Loading...
HomeMy WebLinkAboutContract 33485 SEC.kE iAk i ` *� .. . .�:. FILE CITY SECRETARY CONTRACT, ,R'8 ,' SPECIFICATIONS ONDING CC CONTRACT NO. �4)P5 CONSTRUE �;,,.�A'S COPY AND CONTRACT DOCUMENTS FOR .. MICRO-SURFACING 2006-2 AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS •. DOE PROJECT NO. 5201 TPW PROJECT NO. GS93-020930511180 .. 2006 MIKE MONCRIEF CHARLES R. BOSWELL MAYOR CITY MANAGER ROBERT D. GOODE, P.E., DIRECTOR DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS A. DOUGLAS RADEMAKER, P.E., DIRECTOR DEPARTMENT OF ENGINEERING PREPARED BY DEPARTMENT OF ENGINEERING ENGINEERING SERVICES DIVISION EXHIBIT "A" onwLsomwolm oow. ,� 69469 1 _ AAjL Nome I Council Agenda I M&C I Employee Directory I Morning Report I Ada I PRS Print M&C COUNCIL ACTION: Approved on 4/25/2006 DATE: 4/25/2006 REFERENCE NO.: **C-21415 LOG NAME: 3030MICRO06-2 CODE: C TYPE: CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of Contract with Ballou Construction Company, Inc., for Micro-Surfacing 2006-2 at Various Locations RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Ballou Construction Company, Inc., in the amount of$913,010.75 and 80 calendar days for Micro-Surfacing 2006-2 at various locations. DISCUSSION: In the FY2005-2006 Contract Major Maintenance Program, various types of street maintenance techniques are grouped into specific contract packages. The micro-surfacing 2006-2 at various locations contract will provide for surface rehabilitation of asphalt streets funded from the Contract Street Maintenance Fund. The City also reserves the right to increase or decrease quantities of individual pay items within the contract, provided that the total contract amount remains within plus or minus 25% of the contract award. This project was advertised for bid on January 5 and 12, 2006. On February 23, 2006, the following bids were received: Bidders Amount Ballou Construction Co., Inc. $913,010.75 Viking Construction, Inc. $1,056,195.75 This project is located in COUNCIL DISTRICTS 2, 3, 4, 5, 6, 7, 8 and 9. The locations of the project streets are shown on the attached streets list. Ballou Construction Com, Inc., is in compliance with the City's M/WBE Ordinance by committing to 11% M/WBE participation. The City's goal on the project is 10%. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Contract Street Maintenance Fund. TO Fund/Account/Centers FROM Fund/Account/Centers GS93 541200 020930511180 $913,010.75 Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: A. Douglas Rademaker (6157) ATTACHMENTS ADDENDUM NO. 1 CITY OF FORT WORTH AUCRO-SURFACING 2006-2 AT VARIOUS LOCATIONS DOE No.5201 TPW PROJECT NO.GS93-020930511180 6 Addendum No. 1 Issue Date: February 2,2006 Bid Receipt Date: February 23,2006 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents(inside).Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. Prospective bidders are hereby informed that the bid opening date has been postponed from February 9,2006 until February 23,2006. The pre-bid conference has been postponed from January 25, 2006 to February 9, 2006 at 9:00 a.m. in the Transportation and Public Works Conference Room, 2nd Floor,Municipal Building,RM 270. All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force and effect. Failure to return a signed copy-of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. Receipt Acknowledged: Department of Engineering A. Douglas Rademaker, P.E. / Director By: / Title: hoeSf Deiv f By: �0 &!2 S 0 4 Tony Sholola,P.E. Engineering Manager,DOE ADDENDUM NO.1 FEB-17-2006 FRI 12 42 PM City Of Fw-Engineer, Dept FAX NO, 817 871 6828 P. 02 ADDENDUM NO. 2 CITY Or FORT WORTH NUCRO-SURFACING 2006-2 AT VARIOUS LOCATIONS DOE No. 5201 TPW PROJECT NO.GS93-020930511180 Addendum No.2 Issiue Date: February 17, 2006 Bid Receipt Date Remains: February 23,2006 This addendum forms part of the contract documents referenced above and modifies 6e original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents(inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. The primary purpose of this addendum is to clarify the following: I. On the first and second pages of the Notice to Bidders, under major work. — paving improvements, Crack Sealing,change the Approx. Quantity and Unit from 53.64 L.M. to 150,000 L.F. 2. On page 7 of the Special Instruction to Bidders, Item No. 15. Air Pollution Watch Days, the City will enforce the requirements as originally stated under this item. 3. Replace page P-2 of the Proposal in its entirety with the enclosed revised )cage P-2R (Addendum No.2). 4. On page SP-5 of the Special Provisions, for Item No. 11, Public Notification Prior to Beginning Construction, the City will enforce the requirements as originally stated under this item. 5. On page SP-14 of the Special Provisions, for Non-Pay Item No. 6, Crack Sealing, replace the following: NON-PAY ITEM NO. 6—CRACK SEALING: All cracks filled in this project under, Pay Item No. 5 — CRACK SEALING, shall be subject for repair under NON-PAY ITEM NO. 6 — CRACK SEALING, if tivsy reappear after completion of the street resurfacing and through the end of the 2-year warranty period. The repair shall be crack sealed with Rubber Asphalt Crack Sealer, as per the latest edition of the TxDOT Specifications for Construction and Maintenance of Highways, ,Streets, and Bridges, item 300, "Asphalts, Oils, and Emulsions". ADDENDUM NO.2 1 Fax from 817 871 6828 02/17/86 12:58 Pg: 2 FEB-17-2006 FRI 12:42 PM City Of Fu-Engineer, Dept FAX NO, 817 871 6828 P. 03 with NON-PAY ITEM NO. 6 - SURFACE DEFICIENCIES TO BE EVA>ULATED FOR REPAIR IN TWO (2)YEAR WARRANTY PERIOD: Delamination-Micro-Surfacing physically separates from underlying pavement. Weathering and Raveling - Micro-Surfacing wears away from the underlying pavement due to the loss of asphalt binder (weathering) and the dislodging of aggregate particles (raveling), Rutting-Micro-Surfacing is consolidated, Pushed or shoved by traffic loading. 6. On page SP-15 of the Special Provisions, for Pay Item No. 2, Micro-Surfacing; (Polymer Modified), second paragraph, replace the following paragraph: • Under. Item 350.2. Materials, A. Cationic Polymer-Modified Asphalt Emulsion: The cationic polymer shall be"Natural Latex". Prior to emulsification process, the natural latex shall be milled or blended into the asphalt or emulsion solution. with • Under Item 350.2,Materials,A. Cationic Polymer-Modified Asphalt Emulsion: The cationic polymer shall be "Natural Latex or Equivalent". Prior to -, emulsification process, the natural latex shall be milled or blended into the asphalt or emulsion solution. 7. On page SP-20 of the Special Provisions, for Pay Item No. 5, Crack Sealing, second paragraph, replace the following paragraph: The unit price bid per lane mile shall be .full compensation for all labor, material, equipment,supplies, and incidentals necessary to complete the work. with The unit price bid per linear foot shall be full compensation for all labor, material,equipment,supplies, and incidentals necessary to complete the work. S. On page 402 of the TxDOT's "Standard Specifications for Construction and Mabltenance of Highways, Streets, and Bridges", Item 350 "Micro Surfacing", H. Production 'Testing, the City will enforce the requirements as originally stated under this item. 9. Micro-Surfacing thickness will be measured by a rod. 10. Solid waste weekly and monthly pickup schedules will be provided at the pre-construction meeting. ADDENDUM NO.2 2 Fax from : 817 871 6828 02/17/06 12:58 Pg: 3 FEB-17-2006 FRI 12:42 PM City Of Fu—Engineer, Dept FAX NO. 817 871 6828 P. 04 All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force and effect. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. Receipt Ack ledged: Department of Engineering A.Douglas Rademaker,P.E, Director By: Title: tolze4 / i."Z'wf By of u u Tony Sholola,P.E. Engineering.Manager,DQE ADDENDUM NO.2 3 Fax from 017 071 6828 02/17/06 12:58 Pg: 4 ' x FEB-17-2006 FRI 1242 PM City Of Fw—Engineer. Dept FAX NO, 81" 871 8828 05 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 300 3 120 C.Y. 11.M.A.C.Base Repair @ 312 Dollars & S.P. Cents Per C.Y. 300 4 25 Ton 13.M.A.C.Level-Up @ 312 Dollars& S.P. Cents Per Ton $ S.P. S 150,000 L.F. Crack Sealing @ Dollars& Cents Per L.F. $_ $ TOTAL BID S P-2R(Addendum No.2) R17 R71 f,R2R 02/17/06 12:59 Pg: 5 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR MICRO-SURFACING 2006-2 AT VARIOUS LOCATIONS ` IN THE CITY OF FORT WORTH,TEXAS DOE PROJECT NO. 5201 TPW PROJECT NO.GS93-020930511180 27 A G A.DOUGLAS RADEMAKER,P.E. T5 DATE DIRECTOR,DEPARTMENT OF ENGINEERING �r ilo NAJIB FAES,P.E. DATE INFRASTRUCTURE MANAGER TRANSPORTATION AND PUBLIC WORKS DEPARTMENT DOO KIM,P.E. DATE ENGINEER MANAGER WATER DEPARTMENT TABLE OF CONTENTS 1. Notice to Bidders 2. Special Instructions to Bidders 3. Prevailing Wage Rates 4. Proposal 5. Vendor Compliance 6. Minority and Women Business Enterprise Specifications 7. Special Provisions 8. TxDOT Technical Specifications 9. Contractor Compliance with Worker's Compensation Law 10. Certificate of Insurance 11. Equipment Schedule 12. Experience Record 13. Performance Bond 14. Payment Bond 15. Maintenance Bond 16. Contract 17. Project Designation Sign Detail 18. Notice of Construction Detail 19. Street Locations Sealed Proposals for the following: MICRO-SURFACING 2006-2 AT VARIOUS LOCATIONS DOE No.5201 TPW PROJECT NO. GS93-020930511180 Addressed to Mr. Charles R.Boswell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office, City of Fort Worth, in the lower level of the Municipal Building, 1000 Throckmorton, Fort Worth, Texas 76102 until 1:30 p.m., Thursday, February 9,2006, and then publicly read aloud at 2:00 p.m., in the Council Chambers. a Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. One set of documents will be provided to prospective bidders for a deposit of twenty dollars ($20.00), such deposit is non-refundable. Additional sets may be purchased on a non-refundable basis for twenty dollars($20.00)per set.These documents contain additional information for prospective bidders. A pre-bid conference will be held at 9:00 A.M.January 25,2006 in the Transportation and Public Works Conference Room,2nd Floor,Municipal Building,RM 270. The major work on the above-referenced project shall consist of the following: Paving Improvements: 409,100 SY Micro-Surfacing"Polymer Modified Asphalt Emulsion" 120 C.Y. H.M.A.C.Base Repair 25 TON H.M.A.C. Level Up 53.64 L.M. Crack Sealing Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. For additional information,please contact Susan L. Schwinger,P.E.,Project Manager at(817)392-6529. Advertising Dates: January 5,2006 January 12,2006 COMPREHENSIVE NOTICE TO BIDDERS Sealed Proposals for the following: MICRO-SURFACING 2006-2 AT VARIOUS LOCATIONS DOE No. 5201 TPW PROJECT NO. GS93-020930511180 Addressed to Mr.Charles R Boswell,City Manager of the City of Fort Worth,Texas,will be received at the Purchasing Office, City of Fort Worth, in the lower level of the Municipal Building, 1000 Throckmorton, Fort Worth, Texas 76102 until 1:30 p.m., Thursday, February 9,2006, and then publicly read aloud at 2:00 p.m., in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. One set of documents will be provided to prospective bidders for a deposit of twenty dollars ($20.00), such deposit is non-refundable. Additional sets may be purchased on a non-refundable basis for twenty dollars($20.00)per set.These documents contain additional information for prospective bidders. A pre-bid conference will be held at 9:00 A.M.January 25,2006 in the Transportation and Public Works Conference Room,2nd Floor,Municipal Building,RM 270. All bidders will be required to comply with Provision 5159a of"Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278,as amended by City Ordinance No. 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. Bid security is required in accordance with Paragraph 1 of the Special Instructions to Bidders. The major work on the above-referenced project shall consist of the following Paving Improvements: 409,100 SY Micro-Surfacing "Polymer Modified Asphalt Emulsion" 120 C.Y. H.M.A.C.Base Repair 25 TON H.M.A.C.Level Up 53.64 L.M. Crack Sealing Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. COMPREHENSIVE NOTICE TO BIDDERS (CONTD.) The City reserves the right to reject any/or all bids and waive any and/or all formalities. Bidders shall not separate, detach, or remove any portion, segment, or sheets from the contract document at any time. Bidders must complete the proposal sections and submit the complete specification book or face rejection of the bid as non-responsive. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety (90) days from the w date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAVIER FORM, and/or the GOOD FAITH EFFORT FORM ("Documentation') as appropriate is received by the City. The award of contract,if made,will be within ninety(90)days after this documentation is received, but in no case will the award be made until all necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the contract. Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of the bid receipt. Information regarding the status of addenda may n be obtained by contacting the Department of Engineering at (817) 392-7910. Bids that do not acknowledge all applicable addenda may be rejected as non-responsive. In accordance with the City of Fort Worth Ordinance No.15530,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinances can be obtained from the Office of the City Secretary. The bidder shall submit the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAVIER FORM, and/or the GOOD FAITH EFFORT FORM ("Documentation'), as appropriate. The Documentation must be received by the contracting department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the contracting department to whom delivery was made. Such receipt shall be evidence that the Documentation was received by the City. The Managing Department for this project is the Department of Engineering. For additional information, please contact Susan L. Schwinger,P.E.,Project Manager at(817)392-6529. CHARLES R.BOSWELL MARTHA HENDRIX CITY MANAGER CITY SECRETARY A.DOUGLAS RADEMAKER,P.E. DIRECTOR DEPARTMENT OF ENGINEERING Advertising Dates: By: N*1 Sh-,(, 5 Tony Sholola,P.E. January 5,2006 Manager,Engineering Services January 12,2006 ` 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. r 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 totalobtained 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. r 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 fumished 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 r 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. r 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 Department of Engineering Construction Division at(817) 871-7910. Bids that do not acknowledge all applicable addenda will be rejected as non- responsive. SPECIAL INSTRUCTIONS TO BIDDERS -I - 4. AWARD 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 r ("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 fiunish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is$25,000 or less,payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. If the contract amount is in excess of$25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. .. C. If the contract amount is in excess of$100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. •. Said bond shall solely be for the protection of the City of Fort Worth. D. A Two-year Maintenance Bond is required for all projects to insure the prompt, •• full and faithful performance of the general guarantee as set forth in Paragraph 7 of the Special Provisions. .. To be an acceptable surety on the performance, payment and maintenance bonds, the surety must be authorized to do business in the state of Texas and meet all requirements of Texas Insurance Code, section 7.19-1. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City SPECIAL INSTRUCTIONS TO BIDDERS -2- 6. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 - General Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 7. EMPLOYMENT AND NON-DISCRIMINATION: The Contractor shall not discriminate against any person(s)because of sex, race, religion, color or national origin and shall comply with the provisions of sections 13A-21 through 13A-29 of the Code of the City of Fort Worth(1986), as amended, prohibiting discrimination in employment practices. 8 WAGE RATES: All bidders will be required to comply with provision 5159a of "Vernons Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth, Texas, and set forth in .. Contract Documents for this project. 9. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering Director 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. 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 SPECIAL INSTRUCTIONS TO BIDDERS -3- r 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 ..4 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. in. 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 Department of Engineering ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre-construction meeting will be scheduled at which time the .. Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information: 1. Name of Contract 2. Name of M/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s)have been received. r Throughout the duration of this project,the Contractor comply with the M/WBE Ordinance by complying with the following procedures: • A M/WBE Participation Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. • Reports are to be submitted monthly to the M/WBE Office, regardless of whether or not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month,place a"0" or"no participation" in the spaces provided, and provide SPECIAL INSTRUCTIONS TO BIDDERS -5- am am a brief explanation. • The Contractor shall provide the M/WBE Office proof of payment to the M/WBE .. subcontractors and suppliers only. The N4/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 N4/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 .w 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 Oft SPECIAL INSTRUCTIONS TO BIDDERS -6- no will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three years. .. 13. AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the proposal, the City reserves the right to adopt the most advantageous construction thereof or to reject the proposal. 14. PROGRESS PAYMENTS FINAL PAYMENT PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment(less 5%retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the oft 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 pregr-ess 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 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. .r 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 SPECIAL INSTRUCTIONS TO BIDDERS -7- 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. r "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 r• vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage,based on proper reporting of classification �+ codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must,prior to the end of the coverage period, file a new certificate of coverage.with the governmental entity showing that coverage has been extended. " E. The contractor shall obtain from each person providing services on a project, and provide to the City: SPECIAL MSTRUC'TIONS TO BIDDERS -8- (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 (b) a new certificate of coverage showing extension of coverage,prior to the end of the coverage period,if the coveragc 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 projcct and for one year thereafter. SPECIAL INSTRUCTIONS TO BIDDERS -9- i (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. MW J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees ,. of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage IM 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 ■1° notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers'compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at(512) 440-3789 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 SPECIAL INSTRUCTIONS TO BIDDERS -10- +a .. 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 - ior 11 pmw Classifications Hourly Rates Classifications Hrly Rts Air Tool Operator $10.06 Scraper Operator $11.42 Asphalt Raker $11.01 Servicer $12.32 As halt Shoveler $8.80 Slip Form Machine Operator $12.33 As haft Distributor Operator $13.99 Spreader Box Operator $10.92 Asphalt Paving Machine Operator $12.78 Tractor operator,Crawler T $12.60 Batching Plant We" her $14.15 Tractor operator,Pneumatic $12.91 Broom or Sweeper Operator $9.88 Traveling Mixer Op2rator $12.03 Bulldozer operator $13.22 Truck Driver-Single Axle(Light) $10.91 Carpenter(Rough) $12.80 Truck Driver-Single Axle(Heavy) $11.47 Concrete Finisher-Paving $12.85 Truck Driver-Tandem Axle Semi-Trailer $11.75 Concrete Finisher-Structures $13.27 Truck Driver-Lowboy/Float $14.93 Concrete Paving Curbing Mach.O er. $12.00 Truck Driver-Transit Mix $12.08 Wagon Drill, Boring Machine, Post Hole Concrete Paving Finishing Mach.O er. $13.63 Driller $14.00 Concrete Paving Joint Sealer O er. $12.50 Welder $13.57 Concrete Paving Saw Oper. $13.56 Work Zone Barricade Servicer $10.09 Concrete Paving Spreader O er. $14.50 Concrete Rubber $10.61 Crane,Clamshell, Backhoe, Derrick, Dra line,Shovel $14.12 Electrician $18.12 Fla er $8.43 Form Builder-Structures $11.63 Form Setter-Paving&Curbs $11.83 Foundation Drill Operator,Crawler Mounted $13.67 Foundation Drill Operator,Truck Mounted $16.30 Front End Loader $12.62 Laborer-Common $9.18 Laborer-Utility $10.65 Mechanic $16.97 Milling Machine Operator, Fine Grade $11.83 Mixer Operator $11.58 Motor Grader Operator Fine Grade $15.20 Motor Grader Operator, Rough Oiler $14.50 Painter, Structures $13.17 Pavement Marking Machine O er. $10.04 Pipe Layer $11.04 Roller,Steel Wheel Plant-Mix Pavements $11.28 Roller,Steel Wheel Other Flatwheel or Tamping $10.92 Roller, Pneumatic,Self-Propelled Scraper $11.07 Reinforcing Steel Setter(Paving) $14.86 Reinforcing Steel Setter Structure $16.29 Source is AGC of Texas (Hwy,Hvy, Utilities Industrial Branch) www.access.gpogov/davisbacon/ 1/17/2006 TO: MR.CHARLES R. BOSWELL Fort Worth,Texas City Manager Fort Worth,Texas FOR:MICRO-SURFACING 2006-2 (POLYMER MODIFIED) AT VARIOUS LOCATIONS DOE PROJECT NO. 5201 TPW PROJECT NO.GS93-020930511180 Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done,and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Department of Engineering of the City of Fort Worth. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding on and awarding the contract. The City reserves the right to add, delete or substitute streets in this contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (t) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance 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: SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 1 2 Ea. Project Designation Sign @ Two-Hundred Dollars& No Cents Per Ea. $ 200.00 $ 400.00 S.P. 2 409,100 S.Y. Micro-Surfacing"Polymer Modified" @ ,Oq/6�- Dollars& Cents Per S.Y. $ A f7 $AS f.77. o0 sevjr* P-IL FEB-17-2006 FRI 12:42 PM City Of Fw-Engineer, Dept FAX N0, 817 871 6828 P. 05 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 300 3 120 C.Y. M.A.C.Ban Repair @ 312 J&9 Wt1A1 JW T,d-►,'-y r1&Dollarsi& S.P. S6res07-Y A14 Cents Per C.Y. zs75 300 4 25 Ton I LM.A.C.4pl-Up @ 312 e 1#1PAWM0 trlWW 7)17',-Wbollars& ,TJ S.P. 5'Eketr tWCents Per Ton f3 ^T'75 $-/1=g S.P. 5 150,000 I.F'. Crack Sealing @ A✓0 )Dollars& X/ Cents Per L.F. $ •�o $ 000,00 TOTAL BID S P-2R(Addendum No.2) Fax from 817 871 6828 82/17/86 12:58 Pg: 5 This contract is issued by an organization which qualifies for exemption pursuant to the provision of Article 20.04(F)of the Texas Limited Sales,Excise and Use Tax Act, Taxes. All equipment and materials not consumed by or incorporated into the project construction,are subject to State sales taxes under House Bill 11,enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29),prohibiting discrimination in employment practices. The undersigned agrees to complete all work covered by these contract documents within eighty (80) calendar days from and after the date for commencing work as set forth in the m written Work Order to be issued by the Owner and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction" as established by the City of Fort Worth,Texas. Within ten(10)days of receipt of notice of acceptance of this bid,the undersigned will execute the formal contract and will deliver an approved Surety Bond for the faithful performance of this contract.The attached deposit check in the sum of °o DF TO 7-,4,e- R/,0 Dollars ($ ) is to become the property of the City of Fort Worth,Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. The Contractor shall mobilize within ten (10) calendar days of the notice given by the Construction Engineer for any locations. If the contractor fails to begin the work within ten (10)calendar days,a$200 dollars liquidated damage will be assessed per Block per day. (I/we), acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Respectfully submitted, Addendum No.1 (Initials) ArK AL.Ldd 6&&7;P/c601,1A.rk, Addendum No.2(Initials) Company me Addendum No.3(Initials) �- By: Signature /. 41 O Zr ,('.4., d EA/ Printed Name of Principal Address:An FOX 2300 , 6Wr,4s 67sb1-s3oa (Seal) E-mail Address:4/ona�-6t//oJco. C044 Date: isA- -Ot Telephone:US2 f2S-5303 P- VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as a low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside 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 non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in / RA1S* S (give-state), our principal place of business are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. ❑ Bidder: �b LLOIJ t°l1,�/SfRiJc%�✓ �b,�— ,D0���1� .T �i�idF� Company By (Please Print) o Address Signature City/State/Zip Title (Please Print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION FORT WORTH City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is$25,000 or more,the M/WBE goal is applicable. If the total dollar value of the contract is less than$25,000, the M/WBE goal is not applicable. _ POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. MNVBE PROJECT GOALS — The City's M/WBE goal on this project is 16 %of the total bid (Base bid applies to Parks and Community Services). �A COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal,or 2. Good Faith Effort documentation,or; 3. Waiver documentation,or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the fUlow my times alloraled, in order for the entire bid to be considered res3po ,;ive to the spc,ifica tins. The Offeror shall deliver the MVVDE documenta.tion .� Cr }Orson`ta 1966 eppiapMa'd' h'rp ayee of the nig `agI`t�[J department and obtain a'date/time receipt_ Such receipt sba91 be vvidunce that the City received the documm�eIntatlon in the lime all=ited. A foxed copy will not be accepted. �,. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date,exclusive of the bid opening date. .� statedgoal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE participation: opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form,if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date,exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid .,. to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S MIWBE ORDINANCE,WILL RESULT IN THE BID_BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions,please contact the M/WBE Office at(817)392-6104. Rev.11/11/05 ATTACHMENT 1A Page 1 of 4 FORT WORTH "p ---�, City of Fort Worth �. Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime Q 1-L-Od 60,051WI)CTid4) d. 1. M/W/DBE ,/ NON-M/W/DBE PROJECT NAME: BID DATE �11GR0 SAG n�6, '�066-.Z ;?3. .2410 G City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT UMBER % IOM' % G593-o.to%3oS//18o Identify all subcontractors/suppliers you will use on this project Failure'-,to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5)City business days after bid opening, exclusive of bid opening date, .. will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a °'formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon;execution of a contract with the City of Fort Worth. The intentional' and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the`: bid being,considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker,Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1St tier, a payment by a subcontractor to its supplier is considered 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 MM/BE credit. The MMBE'rnay lease trucks from non-M/WBEs, including owner-operators, but will only receive.credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. a Rev.5/30/03 i ATTACHMENT 1A FORT WORTH _ Page 2 of a Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e.,Minority,Women and non-M/WBEs. Please list MNVBE firms first,use additional sheets if necessary. Certification N (check one) SUBCONTRACTOR/SUPPLIER T n .. Company Name i N T Detail Detail Address M W C X M Subcontracting Work Supplies Purchased Dollar Amount r T D Tele hone/Fax R O B B Telephone/Fax E E C T E A .rove B. PR v,,vG- e� SEg��^J6- 7'? mbo. 0 0 PIP X30-2z8-S8b9 t,Er�Ji5 r/►LZ&J- -rX JC SvPr�L N r �9i O ob, 06 g7.2 .3 50..8-20 0 40 X 49 govt Sig ;?3;�0.0,0.0 a Pv. 6ox �oiG I-Me4 - r/10 K .�/6 683. ori .. CSE Ao 3'S X Yi7- SSP- ;z 5a -Rev.5/30/03 Oft ATTACHMENT 1A FORT WORTH Page a of a Total Dollar Amount of M/WBE Subcontractors/Suppliers $ /0 o 0 0 0 , 6o Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 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 Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable •• subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment ., from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1)year. Authorized Signature Printed Signature Title Contact Name/Title(if different) .� gwraori �1 7 r/C�o cl ,, L. �7�'S� �2S--.5—Ya3 �7',' ��2S 703!0 Company Name Telephone and/or Fax .. Address E{nail Address .230 -.2-o06 City/5tateMp Date nn Rev.5/30/03 ATTACHMENT 1 B .. FORT WORTH Page 1 of 1 City of Fort Worth i Prime Contractor Waiver Form PRIME COMPANY NAME: Check applicable block to describe .r O LLD �Ait/S j �/ /o,�/ (11''J. i✓ rime PROJECT NAME: M/W/DBE NON-M/W/DBE BID DATE City's MIWBE Project Goal: PROJECT NUMBER % G S'7g-0"0 If both answers to this form are YES, do not complete ATTACHMENT 1 C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Manacling Department on or before 5:00 p.m.,five(5)City business days after bid opening, exclusive of the'bid opening date,will result in the:bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, NO this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s)on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three(3)years and for initiating action under Federal, State .. or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one(1)year. 11,a --7-ziL� &,., , Auth ized Signature Printed ftnabute Title Contact Name(d different) Ai 4U61 ( ✓ST�PVr/lc � _ L0A5_4-30 0715-)125--70 3 Company Name Phone Number Fax Number Address Email Address ay City/stateop Data Rev.5/30/03 ATTACHMENT 1C .. Page 1 of 3 FORT WORTH City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe rime ' LL M/W/DBE NON-MNV/DBE da PROJECT NAME: ,&/ego BID TETE a3 �o0 6 City's M/WBE Project Goal: PROJECT NUMBER If you have failed to secure M/VI/BE participation and you have subcontracting and/or supplier opportunities or if your x,. DBE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m.five (5) City'business days after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. .. 1.) Please list each and every subcontracting and/or supplier opportunityl for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2" tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities ATTACHMENT 1C Page 2 of 3 2.) Obtain a current(not more than three(3) months old from the bid open date) list of MIWBE .. subcontractors and/or suppliers from the City's MIWBE Office. Yes Date of Listing I 1 No 3.) Did you solicit bids from MIWBE firms,within the subcontracting and/or supplier areas previously listed,at least ten calendar days prior to bid opening by mail,exclusive of the day the bids are .. opened? Yes (If yes,attach MIWBE mail listing to include name of firm and address and a dated copy of letter mailed.) .. No 4.) Did you solicit bids from MIWBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone,exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MIWBE firm, ea rson contacted,phone number and date and time of contact.) ,s, No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile Is used, attach the fax confirmation, which is to provide MIWBE name, date, time, fax number and documentation faxed. NOTE: If the list of MfWBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontractingisupplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential MIWBEs or information regarding the location of plans and specifications in order to assist the MIWBEs? Yes No 6.) Submit documentation if MIWBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MIWBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes,the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. Please use additional sheets, if necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. MM The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. _ Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in .. Attachment 1C will be contacted and the reasons for not using them will be verified by the Ci /WBE Office. Authi rized Signature Printed Signature Title Contact Name and Title(if different) Bow of (10119 -Wk)e-VV ) �a .--IV C-. 6.L�;2S-S3o 3 <�-524 .: 03(6 CompanyName Phone Number Fax Number P.O. Box .23&� _C/Q/r ! '6.//oCV^ Address Email Address =? 1oo�v City/State ip Date CITY OF FORT WORTH,TEXAS DEPARTMENT OF ENGINEERING SPECIAL PROVISIONS FOR: MICRO-SURFACING(2006-2) AT VARIOUS LOCATIONS DOE PROJECT NO. 5201 TPW PROJECT NO. GS93-020930511180 1. SCOPE OF WORK: The work covered by these details and specifications consists of Micro-Surfacing existing pavement. A layer of"Polymer Modified Asphalt Emulsion" shall be installed as described in the enclosed TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" and the enclosed Special Provisions. Included,in addition to the micro-surfacing process, removal and replacement of base repair, level up and sealing of existing cracks greater than or equal to '/4-inch.The work shall include the removal(only)of all traffic buttons and pavement markings all other miscellaneous items of construction to be performed as outlined in the details and specifications which are necessary to satisfactorily complete the work. The Contractor shall mobilize within ten (10) calendar days of the notice given by the Construction Engineer for any locations. If the contractor fails to be in the work within ten (10)calendar days,a $200 dollars liquidated damage will be assessed per Block per day. It shall be the responsibility of the prospective bidder to visit the project sites and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. The contractor shall verify these locations with the Construction Engineer. For street locations see list at the back of this document. At the sole discretion of the City, the City reserves the right to add, delete or substitute streets in this contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (t) 25% of SP- J_ the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. Total quantities given in the bid proposal may not reflect actual quantities, but represent the best estimate based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. 2. AWARD OF CONTRACT: Contract will be awarded to the lowest responsible bidder. 3. SUBMITTALS FOR CONTRACT AWARD: The City reserves the right to require contractor who is the apparent low bidder(s) for a project to submit such information as the City,in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the information if requested may be grounds for rejecting the apparent low bidder as non-responsive.Affected contractors will be notified in writing of a recommendation to the City Council. 4. CALENDAR DAYS: The Contractor agrees to complete the Contract within the allotted number of days. If the Contractor fails to complete the work within the number of days specified,liquidated damages shall be charged, as outlined in Part 1,Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas. 5. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule,the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged sP- 2 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, 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. 6. RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor, any part of the project, or the entire project, at any time before the Contractor begins any construction work authorized by the City. sP-3 7. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications,except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION- CITY OF FORT WORTH and STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH CENTRAL TEXAS. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. A copy of these specifications may be purchased at the office of the Department of Engineering, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item in the Proposal. If not shown, then applicable published specifications in any of these documents may be followed at the discretion of the Contractor. 8. CONTRACT DOCUMENTS: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate and as determined by the Director of the Engineering. 9. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship,or both,for a period of two(2)years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. See Special Instructions to Bidders Item No. 14 for further requirements. 10. TRAFFIC CONTROL: The contractor will be required to obtain a"Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Vernon's Civil Statues, pertinent sections being Section Nos.27,29,30 and 31. sP-4 A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer (x,817-392-8712 at least 10 working days prior to the preconstruction conference. Although work will not begin until the traffic control panel has been reviewed, the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871-7738), to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications,the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re-installed,the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor shall limit his work within one continuous lane of traffic at a time to minimize interruption to the flow of traffic upon the approval of the City Engineer. Work shall not be performed on certain locations/streets during "peak traffic periods" as determined by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." See Special Instructions to Bidders Item No. 15, for further work time restrictions on "Air Pollution Watch Days"with substantial use of motorized equipment. 11. PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any street in this contract, the contractor shall, prepare and deliver a notice/flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice/flyer shall be posted three (3) days prior to beginning anv construction activity along each street (i.e. a notice for each phase of construction is required. concrete flatwork, SP- S pulverization, milling and paving). The flyer shall be prepared on the Contractor's letterheads and shall include the same information as what is in the provided sample. The contractor shall submit a schedule showing the construction start and finish dates for each street of the project to the inspector at the pre-construction conference. In addition, a copy of the Notice of Construction/flyer shall be delivered to the City inspector for his review prior to being distribution. The contractor will not be allowed to begin construction on any street until the flyer is delivered to all residents of the street. All work involved with the notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. The Electronic version of the notification flyer can be obtained from the Construction office at(817)871-8306. 12. PAYMENT: The Contractor will receive bi-weekly payment (minus 5% retainage) from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. See Special Instructions to Bidders Item No. 14 for further requirements. 13. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material,if any,which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. sP- 6 14. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction,as required by Engineer, by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs",Item 524,and/or as shown on the plans. Construction signing and barricades shall conform with the latest edition of the "Texas Manual on Uniform Traffic Control Devices,Vol.No. V. 15. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material,the Contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056) and a flood plain permit issued. All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies,shall be at Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the Administrator approving the disposal site,upon notification by the Director of the Department of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. No temporary storage of material, rubble, equipment or vehicles within parkway is allowed. Damage to sodded/landscaped areas shall be replaced at Contractor's expense to the satisfaction of City Engineer. SP-7 16. ZONING REQUIREMENTS: During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 17. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 18. CONSTRUCTION SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference. This schedule shall detail all phases of construction, including project clean up, and allow the contractor to complete the work in the allotted time. Contractor will not move m 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. Contract start date would be outlined in the pre- construction work order notice. Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. 19. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (1) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING —UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (2) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm,except back hoes or dippers,and insulator links on the lift hood connections. SP- 13 (3) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TXU Electric Delivery) which will erect temporary mechanical barriers, de-energize the line, or raise or lower the line.The work done by the power company shall not be at the expense of the City of Fort Worth.The notifying department shall maintain an accurate log of all such calls to TXU Electric Delivery and shall record action taken in each case. (4) The Contractor is required to make arrangements with the TXU Electric Delivery for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (5) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph(3). 20. RIGHT TO AUDIT: Contractor agrees that City shall, until the expiration of three (3) years after final payment under this contract is made by City, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of Contractor involving transactions relating to this contract. Contractor agrees that City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents,papers and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with Article VI. City shall give the subcontractor reasonable advance notice of intended audits. Contractor and subcontractor agree to photocopy such documents as may be requested by City. City agrees to reimburse Contractor and/or subcontractor for the cost of copies at the rates as contained in the Texas Administrative Code at the time payment is made. 21. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to indemnify City's Engineer and Architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor SP- 9 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. 22. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material that has been specified. Where the term"or equal",or"or approved equal" is used, it is understood that if a material,product,or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed substitutes is procured by the Contractor. Where the term "or equal", or "approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of the sub-section as related to "substitutions"shall be applicable to all sections of these specifications. Sp- 10 23. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor, at his own expense. 24. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. 25. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission from the property Owner. 26. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities,which may be encountered. 27. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". 28. CONSTRUCTION The City of Fort Worth maintains a "CONFINED SPACE ENTRY PROGRAM" for its employees and all contractors and their sub-contractors must comply with this program as a condition of the contract. All active sewer manholes, regardless of depth, are defined, as "permit required confined spaces".Contractors will be required to complete the"CONFINED SPACE ENTRY PERMIT" used by the Fort Worth Water Department (Field Operations Division) for each entry and possess and use the equipment necessary to comply with this program. The cost of complying with this program will be considered subsidiary to the pay items involving work in confined spaces(e.g.vacuum testing,cleaning,televising,construction, etc.). NON-PAY ITEM No. 1 -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. sP- NON-PAY ITEM NO.2-REMOVAL OF TRAFFIC BUTTONS AND TEMPORARY LANE TAPE: All traffic buttons shall be removed from the existing asphalt surface before resurfacing begins.The contractor shall be responsible for the removal of all buttons.Upon completion of the job the City will install new buttons after proper notification. The contractor shall also be responsible for all materials, equipment and labor to place temporary adhesive lane marking tape, at locations as directed by the Construction Engineer, to direct traffic flow until permanent markers are installed. The contractor shall notify the Construction Engineer to arrange for the replacement of the buttons and adhesive lane markers(arrows,etc.).All costs to the contractor shall be figured as subsidiary to this contract. NON-PAY ITEM No.3—LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES: The contractor shall be responsible for locating and marking previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the contractor's responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day),the contractor shall locate the covered manholes and valves and expose them. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company Telephone Number Contact Person SBC— Telephone 817-338-6202 Mr. Cary Tillory 214-384-3732 Cell TXUElectric Delivery 817-215-6424 Mr.Scott ging Downtown 817-215-4688 Mr.Robert Martinex -other than Downtown SP- IT Atmos Energy(Gas)— 817-215-4306 Mr. Roger Oliver CFW Street Light and Signal 871-8100 Mr.Dwayne Cox Mr. Roger Martin Storm Drain 871-8100 Mr. Gordon Couch Water&Sewer 817-212-2686 817-992-0130 Cell Mr.Steve Tackett 817-212-2633 817-991-8102 Cell Mr.Ron Dacus The contractor shall be responsible for all materials, equipment and labor to locate and mark utility manholes and water valves, to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. NON-PAY ITEM No.4-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. SP- 11 NON-PAY ITEM No. 5—PROJECT CLEAN-UP: During the construction of this project, all parkways that are excavated shall be shaped including bar ditches at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Engineer. The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of 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%. 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. 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 NO.6—CRACK SEALING: All cracks filled in this project under, Pay Item No. 5—CRACK SEALING, shall be subject for repair under NON-PAY ITEM NO.6—CRACK SEALING, if they reappear after completion of the street resurfacing and through the end of the 2-year warranty period. The repair shall be crack sealed with Rubber Asphalt Crack Sealer, as per the latest edition ry of the TxDOT Specifications for Construction and Maintenance of Highways, Streets, and Bridges,Item 300,"Asphalts,Oils,and Emulsions". SP-t4 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. PAY ITEM No. 1 - PROJECT DESIGNATION SIGN: The contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of M the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of %" fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction. The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials,supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The unit price bid per each will be full payment for materials including all labor, equipment,tools and incidentals necessary to complete the work. PAY ITEM NO.2-MICRO-SURFACING(POLYMER MODIFIED): This item shall consist of (3/8" to 1/2") three-eighths to one-half-inch layer of "Polymer Modified Asphalt Emulsion" as described in the enclosed TxDOT's "Standard m Specifications for Construction and Maintenance of Highways, Streets, and Bridges", Item 350"Micro Surfacing"and Item 300"Asphalt,Oils, and Emulsions". The following amendments to the above TxDOT's specifications shall govern, take precedence and shall include: • Under Item 350.2,Materials,A. Cationic Polymer-Modified Asphalt Emulsion: The cationic polymer shall be "Natural Latex". Prior to emulsification process,the natural latex shall be milled or blended into the asphalt or emulsion solution. SP- IS • Under Item 350.2,Materials,B. Mineral Aggregates: Furnish aggregate with minimum"A"surface classification. • Under Item 350.2,Materials,E. Other Additives: Additives used to control the break and cure times of the polymer modified asphalt emulsion in the field shall be compatible with the other components in the mix and be included as part of the mix design. The type of additives used shall be defined by chemical composition, brand name and additive designation or other method approved by the Engineer. • Under Item 350.2,Materials,F.Job-Mix Formula(JMF): Prior to beginning construction, the Contractor shall submit to the Engineer a mix design prepared by a laboratory experienced in Micro-Surfacing design, for the materials to be used in the project. The mix design must be signed, certified and contain the information requested in Table 3 and Table 4 of TxDot's "Standard Specifications for Construction and Maintenance of Highways,Streets,and Bridges", Item 350, "Micro Surfacing". Once the design mix has been approved, no substitution will be allowed,unless,the Engineer grants further authorization. • Under Item 350.4 Construction,A.General: To ensure compliance with the specifications and approved mix design, tests and checks will be performed on the paving project materials during construction. The sampling and testing of the materials shall be made at the expense of the City of Fort Worth, Texas. In the event the sampling and testing does not comply with the specifications, all subsequent testing of the material, in order to determine if the material is acceptable, shall be furnished and paid by the contractor, as directed by the Engineer. The following materials will be tested (see Item 350.4 Construction, H. Production Testing for frequency): 1. polymer-modified asphalt emulsion 2. aggregate A certificate of analysis/compliance shall be submitted, with each load delivered. The following materials will be checked for certification requirements: 1. polymer-modified asphalt emulsion 2. aggregate 3. mineral filler,and 4. additives SP-16 The Engineer or his authorized representative, at the discretion of the engineer, will take samples for tests and receive certifications. The contractor shall keep a daily control log that includes the tons of dry aggregate and asphalt emulsion and the square yardage of mix placed that day. This log shall be submitted to the City's Representative before the next day's production. Copies of all material load tickets and certified test reports shall also be submitted to City's Representative. • Under Item 350.4 Construction,D. Surface Preparation Materials: 1. All manholes and water valves will be covered with plastic prior to placing micro-surfacing. 2. The Contractor shall remove all raised pavement markers in a manner, which will protect and ensure no damage to the existing pavement. Any pavement damaged by the Contractor's operations shall be repaired at no cost to the City.The Contractor at no cost to the City shall remove any excess debris. 3. All 2 ft.x 8-ft.longitudinal crosswalk bars shall be removed from the existing pavement prior to placing micro-surfacing. • Under Item 350.4 Construction,F. Placing: 1. On Cul de Sacs, placement of mat shall be constructed before noon and after trash pickup has occurred. 2. The single average application rate of Micro-surfacing mixture is based on the weight of dry aggregate in the mixture. The rate of application of 254b/sy will be used for measurement and payment. When two passes are required, the first course shall be what is needed for surface leveling and made with a metal or rubber stiff strike-off. The second course shall be applied using the rate of 22 lb/sy. • Under Item 350.4 Construction,G.Curing: The Contractor shall be responsible for protecting the finished mat from damage due to all types of vehicular traffic. Appropriate traffic control devices/methods shall be SP- 11 used during curing period, especially, in areas subject to sharp wheel turning, starting and stopping. • Under Item 350.4 Construction,H. Production Testing: For compliance with mix design: 1. One residual asphalt content test will be performed for each storage tanker load of polymer-modified asphalt cement emulsion or from the microsurfacing application machine or once per week, which ever is the larger. 2. One aggregate gradation and sand equivalent test will be performed for each job site stockpile before microsurfacing application or from the micro- surfacing application machine for every(1000 tons)used in the project. 3. A certificate of analysis/compliance shall be submitted, with each load of the material used in this project. • Under Item 350.4 Construction,J.Miscellaneous Areas: The finished surface texture and color in hand work areas shall be uniform and match the finished surface placed by the spreader box. • Under Item 350.4 Construction,K. Ruts: Wheel rut repairs, shall be determined by the Engineer or Engineer's authorized representative. H.M.A.C.Level Up(Pay Item No.4)or Micro Surfacing material shall be used for the repair. If Micro-Surfacing is used, it shall be applied at the rate specified by International Slurry Seal Association "Recommended Performance Guidelines for Micro-Surfacing A143 (latest edition), Appendix "B". Workmanship shall be in accordance with TxDot's specifications,Item No. 350,"Micro Surfacing". • Under Item 350.5 Measurement: Microsurfacing will be measured by the square yard of the composite microsurfacing mixture. The rate of application of 25-1b/sy will be used for measurement and payment. When two passes are required, the first course shall be what is needed for surface leveling and made with a metal or stiff rubber strike—off. The second course shall be applied using the rate of 22 lb/sy. SP- IS • Under Item 350.6 Payment: The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per square yard for"Microsurfacing". PAY ITEM NO. 3 - REMOVAL AND REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE: The contractor is to remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure. The Construction Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion. The -side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable sub-base. The total r, depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal for which the Construction Engineer will select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site. After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch,with Type"D" surface mix.This item will always be used even if no base improvements are required. The proposed H.M.A.C. repair shall match the existing pavement section or the depth of the failed material,whichever is greater. However,the patch thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness will not exceed 6". Before the patch layers are applied, any loose material, mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall'be to standard densities of the City of Fort Worth,made in preparation to accept the recycling process. All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense Graded Hot-Mix Asphalt (Method)"(referenced)shall govern work. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. SP- Iq PAY ITEM NO.4-H.M.A.C.LEVEL UP: This item shall be used to fill ruts, depression with Type "D" surface mix prior to placing the Micro-Surfacing layer where needed as directed by the Engineer in the field. All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense Graded Hot-Mix Asphalt (Method)"(referenced),shall govern work. The unit price bid per ton shall be full compensation for all materials, labor, placing, equipment,cleaning and incidentals necessary to complete the work. PAY ITEM NO.5—CRACK SEALING: Contractor shall seal existing large cracks, 1/4-inch or greater, by using hot poured Rubber Asphalt Crack Sealer, as directed by the Engineer. TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils,and Emulsions",shall apply. The unit price bid per lane mile shall be full compensation for all labor, material, equipment, supplies,and incidentals necessary to complete the work. SP-20 Schwinger, Susan From: Becky Blewett[RBLEWET@dot.state.tx.us] Sent: Wednesday, January 25, 2006 11:35 AM To: Schwinger, Susan Subject: Re: Requesting permission for content usage of TxDOT StandardSpecs.for Construction and Maint. of High Ms. Schwinger, The City of Fort Worth is authorized to reproduce specifications Item No. 300 and Item No. 350 in the cities Micro-Surfacing street maintenance contract for bidding. This authorization is for the +w requested bid only. Further use of the department's specification documents will require separate authorization. no Rebecca Blewett Office of General Counsel Texas department of Transportation >>> "Schwinger, Susan" <Susan.Schwinger@fortworthgov.org> 1/12/2006 11:41 AM >>> Ms. Blewet, The City of Fort Worth Dept. of Engineering is here in requesting permission to reproduce specification Item No. 300 "Asphalts, Oils, and Emulsions" and Item No. 350 "Microsurfacing" for inclusion into our Micro-Surfacing street maintenance contract for bidding. We do not intend to alter these TxDOT specifications nor claim them as ,. ours; but, include them into our specifications in lieu of referencing them. If we choose to modify anything in these Items, then we would do so separately in a special provision. ON It is my understanding that authorization is required for this request. Thank you for assistance in this matter. +M Susan L. Schwinger, P.E. w dft w 1 ®r, 4ppop Texas Department of Transportation STANDARD SPECIFICATIONS FOR CONSTRUCTION AND MAINTENANCE OF HIGHWAYS, STREETS, AND BRIDGES Adopted by the Texas Department of Transportation June 1, 2004 300.1 to 300.2 300 ITEMS—SURFACE COURSES AND PAVEMENT ITEM 300 ASPHALTS,OILS,AND EMULSIONS 300.1. Description.Provide asphalt cements,cutback and emulsified asphalts,performance-graded asphalt binders,and other miscellaneous asphalt materials as specified on the plans. 300.2. Materials.Provide asphalt materials that meet the stated requirements when tested in accordance with the referenced Department, AASHTO,and ASTM test methods.Refer to the Material Inspection Guide (maintained by the Construction Division), Section 11."Asphalt Inspection, Quality Control and Quality Assurance," for sampling and testing requirements. Acronyms used in this Item are defined in Table 1. Table 1 Acronyms Acronym Definition Test Procedure Designations-________ ------------- - -------— ------ Tex Department " T or R AASHTO D ASTM ------------- Polymer Modifier Designations--------------- P -------------- P polymer-modified SBR or L styrene-butadiene rubber(latex) SBS styrene-butadiene-styrene block co-polymer TR tire rubber(from ambient temperature Ldnding of truck and passenger tires) AC asphalt cement AE asphalt emulsion AE-P asphalt emulsion prime A-R asphalt-rubber C cationic EAP&T emulsified ashaltri me and tack H-suffix harder residue lowerpenetration) HF high float MC I medium-curin 199 300.2 to 300.2 Table 1 (continued) Acronyms Acronym Definition MS medium-setting PCE prime,cure,and erosion control PG performance grade RC rapid-curing RS rapid-setting S-suffix stockpile usage SCM special cutback material SS slow-setting A. Asphalt Cement.Asphalt cement must be homogeneous,water-free, and nonfoaming when heated to 347°F,and must meet Table 2 requirements. Table 2 Asphalt Cement ViscosityGrade Property Test AC-0.6 AC-1.5 AC-3 AC-5 AC-10 Procedure in;Ma Min',Ma inma Min;Max Min;Max Viscosity T 202 1. 140°F,poise 401 80 100:200 250;350 400; 600 800;1,200 275°F,poise 0.4: — 0.7: — 1.1 : — 1.4: — 1.9: — Penetration,77°F, 100g, 1. T 49 350; — 250; — 210; — 135; — 85 ; — 5 sec. Flash point,C.O.C.,°F T48 425s — 425' — 425' — 425'- — 450: — Solubility in ; T 44 99.0 — 9.0; — 9.0: — 99.0; — 9.a trichloroethylene,% 1 ; Spot test Tex-509-C Neg. Neg. Neg. Neg. Neg. Tests on residue from Thin-Film Oven Test: T 179 Viscosity, 140°F,poise T 202 — :180 — :450 — :900 — :1,500 — 3,000 Ductility,77°F ; 5 Gm/min.,cm T 51 100: — 100: — 100 — 100: — 100: — 1.If AC-0.6 or AC-1.5 ductility at 77°F is less than 100 cm,material is acceptable if ductility at 60°F is more than 100 cm. B. Polymer-Modified Asphalt Cement. Polymer-modified asphalt cement must be smooth and homogeneous,and comply with the requirements of Table 3.If requested,supply samples of the base asphalt cement and polymer additives. 200 300.2 to 300.2 - --------------- -- - ----------------- O O C I 1 N z N O I O t en N O � Y 09 RL I 1 I h I I I I I 1 ------- ~ ---- r-• - ------------------ u U a o c Cl ,,, .r, o Q �,� I v� l o l „� I c 1 I "O Y S K C_ ------------- -- ---- -- _- ____-_-_--_-______ O z d 3 N I CD I � 11 � I I I �+ a a� V � CD 1 1 1 1 I I I I v� a ------- -- -- - -- c- ------------------ C d a N I o 1 N � I I C4- 4 1 I I M U U UU N 00 O, O, N N N '� vl .�� F F F" F" F" F" F F" F .� ou a O y F O o . ' 8 °S a po oQ Ow cO Cl e ~ Q m .0 O M W oo w F pRt 0 OCC ° CD (� •�C '� O O V A Y W (� N 6I O O -22 Ei w ..pr V^ N ..n VYJ _S-.r .y �. 1�. •�� C gi V W L'i d1 A N a. ap > a AW �na°, wH H 201 300.2 to 300.2 C. Cutback Asphalt. Cutback asphalt must meet the requirements of Tables 4,5,and 6 for the specified type and grade. If requested, supply samples of the base asphalt cement and polymer additives. Table 4 Rap - uring Cutback Asphalt Test T rade Property RC 4w RC-250 R_4w RC-3000 Min Max Min ' Max Min Max Kinematic viscosity,,140'F,cSt T 201 250 400 800 ; 1,600 3,000 6,000 Water,% T 55 - 0.2 - 0.2 - 0.2 Flash lLoint,T.O.C.,'F T 79 80 - 80 - 80 2 - Distillation test: T 78 Distillate,percentage by volume of total distillate to 680'17 to 437'17 40 75 35 70 20 55 to 500'17 65 90 55 85 45 75 to 6001F 85 - 80 - 70 ; - Residue from distillation,volume% 70 - 75 - 82 - Tests on distillation residue: ' Penetration,100 g,5 sec.,77'F T 49 80 ; 120 80 120 80 ; 120 Ductility,5 cm/min.,77'F,cm T51 100 - 100 - loo - Solubility in trichloroethylene,% T 44 99.0 - 99.0 ' - 99.0 --S-Rot test Tex-509-C Neg. Neg. Neg. Table 5 Medium- uring Cutback Asphalt T ride Property Test MC-30 MC-250 MC-800 MC-3000 Procedure .- _- Min'Max Min'Mac Min'Mar Min ;Max Kinematic viscosity,140'17,cSt T 201 30 ; 60 250; 500 800:1,600 3,000:6,000 Water,% T 55 - 0.2 - 0.2 - 0.2 - 0.2 Flash point,T.O.C.,'F T 79 100; - 150 ; - 150 ; - 150 ; - Distillation test: T 78 Distillate,percentage by volume of total distillate to 680'F to 437'17 - 25 - 10 - - - to 500'17 40 70 15 55 - 35 - 15 to 600'17 75 93 60 ; 87 45 ; 80 15 ; 75 Residue from distillation,volume% 50 - 67 - 75 - 80 - Tests on distillation residue: ' Penetration,100 g,5 sec.,77'17 T 49 120 250 120 250 120 250 120 ; 250 Ductility,5 cm/min.,77'F,cmc T 51 100 - 100 - 100 - 100 - Solubility in trichloroethylene,% T 44 99.0; - 99.0; - 99.0; - 99.0 Spot test Tex-509-C Neg. Neg. Neg. Neg. I.if the penetration of residue is more than 200 and the ductility at 77'17 is less than 100 cm,the material is acceptable if its ductility at 60'F is more than 100 cm. 202 300.2 to 300.2 Table 6 Special-Use Cutback Asphalt Test Type—Grade Property Procedure MC-2400L sCM I sCM H Min Max Min Max Min Max Kinematic viscosity,140°F,cSt T 201 2,400 ' 4,800 500 1,000 1,000 ' 2,000 Water,% T55 — 0.2 — 0.2 — 0.2 Flash point,T.O.C.,°F T 79 150 — 175 175 — Distillation test: T 78 Distillate,percentage by volume of total distillate to 680°F to 437°F — — — — — to 500°F — 35 0.5 0.5 to 600°F 35 ; 80 20 ; 60 15 ; 50 Residue from distillation,volume% 78 — 76 — 82 — Tests on distillation residue: Polymer SBR — — '" Polymer content,%(solids basis) Tex-533-C 2.0 — — — — — Penetration,100 g,5 sec.,7rF T 49 150 300 180 — 180 — Ductility,5 cm/min.,39.2°F,cm T 51 50 — — — — — Solubility in trichloroethylene,% T 44 99.0 — 99.0 — 99.0 _ D. Emulsified Asphalt. Emulsified asphalt must be homogeneous,not separate after thorough mixing,and meet the requirements for the specified type and grade in Tables 7, 8,9,and 10. 203 300.2 to 300.2 b0 ''- ------------- - -------------- a c`� -- I 1 -- -- e�-------a a g N I I I I I I r- 0 I CD�.. a oI o y N I -- N I o I I I -- ------- -- -- 1 I -- -- W '---'-I ---~'I-~--- Cy I l a l I l a I N rz o I 'O h Q -------------- I -- -- -- I ------- ------------o p ... O O F I I I �`� I I I O I N cn CD o 1 oM '" N t o --------- 1 o 1 l I I l a Wp N o I ICD "t C aOG -- ------- -- ----------------------- w ------- ------------- •oCD y v� � °r, I voi I I � I I o � oN ai i C,4 aN aN aN aN aN aN aN aN a� v O 3 v v r W W) W) W) W) W) W) W) v v W) ,o W Fy c H H H R H H H R H H H H H A Q+ i m o O _ r � •N q� E O U o o y ti S b z U N N W) .2 n 6 O p+ f. 4" \ O 'fl O U W S U � . 0 U o api Cl) dl o y r- a Y O a O U \ Q •L' � � " .ter �(' +�+ � +U+ � �.� � .�. � y bp o �j �j -O + � � cd � rN 0 � 3 ani $Gn 204 300.2 to 300.2 N x k� c ' -- -- I i ----- --- = ------ ------:--- d V N I I I I I a %00 1 t- -- 000 � N _ N o __ I 1 U V I I I I l a I N o v� N Q l o �' y G __-_---_- -- ---_ __ •� ------- --------I O awUQ' t o I I � w 1 l a I oWi N _ I fn o H --------- -- -- O ---- - ------ --- ----- U o a I Ngo N C NI I 06 c I 1 o I I dY C ------ -- I I ---- -- 'vi ------------------ � --- -- '>3 fI I I l a I t � 00 u v a l oo on o W ------ u I h I ICDI a I N o O o, O ` as h F o F F F F F F F F F F F C O cc e 0 i,O +�+ rOn r. 0 T o0 aW. O 4., o :d O N C o U T C �'� y �' U •• y e u � & o be c Qf � .D q y U .� N •'. � •c0 �..� ISI Y 0o d4 •� .Ur .~r0 r. L. V N y N .CJ 0 U - b .r m C a U N O 3 EY G S OGO UP. VlA > � rAuu A vrZa. A F 205 300.2 to 300.2 .� a ao c o Q CD 1 h 1 l y u � O O I 1 w 1 I 1 1 11 1 I U d c e< o i o •� .. 1 - I ' I h I I I I I I I I �`+ o w '? --------- _ 1 -- ------------------------ -------- ____ w y u d I I C7 w I I I V� 1 I '.n F :Op .,k'A, t o •� 1 --� I I r I CD 1 I V I 1 1 y ------ - - -- - ------ ------- --------- ---- -s N M N ICZ, o -- --------------------------- CD ------ ------------------ ---- c CD Ci t+ u _y Fi fn F ag ,fin 1 N o 1 - 0�0 1 M 18 1 I I I I I O fn -- - ------------------ .n q ------- ----- ------------------ ----'3 �. G 1 1 I 1 1 I N 1 I I I y Or y y y y y pu G� ae O N O, C� C� T O, t O, O, O OM O t7 C4 h h Vn h Y1 F. F � F F F F HE•• x F j� F FF., F F K K u � _ u u o .rJ O u � • � � a E � 0.1 y ra u Y Pl CD OD«rvvJ Y �' ti ° «rJ W O O 93 m 0 \ O 'a 0 0 vC, ° 5 O d y w Ow O OD Y^ u 0 05C7; uSm F o y � a°OaGn > Is. Aw w c * a C o > on U ArnCgA F Eu � r 206 300.2 to 300.2 Table 10 Polymer-Modified Cationic Emulsified Asphalt Type-Grade Proa Test Rapid-Setting Setting Slow P rtY Procedure CRS-IP CRS-2P CSS-1P Min Max Mia Max Min Max Viscosity,Saybolt Furol T 72 77'F,sec. — — — 20 100 122°F,sec. 50 150 150 400 — — Sieve test,% T59 — 0.1 - 0.1 — 0.1 Demulsibility,35 ml of 0.8%sodium ; dioctyl sulfosuccinate,% T59 60 ; — 70 ; — — Storage stability, 1 day,% T59 — 1 — 1 — 1 Breaking index,g Tex-542-C -- ; 80 — — — — Particle charge T 59 Positive Positive Positive Distillation testa T59 Residue by distillation,%by weight 65 — 65 — 62 — Oil distillate,%by volume of — 3 — 0.5 — 0.5 emulsion ' Tests on residue from distillation: ; Polymer content,wt.%(solids Tex-533-C — — 3.0 — 3.0 — basis) Penetration,77�F, 100 g,5 sec. T49 225 300 90 150 55 90 Viscosity, 140'F,poise T 202 — ; — 1,300, — — — Solubility in trichloroethylene,% T 44 97.0 ; — 97.0 ; — 97.0 ; — Softening point,°F T 53 — — — — l35 — Ductility,77°F,5 cm/min.,cm T51 — — — — 70 — DuctilityZ,39.2°F,5 cm/min.,cm T 5l — — 50 — — — Elastic recovery,50°F,% Tex-539-C 45. — 55 — — — 1.Exception to T 59:Bring the temperature on the lower thermometer slowly to 350'F f0°F. Maintain at this temperature for 20 min.Complete total distillation in 60 f5 min.from the first application of heat 2.CRS-2P must meet one of either the ductility or elastic recovery requirements. E. Specialty Emulsions. Specialty emulsions may be either asphalt-based or resin-based and must meet the requirements of Table 11. 207 300.2 to 300.2 Table 11 S ecial Emulsions Type—Grade Test Medium-Setting Slow- Property Setting Procedure AE—P EAP&T PCE Min 'Mal Min' Mal Min'Max Viscosity,Saybolt Furol T 72 77°F,sec. — — — — 10 100 122°F,sec. 15 150 — — — — .P Sieve test,% T 59 — 0.1 — 0.1 — 0.1 Miscibili T 59 — Pass Pass�- Demulsibility,35 ml of 0.10 N C8C12,% T 59 — 70 — — —Storage stability,1 day,% T59 — l Particle sizes,%by volume<2.5 prn Tex-238-F' — — 90 — 90 ' — Asphalt emulsion distillation to 500°F followed by Cutback asphalt distillation of residue to T 59&T 78 680°F: ' Residue after both distillations,%by wt. 40 — — — — — Total oil distillate from both distillations,%by 25 40 — — — — volume of emulsion Residue by distillation,%by wt. T59 — — 60 — — — Residue by evaporation,%by wt. T 59 — — — — 60 ' — Tests on residue after all distillation(s): Viscosity,140°F,poise T 202 — — 800 ' — — — Kinematic viscosW,140°F,cSt T 201 — — — — 100 ; 350 Flash point C.O.C.,°F T48 — — — — 400 — Solubility in trichloroethylene,% T 44 97.5 — — — — — Float test,122°F,sec. T 50 50 ; 200 — — — — 1.Supply with each shipment of PCE: a)a copy of a lab report from an approved analytical lab,signed by a lab official,indicating the PCE formulation does not meet any characteristics of a Resource Conservation Recovery Act(RCRA) hazardous waste; b)a certification from the producer that the formulation supplied does not differ from the one tested and that no listed RCRA hazardous wastes or PCBs have been mixed with the product;and c)a Material Safety Data Sheet. 2.Exception to T 59:In dilution,use 350 ml of distilled or deionized water and a 1,000-m1 beaker. 3.Use Tex-238-F,beginning at"Particle Size Analysis by Laser Diffraction,"with distilled or deionized water as a medium and no dispersant,or use another approved method. 4.Exception to T 59:Leave sample in the oven until foaming ceases,then cool and weigh. 5.PCE must meet either the kinematic viscosity requirement or the particle size requirement. F. Recycling Agent.Recycling agent and emulsified recycling agent must meet the requirements in Table 12.Additionally,recycling agent and residue from emulsified recycling agent,when added in the specified proportions to the recycled asphalt, must meet the properties specified on the plans. 208 300.2 to 300.2 Table 12 Recycling Agent and Emulsified Recycling ent Emulsified -. Test Recycling Recycling Property Procedure Agent ent Min ; Max Min Max Viscosity,Sayboh Furol,77°F, T 72 — 15 100 sec. Sieve test,% T59 — — — 0.1 Miscibility' T59 — No coagulation Residue b evaporation ,%by wt. T59 — — 60 — Tests on recycling agent or residue from evaporation: Flash point,C.O.C.,°F T48 400 — 400 — Kinematic viscosity, T 201 140°F,cSt 75 200 75 200 275°F,cSt — 10.0 — 10.0 1.Exception to T 59:Use 0.02 N CaC12 solution in place of water. 2.Exception to T 59:Maintain sample at 300*F until foaming ceases,then cool and weigh. G. Crumb Rubber Modifier.Crumb rubber modifier(CRM)consists of automobile and truck tires processed by ambient temperature grinding. CRM must be: • free from contaminants including fabric, metal, and mineral and other nonrubber substances; • free-flowing; and • nonfoaming when added to hot asphalt binder. When tested in accordance with Tex-200-F,Part I, using a 50-g sample, the rubber gradation must meet the requirements of the grades in Table 13. Table 13 CRM Gradations Sieve Size Grade A Grade B Grade C Grade D Grade E (%Passing) Min Max Min Max Min Max #8 100 — — — — — #10 95 100 100 — — — As #16 — — 70 100 100 — shown As #30 — — 25 60 90 100 on the approved - #40 — — — — 45 100 plans #50 0 10 — — — — #200 — — 0 5 — — 209 300.2 to 300.2 H. Crack Sealer.Polymer modified asphalt-emulsion crack sealer must meet the requirements of Table 14.Rubber-asphalt crack sealer must meet the requirements of Table 15. Table 14 Polymer-Modified As halt Emulsion Crack Sealer Property Test Procedure Min Mal Rotational viscosity,77'F,cP D 2196,Method A 10,000 25,000 Sieve test,% T59 — 0.1 Storage stability, 1 day,% T 59 — 1 Evaporation Tex-543-C Residue by evaporation,%by wt. 65 - Tests on residue from evaporation: Penetration,77'F, 100 g,5 sec. T 49 35 75 Softening point,'F T53 140 — Ductility,39.2'F,5 Gm/min.,cm T 51 100 — Table 15 Rubber-As halt Crack Sealer Test Class A Class B Property Procedure Min ; Max Min ; Max CRM content,Grade A or B,%by wt. Tex-544-C 22 ; 26 — ; — CRM content,Grade B,%by wt. Tex-544-C — ; — 13 ; 17 Virgin rubber content',%by wt. — ; — 2 ; — ,, Flash poine,COC,°F T48 400 ; — 400 ; — Penetration 3,77°F, 150 g,5 sec. T 49 30 ; 50 30 ; 50 Penetration3,32°F,200 g,60 sec. T 49 12 ; — 12 ; — ,, Softening int,°F T53 — — 170 ; — Bond D5329 — Pass 1.Provide certification that the min.%virgin rubber was added. 2.Before passing the test flame over the cup,agitate the sealing compound with a 3/8-to 1/2-in.(9.5-to 12.7-mm)wide,square-end metal spatula in a manner so as to bring the material on the bottom of the cup to the surface,i.e.,turn the material over.Start at one side of the thermometer,move around to the other,and then return to the starting point using 8 to 10 rapid circular strokes.Accomplish agitation in 3 to 4 sec.Pass the test flame over the cup immediately after stirring is completed 3.Exception to T 49:Substitute the cone specified in ASTM D 217 for the penetration needle. 4.No crack in the crack sealing materials or break in the bond between the sealer and the mortar blocks over 1/4 in.deep for any specimen after completion of the test. I. Asphalt-Rubber Binders.Asphalt-rubber(A-R)binders are mixtures of asphalt binder and CRM,which have been reacted at elevated temperatures. The A-R binders meet D 6114 and contain a minimum of 15%CRM by weight.Types I or II,containing CRM Grade C,are used 210 300.2 to 300.2 for hot mixed aggregate mixtures.Types II or III,containing CRM Grade B,are used for surface treatment binder. Table 16 describes required binder properties. Table 16 A-R Binders Test Binder T Properly ProcedureType I Ty II I TY III Min I Max Min Max Min Max Apparent viscosity,347°F,cP D 2196, 1,500 5,000 1,500 5,000 1,500 5,000 Method A Penetration,77°F, 100 g,5 sec. T49 25 75 25 75 50 100 ` Penetration,39.2°F,200 g, T 49 10 - 15 - 25 - 60 sec. Softening point,°F T53 135 - 130 - 125 - " Resilience,77°F,% D 5329 25 20 - 10 - Flash point,C.O.C.,°F T48 450 - 450 - 450 - Tests on residue from Thin-Film T 179 Oven Test: Retained penetration ratio, 39.2°F,200 g,60 sec.,%of T 49 75 - 75 -- 75 original J. Performance-Graded Binders. PG binders must be smooth and homogeneous,show no separation when tested in accordance with Tex-540-C, and meet Table 17 requirements. Separation testing is not required if: • a modifier is introduced separately at the mix plant either by injection in the asphalt line or mixer, • the binder is blended on site in continuously agitated tanks,or • binder acceptance is based on field samples taken from an in-line sampling port at the hot mix plant after the addition of modifiers. 211 300.2 to 300.2 00 N N N A N 00 Ct ONO � ONO N N ry v n O o 00 ^ vl N r � � 00O CT ^ n 00 N (� t` n n b n a N V NCD N A O 00 ^ M N w a n L 0 oo 00 O N V O N h N n t0+1 t'n+1 O O H O a V N N n n Or N N O h � a in Q co N CD A n A W d ti N N ® Q N It ^ a cel W N N V N Ga w h n N n C Q I N O Lva o .� a M 'n c 0° x M N tn h NI h w N a v n PC a N A fd 0 E. c aL C u �- 5 50 C r G 00 C'4 ...iCO ., `n G .o 0o �c 5 a .�, > CL oy�� 0.5 °'3 v" c�i5r g ovrj � >- 5 y c C7 E- C7 H > t:O F a w > w w 212 300.2 to 300.2 009 N Ne4 H G G 00 N ONO N .Nr N-4 � N v n - 6 v � E r� iL � � u ~ + v be w t�•1 N Y N ° 'O k � V V U > p - u to 00 00 0 d m 0 5 N N .0 L 5n n ^ O W m ` 7 a N n ' e' l p,7 G I^ 7 O b '9T ^ O T u q >�G mU '0 M n N N d .r7 L U E E a) ' E ' u to = �j J V 000 00 00 U U V C 'O 7 CD N C p N n , ' v W ; H -2 5 .G V N N .Nr d �.. a1 W > O N ' _ W 'o 4>. $ O y = M � N N Q � � > •p � .� � � � V N 00 00 '; a) �_ Y w 102 O C" Qal. C'lri "" 3 N p o i `p .N N N cd 06 «r'7 N uy :O V ' n to N dw a on N 00 00 N 00 c 5 f0 L' E N. N •p i7 ; N N ^ C, ° > C .C .S c o 5 a x ani E V -0 -0 0 _ u (1 a° > E ra �' a v 8 u = v u o Q ° �' T ° 3 u o q u c ' o o>Cf 03� o o c $ ¢7 d ad an U i v <d d y �] E �••) � O O V > p H m d F fr' d " u E y7.h -•• - 'J' y E H � � _ o E v o.°', ., E" .�u u 00 u s o Q a u " -a° g � � 0. O m E E ,o q E 3 °o ° �' a° 's .8 t� v °3L ? u w o w E c a w " wE+ba 0 a ,oE � > E o wC7Nin p 8 4 a d c M ¢'a Ea, 5o N �+ O N C E an .4U * O F fn "O .7 213 300,3 to 300.4 300.3. Equipment. Provide all equipment necessary to transport,store, sample, heat, apply,and incorporate asphalts,oils, and emulsions. 300.4. Construction. A. Typical Material Use.Table 18 shows typical materials used for specific applications. These are typical uses only. Circumstances may require use of other material. Table 18 T ical Material Use Material Application Typically Used Materials Hot-mixed,hot-laid asphalt mixtures PG binders,A-R binders Types I and II AC-5,AC-10,AC-5 w2%SBR,AC-10 w21/e SBR,AC-15P, Surface treatment AC-20-5TR,HFRS-2,MS-2,CRS-2,CRS-2H,HFRS-2P, CRS-2P,A-R binders Types R and III Surface treatment(cool weather) RS-1P,CRS-1P,RC-250,RC-800,RC-3000,MC-250,MC-800, MC-3000,MC-2400L Precoatin AC-5,AC-10,PG 64-22,SS-1,SS-IH,CSS-1,CSS-IH Tack coat PG Binders,SS-1H,CSS-IK EAP&T Fog seal SS-1,SS-IH,CSS-1 CSS-IH Hot-mixed,cold-laid asphalt mixtures AC-0.6,AC-1.5,AC-3,AES-300,AES-300P,CMS-2,CMS-2S Patching mix MC-800,SCM I,SCM II,AES-300S AC-0.6,AC-1.5,AC-3,AES-150P,AES-300P,recycling agent, Recycling emulsified recycling ent Crack sealing SS-IP,polymer mod AE crack sealant,rubber asphalt crack sealers(Class A,Class B Microsurfacin CSS-IP Prime MC-30,AE-P,EAP&T,PCE Curing membrane SS-1,SS-114,CSS-1,CSS-IH,PCE Erosion control SS-I,SS-LH,CSS-1,CSS-11-1,PCE B. Storage and Application Temperatures.Use storage and application temperatures in accordance with Table 19. Store and apply materials at the lowest temperature yielding satisfactory results. Follow the manufacturer's instructions for any agitation requirements in storage. Manufacturer's instructions regarding recommended application and storage temperatures supercede those of Table 19. 214 300.5 to 301.1 Table 19 Storage and Application Temperatures .. Application Storage Type--Grade Recommended Maximum Maximum Range,°F Allowable (OF) AC-0.6,AC-1.5,AC-3 200-300 350 350 AC-5,AC-10 275-350 350 350 AC-5 w/2%SBR,AC-10 w/2%SBR, 300-375 375 360 AC-15P,AC-20-5TR RC-250 125-180 200 200 RC-800 170-230 260 260 RC-3000 215-275 285 285 MC-30,AE-P 70-150 175 175 MC-250 125-210 240 240 MC-800, SCM I,SCM II 175-260 275 275 MC-3000,MC-2400L 225-275 290 290 BFRS-2,MS-2,CRS-2,CRS-21-1, BFRS-2P,CRS-2P,CMS-2,CMS-2S, 120-160 180 180 AES-300,AES-300S,AES-150P, AES-300P SS-1,SS-1H,CSS-1,CSS-1H,PCE, EAP&T,SS-lP,RS-1P,CRS-1P, CSS-1P,recycling agent,emulsified 50-130 140 140 recycling agent,polymer mod AE crack sealant PG binders 275-350 350 350 Rubber asphalt crack sealers(Class A, 350-375 400 — Class B) A-R binders Types 1,II,and III 325-425 425 425 300.5. Measurement and Payment. The work performed, materials furnished,equipment, labor,tools,and incidentals will not be measured or paid for directly,but is subsidiary or is included in payment for other bid Items. ITEM 301 ASPHALT ANTISTRIPPING AGENTS 301.1. Description. Furnish and incorporate all required asphalt antistripping agents in asphalt concrete paving mixtures and asphalt- stabilized base mixtures to meet moisture resistance testing requirements. 215 350.1 to 350.2 2. Placement Sublots Subject to Removal and Replacement. If after referee testing the placement pay adjustment factor for any sublot results in a"remove and replace"condition as listed in Table 15,the Engineer will choose the location of 2 cores to be taken within 3 ft.of the original failing core location.The Contractor will obtain the cores in the presence of the Engineer. The Engineer will submit the cores to the Materials and Pavements Section of the Construction Division where they will be tested for bulk specific gravity within 10 working days of receipt. The average bulk specific gravity of the cores will be divided by the Engineer's average maximum theoretical specific gravity for that lot to determine the new pay adjustment factor of the sublot in question. If the new pay adjustment factor is 0.700 or greater,then the new pay adjustment factor will apply to that sublot. If the new pay adjustment factor is less than 0.700,no payment will be made for the sublot.Remove and replace the failing sublot.Replacement material must meet the requirements of this specification with payment made accordingly. C. Total Adjustment Pay Calculation.Total adjustment pay(TAP)will be based on the applicable pay adjustment factors for production and placement of each lot. TAP=(A+B)/2 where: A=Bid price x production lot quantity x average pay adjustment factor for the production lot B=Bid price x placement lot quantity x average pay adjustment factor for the placement lot+(bid price x miscellaneous quantities ,m x 1.000). ITEM 350 MICROSURFACING 350.1. Description.Furnish and place a microsurfacing system consisting of a mixture of cationic polymer-modified asphalt emulsion,mineral aggregate,mineral filler,water,and other additives. ' 350.2. Materials. A. Cationic Polymer-Modified Asphalt Emulsion.Provide CSS-1P in accordance with Section 300.2.D,"Emulsified Asphalt." 398 350.2 to 350.2 B. Mineral Aggregates. Provide a crushed aggregate from a single source meeting the requirements of Table 1 and Table 2.Unless otherwise shown on the plans,furnish aggregate with a minimum"B"surface classification. Include the amount of mineral filler added to the mix in determining the total minus No.200 aggregate fraction. Table 1 Aggregate Gradation Requirements Tex-200-F,Part II(Washed) Sieve Size Cumulative% Retained 1/2 in. 0 3/8 in. 0-1 #4 6-14 #8 35-55 ,. #16 54-75 #30 65-85 #50 75-90 #100 82-93 #200 85-95 Table 2 Aggregate Quality R uirements Property Test Method Requirements Magnesium sulfate soundness,%,max.' Tex-41 1-A 30 Sand equivalent value,°/u,min. Tex-203-F 70 1.Use design gradation for the soundness test. C. Mineral Filler.Provide a mineral filler that is free of lumps and foreign matter consisting of non-air-entrained cement meeting the requirements of DMS-4600,"Hydraulic Cement,"or hydrated lime meeting the requirements of DMS-6350,"Lime and Lime Slurry." D. Water.Provide water that is potable and free of harmful soluble salts. E. Other Additives.Use approved additives as recommended by the emulsion manufacturer in the emulsion mix or in any of the component materials when necessary to adjust mix time in the field. F. Job-Mix Formula(JMF).Provide a mix design conforming to the proportions shown in Table 3 and meeting the requirements shown in Table 4. The mix design is subject to verification using laboratory- produced mixes or trial batch mix before approval. 399 350.3 to 350.3 Table 3 JMF Pro ortions Material Proportion Residual asphalt 6.0 to 9.01/6 by wt.of dry aggregate Mineral filler(hydraulic 0.5 to 3.0%by wt.of dry aggregate cement or hydrated lime Field control additive As required to provide control of break and cure Water As required to provide proper consistency Table 4 JMF Requirements Property Test Method Requirements Wet track abrasion,g/sq.ft.,max. Tex-240-F,Part IV 75 wear value Gradation(aggregate and mineral Tex-200-F,Part H Table 1 filler) (Washed Mix time,controlled to 120 sec. Tex-240-F,Part I Pass Provide emulsion and aggregate that are compatible so that the mixing process will completely and uniformly coat the aggregate.Design the mix so that the mixture will have sufficient working life to allow for proper placement at the predicted ambient temperature and humidity. 350.3. Equipment.Maintain equipment in good repair and operating condition. A. Mixing Machine. Furnish a self-propelled microsurfacing mixing machine with: • self-loading devices to promote continuous laying operations; • sufficient storage capacity for mixture materials; • individual volume or weight controls that will proportion each material to be added to the mix; • continuous flow mixing with a revolving multi-blade mixer capable of discharging the mixture on a continuous flow basis; • opposite side driving stations; • full hydrostatic control of the forward and reverse speed during operation; • a water pressure system and nozzle-type spray bar immediately ahead of the spreader box and capable of spraying the roadway for the width of the spreader box; • a mechanical-type spreader box equipped with paddles or other devices capable of agitating and spreading the materials throughout the box; 400 350.4 to 350.4 • a spreader box with devices capable of providing lateral movement or side shift abilities; and • a spreader box with a front seal, adjustable rear strike-off, and an adjustable secondary rear strike-off. Calibrate and properly mark each control device that proportions the individual materials. Equip the aggregate feed with a revolution counter or similar device capable of determining the quantity of aggregate used at all times. Provide a positive-displacement-type emulsion pump with a revolution counter or similar device capable of determining the quantity of emulsion used at all times. Provide an approved mineral filler feeding system capable of uniformly and accurately metering the required material. B. Scales. Scales used for weighing aggregates and emulsion must meet all requirements of Item 520,"Weighing and Measuring Equipment." The weighing equipment for aggregates may be either a suspended hopper or a belt scale. • C. Asphalt Storage and Handling Equipment. When storage tanks are used,furnish a thermometer in each tank to indicate the asphalt temperature continuously.Keep equipment clean and free of leaks. -� Keep asphalt materials free from contamination. 350.4. Construction. A. General. Produce,transport,and place microsurfacing as specified in this Item or on the plans.Ensure that the finished surface has a uniform texture and the microsurface mat is fully adhered to the underlying pavement. B. Temporary Material Storage. .. 1. Aggregate Storage.Stockpile materials in a manner that will prevent segregation or contamination.Remix stockpiles with suitable equipment when necessary to eliminate segregation.Use a scalping screen while transferring aggregates to the mixing machine to remove oversize material. - 2. Mineral Filler Storage. Store the mineral filler in a manner that will keep it dry and free from contamination. 3. Asphalt Material Storage.Keep asphalt materials free from contamination. C. Weather Limitations.Place the material when the atmospheric temperature is at least 50°F and rising and the surface temperature is at least 50°F. Cease placement when the atmospheric temperature is 401 350.4 to 350.4 below 60°F and falling,when weather is foggy or rainy,or when rain is imminent as determined by the Engineer. Cease placement 24 hr. before forecasted temperatures below 32°F. D. Surface Preparation.Thoroughly clean the surface of all vegetation, loose aggregate,and soil.Remove existing raised pavement markers. When existing surface conditions require,provide a water spray immediately ahead of the spreader box.Apply water at a rate that will dampen the entire surface without any free-flowing water ahead of the spreader box. E. Material Transfer.Minimize construction joints by providing continuous loading of material while placing microsurfacing.Ensure that oversized material has been removed prior to transferring the aggregates to the mixing machine. F. Placing. Spread the mixture uniformly to the lines and grades shown on the plans or as directed by means of a mechanical type spreader box. Shift the spreader box when necessary to maintain proper alignment. Clean the spreader box as necessary to minimize clumps. Set and maintain the spreader box skids to prevent chatter in the finished mat. Prevent loss of material from the spreader box by maintaining contact between the front seal and the road surface.Adjust the rear seal to provide the desired spread.Adjust the secondary strike-off to provide the desired surface texture. G. Curing.Protect the finished mat from traffic until the mix cures and will not be damaged by traffic.Adjust mixture properties according to humidity conditions and ambient air temperatures to allow uniformly moving traffic on completed travel lanes within 1 hr.after placement with no damage to the surface. Protect other locations subject to sharp turning or stopping and starting traffic for longer periods when necessary. H. Production Testing.Provide access to the mixing unit discharge stream for sampling purposes. Produce a microsurfacing mixture that will meet the tolerances specified in Table 5.Remove and replace or use other approved means to address material that does not meet these requirements,at no additional cost. 402 350.4 to 350.4 Table 5 Production Test Property Test Method Requirements Asphalt Tex-236-V or content, asphalt meter Design target t0.5%and within limits of Table 1 %by wt. readings Gradation,% Tex-200-F,Part II #8 sieve and larger:t5 from design gradation. retained washed)l #16 sieve and smaller:t3 from design gradation. 1.Dried to constant wt.at 230°F f10°F. 2.Material passing#200 sieve including the mineral filler must conform to the limitations of the master gradation shown in Table 1. I. Workmanship.Remove and replace microsurfacing material exhibiting evidence of poor workmanship at no additional cost. 1. Finished Surface.Provide a finished surface that has a uniform texture free from excessive scratch marks,tears,or other surface irregularities.Marks,tears,or irregularities are considered excessive if- more fmore than 1 is at least 1/4 in.wide and at least 10 ft. long in any 100 ft.of machine pull, • more than 3 are at least 1/2 in. wide and more than 6 in. long in any 100 ft. of machine pull,or • any are 1 in.wide or wider and more than 4 in. in length. 2. Construction Joints. Place longitudinal joints on lane lines unless otherwise directed. Provide longitudinal and transverse joints that are uniform and neat in appearance.Provide construction joints that have limited buildup and that have no gaps between applications.Joints with buildup will be considered acceptable if: • no more than 1/2 in. vertical space exists between the pavement surface and a 4-ft.straightedge placed perpendicular to the longitudinal joint and • no more than 1/4 in. vertical space exists between the pavement surface and a 4-ft. straightedge placed perpendicular to the transverse joint. 3. Edges.Provide an edge along the roadway centerline, lane lines, shoulder,edge of pavement,or curb line that is uniform and neat in appearance.The edge is considered acceptable when: • it varies no more than f3 in. from a 100-ft. straight line on a tangent section and • it varies no more than f3 in. from a 100-ft. arc on a curved section. 403 350.5 to 350.6 J. Miscellaneous Areas. Use a single-batch-type lay-down machine or other approved method to place materials on ramps or other short sections.Lightly dampen the surface before placing the mix.Provide 100%coverage that is uniform in appearance and comparable to that produced by the spreader box. K. Ruts. When shown on the plans, fill ruts,utility cuts,and depressions in the existing surface in a separate pass from the final surface. Fill ruts as follows: • Fill irregular or shallow ruts less than 1/2 in. deep with a full-width scratch coat pass. Use a rigid primary strike-off plate unless otherwise approved. • Fill ruts 1/2 in.deep or deeper independently using a rut-filling spreader box that is at least 5 ft.wide. Crown the spreader box to compensate for traffic compaction. • Fill ruts deeper than 1-1/2 in. in multiple placements unless otherwise approved. 350.5. Measurement. Microsurfacing will be measured by the ton of the composite microsurfacing mixture. The composite microsurfacing mixture is defined as the asphalt emulsion,aggregate, and mineral filler. A. Aggregate.The quantity of aggregate used in the accepted portion of work will be measured by net ticket weight of each individual load of aggregate based on dry weight of aggregate. Weigh the aggregate at the project stockpile site unless otherwise approved.Use either a suspended hopper scale or a belt scale meeting the requirements of Item 520,"Weighing and Measuring Equipment."The calculated weight of mineral filler based on the accepted portion of work will be used for measurement and included in the total aggregate weight. B. Polymer-Modified Asphalt Emulsion.The quantity of polymer- modified asphalt emulsion in the accepted portion of work will be measured by the ton of material based on the accepted load tickets issued from the manufacturer. At the completion of the project,any unused emulsion will be weighed back and deducted from the accepted asphalt emulsion quantity delivered. 350.6. Payment.The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement" will be paid for at the unit price bid per ton for"Microsurfacing."This price is full compensation for preparing the existing surface(including removing existing raised pavement markers);furnishing,hauling,preparing,and placing materials; and equipment, labor,tools,and incidentals. 404 DATE ACORDM CERTIFICATE OF LIABILITY INSURANCE 1 04/25/2006' PRODUCER (800)563-1871 FAX (785)825-5098 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Sunflower Insurance Group, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 217 S. Santa Fe HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 1213 Salina, KS 67402-1213 INSURERS AFFORDING COVERAGE NAIC# INSURED Ballou Construction Co. , Inc. INSURERA: Travelers Indemnity Co 25658 P.O. Box 2300 INSURERB: Travelers Prop Casualty Co Am 0000 Salina, KS 67402-2300 INSURERC: National Union Fire INSURERD: Travelers Indemnity of America 25666 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD'LTRTYpE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE(MM/DD1YYI GENERAL LIABILITY DTC06457B604IND05 03/31/2006 03/31/2007 EACH OCCURRENCE $ 1,000,00( X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 300,00( CLAIMS MADE a OCCUR MED EXP(Any one person) $ 5,00( A lX Completed Op PERSONAL&ADV INJURY $ 1,000,00( X Indep. Contractors GENERAL AGGREGATE $ 2,000,00( GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY X PROJECT LOC AUTOMOBILE LIABILITY DT8106457B604TIL05 03/31/2006 03/31/2007 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1,000,00 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) B X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY BE9023103 03/31/2006 03/31/2007 EACH OCCURRENCE $ 1,000,000 X OCCUR FICLAIMS MADE AGGREGATE $ 1,000,000 C $ RXDEDUCTIBLE $ RETENTION $ 10,000 $ WORKERS COMPENSATION AND DTHUB6457B60405 03/31/2006 03/31/2007 X WC STATU-IMITq ER_ EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ 1,000,000 D ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS The City of Fort Worth, its officers, employees and servants are named as additional insureds or General Liability. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Fort Worth EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL Engineering Department 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, ATTN• Nikki McLeroy BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 1000.Throckmorton St. OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. Fort Worth, TX 76102-6311 AUTHOR REPRESENTATIVE ACORD 25(2001/08) ©ACORD CORPORATION 1988 • F CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date: NAME OF PROJECT: MICRO-SURFACING 2006-2 at VARIOUS LOCATIONS PROJECT NUMBER: GS93-020930511180 IS TO CERTIFY THAT: Ballou Construction Company,Inc. is,at the date of this certificate,Insured by this Company with respect to the business operations hereinafter described,for the type of insurance and accordance with provisions of the standard policies used by this Company,and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury: Liability Insurance(Public Ea.Occurrence: $ Liability) Property Damage: Ea.Occurrence: $ Blasting Ea.Occurrence: $ Collapse of Building or structures adjacent to Ea.Occurrence: $ excavations Damage to Underground Utilities Ea.Occurrence: $ Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea.Person: $ Ea.Occurrence:$ Property Damage: Ea.Occurrence: $ Bodily Injury: Contractual Liability Ea.Occurrence: $ Property Damage: Ea.Occurrence: $ Other Locations covered: ..e Description of operations covered: The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five(5)days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five(5)days actual notice of change or cancellation to be assured,the above policies contain such special requirements,either in the body thereof or by appropriate endorsement thereto attached. The City,its officers,employees and servants shall be endorsed as an additional insured on Contractor's insurance policies �. excepting employer's liability insurance coverage under Contractor's workers'compensation insurance policy. Agency Insurance Company: Fort Worth Agent By Address Title !'SOncr-tr /pNtp'/J r-�a PERFORMANCE BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: ' COUNTY OF TAR.RANT § Travekrs ('CcJ&d&7 't qty That we(1)Ballou Construction Company,Inc. V Principal herein, and(2) Com"_ gL JI~iCA a corporation organized under the laws of the State of(3) VWef( , and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties,Texas,Obligee herein,in the sum of.- Nine £Nine Hundred Thirteen Thousand Ten and 75/100.................................................................................... ($913,010.75)Dollars for the payment of which sum we bind ourselves,our heirs,executors,administrators, successors and assigns,jointly and severally,firmly by these presents. WHEREAS, Principal has entered into a certain contract with the Obligee dated the 25th of April, 2005 a copy of which is attached hereto and made a part hereof,for the construction of- MICRO-SURFACING 2006-2 at VARIOUS LOCATIONS NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void;otherwise,to remain in full force and effect. am w PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have �wr executed this instrument. SIGNED and SEALED this 25`h of Aril,2005. ATTEST: lj Ballou Constr a 'on Company,Inc. - (Principal)Secretary PRINCIP BY: Title: Pge5i DexJ r— (SEAL) PO Box 2300 Salina,KS 67402-2300 �w (Address) 7rtueltrs C�� &l SARA"n, 6� atW;Ca Witness as t Pr ipal Surety DO. nL VIS A dress BY: , ATTES ` (Attorney-in-fact)(5) (Surety)Secretary _ $amt 2r S4"a' kC 67S��f (Address) (SEAL) NOTE: Date of Bond must not be v = prior to date of Contract r (1) Correct Name of Contractor (2) Correct name of Surety _ (3) State of incorporation of Surety Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by A Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Witness as to Surety-belie l L -bb� Dc�,llas,'7'1� n(Address) J Bond ' l Ot15 338 PAYMENT BOND .� THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § -Toutltrs C'0-WAttl S That we,(1)Ballou Construction Company,Inc.,as Principal herein,and(2) CompA, AmGri'c& a corporation organized and existing under the laws of the State of(3) 0 A ea-4 1 , as surety, are held and firmly bound unto the City of Fort Worth,a municipal corporation located in Tarrant and Denton Counties, Texas,Obligee herein, in the amount of Nine Hundred Thirteen Thousand Ten and 75/100.................................... Dollars ($913,010.75) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors,administrators,successors and assigns,jointly and severally, firmly by these presents: WHEREAS,the Principal has entered into a certain written contract with the Obligee dated the 25th day of April, 2006, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: MICRO-SURFACING 2006-2 at VARIOUS LOCATIONS NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal ar shall faithfully make payment to each and every claimant(as defined in Chapter 2253,Texas Government Code, as amended)supplying labor or materials in the prosecution of the work under the contract,then this obligation shall be void;otherwise,to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said �. statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 25th day of,April 2006. .Ar Ballou Construction Company, Inc. PRINC L ATTEST: By: ' Name: T. DEQ (Principal) Secreta - _ Title: PdE3'i Dew r- (S E A L) Address: PO Box 2300 A�ftj)j� Salina, KS 67402-2300 Witness as to Prin al Tr"az ebmAi%ara Sure ocQrh ,C4. SURETY ABy: YdLL!'Ir`2- d�t.C�fin,�LG -k y TT 1 Name: j�r���� Q Strii�1-L„ Secr ary Attorney in Fact (S E A L) Address:211 S. Salt_ A- S 44-- lK-s G�Yei �. � ryes Witness as to Suretybirro I. bo 46 rt Telephone Number: 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. ga,d O IN543�3s MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT That Ballou Construction Company, Inc. ("Contractor"), as principal, andTira ers {,, vjwie loft f oGoa corporation organized under the laws of the State of /1 eU�iC� , ("Surety"), do l 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 Nine Hundred Thirteen Thousand Ten and 75/100......................... Dollars ($913,010.75), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, ` executors, administrators, assigns and successors,jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the 25th of April, 2006, a copy of which is hereto attached and made a part hereof, for -d the performance of the following described public improvements: MICRO-SURFACING 2006-2 at VARIOUS LOCATIONS ^a the same being referred to herein and in said contract as the Work and being designated as project number(s) GS93-020930511180 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 is exhausted. IN WITNESS WHEREOF, this instrument is executed in 8 counterparts, each of which shall be deemed an original, this 25th day of April, A.D. 2006. ATTEST: Ballou Construction Company, Inc. (S E A L) Contracto i By: C� r� Secretary Name: Title: PiQc-siOEyt ATTEST: T11GlUL��-fi3 (.Qcd -SUltt. COI ��Al71eNcq (S E A L) Surety 124 By. Secr tary Name: dI' wl- ' ti Title: a4far P5,—l h -(�LC.-t = - r217 S. S�A- - -!� QJAA Ll 0(10 Address -02 to TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY SND SURETY COMPANY FARNIINGTON CASUALTY COMPANY Hartford,Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Roberta K. Blair, Philip C. Krug, Brenda R. Smith, James D. Wilson, Kristy L. Balthazor,Leslie M. Webb,Ronald L. Dupy,Sheri A. Eppenbach,Mark A. Skidmore, of Salina,Kansas,their true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attomey(s)-in-Fact,pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may-appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if required)by one,or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (11-00 Standard) CITY OF FORT WORTH,TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT This agreement made and entered into this the 25th day of April A.D., 2006, 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 I Ith day of December, A.D. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, Ballou Construction Company,Inc.,HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: �r 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: MICRO-SURFACING 2006-2 at VARIOUS LOCATIONS 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 ready for the inspection and approval of .o the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 80 calendar days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the MR sum of$315 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. ,. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such 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 iniury or damage is caused in whole or in Part by the negligence or alleged negligence of Owner, its officers, servants or employees.. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. .� 7. The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas, as amended, in the form included in the Contract Documents, and such bonds shall be for 100 percent 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 Nine Hundred Thirteen Thousand Ten and 75/100.....................................Dollars, ($913,010.75). 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 8 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 8 counterparts with its corporate seal attached. Done in Fort Worth,Texas,this the 25th day of April,A.D., 2006. RECOMMENDED: CITY OF FORT WORTH BY: " DIRECTOR,DEPARTMENT OF CITY MANAGER ENGINEERING APPROVED: h.- Marc A. O , stant City Manager TRANSPORTA ON/PUBLIC WORKS DIRECTOR ATTEST: Ballou Construction Company,Inc. PO Box 2300 Salina,KS 67402-2300 + CONTRACTOR CITY SECRETARY (SEAL) Contr ct �uthorizatiox _BY: Date PR�siO F,�J� TITLE ,■, APPROVED AS TO FORM AND j?O• 30X X300. S�[/�/•L, S 61V0.2 LEGALITY: ADDRESS ASST. C Y TTORNEY November 1960 Revised May 1986 „�, Revised September 1992 . EQUIPMENT SCHEDULE List of Equipment owned by Bidder that is in serviceable condition and available for use: Portions of work Bidder proposes to sublet in case of Award of Contracts including amount and type: EXPERIENCE RECORD List of projects your organization has successfully completed: Amount Of Contract Type of Work Date Accepted Name and Address of Owner Award List of projects your organization is now engaged in completing: Amount Of Contract Type of Anticipated Name and Address of Owner Award Work Date of Completion List Surety Bonds in force on above incomplete work: Date of Contract Award Type of Work Amount of Name and Address of Bond Bond Surety 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 Engineering No.5201 and City of Fort Worth Project No. GS93- 020930511180. CONTRACTOR Ballou Construction Company, Inc. By: / Name: —DO A)A-&d DEN Title: f46rSfO,V_A/7- Date: STATE OFTwo. �i9NS I-S § COUNTY OF WS_ciNE § Before me, the undersigned authority, on this day personally appeared 0041*to -r "KR 4 gAl , 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 Ballou Construction Company, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this a_057-day of Awl L- , 20 0 6 NICOLE R. MOYER '>,, NotaryPublic-StateofKansas Notary Public in a for the State of4exfl3/0q'dS'rS My Appt. Expires PROJECT DESIGNATION SIGN lid 41 - 011, 1 it PMS 288 " PMS 167 311 3'' ET MAINTEICE = 3<< PROGRAM O 3„ d- 11/2 Contractor: 2/2" Contractor' s Name , „ /2 1'/2" TELEPHONE NUMBER 1612„ FORT WORTH IN L000- CHELTINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD LOGO COLORS-. FORT WORTH - PMS 288 LONGHORN LOGO- PMS 167 (To be printed on Contractor's Letterhead) Date: Project Name: DOE No. Project No: MAPSCO location: Street Rehabilitation of tmtName) Project limits from to ane treeName) NOTICE OF CONSTRUCTION This notification is to inform you that under a contract with the City of Fort Worth, our company will be rehabilitating the named streets. The first phase of construction on the street will begin approximately THREE (3) DAYS FROM THE DATE OF THIS NOTICE: The phases on this project are as follows but not limited to nor will all phases effect your homes frontage: 1-Saw cut to isolate badly broken and/or misaligned curb/gutter, valley gutter or driveway approaches 2-Remove the isolated old concrete,form and pour concrete. 3-Mill the asphalt edge or re-stabilize the streets sub-base. 4-Application of the asphalt overlay. If you have questions concerning this project please call MR AT(817) (Contradoes at OR MR. AT(817)871-8306 CW 1"Pector) For emergencies after 4:30 P.M. or on Weekends,Please call (817)871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. MICRO-SURFACING (2006-2) Blk Limits Project Name Street Limits Procedure Map Quantity CD 300-799 ARCH ADAMS ST BAILEY AVE-W 7TH ST MIC 62W 0.78 LM 7 3700-3899 ASHLEY LN CLEAR BROOK CIR-CLEAR BROOK CIR MIC 103 0.42 LM 5 3400-3799 BANDERA RD GUADALUPE RD-CHAPIN RD MIC 73P 0.89 LM 3 8300-8599 BANGOR DR SLADE BLVD-CIMARRON TRI, MIC 73P 0.72 LM 3 7700-7999 BERMEJO RD PATINO RD-COOKS LN MIC 81E 0.92 LM 4 4200-4499 BLACKSTONE DR E CUL-DE-SAC-ISBELL RD MIC 61U 0.51 LM 7 7900-7999 BURGUNDY DR COLUMBUS TRI,-CLEAR BROOK CIR MIC 103 0.07 LM 6 200-399 BYRON ST ROCKWOOD DR-DEERING DR MIC 61T 0.57 LM 7 1200-1399 CAMEO DR PEBBLEFORD RD-CAMELOT RD MIC 104 0.43 LM 6 6200-6499 CANYON CIR WOODMONT TRI,-BROOKHAVEN TRI, MIC 104B 0.78 LM 6 200-299 CASA BLANCA AVE BAILEY AVE-BRISTOL RD MIC 62W 0.38 LM 7 3300-3599 CHESTNUT AVE W LONG AVE-NW 36TH ST MIC 48W 0.71 LM 2 3516-3799 CIMARRON TRL GERONIMO TRL-CHAPIN RD MIC 73P 0.86 LM 3 3600-8099 CLEAR BROOK CIR FAIRHAVEN DR-HULEN PARK MIC 103 1.7 LM 6 2800-3299 CLINTON AVE NW 28TH ST-W LONG AVE MIC 62B 1.47 LM 2 w- 4100-4199 COCKRELL AVE W BOLT ST-SUFFOLK DR MIC 90F 0.37 LM 8 3500-3599 COLUMBUS AVE NW 35TH ST-NW 36TH ST MIC 48W 0.24 LM 2 6700-6799 CRESTMONT CT COUNTRYSIDE IN-S MIC 104 0.14 LM 6 5100-5199 CURZON AVE NEVILLE ST-MERRICK ST MIC 75J 0.22 LM 7 5400-5499 CURZON AVE LAKE COMO DR-BOURINE ST MIC 75J 0.14 LM 7 1000-1699 DE RIDDER AVE BLUE MOUND RD-WEBER ST MIC 48R 1.05 LM 2 4500-4899 DEAL DR ST THOMAS PL-ROXANNE WAY MIC 46P 0.67 LM 7 -m 2600-2699 DENBURY DR MCCART AVE-LUBBOCK AVE MIC 90X 0.12 LM 6 300-399 DOROTHY IN POTOMAC AVE-LENOX DR MIC 61Z 0.16 LM 7 3400-3699 DOROTHY LN N WHITE SETTLEMENT RD-POTOMAC AVE MIC 61Z 1.3 LM 7 3550-3599 DOROTHY IN S MONTICELLO DR-HAMILTON MIC 61Z 0.25 LM 7 4100-4599 EL CAMPO AVE CLOVER LN-HULEN ST MIC 75F 1.43 LM 7 MIC=MICRO-SURFACING Thursday January 19,2006 MICRO-SURFACING (2006-2) Blk Limits Project Name Street Limits Procedure Map Quantity CD 7500-7799 FOUR WINDS DR SYCAMORE SCHOOL RD-HORIZON PL MIC 103 0.91 LM 6 6550-6599 GARLAND AVE MARYS IN-TEX BLVD MIC 74P 0.18 LM 3 8600-8899 GERONIMO TRI, CIMARRON TRI,-SW DEAD END MIC 73P 0.38 LM 3 3400-3799 GUADALUPE RD CIMARRON TRI,-CHAPIN RD MIC 73P 1.15 LM 3 8600-8999 GUADALUPE RD CIMARRON TRI,-W CUL-DE-SAC MIC 73P 0.83 LM 3 1900-2099 HALBERT ST ELLIS RD-MARTHA LN MIC 80A 0.39 LM 3 3228-3999 HAMILTON AVE BAILEY AVE-VIRGINIA PL MIC 62W 1.71 LM 7 500-799 HASKELL ST W 4TH ST-W 7TH ST MIC 61Z 0.42 LM 7 2400-2799 HITSON IN ACAPULCO RD-BECKWOOD DR MIC 80H 0.87 LM 5 2860-2999 HITSON IN SANDYWOODS CT-CRAIG ST MIC 80H 0.3 LM 5 3900-3999 HORIZON PL XAVIER DR-W CLEBURNE RD MIC 103L 0.38 LM 6 2204-2673 HORNE ST BYERS AVE-WEST FWY SR WB MIC 74M 0.71 LM 7 3500-3599 HULEN CIR E MCCART AVE-VAL VERDE DR MIC 103 0.14 LM 6 N � 3600-3799 HULEN PARK CIR VAL VERDE DR-CLEAR BROOK CIR MIC 1038 0.84 LM 6 3100-3199 JOYCE DR SLOCUM AVE-ARBOR AVE MIC 73M 0.44 LM 3 3300-3399 JOYCE DR ELIZABETH IN W-CAMP BOWS WEST BLVD MIC 73R 0.44 LM 3 3700-4099 LEBOW ST NE 36TH ST-TERMINAL RD MIC 49W 1.07 LM 2 100-199 LINDEN IN WHITE SETTLEMENT RD-MONTICELLO DR MIC 61Z 0.21 LM 7 6000-6099 LUBBOCK AVE DURINGER RD-DENBURY DR MIC 90T 0.57 LM 6 - 4800-4803 LYNDON DR BENBROOK HWY-HIGHWAY DR MIC 73Z 0.03 LM 3 1200-1399 LYRIC DR PEBBLEFORD RD-CAMELOT RD MIC 104 0.42 LM 6 4600-4899 MARK IV PKWY MEACHAM BLVD-GREAT SOUTHWEST PKWY MIC 49P 2.03 LM 2 3500-3799 MARQUITA DR CHAPEL AVE-BENBROOK HWY MIC 73R 0.66 LM 3 2500-2799 MC PHERSON AVE MCCART AVE-LUBBOCK AVE MIC 76T 0.35 LM 9 500-799 MONTGOMERY ST W 4TH ST-W 7TH ST MIC 61Z 0.42 LM 7 100-299 N RIVERCREST DR HAZELWOOD DR-N CUL-DE-SAC MIC 61Y 0.36 LM 7 6800-6999 NORMANDY RD HALBERT ST-DOWNEY DR MIC 80B 0.52 LM 4 400-599 NW 29TH ST CLINTON AVE-LEE AVE MIC 62B 0.38 LM 2 MIC=MICRO-SURFACING Thursday January 19,2006 MICRO-SURFACING (2006-2) Blk Limits Project Name Street Limits Procedure Map Quantity CD 3700-4099 OSCAR AVE NE 36TH ST-SCHWARTZ AVE MIC 49W 1.03 LM 2 8600-8699 PAINT TRAIL CT PAINT TRI,-NE CUL-DE-SAC MIC 73P 0.05 LM 3 3400-3.549 PAINT TRI, GUADALUPE RD-GERONIMO MIC 73P 0.45 LM 3 3300-3499 PEARL AVE W LONG AVE-NW 35TH ST NEC 48W 0.48 LM 2 6800-6999 PENHURST DR SOUTHPARK IN-AMBER DR S MIC 104 0.38 LM 6 6900-7099 PINON ST TREEHAVEN RD-OVERHILL RD MIC 74W 0.5 LM 3 3400-3599 PINTO TRI, GUADALUPE RD-GERONIMO MIC 73P 0.4 LM 3 3600-3999 POTOMAC AVE W 4TH ST-VIRGINIA PL MIC 61Z 0.93 LM 7 1200-1399 PRELUDE DR PEBBLEFORD RD-CAMELOT RD MIC 104 0.42 LM 6 3100-3399 RAMONA DR SLOCUM AVE-CAMP BOWIE WEST BLVD MIC 73R 0.96 LM 3 3600-3799 RAMONA DR RUBY PL-CHAPIN RD MIC 73R 0.52 LM 3 3700-3799 REAGAN DR ALBERT AVE-CHAPIN RD MIC 73V 0.34 LM 3 r 100-299 RIVERCREST DR HAZELWOOD DR-MONTICELLO DR MIC 61Y 0.25 LM 7 2200-2299 ROBINWOOD DR HOLLIS ST-SELK AVE MIC 64E 0.31 LM 4 7800-7899 ROMNEY RD PINEHURST DR-SYCAMORE SCHOOL RD MIC 104 0.22 LM 6 2800-2999 ROSEN AVE NW 28TH ST-NW 30TH ST MIC 61D 0.63 LM 2 3000-3299 ROSEN AVE NW 30TH ST-W LONG AVE MIC 611) 0.62 LM 2 7300-7399 RUBY PL ALTA MERE DR-MARQUITA DR MIC 73R 0.23 LM 3 7500-7699 RUBY PL RAMONA DR-REAGAN DR MIC 73R 0.24 LM 3 6250-6799 S HULEN ST WRIGLEY WAY-ALTAMESA MIC 89W 1.71 LM 6 3600-3699 SCHWARTZ AVE EVA ST-NE 36TH ST MIC 49W 0.21 LM 2 3500-3599 SOCORRO RD GUADALUPE RD-BANGOR DR MIC 73P 0.36 LM 3 7600-7699 STARVIEW DR CLOVERMEADOW DR-FOREST MIC 104J 0.1 LM 6 1200-1299 STELLA ST TENNESSEE AVE-VIRGINIA AVE MIC 77G 0.22 LM 7 2900-2950 SUFFOLK DR COCKRELL AVE-2950 SUFFOLK DR MIC 90F 0.31 LM 9 3100-3399 SUFFOLK DR 3100 SUFFOLK DR-STADIUM DR MIC 90E 0.34 LM 9 1700-1799 TALTON AVE ASH CRESCENT ST-BELZISE TER MIC 77V 0.22 LM 8 7920-7999 VAL VERDE DR FAIRHAVEN DR-HULEN PARK MIC 103 0.23 LM 6 MIC=MICRO-SURFACING Thursday January 19,2006 MICRO-SURFACING (2006-2) Btk Limits Project Name Street Limits Procedure Map Quantity CD 100-399 VIRGINIA PL WHITE SETTLEMENT RD-POTOMAC AVE MIC 61Z 1.18 LM 7 3216-3799 W 4TH ST BAILEY AVE-DOROTHY IN MIC 62W 1.39 LM 7 3400-3899 W 5TH ST BOLAND ST-BELLE PL MIC 61Z 1.15 LM 7 3300-3899 W 6TH ST ARCH ADAMS ST-BELLE PL MIC 76A 1.41 LM 7 6600-6699 WHISTLER CT N CUCGDE-SAC-WHISTLER DR MIC 103 0.04 LM 6 100-299 WILLIAMSBURG IN BAILEY AVE-BRISTOL RD MIC 62W 0.52 LM 7 1400-1599 WILSON RD BRENTWOOD STAIR RD-BRIARWOOD IN MIC 65X 0.76 LM 8 6700-6749 WILTON DR WHISTLER DR-WINESANKER MIC 103 0.12 LM 6 Total Lane Miles 63.64 MIC=MICRO-SURFACING Thursday January 19,2006