2009 Donkey Mounted Forklift
2009 Truck #124
2009 Truck #121
Green Scaping LLP
Fixed Assets
2009 Rhino Mower
2009 Kubota M8540DT-1
2009 Cont Bilton QHD200 (Sprayer)
2009 Cont Bilton LCA500 (Sprayer)
2009 4 Wheeler
2009 Welder Trailer
2009 Trailer
2009 Roller Purchased from QT
2009 Haul Trailer purchased from QT
2009 Roller Purchased from QT
2009 2003 Niagra Pressure washer purchased from QT
2009 Harvester JD5210 (TSH) Purchased from QT
2009 Trailer/HMDE Model
2009 1982 Jeep Wrangler
2009 Delco
2009 1999 Dodge Truck
2009 Rammer Mutiquip MTX60
2009 1 O" Cornell Pump
2009 Boring Machine
2009 2010 Lincoln Navigator
2010 Tractor Implement
2010 Forklift
2010 F350
2010 Caterpillar Skid Steer
2010 Caterpillar Skid Steer
2010 Caterpillar Backhoe 420E
2010 Caterpillar Track Loader 939C
2010 Kubota Lely HR Spreader
2010 2001 Trailer Great Dane
2010 Donkey Forklift
2010 2007 Volvo
Bond Number : 4080260
PERFORMANCE BOND
THE ST A TE OF TEXAS §
KNOW ALL BY THESE PRESENTS :
COUNTY OF TARRANT §
That we (I) C. Green Sea ping, LP as Principal herein, and (2) West Ame rica n Insurance Com pan~ corporation
organized under the laws of the State of (3) IN , and who is authorized to issue surety bonds in the State
ofTexes, Surety herein, are held and finnly 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 Eighty Five Thousand Nine Hundred Eighty Dollars and Zero Cents ... Dollars ($285,980.00)
fo r the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly
and severally, finnly by these presents.
WHEREAS, Principal has entered into a certain contract with the Obligee dated the~ of April, 2011 a copy
of which is attached hereto and made a part hereof, for the construction of:
Brick Pavement Repnlr (201 J-12)
NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perfonn
the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold
hannless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and
reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then
this obligation shall be void; otherwise, to remain in full force and effect. ·
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government
Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such
statute, to the same extent as if it were copied at le~gth herein .
IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have
executed this instrument.
SIGNED and SEALED this.§. of Apr~I. 2011.
ATTEST:
(Principal) Secretary
(SEAL)
Wiess as ~ncipal
2401 HMdU,t njevv1lla ·i f±.wrx::th ,~ 1lJll'i3
ddress
ATTEST:
See Power of Attorney
(Surety) Secretary
(SEAL)
Witness as ( Surety Megan Schultz
13760 Noel Rd, Ste 600, Dallas, TX 75240
(Address)
C. Green Scaping, LP
::~c~~
Title: ffr5 ,Lk__
2401 Handley Ederville
Fort Worth, TX 76118
(Address)
West Ameri can Insurance Company
9450 Seward Rd, Fairfield, OH 45014
(Address)
NOTE: Date of Bond must not be
prior to date of Contract
(I)
(2)
(3)
Correct Name of Contractor
Correct name of Surety
State of incorporation of Surety
Telephone number of surety must be stated. 800-843-6446
In addition, an original copy of Power of
Attorney shall be attached to Bond by
Attorney-in-Fact.
The date of bond shall not be prior to date of
Contract.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Bond Number : 4080260
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
PAYMENT BOND
KNOW ALL BY THESE PRESENTS:
That we, (1) C. Green Scaping, LP, as Principal herein, wid (2) West American Insurance Company
___ ,, a corporation organized and existing under the laws of the State of(3) __ ~---' 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 Eh?hty Five Thousand Nine Hundred Eighty Dollars and
Zero Cents ... Dollars ($285,980.00) 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 ~ day of
April, 2011 1 which contract is hereby referred to and made a part hereof as if fully and to the same extent as if
copied at length, for the following project:
Brick Pavement Repair (2011-12)
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as
amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be
void; otherwise, to remain in full force and effect
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government
Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said
statute, to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have
executed this instrument.
SIGNED and SEALED this~ day of, April, 2011 .
ATTEST :
(Pri~~.~~' 11 V:,,)4
(SE AL} ~
cM01 ~ (;) Witness as to'cipal"'
ATTEST:
See Power of Attorn ey
Secretary
(SE AL)
......... · .. ' ...;
C. Green Scaping, LP
By : . I
PRING~~·
Name: ~~=Rutz.
Title: p ~SIJ.L.-nf::
Address: 2401 Handley Ederville
Fort Worth, TX 76118
West Ameri can Insurance Company
SUR Ll ~
By : 3,fivl\
Name: Ann Acaley -
Attorney in Fact
Address :---------
9450 Seward Rd
Fairfield, OH 45014
Telephone Number: 800-843-6446
NOTE: (1)
(2}
(3}
Correct name of Principal (Contractor}.
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated. In addition, an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH 1 TX
Bond Number : 4080260
MAINTENANCE BOND
THE ST ATE OF TEXAS §
COUNTY OF TARRANT §
That C. Green Scaping, LP ("Contractor"), as principal, and west American Insurance Company
__ _,, a corporation organized under the laws of the State of IN , ("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 Eighty Five Thousand Nine Hundred Eighty Dollars and Zero
Cents ... Dollars ($285,980.00}, 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 ~ of April, 2011, a copy of which is hereto attached and made a part hereof, for the
performance of the following described public improvements:
Brick Pavement Repair (2011-12)
the same being referred to herein and in said contract as the Work and being designated . as project
number(s) GG01-537110-0202002 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,
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 witli 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 exhausted.
IN WITNESS WHEREOF, this instrument is executed in Z counterpart(s), each of wh ich
shall be deemed an original , this§. day of April, A.D.2011.
ATIEST:
(SE AL)
Secreta~
ATIEST:
(SE A l-}
See Powe r of Attorne't
Secre.µry
C. Green Scaping, LP
Contractor
West American Insurance Company
Surety
By. (b'-~
Name: Ann Acaley
Title : Attorney-in-fact
9450 Seward Rd
Fairfield, OH 45014
Address
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
CERTIFI ED COPY O F POWE R O F AT T O RNEY
THE OHIO CAS UALTY INS URA NCE C OMPANY
WEST AM ERI CAN INS URA N CE COMPAN Y
No. 41-327
Know All Men by These Presents: T hat THE O HI O CASUAL T Y INSURANCE COMPANY, an Oh io Corporati on, and WEST
AME RI CAN INSURANCE COM PANY, an Indi ana Corp orati o n, pursuant to th e a uth o ri ty grante d by Article ll L Sectio n 9 of th e Code of
Regul at io ns and By-Laws of T he Ohi o Cas ualty In s uran ce Comp any and West Ameri can In sura nce Comp any, do he re by nomin ate, co nsti t ute and
a ppo in t: F rank Swingle , Warren Grave ly, C hris Peterie, A nn Acaley or E d Veale of Dallas, Texa s it s tru e and law ful agent (s) an d attorn ey
(s)-i n-fact, to make, execute, seal and de li ver fo r a:nd on its behalf as surety, an d as it s ac t and dee d an y and all BONDS , UN DE RTAKINGS, and
RECOGN IZANCES, not exceedi ng in any s in g le in stance FrV E MI LLION ($5 ,000 ,000.00) DOLLA RS, exclud ing , however, any bond (s) or
unde rtak in g(s) gu aran tee in g the pay me nt o f no tes and inte rest th ereo n
A nd th e execut io n of s uch bond s o r und ertakings in pursu ance of th ese prese nts , sha)l be as bin din g up on sai d Comp anies, as full y and am pl y, to all
inte nts and purposes, as if th ey had been dul y exec ute d an d ackn owledged by the regul arly e le cte d officers of the Compani es at th e ir admini strati ve
offices in Fairfi eld, Ohi o, in th e ir own pro pe r pe rso ns.
T he a uth ori ty g ranted here unde r s up e rse des an y prev io us a utho rity he retofore granted th e a bov e named atto rn ey(s)-in-fact.
[n WI TNESS WH EREOF, th e und e rs ig ne d o ffice r o f th e said T he Ohi o Casu alty In s uran ce Company and Wes t A merican Ins urance Co mp any has
he re unto s ub scribed his nttme and affixed th e Corp orate Seal of e ach Co mpany thi s 2nd day of Jul y, 2008.
r::::) f::j1 J~ 4~
Sam Lawre nce , Ass istant Secretary
ST A TE OF O HIO , .:::..
COUNTY OF BUTL ER
On this 2nd day o f July , 2008 befo re th e s ub scriber, a Notary Public of th e State of Ohi o, in and fo r th e Coun ty of Butl e r, dul y co mmissio ned an d
qu alifie d, came Sam Lawrence°'; Ass istant Secretary ofTHE O HJ O CASUALTY IN SURANCE COM PANY and W EST AMERI CAN INSURANCE
COMPAN Y, to me pe rso nall y kn own to be the indi v idual and officer describ ed in , and wh o exe cuted the precedin g in strume nt, and he ac kn owledge d
th e execut io n of th e same, an d be in g by me dul y sworn de poses and says th at he is th e offi ce r of th e Compani es afo resaid , andhat th e seals affixed to
th e prece din g in strum en t are th e Corporate Seals of said Comp ani es, and th e said Corporate Seals and hi s s ign ature as officer were dul y affixe d and
s ub scrib ed to th e said in strum ent by th e a utho ri ty and directi o n of th e said Corp orati ons.
[N TESTIMONY WHEREOF , I have here unto se t my hand and affixed my Official Seal at th e C ity of Hamilto n, State of Ohi o, th e day and year fi rst
a bove written .
• ~,J)j~n
Notary Publi c in and fo r Co un ty of B utl er, State of O hio
My Commi ss io n ex p ires A ug ust 5, 20 12.
Thi s powe r of attorn ey is granted under and by autho rity of Arti cle Il l Se ctio n 9 o f th e Code of Regul ati ons and By -Laws of T he Ohi o Cas ualty
fn s urance Co mp any and Wes t Ame ri can Ins uran ce Compan y , ex trac ts fr o m wh ich re ad :
Articl e llL Secti on 9. A ppo intm ent of A tto rn eys-in-Fac t. T he Cha irm an o f th e Board , th e Pres id e nt, any V ice-Pres id e nt, th e Secre tary o r any
Ass istant Secre tary of the co rp o ra t io n s hall be and is here by veste d with full power and a uth ori ty to a ppoint attorn eys-in-fac t fo r th e purp ose o f
s ignin g th e name of th e co rp o rat io n as s urety to , and to execute, attach the seal of th e corp orati o n to, ackn owledge and de li ve r any an d a ll bond s,
recogni z ances , stipul ati ons, unde rt akin gs o r o th e r in strume nt s of s uretyship and po li cies of in s ura nce to be g iven in favo r of any indi v idu al, firm ,
corp orati o n, partne rs hip , limite d liability company o r oth er e nti ty, or th e offic ia l re presentati ve th ereof, or to any county or state, o r any official board
or board s of any coun ty o r state, or th e United S tates o f A meri ca o r any age ncy th ere of, or to any oth e r political s ubdi vis io n th ereof
T hi s in strume nt is s ig ned and sealed as a utho ri ze d by th e fo ll owin g reso luti o n ado pted by th e Board s of Directors of th e Comp an ies on Octo ber 2 1,
2004 :
RESOLVED , T hat th e s ig nature of a n y office r of th e Compan y a uth ori zed under Articl e Il l Secti o n 9 of its Code of Regul ati o ns an d By-l aws
and the Co mp any sea l may be affi xe d by facs imile to any power. o f attorney o r co py th ere o f iss ue d o n be half of the Co mp any to make, ex ecute , seal
and deli ve r fo r an d on its behalf as surety any an d all bo nd s, und ert akings or oth e r w ritte n .obl igations in the nat ure th ereof; to prescribe th e ir
re s pective duti es and th e re s pecti.ve limits of th ei r a uth ority; and to revoke any s uch a pp o intment. S uch s ign atures a nd seal are here by ado pted by th e
Comp any as o ri g in a l s ignatures and se al a nd sh all , w ith res pect to any bo nd , unde rtaki ng or oth er written o bli gati ons in the nature thereof to w hi ch it
is att ach e d, be valid an d binding up on th e Company w ith .t he same fo rce and e ffect as th o ugh manua ll y affixed .
CERTlFICATE
l, th e unders igned Assis ta nt Secretary of T he Ohi o Cas ualty In s ura nce Company an d Wes t Ameri can [n suran ce Co mpany, do he re by certi fy th at th e
fo rego in g power of attorn ey, th e referenced By-Laws of th e Comp ani es a nd th e a bove resoluti on of th e ir B oard s of Directors are true and co rrect
co pi es and are in full fo rce and effector\ thi s d ate . . . , -~
IN W ITNESS WHERE9F , I h ave here unto set my hand and th e seals of th e Comp ani es this~ d ay o f
{·~EA L··~ e p_""',s
·-... ·'
..::.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
~f'; \ ' -lull
$;//~
Ass istant Secretary
ta
"C
C/)
C/)
Cl)
C:
C/)
::::s .c
C:
ta
= C: ta 0
CJ I->"' Cl)W
E E
0 ::::o <C ct)
0~
... "C
Cl) C:
== ta o E
CL ta
.!!?o ~o -..
-a, 0 C:
>, Cl) ~; ·---Cl) ~ .c
~r:
-(,0 EC? -=~ 'E~ OM CJ ,...
0 Lt)
I-,.!.
A Member of
~Libcrtr. ~ Mutual.
West American Insurance Company
TEXAS
IMPORTANT NOTICE
To obtain information or make a
complaint:
You may call toll-free for information or
to make a complaint at
1-800-843-6446
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 or call
1-800-843-6446 If the dispute is not
resolved, you may contact the Texas
Department of Insurance.
ATTACH THIS NOTICE TO YOUR
POLICY:
This notice is for information only and
does not become a part or condition of
the attached document.
NP 70 68 09 01
TEXAS
A VISO IMPORTANTE
Para obtener informacion o para someter
una queJa:
U sted puede llamar al numero de
telefono gratis para informaci6n o para
someter una queja al
1-800-843-6446
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 @td i .state . tx . us
DISPUT AS SOBRE PRIMAS 0
RECLAMOS:
Si tiena una disputa concemiente a su
prima o a un reclamo , debe comunicarse
o Hamar 1-800-843-6446
Si no se resuelve la disputa, puede
entonces comunicarse con el
departamento (TDI)
UNA ESTE A VISO A SU POLIZA :
Este aviso es solo para proposito de
informacion y no se convierte en parte o
condicion del documento adjunto.
THE STATE OF TEXAS
COUNTY OFT ARRANT
CITY OF FORT WORTH. TEXAS
CONTRACT
KNOW ALL BY THESE PRESENTS
This agreement made and entered into this the ~ day of April A .O., 2011 , 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 11 111 day of
December, A.O. 1924 , under the authority (vested in said voters by the "Home Rule " provision) of the
Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City
Council of said city , and the City of Fort Worth being hereinafter termed Owner, C. Green Scaping, LP,
HEREINAFTER CALLED Contractor.
WITNESSETH: That said parties have agreed as follows:
1.
That for and in consideration of the payments and agreements hereinafter mentioned to be made
and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith ,
the said Contractor hereby agrees with the said Owner to commence and complete the construction of
certain improvements described as follows :
Brick Pavement Repair (2011-12)
2.
That the work herein contemplated shall consist of furnishing as an independent contractor all
labor, tools, appliances and materials necessary for the construction and completion of said project in
accordance with the Plans and Specifications and Contract Documents prepared by the Department of
Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by
the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are
hereto attached and made a part of this contract the same as if written herein.
3.
The Contractor hereby agrees and binds himself to commence the construction of said work
within ten ( JO) days after being notified in writing to do so by the Department of Engineering of the City
of Fort Worth.
4 .
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and finish the same ready for the inspection and approval of
the Department of Transportation of the City of Fort Worth and the City Council of the City of Fort
Worth within a period of One Hundred Fifty (150) days.
If the Contractor should fail to complete the work as set forth in th e Plans and Specifications and Contract
Documents within the time so stipulated , plus an y additional time allowed a s provide d in the General
Conditions, there shall be deducted from any monies due or whi ch may thereafte r become du e him , th e
sum of $210 per calendar day, not as a penalty but as liquidated damages , th e 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 fi xed or to
carry on and complete the same according to the true meaning of the intent and term s 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 e xcess 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 offlcers, 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 sufficient surety bonds for the faithful
performance of the terms and stipulations of the Contract and for the payment to all claimants for labor
and/or materials furnished in the prosecution of the work, such bonds being as provided and required in
Texas Government Code Section 2253 , as amended, in the form included in the Contract Documents,
and such bonds shall be for I 00 percent ( I 00%) of the total contract price, and said surety shall be a
surety company duly and legally authorized to do business in the State of Texas, and acceptable to the
City Council of the City of Fort Worth .
8 .
Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the
aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal
submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in
monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of
invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a ,
shall be Two Hundred Eighty Five Thousand Nine Hundred Eighty Dollars and Zero Cents ...
Dollars, ($285,980.00).
9.
It is further agreed that the performance of this Contract, either in whole or in part, shall not be
sublet or assigned to anyone else by said Contractor without the written consent of the Director of the
Department of Engineering.
10 .
The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is
classified, promulgated and set out by the City of Fort Worth , Texas, a copy of which is attached hereto
and made a part hereof the same as if it were copied verbatim herein.
11.
It is mutually agreed and understood that this agreement is made and entered into by the parties
hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of
the State of Texas with references to and governing all matters affecting this Contract, and the Contractor
agrees to fully comply with all the provisions of the same.
IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in 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~ day of April, A.O., 2011.
APPROVAL RECOMMEND ED:
Douglas W. Wiersig, P.E.
Director, Department of
Transportation/Public Works
AITEST:
C. Green Scaping, LP
2401 Handley Ederville
Fort Worth, TX 76118
CONTRACTOR
TITLE
2.401 Hand I," I
1-:::f -vJo(tV\ ADDRESS
November I 960
Revised May I 986
Revised September 1992
Revised March 2006 .
1lt II~
OFFICIAL RECORD
CITY SSCRITARY
fT~ WORTK1 TX
CITY OF FORT WORTH
FERNANDO COSTA , ASST CITY MANAG E R
CITY SECRET ARY
(SE AL)
APPROVED AS TO FORM AND
LEGALITY:
~RNEY
Contract Authorizatioa
lf/~/u r r · -·
("
~ .. -1
City of Fort Worth
Finance Department • Purchasing Division
1000 Throckmorton Street
Fort Worth, Texas 76102
RECEIPT OF BID
/l
., ' ... •,.. -··
Company Name: ____________ ..,,_--__ \~_-_.,.,_,-=-------------------
/ j (
Individual Delivering: ____________ .. _/,._/-------------------------
Bid Title and Number: ) : . /·-
Employee Signature: _________ _,_ _______________________ _
Time and Date Received:---------------------------------
White Copy -Customer Yellow Copy -Management
1:,-: d~l::.rido-Scc For: Brick.. Pavctvten+ Repair (_ 2.D I 1-12) ro: L~~ 1=+. Wor-1-h H.Jtchl\sin9 Dvisi(1) I DOO 1hrod:morfcn S+. ~. Wor+h, -rt -, lo 102. ::ro ... ,t'. L. f=iree"" Scopin9. LP 2 401 Hand le y t:d«ville Rd . F-1. \Nor-lh. "TX 111118 )ve: (fo.n. 2.1, 20 I J @ I : 30 PM ~o AdderduM s I
Bi"d-t:.n~ea - -;...., - ---
For: Br idr-Pavcrv1en+ Repair (. lD I 1-12)
ro: C.i~ F+. Worth
Pun:hl\sins DvisiOl
I DOO ihrocl::.fYlorhn S+.
A. wo,-+h, °'N I lol02.
=-<o1-.f. c... €\rte"" &opin9. LP
24ol Ho.ndlej tkrville Rd.
A. \NOY-4h. TX 1(,118
:)ue : (f o.n. 2-1, 20 11 @ I : 30 pM
Project Name: Brick Pavement Repair ~----)
DOE Project Number: ___ _
Mapsco Location: ____ _
Street Maintenance Work Notice
As part of the City of Fort Worth 's Street Maintenance Program,· _______ _
has been contracted to repair your street. During the maintenance work, there will be a
brief time that you may not have access to your residence or business. On the days
specified below, ,vehicles can not be parked on the street. Also, please turn off your
sprinkler adjacent to the street.
If you have any questions or concerns , please contact contractor ________ _
at ------------
If we are not able to resolve your concern to your satisfaction, you may also contact
City of Fort Worth Inspector at , Monday-
Friday between 7 :30 a .m . and 4:30 p.m.
After 4:30 p .m. and on weekends, call (817) 392-8100.
Block Street Project
Limits Name Limits
1100 to 1200 Brown Street Yates Avenue to Keller Springs Parkway
Expected Construction Dates
Weather Permitting
From 6-20-06 to 7-4-06
Nombre del Proyecto: Brick Pavement Repair ( ____ _,
Numero del Proyecto DOE: ___ _
Ubicaci6n Mapsco: ____ _
Notificacion de Mantenimiento de la Calle
Como parte del Programa de ·Mantenimiento de las Calles de la Ciudad de Fort Worth,
____________ ha sido contratado para reparar su calle. Durante este
trabajo de mantenimiento, habra un tiempo breve en que no tenga acceso a su hogar o
negocio. En los dfas especificados abajo, vehfculos no deben estacionarse el la calle.
Tambien, por favor apague su sistema de regar el cesped cerca de la calle.
Si tiene alguna pregunta o concierne, por favor llame al contratista _______ al
Si no resuelve su concierne a su satisfaccion, puede tambien llamar a la Oficina de
lnspecci6n de la Ciudad de Fort Worth al , de lunes a
viernes entre I.as 7:30 a.m. y 4:30 p.m.
Despues de las 4:30 p.m. o en los fines de semana llame al (817) 392-8100.
Li mites Nombre Li mites
De Blogues de Calle De Proyecto
1100 a 1200 Brown Street Yates Avenue a Keller Springs Parkway
Fechas de Construcci6n
Permitiendo el Estado de Tiempo
De 6-20-06 a 7-4-06
4' -0"
FONTS:
PROJECT DESIGNATION SIGN
---------4' -0" ----------i
sf'
=13"
3" C Project Title · 1
1
..
3 "C 2ND LINE t
IF NECESSARY_/ -r 3 '' 1f·======= Contractor: --=± 1,,
2~"LContractor's Name 1 2
7~"
1 ~"r= Scheduled Completion Date
1~" f Year
. 1 "
2
5"
1 "
FORT WORTH LOGO = CHEL TING HAM BOLD
ALL OTHER LETTERING = ARIAL BOLD
LOGO COLORS :
FORT WORTH -PMS 288
LONGHORNLOGO-PMS167
LETTERING -PMS 288
BACKGROUND -WHITE
BORDER -BLUE
PROJECT DESIGNATION SIGN
CITY OF FORT WORTH-CONSTRUCTION STANDARD
DRAWING NO. DATE: 9-20-02
I I I
PLAN SAWCUT
----.
------------------
•
·I
NOT TO
SCALE
-----------·
..L
---------------------------~---------------------------
te : 6/ 30/00
EXISTING 6''
CONCRETE BASE TO
BE REPLACED WHERE
REQ'D BY ENGINEER
AND AS PER SPEC
SECTION
CITY OF FORT WORTH. TEXAS
TRANSPORTATION/PUBLIC WORKS
ENGINEERING DIVISION
TYPICAL PAVEMENT SECTION
REP AIR -BRICK SURF ACE &
REINFORCED CONCRETE BASE
Drawing Nome: brickreploce.dgn
TE : 7 /10/00
CURB/
GUTTER
----·
PLAN
WIDTH INSIDE OF CURB TO
BUILDING OR ADJOINING
SIDEWALK VARIES
<GENERALLY 16'-6"l
2-1/4" THICK TYPICAL SLOPE '11''/1'
BRICK PAVERS DAM. "·GED AREA --,
SEALED 1/2 " \ n EXP ANSION '\. TO BE REP/>JRED SEALED 1/z'
JOINT '\. 1
/~" SAWCU SAWCUT EXPANSION
\. JOINT'\ , JOINT
CURB/ \. '\ \ ·
DAMAGED BRICKS AS
DETERMINED BY THE ENGINEER
IN THE FIELD TO BE REPLACED
WITH FULL BRICKS TO
ORIGINAL DESIGN AND AS
PER SPEC
NOT TO SCALE
ADJOINING BUILDING
OR SIDEWALK SLAB
GUTTER _.--~--1 =c =c :X ::c".::c.-:r.:..~ ......... .....,..~..,.....,r-t-~S~~~ ~~-=-; · • <, . --.---.-::-vp--u--:-. · L • !'-.s,..'t/·-~· ~ '•· ~
/[:}Jit fFto~~:~f;;~:~,i:~::.:\:.~:::~~USHION
1.L-------------J . OR APPROVED SUB-
APPROX . LOCATION OF GRADE
EXISTING CONDUITS FOR SECTION
STREET LIGHTING AND
SPRI NKLERS
CITY OF FORT WORTH, TEXAS
TRANSPORTATION/PUBLIC WORKS
ENGINEERING DIVISION
TYPICAL SECTION REPAIR
BRICK SIDEWALK
DRAWING NAME: BRICKSIOEWN..K.DGN
BRICK PAVEMENT REPAIR (2011-12)
BLK LIMIT STREET NAME STREET LIMITS Mapsco SF
3400 -4599 CAMP BOWIE BLVD 100 FT. E OF BOLAND ST -HULEN ST 75F 15 ,000
TOTAL 15,000