Loading...
HomeMy WebLinkAbout042190 - Construction-Related - Contract - Vendigm Construction, LLCCITY SECRETARY /l no· CONTRACT NO._.,~.L,C.~~t-_...;;.1,- SPECIFICATIONS AND CONTRACT DOCUMENTS FOR ~....._., ••NAGlft'lo,,a ....... __ ... ,uco,r BRIDGE REPAIR AND REHABILITATION AT SEVEN LOCATIONS (2011-18) TPW PROJECT NO. GGOl-539590-0202003 IN THE CITY OF FORT WORTH, TEXAS May 2011 MIKE MONCRIEF MAYOR T.M.IDGGINS INTERIM CITY MANAGER DOUGLAS W. WIERSIG, P.E., DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT GEORGE BEHMANESH, P.E., ASSISTANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT PREPARED BY TRANSPORTATION AND PUBLIC WORKS DEPARTMENT INFRASTRUCTURE GROUP OFFICIA RECORD C!TV SECRETARY ~T. WORTH, TX 08 -30 -11 P0 1 :33 I N - - - - - CITY COUNCIL AGENDA DATE: CODE: 8/9/2011 C COUNCIL ACTION: Approved on 8/9/2011 REFERENCE NO.: **C-25093 TYPE: CONSENT LOG NAME: PUBLIC HEARING: Page 1 of2 Official site of the City of Fort Worth, Texas FORT WORTH ~ 20BRIDGE REPAIR 2011-18 NO SUBJECT: Authorize Execution of a Contract with Vendigm Construction, LLC , in the Amount of $231,810.20 for Bridge Repair and Rehabilitation at Seven Locations, 2011-18 (COUNCIL DISTRICTS 2, 3, 5, and 8) RECOMMENDATION: It is recommended that the City Council authorize execution of a Contract with Vendigm Construction, LLC, in the amount of $231,810 .20 for bridge repair and rehabilitation at seven locations listed below. DISCUSSION: This contract provides for repair and rehabilitation of seven bridges listed below . Funding for this project was included in the Fiscal Year 2011 General Fund . BRIDGE OVER E. Allen Avenue BNSF Railroad Bellaire Drive South (East Bound) Tributary of Trinitv River Bellaire Drive South (West Bound) Tributary of Trinitv River Hattie Street BNSF Railroad Mark IV Parkway (North Bound) Little Fossil Creek Mark IV Parkwav (South Bound) Little Fossil Creek Villaae Creek Road Tributary of Lake Arlinaton The project was advertised on May 12, 2011 and May 19, 2011, in the Fort Worth Star-Telegram. On June 9, 2011, the following bids were received: BIDDERS AMOUNT Vendiam Construction, LLC $231,810.20 Revegetation Services $ 261,020.00 Restek, Inc. $ 324,475 .00 Gibson & Associates $ 325,795.00 Massana Construction, Inc. $ 578,000.00 Vendigm Construction, LLC, is in compliance with the City's M/WBE Ordinance by committing to 25 percent M/WBE participation on this project. The City's M/WBE goal on this project is 12 percent. Additionally , Vendigm Construction, LLC, is a certified M/WBE firm . 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 is located in COUNCIL DISTRICTS 2, 3, 5, and 8. http://apps.cfwnet.org/council_packet/mc _review.asp?ID= 15626&councildate=8/9/2011 8/12/2011 - - M~CReview Page 2 of2 FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current operating budget, as appropriated, of the General Fund. TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS Brid~ !2lpdf Brid.ge2.pdf Bricige_3.p.df Bridge4.pdf Bri.dge5 (2}.pdf FROM Fund/Account/Centers GG01 539590 0202003 $231.810 .20 Fernando Costa (6122) Doug Wiersig (7801) George Behmanesh (7914) http://apps.cfwnet.org/council _packet/me _review .asp?ID= l 5626&councildate=8/9/2011 8/12/2011 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR BRIDGE REPAIR AND REHABILITATION AT SEVEN LOCATIONS (2011-18) TPW PROJECT NO. GGOl-537110-0202003 IN THE CITY OF FORT WORTH, TEXAS MAY2011 ..5-/2-2al/ GEORGE BEHMANESH, P.E. ASSIST ANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT DATE TABLE OF CONTENTS INDEX: 1. Notice to Bidders 2. Special Instructions to Bidders 3. Scope of Work 4. Minority and Women Business Enterprises Specifications 5. Proposal 6. Special Provisions 7. TxDOT Standard Specifications (Items 360,401, 432 & 438) 8. Prevailing Wage Rates 9. Vendor Compliance to State Law 10. Contractor Compliance With Workers' Compensations Law 11. Certificate of Insurance 12 . Experience Record and Equipment Schedule 13. Performance Bond 14. Payment Bond 15. Maintenance Bond 16. Contract 17. Notice of Construction Detail APPENDICES: Appendix A: Summary of Quantities Appendix B: Project Location Maps Appendix C: Project Designation Sign Detail Appendix D: Other Details Sealed Proposals for the following: BRIDGE REPAIR AND REHABILITATION AT SEVEN LOCATIONS (2011-18) TPW PROJECT NO. GGOl-539590-0202003 Submit package t o City of Fort Worth, Pµrchasing Divi sion, in the lower level of the Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas 76102 until 1:30 P .M., Thursday, June 09, 2011 , and then publicly read aloud at 2 :00 p .m., in the Council Chambers. Specifications and Contract Documents for this project can be purchased for a non-refundable fee of thirty dollars ($30.00) per set at the office of Transportation and Public Works Department, second floor of MuniGipal Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. These documents contain additional information. A pre-bid conference will be held at 9:00 A.M. May 25, 2011, in Conference Room 270 , 2nd Floor, Municipal Building. Following bridges are included in this project: 1. E. Allen Avenue ov er BNSF Railroad; 2. Bellaire Drive S . (EB) over Trib . of Trinity River; 3 . Bellaire Drive S. (WB) over Trib . of Trinity River; 4 . Hattie Street over BNSF Railroad; 5. Mark IV Parkway (NB) over Little Fossil Ck; 6. Mark IV Parkway (SB) over Little Fossil Ck and 7. Village Creek Road over Trib. of Lake Arlington. - The major work on the above-referenced project shall consist of the following items: 3,900 17 ,500 1,130 SF SF LF Concrete Bridge Deck Repair Multi-Layer Epoxy Concrete Overlay Cleaning and Sealing Joints & Cracks Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. For additional information, please contact Tariqul Islam, Project Manager at (817) 392-2486 . T.M.IDGGINS INTERIM CITY MANAGER Advertising Dates: May 12, 2011 May 19, 2011 DOUGLAS W. WIERSIG, P.E., DIRECTOR TRANSPORTATION AND PUBLIC WORKS . DEPARTMENT By: -lti:ii TARIQUL ISLAM Graduate Engineer SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms .. or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting the Transportation and Public Works Department at (817) 392- 2486. Bids that do not acknowledge all applicable addenda will be rejected as non- respons1ve. SPECIAL INSTRUCTIONS TO BIDDERS - l - 4. AW ARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of forty-nine ( 49) City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City. 5. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is $25 ,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the contract amount is in excess of $100,000, a Performance Bond shall be executed , in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans , specifications , and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. D. A Two-year Maintenance Bond is required for all projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Paragraph 7 of the Special Provisions . To be an acceptable surety on the performance,, payment and maintenance bonds , the surety must be authorized to do business in the state of Texas and meet all requirements of Texas Insurance Code, section 7 .19-1. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100 ,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law . Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety .on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City SPECIAL INSTRUCTIONS TO BIDDERS -2 - 6. 7. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 -General Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. EMPLOYMENT AND NON-DISCRIMINATION: The Contractor shall not discriminate against any person(s) because of sex, race, religion, color or national origin and shall comply with the provisions of sections 13A-21 through 13A-29 of the Code of the City of Fort Worth (1986), as amended, prohibiting discrimination in employment practices . 8 WAGE RATES: All bidders will be required to comply with prov1s10n 5159a of "Vemons Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth, Texas, and set forth in Contract Documents for this project. 9. FINANCIAL STATEMENT: A current certified financial statement may be required by the Director of the Transportation and Public Works for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 10. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or $250,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto", defined as autos owned, hired, and non- owned). Additional lines of coverage may be requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders -Item 16. ADDITIONAL INSURANCE REQUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. SPECIAL INSTRUCTIONS TO BIDDERS -3 - D. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. E. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. F . Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. G. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. H. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. I. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. J. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. K . In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. L. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 11. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non- resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. SPECIAL INSTRUCTIONS TO BIDDERS - 4 - "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if the project is funded in whole or in part with federal funds. The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. 12. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 11923, as amended by Ordinance No. 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. The M/WBE Utilization Form, Prime Contractor Waiver Form and the Good Faith Effort Form, as applicable, must be submitted no later than 5:00 p. m. five (5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Transportation and Public Works Department ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information: 1. Name of Contract 2. Name ofM/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project, the Contractor comply with the M/WBE Ordinance by complying with the following procedures: • A M/WBE Participation Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. • Reports are to be submitted monthly to the M/WBE Office, regardless of whether or SPECIAL INSTRUCTIONS TO BIDDERS -5 - not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month, place a "O" or "no participation" in the spaces provided, and provide a brief explanation. • The Contractor shall provide the M/WBE Office proof of payment to the M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as proof of payment: 1. Copies of submitted invoices with front and back copies of canceled check(s), OR 2. A notarized letter explaining, in detail: a Subcontractor/supplier Scope of Work b. Date when services were received from subcontractor/supplier c. Amounts paid to the subcontractor/supplier d. Original signatures from both parties must be included on this letter. • If the Contractor foresees a problem with submitting participation reports and/or proof of payment on a monthly basis, the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion. 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. a. All requests for changes must be reviewed and pre-approved by the M/WBE Office. b. If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office, 3rd floor -City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M/WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be SPECIAL INSTRUCTIONS TO BIDDERS - 6 - grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further , any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three years . 13. AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the proposal , the City reserves the right to adopt the most advantageous construction thereof or to reject the proposal. 14. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages , city shall make a progress payment in the amount that city deems due and payable. g . In the event of a dispute regarding either final quantities or liquidated damages , the parties shall attempt to resolve the differences within 30 calendar days . 15. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through October 31, with 6:00 a.m . -10:00 a.m. being critical because emissions from this time period have enough time to bake in the hot atmosphere that leads to early afternoon ozone formation . The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the AIR POLLUTION WATCH by 3:00 p.m. on the afternoon prior to the WATCH day. On designated AIR POLLUTION WATCH DAYS, the Contractor shall bear the responsibility of being aware that such days have been designated AIR POLLUTION WATCH DAYS and as such shall not begin work until SPECIAL INSTRUCTIONS TO BIDDERS - 7 - 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than I-hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel {ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m., on a designated AIR POLLUTION WATCH DAY, that day will be considered as a weather day and added onto the allowable weather days of a given month. 16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: A. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in. 406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the SPECIAL INSTRUCTIONS TO BIDDERS - 8 - coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the City: (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. E. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity beginning work on the project; and SPECIAL INSTRUCTIONS TO BIDDERS . 9. (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts , to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the go vernmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false of misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. the text for the notices shall be the following text, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." SPECIAL INSTRUCTIONS TO BIDDERS -10 - "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." 17. AGE DISCRIMINATION: In accordance with the policy ("Policy'') of the Executive Branch of the federal government, contractor covenants that neither it nor any officers, members, agents or employees who engage in the performance of this contract shall, in connection with such employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against any person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents or employees acting on their behalf, shall specify in solicitations or advertisements for employees to work on those contract a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants that it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the Policy in the performance of this contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"}, Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply with the ADA's provisions and any other applicable federal, state, or local laws concerning disability and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the ADA in the performance of this contract. END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS -11 - SCOPE OF WORK The primary objective ofthis project is to rehabilitate & seal the concrete deck and to provide a protective surface topping using multi-layer epoxy concrete overlay and other related repair works of multiple bridge locations included in this project. Related works include in this project are cleaning and sealing existing deck joints, remove and replace concrete approach slab, sidewalk and riprap. For estimate of quantities and locations for each bridge see Appendix A & B. 1. E. Allen A venue over BNSF Railroad This bridge is 60' wide (including sidewalks) and 876 long pre-stressed concrete Girder bridge . The bridge has two lanes of traffic on each direction. The concrete deck of this bridge needs shallow and medium depth repair. The failed approach slabs of this bridge to be replaced. The deck joints have to be cleaned and resealing with silicon sealant. Failed concrete sidewalks at each end of this bridge need to be replaced after necessary base repair. The failed section of concrete riprap to be replaced and voids underneath should be filled with flowable fill. 2. Bellaire Drive South (EB) over Trib. of Trinity River 3. Bellaire Drive South (WB) over Trib. of Trinity River These twin bridges are each 41' wide (including sidewalks) and 158' long continuous steel I beam Girder bridge . There are 2 lanes of single direction of traffic on each of these bridges. The concrete decks of these bridges need shallow and medium depth repair. The cracks on deck need to be cleaned and sealed with epoxy. After necessary repairing of concrete, the decks have to be overlaid with multi-layer epoxy concrete topping . 4. Hattie Street over BNSF Railroad This is a 60' wide (including sidewalks) and 412 ' long steel plate girder bridge. This bridge has 2 lanes in each direction of traffic . The failed approach slabs of this bridge to be replaced. Failed concrete sidewalks at each end of this bridge need to be replaced after necessary base repair. The deck joints have to be cleaned and resealing with silicon sealant. 5. Mark IV Parkway(NB) over Little Fossil Creek 6. Mark IV Parkway(SB) over Little Fossil Creek These twin bridges are each 39' wide (including sidewalks) and 91' long Pan girder bridge. There are 2 lanes of single direction of traffic on each of these bridges. The concrete decks of these bridges need shallow and medium depth repair. The cracks on deck need to be cleaned and sealed with epoxy. After necessary repairing of concrete, the decks have to be overlaid with multi-layer epoxy concrete topping. The deck joints have to be cleaned and resealing with silicon sealant. The failed approach slabs at north end of south bound bridge need to be replaced. 1 7. Village Creek Road over Trib. of Lake Arlington This is a 46' wide (including sidewalks) and 44' long concrete pan girder bridge with 2 lanes in each direction of traffic . The concrete decks of this bridge needs shallow and medium depth repair. The cracks on deck need to be cleaned and sealed with epoxy. After necessary repairing of concrete, the decks have to be overlaid with multi-layer epoxy concrete topping. The deck joints have to be cleaned and resealing with silicon sealant. 2 TRANSPORTATION AND PulUC WORKS BUSINESS SUPPORT DMSION W/MBE REQUIRED DOCUMENTATION RECEIPT Official Date and Time 06 -1 4 -11 A1 0 :12 I N Bid Date: June q i'lO \ \ Project Name: fudqt 'Rql!l( QV\O. fs-eb A-bi\i k ~ru g( ~l'.¥1 t-owti (~ 11-IK) Project Manager: J: ~\ ~ U \ \ ~\Qty) \ Forms Submitted By Name: _\ __ \o~~~V\a""-'-±b ........ cm~W~h_Liv ______ _ Company: ~\l---/{X)_b\__..t%YY\~ _____ Co_n_S \i_u.c_i 'a_n ____ _ Forms Received By; Name: \¥20:'i :JuJcb 5 ~ FORT WORTH -~ O 6 -1 4 -1 1 A 1 0 : 1 2 I ~I City of Fort Worth Subcontractors/Suppliers Utilization Form ATTACHMENT1A Page 1 of 4 Check applicable block. to describe prime BRIDGE REPAIR AND REHABILITATION AT SEVEN LOCATIONS (2011-18) City's M/WBE Project Goal: % Prime's M/WBE Project Utilization: % M/W/DBE NON-M/W/DBE BID DATE -q-~{i\ PROJECT NUMBER Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with ~E?quest~d 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, Johnson, Collin, Dallas, Denton , Ellis , Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered _ 151 tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have _been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA}, or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease aqreement. 7 - 1 Rev . 5/30/03 FORT WORTH ~-·0 6 -14-11 Al 0 :1 3 I N ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; Le., Minority, Women and non-M/WBEs . Please list M/WBE firms first , use additional sheets if necessary . Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail 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 ~\co\ Tu-e\J tde. @ · t~4~s. 51, 01£/. 0~ rrod-~ 'P.)u~-us ~~ca.des Bae.uCD..de... ~~s lo1CoO pe~.f,~ 7-2 Rev . 5/30/03 ATTACHMENT 1A Page 4 of 4 FORT WORTH -~ 06 -14 -1 1 Al 0 :13 I N ' Total Dollar Amount of M/WBE Subcontractors/Suppliers $GS10+9 ,oQ Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ fl) TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ l£J5, o-:J-q . o~ The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offerer further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid . The Offerer also agrees to allow an audit and/or examination of any books, records and files held by their company . The bidder agrees to allow the transmission of interviews w ith owners , principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City . Any intentional and/or knowing m isrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for in itiating 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. Printed Signature Company Na Telephone and/or Fax 5+95 e. Ul\0cas.\--f.a 3\e.{lo<o Address ail Address ~-/~-cxo// ~~ \Doe:M11 Ti +lo! I~ ~lty/State/Zip I Date 7 -4 Rev. 5/30/03 PART B -PROPOSAL BRIDGE REPAIR AND REHABILITATION AT SEVEN LOCATIONS (2011-18) TO : DALEA. FISSELER, P.E . FROM: (Bidder's Name) CITY MANAGER FORT WORTH, TEXAS ~axi ·19ro Cm<s\-©1r:be{) 'S+c?-5 E LaxJ~~,Ste -2ort> (Address) fo~ ~ 11',( ::floll 0 For: BRIDGE REPAIR.AND REHABILITATION AT SEVEN LOCATIONS (2011-18) T/PW Proj ect No. GGOl-539590-0202003 Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans, specifications, and the site, understands the amount of work to be done and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete the work as provided in the Plans and Specifications, and subject to the inspection and approval of the Director, Transportation and Public Works of the City of Port Worth. Upon acceptance of this proposal, the bidder is bound to execute a contract and furnish Performance and Payment Bond approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums to-wit: Pay Ite m No. 1. 2. BRIDGE REPAlR AND REHABILITATION AT SEVEN LOCATIONS (2011-18) Spec Approximate Description of Bid Item & Unit T ota l Item Qu antity Unit Item Prices Price Price No . P er/Unit Written in Words SF Concrete Bridge Deck Repair $6.36 $ 3S13'+-:/. .5 Class I (B) (Shallow) SP 2,650 lb \g_-\f ti\ Dollars & ""'®~"~ Cents per SF SP 1,250 SF Concrete Bridge Deck Repair $23.q~ $~9,9'JS I Class II (B) (Mid-Depth) "Tvx;,n-\--~ +ht?-: e..ee Dollars & N ·, N-y J;ve__ Cents per SF PROP 07-0491 -(2) B -I BRID GE REPAIR AND REHABILITATION AT SEVEN LOCATIONS (2011 -18) P ay Sp ec Approxim ate D es cr iptio n of B id Item & U nit T ot al Ite Item Qu an ti ty Unit It em Pri ces Pric e P rice m No. Per/Unit Written in Wor ds N o. 3. SP 1,130 LF Cleaning and Sealing Joints and Cracks (Class 7 Sealant) $Z,.~ $g 1D65.Q 438 t,\~b± Dollars & fu.L~ Cents per LF 4. SP 100 CY Remove and Replace Bridge $'.'.?lo1-. \B $ ?to,:::J-1~ Approach Slab 104 1bUL :\AundgecJ 3-,~ 314 <:moo Dollars & 360 ~'ftteL(\ Centsper CY 5. SP 200 LF Remove and Replace 7" Concrete $J1 .. oo $5, t,d) Curb 104 -r~ rLlYle 502 Dollars & ·z..vz_o Cents per LF Remove and Replace 4 -inch $g . t)() $5,qgp 6. SP 660 SF Concrete Si dewalk 104 N·\'Qe 504 D oll ars & -z..~ Cents per LF PR OP 07-0491 -(2) B-2 BRIDGE REPAIR AND REHABILITATION AT SEVEN LOCATIONS (2011 -18) Pay Sp e c A ppro xi m ate Des cription of B i d Ite m & U nit T otal Ite Item Quantity Unit Item Prices P rice Price m No. Per/Unit W ritten in W ords N o. 7 . SP 10 CY Remove and Replace Concrete Riprap $3®-80 $~~'() 104 432 --rnea. t\~ k-\-y ~Vet Dollars & ~hl~ Cents per CY 8. SP 25 CY Flowable Fill in Voids $~ \lo .t),o $ \D1~Dl,50 401 U)('lnlJ~\AW'lcl~ 3-,~ Dollars & ~>\'t Centsper CY 9. SP 17,500 SF Multi-Layer Epoxy Concrete $is.i-ii $C)L.{ I (.p 1-S Overlay (2-1/8" Layers) 'h\Je- ht 1e..A-y 6Ge-> Dollars & ~J~..\y c:i}{',, Cents per SF 10. SP 2 EA Project D esignation Signs (Pre-$ 200.00 $ 400.00 bid Item) Two hundred Dollars & No Cents per EA Total Bid Section: PROP 07-0491-(2) B -3 PART B -PROPOSAL (Continued) Within ten (10) days after notification by the City, the undersigned will execute the formal contract and will deliver an approved Survey Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas , in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby . The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Project dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans . The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by terms of City Ordinance No. 7278 as amended by City Ordinance No . 7400 . The Bidder agrees to begin construction within -11_ calendar days after issue of the work order, and to complete construction within 126 calendar days as set forth in the written work order to be furnished by the Owner. Receipt is acknowledged of the following addenda: Addendum No . 1 Addendum No. 2 Addendum No. 3 (Seal) If Bidder Corporation Respectfully submitted, By: 9*=~ Title: r"l V i'l1 e (/' Address: 5::fQS t:. kw (Q~ 1 Qoo fn;?J-: \ A.h&tb J>l Tu\\~ PROP 07-0491-(2) B -4 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 pr incipal 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 princ ipal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas .·~ BIDDER: (Please print) 5±~ S £ -U}X)(r.;8--ec._. I S\e_2,r) Signature : -~..----~k---=------,,,=------- ~VL0Mr) ~ +lo~ City . Stae Zip Title : \lthr ~ V' (Please pr int) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION 6 - 1 SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORT ANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety 's toll free telephone number for information or to make a complaint at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 5000 Plaza on the Lake, Suite 290 Austin, TX 78746 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES : Should you have a dispute concerning your premium or about a claim , you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism , riot , civil insurrection, or acts of war . Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio-hazards , hazardous materials, environmental spills , contamination , or cleanup , nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence , or appearance thereof. Rev 11 .11 .03 POA #: 4221050 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMP ANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint William D . Baldwin , Brady K . Cox, Michael B. Hill, Brent Baldwin, Brock Baldwin , Blaine Allen its true and lawful Attorney-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Five Million and 00/100 Dollars ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment shall continue in force_until 12/31/2013 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the·Company as if signed by the President and sealed and effected by the Corporate Secretary . Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 201h of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 3rd day of September, A.O. 2010. 11\UJl!Mi,t~ \)P.ANc~ ~~ .. ~·-·-.. -{~ iS/~-?\i1 ~l w 1'~i 0:\ q, .. ~, ~... J. / ~J '-·--;·~/" ·- PANY State of Texas ss: County of Harris On this 3rd day of September, A.D. 2010 before me personally came John Knox Jr., to me known , who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY , the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. ,,111111, ~-,t~,~.rtrl;,,, JACQUELYN MALDONADO f~~·· '·t\ Notary Publ ic , State of Texas ;,). ) .. j My Commission Expires --~,;;;,,~~--May 18 2013 11/IIIIJ\\\ I I, M. Brent Beaty, Assistant Secretary ofSURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. M. ~te r._t lkaty, · ,, i~ant Seq etary -::. ;:._ ·. :::---.. ...... Any instrument issued in excess of the penalty stated above is totally void and without any valioity.~ ··-. :::-.. - For verification of the authority of this power you may call (713) 812-0800 any business day betwean 8:o·o·am -anct··s:OO pm CST. Disadvantaged Business Enterprise Certification North Central Texas Reg ional Certificati on Agency Vendigm Construction, LLC Disadvantaged Business Enterprise has filed with the Agency an Affidavit as defined by 49 CFR Part 26 and is hereby certified to provide service(s) in the following areas: 238110;236220 ;238310 ;237310 ;237990 ;238120 ;238910 ;561730 ; Poured Concrete Foundation and Structure Contractors ; Commercial and Institutional Building Construction (pt); Drywall and Insu lation Contractors ; Highway, Street , and Bridge Construction June 2011 This Certification is valid begining and superceded any registration or li sting previously issued. This certification must ne updated annually by submission of an Annual Update Affidavit .. At any time there is a change in ownership or control of the firm, notification must be made immediately to the North Central Texas Regional Certifi cation Agency. June 12 Cer tificate expiration ______________ ,20 __ _ Certification Administrator June 11 Issued date _________________ ,20 __ _ CERTIFICATION NO. BMDB49333Y0612 Lilho. in U.S.A ~f aft nf mrxas Historically Underutilized Business Certification and Compliance Program The Texas Comptroller of Public Accounts (CPA), hereby certifies that VENDIGM CONSTRUCTION, LLC has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be recognized as a HUB. This certificate , p ri nted 24-MA Y -2008 , supersedes any registration and certificate previously issued by the HUB Program. If there are any c hanges regarding the information (i.e., business structure, ownership, day- to-day management, operational control, addresses, phone and fax numbers or authorized signatures) provided in the submission of the business' application for registration/certification as a HUB, you must immediately (w ithin 30 days of such changes) notify the HUB Prog ra m in writing. The CPA reseNes the right to conduct a compliance review at any time to confirm HUB elig ibility. HUB certification may be suspended or revoked upon findings of inel igib ility. Certificate/VID Number: 1260847586400 File/Vendor Number: 55004 Approval Date: 22-MAY-2008 Expiration Date: 22-MAY-2012 Division Paul A. Gibson, Manager Statewide HUB Program Texas Comptroller of Public Accounts Texas Procurement and Support SeNices Note: In order for State agencies and institutions of hig her education (universities) to be credited for utilizing this business as a HUB , they must award payment unde r the Cert ificate/V ID Number identified above . · Agencies and univers ities are encoura ged to validate HUB certification prior to issuing a notice of award by accessing the Internet (http ://www.window .state .tx.u s/procurement//cmbl/hubonly.html) or by contacting the HUB Program at (888) 863-5881 or (5'12) 463-5872 ~faft nf <ciltxas Historically Underutilized Business Certification and Compliance Program The Texas Comptroller of Public Accounts (CPA), hereby certifies that BUYERS e ·ARRICADES, INC has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be recognized as a HUB. This certificate, printed 22-MAR-2010, supersedes any registration and certificate previously issued by the HUB Program. If there are any changes regarding the information (Le .. business structure, ownership, day-to-day management, operational control, addresses, phone and fax numbers or authorized signatures) provided in the submission of the business' application tor registration/certification as a HUB, you must immediately (within 30 days of such changes) notify the HUB Program in writing. The CPA reserves the right to conduct a compfiance review at any time to confirm HUB eligibility. HUB certification may be suspended or revoked upon findings of ineligibility. CertificateNID Number: 1752963599100 FileNendor Number: 66419 Approval Date: 04-FEB-2010 Expiration Date: 04·FE8-2014 Paul A. Gibson Statewide HUB Program Manager Texas Comptrolrer of Public Accounts Texas Procurement and Support Services Division Note: In order for State agencies and institutions ot higher education (universities) to be credited for utilizing th is business as a HUB, they must award payment under the CertificateNID Number identified above . Agencies and universities are encouraged to validate HUB certification prior to issuing a notice of award by accessing the lntemet (http://www.window.state.tx.us/procurement//cmbl/hubonly.html) or by contacting the HUB Program at (888) 863-5881 or (512} 463-5872. NCTRCA Wo1nen-Owned Business Enterprise Certification <i:I GOES 346 Ram Tool & Supply Company, Inc. Woman-Owned Business Enterprise ha., filed with the Agency an Affidavit as defined by the NCTRCA M/WBE policies & procedures and is hereby certified to provide 8en'ice(s) in the following areas: 423610; Electrical Apparatus and Equipment, Wiring Supplies, and Related Equ ipment Merchant Wholesalers ; This Certification is valid beginnin March 2011 and superseded any registration or listing previously issued. This certification must be updated annually by submission of an Annual Update Affidavit. At any time there is a change in ownership or control of the firm, notification must be made immediately to the North Central Texas Regional Certification Agency. ,(, ---- 1A. 1. -·1 ,c \:, ,,:-.,: f ~-:·.,, . 7 r1 /. < •. t .. -.:.f,A,, ,.. • : . ,' . 1, .. - Certiftcate expiration. ___ M_a_rc_h ________ .,20 12 March 11 Certification Administrator Issued date. ________________ .,.,.,, __ _ CERTIFICATION NO. \NFVVB48766N0312 Lithe. in U.S .A. SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: BRIDGE REPAIR AND REHABILITATION AT SEVEN LOCATIONS (2011-18) PROJECT ID: GGOl-539590-0202003 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following seven (7) bridges: E. Allen Ave. over BNSF Railroad; Bellaire Dr. South (EB) over Trib. of Trinity River; Bellaire Dr. South (WB) over Trib. of Trinity River; Hattie St. over BNSF Railroad; Mark IV Pkwy. (NB) over Little Fossil Ck; Mark IV Pkwy. (SB) over Little Fossil Ck and Village Ck. Rd over Trib . of Lake Arlington. Work includes the following: repair of concrete bridge deck defects ; cleaning and sealing existing deck joints; provide a multiple-layer epoxy broadcast overlay to decks; remove and replace concrete sidewalks; remove and replace concrete approach slabs and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. 2. AW ARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder of the Base Bid (Section A). The City Engineer shall evaluate and recommend to the City Council the best bid which is considered to be in the best interest of the City. Bidders are hereby informed that the Director of the Department ofTPW reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City. 3. PRECONSTRUCTION CONFERENCE: The successful Contractor, Engineer, and City-City shall meet at the call of the City for a preconstruction conference before any of its work begins on this project. At this time, details of sequencing of the work, contact individuals for each party, request for survey, and pay requests will be covered. Prior to the meeting, the Contractor shall prepare schedules showing the sequencing and progress of their work and its effect on others. A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction. As used herein, the term "Engineer" shall mean the design engineer who prepared and sealed the plans, specifications and contract documents for this project. 4. EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of 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. During the construction of this project, it is required that all parkways be excavated and shaped including bar ditches at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Engineer. SP -1 During construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 5. BID SUBMITTAL: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time . Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids as appropriate and as determined by the Director of the Department of Engineering. 6. WATER FOR CONSTRUCTION : Water for construction will be furnished by the Contractor at his own expense. 7. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. 8. PAYMENT: The Contractor will receive payment (minus 10% retainage for contract is less than $400,000 or minus 5% retainage for contract is $400,000 or greater) twice a month for work completed during the pay periods ending on the 15th and the 30th day of each month . Checks will be sent to the contractor within the two (2) week window following each payment period. Payment of the remaining amount shall be made with final payment and upon acceptance of the project. 9. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects, such as conditions imposed by the Plans , the General Contract Documents or these special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item or work, the cost of which shall be included in the price bid in the Proposal for each bid item, including but not limited to surface restoration cleanup and relocation of mailboxes. All objectionable matter required to be removed from within the right-of-way and not particularly described under these specifications shall be covered by Item No . 102 ''Clearing and Grubbing" and shall be subsidiary to the other items of the contract. 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor 's particular attention is directed to the requirements of Item 7 , "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". 11. WAGE RATES: The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth, Texas, in accordance with statutory requirements, as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any subcontractor on the site of the project covered by these Contract Documents . In no event shall less than the rates be paid as attached . 12. EXISTING UTILITIES: The locations and dimensions shown on the plans relative to existing utilities are based on the best information available. It shall be the Contractor's responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance. The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities and any losses to the utility City due to disruption of service resulting from the Contractor's operations shall be at the Contractor's expense. SP-2 13. PARKWAY CONSTRUCTION: During the construction of this project, it will be required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Director of the Department of Engineering . 14. MATERIAL STORAGE : Material shall not be stored on private property unless the Contractor has obtained permission from the property City. 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures , improvements and utilities , which may be encountered. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Engineer to be accurate as to extent, location and depth, they are shown on the plans as the best information available at the titne of design, from the Owners of the utilities involved and from evidences found on the ground . 16. INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the bid proposal may not reflect actual quantities ; however, they are given for the purpose of bidding on and awarding the contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus(±) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. 17. 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 City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance 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. SP - 3 18. EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7400 (Fort Worth Ci ty Code Sections 13-A-21 through 12-A-29) prohibiting discrimination in employments practices. The Contractor shall post the required notice to that effect on the project site , and at his request , will be provided by assistance by the City of Fort Worth 's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. 19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M!WBE) COMPLIANCE: In a9cordance with City of Fort Worth Ordinance No. 15530 , the City has goals for the participation of minority business enterprises and women business enterprises in City contracts. The Ordinance is incorporated in these specifications by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within fine (5) city business days after bid opening. Failure to comply shall render the bid non-responsive . Upon request , Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of acts (other than a negligent misrepresentation) and /or the commission fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal , state, or local laws or ordinances relating to false statement. Further, any such misrepresentation ( other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time not less than three years. The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids . Failure to comply with the City's M/WBE Ordinance, or to demonstrate "good faith effort", shall result in a bid being rendered non-responsive to specifications . Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors to the City's M/WBE office . The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid . The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable. Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non-responsive . SP-4 Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be gi ven an opportunity to perform the work. Whenever a change order exceeds 10% of the original co11tract , the M/WBE _coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the contract shall: a. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid; and, b. If substantial subcontracting and/ or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform with his forces, the Contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City, and, c. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers. Justification for change may be granted for the following: ( 1) Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance . (2) Failure of Subcontractor to provide required general liability of other insurance . (3) Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan. (4) Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City, the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive ofM/WBEs. 20. FINAL CLEAN-UP: Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed. No more than seven days shall elapse after completion of construction before the roadway and ROW. is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. 21. SITE RESTORATION AND DAMAGE TO PRIVATE PROPERTY: The Contractor shall be responsible for restoring the site to original or better conditions after completion of his operations subject to approval of the Owner. Replacement shall be in kind or better. At the Contractor 's discretion, digital photos may be taken of existing conditions for documentation. The burden of proof as to pre-project site conditions is the sole responsibility of the Contractor. The Contractor shall immediately repair or replace any damage to private property, including but not limited to fences , walls, pavement, and water and sewer services, at no cost to the Owner. All costs for site restoration, repair or replacement to private property and documentation shall be considered subsidiary to the project contract price and no additional payment will be allowed. 22. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. WORKERS COMPENSATION INSURANCE COVERAGE: SP - 5 a. DEFINITIONS: Certification of coverage ("Certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, OR TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406 .096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent Contractors, subcontractors, leasing companies, motor carriers, City-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets . b. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 ( 44) or all employees of the Contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. g. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. SP -6 h. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. i. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: ( 1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas Labor Code, Section 401 .011 ( 44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current ·Certificate of coverage ends during the duration of the project; (4) obtain form each other person with whom it contracts , and provide to the Contractor: a. a certificate of coverage, prior to the other person beginning work on the project; and b. a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; c . retain all required certificates of coverage on file for the duration of the project and for one year thereafter. d. Notify the governmental entity in writing by certified mail or personal delivery, 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 e . contractually require each person with whom it contracts, to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services. j. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by 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 appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative, criminal, civil penalties or other civil actions. k. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten day after receipt of notice of breach from the governmental entity. SP -7 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 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's compensation insurance . This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identify of their employer or status as an employee. Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 23. SAFETY STANDARDS AND ACCIDENT PREVENTION: With respect to all work to be performed under this Contract, the Contractor shall: a. Comply with the safety standards provisions of applicable laws , building and construction codes and the Manual of Accident Prevention in Construction published by the Associated General Contractors of America, the requirements of the Occupational Safety and Health Act of 1970 (Public Law 91-596 and subsequent amendments), and the requirements of Title 29 of the Code of Federal Regulations, Section 1910 or 1926 as applicable. b. Exercise every precaution at all times for the prevention of accidents and the protection of persons (including employees) and property. The attention of the Contractor is directed to the Requirements (including permitting and recording) of the Confined Space Entry Regulations that are under OSHA 24. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material that has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed substitutes is procured by the Contractor. Where the term "or equal", or "approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal , and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications SP -8 25. MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. 26. CONSTRUCTION SCHEDULE: It shall be the responsibility of the Contractor to furnish the Construction Engineer prior to construction a schedule outlining anticipated time each phase of construction will begin and be completed, including clean up time 27. WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities, right-of-ways, easements and/or permits are cleared or obtained. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 28. ZONING REQUIREMENTS: During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes 29. WORKING DAYS: The Contractor agrees to complete the Contract within the allotted number of working days . 30. 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. 31. CONSTRUCTION SPECIFICATIONS : This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTIONS NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS TEXAS ST AND ARD SPECIFICATION FOR CONSTRUCTION & MAINTENANCE OF HIGHWAYS, STREETS AND BRIDGES, TEXAS DEPARTMENT OF TRANSPORTATION A copy of the City specifications may be purchased at the Office of the Transportation and Public Works Department, 1000 Throckmorton Street, 2°d Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the Engineer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document. 32. CONTRACT DOCUMENTS : 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 "nonresponsive" and rejecting bids or voiding contract as appropriate and as determined by the Assistant Director of the Department of Transportation and Public Works SP - 9 33. 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 and will be required to replace at his expense any part or the entire project which becomes defective due to these causes. 34. TRAFFIC CONTROL: The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statues, pertinent sections being Section Nos. 27, 29, 30 and 31. 35. 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 Director of the Department of Engineering and ifby 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 Council; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 36. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction as required by Engineer by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans. Construction signing and barricades shall conform with "1980 Texas Manual on Uniform Traffic Control Devices, Vol. No. l." 37. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoiVfill material, the Contractor shall advise the Director of the Department of Transportation and Public Works 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). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoiVfill materials at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering, Contractor shall remove the spoiVfill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. SP -10 38. QUALITY CONTROL TESTING: The Contractor shall furnish , at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. a. Tests of the design concrete mix shall be made by the Contractor 's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. b. Quality control testing of on site material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. c. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing . The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. d. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 39. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 40. SAFETY RESTRICTIONS -WORK NEAR IDGH VOLTAGE LINES : The following procedures will be followed regarding the subject item on this contract: a. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes , derricks , power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING-UNLAWFUL TO OPERATE TIDS EQUIPMENT WITHIN SIX FEET OF IDGH VOLTAGE LINES." b. Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. c. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Company) which will erect temporary mechanical barriers , de-energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken in each case. SP -11 d. The Contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. e. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph ( c ). 41. WATER DEPARTMENT PRE-QUALIFICATIONS: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. 42. RIGHT TO AUDIT: a. Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits. b. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall , under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection ( c) hereof. City shall give subcontractor reasonable advance notice of intended audits . c. Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies as follows: (1) 50 copies and under (2) More than 50 copies $0 .10 per page. $0.85 for first page plus $0.15 for each page thereafter. d. "Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract and further , that City shall have access during normal working hours to all appropriate work space, in order to conduct audits in compliance with the provisions of this article . City shall give subcontractor reasonable advance notice of intended audits ." 43. CONSTRUCTION STAKES : The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage, etc.), one set of excavation/or stabilization stakes, and one set of stakes for curb and SP -12 gutter and/or paving . It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc ., all stakes furnished until completion of the construction phase of the project for which they were furnished. If, in the opinion of the Engineer, a sufficient number of stakes or markings provided by the City have been lost, destroyed, or disturbed, that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place, then the Contractor shall replace such stakes or markings as required . An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes, at the Contactor 's expense. No claims for delay due to a lack of replacement of construction stakes will be accepted , and time will continue to be charged in accordance with the Contract Documents. 44. LOCATION OF NEW WALKS AND DRIVEWAYS: The Contractor will make every effort to protect existing trees within the parkway, with the approval of the engineer the Contractor may re- locate proposed new driveways and walks around existing trees to minimize damage to trees . 45. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: 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, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the Contractor receives such a letter, the Contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time . b. The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager 's Office and the appropriate city council members may also be informed. c. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Engineering Department's Public Information Officer. d. Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. e. If the Contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately . 46. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS" typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a .m. -10 :00 a .m. being critical BECAUSE EMISSIONS FROM SP -13 THIS TIME PERIOD HA VE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a .m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10 :00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions , or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7 :00 a.m. -6:00 p .m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month." 47. CONSTRUCTION NON-PAY ITEMS: NON-PAY ITEM 1: CLEARING AND GRUBBING : All objectionable items within the limits ofthis project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing." However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM 2: SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM 3: PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. NON-PAY ITEM 4: PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as SP -14 directed by the Engineer as the work progresses or as neede d . If, in the opinion of the Engineer it is necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be limited to : (1) Sweeping the street clean of dirt or debris (2) Storing excess material in appropriate and organized manner (3) Keeping trash of any kind off of residents ' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25 %. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. NON-PAY ITEM 5: PROJECT SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference. This schedule shall detail all phases of construction, including project clean up, and allow the Contractor to complete the work in the allotted time. Contractor will not move on to the jobsite nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in. Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. NON-PAY ITEM 6: NOTIFICATION OF RESIDENTS : In order to cut down on the number of complaints from residents due to the dust generated when saw-cutting joints in concrete pavement, the Contractor shall notify residents, in writing, at least 48 hours in advance of saw-cutting joints during the construction of paving projects. All costs involved with providing such written notice shall be considered subsidiary to this contract. NON-PAYITEM 7: PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project, the Contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows : a. The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, DOE No., Scope of Project (i .e. type of construction activity), actual construction duration within the block, the name of the Contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached. b. The Contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The Contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made . SP -15 - N ON-PAY ITEM 8 : SA WCUT O F EXISTING C ONCRETE: When existing concrete or H .M .A.C . is cut, such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint ifhe chooses . All sawing shall be subsidiary to the unit cost of the respective item. N ON -PAY ITEM 9 : L OC ATIO N AND EXPOSURE OF MANHOLES AND WATER VALVES: The Contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the recycling process commences for a particular street. a. The Contractor shall attempt to include the construction engineer (if he is available) in the ob servation and marking activity. In any event a street shall be completely marked a minimum to two (2) working days before recycling begins on any street. Marking the curbs with paint is a recommend ed procedure . b . It shall be the Contractor's responsibility to notify the utility companies that he has commenced work on the project. As the recycling is completed (within the same day) the Contractor shall locate the covered manho les and valves and expose them for later adjustment. Upon completion of a street the Contractor shall notify the utilities of this completion and indicate that start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company SBC -Telephone TXU Electric Delivery: Downtown Other than Downtown Atmos Energy-Despatch CFW -Street Light CFW -Light Signal CFW -Pavement Marking CFW -Storm Drain CFW-Water CFW-Sewer Te leehone Number 81 7-338-6202 214-384-3732 Cell 817-215-6424 817-215-6688 1-800-460-3030 8 1 7-392-7738 81 7-392-2538 8 1 7-392-2535 817-392-8107 81 7-392-5196 817-212-2699 817-925-2360 Cell 817-2 12-2699 817-944-8399 Cell Contact Person Mr. Gary Tillory Mr. Scott King Mr. Robert Martin ex Mr. James Turner Mr. Frank B rock Mr. Monte Wilson Mr. Chuck Snyder Mr. Juan Cadena Mr. R oger Hauser Mr. R ick Davis c. Under the terms of this contract, the Contractor shall complete adj u stment of the storm drain and Water D epartment facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H .M .A.C. overlay adjacent to said facilities. SP -16 d. Any deviation from the above procedure and allotted working days may result in the shut down of the recycling operation by the Construction Engineer. The Contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. NON-PAY ITEM 10: TIE-IN INTO STORM DRAIN STRUCTURE: The cost for making lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the respective lines. NON-PAY ITEM 11: SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation of sprinkler heads encountered shall be paid for under utility adjustment in the proposal section. No other compensation will be provided. NON-PAY ITEM 12: FEE FOR STREET USE PERMITS AND RE-INSPECTIONS : A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks, etc., will be required. The fees are as follows: a. The street permit fee is $75 .00 per permit with payment due at the time of permit application. b. A re-inspection fee of $25 .00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection. c. Payment by the Contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made . NON-PAY ITEM 13: TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE): a. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measure unless otherwise directed by the engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dames , berms, sediment basins, fiber mats , jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled- hay retards, dikes , slope drains and other devices. b. CONSTRUCTION REOUIRMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface are of e:rodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water course, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the SP -17 finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. (1) Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. (2) Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessary. (3) Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. (4) When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. (5) All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not part of the finished work. (6) The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. c. SUBMITTAL : Prior to the start of the applicable construction, the Contractor shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible-earth material to a minimum. He shall also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of waste materials. No work shall be started until the soil- erosion control schedules and methods of operations have been reviewed and approved by the Engineer. d. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. NON-PAY ITEM 14: TRAFFIC CONTROL: The Contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways," issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statutes, 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 at (817) 392-8712, at the pre-construction conference. Although work will not begin until the traffic control plan has been reviewed, the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required SP -18 construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 871-7738) to remove the sign. In the case ofregulatory 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 reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City o f Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas ." NON-PAY ITEM 15: WATER TESTING PAVEMENT: The Contractor shall test all proposed paving for water ponding. If ponding in any spot exceeds W', the Contractor shall replace affected pavement or provide other approved modifications (grinding, etc .) so that no ponding areas exceed a maximum of W ' depth. NON-PAY ITEM 16: REMOVING EXISTING TEMPORARY CURB: The contractor may break out existing temporary curb by any means approved by the Engineer. Any damaged pavement shall be repaired at the cost of the Contractor. Removing existing temporary curb shall be subsidiary to "Removing Metal Beam Guard Fence". 48. CONSTRUCTION PAY ITEMS: PAY ITEMS 1 & 2: CONCRETE BRIDGE DECK REPAIR: a. DESCRIPTION: This Item shall govern for the repair of deteriorated and/or damaged areas of concrete bridge decks as herein specified and as directed by the Engineer. Bridge deck repairs are divided into three main classes of repair: Class I: Class II: Class ill: for shallow repairs where the damage does not extend to the top mat of reinforcing steel; for mid-depth repair where damage extends to, or slightly below, the top mat of reinforcing steel; for full depth repair. These classes are further divided into three subclasses depending upon the desired time until return of service ( opening to traffic): Subclass (A): for rapid return to service within two hours after placing repair materials; Subclass (B): for prompt return to service within twenty four hours after placement of repair materials ; Subclass (C): for postponed return to service of seven days or more after placement of repair materials . SP -19 For example: A shallow repair requiring an immediate return to service is classified as a Class I (A) repair while a full depth repair where opening to traffic can be delayed is classified as a Class III (C) repair. b. MATERIALS: All materials shall conform to the pertinent requirements of the following TxDOT Items, except as noted herein: Item 420, "Concrete Structures" Item 421, "Portland Cement Concrete" Item 440, "Reinforcing Steel" Special Specification, "Epoxy and Adhesives" Cementing Materials. Proprietary repair materials are acceptable for use if approved by the Engineer. Information to be included for review shall include the manufacturer 's recommendations and material application instructions . At the Engineer's discretion, trial batches for proprietary repair materials may be required to verify that the compressive strengths specified herein are obtained. Proprietary repair materials shall be certified by the manufacturer to be free of soluable chlorides or other ingredients that my potentially cause corrosion of embedded reinforcing steel. All repair materials shall have the following minimum compressive strengths depending on the subclass of the repair (return to service time); Subclass (A): Subclass (B): Subclass (C): 2,000 psi at two (2) hours 3,600 psi at twenty four (24) hours 4,000 psi at seven (7) days The 28-day strength for all Subclasses shall be 4,000 psi. Trial batches of Portland cement Concrete furnished under TxDOT Item 421, "Portland Cement Concrete", may be required to verify that the compressive strengths specified above are achieved within the given time period. Concrete repair materials shall be air-entrained per Article 421.8, "Classification and Mix Design" ofTxDOT specifications. For Class I repairs with concrete, the slump shall not exceed one (1) inch and the maximum water-cement ratio shall not exceed 0 .35. For Class II repairs with concrete, the slump shall not exceed three (3) inches and the maximum water-cement ratio shall not exceed 0.45. Repair materials for Class III repairs shall conform to the requirements for Class "S" concrete in TxDOT Item 421, "Portland Cement Concrete". Admixtures for concrete shall conform to TxDOT Item 437 , "Concrete Admixtures". Coarse Aggregate. Coarse aggregate shall be a crushed or broken aggregate conforming to Section 439.2(1)(b), "Coarse Aggregate" of TxDOT's specification. For proprietary repair materials, the coarse aggregate shall be in conformance with the manufacturer's recommendations. The maximum aggregate size for a Class I (shallow) repair shall not be greater than Grade 6 or half the average repair depth and for a Class II repair shall be Grade 5 or 6 in accordance with Article 421.2, "Materials" ofTxDOT's specification. Coarse aggregate for a Class III (full depth) repair shall conform to the requirements for Class "S" concrete in Article 421.9, "Quality of Concrete" ofTxDOT's specification. For Class I repairs the coarse aggregate shall not have an absorption exceeding three (3) percent when tested in accordance with Test Method Tex-403-A. SP-20 - c. EQUIPMENT: All equipment shall be provided by the Contractor, subject to the approval of the Engineer and shall comply with the following: Concrete Removal Equipment. Proportioning and Mixing Equipment Placing and Finishing Equipment d. CONSTRUCTION METHODS: All areas to be repaired will be marked by the Engineer. Determination as to the class of repair will be made after the final concrete removal has been completed. The entire perimeter of the area to be repaired shall be saw-cut on the top surface to a depth of approximately one (1) inch. This saw-cutting depth may be reduced as directed by the Engineer in areas where insufficient cover is suspected so that the reinforcing steel will not be cut. For Class ill repairs, the bottom surface of the deck shall be chipped around the entire perimeter of the patch area using lightweight chipping hammers to provide as near a vertical surface as possible. Feather edges around this perimeter will not be permitted. The minimum depth of repair for a Class I repair is % inch. Concrete Removal. Surface Preparation Placing and Finishing Repair Materials Curing e. MEASUREMENT: Bridge deck repairs will be measured by the square foot of surface area for the various classes of repairs (Class I, II and ill). When a repair involves multiple depths , the areas for each class will be measured separately. f. PAYMENT: The work performed and material furnished in accordance with this Item and measured as provided under "Measurement", will be paid for at the unit price bid for "Bridge Deck Repair", of the various classes and subclasses specified. A bid price shall be provided for each of the three classes ofrepair (I, II, and III). The subclass (return to service time) will be determined by the Engineer and will remain the same for all classes of a given repair. These prices shall be full compensation for furnishing and placing all materials , removing and disposing of all loose or deteriorated concrete, saw-cutting, cleaning and/or replacing of reinforcing steel, and for all labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM 3: CLEANING AND SEALING JOINTS AND CRACKS: This item shall be completed in accordance with Item 438 of the Texas Department of Transportation 's, Standard Specification for Construction and Maintenance of Highways , Streets, and Bridges (enclosed). a. DESCRIPTION: Open joints that allow water from the deck to penetrate the deck shall be sealed with a silicone treatment to a minimum depth of Yi inch. This item also addresses existing open joints, construction joints and cracks in concrete riprap that undergoes rehabilitation. Silicone sealant shall conform to TxDOT DMS-6310 "Joint Sealers and Fillers" and shall consist of a two part, rapid curing, self-leveling, cold applied silicone material that cures to a low-modulus rubber upon exposure to atmospheric moisture . Joints shall be cleaned of all joint seals, old expansion materials/ devices, bituminous material, dirt, grease and all other deleterious material. All joints must be dry, clean, and moisture free and prepared as recommended by the manufacturer. Sealant shall be mixed and placed in accordance with manufacturer 's recommendations . In no case shall the sealant be placed unless the temperature is at least 45 °F and rising. Where appropriate, backer rods and backing SP -21 - materials shall be used for application of the sealant. Backer rods and backing materials shall conform to TxDOT specification 433 .2(4), "Backer Rods and Backing Materials". Sealant shall be depressed Yi" from any riding surface. b. MEASUREMENT: Measurement will be made by linear feet (LF) of joints sealed. c. PAYMENT: Payment will be made by the unit price bid for "Cleaning and Sealing Joints and Cracks". This price shall be full compensation for all materials, tools, labor, equipment and incidentals required to perform the work described. PAY ITEM 4: REMOVE AND REPLACE BRIDGE APPROACH SLAB: This item shall include the removal and replacement of all failed reinforced concrete approach slab and replacing with a minimum of 7-inches (to be matched with existing pavement thickness) or as designated by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite in a manner satisfactory to the Construction Engineer. The existing manhole should be adjusted with steel riser to match the grade which is subsidiary to this pay item. For specifications governing this item, see City Standard City Specifications, Item No . 104 "Removing Old Concrete", and Item No. 314 "Concrete Pavement" and Item No . 360 "Concrete Pavement" (enclosed) shall apply . For manhole adjustment see City Specification Item No . 450 "Adjusting Manholes and Inlets". In addition, this item includes removing failed joint material and replacing with new joint material and new silicone joint sealant. Joint material and silicone joint sealant shall be in accordance with the enclosed technical specification for "Silicone Joint Sealing". For situations where extensive slab replacement is next to existing deteriorated or damaged curb , the contractor shall replace both slab and curb. The Engineer shall determine locations of curb replacement. Payment for slab replacement shall be addressed under this pay item, and curb replacement shall be paid under Pay Item No. 5 Remove and replace 7-inch Concrete Curb . Contractor must remove existing failed pavement in a manner that subgrade is not disturbed . Contractor must re-compact subgrade and areas re-compacted shall have a uniform density not less than 95% of maximum density (ASTM D-698). In place density test per each repaired surface area shall be undertaken. The guidelines for compacting, per standard specification Item No. 202, "Rolling", may be waived due to physical construction restrictions. Engineer may accept other compaction methods. Payment for compacting, including labor and equipment, shall be subsidiary to this Pay Item. If in the process of removing failed concrete pavement, it is revealed that the subgrade, even after attempts to compact and re-shape, is not meeting requirements of standard specification Item No . 204 "Subgrade Preparation", and is exhibiting severe ruts and poor material composition that can not be manipulated and compacted, the Contractor shall remove 6-inches of top subgrade and replace with flexible base. The cost of removing and disposing of sub grade and placing of flexible base shall be subsidiary to this Pay Item. If failed concrete pavement has a depth that is less than 7-inches ( distance between top of new pavement surface and re-compacted subgrade surface), the Contractor shall remove excess subgrade material. Subgrade must be re-shaped and re-compacted to match the existing concrete SP -22 - pavement thickness . Cost of remov ing and proper disposal of e xcess ex cavated material shall be subsidiary to this Pay Item. The concrete shall be designed to include a minimum of 6 sacks of Type I, or Type III cement. The maximum water cement ratio shall not exceed 5 .5 gallons per sack . A Type A water- reducing admixture and a Type C non-chloride set-accelerating admixture may be used w ith minimum 5.5 sacks of type I or Type III cement to achieve the earliest possible concrete-setting times . The use of a set-retarding admixture will not be permitted. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seventy two (72) hours . Concrete pavement may be opened to traffic as long as the minimum compressive strength requirement of 3000 pounds per square inch has been met. If the concrete fails to reach the required 72-hour strength, the Engineer may direct that the concrete be redesigned as necessary to meet these requirements . An entrained air content of three (3) to six (6) percent, as directed by the Engineer, shall be provided. The fine aggregate shall have fineness modules of 2 .60 to 2 .80. All admixtures used shall conform to the requirements of standard specifications Item No. 314, "Concrete Pavement" except that the Type C set-accelerating admixture may require addition, at the job site, when the temperature of the concrete is above 55 °F. Either transit-mix or central-mix concrete will be permitted. Existing concrete pavement shall be sawed full depth. Reinforcing bars (No. 3 @ 18" OCBW), dowels and tie bars shall be placed as shown on the enclosed joint details. All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the Engineer. Screeds will not be allowed except if approved by the Engineer. Actual measured material in cubic yards, in place, shall be the basis for payment. Payment shall be full compensation for labor, material and equipment used, at the locations determined by the Engineer. PAY ITEM 5: REMOVE AND REPLACE 7-INCH CONCRETE CURB: This item includes the replacement of concrete curb where extensive slab replacement is required next to existing deteriorated or damaged curb with same day haul-off of the removed material to a suitable dumpsite. The contractor shall replace both slab and curb . The Engineer shall determine locations and limits of curb replacement . Standard specification Item No. 104 "Removing Old Concrete", and Item No .502, "Concrete Curb and Gutter", shall apply except as follows : Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab . The concrete for the curb shall be deposited no more than thirty (30) minutes after the concrete in the slab is placed. In situations where only curb replacement is called for, new slab and curb shall be drilled into existing pavement per detail sheet. Concrete slab shall be paid for under Pay Item No . 4, and curb shall be paid under this pay item. The Contractor shall backfill behind the curb at finishing grade within seven (7) calendar days of pouring the curb. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb . Cost of back filling, top soil, and grading behind curb shall be included in this pay item. Existing improvements within the parkway such as water meters, sprinkler system, etc., if damaged during construction, shall be replaced with same or better at no cost to the City. SP -23 Required backfilling and finishing grade behind the curb shall be completed in order for the curb to be accepted and measured as completed. The unit price bid per linear feet will be full compensation for all labor, materials , equipment, tools , and incidentals necessary to complete the work. PAY-ITEM NO. 6: REMOVE AND REPLACE 4-INCH CONCRETE SIDEWALK: This pay item shall include the remov al and replacement of any type of existing concrete sidewalk, as designated by the Construction Engineer, due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing these items, see City Standard Specifications Item No. 104 "Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways". All concrete shall be designed to achieve a minimum compressiv e strength of 3,000 pounds per square inch in seven (7) days. The unit price bid per square feet shall be full compensation for all labor, material , equipment, supplies , and incidentals necessary to complete the replacement work. PAY ITEM 7: REMOVE AND REPLACE CONCRETE RIPRAP: This item shall be completed in accordance with City Standard Specifications, Item No. 104 and Item 432 of the Texas Department of Transportation 's, Standard Specification for Construction and Maintenance of Highway s, Streets, and Bridges (enclosed). This item shall include the replacement of damaged concrete riprap as deemed necessary by the engineer. The removed material shall be hauled off to a suitable dumpsite at contractor's responsibility. The thickness of the concrete shall be 4" minimum or as directed by engineer. If it is necessary to backfill the voids underneath the concrete the contractor shall do that with flowable fill (separate pay item) to match the grade. This item includes reinforcing steel in riprap , construction and expansion joint with new joint material which is deemed necessary by the engineer. This joint material shall be in accordance with Item 438 of the Texas Department of Transportation's, Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges (enclosed). The existing trees, tree stumps and roots in riprap shall be removed or grinded below grade which is subsidiary to this Pay item . The concrete riprap shall be placed in accordance with the detail at the back of the document (TxDOT plan CRR) or as directed by the engineer. Concrete for riprap shall be Class 'B ' with a minimum compressive strength of 2000 psi at 28 days. Measurement shall be cubic yard of the riprap replaced. Payment shall be made by unit price bid for this Pay Item. This price shall be full compensation for material, equipment, labor and incidentals required to perform the work described. Payment shall be made by unit price bid for this Pay Item. This price shall be full compensation for removing & hauling, excavation, furnishing concrete and reinforcing steel, construction & expansion joint material, equipment, labor and incidentals required to perform the work described. PAY ITEM 8: FLOWABLE FILL IN VOIDS: Contractor shall backfill the voids underneath of concrete riprap with flowable fill which on the basis of inspection during construction are deemed SP -24 - necessary by the engineer. This item shall be completed in accordance with Item No. 401 of the Texas Department of Transportation's, Standard Specification for Construction and Maintenance of Highways , Streets, and Bridges ( enclosed). Flowable backfill shall be placed without consolidation and result in the filling of all voids. The Engineer may require flowable backfill to contain shrinkage compensator or other admixtures that improve flowability, reduce segregation or otherwise improve the suitability of the material for the specific application. All admixtures shall be proportioned in accordance with manufacturer's recommendations. Contractor shall cut access holes of sufficient size and number to achieve filling of voids under surface as required which is subsidiary to this pay item. Materials shall be subject to Engineer's approval. Measurement shall be cubic yards of material placed. Payment shall be made by unit price bid for "Flowable Fill in Voids." This price shall be full compensation for all materials, labor, equipment, supervision, and related services. PAY ITEM 9: MULTI-LAYER EPOXY CONCRETE OVERLAY (2-1/8" LAYERS): a. DESCRIPTION: Preparation of deck surfaces, furnishing and applying thin, multiple-layer epoxy concrete on bridge structures. b. MATERIALS: Furnish a Material Safety Data Sheet (MSDS) for all epoxy materials and related cleaning solvents used on the project. Maintain the MSDS's with the materials at all times. Provide a certificate of compliance to these . specifications with each batch of resin. Magnesium phosphate concrete is not compatible with the epoxy overlay systems. Remove all repairs performed with magnesium phosphate concrete and replace with a portland cement based repair material. (1) Aggregate. Use an angular-shaped silica with a Mohs scale hardness of7 or greater or basalt with a hardness of 6 or greater. Use aggregates that are clean, dry (less than 0.2% moisture), and free of dirt , clay, asphalt, and other organic materials. Use aggregate that conforms to the gradation specified in Table 1. Table 1 Al!ue2ate G d ra ation Sieve No. 4 Sieve No. 8 Sieve No.16 Sieve No. 30 % by Weight Passing Sieve 100% 30-75% 0-5% 0-1% Pro e (2) Binder material. Use a two-component thermosetting epoxy-based material meeting the requirements specified in Tables 2 and 3. Condition all components for testing to 74 degrees F (+/-1 deg. F) for at least 40 hours before mixing, curing or testing. Do not use epoxy systems containing solvents or unreactive diluents . Table 2 erties for Mixed, Uncured E o Binder Re uirement Test Method SP -25 - Viscosity(neat) 7-70 poise Tex-614-J Gel Time(neat) 15 min. minimum Tex-614-J Absorption in 24 hrs !%maximum ASTMD 570 Table 3 R . dP equrre fi C roperties or ure E ;poxy B" d mer Property Required Test Method Value Compressive Strength at 5 hrs . 1,000 psi Tex-618J Minimum Modulus of Elasticity 13,000 psi ASTM D 63 8 Type 1 maximum Resilience at 48 hrs(neat) 70% Tex-618-J minimum Tensile Strength at 7 days 1,800-5,000 psi Tex-618-J Compressive Strength at 48 hrs. 3 ,000 psi Tex-618-J minimum Bond Strength (neat) 250 psi Tex-614-J minimum Elongation at 7 days 30% minimum Tex-618-J (3) Epoxy Concrete. The multiple layer epoxy concrete to be used as the overlay shall meet the required properties specified in Table 4. The finished overlay is permitted to be opened to traffic when a standard slot screwdriver with a 3/8 blade and a force of 45 lb will not dent the surface. Table 4 Required Properties for Cured Epoxy Concrete SP -26 - Property Required Value Test method Compressive Strength 1000 psi minimum ASTM C 579, Method B at 3 hours Samples shall be made using 2- 3/4 parts standard sand per 4800 psi minimum ASTM C 778, No. 20-30 U.S. at 24 hours Standard Sieve per one volume part of mixed epoxy. Thermal Compatibility, No delamination ASTM C 884 B Samples shall of overlay be made using 2-3 /4 parts One cycle is 8hrs. at 60 °C standard sand per ASTM C 778, followed by l 6hrs. at -21 °C . No. 20-30 U.S. Standcµ-d Sieve Determine results after 9 cycles per one volume part of mixed epoxy. c. EQUIPMENT: Use shot blasters (steel, sand or grit) or other surface preparation method capable of removing deteriorated concrete, laitance, grease, dirt, oil and other contaminants that inhibit bond of the overlay. Do not use scarifiers, scabblers, or milling machines for surface preparation. An automated epoxy distribution system, an aggregate spreader, a broom, and a self-propelled sweeper broom or vacuum truck are preferred in all applications. The distribution system or distributor must accurately blend the epoxy components and uniformly and accurately apply the epoxy materials at the specified rate to the bridge deck to cover 100% of the work area. Equipment should provide compressed air that is free of oil and water. Hand applications are allowed but the Contractor must submit the methods of application attested by the manufacturer to the Engineer. d. CONSTRUCTION: (1) Work Plan. Before construction of the epoxy overlay, the Contractor must submit to the Engineer for acceptance a work plan for constructing the overlay. The work plan will include but not be limited to proposed equipment, materials, compatibility of concrete repairs ( existing and proposed) with the epoxy overlay material, layout of overlay placement identifying any hand placements, minimum air and deck surface temperatures, anticipated schedule for traffic control and project phasing to support the proposed work plan. The work plan must also meet the approval of the manufacturer of the epoxy materials. Any deviations from the application prescribed by this specification must be approved by the manufacturer and explained to the Engineer's satisfaction before acceptance. (a) Procedure Qualification. The Contractor shall use the following procedure to determine the cleaning practice (size of shot, flow of shot, forward speed and number of passes of the shot blasting machine, and other equipment and procedures) necessary to expose coarse aggregate and to assure adhesion of the overlay to the substrate. The Contractor shall also use the following quality control procedure to determine that the materials, batching, mixing, placing and curing procedures provide the required adhesion of the overlay to the substrate. SP -27 - (i) The Engineer shall designate areas to provide for an evaluation of the range of surface conditions on the area to be overlaid, including areas with deck repairs, if any. One designated area shall be evaluated for each span or 500 SY, whichever is smaller. (ii) At each of the locations selected by the Engineer, prepare a minimum area of 0.5 SY of the surface using the equipment and procedures proposed for preparing and cleaning the surface that is to receive the epoxy concrete overlay. (iii) Clean the surface and apply the overlay to designated quality control areas. (iv) Overlays of designated areas shall be applied at the same thickness and with the same materials, equipment, personnel, timing, sequence of operations and curing period prior to opening to traffic that will be used for the installation of the overlay. (v) (Evaluate the designated areas using the procedure described in Canadian Test Method A23 .2-6B except that the pipe cap shall be a 2-inch diameter minimum and that the tensile adhesion evaluation shall not be performed at surface temperatures above 95 F. Core through the overlay to a minimum of 3/8 in.+/- 1/8 in. into the underlying concrete slab. An evaluation shall be the average of tests of three locations within the designated area . (vi) The surface preparation, materials, batching, mixing and curing qualifies as adequate if the minimum stress at failure is 220 psi. (vii) If the test results do not meet the required 220 psi minimum stress at failure and surface preparation is not adequate, modify the surface preparation procedures and repeat the tests until the required minimum stress at failure is achieved. If the test results do not meet the required 220 psi minimum stress at failure and the material, batching, mixing, placing and curing are not adequate, modify them and repeat the test until the required minimum stress at failure is achieved. (b) Quality Control. If the cleaning practice, materials and installation procedure are not acceptable, the Contractor shall remove overlays from areas that failed to indicate that the overlay had adequate tensile adhesion, make the necessary adjustments, and evaluate all areas again until satisfactory results are obtained. (2) Surface Preparation and Cleaning. Clean the deck surface by steel shot blasting or abrasive blasting. Use a blasting technique that exposes the coarse aggregate and removes asphaltic materials, oils, dirt, rubber, curing compound, paint, carbonation, laitance, weak surface mortar, and potentially detrimental materials including dust and other loose material left from the cleaning operation that may interfere with the bonding or curing of the overlay. The prepared surface shall meet or exceed the requirements of International Concrete Repair Institute (ICRI) No. 03732 Standard CSP 5. Use a vacuum cleaner or oil-and moisture-free air blast to remove dust and other loose material. Brooms shall not be used. Use water blasting if required. Identify unacceptable levels of moisture in the deck using a plastic sheet left taped in place for a minimum of 2 hr. (ASTM D4263) or other approved methods. Cleaning operations will be inspected and accepted before placing each layer of the overlay. Remove any contamination of the deck or intermediate courses after initial cleaning. Apply all courses following the cleaning before opening the area to traffic . Apply the first course within 24 hr. of cleaning, and place all courses of the overlay within 7 days of cleaning. The overlay manufacturer's representative must inspect and approve the surface condition, cleaning, overall deck condition, and agree that the deck is appropriate for the overlay before the overlay can be applied. SP-28 If the Engineer determines that the Contractor has deviated from the approved cleaning method prior to the completion of the job, the Contractor shall re-clean the suspect areas using the approved method. Patching and cleaning operations shall be inspected and approved prior to placement of each layer of the overlay. Any contamination of the overlay area or intermediate courses after initial cleaning shall be removed. All courses shall be applied following the cleaning and prior to opening the area to traffic. The first course must be applied within 24 hours of cleaning or if longer, a bond test must be conducted to verify the adequacy of the substrate. Subsequent courses shall be applied as soon as possible considering environmental and project site conditions. Traffic shall not be permitted on the overlay until all courses are placed and cured. (3) Application of Overlay. An overlay manufacturer's representative must be present during the work until the Contractor has proven its means and methods. The manufacturer's representative will then submit a letter to the Engineer attesting to the quality of the Contractor's procedure of work. Do not place epoxy concrete overlay materials when weather or surface conditions do not allow the material to be properly handled, placed, and cured within the specified requirements of traffic control. Do not place epoxy concrete overlay on hydraulic cement concrete that is less than 28 days old. The overlay application consists ofrepetition of two distinct steps: epoxy binder application and aggregate broadcasting. The minimum finished overlay thickness is 0 .25 in. Apply the epoxy overlay in multiple courses as prescribed by the manufacturer but at a rate no less than specified in Table 5. The total of the applications will be as prescribed by the manufacturer but not less than 7 .5 gal. per 100 sq. ft. All epoxy and aggregate components will be 60°F or above at the time of application. After the epoxy mixture has been prepared for the epoxy overlay, apply it immediately and uniformly to the surface of the bridge deck surface. Do not apply epoxy if the air temperature is expected to drop below overlay system manufacturer's recommendation application temperature range within 8 hr. after application or if the gel time is expected to drop below 10 min. Apply the dry aggregate in a manner to cover the epoxy mixture completely within 5 min. of applying the epoxy. Remove and replace first-course applications that do not receive enough aggregate prior to gelling. A second course insufficiently covered with aggregate may be left in place but will require additional applications before opening to traffic. Place breaks between adjacent overlay application areas at lane lines only. Cure each course of epoxy concrete overlay until vacuuming or brooming can be performed without tearing or damaging the surface. Do not permit traffic or equipment on the overlay surface during curing . After the first course is cured, remove all loose aggregate by vacuuming or brooming, and apply the next course to completion. Do not begin brooming the excess aggregate from any course of the overlay until the overlay has cured sufficiently that brooming will not damage the surface. Do not open the first course to traffic without the approval or the Engineer or the manufacturer. Do not allow traffic on the overlay until it has cured sufficiently to prevent damage by wheel loads. Where early opening to traffic is not necessary, the epoxy may be placed at a lower temperature with the approval of the manufacturer and the Engineer. Minimum curing periods are specified in Table 6. Measure temperatures as the material is applied. SP -29 - - Table 5 .poxy an .Q'Q'rega e ,pp 1ca on a es E dA t Ar ti Rt Course Epoxy Aggregate (Gal./100 Sq. Ft) (Lb. /Sq. Yd.) 1 Not less than 2.5 > 10 2 Not less than 5.0 > 14 Table 6 M". 1mmum C urmg T" i O l C 1mes or ver ay ourses Course '.' 60-64°F 65-69°F 70-74°F 75-79°F 80-84°F 85-89°F 1 2* 4 hr. 3 hr. 2.5 hr. 2 hr. 1.5 hr. 1 hr. 6.5 hr. 5 hr. 4 hr. 3 hr. 3 hr. 3 hr. * Cure Course 2 for 8 hr. if the air temperature falls below 60°F during curing. Expansion joints in the concrete surface to be overlaid must be maintained through the overlay during the time of placement. If a joint must be saw cut into the overlay, this must be done as soon as the overlay can support the sawing equipment without damaging the overlay. Saw cutting of joints must be done within 12 hours of overlay placement and prior to the first ambient thermal cycle to avoid any potential for stress delamination. If work damages or mars the surface of the epoxy overlay, remove the damaged areas by saw cutting in rectangular sections to the top of the concrete deck surface and replacing the various courses at no additional cost. For each batch provided, maintain and provide to the Engineer records including but not limited to the following: (i) Batch numbers and sizes, (ii) Location of batches as placed on deck, referenced by station, (iii) Batch time, (iv) Gel time (2-oz sample), (v) Temperature of the air, deck surface, mixed epoxy components, and aggregates, (vi) Loose aggregate removal time, and (vii) Time opened to traffic (if applicable). e. MEASUREMENT: Epoxy concrete overlay shall be measured by the square foot of bridge deck surface, complete and in place. f. PAYMENT: Measured as provided under "Measurement" will be paid for at the price bid for "Multiple-Layer Epoxy Concrete Overlay". This price is full compensation for surface preparation, presence of manufacturer's representative at the work site during all planning, phasing and placement activities, testing, furnishing and applying epoxy concrete overlay courses, all safety precautions, any necessary repairs, and all materials, labor, tools, equipment, and incidentals. Patching work will be paid for in accordance with Pay Item 429, "Concrete Structure Repair." Crack injection will be paid in accordance with Item 780, "Epoxy Injection." SP -30 - PAY ITEM 10: PROJECT DESIGNATION SIGNS {PRE-BID ITEM): The Contractor shall construct and install Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the 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 W ' 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. SP -31 - ITEM 360 CONCRETE PAVEMENT 360.1. Description. Construct hydraulic cement concrete pavement with or without curbs on the concrete pavement. 360.2. Materials. A. Hydraulic Cement Concrete. Provide hydraulic cement concrete in accordance with Item 421, "Hydraulic Cement Concrete," except that strength over-design is not required. Provide Class P concrete designed to meet a minimum average flexural strength of 570 psi or a minimum average compressive strength of 3,500 psi at 7 days or a minimum average 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 leave-outs to traffic. Design Class HES to meet the requirements of Class P and a minimum average flexural strength of 400 psi or a minimum average compressive strength 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 ofltem 440, "Reinforcing Steel." Coat dowels with a thin film of grease or other approved de-bonding material. Provide dowel caps on the lubricated end of each dowel bar used in an expansion joint. Provide dowel caps filled with a soft compressible material with enough range of movement to allow complete closure of the expansion joint. 2. Tie Bars. Provide straight deformed steel tie bars. Provide either multiple-piece tie bars or single- piece tie bars as shown on the plans. Provide multiple-piece tie bars composed 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 of33 diameters of the deformed steel in each piece . Use multiple-piece tie bars from the list of"Prequalified Multiple Piece Tie Bar Producers" maintained by the Construction Division, or submit samples for testing in accordance with Tex-711-I. C. Curing Materials. Provide Type 2 membrane curing compound conforming to DMS-4650, "Hydraulic Cement Concrete Curing Materials and Evaporation Retardants." Provide SS-1 emulsified asphalt conforming to Item 300, "Asphalts, Oils, and Emulsions," for concrete pavement to be overlayed with asphalt concrete under this Contract unless otherwise shown on the plans or approved. Provide materials for other methods of curing conforming to the requirements ofltem 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 ofltem 421 , "Hydraulic Cement Concrete." Obtain approval for other equipment used. A. Placing, Consolidating, and Finishing Equipment. Provide approved self-propelled paving equipment that uniformly distributes the concrete with minimal segregation and provides a smooth machine-finished consolidated concrete pavement conforming to plan line and grade. Provide an approved automatic grade control system on slip-forming equipment. Provide approved mechanically operated finishing floats capable of producing a uniformly smooth pavement surface. Provide equipment capable of providing a fine , light water fog mist. Provide mechanically operated vibratory equipment capable of adequately consolidating the concrete. Provide immersion vibrators on the paving equipment at sufficiently close intervals to provide uniform vibration and consolidation of the concrete over the entire width and depth of the pavement and in accordance with the manufacturer's recommendations. Provide immersion vibrator units that operate at a frequency in air of at least 8 ,000 cycles per minute. Provide enough hand-operated immersion vibrators for timely and proper consolidation of the concrete along forms, at joints and in areas not covered by other vibratory equipment. Surface vibrators may be used to supplement equipment- mounted immersion vibrators . Provide tachometers to verify the proper operation of all vibrators . For small or irregular areas or when approved, the paving equipment described in this Section is not required. B. Forming Equipment. 1. Pavement Forms. Provide metal side forms of sufficient cross-section, strength, and rigidity to support the paving equipment and resist the impact and vibration of the operation without visible springing or settlement. Use forms that are free from detrimental kinks , bends, or warps that could affect ride quality or alignment. Provide flexible or curved metal or wood forms for curves of 100-ft. radius or less. 2. Curb Forms. Provide curb forms for separately placed curbs that are not slipformed that conform to the requirements ofltem 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." C. Reinforcing Steel Inserting Equipment. Provide inserting equipment that accurately inserts and positions reinforcing steel in the plastic concrete parallel to the profile grade and horizontal alignment in accordance to plan details. D. Texturing Equipment. 1. Carpet Drag. Provide a carpet drag mounted on a work bridge or a moveable support system. Provide a single piece of carpet of sufficient transverse length to span the full width ofthe 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 of70 oz. per square yard, and a strong, durable, rot-resistant backing material bonded to the facing. 2. Tining Equipment. Provide a self-propelled transverse metal tine device equipped with 4-in . to 6-in. steel tines and with cross-section approximately 1/32 in. thick by 1/12 in . wide, spaced at 1 in., center-to-center. Hand-operated tining equipment that produces an equivalent texture may be used only on small or irregularly shaped areas or, when permitted, in emergencies due to equipment breakdown. E. Curing Equipment. Provide a self-propelled machine for applying membrane curing compound using mechanically pressurized spraying equipment with atomizing nozzles. Provide equipment and controls that maintain the required uniform rate of application over the entire paving area. Provide curing equipment that is independent of all other equipment when production rates are such that the first application of membrane curing compound cannot be accomplished immediately after texturing and after free moisture has disappeared. Hand-operated pressurized spraying equipment with atomizing nozzles may only be used on small or irregular areas or, when permitted, in emergencies due to equipment breakdown. ..... F. Sawing Equipment. Provide power-driven concrete saws to saw the joints shown on the plans. Provide standby power-driven concrete saws during concrete sawing operations. Provide adequate illumination for nighttime sawing . G. Grinding Equipment. When required, provide self-propelled powered grinding equipment that is specifically designed to smooth and texture concrete pavement using circular diamond blades. Provide equipment with automatic grade control capable of grinding at least a 3-ft. width longitudinally in each pass without damaging the concrete. H. Testing Equipment. Provide testing equipment regardless of job-control testing responsibilities in accordance with Item 421 , "Hydraulic Cement Concrete," unless otherwise shown in the plans or specified. I. Coring Equipment. When required, provide coring equipment capable of extracting cores in accordance with the requirements ofTex-424-A. J. Miscellaneous Equipment. Furnish both 10-ft . and 15-ft. steel or magnesium long-handled standard straightedges . Furnish enough work bridges, long enough to span the pavement, for finishing and inspection operations. Furnish date stencils to impress pavement placement dates into the fresh concrete, with numerals approximately 2 in. high by 1 in. wide by 1/4 in. deep. 360.4. Construction. Obtain approval for adjustments to plan grade-line to maintain thickness over minor subgrade or base high spots while maintaining clearances and drainage. Maintain subgrade or base in a smooth, clean, compacted condition in conformity with the required section and established grade until the pavement concrete is placed. Keep subgrade or base damp with water sufficiently in advance of placing pavement concrete. Adequately light the active work areas for all nighttime operations. Provide and maintain tools and materials to perform testing . ... A. Paving and Qµality Control Plan. Submit a paving and quality control plan for approval before beginning pavement construction operations. Include details of all operations in the concrete paving process, including longitudinal construction joint layout, sequencing, curing, lighting, early opening, leave-outs, sawing, inspection, testing, construction methods , other details and description of all equipment. List certified personnel performing the testing . Submit revisions to the paving and quality control plan for approval. B. Job-Control Testing. Unless otherwise shown on the plans, perform all fresh and hardened concrete job-control testing at the specified frequency. Provide job-control testing personnel meeting the requirements of Item 421, "Hydraulic Cement Concrete." Provide and maintain testing equipment, including strength testing equipment at a location acceptable to the Engineer. Use of a commercial laboratory is acceptable. Maintain all testing equipment calibrated in accordance with pertinent test methods . Make strength-testing equipment available to the Engineer for verification testing. Provide the Engineer the opportunity to witness all tests. The Engineer may require a retest if not given the opportunity to witness . Furnish a copy of all test results to the Engineer daily. Check the first few concrete loads for slump, air, and temperature on start-up production days to check for concrete conformance and consistency. Sample and prepare strength test specimens (2 specimens per test) on the first day of production and for each 3,000 sq. yd. or fraction thereof of concrete pavement thereafter. Prepare at least 1 set of strength-test specimens for each production day. Perform slump, air, and temperature tests each time strength specimens are made . Monitor concrete temperature to ensure that concrete is consistently within the temperature requirements. The Engineer will direct randomjob- control sampling and testing. Immediately investigate and take corrective action as approved if any Contractor test result, including tests performed for verification purposes, does not meet specification requirements. When job-control testing by the Contractor is waived by the plans, the Engineer will perform the testing ; however, this does not waive the Contractor's responsibility for providing materials and work in accordance with this Item. 1. Job-Control Strength. Unless otherwise shown on the plans or permitted by the Engineer, use 7-day job-control concrete strength testing in accordance with Tex-448-A or Tex-418-A . For 7-day job-control by flexural strength, use a flexural strength of 520 psi or a lower job-control strength value proven to meet a 28-day flexural strength of 680 psi as correlated in accordance with Tex-427-A. For 7-day job-control by compressive strength, use a compressive strength of 3,200 psi or a lower job-control strength val ue proven to meet a 28-day compressive strength of 4 ,400 psi as correlated in accordance with Tex-427-A . Job control of concrete strength may be correlated to an age other than 7 days in accordance with Tex-427-A when approved. Job-control strength of Class HES concrete is based on the required strength and time . When a job-control concrete strength test value is more than 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 oflow 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-S ample Verifi catio n 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 split-sample verification testing differ more than the allowable differences shown in Table 1, or when the average of 10 job-control strength results and the Engineer's split-sample strength result differ by more than 10 %. Table 1 V .ti ti T ti L. ·t en 1c a on es Ill! Ifill S Test Method Allowable Differences Temperature Tex-422-A 2°F Slump, Tex-4 15-A I in . Air content, Tex-4 14-A or Tex-41 6-A 1% Flexural stremrth, Tex-448 -A 19% Compressive strength, Tex-4 18-A 10% C. Reinfor ci ng Steel and Joint Assemblies. Accurately place and secure in position all reinforcing steel as shown on the plans. Place dowels at mid-depth of the pavement slab , parallel to the surface. Place dowels for transverse contraction joints parallel to the pavement edge . Tolerances for location and alignment of dowels will be shown on the plans. Stagger the longitudinal reinforcement splices to avoid having more than 1/3 of the splices within a 2-ft. longitudinal length of each lane ofthe 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 resistance . Repair damage from testing . Acceptable corrective measures include but are not limited to installation of additional or longer tie bars. 1. Manua l Place ment. Secure reinforcing bars at alternate intersections with wire ties or locking support chairs. Tie all splices with wire. 2. Mechanical Placem ent. 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 . Jo ints. 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 (CPCD). 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 approved. Form or saw the weakened plane joint across the full width of concrete pavement and through the monolithic curbs. Construct curb joints in accordance with Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." E. Placing and Removing Forms. Use clean and oiled forms. Secure forms on a base or firm subgrade that is accurately graded and that provides stable support without deflection and movement by form riding equipment. Pin every form at least at the middle and near each end. Tightly join and key form sections together to prevent relative displacement. Set side forms far enough in advance of concrete placement to permit inspection. Check conformity of the grade, alignment, and stability of forms immediately before placing concrete, and make all necessary corrections. Use a straightedge or other approved method to test the top of forms to ensure that the ride quality requirements for the completed pavement will be met. Stop paving operations if forms settle or deflect more than 1/8 in. under finishing operations. Reset forms to line and grade, and refinish the concrete surface to correct grade. A void damage to the edge of the pavement when removing forms. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hr. after form removal unless otherwise approved. Clean joint face and repair honeycombed or damaged areas within 24 hr. after a bulkhead for a transverse construction joint has been removed unless otherwise approved. When forms are removed before 72 hr. after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. Forms that are not the same depth as the pavement but are within 2 in . of that depth are permitted if the subbase is trenched or the full width and length of the form base is supported with a firm material to produce the required pavement thickness. Promptly repair the form trench after use. Use flexible or curved wood or metal forms for curves of 100-ft. radius or less. F. Concrete Delivery. Clean delivery equipment as necessary to prevent accumul;ition of old concrete before loading fresh concrete. Use agitated delivery equipment for concrete designed to have a slump of more than 5 in. Segregated concrete is subject to rejection. Place agitated concrete within 60 min. after batching. Place non-agitated concrete within 45 min. after batching. In hot weather or under conditions causing quick setting of the concrete, times may be reduced by the Engineer. Time limitations may be extended if the Contractor can demonstrate that the concrete can be properly placed, consolidated, and finished without the use of additional water. G. Concrete Placement. Do not allow the pavement edge to deviate from the established paving line by more than 1/2 in. at any point. Place the concrete as near as possible to its fmal 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 v ibrators that si multaneously consolidate the full width of the placement when machine finishing. Keep vibrators from dislodging reinforcement. Use hand- operated vibrators to consolidate concrete in areas not accessible to the machine-mounted vibrators . Do not operate machine-mounted vibrators while the paving equipment is stationary. 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 pav ement 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, except that concrete may be used if it was already in transit when the temperature was found to ex ceed the allowable maximum. Take immediate corrective action or cease concrete production when the concrete temperature exceeds 95 °F . Do not place concrete when the ambient temperature in the shade is below 40°F and falling unless approved. Concrete may be placed when the ambient temperature in the shade is above 35 °F and rising or above 40°F. When temperatures warrant protection against freezing, protect the pavement with an approved insulating material capable of protecting the concrete for the specified curing period. Submit for approval proposed measures to protect the concrete from anticipated freezing weather for the first 72 hr. after placement. Repair or replace all concrete damaged by freezing . H. Spreading and Finishing. Finish all concrete pavement with approved self-propelled equipment. Use power-driven spreaders, power-driven vibrators, power-driven strike-off, and screed, or approved alternate equipment. Use the transverse finishing equipment to compact and strike off the concrete to the required section and grade without surface voids. Use float equipment for final finishing . Use concrete with a consistency that allows completion of all finishing operations without addition of water to the surface. Use the minimal amount of water fog mist necessary to maintain a moist surface. Reduce fogging if float or straightedge operations result in excess slurry. 1. Finished Surface. Perform sufficient checks with long-handled 10-ft. and 15-ft. straightedges on the plastic concrete to ensure that the final surface is within the tolerances specified in Surface Test A in Item 585 , "Ride Quality for Pavement Surfaces ." Check with the straightedge parallel to the centerline. 2. Maintenance of Surface Moisture. Prevent surface drying of the pavement before application of the curing system. Accomplish this by fog applications of evaporation retardant on the pavement surface. Apply evaporation retardant at the rate recommended by the manufacturer. Reapply the evaporation retardant as needed to maintain the concrete surface in a moist condition until curing system is applied . Do not use evaporation retardant as a finishing aid . Failure to take acceptable precautions to prevent surface drying of the pavement will be cause for shut down of pavement operations. 3. Surface Texturing. Perform surface texturing using a combination of a carpet drag and metal tining. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. A metal-tine texture finish is required unless otherwise shown on the plans. Provide the metal-tine finish immediately after the concrete surface has set enough for consistent tining . Operate the metal-tine device to obtain grooves spaced at 1 in ., approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to the 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 applying texture, evaporation retardant, and cure in the event of equipment breakdown . I. Curing. Keep the concrete pavement surface from drying by water fogging until the curing material has been applied. Maintain and promptly repair damage to curing materials on exposed surfaces of concrete pavement continuously for at least 3 curing days. A curing day is defined as a 24-hr. period when either the temperature taken in the shade away from artificial heat is above 50°F for at least 19 hr. or when the surface temperature of the concrete is maintained above 40°F for 24 hr. Curing begins when the concrete curing system has been applied. Stop concrete paving if curing compound is not being applied promptly and maintained adequately. Other methods of curing in accordance with Item 420, "Concrete Structures," may be used when specified or approved. 1. Membrane Curing. After texturing and immediately after the free surface moisture has disappeared, spray the concrete surface uniformly with 2 coats of membrane curing compound at an individual application rate of not more than 180 sq. ft . per gallon. Apply the first coat within 10 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 of90 to 180 sq. ft. per gallon as required. Apply curing immediately after texturing and just after the free moisture (sheen) has disappeared. Obtain approval to add water to the emulsion to improve spray distribution. Maintain the asphalt application rate when using diluted emulsions. Maintain the emulsion in a mixed condition during application. 3. Curing Class HES Concrete. For all Class HES concrete pavement, provide membrane curing in accordance with Section 360.4.1.1, "Membrane Curing," followed promptly by water curing until opening strength is achieved but not less than 24 hr. J. Sawing Joints. Saw joints to the depth shown on the plans as soon as sawing can be accomplished without damage to the pavement regardless of time of day or weather conditions. Some minor raveling of the saw cut is acceptable. Use a chalk line, string line, sawing template, or other approved method to provide a true joint alignment . Provide enough saws to match the paving production rate to ensure sawing completion at the earliest possible time to avoid uncontrolled cracking. Reduce paving production if necessary to ensure timely sawing of joints. Promptly restore membrane cure damaged within the first 72 hr. of curing. K. Protection of Pavement and Opening to Traffic. Testing for early opening is the responsibility of the Contractor regardless of job-control testing responsibilities unless otherwise shown in the plans or directed. Testing result interpretation for opening to traffic is subject to the approval of the Engineer. 1. Protection of Pavement. Erect and maintain barricades and other standard and approved devices that will exclude all vehicles and equipment from the newly placed pavement for the periods specified. Before opening to traffic, protect the pavement from damage due to crossings using approved methods. Where a detour is not readily available or economically feasible, an occasional crossing of the roadway with overweight equipment may be permitted for relocating equipment only but not for hauling material. When an occasional crossing of overweight equipment is permitted, temporary matting or other approved methods may be required. Maintain an adequate supply of sheeting or other material to cover and protect fresh concrete surface from weather damage. Apply as needed to protect the pavement surface from weather. 2. Opening Pavement to All Traffic. Pavement that is 7 days old may be opened to all traffic. Before opening to traffic, clean pavement, place stable material against the pavement edges, seal joints, and perform all other traffic safety related work . 3. Opening Pavement to Construction Equipment. Unless otherwise shown on the plans, concrete pavement may be opened early to concrete paving equipment and related delivery equipment after the concrete is at least 48 hr. old and opening strength has been demonstrated in accordance with Section 360.4.K.4, "Early Opening to All Traffic," before curing is complete. 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 of2,800 psi, except that pavement using Class HES concrete may be opened after 24 hr . if the specified strength is achieved. a. Strength Testing. Test concrete specimens cured under the same conditions as the portion of the pavement involved. b. Maturity Method. Unless otherwise shown on the plans, the maturity method, Tex-426-A, may be used to estimate concrete strength for early opening pavement to traffic. Install at least 2 maturity thermocouples for each day's placement in areas where the maturity method will be used for early opening . Thermocouples, when used, will be installed near the days final placement for areas being evaluated for early opening. Use test specimens to verify the strength-maturity relationship in accordance with Tex-426-A, starting with the first day's placement corresponding to the early opening pavement section. After the first day, verify the strength-maturity relationship at least every 10 days of production. Establish a new strength-maturity relationship when the strength specimens deviate more than 10% from the maturity-estimated strengths. Suspend use of the maturity method for opening pavements to traffic when the strength-maturity relationship deviates by more than 10% until a new strength-maturity relationship is established. When the maturity method is used intermittently or for only specific areas, the frequency of verification will be as determined by the Engineer. 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. 7 5 in. from plan thickness. Fill core holes using a concrete mixture and method approved by the Engineer. 1. Thickness Deficiencies Greater than 0.2 in. When any depth test measured in accordance with Tex-423-A is deficient by more than 0.2 in. from the plan thickness, take one 4-in. diameter core at that location to verify the measurement. If the core is deficient by more than 0.2 in . but not by more than 0.75 in. from the plan thickness, take 2 additional cores from the unit (as defined in Section 360.4.L.3, "Pavement Units for Payment Adjustment") at intervals of at least 150 ft . and at locations selected by the Engineer, and determine the thickness of the unit for payment purposes by averaging the length of the 3 cores. In calculations of the average thickness of this unit of pavement, measurements in excess of the specified thickness by more than 0.2 in. will be considered as the specified thickness plus 0 .2 in . 2. Thickness Deficiencies Greater than 0.75 in. If a 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 0.75 in. deficient thickness, the limits for applying zero payment or requiring removal will be defined by coring or equivalent nondestructive means as determined by the Engineer. The remaining portion of the unit determined to be less than 0.75 in. 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 will be measured as follows: A. Concrete Pavement. Concrete pavement will be measured by the square yard of surface area in place. The surface area includes the portion of the pavement slab extending beneath the curb. B. Curb. Curb on concrete pavement will be measured by the foot in place. 360.6. Payment. These prices are full compensation for materials, equipment, labor, tools, and incidentals. A. Concrete Pavement. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the adjusted unit price bid for "Concrete Pavement" of the type and depth specified as adjusted in accordance with Section 360.6.B, "Deficient Thickness Adjustment." B. Deficient Thickness Adjustment. Where the average thickness of pavement is deficient in thickness by more than 0.2 in. but not more than 0.75 in., payment will be made using the adjustment factor as specified in Table 2 applied to the bid price for the deficient area for each unit as defined under Section 360.4.L.3, "Pavement Units for Payment Adjustment." Table 2 e 1c1en IC ess nee IIUS men D fi . t Th' kn P . Ad' t tF t ac or Deficiency in Thickness Determined by Proportional Part of Contract Price Cores (in.) Allowed (adjustment factor) Not deficient 1.00 Over 0 .00 throul!h 0 .20 1.00 Over 0.20 through 0.30 0 .80 Over 0.30 throul!h 0 .40 0 .72 Over 0.40 through 0.50 0 .68 Over 0 .50 throul!h 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. ITEM401 FLO W ABLE B ACKFILL 401.1. Descrip ti on. Furnish and place flowable backfill for trench, hole, or other void. 401.2. Materials . A. Cement. Furnish cement conforming to DMS-4600, "Hydraulic Cement." B. Fly Ash. Furnish fly ash conforming to D MS-4610, "Fly Ash ." C. Chemical A d mixtures. Furnish chemical admixtures conforming to DMS-4640, "Chemical Admixtures for Concrete." D. Fine Aggregate. Provide fine aggregate that will stay in suspension in the mortar to the extent required for proper flow and that meets the gradation requirements of Table 1. Ta ble 1 A t G d . Ch t ,1111re!!:a e ra ation ar Sieve Size P ercent Passing 3/4 in . 100 No . 200 0-30 Test fine aggregate gradation in accordance with Tex-401-A. Plasticity Index (PI) must not exceed 6 when tested in accordance with Tex-106-A. E. Mixing Water. Use mixing water conforming to the requirements ofltem 421 , "Hydraulic Cement Concrete." 4013. Co nstruction. Submit a construction method and plan , including mix design and shrinkage characteristics of the mix , for approval. Provide a means of filling the entire void area, and be able to demonstrate that this has been accomplished. Prevent the movement of any inserted structure from its designated location. If voids are found in the fill or if any of the requirements are not met as shown on the plans, remove and replace or correct the problem without additional cost to the Department. Unless otherwise shown on the plans, furnish a mix meeting the requirements of Sections 401.3 .A, "Strength," and 401.3 .B, "Consistency." A. Strength. The 28-day compressive strength range, when tested in accordance with Tex-418-A, must be between 80 psi and 150 psi unless otherwise directed. Two specimens are required for a strength test, and the compressive strength is defined as the average of the breaking strength of the 2 cylinders . B. Con sistency. Design the mix to be placed without consolidation and to fill all intended voids . Fill an open-ended, 3-in.-diameter-by-6-in.-high cylinder to the top to test the consistency. Immediately pull the cylinder straight up . The correct consistency of the mix must produce a minimum 8-in.-diameter circular spread with no segregation. When necessary, use specialty type admixtures to enhance the flowability, reduce shrinkage, and reduce segregation by maintaining solids in suspension. All admixtures must be used and proportioned in accordance with the manufacturer's recommendations . Mix the flowable fill using a central -mixed concrete plant, ready-mix concrete truck, pug mill , or other approved method. Furnish all labor, equipment, tools, containers, and molds required for sampling, making, transporting, curing, removal, and disposal of test specimens . Furnish test molds meeting the requirements of Tex-447-A. Transport, strip, and cure the test specimens as scheduled at the designated location. Cure test specimens in accordance with Tex-447-A. The Engineer will sample, make, and test all specimens . Dispose of used, broken specimens in an approved location and manner. The frequency of job control testing will be at the direction of the Engineer. 401.4. Measurement. This Item will be measured by the cubic yard of material placed. Measurement will not include additional volume caused by slips, slides, or cave-ins resulting from the Contractor's operations. 401.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Flowable Backfill." This price is full compensation for furnishing, hauling, and placing materials and for equipment, tools , labor, and incidentals. ITEM 432 RIPRAP 432.1. Description. Furnish and place concrete, stone, cement-stabilized, or special riprap . 432.2. Materials. Furnish materials in accordance with the following: • Item 420, "Concrete Structures" • Item 421 , "Hydraulic Cement Concrete" • Item 431 , "Pneumatically Placed Concrete" • Item 440, "Reinforcing Steel " • DMS-6200, "Filter Fabric." A. Concrete Riprap. Use Class B Concrete unless otherwise shown on the plans . B. Pneumatically Placed Concrete Riprap. Use Class II concrete that meets Item 431, "Pneumatically Placed Concrete," unless otherwise shown . C. Stone Riprap. Unless otherwise shown on the plans, use durable natural stone with a minimum bulk specific gravity of2.40 as determined by Tex-403-A. Provide stone that, when tested in accordance with Tex-411-A, has a maximum weight loss of 18% after 5 cy cles of magnesium sulfate solution and 14% after 5 cycles of sodium sulfate solution . For all types of stone riprap perform a size verification test on the first 5 ,000 sq . yd. of finished riprap stone at a location determined by the Engineer. Weigh each stone in a square test area with the length of each side of the square equal to 3 times the specified riprap thickness . The weight of the stones, excluding spalls , should be as specified below . Additional tests may be required . Do not place additional riprap until the initial 5,000 sq . yd. ofriprap has been approved. When specified, prov ide grout or mortar in accordance with Item 421,"Hydraulic Cement Concrete." Provide grout with a consistency that will flow into and fill all voids. Provide filter fabric in accordance with DMS-6200, "Filter Fabric." For protection stone riprap , provide Type 2 filter fabric unless otherwise shown on the plans. For Type R, F , or Common stone riprap , provide Type 2 filter fabric when shown on the plans. 1. Type R. Use stones between 50 and 250 lb. with a minimum of 50% of the stones heavier than 100 lb. 2. Type F. Use stones between 50 and 250 lb. with a minimum of 40% of the stones heavier than 100 lb . Use stones with at least 1 broad flat surface . 3. Common. Use stones between 50 and 250 lb. Use stones that are at least 3 in . in their least dimension . Use stones that are at least twice as wide as they are thick. When shown on the plans or approved, material may consist of broken concrete removed under the Contract or from other approved sources . Before placement of each piece of broken concrete , cut exposed reinforcement flush with all surfaces. 4. Protection. Use boulders or quarried rock that meets the gradation requirements of Table 1. Both the width and the thickness of each piece of riprap must be at least 1/3 of the length. When shown on the plans or as approved, material may consist of broken concrete removed under the Contract or from other approved sources . Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces . Determine gradation of the finished, in-place, riprap stone under the direct supervision of the Engineer in accordance with Tex-411-A, Part II . Table 1 p In-lace Protection ipra p ra ation Ri G d . R equirements Thickness Maximum Size 90% Size' 50% Size' 8% Size', (lb.) (lb.) (lb.) Minimum (lb.) 12 in . 200 80-180 30-75 3 15 in . 320 170-300 60-165 20 18 in . 530 290----475 105-220 22 21 in . 800 460-720 17 5-300 25 24 in . 1,000 550-850 200-325 30 30 in. 2,600 1,150-2,250 400-900 40 I. As defi ned in Tex-401-A, Part II . Provide bedding stone that in-place meets the gradation requirements shown in Table 2 or as otherwise shown on the p lans . Determine size distribution in accordance with Tex-401 -A , Part I. Table 2 p ti Ri rotec on 1prap B dd " M t . I G d ti R e Ill!!: a ena ra a on t eqmremen s Sieve Size (Sq . Mesh) % by Wei2ht Passin2 3 in. 100 1-1 /2 in . 50-80 3/4 in . 20-60 No.4 0-15 No . 10 0-5 D. Cement-Stabilized Riprap. Provide aggregate that meets Item 247 , "Flexible Base," for the type and grade shown on plans. Use cement-stabilized riprap with 7% hydraulic cement by dry weight of the aggregate. E. Speci al Rip ra p. Furnish materials for special riprap according to the plans . 432.3. Construction. Dress slopes and protected areas to the line and grade shown on the plans before the placement ofriprap . Place riprap and toe walls according to details and dimensions shown on the plans or as directed. A. Co ncrete Riprap. Reinforce concrete riprap with 6 x 6 -W2.9 x W2 .9 welded wire fabric or with No . 3 or No. 4 reinforcing bars spaced at a maximum of 18 in . in each direction unless otherwise shown. Alternative styles of welded wire fabric that provide at least 0 .058 sq. in . of steel per foot in both directions may be used if approved . A combination of welded wire fabric and reinforcing bars may be provided when both are permitted . Provide a minimum 6-in . lap at all splices . At the edge of the riprap , provide a minimum horizontal cover of 1 in . and a maximum cover of 3 in .' Place the first parallel bar at most 6 in . from the edge of concrete . Use approved supports to hold the reinforcement approximately equidistant from the top an d bottom surface of the slab . Adjust reinforcement during concrete placement to maintain correct position. As d irected, sprinkle or sprinkle and conso lidate the su bgrade before the concrete is placed . All surfaces must b e moist when concrete is placed. After placing the concrete, compact and shape it to conform to the dimensions shown on plans. After it has set sufficiently to avoid slumping, finish the surface with a wood float to secure a smooth surface or broom finish as approved . Immediately after the finishing operation, cure the r iprap according to Item 420, "Concrete Structures ." B. Sto ne Riprap. Provide the following types of stone r iprap when shown on the plans: • D ry Riprap . Dry riprap is stone riprap with voids filled with only spalls or small stones. • Gro uted Riprap . Grouted riprap is Type R, F, or Common stone riprap with voids grouted after all the stones are in place. • Mortared Riprap . Mortared riprap is Type F stone riprap laid and mortared as each stone is placed . Use spalls and small stones lighter than 25 lb . to fill open joints and voids in stone riprap , and p lace to a tight fit. Do not place mortar or grout when the air temperature is below 35 °F. Protect work from rapid drying for at least 3 days after placement. Unless otherwise approved, place filter fabric with the length running up and down the slope. Ensure fabric has a minimum overlap of2 ft . Secure fabric with nails or pins. Use nails at least 2 in. long with washers or U-shaped pins w ith legs at least 9 in. long. Space nails or pins at a maximum of 10 ft . in each direction and 5 ft . along the seams . Alternative anchorage and spacing may be used when approved . 1. Type R. Construct riprap as shown in Figure 1 and as shown on the plans. Place stones in a single layer with close joints so that most of their weight is carried by the earth and not by the adjacent stones. Place the upright axis of the stones at an angle of approximately 90 ° to the embankment slope . Place each course from the bottom of the embankment upward with the larger stones in the lower courses . Fill open joints between stones with spalls . Place stones to create a uniform finished top surface . Do not exceed a 6-in. variation between the tops of adjacent stones. Replace, embed deeper, or chip away stones that project more than the allowable amount above the finished surface. When the plans require Type R stone riprap to be grouted, prevent earth, sand, or foreign material from filling the spaces between the stones . After the stones are in place, wet the stones thoroughly, fill the spaces between the stones with grout, and pack. Sweep the surface of the riprap with a stiff broom after grouting. 9" min 2. TypeF. Grout when specified 1'-6" min Slope of embankment Upright axes of stone perpendicular to slope Figure 1 Type R stone riprap, dry or grouted. a. Dry Placement. Construct riprap as shown in Figure 2. Set the flat surface on a prepared horizontal earth bed, and overlap the underlying course to secure a lapped surface. Place the large stones first, roughly arranged in close contact. Fill the spaces between the large stones with suitably sized stones placed to leave the surface evenly stepped and conforming to the contour required. Place stone to drain water down the face of the slope. Mortar when ~.----,-.;:--.- specified 9" min Figure 2 Type F stone riprap, dry or mortared. b. Grouting. Construct riprap as shown in Figure 3. Size, shape, and lay large flat-surfaced stones to produce an even surface with minimal voids. Place stones with the flat surface facing upward parallel to the slope. Place the largest stones near the base of the slope . Fill spaces between the larger stones with stones of suitable size, leaving the surface smooth, tight, and conforming to the contour required. Place the stones to create a plane surface with a maximum variation of 6 in. in 10 ft . from true plane. Provide the same degree of accuracy for warped and curved surfaces. Prevent earth, sand or foreign material from filling the spaces between the stones. After the stones are in place, wet them thoroughly, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. Flat 9" min Grout when -.-...,----~-- specified Figure 3 Slope of embankment Type F stone riprap, grouted. c. Mortaring. Construct riprap as shown in Figure 2 . Lap courses as described for dry placement. Before placing mortar, wet the stones thoroughly . As the larger stones are placed, bed them in fresh mortar and shove adjacent stones into contact with one another. After completing the work, spread all excess mortar forced out during placement of the stones uniformly over them to fill all voids completely . Point up all joints roughly either with flu sh joints or with shallow, smooth-raked joints as directed . 3. Common. Construct riprap as shown in Figure 4 . Place stones on a bed excavated for the base course . Bed the base course of stone well into the ground with the edges in contact. Bed and place each succeeding course in even contact with the preceding course. Use spalls and small stones to fill any open joints and v oids in the riprap . Ensure the finished surface presents an even , tight surface , true to the line and grades of the typical sections. When the plans require grouting common stone riprap , prevent earth, sand, or foreign material from filling the spaces between the stones . After the stones are in place, wet them thoroughly , fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. Multiple layers !more than one rock depthl 9" min 1'-6" min Figure 4 Slope of embankment Common stone riprap, dry or grouted. 4. Protection. Construct riprap as shown in Figure 5 . Place riprap stone on the slopes within the limits shown on the plans. Place stone for riprap on the bedding material to produce a reasonably well-graded mass ofriprap with the minimum practicable percentage of voids . Construct the riprap to the lines and grades shown on the plans or staked in the field . A tolerance of +6 in. and -0 in. from the slope line and grades shown on the plans is allowed in the finished surface of the riprap . Place riprap to its full thickness in a single operation. A void displacing the bedding material. Ensure that the entire mass of stones in their final position is free from objectionable pockets of small stones and clusters of larger stones. Do not place riprap in layers , and do not place it by dumping it into chutes, dumping it from the top of the slope, pushing it from the top of the slope, or any method likely to cause segregation of the various sizes . Obtain the desired distribution of the various sizes of stones throughout the mass by selective loading of material at the quarry or other source or by other methods of placement that will produce the specified results . Rearrange individual stones by mechanical equipment or by hand if necessary to obtain a reasonably well- graded distribution of stone sizes. Filter fabric I 2 times • thickness min Figure 5 Protection stone riprap. C. Pneumatically Placed Concrete Riprap, Class II. Meet Item 431, "Pneumatically Placed Concrete." Provide reinforcement following the details on the plans and Item 440 , "Reinforcing Steel." Support reinforcement with approved supports throughout placement of concrete. Give the surface a wood-float finish or a gun finish as directed . Immediately after the finishing operation, cure the riprap with membrane-curing compound in accordance with Item 420 , "Concrete Structures ." D. Cement-Stabilized Riprap. Follow the requirements of the plans and the provisions for concrete riprap except when reinforcement is not required. The Engineer will approve the desi gn and mixing of the cement-stabilized riprap . E. Special Riprap. Construct special riprap accord ing to the plans. 432.4. Measurement. This Item will be measured by the cubic yard of material complete in place. Volume will be computed on the basi s of the measured area in place and the thickness and toe wall w idth shown on the plans. For stone riprap for protection, the quantity of the bedding material to be paid for will be measured by the cubic yard as computed from the measured area in place and the bedding thickness shown on the plans . 432.5. Payment. The work performed and materials furnished in ac cordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Riprap" of the type, thickness , and v oid-filling technique (Dry , Grout, Mortar) specified, as applicable . This price is full compensation for furnishing , hauling, and placing riprap and for filter fabric , ex pans ion joint material, concrete and reinforcing steel , grout and mortar, scales , test weights , equipment, labor, tools , and incidentals. Pay ment for excavation of toe wall trenches, for all necessary excavation below natural ground or bottom of excavated channel , and for shaping of slopes for riprap will be included in the unit price bid per cubic y ard of riprap . When bedding is required fo r protection stone riprap, payment will be made at the unit price for "Bedding Material" of the thickness specified. This price is full compensation for furnishing, hauling, placing, and maintaining the bedding material until placement of the riprap cover is completed and accepted ; excavation required for placement of bedding material; and equipment, scales , test weights, labor, tools, and incidentals . No payment will be made for excess thickness of bedding nor for material required to replace embankment material lost by rain wash, wind erosion , or otherwise . ITEM438 CLEANING AND SEALING JOINTS AND CRACKS (RIGID PAVEMENT AND BRIDGE DECKS) 438.1. Description. Clean and seal joints and cracks in new or ex isting rigid concrete pavements and bridge decks. 438.2. Materials. Use sealants of the class specified on the plans that meet the requirements of DMS-6310 , "Joint Sealants and Fillers." If required, use primers recommended by the manufacturer of the sealant. Use backer rods compatible with the sealant that do not react or bond together. 438.3. Equipment. Use equipment that meets sealant manufacturer's recommendations . Use air compressors equipped with appropriate filters for removing oil and water from the air. For grooving cracks , use devices such as diamond-blade random-cut saws or random-crack grinders, capable of following the path of the crack without causing excessive spalling or other damage to the concrete. 438.4. Construction. Before starting work, submit information from the sealant manufacturer showing recommended equipment and installation procedures. All equipment and procedures will be subject to approval. If the equipment causes damage to dowels, reinforcing steel, concrete, base, subbase, or subgrade, repair the damage and change the procedure and equipment to prevent further damage. A. Preparation. Remove all debris, dirt, dust, saw cuttings, and other foreign material from the crack or joint by an approved method. Collect and dispose of all the removed material. 1. Joints. Remove existing preformed bituminous fiber board material or other spacer material the full depth of the joint along with all other debris in the joint opening. Resize the joint sealant space by sawing to the width and depth shown on the plans to accommodate the type of sealant specified. On concrete slab and girder bridges, clean debris from the diaphragm windows below the joints. Abrasive blast clean the vertical faces of joints armored with steel to remove all visible rust, paint, mill scale, and other forms of contamination, leaving a white metal appearance. Clean concrete and other surfaces by method approved and in accordance with the manufacturer's specifications before placing sealant. After cleaning, air-blast the joint to remove all dust. 2. Cracks. Unless otherwise specified, groove the crack at the surface so that a reservoir with a rectangular cross section is provided for the sealant. Cut grooves to the dimensions shown on the plans. B. Sealing. Place the sealant in accordance with the manufacturer's recommended procedures. Apply the primer, when required, at the specified rate and time interval before applying the sealant. Apply the sealant to dry joint and crack surfaces unless otherwise recommended by the sealant manufacturer. Tool any sealant material that is not self-leveling to force the sealant against the joint surfaces . 1. Joints. For concrete pavement, place approved support spacers into joints as shown on the plans. Place a backer rod in the joint opening to prevent the sealant from flowing through the joint and to hold the sealant at its required elevation unless directed otherwise. Set the top of the sealant and thickness of sealant as shown on the plans. Do not place sealant in an expansion-type joint if surface temperature is below 55 °F or above 90°F. 2. Cracks. Do not place the sealant when the surface temperature is less than 40 °F. Set the top of the sealant 1/8 in . to 1/4 in. below the pavement surface , with a minimum depth of sealant of 1/2 in . unless otherwise recommended by the sealant manufacturer. 438.5. Measurement. When specified on the plans to be a pay item, this Item will be measured by the foot or gallon of sealant placed. If measurement is by the gallon, the volume of sealant placed in the joints and cracks will be measured during progress of work. 438.6. Payment. Unless otherwise specified on the plans, the work performed and materials furnished as required by this Item will not be paid for directly but will be subsidiary to bid items of the Contract. When shown as a pay item, the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Cleaning and Sealing of Existing Joints ," "Cleaning and Sealing Joints," and "Cleaning and Sealing Cracks ." This price is full compensation for furnishing all materials ; sawing, routing, and cleaning and installing; disposing of debris; and equipment, labor, tools , and incidentals . 1. SCOPE TECHNICAL SPECIFICATION For SILICONE JOINT SEALING (Revision 1, October 18, 1989) (Revision 2, May 12, 1994) This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2. (11) "Joint Sealing Materials" of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH, and Item 2.210 "Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS . 2. MATERIALS 2.1. The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification. Before the installation of the joint sealant, the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint sealant meets these requirements. 2.2. The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated, documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems. Verifiable documentation shall be submitted to the Engineer. Acetic acid cure sealants shall not be accepted. The silicone sealant shall be cold applied. 2.3. Self-Leveling Silicone Joint Sealant: The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation, Midland, MI 48686-0994, or an approved equal. Test Method AS SUPPLIED **** MIL-S-8802 ASTMD 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 Requirement 96 to 99 275 to 550 1.206 to 1.340 60 14 to 21 14 to 21 ASTM D 412, Mod. Elongation, % min. 1400 ASTM D 3583 Modulus@ 150% Elongation, psi max . 9 (Sect. 14 Mod.) ASTM C 719 ASTMD 3583 (Sect. 14 Mod.) ASTMD 3583 (Sect. 14 Mod.) Movement, 10 cycles @ +l00/-50% Adhesion to Concrete, % Elongation min. Adhesion to Asphalt , % Elongation min. No Failure 600 600 2.4. The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them . Reference is made to the Construction Detail" sheet for the various joint details with their respective dimensions. 3. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail" sheet or as directed by the Engineer within 12 hours of the pavement placement. (Note that for the "dummy" joints, the initial 1/4 inch width "green" saw-cut and the "reservoir" saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven (7) days. Then the saw cuts for the joint sealant reservoir shall be made, the joint cleaned, and the joint sealant installed. During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F ( 4C) and rising. 4. EQUIPMENT 4.1. All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows: 4.2 . Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 4.3. High Pressure Water Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 4.4. Air Compressors : The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 4.5. Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 4.6. Injection Tool: This mechanical device shall apply the sealant uniformly into the joint. 4.7. Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 4.8. Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination. They shall be compatible with the join depth and width requirements. 5. CONSTRUCTION METHODS 5.1. General: The joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations . 5.2 . Sawing Joints: The joints shall be saw-cut to the width and depth as shown on the "Construction Detail" sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5.3. Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent joint contamination. When the Contractor elects to saw the joint by the dry method, flushing the joint with high pressure water may be deleted. The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev. 1, October 18 , 1989) After complete drying, the joints shall be sandblasted. The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes. Upon the termination of the sandblasting, the joints shall be blown-out using compressed air. The blow tube shall fit into the joints. The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open, cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape: The bond breaker rod and tae shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 5.4 . Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled . Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition. Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the Engineer the acceptable method for sealant installation. The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. 6. WARRANTY The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint sealing materials . The manufacturer shall agree to provide any replacement material free of charge to the City. Also, the Contractor shall provide the Engineer a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for two years after final acceptance of the completed work by the Engineer. 7. BASIS OF PAYMENT Payment will be made at the Contract bid item unit price bid per linear foot (L.F.) as provided in "MEASUREMENT" for "SILICONE JOINT SEALING", which price of shall be full compensation for furnishing all materials and for all preparation, delivery, and application of those sealing materials and for all labor, equipment, tools and incidentals necessary to complete the silicone joint sealing in conformity with the plans and these specifications . REA VY & HIGHWAY CONSTRUCTION PREY AILING WAGE RA TES 2008 Air Tool Operator Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt 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 Operator Concrete Pav ing Spreader Operator Concrete Rubber Crane, Clamshell , Backhoe, Derrick, Dragline, Shovel Operator Electrician Flagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Oiler Painter, Structures Pavement Marking Machine Operator Pipe layer Reinforcin_g Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel/Tamping Roller Operator, Steel Wheel, Plant Mix Pavement Scraper Operator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mixer Ooerator Truck Driver Lowbov-Float Truck Driver Single Axle, Heavy Truck Driver, Singje Axle Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-M ix Wagon Drill , Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10 .06 $13 .99 $12 .78 $11.01 $ 8.80 $14 .15 $ 9.88 $13.22 $12 .80 $12 .85 $13 .27 $12.00 $13.63 $12 .50 $13.56 $14 .50 $10.61 $14.12 $18 .12 $ 8.43 $11.63 $11.83 $13 .67 $16.30 $12 .62 $ 9.18 $10 .65 $16.97 $ I l.83 $11.58 $15 .20 $14 .50 $14 .98 $13 .17 $10 .04 $11.04 $14.86 $16.29 $11.07 $10 .92 $11.28 $11.42 $12.32 $12.33 $10.92 $12.60 $12.91 $12.03 $14.93 $11.47 $10.91 $11.75 $12 .08 $14 .00 $13 .57 $10 .09 ' ,. ,,·. • ?•. r ,. t' . " -t, t, I. 1t'..' :-: .·:: 6.'· F ~·· ~;. j; f t .t ~~ - f ' ·::.:-~. ~~-: . -:!:/.: :.i.:-:. f " -~i CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date: August 9, 2011 NAME OF PROJECT : Bridge Repair and Rehabilitation At Seven LQsatlons 2011-18 PROJECT NU MBER : GGOl-539590-0202003 IS TO CERTIFY THAT: Vendlgm Construction, LLC is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for tho typo of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General .. ___ -Bodily-Injury: CBP 1091924 07 /23/11 07 /23/12 Liability Insurance (Public Ea. Occurrence: s1 ,ooo,ooo ... T'\amh--• ····-·-.... --·--·-.. ......... ---·---·--. ... -·-.. ·---. -. Agg $2 ,000,000 · .... 1 'ability) ____ ····----· ···-···· .. -----... -·-. Ei ~ 0~~~~t:e~-s ·1:uuu ;uuu .. _ . -·· ··-. -···· ·-· Blasting Ea. Occurrence : s Collapse of Building or structures adjacent to Ea. Occurrence: s __ excavations Damage to Unde rground Utilities Ea. Occurrence: $ Builder's Risk Comprehensive 8~~CSL $1 ,000 ,00C Automobile Liability BA 1222665 07 /23 /1 1 07/23/12 Ea . Person: $ Ba. Occurrence: $ Property Damage : Ea . Occurrence : S Bodily lnjury: Contractual Liability Ea. Occurrence : $ Property Damage : Ea . Occurrence : $ Other Umbrella 40010 91 921 07/23/11 07/23/12 Ea .. Occurrence ~L ,UUU ,UUU Locations covered : Var ious Job Sites De scription 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 les s than five (5 ) days after the insured has received wri tt en notice of such change /or cancellation . Where applicable local low s or reg ulations require more than five (5) days actual notice of change or cancellation to be assured , the above pol icies contain such special requirements, either in the body the reof or by appropriate endorsement thereto attache<i . The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance polic ies excepting employer's liability in s uran ce coverage under Contractor's workers' compensation insurance policy. Agency Ba ldw in-Cox Agency Insuran ce Fort Worth Anent Brady K. Cox By ~~~~~!!,~---------------------,C....-'-----+------- Address 5930 Preston View Blvd . #200 Dallas , TX 75240 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406 .96 (2000), as amended , Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Transportation and City of Fort Worth Project No. GG01-539590- 0202003. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR Vendigm Construction, LLC By: ~ tJ¢__ Name: }olA"t ~aV\ W l / "f E: Title : (P~f f 0 e V' Date : '6 ,... \ j ..__ 1 ) .J Before me, the undersigned authority, on this day personally appeared 1 JOoa&w u Jb ft-Z , 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 Vendigm Construction, LLC for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this _l9_ day of A:uq us t , 20 J I . OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX lie in and for the S of Texas ~(1\ en ,~\? g$::(}?~ TIFFANY NICOL E CERVANT EZ = : _'j!i{.' i Notary Public, Sta te of Texas %:}.,1 ..... -:,ef My Commissior, f:xpi res ,,,,f,p,:,;~,,, Ap ril 08 , 2012 - �, � — i .� � � � � � 1 � � I I � � i � � r a B o nd N o . T X 1F SU0 56990 1 PERFORMANCE BOND THE ST A TE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we (1) Vepdlgm Construction, LLC as Principal herein, and (2jntemational Fide lity Insurance Compan \ corporation organized under the laws of the State of (3) N ew Jersey • and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and finnly bound unto the City of Fort Worth, a municipal corporation l~te~ in Tamutt and Donton C<lunties_, !exas,. '?bliee herein, in the sum o~: .. Two Hundred Thirty One Thousand Etght Hundred Tep Dollan and Twenty Cena .. , Dollars (S2J1.810,2Q) for 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 2 of August, 2011 a copy of which is attached hereto and made a part hereof, for the construction of: Bridge Repair and Rehpbllltatlop At Seven Locations 2011-18 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 hmrnless the Obligee from all costs and damages which Obligee may suffi,r by reason of Princlpal's default, and reimb~ and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect . PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended. and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. (SEAL) (SEAL) ... - -."' ................. -·-~-"'·...... ;... .. , . • "r" •• , • , ..... ·::: .. ,-.. ,..,. .. -. ~~ ·~~:~ ; --· - """";oJ~"'~ ~ 5930 Preston View Blvd, Suite 200, Dallas, TX 75240 (Address) Vendlgm Co1utructlon1 LLC S7:2S E. Lancaster #208 forfWortK".-tx·1Gt12 ·· ss) 973-624-7200 NOTE: Date ofBon ust not be prior to date of Contract (() Correct Name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy 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 THE STATE OF TEXAS COUNTY OF "(ARRANT § § § Bond No. TX IFSU056990 1 PAYMENT BOND KNOW ALL BY THESE PRESENTS : 11mt we, (I) ~endlgm Constraction, LLC. as Principal herein, and (2) International Fidelity In surance Company ___ ., a corporation organized and exlst!ng under the laws of the State of(3) . New Jersey , as surety, are he Id and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligce herein, in the amount ofiwo Hundred Thirty One Thousand Eight Huncjred T1in DoUan agd Twenty Cents ... Dollars ($231,810.20) for the payment whereof: the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, finnly by these presents: WHEREAS, the Principal hes entered . into a certain · written contract with the 'bbligce dated tbe 2 day of ·· A.!!Wl, 1!Ula which e-0ntract is hereby referred to aJlt made a part herc,of as if fully and to the same extent as if copied at length, for the following project: Bridge Repair and Rehabilitation At Seven Locations 2011-18 NOW. TIIBREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully meke payment to each and every claimant (as defined In Chapter ,2253, Texas Government Code, BS 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 C.Ode, as amended. and all Uabilitles on this bond shall be determined in accordance with the provisions of said statute , to the same extent as ifit 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 2 day of,~ !Qll. (Principal) Secretary Al!ES T: . ~-' (\ ~~ ~ ~ ( #> j ··, -at ~~g ·<~ I {l/'k:yq A ~ -Sec;:atary C·.pt~ce Pi erso n ... • "=' : _,,. ~ : JS f A L}-~:~-i .. hfr~ Jkioh. Witness as to Surety Brittani Gords Vendlgm Construction, LLC PRINCIPA.;,,L/,"", ~ By:~~~ Name: ;:n vi q f hq VI 1/1/ IA i f ~ T itle: 6 V' 1'0 ..Qi/' Address: 6725 E. Lancaster #208 Fort Worth, TX 76112 Telephone Number. 973-624 -7200 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) 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. WORT H, TX B on d No . TXIFS U056990 1 MAINTENANCE BOND THE STA TE OF TEXAS § COUNTY OF TARRANT § That Vendlgm Construction, LLC ("Contractor"), as principal, andintematjona( Fjde(jty In sura n ce Com pany ____ _... a corporation organized under the laws of the State of Ne w Jersey ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas. the sum of Two Hundred Thirty One Thousand Eight Hundred Ten Prolats and · Twenty ·Cegl!l •. i · Oollars · (f23'1 ;811);20t,-tawfol 11101 ,ey ofihe-"tlnitecr 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 i of August, 2011, a copy of which is he~to attached and made a part hereof, for the performance of the following described public improvements: Bridge Repair and Rehabllltatlon At Seven Locations 2011-18 the same being referred to herein and In said contract as the Work and being designated as project number(s) GG01-S39590-0202003 and said contract, Including all of the specifications, conditions, addenda , change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years ; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, It be necessary; and, WHEREAS , said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE , if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain In full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof ls exhausted. IN WITNESS WHEREOF, this instrument Is executed In z counterpart(s), each of which shall be deemed an original, this! day of August, A.D.2011. Secretary Vandigm Construction, LLC Conl?i:!__,,1, By:~ Name: .:J'o vi 9 'tb ,~111 '1/& t t :S: Title: Pa nflJ :::£ v' International Fidelity Insurance Company Surety By:.~.__.1~U44'~~4--,::-..,.==::.....i.""""":...- Name: ___ ::::==~:....+...:....a.=----r~-- Title: --+----J.-"---,c---- Address 973-624-7200 Telephone Number OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX IMPORTANT NOTICE To obtain information or make a complaint: You may call International Fidelity Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-333-4167 You may also write to International Fidelity Insurance Company at: Attn: Claims Department One Newark Center, 20th Floor Newark, NJ 07102 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtectjon @tdj.state,tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document. A VISO IMPORT ANTE Para obtener informacion o para someter una queja: Usted puede llamar al numero de telefono gratis de International Fidelity Insurance Company's para informacion o para someter una queja al: 1-800-333-4167 Usted tambien puede escribir a International Fidelity Insurance Company: Attn: Claims Department One Newark Center, 20th Floor Newark, NJ 07102 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas , derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProti:ction (iv tcli.state.tx.u s DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el (agente) (la compania) (agente o la compania) primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE A VISO A SU FIANZA DE GARANTIA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. (973,;[;iit~Jb f .i/ •ii > .\ > .ii. > .. i> > >> ii . > > itit mttM*T191llft!f~~H 1 / ... ··. ·.· 1-IO~ni oFtftcE; oNlt·NEWA!ik tENTE~, 20T~FtbB~ Ntw ARK(NEW JEt{$:§:X: 01 1 ijf$i61 t:,1i{.};,L ~1~ =rli:~.Jw;T~N!!~,~~'f,~~f i~~:~ t:';~~f~,;,id~/ ";"f):/ ,,~~~t~~~f 1kh~N1~'j d~RIZ a~'o&~AL~~N )MfciIAili: a. li1Lt. viiLl,AM D. ifA~owfri.' Dallas, TX . . • i~1~~~;1cti1~i:X;fa;eriJiiri~~at~tt! 0 0~:;::,e(t1~:1 a~~~ t~1:~if "ig; :n~i~/srfl&~~da~ls~~er~i'it~J ~t~1 • \li~~inr~1~ 1 :dr~g_~fJif~i~~~~~s o0 / ~~de~;~~f'fa~ the execution of s uch ins1tumem(s) in pursuance of these presents , sha ll be as bindmg upon the said JNTERNATIONAL FIDELITY INSURANCE C9MPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and ack nowledged by its regularly elected officers at its prmc1pa l office. This Power of Attorney is executed, and may be revoked, pursuant to and by a uthority of Article 3-Section 3, o f the By -Laws adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting ca ll ed and he ld on tlJe 7th day of February, 1974 . The Pres ident or any Vice President, Executive Vice President, Secretary o r Assistant Secretary , shall have power and authori ty (1) To appoint Attoroeys-in -fact , a nd to a uthorize them to exec ute on behalf of the Company , and attach the Seal of th e Company thereto, bonds and undertakings, contracts of indemnity and other writings ob ligatory in the nature thereof and , (2) To remove, at any time , any such a1w rn ey-iu -fact a nd revoke the autlio ri ty g iven . Further , thi s Power of Attorney is s igned and sea led by facsim il e pursuant to resolution of the Boa rd o f Directors of said Company adopte d at a meeting duly ca ll ed a nd he ld o n tl1 e 29th day of Apri l, 1982 of wh ich the fo ll ow in g is a true excerpt: Now therefore the signatures of suc h officers and the sea l of the Company may be affixed to a ny such power of attorney or any certificate relating thereto by facsimile, and a ny suc h power of atto rn ey or certifi cate bearing suc h facs imil e s ignatures or facs imil e sea l sha ll be va lid and b indrn g upon the Company and a ny suc h power so exec uted and certifi ed by facs imile signatures and facsimile seal sha ll be va li d a nd binding upon the Company in the future with respect to a ny bond or und e rtakin g to which it is attached. I N TESTIMONY WHEREOF, INTERNATIONAL FIDELITY IN SURANCE COMPANY has caused tl1is in st rument to be signed a nd its corporate sea l to be affixed by its a uth o ri zed officer , th is 16th day of October , A.D. 2007. STATE OF NEW JERSEY Co un ty of Essex INTERNATIONAL FIDELITY INSURANCE COMPANY ~~~ Secretary On tl1is 16th day of October 2007, before me came tl1e individu a l who executed tl1e precedin~ in stru ment, to me ~rsonally known, and , being by me dul y sworn , said the he 1s the therein described and a uthorized officer of the INTERNATIONAL l'IDELITY INSURANCE COMPANY; that the sea l affixed to said in stru me nt is the Corporate Sea l of said Company ; Olat th e sa id Corporate Seal a nd his signa ture were duly affixed by order o f the Board of Directo rs o f sa id Company. IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Officia l Sea l, at the C ity o f Newark, New Je rsey the day an.d year fir st above writte n. CERTIFICATION A .NOTA RY PUBLIC OFN"EW JERSEY My Comm issio n Expites March . 27 , 20 14 th~~na ~·s ii~ed dfti6~r ot'INT:F:RNATIONAt FlP¢tIT YlNSVRANC)l: tQ]W>ANy dd bereby ~ei:tifyti)ii;·rh~v~t:o mpa reclthefbregoihi dopy &t thii of;\tt9r;iey &n<l:iffi(!av it , a nd iti~ copy of\he SectiQil of the By,.taws of s11 ici"Com1WJY as seHorth in said Power ()fAttorney,with the OR1QJNALS ON I-iO~QrFiCE<:l.lf S/\ID cqfyf?1:1'l)'.\ a nd t,h ~tJhe saii:1~ ar~ cor~ee 1 'fo1n,Ef ~Pt~_'ihe.r7of;.ina of the: "(li o"Je of the SJ)jd original~. and that th~. said Po~fr Attorney rra/rnot bee n re voked and is· how 'in full force and effect · ,:,:·, >.;;~ ~,.• • · ··· · •• .·.. .. • · . · · · · .,. / .,.-- ~ .. -. ·-· ... . . -... : -. . ... ; ·····-·. THE STATE OF TEXAS COUNTY OF TARRANT CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS This agreement made and entered into this the 2 day of August A.D., 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 th day of December, AD. 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, Veodigm Construction, LLC , HEREINAFTER CALLED Contractor. WI1NESSETH: 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: Bridge Repair and Rehabilitation At Seven Locations 2011-18 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 (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same read y 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 Twenty Six (126) day s. l+ 1) If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $210 per Calendar Day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5 . Should the Contractor fail to begin the work herein provided for within the time herein fi xed or to carry on and complete the same according to the true meaning of the intent and terms of said Plan s, 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 ex ceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at th e project site for Contractor 's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend , at its own ex pense, the Owner, its officers, servants and employees, from and against any and all claim s or suits for property loss , property damage, personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the 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 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 Own e r satisfactory evidence that the claim has been settled and /or a release from the claimant in v olved, 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, e xecute and deli ver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all 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 100 percent (100%) of the total contract price , and said surety shall be a surety company duly and legally authorized to do business in the State of Texas , and acceptable to the City Council of the City of Fort Worth. 8. Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a , shall be Two Hundred Thirty One Thousand Eight Hundred Ten Dollars and Twenty Cents ... Dollars, ($231,810.20). 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 Z 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 Z counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the 2 day of August, A.D., 2011. ,. . PPROV AL RECOMMENDED: Uu~ j DOUGL DIRECTOR, DEPARTMENT OF TRANSPORT A TI ON/PUBLIC WORKS ATIBST:{Jkj 4Ar- CONTRACTOR Vendigm Construction, LLC BY=-~~.M- ~ TITLE 5725 E. Lancaster #208 Fort Worth, TX 76112 ADDRESS November 1960 Revised May 1986 Revised September 1992 Revised March 2006 CITY OF FORT WORTH FERNANDO COST A , ASST CITY MANAGER CITY SECRETARY (SE AL) lM,{-c C -'l ?Dy 3 i q . ( l AS TO FORM AND ASST. CITY ATTORNEY OFFICIAL RECORD CITY SECRETARY FT. WORTH, T.>t ,. ,I, " y .. ,, .. i . . •' ·:' .. -\~5-7·:;·~-_ "" (To be printed on Contractor's Letterhead) Date: _____ _ PROJECT No:------- PROJECT NAME :------------------------- MAPSCO LOCATION: LIMITS OF CONST .: ______________ _ Estimated Duration of Construction on your Street : __ days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMP ANY WILL < REPLACE WATER AND/OR SEWER LINES -RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE . IF YOU HA VE QUESTIONS ABOUT ACCESS , SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO .> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS , PLEASE CALL 817-392-8100 PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL. - - i�l ., �,��,����1 ��,� �, �� �� ���� '� � �`� � _ -T�c �-���� �,� �,,���n , � � , , � � ��vrS� � �� �� � �� i� , .: ��_ � � 'i � ��� �� °`� S� � ��� �X ����� ►J �h r � �`�� � u�l-1�� �.-a � ��� �� �=��� ��C�� , , `�4��1�'r� , o�a�� -�-,�' , � ,� �; ' � a �-�C-� �1 "`�� � ������� � � APPENDIX A: SUMMARY OF QUANTITIES Item Nos. E Allen Ave Bellaire Dr S (EB) Beliaire Dr S (WB) Hattie St Mark IV Pkwy (NB) Mark IV Pkwy (SB) Village Ck Rd Total Qty SUMMARY OF QUANTITIES � 2, 3 ., � 4 5, ., 6 SF 150 200 200 700. 900 500 2,650 SF 400 100 100 300 150 200 1,250 7 „ ., , ., $ 9 d�re ��d,� � F�av��v�abl'��Fk i� `�1l1� lt��a �s , � �� pl�c���� '. !►k.:�To d Gti �F �tYste� ��� ��� � � . i ��� � � � � ����'� � � �� f . � �� �� �: r��,���� ���� s� 'c �"- �` < �����xµ� �� �7 :: ��, `�'.�,��`z,�r� �. ,V � LF CY LF SF � CY CY SF 650 50 � 110 160 � 10 5 140 130 130 80 1,130 50 90 500 � � 100 � 200 660 5,056 5,056 20 2,880 2,880 I 1,628 10 25 � 17,500 F APPENDIX B: PROJECT LOCATION MAPS t: ALLt:l'\J AVt: tjKIUljt: MAPSCO 77N 0 ..I Iii I I 0 i I ~·l " l z 0 I 0 u.. I Iii ! 1· .i I w 1 i :i u .J. <( C> MAGNOLIA i i I r 0 i I I i " -r· + 0 i .I II u.. i i ~ i " i u 77J / MORPHY f 1· FELIKS GWOZDZ I ., z EFFERSON g 77N RICHMOND w :i ~ !/ ll ,j.: !l if. Ii ,I I' I i / '* /I // !j Ir I j I ·/· ./ / 7' / / z ~ / I -;..J. , I /!/ I z i JEFFERSON a: <II /!/ I ! / f ,t: I / I l I / i ·t I // ;" I• I / ,/ 11 I 1, ! /J /! I , ' I I I I I . / 1, ' I /'1./ ! /! i/1. :;-l i4-/j Jt ii f /jj ! I/ ii: JJ' t II··. ,. I . ·rt I ;! 1,.1./i .i 1.' ... , J 'j lfi flllfl\ 1/11+-h i+!.I ilJl ,,.,H,r1, 1r11-;r1 I, 1:,-11111rr fi j./ 1 J. j_ ''''."} !/ / //I A'LINGTON / / ;4( / //,. ,. •r-/ ·£// /lfii ·t-i l i + ·i r, ./hffl'fjt /IN l ii. ! !1 ii jilthl/1 A f i i L H H .,.,iTTfit./J t( ! , I i Ii i I // f I;' 1t/ i I IL+ I r f H H 1 1.JJ.TJJl1fl ! /:j ;11'! I /// t/ lJ / N./ 1/fJ ' /'f• I '/I ·< . ft ,. I / l'!/ !1· I /!1-I I /'I. ;· (// /·/1:!;1 l .;/!' !/:1 I /'/../ f')t,{.; I ft/1 -t~l// / ;;1 ;fl L "/./ /,.I:/ H J/ ! d I l/ ! ! j / ///./J./J-/ i , + t l I t ff TT + / Hlif !Jtl If ! 1 j ! I !f 1 i I , /;-rrf/1 ff i ii + 1 , '1' HT + t tfJIJI/J ,· t-r i P + J , 1 I : 1 , 111f/i ; 1 I •+11 ,.,Jn// !i!/11,rl 11!11Jl!i111,, jt.i,;f.:I,1 ,1• , U , t I i++ I tr' . '·t'1t'i' i l-ff f. ! .. I I ·t· i; i .'ts f s s I ·•f i J 'f' / j I/ • 11, fllulJI, /; 1· u ! "/ i ++ H; ! .1.JJttt1·· f f ! .; TI Ji t Ii I,. I "~ Q l':.U T Ii ~ 0 ~ MAGNOLIA 77K MORPHY t t L/ <II "' " "' I ,J;..li E Allen Ave Bridge over BNSF Railroad i Vi /I; ·rrr /H tt_ Lt JI w MADDOX ELI\IWOOD 'I ii I H 7t JE'fERSON I, <( z 0 !:,l " <( ~ (J) ~ :%: I-:, 0 "' ~ .., .:; All.EN Ill z ~ i i!: ::, 0 "' f i -t i I IRMA MAGNOLIA iii: :, 0 "' "' :E MORPHY MYRTLE MADDOX ELMWOOD JEFFERSON ~ :, ~ "' :E 75S 75W - - tjl:::LLAI Kt: UK ~ l 1:::1:j & VVl:j) tjKI Ut;;t::~ MAPSCO 75X 75T HARlWOOD Bellaire Dr S (EB & WB) Bridges over Trib of Trinity River 75U -I D~GGETI DAGGETII I z• ~ a: ID PETERSMITH 7,E NNIE I I HAI I It: ~ I tjKIUL;t: MAPSCO 77F I I U) I DAGGETI I II" l I tr/ I w z 0 .., I I I '''rl I I ROADWAY f+T t 1 I I!/ I I T z :, 0 :,: ..I <( (.) ,, ("' ? ~ ". ·~· 't ..Lf . -. . . -. I n1,.:...,:, li I STELLA I HH/./1 H/ I I I I I I I PETERSMIT: ~l I I <( I (.) TUCKER l l z :, 0 :,: 1t-1 \ !i!+Ull lhWJ1t ll!ll!f! ti l TUCKER H I l j f I I J!~1 "O ilt,1 I I \ l I I I Hattie St Bridge over BNSF Railroad lf u 'i I, h ii I ~I I CANNON I ~I :I! !I ;l lf I, 77J DASHWOOD C a: 0 i g::_ TER(!.ELL ; I :_b_ j ., I ., J ; .,;,_ ; ; ; .l ii +f· <( z 0 !:,I a: <( LEUDA II DASHWOOD I I It K I TERRELL I i--l ! I DASHWOOD µAGGETI ,DAGGETI BROADWAY µ.TELLA STELLA l r~ESSIE I !TUCKER ~ gl ANNIE ... z w l<: a: :, 5l U) :ii! i!EUDA LEUDA I U) z ~ HUMBOLT DASHWOOD LASKI PULASKI VE~BENA IVIAKK IV t-'KVV Y ll'-Jl:S & ~ts J l:SKIUl:;c~ MAPSCO 49K -"' Q) Q) NORT EAST 0 0:: 0 ~ w 0. ::::, rn GREAT SOUTHWEST FRANKLIN rn 0 LL Mark IV Pkwy (NB & SB) Bridges over Little Fossil Ck j! rn ::::, C) ::::, <( 49P 0 C z ~ 49L 49Q ID rn 0:: rn ~ :i:: ~ 0 z 79W ' 93A WILBARGER VI LLAl:il::. L;t\. KU t:SKI Ul:il::. 9 w u:: :I: rn w a: IL GARD MAPSCO 79X II: w w a: u REED a: ~ 0 u z ~ Village Ck Rd Bridge over Trib of Lake Arlington w ;t C ..J ::! :I: 938 EASTLAN APPENDIX C: PROJECT DESIGNATION SIGN DETAIL 4' -o" FONTS: PROJECT DESIGNATION SIGN ---------4' -0" ________ __, sf' =r3" 3"L Project Title 1 1 .. 3 "L 2ND LINE t IF NECESSARY_/ -i-3 11 1f·======= Contractor: -=t 1 .. 2~"LContractor's N-ame 1 2 1 ~,,~ Scheduled Completion Date 1~" I Year 1 " 2 5" 1 " FORT WORTH LOGO = CHEL TINGHAM BOLD ALL OTHER LETIERING = 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 APPENDIX D: OTHER DETAILS , ..---_______ lO'~ARKWAY _________ ., ~R.o.w. I ,· .,. COSHIOII s· 1 EXP. JOCNT MA rL EXISTTNG CURB fl BARS@ 11• C-C BOTH WAYS J1 SmE1rALK 10' Porlr,o· ----------~ ,. EXISTt!IC CORI ,. r"~ .,, I 18" C-C 80TB WATS •• STANDARD CONCRETE smEWALK 1101 to Sco/1 ' PARKWAY MOTEi 1. CONCR~ SHALL BE 1000 PSI AT U DAYS.. Z. REINFORCtNG SUALL BE fl SA.RS AT tr CC BOTU WAYS, CT/ON OAf(: 11,.-cr, 12. 1993 l toce of •00 1 Coo l i I form Vt,l 't"I C•J I roce ot el.)(Je or co'1 l(ffyWO)' F0<1r.41d / / 1n Ab,.o Cou, coot 111 tn r Oto ~·f!!eP Holel'l ot '> i: 1 c ~c.. Prov t O'!! 1:eep 11oro~ wtio1, Cror11.,tu,· Mote,·101 1.-s .iso1Jct r1eo ""' 1 r dlrec.1ecJ oy J ospt 101 t Loooe 9r,1ded qrcvo• Or' crus11eif s t()l"lo o locoiJ con t 11vou61 y cilonq oer lpner'y or 9r-O('lu1or ITW,te.-101 u1dor r lpi·op on,y or os t.llr-ected by 1ne EnfJl1iet1r 5 HOWING <EYWAY OPT ION SECT_IO NS THRU RIP_RAP AT C_Ap (il Curt, l!'l!IS, Pe ()Ut~l t.111' of 8r' ilJCJO !,Jr I p ! lnt1 l,i) 'Nhon rlpf"CJP I s i;.t1own e11,tern.1eo o,.ouncJ heooor on 1u1out, ttJCtontJ ~1uo or11J t-rJa•ol ! 011 :SflOwl'' CJl'll.l el lmlnCJtf! ,. wit>, (2) L 1ml t :s and cunt lc,iut 1Jt lun or Cn>lns ond tJcµresslons 5t10t I be os $1"10wr'l et1.r,wnftre ptons or os Cllr'ttctod by 1111: E11(.Jlneer. (~) location of sfV:loldcr drain tl'\.;,St C.Of'llildcr 1 ln,ltotrons lmou:ieo l)y .-011 tnJn5ltton. 1.)o not IOC<•te 5t"IOl..,lde1· <Jrot,,s ot e.rponslon Jorn1s oetween <>pp.-oocr1 sioo 011d concruto p()V(ltll(tO f . ;~~) See datol 1$ et&ewher"o Ir p111ns ro,· Ins t<;! lot Ion ~ ot gvord ferice posts 11y-ov,_11 t;onct·ete ,·tp,-oo. [\) ;~s1;1~~~~1 ... ~:~~:;,~1~~~e~a:7~!~!~'~' :nb~t,o p i on• o,· 1,,c1uC100 I n 11,e spec lfl cotlorns. (~j •f (lr'"OO l ble sol ls ,x.cl,f' 1,, tt'e eu"lbonKmQnt ::i'; Wtdor or o"n"r drol•• cont'lg,..,r•Jtlon& !lll(ll I oe ~ uned If :st"IOWn elsewhere 111 plQl'"'IS Of If Ul,.ectel.l by tt1e tr)qlnt'le,·. (a'J wo11 ti JCttl'l'"l&I01'11ntJy ue reducldd or modified • t t cpproved by 11,e Enl)lneer. WOl 1 1;1,c:!m1s!01t t>hlll oe lncrtw,uttl t<, 1 ·-(j· wn<!ne ... er t"u opt lonol lt1te,.-r,101.Jrore to~wot I I s co l ltx1 fo,· t r, t!lc ;,Iona. ,•''\ 1'J 1 1'01, of cop ,o top l.l r ,· r~op cJhnen:11011 vor l,n -Uij dlrectc1J by 11,e E.n~•nf!~.-. St101.,ld bo 9· )..llq ft.,v beuotsruo 1yoa br'ltJ9es o,cj 1'·6" lor lllub r,por,, 0011' oao-11, or :'llOb Doan brlllfJeS. ,:..,, 'l' -~· Mir• (i i ;_i~ e· " 16 Gu(J~ c.;oiv 'Sneet Me tot .:.-,--~-~·#{TI·:;i ·/. r ··-:-;--! .· .·-fte!I,., ·,~,.,, ..... · l r r::::.~.·-~~.I r 1~9 ~~~es~~·;~ ~!~~1~~:;01:~01~'~! ~=t~::,~:,~~~ed \:: ··-· - -1(, ·' H.cl"' i ·.l ~:: . .t.::;:::---' by l he (ny lr"teer or os s l )OW(I etsawt10..-a on ptuns. l '!:> • i ,0..·' !f :--.:·. \_•}_:_~ Rei tr-' -\ ~ f~ r•o:il'ftr,y ts1t0wn 111 Cuo Option Al rnuy bG us~d ""!i uu.- GENERAL NOTES • Cunc..-ete sno ! I b8 C1uss ·0 · wl tn (I"'''"'"'"-"" ,:omc,t·es31ve srri,1"M.pr, of 2,000 L).!1 ,_..,1ess 1,o~od el:se11rhere rn plans. •• • ,..,11,fQr'"clno stett, .,h<1I I be Gn.11J0 60. Rel'""lfor cln9 otner lhon thOt sr,awn ,nay l>e i,1sed !)y sub&.tltut11wJ l""ern ron;~nt or i,quo1 or Qr ·,wter ..,nit cruss·:tP.C t rono1 areo. r he rnoxffflullt ,e1r1rOl"'cffl'lent-3POCl<WJ ,1,u 1 1 be 18 1nct11ts. Croiitn • .ct lon JolP ts Or" 91·ooved Jo1nt.s ox t endlllQ !tie fvl I sront :,looe 11-,11711 5t1a 11 Oll 01 Interval& of opp.-o••rnotely ?O teet ,...-.1e:u ottVJl""wlse dl,.qcteo by tne fnylnefJr, HorC,wdro c l oth, 10011c yr-oc.lQ() stone bOhlnd wceio llOlf!S. fl mrirtlr'Q, Ot" o+f"!:r s1101fn9 r,iofcrlc,1 st101 1 not ba ualt.1 tor C1!nu;t1y but srio11 oe :h.1b&lcJ IOf"y to tno bid I ttlffl -~uprop ·. Urlesc. soocl flcu a•::u,wt,oro In the otan~ t·o Of? t)()ly ,.elnforcl~ lM"r'S, ,1,e r1p.-cp relnforr.lll(J may l:ltt t.:o-nposeo o f ,·01nro,.clnQ oor:.. wei.Jao 111re rit,1nrorcen11m 1 l'M'l'AI, or ony ~ol•ot:>le r.:OfTOl<'lQ'lon o r botti tyoet>i, '!.U(t l•JyOVf fOf' 11ml 13 Of r'l l'>l""Up . llRD ts 10 l)c, u s4:1J on :,.t.-!lCJlll cru&:,lf\Qs. RR'i 15 to Ott tJStt1J 0·1 ot"er errboPknlf!nll). ~ Texas Department of T ron,;partoflon I . Brll/f;I (JMsl"" :r...!..,~:~1'1 --':;~'L:3~ ~< . ----, '•·r!z) u t .,rn,JwOl t Ir, odrJI I !Of"' to (J<p Jt Uot' I If i ., .:r •. "':~·-i) ( ' .,.,,.., ~· ""'"' 0 ' Olrec•ua by,.,. r,...,,,.,.,_ CONCRETE RI PRAP AND · I SEC A A •· ,2 ·-0· •10 (0 (•t•etMo,c•no bo<• ""'" be •l 0 ' ••· '00 c ·c . SH OULDER ORA I NS ! I =---~--~ -·~-·-; ·-::~~:t;~~~.~~1"~~io!':;01~=w~~ :~'~,~e EMBANKME NT S JH./ , . .. 4 , ·ACP·· ,-4.-,a1 n r o,-.-:ltll.Jbo•·s 11'1()ytui1used lfboltloro AT BRIDGE ENO S @ E:-··-] I' b.~=-=-6-]·1• :·f .·-;~. -: r"~ ::~~u~cg.'~~~~~.~?0~; :!•ieo ~~~1 ~~~0 ~' /~~~~!:co~~:~~<,°~ ... ~ 1hot (TYP ES RR8 & RR9) 31'. ~.·_:.j ~ 1(e ~· (,'-·-·--~-r ~i r I .~ .... Ir HIJYUOI :~~::~~:~7~;.:,;;~.~r •••. ono "'" Cl)US of CRR '-1 n.,,,, .. -:1J 01 ""'"' · :;.i ~ RIF'RAP DETAIL AT COl,,_U MN S ~-.·,. ~~c .~~ ,!~.,8 ~~~ ,,::~~~~~. '" "'""' " '""'·'-' ir.,rn~~:' ;If [if =~J ;.c.: jj# :-~:71_ ·:~=-. .:',,~]t.·11~.~.l lnti,(Jf"o • ... 1 r•, ,. '11rop1 ----- ! l L..~~~~~~--~~~~~~~~~~~~--~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~--'~~~~~~-'-~~~~.L_....L-.J.--1~~