Loading...
HomeMy WebLinkAboutContract 33705 SPECIFIC.'AT IONS ,JECIIETAtly'3�1,-Mr7 AN 1) CONMRACT CON•t RAC"1' 1)0CIJ 1-11+."NTS FOR l lIMAC' 8URF'A{ 'Fa. 0 V EX LA V (2006- ) AT VARIOUS LOCATiONS IN rf'IJE C'I'TY O F+owr WOR TH, TEXAS 1)(W PROJECT 2G. 5204 TIPW F'rUMEa.C:T NO. Cx;93-11203052 :3(1 200 A411M. f1r1 NCMEF CI-FARI,F-,S R. BOSW1A-1, NiAVOR CITY MA? AGER .DI+PA TAl E N11 OF T.lUkNsfia1rrAT10N AND PUBLIC WORKS A. Df)UGLAS RA ENTAKER, P.E.. DI EC"I"Cllr li P RE PA 14E'1) It 1)E.X'AR'1'mEN*F 0F r+'NGINEE ING ENGINEERING SEAVICES W�MON--- $WSAN L S MWINGER -q - zoo www CFWNeLQr9 T . Print M&C MEM COUNCIL ACTION: Approved on 6/6/2006 DATE: 6/6/2006 REFERENCE NO.: **C-21487 LOG NAME: 30HMAC06-5 CODE: C TYPE: CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of Contract with JLB Contracting, LP for HMAC Surface Overlay 2006-5 at Various Locations RECOMMENDATION: It.is recommended that the City Council authorize the City Manager to execute.a_contract with JLB Contracting,-LP in the amount of$.[`281,946,50 for-HMAC—Surface Overlay 200.6-5 at_various lo.cations.: DISCUSSION: In the FY2005-2006 Contract Major.Maintenarice Program, various types of street maintenance techniques --are grouped into specific contract packages. HMAC (Hot Mix Asphaltic Concrete) Surface Overlay 2006-5 at various locations provides for surface and base rehabilitation, curb, gutter and valley gutter replacements for asphalt streets funded from the Contract Street Maintenance Fund. The attached list identifies all streets to be overlayed under this project and their limits. -This project was advertised for bid on._February 2 and February 9, 2006. On March 30, 2006, the following bids were received: Bidders Amount Time of Completion JLB contracting, LP $1,281,946.50 100 Working Days Peachtree Construction, Ltd. $1,328,627.00 Austin Bridge & Road, LP $1,467,027.50 Reynolds Asphalt& Construction, Co. $1,470,096.00 APAC-Texas, Inc. $1,548,356.50 JLB Contracting, LP is in compliance with the City's M/WBE Ordinance by committing to 12% M/VVBE participation and.documenting goodfaith effort. Peachtree Construction, Ltd. identified several - subcontracting and supplier opportunities. However, the M/WBEs contacted in the areas identified did not - submit the lowest_bids. The City's goal on this project is 21%. This project is located in COUNCIL DISTRICTS 4 and 8. FISCAL INFORMATIONICERTIF[CATION: 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 020930522830 $11,281,946.50 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. 2006-5.pdf ADDENDUM NO. 1 CITY OF FORT WORTH SMAC 2006-5 AT VARIOUS LOCATIONS DOE No. 5204 TPW PROJECT NO.GS93-020930522830 Addendum No. 1 Issue Date: February 20,2006 Bid Receipt Date: March 23,2006 a i 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 March 9,2006 until March 23,2006. The pre-bid conference has been postponed from February 22, 2006 to March S, 2006 at 9:00 a.m. in the Transportation and Public Works Conference Room, 2nd Floor, Municipal E 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. a Receipt Acknowledged: Department of Engineering A. Douglas Rademaker,P.E. Director By. —a— Title: V x'o y;B o 1 d a Tony Sholola,P.E. Engineering Manager,DOE rug .. .... 3 ADDENDUM NO.1 1 MAR-16-2006 THU 05:14 PM City Of Fw-Enei neer. Det t FAX NO. 811 811 6828 F. UZ Addendum No.2 (2006-5) ADDENDUM NO.2 CITY OF FORT WOWfil 11MAC 2006-5 AT VA-RIOUS LOCATIONS DOE No.5204 TPW PROJECT NO.OS93-020930822830 Addendum No. 3 Issue Date: March 1.6, 2006 Bid Iluceipt Date, march 3.0,2006 This addendum fotrns part of the contract docuiwn.ts'referenced above and modifies the original Contract Document's, Acknowledge receipt of this addendum by signing and attachi.ng it to the Contract Documents(inside).Note receipt of'the Addendum in the Did Proposal,and on the outer envelope of your bid. I. :Prospective bidders are hereby informed that the bill opening date has been V postponed from March 23,2006"in til March 30, 2006. The primary purpose of this addendum is to clarify the following- 2. Replace page P-5 of the Proposal in its entirety with theccp losed revised page 'P-51Z (Addendum leo.2 (2006-5). 3. Replace page P-6 of the Proposal in its entirety with the encloved revised page P-6R (Addendum.No.2) (2006-5). 4. On page SP-6 of the Special Provisions,Item No. 14, Traffic Control: Froin pro-bid meeting discussion, the Contractor may work during the flay, between 7:00 a.m.until 6 pm.,on all streets in this contract. 5. On page SP-1.6 of the Special Provisions, Non Pay Item No. 8,No Paving Worlc on Solid Waste Weekly Pick up Day: From pre-bid meeting discussion,the definition of paving activities is further clarified to not include construction of concrete flat work.The Colldraetar,therefore,will be allowed to coustriuct concrete flatwork on the sofid waste weeldy pick-up day. 6. On page SP-17 of the Special Provisions, for Pay Item.No. 3, Manhole Adjustment: o From pre-bed greeting discussion,tale set unit price for manhole adjustment vvill remain at$400.00 per each. 7. On page SP-18 of the Special Provisions, .for Pay Item No. 4, Water 'Valve Boxes Adjustment: + From pro-bid meeting discussion,the set unit price for water valve boxes adjustment will remain at$300.00 per each. 1 MAR-16-2006 THU 05:14 PM City Of Fw-Engineer. 0ept FAX NO. 817 871 6828 P. 03 Addendum No.2(2006-5) 8. On page SP-23 of the Special Provisions, Pay Itein No. 12, Butt Joints--Milled.: From pre-bid meeting discussion,the butt joints shall be trilled in lieu of saw cut. 9. On page SP-27 of the Special Provisions, for 'Pay Item No. 1.5, Removal and Replacement of 7"Concrete Valley Gutter: replace the following paragraph. Contractor may substitute 5"non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item No.360"Concrete Pavement(enclosed). with: Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item filo.360"Concrete Pavement(enclosed). Surface texturing shall be matte with a medium broom in lieu of carpet drag or metal tining. 10. On page SP-28 of tho Special provisions, for pay Item No. 16, New 7"Concrete Valley Gutter: replace the following paragraphs; Contravtm may substitute 5"non-reinforced(2:27)Concrete Base'in Iieu of Cruslled Stolle at no additional cost. See Item No.360 "Concrete Pavement(enclosed). with: Contractor MY subsiiitute 5" noun-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item No.360"Concrete Pavemeilt(encloses). Surface texturing shall be onade with a medium broom in lien of carpet drag or metal tining. ll. On page SP-34 of the Special Provisions, for Pay Item No, 26, Removal and Replacement of 6"Exposed Concrete Driveway: • replace the following: PAY-ITEM NO.-26 - RFMOVAl ANia 1tL�pT,ACL�NfJ;NI OF 6" EXPOSED C'ONCRET'E DRIVPWAYS: ~ This item shall include the removal and replacement of, existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust gtacic:s to eliminate + ponding water with same day haul-otT of the removed material to a suitable dump site. kor i specifications governing this item sec Item.No. 104"Removing Old Concrete:",Item No.504" Concrete Sidewalk and Driveways".Pay limits:Fou•concrete driveway are as shown in Drawing No.S-S5 of the Standard Specifications. The unit ptiCe bid per square yard shall be full compensation for all labor,:material,equipment, I supplies,and incidentals necessary to complete The work. .I I 2 ti MAR-16-2006 THU 05: 14 PM City Of Fw-Engineer, Dept FAX NO. 817 871 6828 P 04 Addendum No.2(2006-5) with: I'Av ITEM-NO.26-REMOVAL AND REPLACEMENT OF F"EXPOSED,CONC1xl;T]E AGGREGATE DRIVEWAYS Ai jf)51.DEWALK; This item shall include the removal and replacement of existing exposed aggregate concrete driveways and sidewalk, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water, with same day haul-off of the removed 1112terial, to a suitable dump site,For specifications governing this item see Item No. 104 "Removing Old Concrete", Item No, 504" Concrete Sidewalk and ]Driveways,% Pay limits for concrete driveway acre as shown in Drawing No. S-S5 of the Standard Specifications, The concrete shall he designed to achieve a minimum compressive strength of.'3000 pounds per square inch and the driveway surface shall be seeded with pea gravel. The Unit price bid per square yard shall be full compensation for all labor, material, equipment,supplies,and incidentals necessgry to complete the work. All other provisions of the plans, specifications and contract document for the project, which are not expressly W-nended herein, shall remain in Bill 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 hid submittal. Receipt Acknowledged: Department of Engineering A. Douglas Rademalcer,P.E. Director Title: j3y: r0n 1 Tot1.y Sholol.a,P.E. T Engineering Manager, DGE 3 i • F Addendum No. 3 (2006-5) ADDENDUM NO. 3 CITY OF FORT WORTH HNIAC 2006-5 AT VARIOUS LOCATIONS DOE No. 5204 TPW PROJECT NO. GS93-020930522830 Addendum No. 3 Issue Date: March 27, 2006 a Bid Receipt Date: March 30, 2006 This addendum forms part of the contract documents referenced above and modifies the original j 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 1. On page SP-26 of the Special Provisions, for Pay Item No. 14, Removal and Replacement of 2"H.M.A.C. (Type"D"Mix)Asphalt Cement Surface Course: i replace the following paragraph: • Under Item 340.4 Construction J. Ride uali : The Ride Quality Surface Type A(Tex-1001-S)test shall be waived. with: Under Item 340.4,Construction,J.Ride Quality: 1 The Ride Quality Surface Type A test (10-foot straight edge) shall be measured. 4. On page SP-34 of the Special Provisions, for Pay Item.No. 26, Removal and Replacement of 6" Exposed Concrete Driveway: replace the following paragraph (revised in Addendum No. 2): ' PAY-ITEM NO. 26 - REMOVAL AND REPLACEMENT OF 6" EXPOSED CONCRETE AGGREGATE DRIVEWAYS AND SIDEWALK: This item shall include the removal and replacement of existing exposed aggregate concrete driveways and sidewalk,due to deterioration or in situations where curb and gutter is replaced to I adjust grades to eliminate ponding water, with same day haul-off of the removed material, to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch and the driveway surface shall be seeded with pea gravel. The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies,and incidentals necessary to complete the work. I 1 Addendum No. 3 (2006-5) with: PAY-ITEM NO. 26-REMOVAL AND REPLACEMENT OF 6" EXPOSED CONCRETE AGGREGATE DRIVEWAYS AND SIDEWALK: a i This item shall include the removal and replacement of existing exposed aggregate concrete driveways and sidewalk, due to deterioration or in situations where curb and gutter is i replaced to adjust grades to eliminate ponding water, with same day haul-off of the removed material, to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch and the driveway surface shall be seeded with pea gravel. l Exposed concrete aggregate wash off water is silty, high in alkalinity and may contain harmful chemicals; therefore,wash off water shall not be discharged into storm sewers and drainage ditches or streams. Temporary expansion joint board at driveway approach edge shall be used to dam off wash water from entering street gutter. Temporary catch basin sealed with impervious diaphragm sump shall be used to collect all wash water until off site disposal is obtained, 7 or,unless otherwise directed by the Engineer or his authorized representative. The unit price bid per square yard shall be full compensation for all labor, material, equipment,supplies, and incidentals necessary to complete the work. j 5. In section entitled,"Other Details",-"Wheelchair Ramps Standard Details" add the enclosed detail: i Add the detail below and place it behind detail STR-040 Accessability Ramp — Type 111 (20' Radius): • Speed Cushions i i 1 i v f'r.�vjr'1L ti;J i PLAN VIEW BACK OF BACK OF CURB CURB V ries { (Min.30'-Max 40') J 2' (Varies) 2'-7.5" 6'-3" -2'-7.5" (Varies) 2' (TYp) (TI P.) (Typ.} 12"WHITE HOT TAPE (AVERY DENNISON QR.EQUIVALENT) IN - - ,r Im o _ Rlli�� . & CO tl� {k�'' % '.I' - , I' (D N i I 1 12"WHITE HOT TAPE (AVERY DENNISON Striping and reflectors to be OR EQUIVALENT) i install by the Contractor i WHITE TYPE II 1-SIDED REFLECTORS I Overall length Overall width A. i i Ieight: 3-112 inches tramp Gradient: 0.57 in 1 (30 inches 13®112 inches height) DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS CITY OF Side Gradient: 3.43 in 1 (12 inches 1 3112 inches heightTRAM,ENGINEERING FORT WORTH SPEED CUSHIONS MAPM UT. OASE: f1JB dmuiury IS,2004 1 4PPRMW9Y DRAWING NOT TO SCALE 1 3 � r Addendum No. 3 (2006-5) 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 j time of bid submittal. Receipt Acknowledged: Department of Engineering A. Douglas Rademaker, P.E. Director 1 By: - 1 Title: By: Tony Sholola, P.E. Engineering Manager, DOE t i 1 i i I 3 SPECIFICATIONS AND CONTRACT DOCUMENTS f FOR HMAC SURFACE OVERLAY (2006-5) AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS DOE PROJECT NO. 5204 TPW PROJECT NO. GS93-020930522830 2006 MIKE MONCRIEF CHARLES R. BOSWELL MAYOR CITY MANAGER ROBERT D. GOODE, P.E., DIRECTOR DEPARTMENT OF TRRANSPORTATION AND PUBLIC WORDS A. DOUGLAS RADEMAKER, P.E., DIRECTOR DEPARTMENT OF ENGINEERING f PREPARED BY DEPARTMENT OF ENGINEERING ENGINEERING SERVICES DIVISION 00 EXHIBIT "A" M AR L SCWtNGER 869 4 _ . SPECIFICATIONS AND CONTRACT DOCUMENTS FOR HMAC SURFACE OVERLAY(2006-5) AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH,TEXAS DOE PROJECT NO. 5204 TPW PROJECT NO. GS93-0209305522830 k AIP- i A.DOUGLAS RADEMAKER,P.E. 7'5 • DATE DIRECTOR,DEPARTMENT OF ENGINEERING NA ARES,P.E. DATE INFRASTRUCTURE MANAGER TRANSPORTATION AND PUBLIC WORKS DEPARTMENT CLL -'AlAAV&TOWNSEND,P.E. DATE ENGINEER MANAGER WATER DEPARTMENT TABLE OF CON'TENT'S t. Notice to Bidders 2. Special instructions to Bidders i 3. Prevailing Wage Rates 4. Proposal S. Vendor Compliance 5. Disadvantaged Business Enterprise 7. Special Provisions $. Item 354,Concrete Pavement(Modified Specification) 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. Notice of Construction Detail 19 Project Designation Sign Detail F 19. Other Details 20. Street Lacations � 21. Street by Street Paving Quantity Determination Spreadsheet 1 l Sealed Proposals for the following: HMAC SURFACE OVERLAY(2006-5) AT VARIOUS LOCATIONS DOE No. 5204 TPW PROJECT NO. GS93-020930522830 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, March 09, 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 nor-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. February 22, 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: 8,450 L.F. Removal and Replacement of Concrete Curb and Gutter 23,700 L.F. Wedge Milling 2"to 0"Depth 5' Width 66,300 S.Y. 2"H.M.A.C. Surface Course(1`ype"D"Mix) 30,750 S.Y. 8"Pavement Pulverization 400 TON Cement 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: February 02,2006 February 09, 2006 i COMPREHENSIVE NOTICE TO BIDDERS Sealed Proposals for the following: E MAC SURFACE OVERLAY(2006-5) AT VARIOUS LOCATIONS DOE No. 5204 TPW PROJECT NO.GS93-020930522830 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, March 09, 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. February 22, 2006 in the Transportation and Public J 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. F 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: 8,450 L.F. Removal and Replacement of Concrete Curb and Gutter 23,700 L.F. Wedge Milling 2"to 0"Depth 5' Width 66,300 S.Y. 2"H.M.A.C. Surface Course(Type"D"Mix) 30,750 S.Y. S"Pavement Pulverization 400 TON Cement Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. F r 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 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 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: S February 02,2006 Tony Sholola,P.E. February 09,2006 Manager,Consulting Services S,PECTAL INS 1 RUCFI ONS TO BIDDERS 1. BID SECURITY Canhicr's check or an acceptable biddees band payable to the City of Fort Worth, in an amount of not less than 5 percent c the largest possible total of the bid submitted retest accompany the bid, and is subject to:forfeit in the event the successfll bidder fails to execute the contract documents within tm days.after the contract has be awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the slate of Texas. In addition, the surety n1u9t (t) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a suety on obligations perinittcd or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 fmm a reinswer that is authorized and admitted as a rcinsnrc:x in the state of Texas wid is the holder of a owific€kte of auLhority from the Untied States secretary of the treasury to qualify as a surety -on 'obligations permittcd or rewired udder federal taw. Satisfactory proof of any such reinsurance shall be provided to the City upon request. Tbo City, in its sole discreaon, will determine die adequacy of the proof required herein, PROPOSAL. After proposals have been opmed.and read aloud,the proposals wilt 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 cstablished irk the on(ract Dacumenfs. The total obtained by taking the sum of the producta of mut prices quoted and the estimated quantities plus- y lump suns items and such other €luated-amounts-as Wray enter into the cost of the completed project will be considered as the amount 41 the bid. Until the award of the contract is made by'the Owner',the riga will ho reserved to rgject any or ail pmpotga]s and waive technicalities, to re-advertise for new proposals,nr to proccW with the work in any manner as maybe considered for the best interest of the Owner. The-gttantities of work and materials to be f'umished as may be listed in the proposal forms or surer parts of the Contract Documents will be comidered as approximate only said will be used for the purpose of comparing bids on a unifonn basis. Payment wilt be made to the Contractor for only the, actual quantities orf work performed or materials famished in strict accordance with the Contract Documents and Plans. Tho quantNes of work to he performed and €materials to be fumished may be inemased or decreased as heminafterprovided, without in any way invalidating the gritprices bid or any other requirerraents of the Contract Documents. 3. ADDENDA: Bidders arcs 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 theDepartment of Engineering Construction Division at (8 17) 871-7910. Bids that do not acknowledge all applicable'addenda wilt be rejected as non- responsive. SPECIAL MSTRUCTIONS TO BIDDURS . 1 - 4. AW OF CM1' RACT: The contract, if awarded, will be awarded to the lowest responsive hidden, The Cit reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdra n until the expiration of forty-nine ( 49) City business days from the date that the MJVME UTILIZATION FORM, PRIM CONTRACTOR WAIVER FORM and/or the GOOD FATTH EFFORT"FORM ("Documentation") is recoivad by the City. . P+AYNONT,PFAFffMAIJQB AND MAINTENANCE BOND : The successful bidder entering into a contract for the work will be required to give the City surety in a sum equa] to tine amount of the contract awarded. The successful bidder shall be required to furrnish bonding as applicable in a sum equal to the amount of die contract awarded. The fonn of the bond shall be as herein provided and the surety shatlI be acceptable to the City. All bonds ftarnistted hereunder shall meet the requiremonis of Chapter 2253 of tho Texas t lover=ent Code, as amended. A. If the total contract pt icc is 3,O00 or less, payment to the contractor marl] be made in one luny sum. Payment shall not be made for a period of 45 calendar days from the dactc the work has beers completed and accepted by the City. B. If the contract amount is in excess of$25,000, a Payment bond shall lac executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the worlc. C. If the contract amount is in excess aF$100,000, a Performance Bond ulna// be executed, in the amount of the contract conditioned on the, faaitliful performance of the work in accordance with the plans, specifications, and contrarcI documents. Said bond shall solely be for the protection of the City ofFort Worth. D. A Two-year Maintenance Bond is required for all projects to insure the prompt, full and faithful perforrrrmice,of the general guarantee as set forth in Paragraph 7 oft.he Special Provisions. To be an acceptable surety aro the perf'orrnance, payment and mainterimice bonds, the surety most be aiuthi3rized to do business in the state of'Tex and meet all requirements of Texas Insunmee Code, section 7,19-1. In addition, the surety roust (1) hold a certificate of authority from [lie Untied States secreta r .of the treasury to qualify as a surety on obligations permitted or required under federal law; or ( ) have obtained reinsuraanoo for any liability in exeess of x$100,000 frorn a reinsurer that is authorized and a(hmjtted as a reinsurer in the state of Texas and is the holder of a ca, t ficate of authorily from (lie Untied Staters secretary of the treasury to qualify as a surely on obligations permitted or required under fedora] law. Satisfactory proof of any such rehislirance stall be pr'ov'ided to the City upon request. The City, in its sole discretion, will determine t17e adequacy of the prop/'required herein. No sureties will be accepted by the City that are at doe time in defaeuIt or&Iin ]hent on any bonds or which are interested in any litigation against the City, Should any surety on the contmact be &termined un sat;sfactory at any tune by the City, notice will b-e given to the contractor to that affect and the con# ctor shall irnmediaxtely provido a now-surety satisfactory to the City SHCiAEL INYI'RUCrIQNS TO HIDDERS -2- G. LIQI ATED DAMA ES: The Contractor's attention is called to Part 1 - Gen=1 Provisions, Item 8, Paragraph 8.6, Stmdard 5pedificatinns for Street and S farm Drain Construction of the City of Fort WortlY, Texas, concerning liquidated damages for late completion of projects. 7. EMPLOYMENT MENT AND NON-DISC A i N: The Contractor shall not discriminate against any persons) because of sex, race, religion, color or national orifi and she1S wmply with the provisions of sections 13A-21 through 13A-29 of the Cade of the Cily.of Fart Worth (1986). as ainended, prohibiting discrimination in employment practiops. 8 WAGE RATES: All biddcrr, will be required to comply with provision 5 159a of "Vernons Annotated Civil Statutes" of the State ofT'exas with respect to the payment of prevailing wage rates as established by the City of Fort Worth, Texas, and set fbrth in Contract Documents for this projec:l.. 9. FIN AN LAL STATEMENT:, A current certiHed financial statement may be required by the Dcparbuent of Engineering Director for use by the CITY OF FORT WORTH in determining the succossftrl 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. SNSLMAl C1�: 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 ffisurancc for Workers Compemation (statutoiy); Comprehensive Geneml Liability ( 1,000,000 per occwTence, $2,00G,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or S 2 50,O00 property damage/$500,000 bodily injury per person per occurrence.. A comanexciat business policy shall provide coverage on "any auto", dcflned as autos owned, hired, and non- owned). Additional lines of coverage maybe requested. Ifscich a request is made after bid opening, Contractor shall be, entitled to additional compensation equal to 110% ofth(e additions] preinium cost, For workcjj g compensation insurance requirements, sec Special lm-Iruct[ons.to Bidder' - Item 16, ADDILMNAL INSI ANNE REQ MEMY A. The City, ils officffrs, employees and servants &hall be endorsed as an additional 1a6ured on antractar's insurance policies excepting employefs liability insurance coverage under Contractor's workers' compensation insurance policy, B. Certificates of insurance shall be, delivered to the City of bort Wordi, contraot administrator in (lie respectxve department as specified in the bid documents, 1000 Throckmorten 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 riot'constitute a waiver of the insurance requirements specified herein, D, Each insurance policy shall be endorsed to provide the City a mijrnurn darty Jaya notice of cancellation, non-renewal, and/or material change irl policy terms MCIAL 1NSTRUCTI S'l-0 BIDDEM or coverage, A r_en days notice shall be acceptable in the event ofnon-payment of Premium. E. Insurers must be authorized to do business in the Stab-, of Testas and have a current A.M. Bcst rating of A: VII or equivalent rneauure ofBnancial strength and So Nerxcy. F. Deductible firn.tts, or so]f-fanded retention limits, on each policy roust not exceed 10,000.00 per occurrence unless otherwise approved by the City. G. Oth" than worker's compensation insurance, in tiatt of traditional insurance, City may consider alternative coverage or risk treatment rneasures through insurance pools or risk retention groups, The City must approve in writing any alternative coverage. R. Work=' cornpensa6ozi insurance policy(s) covering employees employed on the project shall lie endorsed with s waiver of subrogation providing rights of recovery in favor of the City. 1. City shell not be responsible for the direct payment of insurance premium) costs for contractor's insurance. J. Contractor's insurance policies stall east be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage main(aiW by City shall not be called apart to contribute to I€ ss recovery, X. In the course of the project, Contractor shall reporr, in a timely manner, to City's oflicialIy designated contract administrator any luiown lass occurrence whieb could give rias to a liability claim or lawsuit or which could.result in a property loss. L. Caiwactoes liability shall not be limited to the specified amounts of inswance required herein. M. Upon tlto requast of City, Contractor skull provide complete copies of all insurance policies required by these contract documents. IL. NQ L-t SIDEMP BIDDERS: purnmit to Texas Government Code, art. 51002, the City of Fort Warth wit I not award this contract to a non-resident bidder unless the non- residwtrs bid is lower than tato 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 slate in which the non- resident's principal place ofbusinc.ss is located. „Nun-resident bidder" means a bidder' whose principal place of business is not in this state, but excludes a contractar whose ultimate parent wmpasy of majority owner has its principal place of business in this state. SPECIAI.INSTRUMONS TO 8MDERS -a. "Texas residant bidder" means a bidder whale principal place ofbusinass 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 proj cc is funded in whale 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 spec fictions. The failure of a non-resider 1.contractor to do so will automatically disqualify that bidder. I MTNQRITYI DIvL LN BUSMSS F.hITERPRiSB: In accordance with City of bort Wortb Ordinwice No, 11323, as amcnded by Ordinance No. 13471, the Cify of Fart WorLh has goals for the participation of minority business enterprises and warren business enterprises in City contracts. You may obtain a copy of the Ordinance from the £lice of the QLyr S e=tary. The MfWBB Utilization Form, Prime Contractor Waiver Form and the Good Faidi Effoa Farm, as applicable, must he submitted no later than 5:00 p. m. five (5) City business days atter the bid opening slate, emclusiVe aftbe bid apening date. The bidder shall submit the documentation at the reception area of the Department of ineering ('rManaging Department"), 2nd flour, City Ball, and shall obtain a receipt. failure to comply shall render your bid non-responsive. Upon contract exceution between the Clity of Port Worth and the success Ful bidder,now known as {contractor, a pre-construction meeting will be scheduled at which time tha Contractor is required to submit either Lettem of Intent or excouwd agre:omen with the MIWBE firm(s) to be utilized on this project. Such setters of Intent,or executed agreements shall include the following information: 1. Nine of Contract 2, Name of MrWBE firm utilized 3, rape of Work to be performed by the NVVME firm 4- Monetary amount of work to be perfonne€l by the MIWBF, f= 5. Signatures of Pill partios A notice to proceed wIII not be issued cmfil the signed letter(s) or exeeut 4greemeat(s) Irove been ree-elved. Throu houL Lhe duration of this project, the Contractor comply With the MfWBE Ordinance by complying with the fallowing procedures: • A MlV1WBE PPirticipatialt ftort Form mast be,submitted monthly LLntiI tine Contract is completed. The fiat report will be due 30 days aftar commencement of work. Tlic monthly report MV have an original siOature to eanstue accountability for audit Purposes. • Reports are to be submitted manthIy to the MJWBE OiEco, regardless of whelfher or not the MfWBE firm has been utilized. If there was no activity by an MfWBE in a particular month, place a "0" or "no participation" in the spaces provided, and provide SPECIAL INSTRUCT[ONS TO BIDDERS -5- a brief planation. * The Contractor shall provide the MfWBE Office proof of payment to the WWBE subcon"ctors and suppliers only. The A4A BE Office wiII accept the foIlowing as proof Of payment: ]. Copies afsubmilted invoices witlr front and back copies of canceled cheek(s), O . A notarivod letter explaining, in detail: a Subcontractorkupplier Scope of Work b. Date when services were received from subcontractor/supplier c. Ammuits paid to the subcoulTnotorls upp I i or d. orilivaI s ian atures from both parties must be included an this letter. • If the Contractor foresees a problem with submitting participation reparts and/or proof of payment on a monthly basis, the MME 0fftce should be notified. If the Contractor wistcs to chango or delete an hVWBE subcontractor or supplier, adhere to tete following: 1. Ynimediately submit a Reguest fur Approval of Change Form to theMWBB Office explaing the request for the change or deletion, 2. If the change affects the committed MfWBE participation goat, state clearly how and why in documentation. a, All requests for changes must be ravkwad and pr-approved by the NVWBB Office. b. If the.Contrwtor makos cbange(s) prior to approval, the change will not be camidcred when performing a post compliance review on this project. • Upon (lie l;onlractor`s successful completion of this proj t, and within tern days after receipt of final payment from the Oily of Fort Worth,The ConbLactor will provide the NlfWBEf fico w ith a Final Participation Report Farm to reflect the total participation from ALL ;abcontTadors/suppl!era utilized on the projoct. a All forms are available at the.NVVVTW Office, 3rd floor- City Hall, For additional informefion regarding compliance to the MfWBB Ordinance, call (817) 871-6104. Upon rcquest, Contractor awes to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M1"E) on the contract and payment t.haraforc. Contracter further agrees to permit ars audit and/or exaniinat on of any books, regards or fries in its possession that will substantiate the actual work performed by an MIWBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the Tommi cion offr-aud by the Contractor will he grounds for tormination of the contract and/or initiating action raider appropriate federal, state or local laws or ordinances relating to false statements, further, any such misrepresentation (other than a negligent rrrisrepresentalion) andlnr c vmn-fission of ffaM SPECIAL INSTRUCTIONS TO B]DDEPS -6- will result on the Contractor being delemilnad to be irresponsible and barred from participating in City work for a peri ad of time of not less than three years. 13. AMBICT=T - In case of ambiguity or Jack ofcleamess in stating process in the proposal,. the.pity reserves the right to adopt the most advantageous construction lhetwf or to reject the propo sat. L4. PRQGRE SS PAYMENTS, FINAL PAYMBNT, PROJECT PTANCE.AND ARRANT : a. The contractor wit l receive full payment(less 5%ret ge) froln the city for each pay period. b. Payment of the rdainage will be hiclade€1 with the rival payment atter somptance of the project as being complete. c. Tl -,project shall be dc4 rmd complete and accepted by the City ps of the date the final punch list has bean campl.04 as e'vidmced by a written stalement signed by the contractor and the City. d. The warranty period shall begin as of the date that the faua punch list has been completed. o. Bills Paid Affidavit and Conseut of Surety strap be rewired prior to final payment beenming due and payable. 1. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a diNpute regarding (i) final.quantities,.or(ii) liquidated damages, city shzll make a pfagress payment hi the amount dtat city deems due and payable. g. In the.event of a:dispute regarding either 9=1 quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 15. AIR POLLUTION WATCH DAYS: The Contractor shall he required to obsorm the following guidelines relating to working ars City construction sites on days dtmignated as "AJER POLLUTION WATCH DAYS". `C`ypic:nlly, the OZONE S W ON, within the Metroplex area, rums from May 1, through October 31, with 6:00 a.rli. - l0.00 a.m being critical because emissions from this time period have enough time to tutee in the hot atmosphere that leads to oarly afternocit ozone formation. The Texas Comrfldssion on Environmental Quality(T E ). in coordination with the National Weather Service, will issue the ATR POLLUTION WATCH by 3:00 P.M. on the a{iemoon prior to the WATCH day. On designated AIR POLLUTION WATCH DAYS, tree Contractor shall bear the responsibility of being aware ilxat such days have bf:cn designated AIR POLLUTION WATCI1 DAYS and as such stall nat begin work wtLi1 10--0}a.m- whonever construction phasing inquires the use of motorized equipment for periods.in excess of] bour. However, the Con[ractor Axa hgda Work prior to 10:00 a.m. if use of motodzed equipmrwt is less thigi 1-hour or 'tf ggpinnent is n ert vd by EPA 4a "Lpw SPECIAL INSTRUCTIONS To 0MVERS -7- Emi t fila "% Qr 2quiWent bums Ultra Low Sul fur Diesel (ULSQ, diesel emu l ons o altemative fuels such as CNG If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of7-00 a.m. - 6:04 p,sn., on a designated AIR POLLUTION WATCH DAY, that day will be considered.as a weather day and added onto the allowable, vweathor days of a given month, 16. WORKERS COMPEN$ATION INSURANCE COVERAGE, Contractors compliance with Workers Compensation shall be as follows: A, Definitions: Certificate of coverage ("certificate") -A Copy of a cerfificate ofinsuranco, a Gert. ate of authority to self insure issued by the eommissiun, or a coverage agmernent (TWC -S1,TWCC-S , T C �83, or'tT -84), showing statutory worker' compensation insurance coverage for the person's or-entity cmployees providing services on a project, for the duration of the project. Duration of the project- incfudes the,time from the beginning o Fthe work on the project-until the conccacter'Operson's work on the project has been cornplowd and accepted by Ebe governmental entity. Persona providing services on (hr. proiect ("subco-Itractot" iq 406.096) - includes all persons or saxtities performing all or part of Lhe services the contractor has undertaken to perform on the project, regardless of whether that person has employees, TbiS includes, without limitation,indepundent anntractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which fiu Tn ahes.persons to provide services on the project. "Services" include, without [imitation, providing, hauling, or delivering equipment or materials, or providing Iabor, transportation, ar other service related to a project. "&Mcees,r does not include activities unrclated to the project, such as foodl6pverage- vendors, office supply deli verias, and delivory of portable toilets. R The contractor shall provide coverage, based on proper reporting of classification codes and payroll mnounts and tiling of any cavcrage agreements, which meets the statutory regtui merits of Texas Labor Code, Seclion 401,01 1(44) for all employees of the contractor providing services on the project, for the dosetion of'the p ojec:t. C. The Contractor must provide a certificate of coverage to the goyernmental entity prior to Nhig awardod the contract. D. If the coverage period shown on the contractor's cnacnt certificate of coverage ends during the duration of the project, the contractor must,prior to flie eitd otitis coverage period, file a new certificate of coverage with the gove=ie W entity showing iMac coverage has been extendad. R, The contractor sbAI obtain from ekh genon providing services on a project, Wid provide to the City: SPECIAL MTRUCTIONS TO BMERS $ f (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 protect; and (2) no later than seven days after receipt by thr, contractor, a new certificate of coveragt: showing extension of coverage, if the coverage period drown on the current certificate of coverage ends during the duration of the project. E. The contractor sball retain all required certificatra of coverage for the duxa.tion of the project and for one year thereafter. G. The contractor shall notify the govenunont.al entity in vvriting by certified mail or personal delivery, within tett days after the contractor lcttew or should have known, of any change that material I affects the provision of coverago of any person providing services on the project. H. The contractor sbail post on each project site a notice, in the text, t:orni and roamer prescribed by the Texas Work-ors" 'Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stabng how a person may verify coverage and report lack of coverage. I. Tbo contractor shall contractually require each person with whom it contracts to provide services on a project, to: (t) provide coverage, based on proper reporting on classification codes and payroll mna ants and fling of any coverage agreements, which meets die statutory requirements ofTexas Labor Cede, Scc[ion 401.011(4-4) for all of its-employees providing services on the project, for the dumdon of the project; ( ) provide to the contractor, prior to that person beguuvng work on the project, a rfi licate of coverage shoaling that coverage is being provided for all employees of the person providirg services on the project, for the duxation of the project; (3) provide the contractor, prior to the and of the coverage period, a now cerci ftcate of coverage showing extarnsion of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each etcher person or entity with whom it contracts;and provide to the contractor. (a) a eWiticate of coverage, prior to the other persorn or entity bcgiiu-- ng work on the project; and (b) a now cettiftcate of coverage showing extension of coverage, prior to the end of(lie coverage period, i F the coverage peTiod shown nit the mirrunt certificate of overage enols daring the tlumlion of the project; (5) retain all mquired certificates of coverage on 916 far the duration of the project and for one year thereafter. SPECIALTNSTRL t-MONS TO BIDDERS .y. (6) notlly the governmental entity in writing by certified mail or personal delivery, withbi tet days after the person knew or should have lmown, of any change that materia]Iy aft'eats the provision of coverage of any persona providing services on the project; and (7) contractually require each pergon with whom it contmets, to perform as required by paragraphs (1) - (7). with the certificates of coverage to be pmvided to the person for whom theyare providing services. J. By signing this contract orpmviding or causing to be provided a aerHcate 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 w i I I be based an proper reporting ofclassificadon codes and payroll amounts, and that all coverage agreements wiII be filed wiUi the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of elf-Wumnct t egulat'ion. Providing false of misleading inforniation may subject the.contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The contraotoes failure to comply with any of these.provisions is a hreach 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 mer rmei.pt of notice of breach from the Ci 1 . "The contractor Aa_ll post a notice on each project site informing all persons providing services on the pruj cot that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This no R"does not satisfy other posting requirements unposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must he,printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall he in bath English and Spanish and any other language common to the worker population. The text for the noliccs shall lie the following text, without any additional words or changes: RF UCD WORKERS' COMPENSATION COVERAGE „The law requires that each person working on this site or providing services related to this construction project must he covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing tabor or transportation or other service related to tete project, regardless of the identity ofthrir employer or stattEs as an arriployae." "Call the Tena$ Workers' Comtaensation_Commission at 512)440-3 78 9 tet receive information on the legal requirement for wvorage, to verify whether your employer has provided the required coverage, or to report an employer's faiIUre to provide coverage." 17. AGE DIS RIMINATION; In accordance with ft policy ('Tolion of the Executive Branch of the federal government, contractor covenants that neither it nor any officers, members. agents or eWloyraes who engage in the performance of this contract shall,in SMAL-INSTRUCTIONS TO 13IMM -10- conneotinn with such employment, advancement or discharge of employees or in comieetion with the tare-ns, coadittons or privileges of theft employment,eat, discriminate against any person because of their age except on the basis of a bora fide occupational qualificafion, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents or employees acti-ng an their behalf, shall spec fy hi solicitations or advertisements for employees to work on thnse contract a maximum age limit for such employ=-ut unless the specified maximum age limit is based upon a banafide accupitional quah cation.,retirement plan or statutory requirement. Contractor warrants that it will fully comply with;the Policy and will defend, indem-nify and bold City harmless ag4lnst any-and sJl claims or allegations filed by third parties against City arising out of Contractor's alleged W I urc to comply with the policy in the pi iformncc of this contract. l8. DIS CRI NU XrION DUE TO DISABILITY: In accordance with the provisions of the Americans with DIsabilities Act of 1990 C ADA), Contractor waimnts that it will not unlawfully discriminate on the basis of disability in the provision of services to the genera[ public. nor in the avai I abi lity, teams or conditions of employment for applicants for emp]o rncnt with,or coirTcnt employees of, Contractor. Contractor warrants that it will fey lly comply with the ADA's provisions and any other applicable federal, state, or local taws conccrniag disability and will defend, indeai64 and hold City hang-d= against any and all claims or aIWgaliarw filed by third pasties against City arising out of Contractor's aileged failure to comply wifli the ADA in the povformance ofthis a ntracL. END OF SEC17ION SPECIAL LNSTR[=IONS TO 131DOERS - 11 - i TAW ��,rF �?• {�Fri '•�?ir- _ Classifications Hourly Rates Classifications Hrl Rts Air Tool Operator $10.06 Scra er O erator $11.42 Asphalt Raker $11.01 Servicer $12.32 Asphalt Shoveler $8.80 Slip Form Machine Operator $12.33 Asphalt Distributor Operator $13.99 Spreader Box Operator $10.92 Asphalt PavIn2 Machine O erator $12.78 Tractor operator,Crawler Type $12.60 Batching Plant Weigher $14.15 Tractor operator, Pneumatic $12.91 Broom or Sweeper Operator $9.88 Traveling Mixer Operator $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-Lowbo /Float $14.93 Concrete Paving Curbing Mach:.O er. $12.00 Truck Driver-Transit Mix $12.08 Wagon Drill, Boring Machine, Post Hale 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 O er. $13.56 lWork Zone Barricade Servicer $10.09 Concrete Paving Spreader O er. $14.50 Concrete Rubber $10.61 Crane,Clamshell,Backhoe,Derrick, Dragline,Shovel $14.12 Electrician $18.92 FUger $8.43 Form Builder-Structures $11.63 Form Setter-Paving&Curbs $11.83 Foundation Drill O erator, Crawler Mounted $13.67 Foundation Drill Operator,Truck Mounted $16.30 Front End Loader $12.62 Laborer-Common $9.18 Laborer-Utili $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 E. Roller,Steel Wheel Plant-Mix Pavements $11.28 Roller,Steel Wheel Other Flatwheel or Tamping $10.92 Roller, Pneumatic,Self-Propelled Scraper $11.07 Reinforcin 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/ 314/2006 PROPOSAL TO: MR.CHARLES R.BOSWELL Fort Worth,Texas City Manager Fort Worth,Texas FOR: H.M.A.C.SURFACE OVERLAY(2006-5) AT VARIOUS LOCATIONS DOE PROJECT NO.5204 TPW PROJECT NO.GS93-020930522830 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 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 (f) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. Upon acceptance of this proposal by the City Council,the bidder is bound to execute a contract and furnish Performance, Payment and Maintenance Bonds acceptable to and approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums,to-wit: SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL YTFM Q1TAh= PRTCF9 WRITTEN IN WORTS PRIC"F. AMOTTN'1' BM S.P. 1 2 EA. Project Designation Sign @ Two Ffnndred Dollars & No Cents Per EA. S 200.00 400.00 S.P. 2 LUMP SUM Utility Adjustment @ Six Thonrand Dollars & No Cents Per L.S. $ 6,000.00 $ 6,000.00 P-1 f SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM I= QUANTITY PRICES WRTTTFN IN W(]RDS PRTCT+ AMOTM EM 406 3 53 EA. Manhole Adjustment @ 450 Fmer-Hundred Dollars& S.P. No Cents Per EA. $ 400.00 $21,200.00 406 4 53 EA. Water Valve Boxes Adjustment @ 450 Three-Hundred Dollars& S.P. No —Cents Per EA. $ 300.00 $15,900.00 S.P. 5 17 EA. Water Meter Boxes Adjustment @ Th—hirb-Five Dollars& No Cents Per EA. $ 35.00 $595.00 104 6 8,450 L.F. Removal and Replacement of 502 Concrete Curia and Gutter @ S.P. 41J'° _Dollars& -�o r Y 1C—%ve.- Cents Per L.F. $ a 5 $ / S`�� 7,0,2 104 7 670 S.Y. Removal and Replacement of 6" 504 Concrete Driveway @ S.P. F' r fi4 Dollars& Cents Per S.Y. $ H o DD $ X b gad.ap 104 8 100 S.Y. Removal and Replacement of 4" 504 Concrete Sidewalks @ S.P. Dollars& Cents Per S.Y. $ 3 D . v a $ S e e 300 9 1,250 C.Y. Removal and Replacement of 310 H.M.A.C.Pavement and 340 Base Base Repair)@ S.P. D lk u,.,4 r e4 5 i K,(4 4-k r-exollars& do Cents Per C.Y. $ W. 3 208 10 650 C.Y. Gr d Crushed Stones @ S.P. & Cents Per C.Y. $ 1-13 . 50 $ z $ X 76- ®Q P-2 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEC TTFM I ANTrry PIR ME EMU=IN AOMS MCE K01T11TT BM S.P. 11 23,700 L.F. Wedge Milling 2"to 0"Depth 5.0'Wide @ Dollars& �, � .""-Cents Per L.F. $ o $ / ?7. ©D S.P. 12 30 EA. Butt Joint-Milled @ s)K s-e vV -Dollars& $ $ �o Cents Per EA. 10 7 , o D S o /0 0-0 300 13 55 TON H.M.A.C.Level-Up @ 340 Vz ollars& S.P. Leo Cents Per TON $ C90 $ 5� oz S C90 300 14 66,300 S.Y. 2"H.M.A.C.Surface Course 310 (TS D"�)@ 340 Dollars& $ $ S.P. fW4A&*y .e}Cents Per S.Y. 7. 2- 9 104 15 685 S.Y. Removal and Replacement of 7" 360 Concrete Valley Gutter @ S.P. Dollars& Z Cents Per S.Y. $ .4 :4a $ 3 7 b 70. &--o 360 16 50 S.y. New 7" Concrete Valley Gutter @ S.P. s` Dollars& IIID Cents Per S.Y. $ go $ 3 DpQ . O O 104 17 15 S.Y. Standard 4"Reinforced Concrete 505 he lchair Ramps @ S.P. ollars& .Cents Per S.Y. $ &0 "00 $ 402 18 800 L.F. 6"PVC Perforated Pipe 500 Su drain @ 620 ollars& S.P. Cents Per L.F. $ S Pm3 E SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM TTT.N+ j WANTITV MI C IVIR WRITTEN IN MMDS PRi['E ADIDIM BM 502 19 50 L.F. New Concrete Curb and Gutter @ - Dollars& J-'�-�Cents Per L.F. $ 1 O $ g b Q 504 20 100 S.Y. New 4"Concrete Sidewalk @ +L, r+ ollars& 110 Cents Per S.Y. 'q coo . 00 275 21 30,750 S.Y. 8"Pavement Pulverization @ S.P. FV u 'r' Dollars& 'Cents Per S.Y. } 275 22 400 TON Ce-Went @ D v-� k u.�d 1rc 'fi ti ollars& Wo Cents Per TON $ S.P. 23 5 EA. Remobilization @ Five Ff�ndred Dollars& MR ..Cents Per EA. $ 500.00 $2,500.00 106 24 1000 C.Y. Unclassified Street Excavation S.P. ollars& $} Cents Per C.Y. S.P. 25 1,800 S.Y. 2"Surface Milling @ !LL=--Dollars& +W- E Cents Per S.Y. $ r a g $ 0z co P-4 MAH-16-2006 THU 05:14 PM City Of Fw-Eps. Dept FAX N0, 817 871 6828 P. 05 SPEC FAY APPROX, DESCMPTION Or, ITIa,,('iIS MIITII$Ill 1JNrl TOTAL ITC, IUM QIIAhD r ryEY-WiM r rrr A�1� 7NT �Z 104 26 11 g,y. Removal and Replacement of Exposed 540 Concrete Aggregate S.p. Driveway/Sidewalk @ Dollars&r d�9 ` 1]ollars& °-L-Cents Per S.Y. S.P. 27 33,150 I.P. Cr��c_lt Sealing of Existing Pavement @ H �" ....Dollars& �, � Cents Per L.Y. S O. 5"lv S / 56'e{. D tj S.P. 28 I.EA. Removal and Replacement of Top of "'oot Drainage Inlet @ 0 \A� T a t( �a Dollars& .�_Cengs Per EA. S /app. oo �OpD . QO I S.P. 29 1 EA. Removal and Replacement of Top of 10- oot Drainage Inlet @ ,{-�,t;�-Ee�e vt �►►�ucE�r*- t(r Vle- Dollars& /Yn Cants Per EA. x/335. Qo S.P. 30 1 EA. Speed Cu-0110n 30' 'Vide Street o u ktbx +,V1+,V1se ,r+Y 1"%V_L liars& ,Q I ►�° Cents Per EA. S a { 35.©0 2-13 . 0© TOTAL 131D P-511 Addendum No.2(2006-5) MAR-16-2006 THU 05:15 PM City Of Fu-Engineer Dept FAX N0. 817 871 6828 N Ub This contract is issued by an organization which qualities for exemption pursuant to the provisions of Article 20.04(r)of the Texas Limited Sayles,Excise and Use Tax Act, Taus All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under House Bill I1,enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort ')North City Code Sections 13-A-21, through 13-A-29), prohibiting discrimination in, employment practices. The undersigned agrees to complete all work covered by these contract documents within One Uundred aft Wonting Days from and after the date for commenclog work as set forth in the written Work order to be issued by the Owner,and to pay not less than the "Prevailing Wage Rates for street,Drainage and Utility Cinstresction" as established by the City of Fort Worth,Texas. Within Ten (10) Calendar Days of receipt of notice of acceptance of this laid, the undersigned will execute the formal contract and will deliver an approved Surety Bond for the faithful peti'ormanee of this contract.The attached deposit check in the sum of Dollars( is to become tiee property of the City of Port 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. Th g� 17.e wj(liin rhq k�tldn f the nnfj.4'r.aiv .�Y a A= Eng :at.' his n-� the yl'arl� ;� I (we), acknowledge receipt of the following nddeuda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Respectt'aaily suhmitt�ed, Addcndaatr�Na.1 (Initials) ACTING, LP . Addendum No.2(lnitials) }' Cana Neane Addendum No.3(initials)— By: _ slg�aatta c (Seal) Printed Nunae of Principal Address: P.O.BOX 24131 E-mail Address- Date: SCR ,�4 Dare:* ® Telephone: 71 � e —717 P-6R Addendum No. 2(2006-51 r r VENDOR COMPLLANCE TO STATE LAW i 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 low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too 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 (give State), our principal place of business, are not required to underbid resident bidders. ' B. Ourprincipal place of business or corporate offices are in the State of Texas. Bidder: JLB CCNMACTINC, LP Company By: (Please print) PRE).BOX 24749 Address FORS'WORTH,TX 76124 Sign e . i — !of City State Zip Title (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION ----- --- - 04-05-06 P03 :49 I N City of Fold woklh Minority and Women Business Enterprise Specifications /APPLICATION OF POLICY If the total dollar value of the contract Is$25,000 or more,the MMSE goat is applicable. If the total dollar value of the contract is less than$25,000,the M/WBEoal is Qqt applirable. PoLicy wNrEwir-my 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. f &WOW PROJECT GOALS The City's MBENUBE goal on this project is 2`i�%of the base bid value of the contract. r F COMPLIANCE TO PIO 3PECIFICKf IONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's MNVSE Ordinance by either of the following: 9. Meet or exceed the above stated M W BE goal,or 2. Good Faith Effort documentation,or; 3. Waiver documentation,or; 4. Joint venture. SUMITTAL OF.REQUIRF-0 QOCIJ#WN.-FA T I(RA, The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 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 laid 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 loan, if no M/WBE participation: o enin 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 erform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint received by 5:00 p.m., five (5) City business days after the bid venture to met or exceed goal. o ening date, exclusive of the bid opening date. h I FAILURE COMPLY bVITH THE CCITY'S1kflIW13E ORDINANCE,WILL RESULT IN THE 810 BEING CONSIDERED TO SPECIFICATIONS Any questions,please contact the MNVOE Office at(897)879-5104. Rev.5/30/03 i ATTACHMENT 1A u%Y . . City of IF oft wol h 04-05-06 P03 : 49 Subcontractors/Su liem Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime JLB Contracting,LP MNVIDBE 4 NON-MM/DBE PROJECT NAME: BID DATE HMAC SURFACE OVERLAY 2006-5 03/30106 City's MIWBE Project Goal: Prime's MIWBE Project Utilization: PROJECT NUMBER DOE#5204 21% 12% Identify all subcontractnws/suppliem you viill 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 formai agreement with the MIWBE 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 i3l[WBEs listed toward meeting the project goad 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 1�tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL Mi'WBEs MUST OU CERTIFIED HLFORE CONTRACT AINARD. 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 Mauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The MANBE may lease trucks from non-MIWBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev.5/30/03 ATTAr.HMENT 1A - )4-05-06 Pi4 . 4 9 1N Primes are required to identify ALL subcontractors/suppliers, regardless of status, i.e., Minority,Women and non-M1NBEs. =tasie iisi M V'WE firms irst, use additional sheets if necessary. Ir Certiftation o SUBCONTRACTORISUPPLIER T (check one) n Company Marnei N T Detail Detail Address e C X M Subcontracting Work Supplies Purchased Dollar Amount T D VY Telephone/Fax r B B R O B E E C T E A Haul HMAC 35,270.00 plant materials such as rock and Sunset Transportation 1 sand. s i Haul HMAC from 60,794.50 JLB plant to job Atco Construction, Inc. 1 site. Miscellaneous 231,278.50 Concrete Paving. 1/Vesthill Construction 1 +I i Redi-Mix 21,000.00 concrete Cowtown Redi-Mix Haul off material 17,500.00 Luna Trucking i Purchase rock, 117,268.00 ` sand, and TXI 1 cement. ; + Rev.5130103 A-rrArHNfiFkJT 741 04-05-06 P03 : Primes are required to identify ALL subcontractorslsuppliers,regardless of status; i.e., Minority,Women and non-M/WBF_s. Eerie iist MMUE firms first, use additional sheets if necessary. iI I1!! Cert icatfon SUBCONTRACTORISUPPLIER T (check one) n Detail Detail Company Name i ' Address e G X M Subcontracting Work supplies Purchased Dollar Amount + Telephone/Fax r S B R O B E E C T E A Asphalt Milling. 23,871.00 Dustrol 1 s Haul off material 4000.00 Brenda Price Trucking Liquid asphalt Liquid asphalt 116,688.00 . supplier. Southern Asphalt 1 Fuel 15,319.00 Ricochet Fuel 1 Rev.5130103 r ' nTrnnvp�Cll'Y�{? 04-05-06 P03 : 50 IN i Total Dollar Amount of IWMBE Subcontractors/Suppliers 1163,883.60 Taal Dollar Amount of ikon-MMISE Subcontractors/Suppliers $ 489,` 06.50 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSAS 1PPLIERS $ 642,989.00 f 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 Changel.4dd'if►on. 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 MIWBE 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 MIW/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/VINDBE(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. James G.Humphrey,President of JL8 Management,Inc.,its General Partner Authorep Signature Printed Signature Titre Contact NamelTitle(if different) JLB CONTRACTING, LP -4 X- Company Name elephone anchor Fax 24131 Address ORT WpRTH,TX 76124 E-mail Address b - ' citylstatelzip Date — i [ �F Rev.5130103 ATTACHMENT 1C Page 1 of 3 - _ City of fort of 0405-06 P03 : 49 IN i Good Faith Effort Fora i PRIME COMPANY NAME: Cheep applicable block to describe riffle JLB Contracting,LP NINVIDBE d NON-MNV/DBE PROJECT NAME: BID DATE HMAC SURFACE OVERLAY 2006-5 03/30/06 City's MIWBE Project Goal: PROJECT NUMBER 21% DOE##5214 If yof have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your nBE participation'rs less than the City's project goal,you must complete this form. If the bidder's method of compliance with the MMBE 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, I thru 6 below, shall satisfy the Good with 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 opportunity) for the completion of this project, regardless of whether it is to be provided by a MPJVBE or non-MMSE. DO NOT LIST NAMES OF F� IRMS1 On Combined Projects, list each subcontracting and or supplier opportunity through the 2" tier. (Else additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities I MISCELLANEOUS CONCRETE PAVING REDAR AND SUPPLIES BARRICADES FUEL(DIESEL AND GASOLINE) SAWCUTTING CONCRETE REDI-MIX TRUCKING LIQUID ASPHALT FOR HMAC SAND AND ROCK 1 R TT A/'fir`�A P.4S`P 41� i ageors 04-05--06 P03 :50 �± { 2.) Obtain a current(not more than three(3)months old from the bid open date)list of�A WUE subcontractors and/or suppliers from the City's OfifWDl dice. Datee of Listing._02 17 '106_ 4No 3J Cid you solicit bias from IUl/tWE fines,within the subcontracting and/or supplier arras previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are y opened? —4—Yes (If yes,attach MISE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Cid you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? —4—Yes (if yes,attach fist to include name of MNUBE firm,person contacted,phone number and date and tirr a of contact.) No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide MANHE name, date, time, fax number and documentation faxed. i NOTE: If the list of WIANBEs for a particular subcontractingisupplier 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/y BES for a j particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential lkl ANBEs or information regarding the location of plans and specifications in order to assist the MNVBEs? Y ' _ — es No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MANSE 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 i inspection of any relevant documentation by City personnel. Please use additional shenecessary,and attach. Com an Name Telephone Contact Person Scope of Work Reason for Rejection TC2 CONCRETE 817-360- RENE CADENA Misc. Concrete We used Rene on last 8649 weeks HMAC 2006-4 which we were low, and did not feel he could do more than onepro-iect at a time MARES. 78I I-924- t"Rd�NSICO M:�l3lvS Disc. Concrete Iid not jwa�slate] d CONCRETE 3952 in time, bi 1 04-05-06 P03 :50 IN Page 3 of 3 CONCRETE 1 817-332- 11 SAM BOOK i!llisc. Concrete Bid was too high 774 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain Mlit M participation on this project. a 4 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 James G.Humphrey, NUNN —EN 4E 04-0 5-f&B MAugerrient,lrie., Its General FlAft r4 or 3 1 1 ;;tie Contact Name and Title(if different) ,SLB CONTRACTING, LP Company name Phone Number Fax Number x t AddressEj—na!I Address FORT WORTH,TX 76924 GityistateMip Gate , i 1 i i t a s SPECIAL PROVISIONS FOR: H.M.A.C.SURFACE OVERLAY(2006-5) AT VARIOUS LOCATIONS DOE PROJECT NO.5204 TPW PROJECT NO.GS93-020930522830 1. SCOPE OF WORK: The work covered by these details and specifications consists of the removal (only) of all existing traffic buttons, removal and replacement of existing concrete curb and gutter and driveways and existing base repair and the addition of a new surface layer of H.M.A.C. for those streets designated as Mill Overlay (MOL). For those streets designated as Pulverized Overlay (POL), the work consists of the same removal and replacement items as described above, surface & base rehabilitation of existing pavement with cement and the addition of a new surface layer of H.M.A.C. These items are described in the Special Provisions of these specifications. The work also consists of all other miscellaneous items of construction to be performed as outlined in the details and specifications which are necessary to satisfactorily complete the work. 4 e 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. 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 e 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 (f) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. -___._ r�. _ 3 T All short turnouts that intersect with a street to be repaired shall be included in this contract, even though they may not be listed with the street locations at the back of this document due to their size. The contractor shall verify these locations with the Construction Engineer prior to construction. The construction of these turnouts includes; but, is not limited to, milling, cleaning,tack coating,overlaying and facility adjusting. 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. WOREI NG 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 S, Paragraph 5.6, of the "General Provisions" of the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth, ' Texas. The Contractor also agrees to complete the final punch list within ten(10)days after receiving it. If the Contractor fails to complete the work within ten (10)„days, the counting of the SP-2 1 number of days to complete the Contract will resume and liquidated damages shall be charged, as outlined in Part 1, Item 3, 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: a Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule,the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: A. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the r 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. SP-3 i l E. If the contractor falls to provide an acceptable schedule or fails to perforin 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 word authorized by the City. 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 Throclanorton 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. S. 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 "Ron-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 SP-4 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 r Act Regulating Traffic on Highways", codified as Article 6701d Vernon's Civil Statues, pertinent sections being Section Nos.27,29,30 and 31. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer A817-392-8712 at least 10 working days prior to the preconstruction conference. Althou h 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 t 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. i 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 SP-5 k s i°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 gM construction activity along each street (i.e. a notice for each phase of construction is required: concrete flatwork, pulverization, milling and asphalt overlay). The flyer shall be prepared on the Contractor's letterheads and shall include the same information as what is in the enclosed detail. 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) 8918306. 12. PAYMENT: ti 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. SP-6 f i 13. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except i when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material,if any,which is to be furnished by the City. When such extra .compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. 14. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction,as required by Engineer, by providing barricades. Barricades,warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs",Item 524,and/or as shown on the plans. Construction signing and barricades shall conform with the latest edition of the "Texas Manual on Uniform Traffic Control Devices,Vol.No. I 15. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material,the Contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 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 SP-7 f 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 spoillfill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. No temporary storage of material, rubble, equipment or vehicles within parkway is allowed. Damage to sodded/landscaped areas shall be replaced at Contractor's expense to the satisfaction of City Engineer. 16. ZONING REQUIREMENTS: During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth 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 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. Profect schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. SP-8 19. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (1) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING --UNLAWFUL TO 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. (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 Iog 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 T7XU 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 Seal 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. SP-9 i l f I r 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 covenants and agrees to indemnify, hold Harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and Hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers,servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may,if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. SP-10 f 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. 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. SP-11 J'; s 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. I -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM NO.2-REMOVAL OF TRAFFIC BUTTONS AND TEMPORARY LANE TAPE: All traffic buttons shall be removed from the existing asphalt surface before resurfacing begins. The contractor shall be responsible for the removal of an 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 flaw 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. SP-12 r f 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 817338-6202 Mn Gary Tillory 2.14-384-3732 Cell TXU Electric Delivery 817-21S-6424 Mr.Scott King Downtown 817-215-6688 Mr.Robert Martinez -other than Downtown I Atmos Energy(Gas)— 817-215-4306 Mr.Roger Oliver CFW Street Light and Signal 817-871-8100 Mr.Dwayne Cox Mr.Roger Martin Storm Drain 817-871-8100 Mr. Gordon Couch Water&Sewer 817-212-2686 817-992-0130 Cell Mr.Steve Tackett 817-212-2633 4 817-991-8102 Cell Mr.Ron Dacus SP-13 ti i Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities,one traffic lane at a time within five(5)working days after completing the laying of proposed H.M.A.C.overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. NON-PAY ITEM 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 R Pruning as described by the National Arborist Association. a A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. NON-PAY ITEM No. 5—PROJECT CLEAN-UP: During the construction of this project, all parkways that are excavated shall be shaped, including bar ditches, and backfilled at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Engineer. The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the SP-14 { 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 that develop after completion of the street resurfacing and until the end of the 2- year warranty period 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". 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. l NON-PAY ITEM NO.7—STORM DRAIN INLET PROTECTION: All pulverization and overlay streets with storm drain inlets shall use inlet protection for sediment control, in accordance with the Standard Specifications for Public Works Construction-North Central Texas. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. SP-15 t NON-PAY ITEM NO. S - NO PAVING WORD ON SOLID WASTE WEEKLY PICK-lip DAY In order to eliminate potential rutting of the pavement from solid waste trucks while paving operations are underway, the contractor shall schedule construction on all the identified project streets so that no paving activities are scheduled on the weekly solid waste pick-up day for each street. The solid waste weekly pick-up day for each project street is identified on the "STREET BY STREET PAVING QUANTITY DETERMINATION SPREADSHEET" located at the end of the contract documents. On the spreadsheet,the solid waste weekly-pick-up is listed as the day of the week under the column heading, "Garbage,Recycling, Yard Trimmings & Brush Weekly Pickup". No paving activities shall be scheduled on this day. Also on the spreadsheet,the solid waste monthly pick-up is listed as the week of the month under the column heading, "Monthly Pickup of'Bulky Items". During this week,the day of pick up varies from Monday to Saturday afternoon. The Contractor will be allowed to pave the week of the solid waste monthly pickup. The Contractor, however, will be responsible for any coordination with the City Environmental Dept. concerning when the monthly pickup day occurs. If new pavement is placed and damaged by the solid waste monthly pickup trucks; then,the Contractor will be responsible for any repairs required, at no cost to the City. Assessment of damage will be determined by the Construction Engineer,or,his authorized representative. i i The weekly and monthly solid waste pick up schedules are made available to the Contractor, for bid preparation and construction use. All cost associated with scheduling pavement Installation around `°solid waste pick-up days" shall be considered incidental to the project contract amount and no additional compensation shall be allowed. i i 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. { 'r f SP-16 } It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of %II fir plywood, grade A C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction. The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials,supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The unit price bid per each will be full payment for materials including all labor, equipment,tools and incidentals necessary to complete the work. PAY ITEM NO.2-UTILITY ADJUSTMENT: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street 1 improvements to water,sanitary sewer,and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain.An arbitrary figure has been placed in the .Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence,where such Rues would not have required adjustment or repair otherwise,the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. f The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. PAY ITEM NO.3-MANHOLE ADJUSTMENT: This item shall include adjusting the tops of existing manhole with concrete collar to match proposed grade as shown on the plans,in the detail at the back of this document or as directed SP-17 f by the Engineer. Standard Specification Item Nos. 450 "Adjusting Manholes and Inlets" and 406 "Concrete for Structures" shall apply except as herein modified. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch.Work shall be completed and street open to traffic within seven(7)calendar days. f If the contractor fails to complete the work within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each manhole per day. Prior to beginning of work,the Contractor shall make an inventory of the condition of existing manholes. The Engineer will field verify this inventory and provide the Contractor replacements for broken manhole covers. The contractor shall replace the manhole covers ' which are damaged during construction at no cost to the City. Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections,as per current City Water Department Special Conditions. The unit price pre bid per each will be full compensation for all labor, materials, equipment, tools,and incidentals necessary to complete the work. PAY ITEM NO.4-WATER VALVE BOXES ADJUSTMENT: This item shall include adjusting the tops of existing water valve with concrete collar to match + proposed grade as shown on the detail at the back of this document or as directed by the Engineer. Standard Specification Item Nos. 450 "Adjusting Manholes and Inlets" and 406 "Concrete for Structures" shall apply except as herein modified. Contractor will be responsible for adjusting water valve boxes to match new pavement grade. The water valves themselves will be adjusted by City of Fort Worth Water Department forces. Prior to beginning of work,the Contractor shall make an inventory of the condition of existing water valve boxes. The Engineer will field verify this inventory and provide the Contractor replacements for broken valve boxes. The contractor shall replace the valve boxes which are damaged during construction at no cost to the City. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch.Work shall be completed and street open to traffic within seven(7)calendar days. SP-18 J i If the contractor fails to complete the work within seven (7) calendar days, a $100 dollar liquidated damage will be assessed per each water valve box per day. The unit price pre bid per each will be full compensation for all labor, materials, equipment, tools,and incidentals necessary to complete the work. PAY ITEM NO.5-WATER METER BOX ADJUSTMENT: This item only apply when the adjacent curb and gutter has been determined to be removed and replaced as directed by the Engineer.The adjustment shall include raising or lowering the existing water meter box to the proper grade. The unit price pre bid per each will be full compensation for all labor, materials, equipment, tools,and incidentals necessary to complete the work. PAY ITEM NO. 6 - REMOVAL AND REPLACEMENT OF CONCRETE CURB AND GUTTER: I These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer,and replace with standard concrete curb and gutter, i laydown curb and gutter,or in like kind,as governed by the standard City Specifications,Item No. 104 "Removing Old Concrete",Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S4. Pay limits for Iaydown curb and gutter are as shown in Drawing No. S-S5 of the Standard Specifications.Contracter shall sawcut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter.The pay limit will be 9" out from the gutter lip,with same day haul-off of the removed material to a suitable dump site. The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with 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) and compacted to standard densities. Top soil as per specification Item No. 116 "Top Soil",N needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during construction shall be replaced with same or better at no cost to the City. SP-19 Backfill for curb and gutter shall be completed within seven (7)calendar days from the day of completion of the curb and gutter. If the contractor fails to complete the work within seven(7) calendar days,a$100 dollar liquidated damage will be assessed per block per day. For those streets designated as Mill Overlay ou the street list in the back of this contract document book, the wedge milling shall begin within fourteen (14) calendar days from the completion of the curb and gutter. If the contractor fails to complete the work within fourteen (14)calendar days,a$100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials,labor,equipment and incidentals necessary to complete the work. PAY-ITEM NO.7-REMOVAL AND REPLACEMENT OF 6" CONCRETE DRIVEWAYS: This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete",Item No. 504" Concrete Sidewalk and Driveways".Pay limits for concrete driveway are as shown in Drawing No.S-S5 of the Standard Specifications. The unit price bid per square yard shall be full compensation for all Iabor, material, equipment,supplies,and incidentals necessary to complete the work. PAY-ITEM NO.S-REMOVAL AND REPLACEMENT OF 4"CONCRETE SIDEWALK: This item shall include the removal and replacement of existing concrete sidewalk due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways". The unit price bid per square yard shall be full compensation for all labor, material, equipment,supplies,and incidentals necessary to complete the removal and replacement work. SP-20 5 PAY ITEM NO. 9 - 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 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 i permanent pavement patch,with Type "D" surface mix(PG 64-22). 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 611.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 an 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 i 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-21. PAY-ITEM NO. 10-GRADED CRUSHED STONES: r This item shall be used to repair the failed base material in areas exceed 8" deep as directed by i the Engineer.The material shall be graded crushed stone. For City specifications governing this item see Item No.208 "Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials,labor,equipment and incidentals necessary to complete the work. PAY-ITEM NO.11-WEDGE MILLING 2" TO 0" DEPTH 5.0'WIDE: 1. Deschtion This item shall consist of milling the existing pavement from the lip of gutter at a depth of 2" and transitioning to match the existing pavement (0" cut) at a minimum width of S'. The existing pavement to be milled will either be asphalt, concrete, or brick pavement. The removal and disposal of the milled materials shall be as directed by the Engineer. The milled surface shall provide a smooth surface free from gouges,ridges, oil film, and other imperfections of workmanship and shall have a uniform textured appearance.In all situations where the existing H.M.A.C. surface contacts the curb face,the wedge milling shall include the removal of the existing asphalt covering the gutter up to and along the face of curb. 5 The wedge milling operations for this project will be performed in a continuous manner along both sides of the street.Details of milling locations are at the back of this document. Contractor is required to begin the overlay,within five(5)calendar days from the date of the wedge milling completion of any one street. Should the contractor fail to meet this condition,the wedge milling will be shut down, and liquidated damage of$500.00 per day per street will be assessed until all wedge milled streets are overlayed. The overlay, once begun on a street shall continue uninterrupted until complete. The Contractor shall haul-off the removed material to a suitable dumpsite. 5 2. Equipment The equipment for removing the pavement surface shall be a power operated milling machine or other equal or better mechanical means capable of removing, in either one pass or two passes, the necessary pavement thickness in a five-foot minimum width. The SP-22 4 equipment shall be self-propelled with sufficient power,traction-and stability to maintain accurate depth of cut and slope. The machine shall be equipped with an integral loading and reclaiming means to immediately remove material being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. Adequate back-up equipment(mechanical street sweepers, loaders, water truck, etc.) and personnel will also be provided to keep flying dust to a minimum and to insure that all cuttings are removed from street surface daily. Stockpiling of planed material will not be permitted on the project site unless designated by the Engineer. The machine shall be equipped with means to control dust created by the cutting action and shall have a manual system providing for uniformly varying the depth of cut while the machine is in motion thereby making it possible to cut f flush to all inlets,manholes,or other obstructions within the paved area. The speed of the machine shall be variable in order to leave the desired grid pattern specified under Surface Texture. For those streets designated as Mill Overlay on the street Iist in the back of this contract document book,the wedge milling shall begin within fourteen(14)calendar days from the completion of the curb and gutter. If the contractor fails to complete the work within i fourteen (14) calendar days, a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear feet shall be full compensation for all labor, material, equipment,tools,and incidentals necessary to complete the work. PAY-ITEM NO.12-BUTT JOINTS-MILLED: Description: This item requires the contractor to mill "butt joints" into the existing surface,in association with the wedge milling operation (PAY ITEM NO. 11) to the depth and at locations as described below. The butt joint will provide a full width transition section,whereby the new overlay shall maintain constant depth at the point the new overlay is terminated and the new surface elevation matches the existing pavement. The construction activities, performance y standards and equipment needed for the butt joints milling operations shall be governed by the special provisions of Pay Item No. 11 - Wedge Milling. The configuration of the butt joints is described in more detail below. General details of butt joint locations - along with wedge milling in general-are shown in plan form at the back of this document. SP-23 ;: r Construction Details: Prior to the milling of the butt joints, the contractor shall consult with the construction Engineer for proper location of these joints and verify that the selected limits of the projects street are correct. The general locations for butt,joints are at all beginning and ending points of streets listed in the project and as more graphically detailed at the back of this specification book. The joints are also required on both sides of all railroad tracks and concrete valley gutters,bridge decks t and culverts and all other items which transverse the street and end the continuity of the asphalt surface. Each butt joint shall be 20 feet long and milled out across the full width of the street section to a tapered depth of 2". This milled area shall be tapered within the 20 feet to a depth from 0" to 2" at a line adjacent to the beginning and ending points or intermediate transverse items. This butt joint-when overlayed-will consist of an asphalt section that will transition the new overlay to match the existing pavement elevation. The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. Measurement and Payment: Butt joints as prescribed above, willbe measured by the unit of each butt joint milled. The disposal of excess material involved will not be measured for payment. Each butt joint-milled, measured as above, complete-in place-in accordance' with these specifications, will be paid for at the unit price shown in the proposal for 'Butt Joints". The unit price bid per each shall be full compensation for all milling, including material haul-off, tools,labor,equipment and incidentals necessary to complete the required work. PAY ITEM NO.13-A M.A.C.LEVEL UP: This item shall be used to fill ruts, depressions, level up pavement section with Type "D" surface mix (PG 64-22) prior to placing the asphalt surface overlay and 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" (referenced), 310 "Prune Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt(Method)'(referenced),shall govern work. SP-24 r S 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. 14 - 2" H.M.A.C. (TYPE "D" MIXT ASPHALT CEMENT SURFACE COURSE: All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense--Graded Hot-Mix Asphalt(Method)"(referenced)shall govern work. The following amendments to the above TxDOT's specifications shall govern, take precedence and shall include: Item No. 340 "Dense--Graded Hot-Mix Asphalt(Method)"(referenced): • Under Item 340.2,Materials,A. Aggregates: The surface aggregate classification(SAC)shall be Class B. The Contractor shall perform the Los Angeles abrasion, magnesium sulfate soundness,Micro-Deval and all other aggregate quality tests listed in Table 1. 2.RAP will not be allowed,for use,in surface course Type"D"mix. • Under Item 340.2,Materials,D. Asphalt Binder: Furnish performance-graded PG 6422 for H.M.A.C. surface course, level up and pavement/base repair or replacement. • Under Item 340.4,Construction, The City of Fort Worth, Texas will perform quality assurance tests and checks on the paving project materials during construction, to ensure compliance with the specifications and approved mixture design. The sampling and testing of the materials shall be made at the expense of the City. 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. SP-25 i Samples will be taken daily for determination of asphalt content, aggregate gradation,maximum theoretical specific gravity and stability. For each hot mix asphalt surface course placed, nuclear gauge in-place density testing will be performed at each 50-ft station.,with a minimum of one test per lane width at each 50-ft station. For each hot mix asphalt surface course placed, cores will be obtained to determine in-place density and thickness. The cores will be taken at the maximum interval of 300-ft(to coincide with field density locations). Under Item 340.4,Construction,A.Mixture Design: The contractor shall furnish mixture design of the proposed hot mix asphalt, at or before the pre-construction meeting. The Contractor shall submit to the Engineer a mixture design prepared by a AASHTO accredited laboratory, for the materials to be used In the project. Using the typical weight design example in Tex-204-F,Part I, the mixture design shall meet the requirements contained in Tables 1 through Table 5 of Item 340. The Indirect Tensile-Dry (Tex 226-F) and the Hamburg Wheel-tracking(Tex 242-F)tests shall be waived. i The mixture design report must be certified and signed by a Level H Specialist and submitted on TxDOT's software forms. a The Engineer may verify the mixture design at optimum asphalt content. * Under Item 340.4,Construction,B. Job-Mix Formula Approval: The Contractor will perform the Boil Test(Tex530-C). O Under Item 340.4.Construction,J.Ride Oualk: The Ride Quality Surface Type A(Tex 1001-S)test shall be waived. ® Under Item 340.5 Measurement: Hot mux will be measured by the square yard of the composite hot mix, which includes asphalt,aggregate and additives. if Under Item 340.6 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"Dense-Graded Hot Mix Asphalt (Method)'. SP-26 PAY ITEM NO. 15 - REMOVAL AND REPLACEMENT OF 7" CONCRETE VALLEY GUTTER: This item shall include the removal and reconstruction of existing concrete valley gutters at locations to be determined in field by the Construction Engineer. Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details,shall be subsidiary to this Pay Item. See City standard specifications Item No. 104, "Removing Old Concrete", Item No. 1.06, "Unclassified Street Excavation" Item No. 208 "Flexible Base", Drawing No. S-S6 and detail enclosed, TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges"Item Nos.300 "Asphalts, Oils,and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and Item No. 360 "Concrete Pavement" (enclosed). Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost.See Item No.360"Concrete Pavement"(enclosed). The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic.Work shall be completed on each half within seven(7)calendar days. If the contractor fails to complete the work on each half within seven(7)calendar days,a$100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials,labor, equipment,tools and incidentals necessary to complete the work. SP-27 3 PAY-ITEM NO. 16-NEW 7" CONCRETE VALLEY GUTTER: This item shall include the construction of concrete valley gutters at various locations to be determined in field by the Construction Engineer. Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item. See City standard specifications Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base", Drawing No. S-S6 and detail enclosed,TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets,and Bridges"Item Nos.300 "Asphalts,Oils,and Emulsions" (referenced),310 "Prime ' Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and Item No. 360 "Concrete Pavement" (enclosed). Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced(2:27) Concrete Base in lieu of Crushed Stone at no additional cost.See Item No.360"Concrete Pavement"(enclosed). The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of valley gutter at a time, and the other half ` shall be open to traffic.Work shall be completed on each half within seven(7)calendar days. If the Contractor fails to complete the work on each half within seven(7)calendar days,a$100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment,tools and incidentals necessary to complete the wort PAY-ITEM NO. 17-NEW 4" STANDARD WHEELCHAIR RAMP: This item shall include the construction of standard concrete wheelchair ramps at various locations to be determined in feld by the Construction Engineer. SP-28 i - z The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details,or as directed by the Engineer. The removal of existing substandard wheelchair ramps and sidewalk as required for the installation of new wheelchair ramps shall be subsidiary to this pay item. The removal and replacement of existing curb and gutter as required for the installation of new wheelchair ramps shall be included in Pay Item 6 (Removal and Replacement of Curb and Gutter). Pay limits for laydown curb and gutter are as shown in the Standard Pay Limit Detail(WR-1).The pay limit will extend from 9" outside the lip of gutter to 15" back from the face of curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will start 15" back from the face of curb and encompass the remainder of the ramp and sidewalk. i All applicable provision of standard Specifications.Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways" shall apply except as herein modified. All concrete flared surface shall be colored with LITHOCHROME color hardener as manufactured by L.M.Scofield Company or equal..The color hardener shall be brick red color and dry-shake type, and shall be used in accordance with manufactures instructions.Concrete stain may be applied after concrete is poured(Product sold by BAER). 1 "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution." The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to compete the work. PAY-ITEM NO.18-6"PERFORATED PIPE SUBDRAIN: This item shall consist of furnishing and installing 6" perforated subdrain and filter material all as shown on the enclosed details,or as directed by the Engineer. SP-29 r All applicable provision of standard Specifications Item 500 "SUBDRAINS" shall apply except as herein modified. The pipe material shall be poly vinyl chloride (PVC) with the standard dimensional ratio of 35 (SDR35) and meet the ASTM D 1784. Filter fabric shall have the capability of passing ground water without transporting the soil placed around the filter fabric.The fabric shall be constructed exclusively of synthetic thermoplastic fibers and may be either woven or non-woven to form a mat of uniform quality. Fabric fibers may be either continuous or discontinuous and oriented in either a random or a aligned pattern throughout the fabric. The fabric shall be mildew resistant, rot proof,shall be satisfactory for use in a wet soil and aggregate environment,contain ultraviolet stabilizers and have non-raveling edges. The fabric shall meet the following requirements when sampled and tested in accordance with the methods indicated: Test Original Physical Properties Method Requirements Fabric weight, on an ambient SDHPT Test Method Tex- 4.0 minimum for under temperature air-dried tension free 616-J"Testing of drains and Slope sample,expressed in oz/sq.yd. Construction Fibers" Stabilization, 6.0 minimum for Gabions Revetment i Water flow rate by falling bead Tex-6164 80 minimum method, 7.9 inches (20 cm) to 3.9 inches(10 cm)on 2 inch ID cylinder with 1 inch diameter orifice, with flow rate expressed in gal/sq.ft/minute. Breaking load in either machine or ASTM Designation: D 1682 . 100 minimum cross-machine direction, expressed in grab method G as modified pounds. by Tex--616-J Equivalent opening size (US Standard CW-02215, US Army Corps 70 to 100 sieve no.) of Engineers, Civil Works Construction Guide i Specification. "Plastic Filter Fabric",Nov.1977. "Apparent elongation" at breaking' ASTM Designation: D 1682 100 maximum load in either machine or cross- grab method G as modified SP-30 r a machine direction, expressed as by Tex-6164 percent. The "Filter Fabric" shall be installed in accordance with the manufacturer's recommendations, as indicated or as directed by the Engineer.When lapping is required,it shall be in accordance with the manufacturer's recommendations. Bacikfiilling around the Filter Fabric shall be done in such a way as not to damage the Filter Fabric material during the placement. The unit price bid per L.F. shall be full compensation for all Iabor, materials, equipments, tools,and incidentals necessary to complete the work. PAY-ITEM NO.21-8" PAVEMENT PULVERIZATION: All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item No. 275 "Cement Treatment (Road Mixed)" (referenced) shall govern work. (Soil reports for this project will be available at the pre-construction meeting.) The City of Fort Worth,Texas will perform quality assurance tests and checks on the paving project materials during construction,to ensure compliance with the specifications. The sampling and testing of the materials shall be made at the expense of the City. 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. Contractor shall pulverize the existing pavement to a depth of 8". After pulverization is completed, contractor shall temporarily remove and store the 8" deep pulverized material, then cut the base 2" to provide place for the new 2" H.M.A.C. surface. The 2" base cut shall start at a depth of 8" from the existing pulverized surface. After the undercut operation is completed, the temporarily stored 8" deep pulverized material shall be returned to the excavation for mixing with cement. If the existing pavement has a combination of 10" H.M.A.0 and crushed stone/gravel, undercut will not be required, the contractor will pulverize 10" inches, the 2" inch cut will be taken from the 10" pulverized material. SP-31 J Pulverization shall start within (ten) 10 calendar days after all concrete work has been completed on a street. If the contractor fails to begin the work within ten (10) calendar days, $200 dollars liquidated damage will be assessed per block per day. The maximum amount of existing asphalt concrete pavement in the mixture shall be at the discretion of the Engineer. The contractor shall spread,mix,blade to grade and compact the pulverized material to 95% of the maximum density as determined in accordance with TxDOT's Standard Specifications stated above or as directed by the Engineer in the field. A 3.5%portland cement shall be used to mix the pulverized material. The Engineer or his authorized representative will observe the cement treatment and collect delivery tickets from each transport truck. Cement quantities used will be verified, with i respect to areas being treated. t From the pulverized cement treated mixture,samples will be collected and tested for gradation requirements. Testing will be at a minimum of one test per 150 linear feet per lane width per each 8-inches of treated depth,with a minimum of 2 tests per area. a After the cement treated base has cured for 48 hours,provide machinery to roll the surface of the cement treated material to Induce hairline cracks i°micro-cracks". Micro-cracking will be 7 used to reduce shrinkage cracking in the cement treated material and reduce reflective cracking through the asphalt cement surface overlay. 1 Rollers shall be in accordance with TxDOT's "Standard Specifications for Construction and Maintenance of Highways,Streets,and Bridges"Item No.210 "Rolling"(referenced).Operate rollers at walking speed. Generally one (1) to four (4) passes of the roller are required to create the micro-cracks. The contractor shall then prime and immediately overlay the micro-cracked surface with 2" H.M.A.C. surface course. The work shall be in accordance with TxDOT's "Standard Specifications for Construction and Maintenance of Highways,Streets,and Bridges"Item Nos. 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt(Method)"(referenced). s If the contractor fails to begin the HMAC 2" H.M.A.C. surface course work within three (3) calendar days, a $200 dollars liquidated damage will be assessed per block per day. The 2" H.M.A.C. surface will be paid under PAY-ITEM NO. 14 - 2" H.M.A.C. (TYPE "D" MIX) ASPHALT CEMENT SURFACE COURSE. SP-32 i i 1 On pulverized and overlay streets that do not have existing curb and gutter, the Contractor shall finish the parkway with backfill. The backfill shall begin at the edge and elevation of the new HMAC 2" H.M.A.C. surface course and extend within the parkway, to existing ground F surface, at the grade of one-fourth (1/4)inch per foot. There should be no voids in the backfill material,to the satisfaction of the Engineer. The unit price bid per square yard shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, dispose of the undercut material and backfill the parkway. I PAY-ITEM NO.23—REMOBILIZATION: { This item shall compensate the Contractor to remobilize personnel, equipment, supplies, and material to perform an additional work as directed by the Engineer. Remobilization will be considered when concrete "Flat-work" has been completed, personnel and equipments were demobilized, and the street is clean and ready for the overlay. E Remobilization shall be determined by the Engineer. Any Remobilization without the approval of the Engineer will not be compensated. The unit price per bid per each will be full compensation for all labor,equipment,material, tools,and all incidentals necessary to complete the work. PAY-ITEM NO.24—UNCLASSIFIED STREET EXCAVATION: This item will be used if additional excavation is needed that is not covered by Pay Item No.21 - "S" PAVEMENT PULVERIZATION".Additional Excavation is the removal of the excessive i crown and base to bring the new base to proper grade&City standard specifications for street reconstruction. All applicable provisions of Item No. 106 "Unclassified Street Excavation" i shall apply,work shall be paid per cubic yard. l PAY ITEM NO.25-2" SURFACE MILLING: This item shall.consist of milling the existing pavement at a depth of 211. All applicable provisions of Pay Item No. 11 "Wedge Milling" shall apply. SP-33 i 1 i The unit price bid per square yard shall be full compensation for all materials,labor, r equipment and incidentals necessary to complete the work. r PAY-ITEM NO. 26 m REMOVAL AND REPLACEMENT OF 6" EXPOSED CONCRETE DRIVEWAYS: This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete",Item No. 504" Concrete Sidewalk and Driveways".Pay limits for concrete driveway are as shown in Drawing 1 No.S-S5 of the Standard Specifications. fi The unit price bid per square yard shall be full• compensation for all labor, material, equipment,supplies,and incidentals necessary to complete the work. PAY ITEM NO.27—CRACK SEALING: Contractor shall seal existing cracks %" and greater, by using cold poured crack sealer Polymer Modified Ashpalt Emulsion 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 inside of the cracks shall be cleaned with an air compressor or approved egLipment,prior to sealing. Sealant shall be applied with a rubber "V" shaped squeegee where applicable. Provide adequate traffic control during set up and cure time of sealant. The unit price bad per linear foot shall be full compensation for all labor,material,equipment, supplies,and incidentals necessary to complete the work. F PAY ITEM NOS. 28 & 29- REMOVAL AND REPLACEMENT OF TOP OF 5' and 10' DRAINAGE INLETS: This item shall include the removal and replacement of a 7" thick drainage inlet top of 5 -foot and 10' drainage inlet openings. The removal and replacement of the drainage inlet top shall be in accordance with Standard Specification, Item No. 450 "Adjusting Manholes and Inlets", as shown in the Drawing S-S02 and as directed by the construction engineer. SP-34 f { The unit price per bid per each will be full compensation for all labor, equipment, material, tools,and all incidentals necessary to complete the work. PAY ITEM NOS.30 -H.M.A.C.Sneed Cushions(301 wide Street): This item shall consist of removing existing and installing new H.M.A.0 Speed Cushions according to the plan and profile as shown on the detail sheet. All excavated material shall be hauled off site the same day as excavated,to a suitable dumpsite. Contractor shall notify the Construction Engineer 72 hours prior to installing any speed cushions. Contractor shall install pavement markings. 1 If the roadway is damaged during existing marker removal, the work shall be temporarily halted until consultation with the Construction Engineer. The pavement shall be repaired prior to new HMAC overlay. MATERIALS AND QUALITY REQUIREMENTS: I. Speed Cushions { The speed cushions shall consist of H.M.A.C. Type D surface course (PG 64-22) with tack coat (SS-1) and compacted with vibratory hand roller. AN applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) shall apply. Kraft brown paper- 36" wide 40-lb paper shall be used to keep curb&gutter clean. 2. Pavement Markings `. Raised Pavement Markings All materials used shall be pre-approved prior to placement. The brand name and specifications of the materials shall be included in submittal for approval. The approved materials must be used throughout the duration of the contract. In the event that substitute materials need to be used, they must be equal to or exceed the quality of those currently in use and be approved the Construction Engineer. SP-35 a All markers shall be 4"and be installed with epoxy;bituminous adhesive is not approved. A chalk line, chain, or equivalent shall be used during layout to insure that individual markers are properly aligned. All markers shall be placed uniformly along the line to achieve a smooth continuous appearance. Preformed Pavement Markings All materials used under this agreement shall be pre-approved prior to awarding of the bid. Materials used shall meet TXDOT specifications Item 666 Type H. The approved f materials must be used throughout the duration of the bid. In the event that substitute materials need to be used, they must be equal to or exceed the quality of those currently in use,and be approved by Construction Engineer. All material must be equal to or exceed the following: Pre Mark brand Hot Tape which is manufactured by Stimsonite. Stamark A420,which is manufactured by 3M. Stamark A380,which is manufactured by 3M. All applications shall be in strict compliance with all manufacturer recommendations. Surface Preparation and Application of Pavement Markings Roadway surface shall be clean, dry and free from dirt, grease, and other forms of contamination. All surfaces must be air blasted prior to application of paint. Surface preparation and application shall be in strict compliance with manufacturer recommendations. Equipment and methods used for surface preparation shall not damage the pavement or present a hazard to motorists. Installation of Pavement Markings Contractor's personnel shall be knowledgeable and sufficiently skilled in the installation of raised pavement markings and preformed pavement markings. Markings that are not properly applied due to faulty application methods or defective product, and markings, which are placed in the wrong position or alignment, shall be removed and replaced by the contractor at the contractor's expense. If the mistake is SP-36 such that it would be confusing or hazardous to motorists it shall be remedied the same day of notification. Notification will be made by phone and confirmed by fax. Other mistakes shall be remedied within five days of written notification. Traffic Control of Pavement Markings When markings are applied on roadways open to traffic care will be taken to ensure that proper safety precautions are followed, including the use of signs, cones, barricades, flaggers, etc. Work shall be performed with as little disruption to traffic as possible, and freshly applied markings shall be protected from traffic damage and disfigurement. 1 3. Measurement and Payment The unit price bid per each shall be full compensation for removal of existing pavement markings,H.M.A.C.Type D surface course,tack coat(SS-l.),vibratory hand roller,surface preparation,preformed and raised pavement markings,kraft brown paper-36"wide 40-1b paper to keep curb & gutter clean, and all materials, labor, equipment and incidentals necessary to complete the work. l The unit price per bid per each will be full compensation for all Iabor, equipment, s material,tools,and all incidentals necessary to complete the work. END OF SECTION SP-37 O DELETE NOW NOTE: THIS SPECIFICATION HAS BEEN MipplFIED TFOR CITY STREETS. APPLICABLE ITEMS FOR USE AS A GUIDE SPECIFICATION Item 360 CONCRETE PAVEMENT 300.1. Description. Construct Portland cement concrete pavement with or without curbs on the concrete pavement. r 300.2. Materials. A. Portland Cement Concrete. Provide Portland cement concrete to meet a minimum - compressive strength of 3,000 psi at 28 days; unless shown otherwise in the contract documents. Use Class A concrete for curbs that are placed separately from the pavtory finishing Provide concrete that is workable and cohesive, p qualities, and conforms to the mix design and mix design slump. B. Reinforcing Steel. Provide Grade 60 deformed steel for bar reinforcement. Provide approved positioning and supporting devices (baskets and chairs) capabie'of securing and holding the reinforcing steel in proper position before and during , paving. Provide corrosion protection when shown on the plans. 1. Dowels. Provide Grade 60 smooth, straight dowels of the size shown on the plans, free of burrs or deformations. Coat dowels with a thin film of grease or Provide dowel caps,on the lubricated,end of other approved de-bonding material. each dowel bar used in an expansion joint. Provide dowel_caps filled with a.soft compressible material with enough range of movement to allow complete closure of the expansion joint. l 2. Tie Bars. Provide straight deformed steel be bars. Provide either multiple piece tie bars or sing[e;piece tie bars as shown on the plans:Provide multiple-piece tie bars composed of 2 pieces of deformed reinforcing steel with a coupling.capable of developing a minimum tensile strength of 125% of the design yield strength of the deformed steel when tensile-tested in the assembled confguratign. Provide a minimum length of 33 diameters of the deformed steel in each piece. C. Curing Materials, Provide Type 2 membrane curing compound conforming to DM8-4650, "Portland Cement Concrete Curing Materials.and Evaporation Retardants." D. Epoxy. Provide Type III epoxy in accordance with DMS-6100, "Epoxies and Adhesives,"for installing all drilled-In reinforcing steel. E. Evaporation Retardant. Provide evaporation retardant conforming to DMS4650, "Portland Cement Concrete Curing Materials and Evaporation Retardants." F. Joint Sealants and Fillers. Provide Class 5 or Class 3 joint-sealant materials and fillers unless otherwise shown on the plans or approved and other sealant materials of the size,'shape, and type shown on the plans in accordance with DMS-6310, "Joint Sealants and Fillers." 300.3. Equipment. Furnish and maintain all equipment in good working condition. Use measuring, mixing, and delivery equipment conforming to the requirements of Item 421, "Portland Cement Concrete." Obtain approval for other equipment used. i r A. Placing, Consolidating, and Finishing Equipment. Provide approved self- propelled elf.propelled paving equipment that uniformly distributes the concrete with minimal segregation and provides a smooth machine finished consolidated concrete pavement conforming to plan line and grade. Provide an approved automatic grade control system on slip forming equipment. Provide approved mechanically operated finishing floats capable of producing a uniformly smooth pavement surface. Provide - equipment capable of providing a fine, light water fog mist. Provide mechanically operated vibratory equipment,capable of adequately consolidating the concrete. Provide immersion vibrators on the paving equipment at sufficiently close intervals-to provide uniform vibration and consolidation of the concrete over the entire to and depth of the pavement and in accordance with the r manufacturer's recommendations. Provide immersion vibrator units that operate at a frequency in air of at least 8,000 cycles per minute. provide enough hand-operated immersion vibrators for timely and proper consolidation of the concrete along forms, r at joints and in areas not covered by other vibratory equipment. Surface vibrators may be used to supplement equipment-mounted immersion vibrators. Provide tachometers to verify the proper operation of all vibrators. For small or irregular areas or when approved, the paving equipment described in : this Section is not required. B. Forming Equipment. 1. Pavement Forms. Provide metal or wood side forms of sufficient cross-section, strength, and rigidity to support the paving equipment and resist the impact and vibration of the operation without visible springing or settlement. Use forms that are free from detrimental kinks, bends, or warps that could affect ride quality or alignment. Provide flexible or curved metal or wood forms for curves of I00-ft. radius or less. .2. Curb Forms. Provide curb forms for separately placed curbs that are not slipformed that conform to the requirements of Item 629, Concrete Curb, Gutter, and Combined Curb and Gutter." C. Reinforcing Steel Inserting Equipment. Provide inserting equipment that accurately Inserts and positions reinforcing steel in the plastic concrete parallel to the profile grade and horizontal alignment In accordance to plan details. D. Texturing Equipment. I., Carpet Drag. Provide a carpet drag mounted on a work bridge or a moveable support system. Provide a single piece of carpet of sufficient transverse length to span the full width of the pavement being placed and adjustable so that a sufficient longitudinal length of carpet is In contact with the concrete being placed to produce the desired texture. Obtain approval to vary the length and'width of the carpet to accommodate specific applications. Use an artificial grass-type carpet having a molded polyethylene pile face with a blade length of 5/8 in. to 1 in:, a minimum weight of 70 oz. per square yard, and a strong, durable, rot- ' = resistant backing material bonded to the facing. 2. Tining Equipment, Provide a self-propelled transverse metal tine device equipped with 4-in.to 6-in. steel tines and with cross-section approximately 1/32 in. thick by 1/12 in. wide, spaced at 1 in., center-to-center. Hand-operated tining equipment that produces an equivalent texture may be used only on small or irregularly shaped areas or, when permitted, in emergencies due to equipment breakdown, E 3:. r s E. Curing Equipment. Provide a self-propelled machine for applying membrane curing' compound using mechanically pressurized spraying equipment with atomizing nozzles. Provide equipment and controls that maintain the required uniform rate of application over the entire paving area. Provide curing equipmerit that is independent of all other equipment when production rates are such that the first application of membrane curing compound cannot be accomplished immediately after texturing and after free moisture has disappeared. Hand-operatdd pressurized spraying equipment with atomizing nozzles may only be used on small or irregular areas or, when permitted, in emergencies due to equipment breakdown. F. Sawing Equipment. Provide power-driven concrete saws to saw the joints shown on the pians. Provide standby power-driven concrete saws during concrete sawing operations. Provide adequate illumination for nighttime sawing. G. Grinding Equipment.When required, provide self-propelled powered grinding equipment that Is specifically designed to smooth and texture concrete pavement using circular diamond blades_ Provide equipment with automatic grade control capable of grinding at least a 3-ft.width longitudinally in each pass without damaging the concrete. 300.4. Construction. Obtain approval for adjustments to plan grade-line to maintain thickness over minor subgrade or base high spots while maintaining clearances and drainage. Maintain subgrade or base in a smooth, clean, compacted condition in conformity with the required section and established grade until the pavement concrete is'placed. Keep subgrade or base damp with water sufficiently in advance of placing pavement concrete.Adequately light the active work areas for all nighttime operations, If required. A. Reinforcing Steel and Joint Assemblies.Accurately place and secure in position all reinforcing steel as shown on the plans. Place dowels at mid-depth of the pavement slab, parallel to the surface. Place dowels for transverse contraction joints parallel to the pavement edge. Tolerances for location and alignrrtent of dowels will be shown on the plans. Stagger the longitudinal reinforcement splices to avoid having more than 113 of the splices within a 2-ft. longitudinal length of each lane of the pavement. Use multiple-piece tie bars or drill and epoxy grout tie bars at longitudinal construction joints. 9. Manual Placement.Secure reinforcing bars at alternate intersections with wire ' ties or locking support chairs. Tie all splices with wire. 2.. Mechanical Placement: If mechanical placement of reinforcement results in steel misalignment or improper location, poor concrete consolidation, or other inadequacies, complete the work using manual methods. 13: Joints. Install joints as shown on the plans. Clean and seal joints in accordance.with Item 433, "Cleaning and Sealing Joints and Cracks.(Rigid Pavement and Bridge Decks)." Repair excessive spalling of the joint saw groove using an approved method before installing the sealant. Seal all joints before opening the pavement to ' all traffic. When placing of concrete is stopped, install a rigid transverse bulkhead, ' accurately notched for the reinforcing steel and shaped accurately to the cross- section of the pavement. 1. Placing Reinforcement at Joints.Where the plans require an assembly of parts at pavement joints, complete and place the assembly at the required location'and elevation with all parts rigidly secured in the required position. Accurately notch joint materials for the reinforcing steel. P-3 2. Curb Joints. Provide joints in the curb of the same type and location as the . adjacent pavement. Use expansion joint material of the same thickness, type, and quality required for the pavement and of the section shown for the curb.- ' Extend expansion joints through the curb. Construct curb joints at all transverse pavement joints. For.non-monolithic curbs, place reinforcing steel into the plastic concrete pavement as shown on the plans unless otherwise approved. Form or ; saw the weakened plane joint across the full width of concrete pavement and through the monolithic curbs. C. Placing and Removing Forms. Use clean and oiled forms. Secure forms on a base or firm subgrade that is accurately graded and that provides stable support without deflection and movement by form riding equipment. Pin every form at least at the middle and near each end.Tightly join and key form sections together.to prevent relative displacement. Set.side forms far enough in advance of concrete placement to permit inspection. Check conformity of the grade, alignment,and stability of forms immediately before placing concrete, and make all necessary corrections. Use a straightedge or other approved method to test the top of forms to ensure that the ride quality requirements for the completed pavement will be met. Stop paving operations if forms settle or deflect more than 118 in. under finishing operations. Reset forms to line and grade, and refinish the concrete surface to correct grade. Avoid damage to the edge of the pavement when removing forms. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hr. after form removal unless otherwise approved. Clean joint face and repair honeycombed or damaged areas within 24 hr. after a bulkhead for a transverse construction joint has been removed unless otherwise approved. When forms are removed before 72 hr. after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. t Forms that are not the same depth as the pavement but are within 2 in. of that depth are permitted if the subbase is trenched or the full width and length of the form base is supported with a firm material to produce the required pavement thickness. Promptly repair the form trench after use. Use flexible or curved wood or metal forms for curves of 100-ft. radius or less. D. Concrete Delivery. Clean delivery equipment as necessary to prevent accumulation of old concrete before loading fresh concrete. Use agitated delivery equipment for concrete designed to have a slump of more than 5 in. Segregated concrete is s6bject to rejection. Place agitated concrete within 60 min.after batching. Place noa-agitated concrete within 45 min. after batching. In hot weather or under conditions capsing quick setting of the concrete, times may be reduced by the Engineer.Time limitations may be extended if the Contractor can demonstrate that the concrete can foe properly placed, consolidated, and finished without the use of additional water. E. Concrete Placement. Do not allow the pavement edge to deviate from the. established paving line by more than 112 in. at any point. Place the concrete as near as possible to-its final location, and minimize segregation and rehandling.Where hand spreading is necessary, distribute concrete using shovels. Do not use rakes or Vibrators to distribute concrete. 1. Pavement. Consolidate all concrete by approved mechanical vibrators operated on the front of the paving equipment. Use immersion type vibrators that simultaneously consolidate the full width of the placement when machine hand-operatedfinishing. Keep.vibrators from dislodging reinforcement. Use I Vibrators to consolidate concrete in areas not accessible to the machine-mounted Vibrators. Do not operate machine-mounted vibrators while the paving equipment is stationary. 2. Temperature Restrictions. Place concrete that is between 40°F and 95°F at the time of discharge, except that concrete may be used if it was already in transit when the temperature was found to exceed the allowable maximum.Take Immediate corrective action or cease concrete production when the concrete temperature exceeds 95°F. Do not place concrete when the ambient temperature in the shade is below 40*F and falling unless approved. Concrete may be placed when the ambient temperature in the shade is above 35T and rising or above 40°F.When temperatures warrant protection against freezing, protect the pavement with an approved insulating material capable of protecting the concrete for the specified curing period. Submit for approval proposed measures to protect the concrete' from anticipated freezing weather for the first 72 hr.after placement. Repair or replace all concrete damaged by freezing. F. Spreading and Finishing. Finish all concrete pavement with approved self- propelled elfpropelled equipment. Use power-driven spreaders, power drivep vibrators, power- driven strike-off, and screed, or approved alternate equipment. Use the transverse finishing equipment to compact and strike off the concrete to the required section and grade without surface voids. Use float equipment for final finishing. Use concrete with a consistency that allows completion of all finishing operations without addition of water to the surface. Use the minimal amount of water fog mist necessary to maintain a moist surface. Reduce fogging if float or straightedge operations result in excess slurry. 1. Finished Surface. Perform sufficient checks with long-handled 10--ft. and 154 straightedges on the plastic concrete to ensure that the final surface i6within the tolerances specified in the contract documents. Check with the straightedge parallel to the centerline. 2. Maintenance of Surface Molstur6, Prevent surface drying of the pavement , before application of the curing system.Accomplish this by fog applicatlons of evaporation retardant on the pavement surface.Apply evaporation retaidaht at - the rate recommended by the manufacturer. Reapply the evaporation reta;dant as needed to maintain the concrete surface in a moist condition until cun_ng system is applied. Do not use evaporation retardant as a finishing aid. 3. Surface Texturing, perform surface texturing using a combination of a carpet drag and metal fining, if required by the contract documents. Complete final texturing before.the concrete has attained its initial set. Draw the carpet drag longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. . operate the metal-tine device to obtain grooves spaced at 'I im, approximately 3116 in. deep,with a minimum depth of 118 lh., and approximately 1112 in,wide. Do not overlap a previously tined area. Use manual methods for achieving similar " results on ramps and other irregular sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid. . 4. Small or Irregular Placements,Where machine placements and finishing of concrete pavement are not practical, use hand equipment and procedures that iproduce a consolidated and finished pavement section to the line and grade. e - 5. Emergency Procedures. Use hand-operated equipment for applying texture, evaporation retardant, and cure In the event of equipment breakdown. G. Curing. Keep the concrete pavement surface from drying by water fogging until the curing material has been'applied. Maintain and promptly repair damage to curing materials on exposed surfaces of concrete pavement continuously for at least 3 curing days.A curing day is defined as a 24-hr. period when either the temperature taken in the shade away from artificial heat is above 50°F for at least 19 hr. or when the surface temperature of the concrete is maintained above 40°F for 24 hr. Curing begins when the concrete curing system has been applied. Stop concrete paving if curing compound is not being applied promptly and maintained adequately. Other methods of curing in accordance with Item 420, "Concrete Structures,' may be used when specified or approved. 1. Membrane Curing.After texturing and immediately after the free surface moisture has disappeared, spray the concrete surface uniformly with 2 coats of membrane curing compound at an individual-application rate of not more than 180 sq..ft. per gallon.Apply the first coat within 10 min. after completing texturing operations.Apply the second coat within 30 min. after completing texturing ! operations. Before and during application, maintain curing compounds in a uniformly agitated condition, free of settlement. Do not thin or dilute the curing compound. Where the coating shows discontinuities or other defects or if rain falls on the newly coated surface before the film has dried enough to resist damage, apply additional compound at the same rate of coverage to correct the damage. Ensure that the curing compound coats the sides of the fining grooves. H. Sawing Joints. Saw joints to the depth shown on the plans as soon as sawing can be accomplished without damage to the pavement regardless of time of day or weather conditions. Some minor raveling of the saw cut is acceptable:Use a chalk line, string line, sawing template, or other approved method to provide a true joint alignment. Provide enough saws to match the paving production rate to ensure sawing completion at the earliest possible time to avoid uncontrolled cracking. Reduce paving production if necessary to ensure.timely sawing of joints. Promptly restore membrane cure damaged within the first 72 hr. of curing. 1. Protection of Pavement.and Opening to Traffic. Testing for early opening is the responsibility of the Contractor regardless of job-control testing responsibilities unless otherwise shown in the plans or directed. Testing result interpretation for opening to traffic is subject to the approval of the Engineer. 1. Protection of Pavement. Erect and maintain barricades and other standard and approved devices that will exclude all vehicles and equipment from the newly placed pavement for the periods specified.-Before opening to traffic, protect the pavement from damage due to crossings using approved methods. Maintain an adequate supply of sheeting or other material to cover and protect fresh concrete surface from weather damage.Apply as needed to protect the pavement surface from weather. 2. Opening Pavement to Traffic. Before opening to traffic, clean pavement, place stable material against the pavement edges, seal joints, and perform all other traffic safety related work. \ C i>~G r 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: f 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 i DATE jR , CERTIFICATE OF LIABILITY INSURANCE 1 06/14/2006) RODUCER (817)457-6700 FAX ($17)457-7246 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION THE SWEENEY COMPANY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 1121 E. Loop 820 South ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P 0 Box 8720 'Fort Worth, TX 76124-0720 INSURERS AFFORDING COVERAGE NAIL# '-SURED JLB Contracting, LP INSURERA: Bituminous Casualty Corp P 0 Box 24131 INSURERB: Am Guarantee & Liability(Cas Mkt Fort Worth Tx 76124 INSURER C: INSURER D: 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 LTR NSRE DD' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY CLP 3 218 528 09/30/2005 09/30/2006 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ LOQ,00C CLAIMS MADE [X]OCCUR MED EXP(Any one person) $ 5,000 A X XCU PERSONAL&ADV INJURY $ 1,000,000 X CONTRACTUAL GENERAL AGGREGATE $ 2,000,000 GFN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY X PROJECT LOC AUTOMOBILE LIABILITY CAP 3 501 114 09/30/2005 09/30/2006 COMBINED SINGLE LIMIT $ X ANY AUTO (Ea accident) 1,000,000 I X ALL OWNED AUTOS BODILY INJURY X SCHEDULED AUTOS {Per person} X HIRED AUTOS BODILY INJURY I X NON-OWNED AUTOS (Per accident) $ PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHERTHAN EA ACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLA LIABILITY AUC--9376460-02 09/30/2005 09/30/2006 EACH OCCURRENCE $ 3,000,00 ( X OCCUR El CLAIMS MADE UMBRELLA AGGREGATE $ 3,000,000 B $ DEDUCTIBLE $ I RETENTION $ $ WORKERS COMPENSATION AND WC 3 218 527 09/30/2005 09/30/2006 X WC STATU- OTH- ER EMPLOYERS'LIABILITY F.L.EACH ACCIDENT $ 1,000,000 ANY PROPRIETOPJPARTNFPJEXECUTIVE OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYFF $ 1,000,000 If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES!EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS `JAC SURFACE OVERLAY (2006-5) DOE PROJ #5204, IN THE CITY OF FORT WORTH. CERT HOLDER NAMED ADLN !ISURED EXCEPT ON WORKERS COMP WITH GENL LIAB BEING PRIMARY & NON-CONTRIBUTORY WITH WAIVER OF &ROGATION ON ALL POLICIES AS REQUIRED BY WRITTEN CONTRACT. 30 DAY CANC NOTICE AMENDED TO 10 DAY FOR N-PAY OF PREMIUM CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL KtMTOXizXrX]MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, CITY OF FORT WORTH XXK��XXXX� XXXX 1 1000 THROCKMORTON STXX I!(DbkxoiQ €MLXUEXXXXXXXXX J FT WORTH, TX 76102 AU H ESENTA IVE I CORD 25(2001108) 10ACOID CORPORATION 1988 i 7 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW i 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.5204 and City of Fort Worth Project No. GS93- 020930522830. CONTRACTOR JLB Contracting, LP Name: t t of Title: Managefnant,Inc.,its General Padner Date: 'O t STATE OF TEXAS § COUNTY OF TARRANT § P-Izfore me, the undersigned authority, on this day personally appeared rn known to me to be the person whose name is subscribed to the an foregoing instrume , d acknowledged to me that he executed the same as the act and deed 1 of JLB Contracting. LP for the purposes and consideration therein expressed and in the capacity therein stated. + Given Under My Hand and Seal of Office this 15' day of 20�r . ' 4 4r4otaryblic in and for th State of Texas LINDA t PERFORMANCE BOND THE STATE OF TEXAS § Bond No. 101 KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT § I That we(1)JLB Contracting,LP as Principal herein,and(2)Westfield Insurance Company,a corporation organized under the laws of the State of(3)Ohio 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: One Million Two Hundred Eighty-one Thousand Nine Hundred Forty-six and 501100 ................ if-$1,281,946.50I Dollars for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents. JUN WHEREAS,Principal has entered into a certain contract with the Obligee dated the of ,2006 a copy of which is hereto attached and made a part hereof for all purposes,for the construction of: HMAC Surface Overlay 2006-5 at Various Locations NOW THEREFORE, the condition of this obligation is such, if the said Principal 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. I I I I I I I I 1 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 statue,to the same extent as if it were copied at length herein. i IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this day of ,2006. ATTEST; , JLB Contracting,LP LprfneiV) Secretary PRINCIPAL(4) BY: Title: James 0.Humphiny,Pr 3 l0 (SEAL} POA017t,'��` "entar � n�P Fort Worth TX 76124 (Address) Westfi 1 sur a an Witness as to Principal 17Surety Address BY: ATTEST: X ey f t)(5 Kyle W. eney,A orneyC- -Fact (Surety) Secretary 555 Republic Drive,Suite 450 Plano Texas 75074 (SEAL) (Address) NOTE: Date of Bond must not be prior to date of Contract (1) Correct name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telephone number of surety must be stated. In addition,an original copy of Power of Attorney j shall be attached to Bond by the Attorney-in- Fact. The date of bond shall not be prior to date of Contract. W' ness as to rqirety Jennifer R.Borock P. Box 8720,Fort Worth Texas 76124 (Address) i i i r IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: i 1-500-252-3439 3 + You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, Texas 78714-9104 Fax # (512) 475-1771 PREMIUM OR CLAIM DISPUTES The address of the surety company making this bond to which any notice of claim should be sent may be obtained by calling the Texas Department of Insurance at the above number. Should you have a dispute concerning your premium or about a claim, you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached document. This notice is given to comply with Section 2253.048, Texas Government Code and Section 53.202, Texas Property Code effective September 1, 2001. PAYMENT BOND Bond No. 101 j THE STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS: i COUNTY OF TARRANT § That we, (1)JLB Contracting,LP as Principal herein,and(2)Westfield Insurance Company a corporation organized and existing under the laws of the State of(3) Ohio 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 One Million Two Hundred Eighty-one Thousand Nine Hundred Forty- six and 501100.......................... Dollars ($1,281,946.50) for the payment whereof, the said Principal and Surety 1 bind themselves and their heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents: WHEREAS,the Principal has entered into a certain written contract with the Obligee dated the day of 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: HMAC Surface Overlay 2006.5 at Various Locations NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as ! amended) supplying labor and materials in the prosecution of the work under the contract, then this obligation shall be void; other wise,to remain in full force and effect. i 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 statue,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and Surety have executed this instrument. SIGNED AND SEALED this day of ,2006. r f JLB Contracting,LP PRINCIPAL ;ATTEST-. By: q"Nameci 1) Secretary James G.Humphrey,President of Title: AU Ivialcagement,inc.,its Genera'Pariner } Address: PO BOX 24131 Fort Worth, TX 76124 JWn ss as to Principal Westfield Insurance Company SURE ATTEST: By: 0)�eh I Name: K le W. Swee e Secretary Attorney in Fact (4,'EAL) Address: 555 Republic Drive,Suite 450 Plano,Texas 75074 t �. ' ess as to ety Jennifer R.Borock Telephone Number: 972-516-2600 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 the bond shall not be prior to date of Contract. i i E I MAINTENANCE BOND Bond No. 101 THE STATE OF TEXAS § COUNTY OF TARRANT § That JLB Contracting,LP(Contractor), as principal, and Westfield Insurance Company a corporation organized under the laws of the State of Ohio ,(Surety), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of One Million Two Hundred Eighty-one Thousand Nine Hundred F_o_rt_y_- six and 50/100............................Dollars ($1,281,946.50) lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors,jointly and severally. This obligation is conditioned, however; that, WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the of -1-1006 copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: HMAC Surface Overlay 2006-5 at Various Locations the same being referred to herein and in said contract as the Work and being designated as project number(s) GS93-020930522830 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 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 Two (2) Years after the date of the final acceptance of the work by the City; and iWHEREAS, 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. i 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 one of which i shall be deemed an original,this day of ,A.D. 2006 ATTES : JLB Contracting,LP (S F& Contractor By: /J- �. Secretary Name: Janes G.bumphroy, ='rOMP Title: ���� r ATTEST: Westfield Insurance Com au (SEAL) Surety I -- By: Secretary Name Me W. Swedney Title: Attorney-in-Fact 555 Republic Drive,Suite 450 Plano Texas 75074 Address I I POWER NO. 4220052 06 General Westfield Insurance Co. Power of Attorney Westfield National Insurance Co. ' Ohio Farmers Insurance Co. CERTIFIED COPY Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to Individually as a "Company" and collectively as "Companies," duty organized and existing under the laws of the State of Ohio, and having Its principal office in Westfield Center, Medina County, Ohio, do by these presents make,constitute and appoint CHARLES D. SWEENEY,MICHAEL A.SWEENEY, KYLE W.SWEENEY, BOBBY E. MAYO, JOINTLY OR SEVERALLY of FORT WORTH and State of TX Its true and lawful Attorneys)-in-Fact,with full power and authority hereby conferred In Its name, place and stead, to execute, acknowledge and deliver any and all bands, recognizances, undertakings, or other instrumentsorcontracts of suretyship- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GATARANTEE,OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal of the applicable Company and duly attested by Its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved,that the President,any Senior Executive, any Secretary or any Fidelity&Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-in-Fact may be given full power and authority for and In the name of and on behalf of the Company,to execute,acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.' 'Be it Further Resolved,that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached" (Each adopted at a meeting held on February 8,2000). in Witness Whereof,WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 261h day.of FEBRUARY A.D.,2003 . ,N f11fIu1 =„Illiiil..... 1/a„r, Corporate ,•'" "'"�. ""•" �4. WESTFIELD INSURANCE COMPANY Seals\r�, Y>..(�� h P(` NflLINSG +r�.'' U nr f'• WESTFIELD NATIONAL INSURANCE COMPANY Affixed d �. � u4-:' •. - i . '•�+"� OHIO FARMERS INSURANCE COMPANY �'. SEE SEAL •:m= sem• 1840 State of Ohio '••Irbllun,lr ''•a,://1,,..11•' By: County of Medina ss.: Richard L. Kinnaird, Jr., Senior Executive On this 26th day of FEBRUARY A.D.,2003 , before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say,that he resides in Medina, Ohio; that he Is Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument;that he knows the seals of said Companies;that the seals affixed to said instrument are such corporate seals;that they were so affixed by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order. Notarial ,41111iNNM'1"�1 ' Seal Affixed gyp;.........3� ��111r %.. • William J. Kahelin,A rney at Law, Notary Public State of Ohio tiro My Commission Does Not Expire(Sec. 147.03 Ohio Revised Code) i County of Medina ss.: �=�y 4''•+.rE OF �� I, Frank A.Carrino, Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS I INSURANCE COMPANY, do hereby certify that the above and foregoing Is a true and correct copy of a Power of Attorney, executed by said Companies,which is still in full farce and effect;and furthermore,the resolutions of the Boards of Directors,set out In the Power of Attorney are in full force and effect. 1n Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of i A.D., NA , w ulw/ .,n ilnr,r,h,• ,..,a'Nlrrurr moo '' s`7 .�.�3.� • +� S m= ° a � Sscr+etary � 84■ Frank A.Camino" Secret g�t `I.,,, �`��AI/il/,,,gH/lel• BPOAC2 (combined) (06-02) • qil e,,a i J CITY OF FORT WORTH,TEXAS CONTRACT i THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT This agreement made and entered into this the day of A.D., 2006, by and between the tCITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.D. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the 1 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, JLB Contracting, LP, HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: i HMAC Surface Overlay 2006-5 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. , t 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 E i J the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth 1 within a period of 200 workin days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of$420 Per working day, not as a penalty but as Iiquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. S. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to 1 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. i 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 F 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 iniurV, i damage or death is caused in whole or in part, bV the negligence or alleged ne li ence o 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 iniurV or damage is caused in whole or in part by the nezlikence or alleged neklimence of Owner, its 2TIcers, t 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. s 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 [k r j 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. 1 1 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 i monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of s invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be One Million Two Hundred Eighty-one Thousand Nine Hundred Forty-six and 50/100.....................................................................................................................Dollars,($1,2$1,916.50). 3 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. j 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 i and made a part hereof the same as if it were copied verbatim herein. I 1 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 10 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 10 counterparts with its corporate seal attached. Done in Fort Worth, Texas,this the day of ,A.D., 2006. I A RECO ME Y ED CITY OF FORT WORTH BY: ` i DIRECTOR, DEPARTMENT OF CITY MANAGER ENGINEERING APPROVED: t/f arc A. Ott, Assistant City Manager i TRANSPORT A IO UBLIC WORKS DIRECTOR i ATTEST: JLB Contracting,LP PO Box 24131. Fort Worth,TX 76124 CONTRACTOR i CITY SECRETARY (S E A L) P, $� l t Con1tr C't Ruthor1z&tion BY: =� ? Date 1e President of ar &B ManagONIA,Inc.,its GenOtal parin, APPROVED AS TO FORM AND LEGALITY: ADDRESS ` ASST. CIT TT RNEY November 1960 Revised May 1986 Revised September 1992 �:7����\1 LI a p , (To be printed on Contractor's Letterhead) Date: Project Name: DOE No. Project No: MAPSCO location: Street Rehabilitation of (Street Name Project limits from Jo (StreetName) (Street ame) 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) ( ontractor's Superiaten ent) OR MR. AT (817) 871-8306 (City Inspector 1 For emergencies after 4:30 P.M. or on Weekends,Please call(817)871-7970 PLEASE DEEP THIS FLYER HANDY WHEN YOU CALL. i PROJECT DESIGNATION SIGN 4I - 011 FFT Fo R-t 1 ' PMS 288 PMS '167 - 311 3.; ET MAINTENANCE = 3T PROGRAM Q 314 1 Y2 = Contractor: • -------'/2" 2=/2" Gontractor's-. Na—me Y2�� �V2" TELEPHONE NUMBER 16Y2�, FORT WORTH IN LOGO- CHEL-TINGHAM SOLD ALL OTHER LETTERING IN ARIAL SOLD LOGO CALORS= FORT .WORTH - PMS 288 I LONGHORN LOGO- PMS 167 F z as q 1 • � W ta Z+ ®1®-i j j wC4c*� E z J w Lf9 OW IL m .%*LLA F•° v us cradwwa- J RIJ C4 W U9 W ® CJ ® W ..J W a" -3� Ull Co W IF- a. Z'�� W-x 0 3 16 W Lij � 'wW 12YULN03 X11 ION J r � 0 Ll J -j Lr v > _ s z ® _J w W .0 � ae ®e V am A �••� W w �cc fA �a. OvNI— F' W® W �Ei � �N3 lr.1 Nc Lis IL 2 �x �4 � C Z fn W us tCwasalms' x0 m W �- .3t „f a. dA a� x t � � 4L a in as_ r �. `#moos c ®¢ Wul W Fm - z m'a e � m w r W � ui W • -j 06 MW CL ILL C3 ~ ®z LLP W WW CW t EW Q . W � � N as W � foiY a ~ W W CLi ® t- t- az 43 41 FIN ow �� zo Fou �� J*%% as ca a� I 66 ea F- J 10 =3 rQW _ =A IL 'W � �.� �� � moo z -22 ,p 'Z • Fc) � g ' t n � � go Q W J J *,.P 00Q VICQ a 1s 4N. tip st z to 0 O W oz 0 X164 X F w 33 R 00 ocz_z Wr �w �-r ul 902 W an �" a v .a IM W W wjj E . 1 � UJ fn — z ic � Ic .. ; � W 5 COLLAR CONFIGURATION COLLAR CONFIGURATION FOR PAVED AREA IN UNPAVED AREA 4'-0" (MANHOLE) 2'-0" (WATER VALVE) ' (8) #4 BARS, PLACED AS SHOWN. USE CLASS-„A,. .sir.; r:s' ,4 ,•i. ;r. { (3000 LB) CONCRETE. .:a 4 `� " ''�y�:{e' .?:':.•' ;t 3', IYP. . ui •.:� %" •i� Y.5 S` ••A•~l�Yrti 4 A r. ♦ �. L -PLAbi VIEW CASE "CASE CHAMFER " #1 #2 GRADE RINGS 3" MW. TYP. N ;;,,t:•.i: �: :;:;,►?• �,::. GROUND COLLAR =PVMT. _ •PVMT::r :::.. �'� •:+G. THICKNESS ., :r y;f.::•:: 'ar: �': VARIES, $" MIN. ; 52 27�. SUS i _;s';•c. ,.+:�' BASE :a� r•`_ — — .�:� :r. RAM NECK, TYP. _CASE #1 COLLAR SHALL. EXTEND TO SECTION " BOTTOM OF 2:27 CONCRETE (REBAR REQUIRED). _CASE #2 COLLAR, SHALL EXTEND 3" BELOW (MANHOLE COLLAR SHOWN) BOTTOM OF LOWEST GRADE RING (NOT TO SCALE) (REBAR REQUIRED). CITY OF FORT WORTH, TEXAS DATE: 09/2004 MANHOLE A'ND WATER VALVE CONCRETE COLLAR STR-028 SQ"RE rtET or VALLEY 6uTTER MEASURED FROM tACK•OF•CURS TO BACK-OF•C{ARl TRANSITION TRMCAMOTH TH AS REQUIRE01 MATCH EMS INN 46IIITS ELANVIEW Rot to seek As kwrt rre a m#theI`a desptb RAO,gee less I&-@* A !t R ' delta - arIII he malreer If*Oyll W/* r0le'r#oflem Ase ewtre'eter rm N rsgalrea h list the IrallOr mr/t.6 awfer belare 1.6epb is eecepl®e: T'COIICRlT! .E><IST ILK&L VALLEY t'YM't 6 N13E 'CUTTER IZ'KwA.0. ti0i.i f iia C'C ;R+WSIflOiI - - TRA>asmos . t/rf se STEM ara.so: /exist a mc WNTUETE USE Crushed - ON s - co11C11rTE s,asr ume6toue RESIUEMTIAL STREEIR SECTION `A —A' Not ter Sea& i Tie T eafifamme*wvne v wlli� a!lraepvlaco tlye to a?orf lheparomea!wf� mareRr®lelaf • p®rrloa of pav8nrerrr�o bo coestraclid/eelrrdlad etlhprade Ireot�o�9�l.a ®ccel°�a�rce ltd the ojrplcaf parlad eocflole.: rho coneroto rallej►W/ll ba dortreod Geco+r640 to city apvedordo for eoecrolo verb®,Nd darted„- rhe aaereto *bell " of trashed aad.scrooeed ad®redato wllb r oleo. of fly#IS)eeevhe of cteaovt por cookpard Of cer�crete. w th a miniimm �compressive strength of 3,000 pounds per square inch in seven days. r GR NO LINE 1.5'MIN. FACE OF CURS SUITABLE MATERIAL LIFTS NOT CURS AND EKCEESINC GUTTER -12t'LOOSE. e - OP WASH R ITEM 40EDRO i ' OYERI.AP®F CURS . .SEg .. , Y FILTER FABRIC PER -" PAY ITEM NO. 0.3' PIPE SHALL BE 60 PERFORATED POLYVINYL CHLORIDE TUBING PER ASTM D-1784 UNLESS SPECIFIED OTHERWISE. y, SUBDRAIN . CITY OF FORT WORTH,TEXAS-CONSMiUCTION STANDARO �i I Addaudus 3 . ATTENTION: CURB RAMPS SHALL BE CONSTRUCTED PERPENDICULAR TO THE CURB AT STREET CROSSINGS WITH LANDINGS IN LIEU OF DIAGONAL CROSSINGS WHERE FEASIBLE. SEE FIGS. 58, 59 & 60. OHAIR R A --VIP S ST-AN. DARD ,5 ... D- ' TAIL �� 1 i CITY OF FORT WORTH, TEXAS -'- CONSTRUCTION STANDARD OCTOBER, 1992, REDRAWN OCTOBER 2002 i LL W N im O m a I � EL 0 (n Q � LLI oa a ¢ cn � � 39 C3 (� LLI V �,- N Z Wuj � C9 p 0 Z l 0 1y- N Lel to = (L . v 3tLII.- min ILI ` v O Q Wizw ~' � CL !je C.) n. cn .5Z'i O1 a tom—W 0 p I O L O �H aano U U o o Lu T in a Le x tl? ri 0 cn� � � � Li. a.f/% L o m LA. co La 0 �fl L a in O U W m J � abQ90 U 0 O zW Q W Z Q CL. QN cn -' o v z' " CL. U9 F N cyr ) - �m w Q � W J U . s EXISTING 15' R SCALE 11" -= 5' SIDEWALK RAMP W/ COLORED SURFACE OTES I) EXPANSION JOINT AND SILICONE SEALING SHALL BE SUBSIDIARY TO UNIT PRICE BID FOR SIDEWALK. ? ZD CURB D GUTTER 2) THE ACTUAL RB ANDI GUTTER AND SIDEWALK SHALL BE AS DIRECTED BY THE ENGINEER IN THE FIELD. I 3) MONOLITHIC CURB OR FLARED SLOPES MAY BE 6" INSTALLED ON BOTH.SIDES OF THE RAMP DEPENDING ON THE FIELD CONDITION OR AS DIRECTED BY THE ENGINEER. 4) CURB RAMPS WITH RETURNED CURBS MAY BE 18" OR 24a USED WHERE PEDESTRIANS MOULD NOT NORMALLY WALK ACROSS THE RAMP. 5)SLOPE OF CURB RAMP AND/OR SIDEWALK wyy SHALL BE A MAXIMUM OF 1;12. FLARED SIDES ` CC CREfEOR 11•.1RAMP UNLSHALL SS PEDESTRIANSACOULD WALK OF PAVEMENT ACROSS THE RAMP THEN THE MAXIMUM SLOPE SHALL BE 1:12. SODDIN�G AS REQl11RED BACK OF PROP. CURB �� MONOLITHIC SIDEWALK CURB CLRB ONOLI RIC FLARED (SEE NOTES) �� D R a�NOUTRHIC o CFLARE 3 L SEE NOTES) - Vc FLARED SURFACE OR CURB SODDING 1 ,r, AS REQUIRED 'Pyr ACK OF PROP. CURB .a FACE OF PROP. 7" CURB 70 �nON�Ro OtiR�M AYC M1T SAWCUT FOR HMAC PAVEMENT & G STANDARD PAY LIMIT DETAIL OrFY OF FORT WORT1-1, TEXAS BAS- 09/2Oa4 ACCESSASILITY RAMP PAY LIMITS STR-032 -- i EXISTING 15' R SCALE 1" = 5' SIDEWALK RAMP W/ COLORED SURFACE I NOTES 1) EXPANSION JOINT AND SILICONE SEALING SHALL BE SUBSIDIARY TO UNIT PRICE BID ' FOR SIDEWALK. EXISTING CURB AND GUTTER 2) THE ACTUAL 'LIMIT OF REMOVAL OF EXIST —ING CURB AND GUTTER AND SIDEWALK SHALL BE AS DIRECTED BY THE ENGINEER IN THE I FIELD. 18" OR 24" SAWCUT FOR CONCRETE PAVEMENT f • SODDINR AS REQUI ED ACK OF PROP. CURB MONOLITHIC SIDEWALK CURB GROOVE " Jb14601 TOOL y 1 RROO WITH •/r JOINTING root . "SODDING AS REQUIRED EXPANSION JOINT & SILICONE SEALING BACK OF PROP. CURB FACE OF PROP. 7" CURa i SAWCUT FOR HMAC PAVEMENT JOINT DETAIL CITY OF FORf®�TWORT TEXAS I MM- -Oa/2004. ACCESSABILITY WORTH, AMP I' JOINT DETAIL - rt L � I 1 t FFRPZrFIRICULAR PUBLIC$Ml~YV=CURB CAMP 10 k b) �ARA4l 6 PUBLIC S�DPNAL.K CURB RAIL? Fu�aEn stns i Lu c"w COMM&D gmARALLEI! EfVWJMCULAR)PUBLIC SIMVALKCURD RAMI' Fto..% 06116fimw*%CU16RQllp I ' r• j �rOR, CITY OF FORT WORTH, TEXAS bAM' 09/2004 �[[ ACCESSABUTY RAMP IWICAL CROSS SECTION STR- 034 f i ATTENTION: CURB RAMPS SHALL BE CONSTTED N LEUPOFDiCULAR©GaNALOTHE C#�GSSIN RB AT i STREET CROSSINGS WITH LANDINGS WHERE FEASIBLE. SEE FIGS. 58, 59 & 60. 14.2.8 Vehicuiar Maya and Facilities i - E t - . 1 ] (d) Pe endlcular public is sidewalk curb ramp perpendicular public sdmwalrb ramp in public sidawalk in public sidewalk with parkway 01) (a) Comb:natlan public sidewalk curb ramp perpendicular ubblic�sidawalk curb ramp IParallel public sidewalk curb ramp in publle sidewalk with parkxay altpra ated inlersectian in public sidewalk Fig. 60 Public 5idewclk Cirb Ramps at Marked Crossings f CRY OF FORT WORTH, TEXAS DATE' 00/2004 ORT OR ACCE5SABIL1TY RAMP FIGURE 50 STR-035 i F x RUNNING RUMNIN6 SLOPE r SLOPE COUNTER SLOPE 1:2Q MAX , lsl$ MAX 1:2Q MAIC F WALK CURB RAMP STREET NOTEI G (1) 81ope = 7�x -where x la s level elope (2) Caunter elope shall not exceed 1:29 lig. 84.7.2 j ble8L3uram0XLL of Curb Ramp Slope 1 PLANTING OR OTHER NONWALMNG SURFACE t X FLkHED.SIDE f 10 No= If X < a" (1220 mm} then the alops of the flared AAan ahmil oot exceed MR • (b) Returned Curb (a� Flarad Sides Fig. 14.7.5 Sides of Curb Ramps as t 1 • i 10 { pig. 34.7.6 giant--up. .Curb. Ramp OCTOBER. 1992, REDRAWN OCTOBER 2002 CITY OF aF�T WORTH. TEXAS, =EDATE. 2004 ��T 4 ACCESSABUTY RAMP RAMP SLOPE DETAILS 5TR-036 i ATTENTION: CURB RAMPS SHALL BE CONSTRUCTED PERPENDICULAR TO THE CURB AT STREET CROSSINGS WITH LANDINGS IN LIEU OF .DIAGONAL CROSSINGS WHERE- FEASIBLE. SEE FIGS. 58, 59 & 60. t T Y P AYOUT - S k i • i , r ' i I t - t t - . CITY OF FORT WORTH, TEXAS - CONSTRUCTION STANDARD OCTOBER, 1992, REDRAWN OCTOBER 2002 E i TYP E I EXISTING 15' R. ti SCALE 1" = 4' PROP. 4' RAMP WITH COLORED SURFACE z f 1:48 f . 1:12 ' 1:12 i VARIABLE HEIGHT CURB f 1/2' R. (TYP) CITY OF FORT WORTH. TEXAS DAM 09/2004 �1 ACCESSABILITY RAMP TYPE I (W/1 a' RADJUS) STR-037 F TYPE I EXISTING 20' R. SCALE 1" = 4' k � PROP. 4' RAMP WITH Q COLORED SURFACE 1:48 i . ; VARIABLE HEIGHT CURB 1 1/2' R. (TYP) x o u CITY OFFORT WORTH, TEXAS DATE- 09/200-C�- ACCESSABILITY RAMP TYPE 1 (20' - RAD) STR-038 f s - E SSIu�`3'ING CURB ' de r2uT s"R R - . } TYPE JII- SCAM ip a 4' SIDEWALK RAMP WITH ew COLORED SURFACE IBM 072 Ro' BROOM FINISH " SA,►� X72 Muc pT• HMAC TIE—IN s s. SODDR40 AS RBQU7RW IMCK PROP.Qs. l:18 f[OATOlyiIi CURB 1:86 r � 1: 80U117NYG AS pxqumzD BACK OF PROF CURB FACE or 7`° CURB �8&WCUT STING.CURD ds Ti:ft GUT F0$ CONCRM PA9MdM CITY OF FORT. WORTH, TEXAS DATE: 09/2004 -- ACCE5SABILITY RAMP TYPE ISI (15' RADIUS) STR-039 i OVO—as (sniav8 ,oz) m Sam, dWVd A IIISVSS300V ��� � � Booz/60 �aLva Svxx `H180M 180-4 AO AllD 1N3A3AVd 313MONOO 8w 1nomys SHM „L -10 3OV-4 MO dONd JO HDVQ • i amnom 5v ONIGOOS 831109 v aana ONUSIn 0 of 1 f aan0 114913H tWEVA z I:G ' A '80 'e1Dtid s .JD KOVe aminma sv ONICOOS „B. NI--311 OVNH lMd OVWH 80-4 MOWS f i HSINIJ VIOONe - I • 30d��ns a��o�oo • H1IM dWd?J A-WIGIS " ,t „4 31VOS eana 9NI1.Srx3 -N ,OZ DNIISIX3 III Id)JL I 3 1 I H.M.A.C. SURFACE OVERLAY (2006-5) ' DOE NO. 5204 TPW NO. GS-93-020930522830 r Bik Limits Project Name Street Limits Procedure Quantity CD Ma 900-1399 BALTIMORE AVE EVANS AVE-YUMA ST MOL 1.5 LM 8 77P l 3600-3699 BIGLEAF LN CROSSWICKS CTR-N RIVERSIDE DR POL 0.08 LM 4 35R 46004699 CHINA ROSE DR SUNNYBANK DR-SILVER SAGE DR POL 0.24 LM 4 36T 4700-4799 CHINA ROSE DR SILVER SAGE DR-FIRE HILL DR POL 0.45 LM 4 36T E 7400-7599 CROSSWICKS CIR CROSSWICKS CT-EMERYWOOD LN POL 0.3 LM 4 35R i 3600-3699 CROSSWICKS CT W CUL-DE-SAC-CROSSWICKS CIR POL 0.24 LM 4 35R s 7700-7849 CROWNWOOD DR WAXWING CIR S-130'N OF RIVER BIRCH RD POL 0.33 LM 4 35R • 1300-1399 E RAMSEY AVE BEVERLY AVE-N-E CUL-DE-SAC MOL 0.3 LM 8 77U 4 r 7900-7999 EASTWIND DR WATERSIDE TRL-SUMMERFIELDS BLVD VOL 0.28 LM 4 36J 7400-7599 EMERYWOOD LN CROSSWICKS CT-N RIVERSIDE DR POL 0.43 LM 4 35R t 7400-7499 ENGLEMAN CT S CUL-DE-SAC-ENGLEMAN ST MOL 0.09 LM 4 36N 6700-6899 HALTOM RD WES'T'ERN CENTER BLVD-WINDWILLOW DR POL 0.56 LM 4 36X 5800-5821 HAVENWOOD CT HAVENWOOD LN N-E CUL-DE-SAC MOL 0.06 LM 4 65R 300-699 HAVENWOOD LN N NW CUL-DE-SAC-OAKMONT LN N MOL 0.56 LM 4 65R i 700-899 HAVENWOOD LN S OAKMONT LN N-525'S OF OAKMONT LN N MOL 0.52 LM 4 65U 7400-7431 MULBERRY CT S CUL-DE-SAC-ENGLEMAN ST MOL 0.11 LM 4 36N ' 4100-4299 PERIWINKLE DR BUTTONWOOD DR-RIVER BIRCH RD POL 0.6 LM 4 36J 45504599 ROSE TREE CT W CUL-DE-SAC-SUNNYBANK DR MOL 0.09 LM 4 36S 46004699 SUNNYBANK DR 4600 SUNNYBANK DR-SILVER SAGE DR MOL 0.23 LM 4 36X 6700-7399 SUNNYBANK DR 6700 SUNNYBANK DR-RIVERPARK DR MOL 1.36 LM 4 36W 7900-7965 WA'T'ERSIDE TRL FIREFLY DR-SUMMERFTELDS BLVD POL 0.52 LM 4 36J 45484568 WILD ROSE CT W CUL-DE-SAC-SUNNYBANK DR VOL 0.11 LM 4 36S Total Lane Miles for Contract H2O06-5 8.96 MOL=Mill Overlay VOL=Pulverization and Overlay t Engineering Department Tuesday,March 7,2006 Design Services Division Page I of I � n 'z d I 3 I �I r0' O 0 p O O O O O O 9 o CD fit 00 C n A j N w o N w o �o n, e e fie_ e e e e C z a � I z e e 9a ^ 6f W o e e e e o o e e e e m. Ko a .9 m_�4 n� [G N<Z «�E I 3 D z D e m o m o m 3 "c 3 34° 3 c ° �o + to4o' o o c I.me 41 1 1 1 v 3 > z Q z e z � I a o o io i3 3 3 3 3 3 �d n 11 e H o o e 0 a � o .• � �e � la ., N CID - a o 0 >R 0 • m m 0 0 o e o 0 0 D 9 n ZZ p 0 0 0 0 0 def o w y Qn o <v- o allo o o e o o C Q a c'm F o< 0 4J<z I e v Dy° m�o D a d 3 m n s E 3 ado3�0 130 �3a 3,�0 3�03mF 3�0 3 IQ I I I O m =