Loading...
HomeMy WebLinkAboutContract 36208- - - - - - - - - - - gg~ri~9frE~~~~cB SPECIFICATIONS -Wf-CGll1MC1GI ,~ --__ tolTMCIOn_CO. AND CONTRACT DOCUMENTS FOR v cm IICIIIIIIW --CIIYIIWII IOMCI -llllfllllDW. __ fN.,UCOft HMAC SURFACE OVERLAY (2007-5) ktBID ATV ARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS CITY PROJECT NO. 00747 TPW PROJECT NO. C293-541200-208620074783 2007 MIKE MONCRIEF MAYOR CHARLES R. BOSWELL CITY MANAGER ROBERT D. GOODE, P.E., DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT GEORGE A. BEHMANESH, P.E., ASSISTANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT PREPARED BY TRANSPORTATION AND PUBLIC WORKS DEPARTMENT INFRASTRUCTURE GROUP DORIGINAL Page 1 of2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 10/23/2007 DATE: Tuesday, October 23, 2007 LOG NAME: 20HMAC07-5REB1D SUBJECT: REFERENCE NO.: **C-22462 Authorize Execution of Contract with Advanced Paving Acquisition, Ltd., d/b/a Advanced Paving Company, for HMAC Surface Overlay 2007-5 Re-Bid at Various Locations (City Project No. 00747) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Advanced Paving Acquisition, Ltd., d/b/a Advanced Paving Company, in the amount of $733,814.00 for 115 working days for HMAC Surface Overlay 2007-5 Re-Bid at various locations. DISCUSSION: In the FY2006-2007 Contract Major Maintenance Program, various types of street maintenance techniques are grouped into specific contract packages . HMAC (hot mix asphaltic concrete) Surface Overlay 2007-5 at various locations provides for surface and base rehabilitation, curb and gutter, and valley gutter replacements for asphalt streets funded from the Contract Street Maintenance Fund . On July 31, 2007, (M&C G-15797) the City Council authorized to re-advertise the project for bid. City staff prepared specifications and contract documents for re-advertisement of the project as HMAC Surface Overlay 2007-5 Re-Bid at various locations. This project was advertised in the Fort Worth Star-Telegram for re-bid on August 9 and 16, 2007. On September 6, 2007, the following bids were received: BIDDERS AMOUNT Advanced Paving Acquisition, Ltd., dba Advanced Paving Co. Dirtco dba Styles Contractors P & E Contractors, Inc. Quality Excavation , Ltd . Peachtree Construction Austin Bridge & Road, L.P . JLB Contracting, L.P . $733,814 .00 $749,465.00 $769,498 .10 $783,647.50 $877,186 .00 $899 ,375 .00 $1 ,603,175.00 Advanced Paving Acquisition, Ltd ., d/b/a Advanced Paving Company is in compliance with the City's M/WBE Ordinance by committing to 21 percent M/WBE participation . The City's goal on this project is 21 percent. This project is located in COUNCIL DISTRICTS 8 and 9. http://www.cfwnet.org/council _packet/Reports/me _print.asp 10/30/2007 Page 2 of2 FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Contract Street Maintenance Fund . TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: FROM Fund/Account/Centers C293 541200 208620074783 $733,814 .00 Marc A. Ott (8476) Robert Goode (7804) George Behmanesh (7914) http://www.cfwnet.org/council _packet/Reports/me _print.asp 10/30/2007 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR HMAC SURFACE OVERLAY (2007-5) REBID AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS CITY PROJECT NO. 00747 TPW PROJECT NO. C293-541200-208620074783 -?-a NAJIB S, P.E. DATE INFRASTRUCTURE MANAGER TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ENGINEERING MANAGER WATER DEPARTMENT TABLE OF CONTENTS 1. Notice to Bidders 2. Special Instructions to Bidders 3. Prevailing Wage Rates 4. Proposal 5. Vendor Compliance 6. Minority and Women Business Enterprise Specifications 7. Special Provisions 8. Item 360, 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 18. Project Designation Sign Detail 19. Other Details 20. Soil Reports 21. Street Locations 22. Street by Street Paving Quantity Determination Spreadsheet Sealed Proposals for the following: HMAC SURFACE OVERLAY (2007-5) (REBID) ATV ARIOUS LOCATIONS TPW PROJECT NO. C293-541200-208620074783 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, September 6, 2007, and then publicly read aloud at 2:00 p.m ., in the Council Chambers. Plans, Specifications and Contract Documents for this project may be purchased for twenty dollars ($20) per set at the Office of the Transportation and Public Works Department, Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. These documents contain additional information for prospective bidders. A pre-bid conference will be held at 10:00 A.M. August 23, 2007, 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: 5,000 4,600 41,500 33,000 430 L.F. L.F. S.Y. S.Y . TON Curb and Gutter Replacement 2 Inch to O Inch Wedge Milling Deep, 5 Ft Wide 2 Inch Surface Course Type "D" Mix 8 Inch Pulverization Cement Modification Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. For additional information, please contact Riad Nusrallah, Street Program Manager at (817) 392-2729. CHARLES R. BOSWELL CITY MANAGER Advertising Dates: August 9, 2007 August 16, 2007 ROBERT GOODE, P.E., DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPAR:Ea~ Riad Nusrallah, P.E. Street Program Manager SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. 2. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proofrequired herein. PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting the Department of Engineering Construction Division at (817) 871-7910. Bids that do not acknowledge all applicable addenda will be rejected as non- responsive. SPECIAL INSTRUCTIONS TO BIDDERS - I - 4. AW ARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of forty-nine ( 49) City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City. 5. PAYMENT. PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. D. A Two-year Maintenance Bond is required for all projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Paragraph 7 of the Special Provisions. To be an acceptable surety on the performance, payment and maintenance bonds,· the surety must be authorized to do business in the state of Texas and meet all requirements of Texas Insurance Code, section 7.19-1. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City SPECIAL INSTRUCTIONS TO BIDDERS -2- 6. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 -General Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 7. EMPLOYMENT AND NON-DISCRIMINATION: The Contractor shall not discriminate against any person(s) because of sex, race, religion, color or national origin and shall comply with the provisions of sections 13A-21 through 13A-29 of the Code of the City of Fort Worth (1986), as amended, prohibiting discrimination in employment practices. 8 WAGE RATES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following: Compliance with and Enforcement of Prevailing Wage Laws A. Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. B. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents; This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. SPECIAL INSTRUCTIONS TO BIDDERS - 3 - - An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph ( c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons . The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. F. Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. H. Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. I. (Wage rates are attached following the end this section.) 9. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering Director for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 10. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation (statutory); Comprehensive General Liaoility ($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance SPECIAL INSTRUCTIONS TO BIDDERS - 4 - - ($1,000,000 each accident on a combined single basis or $250,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto", defined as autos owned, hired, and non- owned). Additional lines of coverage may be requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders -Item 16 . ADDITIONAL INSURANCE REQUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. D. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. E . Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. F . Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. G . Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. H . Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. I. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. J . Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery . SP ECIAL INSTRUCTIONS TO BIDDERS -5 - K. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. L. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 11. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non- resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if the project is funded in whole or in part with federal funds. The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. 12. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 11923, as amended by Ordinance No. 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. The M/WBE Utilization Form, Prime Contractor Waiver Form and the Good Faith Effort Form, as applicable, must be submitted no later than 5:00 p. m. five (5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Department of Engineering ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters oflntent or executed SPECIAL INSTRUCTIONS TO BIDDERS -6- agreements shall include the following information: 1. Name of Contract 2. Name of M/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project, the Contractor comply with the M/WBE Ordinance by complying with the following procedures: • A M/WBE Participation Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. • Reports are to be submitted monthly to the M/WBE Office, regardless of whether or not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month, place a "O" or "no participation" in the spaces provided, and provide a brief explanation. • The Contractor shall provide the M/WBE Office proof of payment to the M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as proof of payment: 1. Copies of submitted invoices with front and back copies of canceled check(s ), OR 2. A notarized letter explaining, in detail: a Subcontractor/supplier Scope of Work b. Date when services were received from subcontractor/supplier c. Amounts paid to the subcontractor/supplier d. Original signatures from both parties must be included on this letter. • If the Contractor foresees a problem with submitting participation reports and/or proof of payment on a monthly basis, the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion. 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. SPECIAL INSTRUCTIONS TO BIDDERS -7- a. All requests for changes must be reviewed and pre-approved by the M/WBE Office. b. If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office, 3rd floor -City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. Upon request, Contractor agree·s to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M/WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three years. 13. AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the proposal, the City reserves the right to adopt the most advantageous construction thereof or to reject the proposal. 14. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a. The contract9r will receive full payment (less 5% retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete . c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced bY. a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. SPECIAL INSTRUCTIONS TO BIDDERS - 8 - f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 15. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through October 31, with 6:00 a.m. -10:00 a.m. being critical because emissions from this time period have enough time to bake in the hot atmosphere that leads to early afternoon ozone formation. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the AIR POLLUTION WATCH by 3:00 p.m. on the afternoon prior to the WATCH day. On designated AIR POLLUTION WATCH DAYS, the Contractor shall bear the responsibility of being aware that such days have been designated AIR POLLUTION WATCH DAYS and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than I-hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment bums Ultra Low Sulfur Diesel (ULSD). diesel emulsions. or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m., on a designated AIR POLLUTION WATCH DAY, that day will be considered as a weather day and added onto the allowable weather days of a given month. 16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: A. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in. 406.096) -includes all persons or entities performing all or part of the services the contractor has -undertaken to perform on the project, regardless of whether that person has employees. This SPECIAL INSTRUCTIONS TO BIDDERS -9- includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E . The contractor shall obtain from each person providing services on a project, and provide to the City: (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. E. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H . The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory SPECIAL INSTRUCTIONS TO BIDDERS -10 - requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; ( 4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity beginning work oli the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs ( 1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false of misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and -stating how a person may verify current coverage and report failure to provide coverage. This SPECIAL INSTRUCTIONS TO BIDDERS -11 - notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any officers, members, agents or employees who engage in the performance of this contract shall, in connection with such employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against any person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents or employees acting on their behalf, shall specify in solicitations or advertisements for employees to work on those contract a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants that it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the Policy in the performance of this contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply with the ADA's provisions and any other applicable federal, state, or local laws concerning disability and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the ADA in the performance of this contract. SPECIAL INSTRUCTIONS TO BIDDERS -12 - END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS -13 - Classifications Concrete Pavin Concrete Pavin Concrete Pavin Concrete Rubber Crane , Clamshell, Backhoe, Derrick, Dragline, Shovel Electrician Fla er Form Builder-Structures Foundation Drill O erator, Crawler Mounted Foundation Drill O erator, Truck Mounted Front End Loader Laborer-Common Laborer-Utili Roller, Steel Wheel Plant-Mix Pavements Roller, Steel Wheel Other Flatwheel or Tamping Roller, Pneumatic, Self-Propelled Scraper Reinforcin Steel Setter (Pavin ) Reinforcin Steel Setter (Structure) Source is AGC of Texas (Hwy , Hvy, Utilities Industrial Branch) www.access .gpogov/davisbacon/ 5/4/2007 $10.06 $11.42 $11.01 $12 .32 $8.80 $12.33 $13 .99 $10 .92 $12.78 $12 .60 $14 .15 $12 .91 $9 .88 $12 .03 $13 .22 $10.91 $12 .80 $11.47 $12.85 $11.75 $13.27 $14.93 $12.00 $12.08 $13.63 $14.00 $12.50 $13 .57 $13.56 Work Zone Barricade Servicer $10.09 $14.50 $10 .61 $14.12 $18.12 $8 .43 $11.63 $11 .83 $13 .67 $16.30 $12.62 $9.18 $10.65 $16 .97 $11 .83 $11 .58 $15.20 $14.50 $13 .17 $10.04 $11 .04 $11.28 $10.92 $11.07 $14.86 $16.29 TO: MR. CHARLES R. BOSWELL City Manager Fort Worth, Texas PROPOSAL FOR: H.M.A.C. SURFACE OVERLAY (2007-5) REBID ATV ARIOUS LOCATIONS CITY PROJECT NO. 00747 TPW PROJECT NO. C293-541200-208620074783 Fort Worth, Texas Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Transportation and Public Works Department of the City of Fort Worth. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding on and awarding the contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (±) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance, Payment and Maintenance Bonds acceptable to and approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums, to-wit: SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 1 2EA. Sign-Project Designation -Install@ Two Hundred Dollars & No Cents Per EA. $ 200.00 $ 400.00 S.P. 2 LUMP Utility Adjustment -Repair @ SUM Six Thousand Dollars & No Cents Per L.S. $ 6,000.00 $ 6,000.00 P-1 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE 104 3 5,000L.F. Curb & Gutter -Replace @ 502 (in sections as directed by inspector) S.P. °fu,exi;N b.-L< Dollars & 7=.ero Cents Per L.F. co $ 2.4 ., 104 4 150L.F. Curb & Gutter-7 Inch w/18 S.P. Inch Gutter -Install @ -::fwe.r\ ", {i;u.( Dollars & t;..f:fO Cents PerL.F. 24.o:) $ 104 5 4,300 S.F. Driveway -Remove S.P. (any type)@ orie., Dollars & ~',(;!>I Cents Per S.F. $ L50 504 6 4,200 S.F. D~veway-{; Inch-Install@ S.P. ~ ou..f Dollars & f\ i ne fi.Jo Cents Per S.F. y _91.. $ 504 7 90S.F. Driveway-{; Inch -Install @ S.P. .-(? (exposed aggregate) 1~tce,.,Q Dollars & s 15 ..°0 1:..u-o Cents Per S.F. 104 8 1,600 S.F. Walk-Remove@ S.P. one... Dollars & ~4 cents Per S.F. I.'.:) 0 $ 504 9 1,500 S.F. Walk-4 Ft. -Install@ S.P. ~Dollars& ~ J:..±+Cents Per S.F. $ ~.'50 P-2 TOTAL AMOUNT BID s 11-0, Ct() $ ::>, (.p()O s Lo/150 s 1.0 1 lol.o4. 00 l/650. oO $ s 1, L/O(). oO $5 1.50,,00 I - SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS 504 10 90S.F. Walk-Exposed Aggregate -Install@ S.P. ~,~.\--e,e..n Dollars & ::J..-UO Cents Per S.F. 104 11 360 S.F. Walk-ADA Wheelchair Ramp -Remove S.P. @ QY\~ Dollars & ~'~:b/ Cents Per S.F. 505 12 360 S.F. Walk-ADA Wheelchair Ramp -Install S.P. @ EiV:v Dollars & z:exo Cents Per S.F. 104 13 50S.Y. Pavement -Valley Gutter -Remove @ S.P. Ont. Dollars & F"\+1'j Cents Per S.Y. 360 14 100S.Y. Pavement -Valley Gutter -Install @ S.P. .Q-i t-±ttf) Dollars & 9;.e.),o Cents Per S.Y. S.P. 15 1 EA. Inlet-Top of 5 Ft Drainage Inlet - -t"n .\ se..ve .. n Replace@ t;)Y\C n~X-&~~6 O-'n ~ ~ i tJ\/ Dollars & S.P. 16 ·-rwo -\-hw.':JO.l\() :>Cl/ef\ l;eyo Cents Per EA. 1 EA. Inlet-Top of 10 Ft Drainage Inlet - Ree_lace@ t-\\JY\d{ed Fif-iy Dollars & --=t,ero Cents Per EA. P-3 UNIT TOTAL PRICE AMOUNT BID $ $ c;µ \S .oo l /~O. \ . 50 5LJO . oO $ $ oc $ 5 .00 s \ <oco . $ l.. 50 s 1S . oO $ \ s 0°0 $ a.) I SOO ~ oC 1 -::1. u:.) s1,lS0. -· $ , , 60 .. SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 402 17 800L.F. Pipe-Sub Drain-6 Inch Perforated - 500 Install@ 620 Se,,ve;n Dollars & ~ S.P. '"t::.e...<O Cents Per L.F. $ 1-.co $ 75 ,vro .. 275 18 33,000 S.Y. Pavement-8 Inch-Pulverization -Rehab S.P. @ -rh ree... Dollars & Toi r--h./ f i~1tents Per S.Y. $ $ b .7::,?> \\ \ SL.JO 275 19 430TON Pavement-Cement Modification-26 lbs/sy -Install@ One.. Hu"' c\,«..d-Twtr1J ·Ave., Dollars & $ $ r;.e.,,<o Cents Per TON o u 5S, i'SD.DO 11.5. 106 20 250 C.Y. Pavement-Unclassified Street Excavation S.P. -Remove@ E i{te,e.,(\ Dollars & $ 0 0 $ L} ,sco :::,o UO Cents Per C.Y. \ 'o. 247 21 15 C.Y. Subgrade-Crushed Limestone For Misc. S.P. placement -Install @ Su U1 tJ Fiv&11ars & $ 00 $ l, l 1-5. OU t;;.UO Cents Per C.Y. lS. 300 22 30C.Y. Subgrade-Remove & Replace -Replace 310 (Asphalt Base Repair)@ 340 °"'y 1:MnO,rl<l>onars & S.P. -=J;.e t:o Cents Per C.Y. ?:J OOJ~ou $ \ ()Q boo $ 300 23 18 TON Pavement-HMAC Level Up -Install@ Q) 340 OY\e, ~(\()({,d, Dollars & \ C)\) ,oo ) BOU . S.P. 7::.,.exo Cents Per TON $ $ I P-4 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE S.P. S.P. S.P. S.P. 300 310 340 S.P. 24 4,600 L.F. Pavement-2 Inch to O Inch Wedge Milling Depth 5.0 Ft Wide -Install @ D 'De ,, Dollars & 6'B f\(;~I Eiih"tcents Per L.F. $ \ • 25 11 EA. Pavement-Butt Joint-Milled -Install @ \WO \NY'I~~ Ni'1i"'/ IUJO Dollars & 26 27 28 "1:exo Cents Per EA. $ l 91-pa.::> 1800 S.Y. Pavement-2 Inch Surface Milling - Install@ Ooe,, Dollars & tm:±\fents Per S.Y. 4,250 L.F. Pavement-Crack Sealing-Install ( of existing pavement) @ ];.e.:<o Dollars & f-~Cents Per L.F. 41,500 S.Y. Pavment-2 Inch-Surface Course- '.!)'pe D Mix -Install @ E.. 1 ~ ht Dollars & \~Cents Per S.Y. I yo $ • $ • 8 1.v $ • S.P. 29 1 EA. Speed Cushion-HMAC Std. Speed Cushion w/stripping-24 Ft. and 28 Ft. ,,(\,. --n.Ov\ '::ltnci ~\\JP Wide Street -Install@ V v 111 v H\)Q6{U} Dollars & 1:::e-{ 0 Cents Per EA. P-5 TOTAL AMOUNT BID s 1 1 1-t.2n DO s 3/211 .. SPEC PAY APPROX. DESCRIPTION OF ITEMS WIIB BID UNIT TOTAL AMOUNT BID ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE S.P. 406 450 S.P. S.P. 406 450 S.P. S.P. 30 1 EA. Speed Cushion-HMAC Std. Speed Cushion w/stripping-36 Ft. and 40 Ft. Wide Street -Install @ Dn-t. \ho\A.'::lLn d Se,ve,n l-lu.n6'<(Cl)ollars & 31 32 33 34 "1;:UO Cents Per EA. 15 EA. Valve Box -Adjustment @ Three-Hundred Dollars & No Cents Per EA. 3 EA. Meter Box -Adjustment @ Thirty-Five Dollars & No Cents Per EA. 21 EA. Manhole -Adjustment@ Four-Hundred Dollars & No Cents Per EA. Mobilization -Services @ SEA. Five Hundred Dollars & No Cents Per EA. TOTAL BID P-6 $ $ 300.00 $ 4,500.00 $ 35.00 $ 105.00 $ 400.00 $ 8,400.00 $ 500.00 $ 2,500.00 $~ \1>'13~ \~14 oo ~ This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Taxes. All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under House Bill 11, enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in, employment practices. The undersigned agrees to complete all work covered by these contract documents within Q!!£ hundred fifteen (115) Working Days from and after the date for commencing work as set forth in the written Work order to be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction" as established by the City of Fort Worth, Texas. Within Ten (10) Calendar Days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond for the faithful performance of this contract. The attached denosit check in the sum of : . :S .° lo of ±h ~ 1 GI A b Dollars ($ · 1 1 ,1~ • · -) is to become --"'..;;....;_=.----------------I the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. The Contractor shall mobilize within ten (10) calendar days of the notice given by the Construction Engineer for any of the locations. If the contractor fails to begin the work within ten (10) calendar days, a $200 dollars liquidated damage will be assessed per Block per day. I (we), acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. 1 (Initials) __ Addendum No. 2 (Initials)_ Addendum No. 3 (Initials)_ (Seal) Date: CJ -(L .-tJ 7 P-7 Signature 5AM. &k~] Printed Name of Principal Address : 22--'S-7 JO€ rU~l-D /llJ , E-mail Address: e AAI ~cll.$t1'i/ @ A/J II ,1 N CED PAIi 1,J6 cv . U;:J,'V Telephone: q 1 Z. -tll S -o c:;a:, VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as 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. Ou~cipal place of business or corporate offices are in the State of Texas. Bidder: Company Address i5ZZ.'J City State Zip Title (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION M/WBE REQUIRED DOCUMENTATION RECEIPT Transportation & Public Works Official Date: 9 I II I o7 Official Time: /tJ : 5 () Bid Date: _L; f ?;~ Project Name: H/Jlll e <200 1-$ Project Manager: Forms Submitted By Name: Company: Received By: Sep. 7. 200 7 2:4 4PM MWBE OF FIC E No . 608 4 P. 2 FORT WORTH . . .jlf• ~ City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis . All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's M!WBE goal on this project is __ Z_/ __ % of the total bid (Base bid applies to Park& and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITIAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if goal is received by 5:00 p .m., five (5) City business days after the bid met or exceeded: openinci date,.exclusive of the bid openin!'.l 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. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.rn .. five (5) City business days after the bid Utilization Form, if no M/WBE particioation; opening date , exclusive of the bid openina date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: openina date, exclusive of the bid openina date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.rn .• five (5) City business days after the bid to met or exceed goal. openino date, exclusive of the bid ooenina date. Any questions, please contact the M/WBE Office at (817) 392-6104. Rev. 11/1/05 Sep . 7. 200 7 2:4 4PM I PRIME COMPANY NAME: MWBE OFF IC E City of Fort Worth Subcontractors/Suppliers Utilization Form No. 6084 P. 3 A, .. ,-,1MENT lA Page 1 of4 Check applicable block. to describe prime A I) VI} N {!,C{) PA-V A/6 I MNV/DBE I l NON-M/W/DBE PROJECT NAME: }/IIJIJ e. CJv~'J ( 2..007-sj BID DATE 5ud-r/lc£ C/-b -tJJ City's M/WBE Project Goal: Prime's MIWBE Project Utilization: PROJECT NUMBER ZI % Z/ % C z. 9 .3 -5'// zoo -ZoB62-oo 7' Identify all subcontractors/suppliers you will use on this project M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parl<er , Johnson , Collin, Dallas , Denton, Ellis , Kaufman and Rockwall counties. ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). Rev . 5/30/03 7B3 Sep . 7. 200 7 2:45PM I ~· MWBE OFF ICE No. 6084 P. 4 A 1 , ,.._~r1MENT 1 A Paga 2 of4 Primes are required to identify ALL subcontractors/suppliers , regardless of status; i.e ., Minority , Women and non-MJ\NBEs . Please list M/WBE firms first, use additional sheets if necessary. SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax 5 f 13 Cell/ C(I.CT~ /,t./o/ U/€{.,CI/ /IIIG'. F'T. jA)Otl.-,H1 r~ 71,1 3'/- Bl7 -33 z -77lf-t.f &11-636 -s2sz r11~ f>/1..€'111 P A f' tll C-€ T (U.ldwJ G 152. w. MAIN A2.1..-E -,-.,._ 71,02.0 I 8 J7 -tf'f 1/--0 6 3 t,. Bi 7,. '14tf -Z-'-~ "I r;t.._ BIAt.z..l Cr;Mr:t>J/ )oifol N. M£1l-101A-..J SU.lTE' 'foo IN1)1P1tJJ\pous, '"' '/-bt.90 AU 5 7'11/ fl SP fl II l. "T I, 330 CofYI Wlell...CG Df1.., 5c.tlT€ I :SO 11L'11N"', T'/... 7St:>'13 2,'f-59~ -130 0 D lA. 'i:,"l' fLo t.-I N c. . :2.C,z.s f/wY . 11,f P.o. 80'11. 112.S 12...oA NC~£, '7~ 7 ~2..lp 2.... ~17' 't-'II-31po3 ~ 11 -'fC/ I -2-3 s 'f FA,<. Certification (cllecl< one) T t--.....---,-.,..,-N .--,,T,,... I M W C X e r B B T D E E R 0 C T A I ./ ./ / / Detail Subcontracting Work C.orJ ~~ lltcMo\l AL-! '2.EPt-A ceMe..)'T M 1 ::.ctr t..ttNecu.s H1tut..1AI G ·./ />11u111ito oF I:; i.1 s 7, Jt; S7 Uf;t5 Detail Supplles Purchased /t-Sl'fl/Jl-T Dollar Amount f OD 11 52.S. .I· 00 -i 4-B, s10 . Rev. 5/30/03 Sep. 7. 200 7 2:45 PM I ·~· MWBE OFF IC E No . 6084 P. 5 Al IAvrlMENT 1A page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status: i.e ., Minority, Women and non -M/WBEs . Please list M/WBE firms first, use additional sheets if necessary. SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax Detail Subcontracting Work Detail Supplies Purchased Dollar Amount Rev. 5/30/03 Sep . 7. 200 7 2:45 PM I MWB E OF FI CE FORTWORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers $ Total Dollar Amount of Non~M/WBE Subcontractors/Suppliers $ No . 608 4 P. 6 /S-4 /00. I Z 57, /'/-5. A 1 1 t\vriMENT 1 A Page 4 of4 oo 00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ '/11 1 2'1-S-. 00 By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books , records and files held by their company . The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal , State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may resul · a determination of an irresponsible Offeror and barred from participating in City work for a eriod of tim t less than one (1) year. P(U;,S~OENT Title Company Name Address City{State/Zlp 511/YI t::PA~T Printed Signature ez._,c..... ANOEILSoA! ~ £571/JI/YTotr...... Contact Namafritle (if different) Telephone andfor Fax £11-AIOEfUo.,,/@ /J.ollt'/Ne..<=a l'AiJll'Ja, ~o . ~,, E-mail Address Date Rev. 5/30/03 SPECIAL PROVISIONS FOR: H.M.A.C. SURFACE OVERLAY (2007-5) REBID ATV ARIOUS LOCATIONS CITY PROEJCT NO. 00747 TPW PROJECT NO. C293-541200-208620074783 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. 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 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 (±) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. SP-1 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. AW ARD OF CONTRACT: Contract will be awarded to the lowest responsible bidder. 3. SUBMITTALSFORCONTRACTAWARD: 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. CONTRACT TIME: The Contractor agrees to complete the Contract within the allotted number of days. If the Contractor fails to complete the work within the number of days specified, liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas. The contract time will be counted from the date set at the pre-construction conference and will continue until a time the inspector determines the project is ready for a final inspection. At that time a final inspection will be scheduled. If in the opinion of the inspector theJproject has SP-2 not been made ready, the final inspection will be cancelled and time will continue to be counted. A five working day period is required for the rescheduling of a final inspection. The Contractor also agrees to complete the final punch list within ten (10) days after receiving it. If the Contractor fails to complete the work within ten (10) days, the counting of the number of days to complete the Contract will resume and liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas. 5. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: A. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. B. The Construction Engineer and the Director of the Transportation and Public Works Department will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. C. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Construction Engineer. SP-3 D. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Construction Engineer will, if necessary, then forward updated notices to the interested individuals. E . If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 6. RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor, any part of the project, or 'the entire project, at any time before the Contractor begins any construction work authorized by the City. 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 WORIB and STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORIB CENTRAL TEXAS. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. A copy of these specifications may be purchased at the Office of the Transportation and Public Works Department, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item in the Proposal. If not shown, then applicable published specifications in any of these documents may be followed at the discretion of the Contractor. 8. CONTRACT DOCUMENTS: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate and as determined by the Director of the Transportation and Public Works Department. SP-4 9. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. See Special Instructions to Bidders Item No. 14 for further requirements. 10. TRAFFIC CONTROL: The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Vernon's Civil Statues, pertinent sections being Section Nos. 27, 29, 30 and 31. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer @817-392-8712 at least 10 working days prior to the preconstruction conference. Although work will not begin until the traffic control panel has been reviewed, the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871-7738), to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. SP-5 The Contractor shall limit his work within one continuous lane of traffic at a time to minimize interruption to the flow of traffic upon the approval of the City Engineer. Work shall not be performed on certain locations/streets (primarily arterials) during "peak traffic periods (7 a.m. to 9 a.m. and to 4 p.m. to 5 p.m.)"; or, as determined by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." See "Street By Street Quantity Determination Spread Sheet", in the back of this document, for designated locations. The contractor will be responsible for coordination, of proposed construction activities, with public or private school administration. The proposed construction activities shall accommodate school operating schedules, including school bus/parent drop off and pick up periods. The contractor shall provide proper traffic and pedestrian control to ensure safety at all times. Construction areas shall be properly barricaded/fenced to prevent public entry. 11. PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: 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 construction activity along each street. The flyer shall be prepared on the Contractor's letterhead and shall include the following: o Project name/Contract name o Project number o Expected dates of construction o Contractors and project inspector's contact information A sample notice/flyer is included in the contract documents. The Electronic version of the notice/flyer can be obtained from the Office of the Transportation and Public Works Department Construction. It will be the contractor's responsibility to create and distribute a follow-up notice/flyer informing residents if for any reason work should stop on a project for more than twenty- one (21) calendar days after construction begins. The flyer should also include the anticipated date of when the work will begin again. It will be the contractor's responsibility to re-distribute a three (3) day notification/flyer prior to beginning the construction activity. SP-6 In addition, all copies of the notice/flyer shall be delivered to the City inspector for his review prior to distribution. The contractor will not be allowed to begin construction on any street until the flyer is delivered to all residents of the street. All work involved with the notice/flyer shall be considered subsidiary to the contract price and !!Q additional compensation shall be made. 12. PAYMENT: The Contractor will receive bi-weekly payment (minus 5% retainage) from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. See Special Instructions to Bidders Item No. 14 for further requirements. 13. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and ref erred 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 bis 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. SP-7 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. 1 ". 15. DISPOSAL OF SPOil.JFILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator (" Administrator"), of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056) and a flood plain permit issued. All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the Administrator approving the disposal site, upon notification by the Director of the Department of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. No temporary storage of material, rubble, equipment or vehicles within parkway is allowed. Damage to sodded/landscaped areas shall be replaced at Contractor's expense to the satisfaction of City Engineer. 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: SP-8 Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 18. CONSTRUCTION SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference. This schedule shall detail all phases of construction, special coordination with schools (see Item No. 10 Traffic Control for details), including project clean up, and allow the contractor to complete the work in the allotted time. Contractor will not move on to the job site nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in. Contract start date would be outlined in the pre-construction work order notice. Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. 19. SAFETY RESTRICTIONS -WORK NEAR IDGH 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 OPERA TE TmS EQUIPMENT WITmN SIX FEET OF IDGH 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 log of all such calls to TXU Electric Delivery and shall record action taken in each case. SP-9 (4) The Contractor is required to make arrangements with the TXU Electric Delivery for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (5) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). 20. RIGHT TO AUDIT: Contractor agrees that City shall, until the expiration of three (3) years after final payment under this contract is made by City, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of Contractor involving transactions relating to this contract. Contractor agrees that City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with Article VI. City shall give the subcontractor reasonable advance notice of intended audits. Contractor and subcontractor agree to photocopy such documents as may be requested by City. City agrees to reimburse Contractor and/or subcontractor for the cost of copies at the rates as contained in the Texas Administrative Code at the time payment is made. 21. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to indemnify City's Engineer and Architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor 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, SP-10 damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 22. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material that has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed substitutes is procured by the Contractor. Where the term "or equal", or "approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications. 23 . WATERFORCONSTRUCTION: Water for construction will be furnished by the Contractor, at his own expense. SP-11 24. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. 25. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained written permission from the property Owner. A copy of the written permit shall be provided to the assigned inspector prior to utilization of the property. 26. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities, which may be encountered. 27. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor;s particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". 28. CONSTRUCTION The City of Fort Worth maintains a "CONFINED SPACE ENTRY PROGRAM" for its employees and all contractors and their sub-contractors must comply with this program as a condition of the contract. All active sewer manholes, regardless of depth, are defined, as "permit required confined spaces". Contractors will be required to complete the "CONFINED SPACE ENTRY PERMIT" used by the Fort Worth Water Department (Field Operations Division) for each entry and possess and use the equipment necessary to comply with this program. The cost of complying with this program will be considered subsidiary to the pay items involving work in confined spaces (e.g. vacuum testing, cleaning, televising, construction, etc.). NON-PAY ITEM No. 1 -SPRINKLING FOR DUST CONTROL: SP-12 All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM NO. 2 -REMOVAL OF TRAFFIC BUTTONS AND TEMPORARY LANE TAPE: The Contractor shall be responsible for the documentation of all street markings prior to the removal and disposal of the pavement markings. All traffic buttons shall be removed from the existing asphalt surface before resurfacing begins. The contractor shall be responsible for the removal and disposal of all buttons and markings. Upon completion of the job the City will install new buttons after proper notification. The contractor shall also be responsible for all materials, equipment and labor to place temporary adhesive lane marking tape to control and direct traffic in the same way as they were prior to start of construction. Any corrective action required on the temporary lane markings shall be the total responsibility of the Contractor and at no extra cost to the City. The contractor shall notify the Construction Engineer and T/PW Traffic Services to arrange for the replacement of the buttons and adhesive lane markers (arrows, etc.). All costs to the contractor shall be figured as subsidiary to this contract. NON-PAY ITEM No. 3 -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES: The contractor shall be responsible for locating and marking previously exposed manholes water valves and any other utility cover in each street of this contract before the resurfacing process commences for a particular street. The method used to document locations shall be one in which the covers can be found exactly the first time. Proof of documentation must be provided to the assigned inspector prior to start of any overlay process. The contractor shall attempt to include the Construction Engineer or his designee (if 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 the street. Marking the curbs with paint may be allowed if and only if a water base paint is used. SP-13 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 exposed and clean 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 SBC -Telephone TXU Electric Delivery Downtown -other titan Downtown Atmos Energy (Gas) - CFW Street Light and Signal Storm Drain Water & Sewer Telephone Number 817-338-6202 214-384-3732 Cell 817-215-6424 817-215-6688 817-215-4306 817-871-8100 817-871-8100 817-212-2686 817-992-0130 Cell 817-212-2633 817-991-8102 Cell Contact Person Mr. Gary Tillory Mr. Scott King Mr. Robert Martinex Mr. Roger Oliver Mr. Dwayne Cox Mr. Roger Martin Mr. Gordon Couch Mr. Steve Tackett Mr. Ron Dacus 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. 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, SOIL, ETC.: SP-14 All property along and adjacent to the Contractor's operations including lawns, yards, irrigation systems, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys. This permit can be obtained by calling the Forestry Office at (817) 871-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. NON-PAY ITEM 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 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 it has been determined that the jobsite has not been kept in an orderly condition, the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. SP-15 The Contractor shall make a final cleanup of each street 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 and restored. Failure to do so will be cause to stop the contractor from starting work on other streets. Project time will not be suspended and a $200 charge per day will be made as liquidation damages. The Contractor shall make a final cleanup of all parts streets before acceptance of the project is made. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. NON-PAY ITEM NO. 6-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 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. NON-PAY ITEM NO. 8 -NO PAVING WORK ON SOLID WASTE WEEKLY PICK-UP 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 such that !!Q 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 SP-16 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, see "Garbage, Recycling, Yard Trimmings & Brus!, Weekly Pickup". No paving activities shall be scheduled on this day. The Contractor will be allowed to construct concrete flatwork on solid waste weekly pick-up day. Also on the spreadsheet, the solid waste monthly pick-up is listed as the week of the month, see "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 Department regarding when the monthly pickup day occurs. If new pavement is damaged by the solid waste monthly pickup trucks due to the contractor's failure to adhere to the procedure outlined above; then, the Contractor shall be solely responsible for any repairs required. Assessment of damage will be determined by the Construction Engineer, or, his authorized representative. The weekly and monthly solid waste pick up schedules are hereby provided for bidding purpose and use by the selected contractor during construction. All cost associated with scheduling pavement installation around "solid waste pick-up days" shall be considered incidental to the project contract amount and ill! additional compensation shall be allowed. NON-PAY ITEM NO. 9 -AGREEMENT OF QUANTITIES The streets will be measured and all quantities per street will be documented. This estimate sheet will be provided to the contractor. The Contractor is requested to agree by signing the estimate and returning with in a 10 working day period. If the Contractor is not in agreement then the Contractor is required to, within a 5 working day period, arrange a field trip with the assigned inspector to show proof of the difference. Failure of the Contractor to do this within the allowed time frame, a $100 dollar liquidated damage will be assessed per day until compliance has been made. PAY ITEM NO. 1 Sign-Proiect Designation -Install: SP-17 The contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of% inch fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction. The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The unit price bid per each will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO. 2 Utility Adjustment-Repair: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer, and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adj usted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. SP-18 PAY ITEM NO. 3 Curb & Gutter -Replace (in sections as directed by inspector): These provisions require the contractor to remove all failed existing curb and gutter in sections, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, 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-SSB. Pay limits for laydown curb and gutter are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut the curb and gutter and/or 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 inch out from the gutter lip, with same day haul-off of the removed material to a suitable dumpsite. 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", if needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc., if damaged during construction, shall be replaced with same or better at no cost to the City. 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 on 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. 4 Curb and Gutter-7 inch w/18 Inch Gutter -Install: These provisions require the contractor to place a new standard concrete curb and gutter, Iaydown curb and gutter, or in like kind, as governed by the standard City Specifications, SP-19 Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S5B. Pay limits for laydown curb and gutter are as shown in Drawing No. S-SS of the Standard Specifications. The street void, created in the removal of the failed curb and gutter as per PAY ITEM NO. 4 Curb and Gutter -Remove ( entirety), shall be filled in this item and consist of 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", if needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc., if damaged during construction, shall be replaced with same or better at no cost to the City. 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 on 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. 5 Driveway-Remove (any type): This item shall include the removal of any type of existing concrete driveways, as designated by the Construction Engineer, 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" and Drawing Nos. S-S5. Pay limits for laydown curb and gutter are as shown in Drawing No. S-SS of the Standard Specifications. Contractor shall sawcut existing driveway, curb and gutter and/or pavement prior to driveway removal. SP-20 The unit price bid per square feet shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the removal work. PAY-ITEMS: NO. 6 Driveway-6 inch -Install: NO. 7 Driveway-6 inch-Install (exposed aggregate): This item shall include the replacement of any type of existing concrete driveways, as designated by the Construction Engineer, 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. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. All concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Exposed concrete aggregate driveway surface shall be seeded with pea gravel. 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, or, unless otherwise directed by the Engineer or his authorized representative. The unit price bid per square feet shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the replacement work. PAY-ITEM NO. 8 Walk-Remove (any type): This item shall include the removal of any type 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 dumpsite. For specifications governing this item, see Item No. 104 "Removing Old Concrete". Contractor shall sawcut existing sidewalk and/or driveway prior to sidewalk removal. SP-21 The unit price bid per square feet shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the removal work. PAY-ITEMS: NO. 9 Walk-4 Ft. -Install: NO. 10 Walk-Exposed Aggregate-Install: This item shall include the replacement of any type of existing concrete sidewalk, as designated by the Construction Engineer, due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item, see Item No. 504 "Concrete Sidewalk and Driveways". All concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. The exposed concrete aggregate sidewalk surface shall be seeded with pea gravel. 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. Wash water shall be prevented 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, or, unless otherwise directed by the Engineer or his authorized representative. The unit price bid per square feet shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the replacement work. PAY-ITEMN0.11 Walk-ADA Wheelchair Ramp-Remove: This item shall include the removal of existing standard concrete wheelchair ramps at various locations, to be determined in field by the Construction Engineer, due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item, see Item No. 104 "Removing Old Concrete". Contractor shall sawcut existing sidewalk, curb and gutter and pavement prior to wheelchair ramp removal. The removal of existing curb and gutter as required for the installation of new wheelchair ramps shall be included in PAY ITEM NO. 3 Curb & Gutter -Replace (in sections_. as directed SP-22 by inspector) or PAY ITEM NO. 4 Curb and Gutter -Remove ( entirety), as determined by the Construction Engineer. Pay limits for laydown curb and gutter are as shown in the Accessability Ramp Pay Limits detail (STR-032). The pay limit will extend from 9 inches outside the lip of gutter to 15 inches 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 inches back from the face of curb and encompass the remainder of the ramp and sidewalk. The unit price bid per square feet shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the removal work. PAY-ITEM N0.12 Walk-ADA Wheelchair Ramp-Install: This item shall include the construction of standard concrete wheelchair ramps at various locations to be determined in field by the Construction Engineer. The Contractor shall construct a 4-inch standard concrete reinforced wheelchair ramp as shown on the enclosed details, or as directed by the Engineer and in accordance with applicable provisions of Standard Specification Item 504 "Concrete Sidewalk Driveways", except as herein modified. The replacement of existing curb and gutter as required for the installation of new wheelchair ramps shall be included in PAY ITEM NO. 3 Curb & Gutter -Replace (in sections as directed by inspector) or PAY ITEM NO. 4 Curb and Gutter-7 inch w/18 Inch Gutter -Install, as determined by the Construction Engineer. Pay limits for laydown curb and gutter are as shown in the Accessability Ramp Pay Limits detail (STR-032). The pay limit will extend from 9 inches outside the lip of gutter to 15 inches 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 inches back from the face of curb and encompass the remainder of the ramp and sidewalk. Concrete flared surfaces, as designated by the Construction Engineer, 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). SP-23 "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 feet, as shown on the proposal, will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO. 13 Pavement -Valley Gutter -Remove: This item shall include the removal of existing concrete valley gutters at locations to be determined in field by the Construction Engineer. Contractor shall sawcut existing sidewalk, curb and gutter and/or pavement prior to valley gutter removal. Sawcutting and removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be included in this pay item. All applicable provisions of City standard specifications, Item No. 104, "Removing Old Concrete" and Item No.106, "Unclassified Street Excavation", shall apply. 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 removal work. PAY ITEM N0.14 Pavement-Valley Gutter-Install: This item shall include the reconstruction of existing or installation of new concrete valley gutters, at locations to be determined in field by the Construction Engineer. All applicable provisions of City standard Drawing No. S-S6 and detail enclosed, TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 247 "Flexible Base (referenced), 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), shall apply. SP-24 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. Contractor may substitute 5 inch non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. All applicable provisions of Item No. 360 "Concrete Pavement" (enclosed) shall apply. Surface texturing shall be made with a medium broom in lieu of carpet drag or metal tining. 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. 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. 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. PAY ITEMS: NO. 15 Inlet -Top of 5 Ft Drainage Inlet -Replace: NO. 16 Inlet -Top of 10 Ft Drainage Inlet -Replace: These items shall include the removal and replacement of a 7 inch 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. 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. 17 Pipe-Sub Drain-6 Inch Perforated -Install : SP-25 This item shall consist of furnishing and installing 6 inch perforated subdrain and filter material all as shown on the enclosed details, or as directed by the Engineer. 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 Water flow rate by falling head Tex-616-J 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. 80minimum 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 Specification. "Plastic Filter SP-26 Fabric", Nov. 1977. "Apparent elongation" at breaking ASTM Designation: D 1682 100 maximum load in either machine or cross-grab method G as modified machine direction, expressed as by Tex-616-J 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. Backfilling 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 linear feet shall be full compensation for all labor, materials, equipments, tools, and incidentals necessary to complete the work. PAY-ITEMS: ·N0.18 Pavement-8 Inch-Pulverization-Rehab.: NO. 19 Pavement-Cement Modification-26 lbs/sy -Install: 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 in back of this document.) 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 inch. After pulverization is completed, contractor shall temporarily remove and store the 8 inch deep pulverized material, then cut the base 2 inch to provide place for the new 2 inch H.M.A.C. surface. The 2 inch base cut shall start at a depth of 8 inch from the existing pulverized surface. After the undercut operation is completed, the temporarily stored 8 inch deep pulverized material shall be returned to the excavation. If the existing pavement has a combination of 10 inches of H.M.A.C and crushed stone/gravel, undercut will not be required. The contractor will pulverize the 10 inches, and the 2 inch cut will be taken, from the 10 inch pulverized material. SP-27 In case of high crown, the contractor shall pulverize the exiting crown and pavement. The Construction Engineer will determine the appropriate undercut depth to meet the City standard. The maximum amount of existing asphalt concrete pavement in the mixture shall be at the discretion of the Engineer. After the above processes are performed, the contractor shall shape the pulverized material to the appropriate line and grade. Samples of the pulverized material will be collected and tested for gradation requirements on two occasions, first on the day the material is initially pulverized and second on the day the material will be mixed with the cement. 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. Portland cement shall be applied to the pulverized material at a rate of 26 pounds per square yards, 8 inch in depth. 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 respect to areas being treated. Cement shall be applied only to such an area that all the operations can be continuous and completed, in daylight, within six (6) hours of such application. The contractor shall blade to grade and compact the pulverized cement treated 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. After the cement treated base has cured for 48 hours, provide machinery (minimum 12 ton steel wheel vibratory roller) to roll the surface of the cement treated material to induce hairline cracks "micro-cracks". Amplitude of vibrating will be at the discretion of the Engineer or his authorized representative. Micro-cracking will be used to reduce shrinkage cracking in the cement treated material and reduce reflective cracking through the asphalt cement surface overlay. Roller shall be in accordance with TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item No. 210 "Rolling" (referenced). Operate roller at walking speed (2 to 3 mph). Generally one (1) to four (4) passes of the roller are required to create the micro-cracks. One pass is down and back. SP-28 The contractor shall then prime and immediately overlay the micro-cracked surface with 2 inch 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). The 2 inch H.M.A.C. surface will be paid under PAY-ITEM NO. 28 -Pavment-2 Inch-Surface Course-Type D Mix -Install. If the contractor fails to begin the 2 inch H.M.A.C. surface course work within five (5) calendar days, a $200 dollars liquidated damage will be assessed per block per day. 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 2 inch H.M.A.C. surface course and extend within the parkway, to existing ground 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 of pavement pulverization and per ton of cement modification 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. PAY-ITEM NO. 20 Pavement-Unclassified Street Excavation-Remove: This item will be used if additional excavation is needed that is not covered by PAY ITEM NO. 19 Pavement-8 Inch-Pulverization -Rehab. Additional Excavation is the removal of the excessive crown and base to bring the new base to proper grade & City standard specifications for street reconstruction. This item shall also be used for removing and disposing the existing brick base, if the existing brick base cannot be wedge or surfaced milled, prior to placing 2 inch HMAC Type "D" surface course. The void created by removing the existing brick base shall be filled to the proper grade, with PAY ITEM NO. 23-Pavement-HMAC Level Up -Install, before placing 2 inch HMAC Type "D" surface course. For wedge milling, the measurement for estimating the removal and disposal of the existing brick material shall be a width of 5-feet, a length of curb and gutter and a depth of 3-inches. For surface milling, the measurement for estimating the removal and disposal of the existing SP-29 brick material shall be the surface area and the depth of 3-inches. These measurements shall be under City standard specifications Item No. 106 " Unclassified Street Excavation ". All applicable provisions of Item No. 106 "Unclassified Street Excavation" shall apply, work shall be paid per cubic yard. PAY-ITEM NO. 21 Subgrade-Crushed Limestone For Misc. Placement -Install: This item shall be used to repair the failed base material in areas exceed 8 inch deep as directed by the Engineer. The material shall be graded crushed stone. All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges", Item No. 247 "Flexible Base", shall govern this item. 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. 22 Subgrade-Remove & Replace -Replace (Asphalt Base Repair): 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 dumpsite. After satisfactory completion of removal as outlined above, the contractor shall place the 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. SP-30 pavement thickness will not exceed 8 inch. Before the patch layers are applied, any loose material, mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) shall govern work. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY ITEM NO. 23 Pavement-HMAC Level Up-Install: 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 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced), shall govern work. This item shall be used to fill, to the proper grade, the void created by removing existing brick base, if existing base cannot be wedged or surface milled. 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. 24 Pavement-2 Inch to O Inch Wedge Milling Depth 5.0 Ft Wide-Install 1. Description This item shall consist of milling the existing pavement from the lip of gutter at a depth of 2 inch and transitioning to match the existing pavement (0 inch cut) at a minimum width of 5 feet. The existing pavement to be milled will either be asphalt, concrete, or brick pavement. The milled surface shall provide a uniform surface free from go~ges, ridges, SP-31 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. If the existing base is brick and cannot be wedge milled, then the existing brick base, of 5- foot in width, shall be removed under PAY-ITEM NO. 19 Pavement-Unclassified Street Excavation -Remove, and replaced under PAY-ITEM NO. 23 Pavement-HMAC Level Up -Install, prior to placing H.M.A.C. surface course. See PAY-ITEM NO. 19 Pavement-Unclassified Street Excavation -Remove, for further description of work. For those streets designated as Mill Overlay on 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 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 operations of new streets 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. 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 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 SP-32 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 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. 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. 25 Pavement-Butt Joint-Milled -Install: Description: This item requires the contractor to mill "butt joints" into the existing surface, in association with the wedge milling operation (PAY ITEM NO. 24) 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 standards and equipment needed for the butt joints milling operations shall be governed by the special provisions of PAY-ITEM NO. 24-Pavement-2 Inch to O Inch Wedge Milling Depth 5.0 Ft Wide -Install. 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. 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 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 inch. This milled area shall be tapered within the 20 feet SP-33 to a depth from O inch to 2 inch 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, will be 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. 26 Pavement-2 Inch Surface Milling -Install: This item shall consist of milling the existing pavement at a depth of 2 inch. All applicable provisions of PAY ITEM NO. 24 Pavement-2 Inch to O Inch Wedge Milling Depth 5.0 Ft Wide -Install shall apply. If the existing base is brick and cannot be surfaced milled, then the existing brick base shall be removed, under PAY ITEM NO. 19 Pavement-Unclassified Street Excavation -Remove and replaced under PAY ITEM NO. 23 Pavement-HMAC Level Up -Install, prior to placing H.M.A.C. surface course. See PAY ITEM NO. 20 Pavement-Unclassified Street Excavation- Remove, for further description of work. The unit price bid per square yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY ITEM NO. 27 Pavement-Crack Sealing -Install (of existing pavement): Contractor shall seal existing cracks ~ inch and greater, by using cold poured crack sealer Polymer Modified Asphalt 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. SP-34 The inside of the cracks shall be cleaned with an air compressor or approved equipment, 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 bid per linear foot shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the work. PAY-ITEM NO. 28 Pavment-2 Inch-Surface Course-Type D Mix -Install: 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 64-22 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 SP-35 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. 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. The mixture design report must be certified and signed by a Level II Specialist and submitted on TxDOT's software forms. 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 (Tex-530-C). • Under Item 340.4, Construction, J. Ride Quality: The Ride Quality Surface Type A test (10-foot straight edge) shall be measured. • Under Item 340.5 Measurement: Hot mix will be measured by the square yard of the composite hot mix, which includes asphalt, aggregate and additives. • Under Item 340.6 Payment: SP-36 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)". PAY ITEMS: NO. 29 Speed Cushion-HMAC Std. Speed Cushion w/stripping-24 Ft. and 28 Ft. Wide Street -Install: NO. 30 Speed Cushion-HMAC Std. Speed Cushion w/stripping-36 Ft. and 40 Ft. Wide Street -Install: This item shall consist of removing existing and installing new H.M.A.C 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. 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: 1. 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. 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 apply. Kraft brown paper -36 inch 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 sp,.37 - -- 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. All markers shall be 4 inch 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 II. The approved 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. SP-38 .. 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 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. 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-1), vibratory hand roller, surface preparation, preformed and raised pavement markings, kraft brown paper -36 inch wide 40-lb paper to keep curb & gutter clean, and all materials, labor, equipment and incidentals necessary to complete the work. 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. 31 Valve Box-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 SP-39 - - - damaged during construction at no cost to the City. Failure of the contractor to perform this inventory will place the total burden of replacement of any broken valve box on the contractor. 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. 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 pre bid unit price per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 32 Meter -Adjustment: This item only applies when the adjacent curb and gutter has been removed and replaced and has been authorized by the assigned inspector. The adjustment shall include raising or lowering the existing water meter box to the proper grade. The pre bid unit price per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAYITEMNO. 33 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 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. 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. Failure of the contractor to SP-40 - - perform this inventory will place the total burden of replacement of any broken frame and cover on the contractor. 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. Should the contractor identify any utility manholes other than those owned by the City of Fort Worth, TX, the contactor is encouraged to contact the owner and arrange the adjustment of the manhole cover. Payment for the work will be made by the individual Franchise Utility Company. The contractor is not entitled to any additional compensation or renegotiation with the City associated with the construction of this work. The pre bid unit price per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY-ITEM NO. 34 Mobilization-Services: This item shall compensate the Contractor to remobilize personnel, equipment, supplies, and material to perform 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 overlay. Remobilization shall be determined by the Engineer. Requests for reimbursement of remobilization expenses shall be denied unless prior approval is granted by the Engineer. 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. END OF SECTION SP-41 NOTE: THIS SPECIFICATION HAS BEEN MODIFIED TO DELETE NON- APPLICABLE ITEMS FOR USE AS A .GUIDE SPECIFiCATION FOR CITY STREETS •. Item 360 CONCRETE PAVEMENT 300.1. Description. Construct Portland cement concrete pavement with or without curb~ on the concrete pavement. 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 do.cument~. Use Class A concrete for cu rbs that are placed separately from the pavell)ent. Provide concrete that is workable and cohesive, possesses satisfactory finishing qualities, and conforms to the mix design and mix design slump. ' B. Reinforcing Steel. Provide Grade 60 deformed steel for bar reinforcement. Provide approved positioning and supporting devices (baskets and chairs) capable of securing and holding the reinforcing steel in proper position before and during p·aving. Provide corrosion protection when shown on the plans. . · 1. Dowels. Provide Grade 60 smooth, straight dow~ls of the size shown or:i the plans, free of burrs or deformations. Goat dowels with ~ thin film of grease or other ~pproved de-bonding material. Provid~ dowel caps. on the lubricated .end of each dowel bar used in an expansion joint. Provide dowel caps filled with a soft compres~ible material wit h enol;lgh range of movement to' allow complete ciosure of the expansion joint. · · 2. Tie a~us. Provide straight defo~med steel tie bars. Provide either ·multiple-piece tie bar$ or shigle-:piece tie bars as shown on the plan.s:· ProvkJe muttiple-pi'ece tie bars composed of 2 pieces of deformed reinforcing steel With a coupling capable · of developing a minim.um tensile strength of 125% of the design yierd strength of the deformed steel when tensife-tested in the assembled configurati9n . Provide a minimum length of 33 .diameters ofthe deformed ~teel in each piece. C. Curing·Materials. Provide Type 2 membrane curing compound conforming to DMS-4650, "Portland Ceri1£?nt Concrete Curing Materials and Evaporation Retardants." · . . D. Epoxy. Provi<;fe Type Ill epoxy in accordance with DMS-6100, "Epoxies and Adhesives," for installing all drilled-in reinforcing steel. E. Evaporation. Retardapt. Provide evaporation retardant conforming to DMS-4650, · "Portland Cement Concrete Curing Materials and Evaporation Retardants." F. Joint Sealants and Fillers. Provide Class 5 or Class 8 joint-sealant materials and fillers· unless otherwise shown on the pf ans or approved and other sealant materials of the size, sI:iape, and type shown on the plans in accordance with DMS-6310, "Joint Sealants and Fillers." · 300.3 .. Equipment. Furn_ish and maintain all equipment in good ~orkii:ig condition. Use measuri ng, mixing, and delivery equipment conforming ~o the requi rements of Item 421, · "Portland Cement Concrete." Obtain approval for other equipment used.· \ ,~ - ,,. A. Placing, Consolidating, and Finishing Equipment. Provide approved ·self- propeI!ed paving equipment that uniformly distributes the concrete with minimal segregation and provides a smooth machine-finished consolidated concrete pavement conformir:ig to plan line and grade. Provide an approved automatic grade confrol system ory slip-forming equipment. Provide approved mechanically operated finishing floats capable of producing a uniformly smooth pavement surface. Provide equipment capable of providing a fine, light water fog mist. Provide mechanically operated vibratory equipment capable of adequately consolidating the concrete. Provide immersion vibrators on the paving equipment at sufficiently close intervals to provide uniform vibration and consolidation of the concrete over the entire width and depth of the pavement and in accordance with the manufacturer's recommendations. Provide immersion vibrator units that operate ata frequency in air of at least 8,000 cycles p~r minute. Provide ~nough hand-operated immersion vibrators.for timely and proper consolidation of the concrete alarm forms, at joints and in areas not covered by other vibratory equipment. Surface vibrators may be used to suppl~ment 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 a,nd vibration of the operation without visible springing or settlement. Use forms that are free from detrimental kinks, bends, or warps that could affect ride quafity or alignment. Provide flexible or curved meta( or wood forms for curves qf 100-ff;. radius or less. · · 2. Curb Forms. Provide curb forms for separately placed curbs that are not slipformed that conform to the reqwirements of Item 529, "Concrete Curl;), Gutt~r. and Combined Curb and Gutter." C. Reinforcing Steel fnserting Equipment. Provide inserting equipment that accurately inserts and positions reinforcing steel in the plastic concrete parallel to the profile grade and horizontal alignment in accordance to plan details. · D. Texturing Equipment. 1. Carpet Drag. Provide a carpet drag mounted on a work bridge or a moveable support system. Provide a single piece of carpet of sufficient transverse length to span the full width of the pavement being placed and adjustable so that a sufficient longitudinal length of carpet is in contact with the concrete being placed to produce the desired texture. Obtain approval to vary the lerigth 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 ~O oz. per square yard, and a strong, durable, rot- resistant backing materi~I bonded to the facing. 2. Tining Equipment. Pro'(ide a self-propelled transverse metal tine device equipped with 4-in. to 6-in . steel tines and with cross-section approximat ely 1/32 in. thick by 1/12 in . w ide, 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 a reas or, when permitted, in emergencies due to -equipment breakdown. · - E. Curing Equipment. Provide a self-propelled machine for applying membrane curing compound using mechanically pressurized spraying equipment with atomizing nozzles. Provide equipment and controls that maintain the required uniform rate of application over the entire paving area. Provide curing equipment that is independent of all other equipment when production rates are ~uch that the first application of · membrane cuf!ng compound ca_nnot be accomplished immediately after texturing and aft~r free moisture has disappeared. Hand-operated pressurized spraying · equipment with atomizing nozzles may only be used on sm~II 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 p[ans. Provide standby power-driven concrete saws during concrete sawing · operations. Provide adequate il!uminatlon 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 dir;:tmond 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-:-iine 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 ·pf aced. 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 e~ge~ Tolerances for location and alignment of dowels will be shown on the plans. Stagger the longitudinal reinfor.cernent splices to avoid having more than 1/3 of the splices within a 2-ft. longitudinal length of each l~ine of the pavement. Use multiple-piece tie bars or drill and epoxy grout tie bars at longitudinal construction joints. 1. Manual Placement. Secure reinforcing bars at alternate intersections with wire ties or locking support chairs. Tie all splices with wire. 2. . Mechanical Placement. If mechanicai placement of reinforcement results {n steel misalignment or improper location, poor concrete consolidation, or other inadequacies, compl~te the work using manual methods. B. Jo.inµ;. Install joints as shown on the plans. Clean and seal joints in accordance with Item 438, "Cleaning and Sealing Joints and Cracks (Rigid Pavement and Bridge Decks)." Repair excessive spalling of the joint saw groove using an approved method befor~ installing the sealant. Seal all joints before opening ttie 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 wit~ all parts rigidly secured in thE? required position. Ac9urately notch joint materials for the reinforcing steel. CP-s . - 2. Curb Joints. Provide joints in the curb of the same type and location as tne 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 p°Jastic 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 ~ 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 middie and near ec1ch end. Tightly join and key form sections· together. to preverit relative displacement Set side forms far enough in advance of concrete placement to permit inspection. Check conformity of the grade, alignment, and stabiHty of forms immediately before placing concrete, and make all necessary corrections. Use a straightedge or other approved method to test the top of forms to ensure that the ride quality requirements for the completed pavement will be met. Stop paving operations if forms settle or deflect more than 1/8 in. under finishing operations. Reset forms to line and grade, and refinish the concrete surface to· correct grade. Avoid damage to the edge of the pavement when removing ·forms. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hr. aft~r 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. Wh~n forms are removed before 72 hr. after concrete placement, promptly apply membrane curing compound to the edge _of the concrete pavem·ent. 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 th~ full width and length of the form f?ase . · 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 meta! forms · for curves of 100-ft. radius or less. · . . . D. Concrete Delivery. Clean delivery equipment as necessary to prevent accumt1l?Jion of old concrete before loading fresh concrete. Use agitated delivery equipment for concrete designed to h9ve a ~rump of more than 5 in. Segregated concrete is subject to rejection. Place agitated concrete within 60'min. after batching. Place no_n-$gtt~ted concrete within 45 min. after batching. In hot weather or under conditions caµ~in£i quick setting of the concrete, times m~y be reduced by the Engineer. Time li!"llit~tions may be extended if the Contractor can demonstrate that the concrefe can R~ . properly placed, consolidated, and finished without the use of additional water. E. Concrete Placement. Do not aHow the pavement edge to deviate from the established paving line by more than 1/2 in. at any point. Place the concrete as ,near as possible to its final location, and minimize segregation and rehandling. Wh~r~ ~ ···: 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 mar;:f]ine .. finishing. Keep. vibrafors from dislodging reinforcement. Use hand-operated . · . -. !.: "':,"!. •••• '!'.:. vibrators to consolidate concrete in areas not accessible to the machine-mounted vibrators. Do not operate machine-mounted vibrators while the paving equipment is stationary. · 2. T.emp_erafure 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 f9und to exceed the allowable maximum. Take · immediate corrective action or cease concrete production when the concrete temperature exceeds 95°F . Do n.ot place concrete when the. ambient temperature in the shade is below 40°F . and falling unle·ss approved. Concrete may be placed when the ambient -temperature in the shade is above 35°F and rising or above 40°F. WJien temperatures warrant protection against freezing, protect the pavement with an approved insulating material capable of protecting the concrete for the speci~ed cunng period. Submit for approval proposed f'!leasures to protect the concrete · from anticipated fr~ezii,g w~ather for the first 72 hr. after placement. Repair pr replace all concrete damaged by freezing. F. Spreading and Finishing. Finish all concrete pavement with approved self- propelled equipment Use power-driven spreaders, power-cfrive.n vibrators, pOW$r- driven strike-off, and screed, or·approved alternate equipment. Use the transverse finishing equipment to compact and strike off the concrete to the required secti<;m _ a,nd grade without surface voids. Use float equipment for final finishing. Use cqncrete 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. ~nd 15-ft. straightedges on the plastic concrete to ensure that the final surface js'\v.it~in the tolerances specified in the contract documents. Check with the straighte~g~ parallel to the centerline. · 2. Maintenance of Surface f'.v1oisture. Prevent surface drying of the pav~rryent · before application of the curing system. Accomplish this by fog application.~ of evaporation retardant on the pavement surface. Apply evaporation retardant ·at . the rate recommended by the manufacturer. Reapply the evaporation retard~nt · as needed to maintain the concrete surface in a moist condition until curing · system is applied. Do not use evaporation retardant as a finishing aiq. · · " .... . 3. · Surface Texturing : Perform·surface texturing using a combination of a carpet drag and metal tining, if required by the c~mtract documents. Complet~ final texturing before the .concrete has at~ained its initial set. Draw the carpet drag longitudinally along the pavement surface wi!h the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. Oper;:ite the metal-tine device to obtain grooves spaced at 1 in., approximately 3/16 in. deep, with a miriimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods for achieving s·imilar results on ramps and other irregu·lar sections of pavements. Rep·air damage to" · the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid. . · 4. Small or irregular Placements. Where machine placements and finishing of concrete pavement are not practical, use hand equipment and procedures that . produce a consolidated and finished pavement section to the line and grade. 5. Emergency Procedures. Use hand-operated equipment for applying fexture 1 evaporation retardant and cure in the event of equipment breakdown. G. Curing. Keep the concrete pavement surface from drying by water fogging until the CUling tnateriaf has been applied. Maintain and promptly repair damage to Ct.Iring materials on exposed .surfaces of concrere 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 artfficial heat is above 50°F for at least 19 hr. or when the surface temperature of the concrate is maintained above 40°F for 24 hr. Curing begins when the concrete curing system has been applied. Stop concrete pi3:v'ing if curing eompound is not being applied promptly and mafntained adequafaly. Other methods cf curing in accordance with Ham 420. ~Concrete structures,• may be used · when specitled or approved. 1. Membrane Curing. After texturing and immediately after the free surface moisture has disappeared, spray the conerete surface unifonnly with 2 coats of membrane curing compound at an indMdual application rate of not more than 180 sq. ft. per g~km. Apply fhe first coat within 10 min. after completing texturing operations. Ap}:>ly the second coat within 30 min. after completing texturing operations. Before and during application. rnaihtain curing compounds In a unff ormly agitated condition. free of setttement. Do not thin or dilute the curing compound. Where the coating shows discontinuities or other defects or if rain faUs on the newly coated surface before the film has dried enough 1o resh>t damage, apply · . additional compound at the same rate of CQvera9a te> correct the damage. Ensure that the curing compound toats the sides of th~ tining grooves. H.. Sawing Joints .. Saw joints to the depth shown on tha plans a$ soon a$ .sawing can be acoompfJshed 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, ~drfog line, sawing template, or other approved method to provide a true joint afignment Provide enough saws to match the paving production rate to ensure sawing cotn&,le6on at the earliest possible time to avoid uncontrolled cracking~ Reduce paving production if necessary to ensure timely sawing of joints. Promptly restore membrane core damaged within the first 72 hr. of curing. I. Proteetfon of Pavement and Opehing to Traffic. resting for early opening is the responsibility of the Contractor regardless of job-control testing responsibilities unless otherwise shown in the plans or dir~fcted. Testing result interpretation for opening to traffic is subject to the approval of the Engineer. 1.. Profsction of Pavement. Erect and maintain barricades and other .standard and appro~ devices that will exclude all vehicles and equipment from the newly· placed pavement for the periods s~cified. Before opening to traffic, protect the pavement from damage. due to cro~ings using approved method~. Maintain an adequate supply of sheetitl9 or other material to cover and protect fresh roncrete . ~urface from weather damage, Apply as needed fo protect the pavement $urface from weather. ~ 2.. Opening Pavement to Traffic. Before opening to traffic, dean pavement, place stable material against the pavement edgeSt seal joints. and perform all other traffic safety related work CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C .A. Labor Code §406 .96 (2000), as amended , Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Project HMAC Surface Overlay (2007-5) REBID at Various Locations and City of Fort Worth Project No . C293-541200-208620074783 . STATE OF TEXAS COUNTY OF TARRANT § § § Name: _:5&1~' ~c~L _. GM~"""""'-"-tk--=-if-......_· __ Title: ___ Q"'""f1*'1"""'--' ........ ~-=------ Date : __ __;.I__,/ l"-"'ao"'---"----1--'/ o;;.._7...__ __ _ f I Before me , the undersigned authority, on this day personally appeared ~ L . G:Af:,£~ known to me to be the person whose name is subscribed to the foregoing instrument , and a knowledged to me that he executed the same as the act and deed of \I .N for the purposes and consideration the in expresse and in e capacity therein stated . Given Under My Hand and Seal of Office this ~ay o~ Df/.e.JN>€1 , 20{!] ECK~ SEALE S . State ot Texas Notarv PubhC : · Expires Mv Comm1ss10, n 2008 odober 1 , I ' TO: CERTIFICATE OF INSURANCE CITY OF FORT WORTH, TEXAS NAME OF PROJECT: _PROJECT NmvfBER: THIS IS TO CERTIFY THAT Date: (Name and Address of Insured) i is, at the date of this certificate, Insured by this Company with respect to the bu~iness operations hereinafter descnoed, for the type of insurance and in accordance with the provisions of the standard policies used bY: this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy No. Effective ExPires Limits of Liability Worker's Compensation ; Comprehensive General Bodily Injury: Liability Insurance Ea. Occurrence: $ (Public Liability) Property Damage: Ea Occurrence: · · $ Blasting Ea. Occurrence: $ Collapse of Buildings or structures adjacent to Ea. Occurrence: $ excavations Damage to Underground .. Utilities . Ea. Occurrence: $ Builder's Risk -·· Bodily Injury: Comprehensive Ea. Person: $ Automobile Ea. Occurrence: $ Liability Property Damage: ' Ea Occurrence: $ Bodily Injury: Contractual Liability Ea. Occurrence: $ Property Damage: • Ea. Occurrence: $ Other Locations covered: ---------------------------------- Description of operations covered: ----------------------------- i ! The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellations. Where applicable local laws or regulations require more _than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. · · · The City, its officers, employees and servants are named as Additional Insureds on all policies except Workers Compensation. Wavier of Subrogation in favor of the City of Fort Worth applies as respects Workers Compensation coverage. Agency Fort Worth Agent B Address Title EQUIPMENT SCHEDULE List of Equipment owned by Bidder that is in serviceable condition and available for use: Portions of work Bidder proposes to sublet in · case of Award of Contracts including amount and type: EXPERIENCE RECORD List of projects your organization has successfully completed: Amount Of Contract Type of Work Date Accepted , Name and Address of Owner Award List of projects your organization is now engaged in completing: Amount Of Contract Type of Anticipated Name and Address of Owner Award Work Date of I Completion I 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 THE STATE OF TEXAS COUNTY OF TARRANT § § § Bond# 4363063 PAYMENT BOND KNOW ALL BY THESE PRESENTS: That we, (1) _ __;;...;A;,.;.;.d...;...va=n--c"""'e;;...;;d.;...;_Pa=v--'i..;..;;n .... g-'C:;.....o;:..;;m~pa=n;...y&....... __ , as Principal herein, and (2) SureTec Insurance Company a corporation organized and existing under the laws of the State of (3) Texas , 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 Seven Hundred Thirty Three Thousand, Eight Hundred Fourteen Dollars and No Cents Dollars ( $733,814.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents : WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 23rd day of October , 2007, 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 2007-5 Re-Bid at Various Locations Proiect No. C293-541200-208620074783. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void ; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code , as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein . IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 23rd day of October , 2007. PRINCIPAL ATTEST: Name : ~~ L. b!l-12£~ -ff- (Principal) Secretary Title : -......!!!::oµh:...._____Jo..J2,,1_;_--=------- (SE AL) (SE AL) Address : 2 2 57 Joe Field Road Dallas, TX 75229 SureTec Insurance Company SURETY By (J}wih:Ji.o Ulal/) Name: Christine Davis Attorney in Fact Address: 5741 Legacy Drive , Suite 2 10 Plano , TX 75024 Witness as to Surety Telephone Number: 469-241-1488 NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety . State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. THE STA TE OF TEXAS COUNTY OF TARRANT Bond# 43630 6 3 PERFORMANCE BOND § § § KNOW ALL BY THESE PRESENTS : That we , (1) ___ ..;...A __ d ...... v ..... a __ n;..;;;c..;;;e'"""d'--'P'--a""'"v.;...;i.;..;n .... g._C_o..;...m.....,;.a_;p __ a"'"'n""""y ____ , as Principal herein , and (2) S ure Tec Ins u r ance Co mpany a co rporation organ ized under the laws of the State of (3) Te xas , 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 Seven Hundred Thirty Three Thousand, Eight Hundred Fourteen Dollars and No Cents Dollars ( $733,814.00) for the payment of which sum we b ind ourselves , our heirs, executors , administrators , successors and assigns , jointly and severally , firmly by these presents. WHEREAS , Principal has entered into a certain written contract with the Obligee dated the 23rd day of October , 2007, a copy of which is attached hereto and made a part hereof for all purposes , for the construction of HMAC SURFACE OVERLAY 2007-5 Re-Bid at Various Locations Proiect No. C293 -541200- 20862007 4783. NOW, THEREFORE , the condition of this obl igat ion is such , if the sa id Princ ipal shall faithfully perform the work in accordance with the plans, spec ificat ions , 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 reimbu rse and repay Obligee for all outlay and expense that Obligee may incur in making good such default , then this obligation shall be void ; otherwise , to remain in full force and effect. PROVIDED , HOWEVER , that this bond is executed pursuant to Chapter 2253 of the Texas Government Code , as amended , and all liabilities on this bond shall be determined in accordance with the provisions of such statute , to the same extent as if it were copied at length herein . IN WITNESS WHEREOF , the duly authorized rep resentatives of the Principa l and the Surety have executed th is instrument. SIGNED and SEALED th is 23rd day of October , 2007 . Advanced Paving Co . PRINCIPAL ATTEST: By: _____________ _ Name : ~ L-G!le.e~-tf- (Principal) Secretary Title: --~.=:--=-....e...o::=~=-------- (SE AL) Address: -------------2257 Joe Field Road Dallas , TX 752 2 9 SureTec Insurance Company SURETY A~ secretary sy (!)rudweWL£to Name: Christine Davis Attorney in Fact (SE AL) Address : 5741 Legacy Drive, Suite 210 Plano, TX 75024 Witness as to Surety Telephone Number: 469-241-1488 NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated . In addition , an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond# 4363063 MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS : That Advanced Paving Company ("Contractor''), as principal , and , SureTec Insurance Company a Corporation Organized Under the laws Of the State of Texas , ("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 Seven Hundred Thirty Three Thousand, Eight Hundred Fourteen Dollars and No Cents Dollars ( $733,814.00), lawful money of the United States , for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves , their heirs, executors , administrators , assigns and successors, jointly and severally . This obligation is conditioned, however, that: WHEREAS , said Contractor has this day entered into a written Contract with the City of Fort Worth , dated the 23rd of October , 2007 , a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: HMAC SURFACE OVERLAY 2007-5 RE- BID AT VARIOUS LOCATIONS the same being referred to herein and in said contract as the Work and being designated as project number(s) C293-541200-208620074783 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS , in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS , said Contractor binds itself to maintain said work in good repair and condition for said term of 2 (Two) 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 sa id 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 Bond# 4363063 the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted . IN WITNESS WHEREOF, this instrument is executed in _6_ counterparts , each of which shall be deemed an original, this 23rd day of October , A.O . 2007. Advanced Pavi PRINCIPAL ATTEST: Name : ~ l -~£~tf- (Principal) Secretary Title : _ ______.;;(/J:::....=Wj\--='--"-._e/L/----- (SE AL) Address : _2_25_7_J_o_e_F_i_e_l_d_R_o_a_d ____ _ Dallas , TX 75 22 9 SureTec Insurance Company SURE~Y / ATIE~ Secretary ~ By : VillOh:nl DGLti!J Name: Christine Davis Attorney in Fact (SEAL) Address: 5741 Legacy Drive, S uite 2 10 Plano, TX 750 2 4 Witness as to Surety Telephone Number: 469-2 41-1488 NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated . In addition , an original copy of Powe r of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. POA #: 4221097 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Lisa M . Bonnot, Robbi Morales, Jerry P. Rose, Don E . Cornell, Luke J. Nolan, Jr., Christine Davis of Dallas , Texas its true and lawful Attorney(s)-in-fact, with full power and authority hereby conferred in its name , place and stead, to execute, acknowledge and deliver any and all bonds, recognizances , undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million and no/I 00 Dollars ($5 ,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment shall continue in force until June 30, 2008 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions : Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached . (Adopted at a meeting held on 201h of April, 1999 ) In Witness Whereof, SURETEC INSURANCE COMP ANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 20th day of June, A .D. 2005. State of Texas County of Harris ss : "*J'RAN~ _ ... <:. •••••••••.•. ~~ ~,~~ ····" ~i ...,.,_ "I \~ ,-. ! ' ... , LU f I.II i ~} "\ :}'':I: ~\._ J. •• / 'I" . ·······;···· ... On this 20th day of June, A.D. 2005 before me personally came Bill King , to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. Michelle Denny, NotaryPubic August 27, 2008 My commission expires August 27, 2008 I, M . Brent Beaty, Assistant Secretary ofSURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthern1ore, the resolutions of the Board of Directors , set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this ~rd day of ~\)2,V ry Any instrument Issued in exces3 of the penalty stated above is totally void and without any validity. For erification of.the authorit11 of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Drive Suite 320 Austin, TX 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim , you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds , living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio-hazards, hazardous materials, environmental spills, contamination, or cleanup , nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. Texas Rider 010106 THE STATE OF TEXAS CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT This agreement made and entered into this the 23 rd day of October , 20 07 by and between the CITY OF FORT WORTH , a municipal corporation of Tarrant County, Texas , organized and existing under and by virtue of a special charter adopted by the qualified voters with in said City on the 11th day of December, A.O ., 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas , and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, and Advanced Paving Company 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 : HMAC SURFACE OVERLAY 2007-5 RE-BID AT VARIOUS LOCATIONS Des ignated as project number, ---"C"'""'2 ___ 9 ___ 3-_.c5_4_12_0'"""'0'"--=-20.c...8 ...... 6 __ 2 ___ 0 ___ 07_4_7_.c8 ___ 3 ___ _ 2 . That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools , appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth , which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3 . The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth . 4 . The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 115 (One Hundred Fifteen) working 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 add itional 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$ 315.00 per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5 . Should the Contractor fail to begin the work herein provided fo r within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans , Specifications , and Contract Documents, then the Owner shall have the right to e ither demand the surety to take over the work and complete the same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if, in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said Plans and Specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing , setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6. Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense , the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss , property damage , personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents , employees , subcontractors , licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees . Contra ctor 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 cond itions of this C-2 Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees , on the execution of this Contract, and before beginning work , to make , execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Texas Government Code Section 2253 , as amended , in the form included in the Contract Documents , and such bonds shall be 100 percent ( 100%) of the total contract price , and the said surety shall be a surety company duly and legally authorized to do business in the State of Texas , and acceptable to the City Council of the City of Fort Worth. 8. Said City agrees and binds itself to pay, and the said agrees to receive , for all of the aforesaid work , and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates NIA shall be SEVEN HUNDRED THIRTY THREE THOUSAND, EIGHT HUNDRED FOURTEEN DOLLARS AND NO CENTS $733,814.00 C-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. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified , promulgated and set out by the City of Fort Worth , Texas , a copy of which is attached hereto and made a part hereof the same as if it were copies verbatim herein . 11 . The Contractor shall procure and shall maintain during the life of this contract insurance as specified in paragraph 8 of Special Instruction to Bidders of this cont ract documents . 12 . 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 WHEREOF , the City of Fort Worth has caused this instrument to be signed in Five (5) 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 Five (5) counterparts with its corporate seal attached. C-4 Done in Fort Worth , Texas, this the __ 2_3r_d ___ day of ___ O ____ ct __ o __ b...a...er"----' 20 07 . RECOMMENDED: (City/State/Zip) November 1960 Revised May 1986 Revised September 1992 Rev ised January 1993 Rev ised April 1999 Rev ised June 1999 Revised June 2001 C-5 ER APPROVED : Dl ~ECTOR, TRANSPORTATION AND PUBLIC WORKS ATIEST: Project Name: HMAC Surface Overlay( ____ ,) DOE Project Number: ___ _ Mapsco Location: ____ _ Street Maintenance Work Notice As part of the City of Fort Worth's Street Maintenance Program, _______ _ has been contracted to repair your street. During the maintenance work, there will be a brief time that you may not have access to your residence or business. On the days specified below, vehicles can not be parked on the street. Also, please turn off your sprinkler adjacent to the street. If you have any questions or concerns, please contact contractor _______ _ at ----------- If we are not able to resolve your concern to your satisfaction, you may also contact City of Fort Worth Inspector at , Monday- Friday between 7:30 a.m. and 4 :30 p.m. After 4 :30 p.m . and on weekends, call (817) 392-8100 . Block Street Project Limits Name Limits 1100 to 1200 Brown Street Yates Avenue to Keller Springs Parkway Expected Construction Dates Weather Permitting From 6-20 -06 to 7-4-06 Nombre del Proyecto: HMAC Surface Overlay ( ___ _ Numero del Proyecto DOE: ___ _ Ubicaci6n Mapsco: ____ _ Notificacion de Mantenimiento de la Calle Como parte del Programa de Mantenimiento de las Calles de la Ciudad de Fort Worth, ___________ ha sido contratado para reparar su calle. Durante este trabajo de mantenimiento, habra un tiempo breve en que no tenga acceso a su hogar o negocio. En los dias especificados abajo, vehiculos no deben estacionarse el la calle. Tambien, por favor apague su sistema de regar el cesped cerca de la calle. Si tiene alguna pregunta o concierne, por favor llame al contratista ______ al Si no resuelve su concierne a su satisfacci6n, puede tambien llamar a la Oficina de lnspecci6n de la Ciudad de Fort Worth al , de lunes a viernes entre las 7:30 a.m. y 4:30 p.m. Despues de las 4:30 p.m. o en los fines de semana llame al (817) 392-8100. Limites Nombre Li mites De Bloques de Calle De Proyecto 1100 a 1200 Brown Street Yates Avenue a Keller Springs Parkway Fechas de Construcci6n Permitiendo el Estado de Tiempo De 6-20-06 a 7 -4-06 - 0 PROJECT DESIGNATION SIGN --------4 I -0 11 _· ______ __.., 3" 3 "!8 I BEET MAINT CE 3"! PROGRAM I 3" 1y2 11 J . Contractor: 112 .. 2~Contractor's Name _,12 .. 11/2" TELEPHONE NUMBER FORT WORTH IN LOGO- CHEL TINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD LOGO COLORS : FORT WORTH -PMS 288 LONGHORN LOGO -PMS 167 '·, ... 0 ,c « t- % 0 u :!: • t-o z ----·· ... u ~ G:: ... z 0 u :!: ... 0 z LE-GENO H.t • .-;A.C. REHABILITATION II : ii II lij-WEOGEMILLINO (RECYCLE /OVERLAY ONLY-) i STREET BEGIN OR ENO POINT • REGARDLESS OF THE INTERSECTING STREETS ANGLE. "NOTE: BUTT JOINTS NOT REQUIRED WITH REMIXING PROCEs·s. ; · TYPIC·AL LAYOUT f'OR . RECYCLING ACTIVITES UNLESS NOTED. OTHERWISE IN STREET SCHEOUL£ ~ ·., ... , - BUTT JOINT 0-1 A EVIS EO : IUV,H•. OATl: 1990 I BUTT JOINT. NOTE :U)AN ATTEMPT HAS BEEN MADE. TO DETAIL AS MANY STD. FIELD SITUATIONS AS POSSIBLE HOWEVER I TtiE CONTRACTOR MIGHT HAVE TO OVERLAP. PARTS OF THESE DETAILS TO CONFIGURE ·A .. LAYOUT THAT BEST APPl.ltS .TO A PARTICULAR SITUATION, · .... (2) BUTT JOINTS NOT REOUIREO WITH REMIXING PROCESS , \... ~ I . MEDIAN . (· STREET BEGIN OR -.. ENO POINT _) \.. • LEGEND . ,. II II ·1~ ~ MEDIAN # H.M.A .C. REHABILITATION WEOGEt.41LLING (RECYCLE/ OVERLAY ONLY) ,) .. "'\ l I I '---· / 0-2 REVISED: I 11!:V,flo . OAT[: TYPICAL 1990 LAYOUT FOR RECYCLINC3 :ACTIVITIES FOR BLVO. SECTION UNLESS NOTED OTHERWiSE IN STREET SCHEDULE \ " . . . LEGEND •• II II 14 H.M.A.C. REHABILITATI.ON WEOGEMILLING (RECYCLE/OVERLAY - ONLY.) ... NOTE :mALL RIGHT TURN STORAGE LANES. SHALL BE CONSIDERED AS PART OF CONTRACT. (2) BUTT JOINTS NOT . REQUIRED WITH REMIXING . PROCESS, TYPICAL NOT£·: IF EITHEft RADIUS DOES NOT HAVE AN ISLAND, IT WILL BE TREATED AS INDICATED BY APPLICABLE DETAIL • . BUTT JOINT .. STREET BEGIN OR ENO POINT\ REGARDLESS OF THE INTERSE~T NG STREETS ANGLE. .. o-3 REVISED'. lllV.N•. OAU: 1990 I • ' . --.,._ . mi----------------------~-, I l :· ...... TYP-ICAL LEGEND. P--I ti.M.A.C.REHA81LITATION ••. II II llf WEOGEMILLING ( RECYCLE /OVERLAY ONLY.) NOTE ~l)IF ANY COMBINAtlON OF ISLANDS ANO RIGHT TURN LAN£$ ARE AB.SENT TURN RADIUS SHALL BE TREATED AS STANDARD . BUTT JOINT SHALL BE SQUARED OFF, IF HEEDED AS A RESULT OF ·EXISTING CONC. VALLEY GUTTER. (2) BUTT JOINTS NOT REOUIR£0 WITH REMIXING PROCESS, LAYOUT FOR R.E~Y~f...tf~G ·ACT1:VITI~$. Vit:t~N INTERSECTING STREETS . AR~>ft~~YCL~.o -'~IMV.~tANEOUSLY · ... ... ·• ·.· .\:-:·: . ....... ·~ · .... .. . ... .. I I 0-4 Rf VISED: AtV. N•. OAT[~ I 19 90 ------·- COLLAR CONFIGURATION .,. COLLAR CONFIGURATION FOR PAVED AREA_._t---,----IN UNPAVED AREA (8) #4 BARS , PLACED AS SHOWN. i COLLAR THICKNESS VARIES, 8" USE CLP.SS ; "A" (3000 .LB) CONCRETE. CASE #1 ·CASE #2 4'-0" (MANHOLE) r2'-Q" (WATER VALVE) PLAN VIEW GRADE RINGS . t ··: .. : : CASE #1 COLLAR SHALL EXTEND TO BOTTOM OF 2:27 CONCRETE (REBAR REQUIRED). CASE #2 COLLAR, SHALL EXTEND 3" BELOW BOTTOM OF LOWEST GRADE RING (REBAR REQUIRED). SECTION •A-A,. (MANHOLE COLLAR SHOWN) (NOT TO SCALE) CllY OF FORT WORTH. TEXAS MANHOLE A.ND WATER VALVE CONCRETE COLLAR 1YP . 3/4" CHAMFER 1YP: GROUND NECK, 1YP. DATE: 09/2004 · STR-028 . A I ~II! F[[T or VAl.LCY CiUTT[II WUSUIICD r1101i1 uc1t-or-cu111 TO aAC1t-or-w111 .CXIST. K.M.A.C. f'Vll°r a a.t.U TltAHSITIOM L All£A (WIDTH AS REQUIRED) . A PLAN VIEW Not to Sc11/1 An illr1rf M lltOl'I I/Ian ,.Ill d#pl/i ••II 110 In• lliOII S/fl•/11 dlpl/1 •1"/1 M r1e11ir,tl /11 ·111111'11/d, r1111,,. 1t1flu1. TIii ~o.,tr,cfor will h u~lllr,d to lut 11, gut11r •ill, 1r11t1r ~,for, t/J1Jol u ,cc,.,11d. 1•cowc11ne: VALLEY GUTTtll z'!'tU&.A.C. tAAHSITIOff Limestone ··-o· RESIDENTIAL STR[ETI t./lT s• CON~tTE IASE SECTION . 'A-A' Not to $cal, txlST. IUU..C. l'VM'r· • USE Thi 7 "r11nlorc1d concrtfl rall1y 6/lall r6/)/11c1 /Ill lt,p 7 ."ol 11J1 JXlt'tllJlnf w/111 Ill~ 11m11/nin9 porl/011 -0! pov,mMI lo 1H con1truct1d Jiu:/udlng 1u/Jgrad1 fr,otm,nl, In 11ccordapc, w/1/J 1/11 l.fplcal paring ,1cl/on. T/J1 concr1t1 ral/1y will I># gDr1r111d occordlng lo city 1lt1nd11rd1 for eoncr,11 cur/J and gull1r. T/11 co11cr1t, ,11011 1H ol it111h1d and 1cr,1n1d aggr,g11t1 ,rlf/J .• ~In. ol l/t11 (6) a11c_l• of C6m111I p1r cu/Jlc yotd of concu11 . with a minimum compressive strength of 3,000 pounds per square inch in seven days. · CONCRETE VALLEY DETAILS ... GROUND LINE 0 . co It) . N SUITABLE MATERIAL TAMPEO IN LIFTS NOT EXCEEDINC 121 ' LOOSE, PIPE SHALL· BE 6 • PERFORATED POLYVINYL CHLORIDE TUBING PER ASTM D-1784 UNLESS SPECIFIED OTHERWISE. · CURB FILTER FABRIC PER PAY _ ITEM NO. ~-e S UBDRAIN. CITY OF FORT WORTH,TEXAS-CONSTRUC·TION STANDARD DRAWING NO. S-S II MOOlf: DATE: 3-7-:95 --------·-____ ......__.;..... ____ _;,__.;;.;;;..;:::..:.:..;:;.&._ _____ ....;;..-.-.....;...;....;.. __ _ 3 .67 Addendua 3 h 1ight: . BACK OF /CURB PLAN VIEW I (f V ries BACK OF CURB~ (Min. 30' -Max 40') 2' ("') •1-- (C) (Varies) 2'-7.5 " ( Typ.) 12" WHITE HOT TAPE (AVERY DENNISON OR EQUIVALENT) Striping and reflectors to be install by the Contractor 6' -3" 2'-7.5" (Varies) ( Typ.) 12"WHITE HOT TAPE (AVERY DENNISON OR EQUIVALENT) WHITE TYPE II 1-SIDED REFLECTORS 3-1/2 inches 2' = II co -· N 11 C') _, ..- (0 _, N Ra.mp Gradient: s· :le Gradient: 8~57 in 1 (30 inches / 3-1/2 inches height) DEPARTMENT OF TRANSPORTATION 3. 43 . · 1 (12 . h / J 1/2 • h h •. h AND PUBLIC WORKS CITY OF . m me es -me es erg TRAFFICENGINEERING FORT WORTH SPEED CUSHIONS AJJJ ""'re: Ja11uary 15, 2004 DRAWING NOTTO SCALE - 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. . WHEELCHAIR RAMPS STANDARD DETAILS CITY OF FORT WORTH, TEXAS -CONSTRUCTION STANDARD . OCTOBER, 1992, REDRA~ OCTOBER 2002 . . STREET CURB MONOLITHIC · SIDEWALK ClRB UNES TO BE . 1/4''. DEEP 4 JOINT, 4" GAP 1" R ~ 4" · $\OE.WALK R.O.W. 4," PAY LIMIT MAX. LENGTH OF SURFACE TREATMENT (GROOVE) 5' FROM THE BACK OF CURB. . EXPANSION · MATERIAL RECESSED 1 / 4" AND SEALED W/ SILICONE (APPLICABLE TO ALL COLD-JOINTS) NOTES TYPICAL RAMP X-SECTION CITY OF FORT WORTH, TEXAS -CONSTRUCTION STANDARD OCTOBER, 1992, REDRAWN .. OCTOBER 2002 1. FOR PARKWAY WITH ELEVATlON BELOW STREET ELEVATION, THE SIDEWALK CURB MUST BE. 2" HIGHER TrJAN THE STREET CURB . 2. SIDEWALK CURB SHALL NOT ENCROACH ON THE PROPOSED WIDTH OF THE SIDEWALK RAMP. 3. FOR lYPE I RAMP MAXIMUM SIDEWALK CURB HEIGHT o" TO 7". CITY OF FORT WORTH, . Jl;XAS ACCESSABIL.llY : 'RAMP - TYPICAL CROSS SECTION . . .. ·· .. ····"' .·· · ..... DATE: 09/2004- STR-031 EXISTING CURB AND GUTTER 18" OR 24-" SAWCUT FOR CONCRETE PAVEMENT · SODDING />::J REQUIRED EXISTING · 15' R SCALE 1 " ·= 5' NOTES · SIDEWALK RAMP W/ COLORED SURFACE 1 )' ~~~s~~ st0J~1i~$ f6L:JS2~E Pi~klN~D · FOR SIDEWALK. 2)· ~& Ag0~ A~~1\3trf/MAi'ff\1i~w~&ST SHALL BE AS DIRECTED BY THE ENGINEER IN TI-IE FIELD, . 3) MONOLITHIC CURS OR FLARED SLOPES MAY BE 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 . USED WHERE PEDESTRIANS WOULD NOT . ' NORMALLY WALK ACROSS THE RAMP. 5) SLOPE OF CURB RAMP AND/OR SIDEWALK SHALL BE .A MAXIMUM OF 1:12. FV>RED SIDES OF . RAMP SlfALL HAVE A MAXIMUM SLOPE OF 1:10, UNLESS PEDESTRIANS COULD WALK ACROSS THE RAMP THEN THE MAXIMUM SLOPE SHALL BE 1 :12. MONOLITHIC SIDEWALK CURB FLARED SURFACE OR CURB · ACK OF PROP. CURB FACE OF PROP. 7" CURB SAWCUT FOR HMAC PAVEMENT STANDARD PAY LIMIT DETAIL CrtY OF FORT WORTH. TEXAS ACCESSABILllY RAMP PAY LIMITS , DAlE: 09/2004 STR-032 EXISTING CURB AND GUTTER 18" OR 24" SAWCUT FOR CONCRETE · PAVEMENT SODDING AS REQUIRED ACK OF PROP. CURB JOINT D~TAIL EXISTING 15' R SCALE 1" = 5' NOTES · SIDEWALK RAMP W/ COLORED SURFACE 1) EXPANSION JOINT AND SILICONE SEALING SHALL BE SUBSIDIARY TO UNIT PR ICE BID FOR SIDEWALK. 2) THE ACTUAL LIMIT OF REMOVAL OF EXIST -ING CURB AND GUTTER AND SIDEWALK SHALL BE AS DIRECTED BY THE ENGINEER IN THE FIELD. MONOLITHIC SIDEWALK CURB ·soDDING N3 REQUIRED EXPANSION JOINT &: SILICONE SEALING BACK OF PROP. CURB FACE . Of PROP, 7" CURB SAWCUT FOR HMAC PAVEMENT CITY . OF FORT WORTH. TEXAS . DATE.: 09/2004 ACCESSA81Ll1Y RAMP JOINT DETAIL STR-033 Level Landing at Top of Pa1p1ndlcular PubHQ Sidewalk Curb~ . . . (a) PERPf:ND(CULAR PU£11.IC SIDEWALK CURB RAMP (b) PARAU..El. PUBl(C SIDEWALK CUff8 RAMP (c) COMBINED ~ARAl..lEUPERPelDICULAR} PUBLIC SIDEWAI..K CURB RAMP Ag.59 PubUc Sklewall( Cum Ramp CITY OF FORT WORTH, TEXAS ACCESSABILITY RAMP TYPICAL CROSS SECTION DA TE; 09 /2004 STR-034 AlTENTION: CURB RAMPS SHALL BE CONSTRUCTED PERPENDICULAR TO THE CURB AT STREET CROSSINGS WITH LANDINGS IN LIEU OF DIAGONAL CROSSINGS WHl;:RE FEASIBLE. SEE FIGS . 58, 59 & 60. 14.2.6 Vehicular Ways and facilities I) ~ {a) o· i. I q a il 0 0 A' I 'I,: I~ ~ 0 ,(' " ' (b) . Pdrp11ndicular publlc :sldowalk curb rcimp In public ~ldawalk with )larkway P11rp11ndlcular publlc sldcwalk curb ramp · in publ(c aidawalk (a) arallal public sidowalk curb ramp In public :sidewalk a a a ~ . ~ (b) Comblnatlan Rubllc sld .. walk curb ramp in publlc s,d11walk with parkway · Fig. 60 a a a (c:) Parpandlculor f.ublic: :sidawalk curb romp al pro 11clad inlar.a11cUan Public Sidewalk Cirb Ramps at Marked Crossings Cl1Y OF FORT WORTH, TEXAS ACCESSABILITY RAMP FIGURE 60 DATE: 09 /.200+ STR-035 RUNNING SLOP.E 1:20 MAX WALK NOTE: X -=========:::-i y RUNNING SLOPE 1:12 MAX CURB RA.MP . I : . COUNTER SLOPE 1:2ci MAX STREET · (1) Slope = y/x ,.-hare, X {,r Ill lovol alape (2) Cau.o.t...r slopd :shall not cx:cccd 1:20 Fig. B4.7.2 Mea:rnrement ot Curb Ramp Slope NOTE: It X < ,11" (1220 :mm.) tb.an tha dope aC tha tlllll.'ad aldu shall ·.a.al axadad 1:12 PLANTING OR OTHER , NONWALKING SURFACE . ( a) Fl,u-ad Sld~s ·· (b) Rat=od Cux-b 36 ml 91 Fig. B4.7.5 Side:s ot Curb Ramps Fig. B.{.7 ,6 Built.-up .Curb. Ramp 1 OCTOBER, 1992, REDRAWN OCTOBER 2002 CITY OF . FORT WORTH, TEXAS ACCESSABILITY RAMP RAMP . SLOPE DETAILS . DA1E: 09/200:+ STR-036 -· -- - ATTENTION: CURB RAMPS SHALL BE CONSTRUCTED PERPENDICULAR TO T.HE CURB AT STREET CROSSINGS 1YIT:S: LANDINGS IN LIEU OF DIAGONAL CROSSINGS WHERE . FEASIB~E. SEE FIGS. 58, 59 & 60. . . TYPICAL LAYOUTS CITY OF FORT WORTH, TEXAS -CONSTRUCTION STANDARD OCTOBER, 1$92, REDRAWN OCTOBER 2002 1:48 - TYPE I EXISTING 15' R. SCALE 1" = 4' PROP. 4' RAMP WITH COLORED SURFACE VARIABLE HEIGHT CURB 1 1/2' R. (TYP) CITY OF FORT WORTH, TEXAS . ACCESSABILITY RAMP TYPE I (W/15' RADIUS) DA 1£: 09 /2004 . , STR-037 - 1:48 - ---i·· - TYPE I EXISTING 20' R. SCALE 1" = 4' PROP. 4' RAMP WITH . COLORED SURFACE · VARIABLE HEIGHT CURB 1 1/2' R. (TYP) CITY OF FORT WORTH, TEXAS ACCESSABIUTY RAMP TYPE I (20 1 RAD.) STR-038 I I - - EXISTING CURB &.: GUTT)m 6" 18" OR 24'" SODDING AS REQUIRED TYPE ·III· EXlSTING 15' R. SC.ALE 1,. = 4' SIDEWALK RAMP WITH COLORED SURFACE I .. .. ..... "',J BROOM FINISH v00?/ij HMAC TIE-IN MONOUTHIC CURB ~~~-F-ACI! OP 7" CURB ~ EXISTING .CURB & GUTI'ER CITY OF FORT. WORTI-1, TEXAS ACCESSABIUTY RAMP - TYPE ·m (15' RADIUS) SA.ll'GUT FOR CONCRETE P.A.YEHENT DATE! 09/2004 STR-039 I I I 1EX1STING CURB /f & GUTTER -~ ~18" OR 24" 6" SODDING f,S REQUIRED TYPE Ill EXISTING 20' R. SCALE 1" = 4' . SIDEWALK RAMP WITH COLORED SURFACE I= -"'} . "·-S ~ BROOM FINISH ~ HMAC TIE-IN VARIABL~ HEIGHT CURB EXISTING . CURB &: GUTTER SAWCUT FOR CONCRETE PAVEMENT CITY OF FORT WORTH, TEXAS ACCESSABILITY RAMP - TYPE III (20' RADIUS) DATE: 09/200+ STR-040 - Project: HMAC 2007-5 DOE No: 5252 Fund Code: 03 HOLE# 1 CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX LAB NO: 87581 LOCATION: 20'S. of Rosedale@ Belize Terrace W/4 7.50" HMAC 5.00" Orange Sandy Clay, rocks & Gravel 10.00" Brownish orange sandy clay w/gravel ATTERBURG LIMITS: LL: 30.70 PL:17.80 PI:12.90 SHRKG: 6.0% MUNSELL COLOR CHART: 10 Yr. 7/3 Very Pale Brown Sandy Clay UNIT WEIGHT: 146.0 #/CFT (4" HMAC) HOLE# 2 LAB NO: 87582 LOCATION: 1305 Belize Terrace C/4 6.75" HMAC 6.00" Sand &rocks 4.00" Rocks 8.00" Brown Sandy Clay w/rocks & gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: 0 9-• 0 MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: 146.0 #/CFT ****NO PI**** HOLE# 3 LAB NO: 87583 LOCATION: 1413 Belize Terrace E/4 7.00" HMAC 6.75" Reddish Brown Sandy Clay w/Rocks & Gravel 7.00" Brown sandy clay ATTERBURG LIMITS: LL:40.90 PL:19.90 PI: 21. 0 SHRKG: 9.0% MUNSELL COLOR CHART: 10 Yr. 7/3 Very Pale Brown Clay UNIT WEIGHT: 146.0 #/CFT ( 4" HMAC) HOLE# 4 LAB NO: 87592 LOCATION: 1504 Belize Terrace W/4 7.00" HMAC 5.50" Sand, rocks & gravel 4.25" Rock 6.00" Reddish Brown Sandy Clay w/rocks & gravel ATTERBURG LIMITS: LL: 31. 6 PL: 17.4 PI: 14.2 SHRKG: 6.0% MUNSELL COLOR CHART: 10 Yr. 6/4 Lt. Brown Sandy Clay UNIT WEIGHT: 146.0 #/CFT ( 4" HMAC) J 2 HOLE# 5 LAB NO: 87593 LOCATION: 40' N of Rosedale@ Belize Terrace C/4 7.50" HMAC 4.75" Sand, rocks & gravel 2.50" Brown sandy clay w/rocks & gravel 6.25" Rock ATTERBURG LIMITS: LL: PL: PI: SHRKG: g. 0 MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: 146 #/CFT (4" HMAC) ***NO PI*** HOLE# 1 LAB NO: 87589 -LOCATION: 1700 Belize Terrace W/4 7.25" HMAC 3. 00" Sand, rocks & gravel 2.75" Brown sandy clay w/rocks & gravel 9.00" Orange Brown Sandy Clay ATTERBURG LIMITS: LL: 49.1 PL:21.3 PI: 27.8 SHRKG: 12.0% --MUNSELL COLOR CHART: 10 Yr. 7/4 Very Pale Brown Clay UNIT WEIGHT: 146.0 #/CFT (4" HMAC) HOLE# 2 LAB NO: 87590 LOCATION: 1710 Belize Terrace C/4 7.00" HMAC 4.25" Sand, rocks & gravel 10.0" Reddish Brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL:36.9 PL: 20.4 PI: 16.5 SHRKG: 10.0% MUNSELL COLOR CHART: lOYr. 6/4 Lt. Yellowish Brown Clay UNIT WEIGHT: 146.0 #/CFT ( 4 "HMAC) HOLE # 3 LAB NO: 87591 LOCATION: 1901 Belize Terrace E/4 7.25" HMAC 5.25" Sand, rocks & gravel 9.50" Reddish Brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL:39.4 PL:23.3 PI:16.1 SHRKG:8.0% MUNSELL COLOR CHART: 7 .. 5 Yr. 6/4 Lt .. Brown Clay UNIT WEIGHT: 146.0 #/CFT (4"HMAC) HOLE # 4 LAB NO: 87584 -LOCATION: 1925 Belize Terrace W/4 7.25" HMAC 4. O" Sand, rocks & gravel -10.0" Reddish Brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL:37.4 PL: 22.4 PI:15.0 SHRKG: 7.0% MUNSELL COLOR CHART: 10 Yr. 6/4 Lt. Yellowish Brown Clay UNIT WEIGHT: 146.0 #/CFT (4"HMAC) 3 HOLE# 1 LAB NO: 87622 LOCATION: 21 0 0 Bria rdale S/4 3.25" HMAC 5.50" Sand, rocks & gravel 6.00" Orange Brown sandy clay w/rocks & gravel 8.25" Brown Sandy Clay w/rocks & gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: OSl-• 0 MUNSELL COLOR CHART: 10 Yr. 6/3 Pale Brown Clay UNIT WEIGHT: 140.0 #/CFT) HOLE # 2 LAB NO: 87623 LOCATION: 2121 Brairdale C/4 ·4.00" HMAC 5.00" Sand , rocks & gravel 6 .25" Brown sandy clay w/rocks & gravel -7.00" Greyisy Brown sandy clay ATTERBURG LIMITS: LL:49 .5 PL:23.5 PI:26.0 SHRKG: 14.0% MUNSELL COLOR CHART: 10 Yr. 6/3 Pale Brown Clay -UNIT WEIGHT: 146.0 #/CFT HOLE # 3 LAB NO: 87624 LOCATION: 2140 Br ai rda l e N/4 3.00" HMAC 4.25" Sand, rocks & gravel 6.75" Tan sandy clay w/rocks & gravel 8.75" Orange Reddish Brown Sandy Clay w/rocks & gravel ATTER BURG LIMITS: LL: 21. 9 PL:15.0 PI:6.9 SHRKG: 3.0% MUNSELL COLOR CHART: 10 Yr. Lt. Yellowish Brown sand UNIT WEIGHT : 138 .0 #/CFT HOLE# 4 LAB NO: 87625 LOCATION: 2 209 Br airdale S/4 3.25" HMAC 6.75" Sand, rocks & gravel 10 .50" Brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL:47 .7 PL:21.1 PI:26.6 SHRKG: 14.0% .-MUNSELL COLOR CHART: 10 Yr Lt. Brownish Gray UNIT WEIGHT: 140 .0 #/CFT HOLE# 5 LAB NO: 87626 LOCATION: 222 5 Bra irdal e C/4 4.25" HMAC 6.0" Tan Sandy Clay w/rocks & gravel 11 .0" Brownish Lt. Gray Sandy clay w/rocks & gravel ATTERBURG LIMITS: LL:49.30 PL:24 .6 PI:24.7 SHRKG: 12.0% MUNSELL COLOR CHART: 10 Yr. 6/2 Lt . Brownish Gray UNIT WEIGHT: 146.0 #/CFT -· 4 HOLE # 6 LAB NO: 87627 LOCATION: 2236 Brairdale N/4 3.00" HMAC 5.25" Damaged Concrete or 227 4.00" Rocks 10.00" Brown Sandy Clay w/rocks & Gravel ATTERBURG LIMITS: LL:43.7 PL:22.9 PI:20.8 SHRKG: 12.0% MUNSELL COLOR CHART: 10 Yr. 6/4 Lt. Yellowish Brown Clay UNIT WEIGHT: 138.0 #/CFT HOLE# 7 LAB NO: 87628 LOCATION: 2246 Brairdale S/4 ' 4.50" HMAC . 5.75" Sand, rocks & gravel 4.00" Rocks 3.00" Lt. Grayish Brown Sandy Clay 6.50" Brown Sandy Clay ATTERBURG LIMITS: LL:45.6 PL:23.5 PI:22.1 SHRKG: 12.0% MUNSELL COLOR CHART: 10 Yr . 6/3 Pale Brown Clay --UNIT WEIGHT: 146.0 #/CFT HOLE# 1 LAB NO: 87632 LOCATION: 100 E. Nichols C/4 2.75" HMAC 5.50" Sand, rocks & gravel 6.0" Rocks -8.0" Brown Sandy Clay w/rocks & gravel ATTERBURG LIMITS: LL: 39. 7 PL:18.0 PI:16.7 SHRKG: 9.0% MUNSELL COLOR CHART: 10 Yr. 6/3 Pale Brown Clay UNIT WEIGHT: 136.0 #/CFT HOLE# 1 LAB NO: 87629 LOCATION: 25'S. of Rosedale @ Alston W/4 6.75" HMAC 8.0" Tan Sandy Clay w/rocks & gravel 7.0" Yellowish Brown sandy clay ATTERBURG LIMITS: LL:48.6 PL:22.0 PI:26.6 SHRKG: 13.0% MUNSELL COLOR CHART: 10 Yr. 7/3 Very Pale Brown Clay UNIT WEIGHT: 146.0 #/CFT HOLE# 2 LAB NO: 87630 LOCATION: 220' S of Rosedale @ Alston C/4 6.25" HMAC 5. O" Sand, rocks & gravel 4. 5" Rocks 5. O" Yellowish Brown Sandy Clay ATTERBURG LIMITS: LL:53.1 PL:21.2 PI:31.9 SHRKG: 14.0% -MUNSELL COLOR CHART: 10 Yr. 7/4 Pale Yellow Clay UNIT WEIGHT: 146.0 #/CFT -· 5 HOLE# 3 LAB NO: 87631 LOCATION: 1200 Alston E/4 3.00" HMAC 7. 7 5" Damaged Concrete 4.5" Rocks Sand, gravel 6.0" Brown Sandy Clay w/rocks & gravel ATTERBURG LIMITS: LL:30.7 PL:18.6 PI:12.1 SHRKG: 7.0% MUNSELL COLOR CHART: 10 Yr. 7/2 Lt. Gray Sandy Clay UNIT WEIGHT: 138.0 #/CFT HOLE# 1 LAB NO: 87633 LOCATION: 20'E of Nichols @ E. 7tll. St. N/4 4.0" HMAC 6.25" Stabilized Material 11.0" Reddish Brown Sandy Clay w/rocks & clay ATTERBURG LIMITS: LL:38.6 PL:19.3 PI:19.3 SHRKG: 9.0% MUNSELL COLOR CHART: 10 Yr. 6/6 Reddish Yellow Clay UNIT WEIGHT: 146.0 #/CFT HOLE# 2 LAB NO: 87634 LOCATION: 20' W of Hampton @ E 1 8 T S/4 3.0" HMAC 7. 5" Stabilized Material 10.25" Lt. Grey Brown Sandy Clay w/rocks & Clay -ATTERBURG LIMITS: LL: 31. 3 PL:16.6 PI:14.7 SHRKG: 6.0% MUNSELL COLOR CHART: 10 Yr.8/2 Pinkish White Sandy Clay UNIT WEIGHT: ·138.0 #/CFT HOLE# 1 LAB NO: 87616 LOCATION: 150' s. of Terrel @ Travis W/4 4.25" HMAC 7.25" Damaged Concrete 10.0" Orange Brown Sandy Clay ATTERBURG LIMITS: LL:26.5 PL:19.4 PI:7.1 SHRKG: 4.95% MUNSELL COLOR CHART: 10 Yr. 6/4 Lt. Yellowish Brown Sand UNIT WEIGHT: 146.0 #/CFT HOLE # 2 LAB NO: 87617 LOCATION: 1004 Travis C/4 5.0" HMAC 6. O" Sand, rocks & gravel 10.0" Brown Sandy Clay Rocks & Gravel ATTERBURG LIMITS: LL:50.6 PL:26.1 PI:24.5 SHRKG: 14.0% MUNSELL COLOR CHART: 10 Yr. 5/2 Grayish Brown Clay UNIT WEIGHT: 146.0 #/CFT , 6 HOLE# 3 LAB NO: 87618 LOCATION: 1025 Travis E/4 4. O" HMAC 6. O" Sand, rocks & gravel 3.5" Rocks 10.25" Brown Sandy Clay ATTERBURG LIMITS: LL:55.4 PL:28.4 PI:27.0 SHRKG: 14.0% MUNSELL COLOR CHART: 10 Yr. 6/2 Lt. Brownish Gray Clay UNIT WEIGHT: 146.0 #/CFT HOLE# 1 LAB NO: 87619 LOCATION: 1116 Fairmount W/4 3.0" HMAC 5.0" Damaged Concrete 8.25" Rocks & Gravel 4.50" Brown Sandy Clay w/rocks & gravel ATTERBURG LIMITS: LL:30.0 PL:16.3 PI:13.7 SHRKG: 7.0% MUNSELL COLOR CHART: 10 Yr. 7/3 Very Pale Brown Sandy Clay UNIT WEIGHT: 138.0 #/CFT HOLE# 2 LAB NO: 87620 LOCATION: 1208 Fairmount C/4 4.25" HMAC 5. 5" Damaged Concrete 4. 5" Brown Sandy Clay w/rocks & gravel 7. O" Tan Sandy Clay w/rocks & gravel ATTERBURG LIMITS: LL:27.6 PL:17.4 PI:10.2 SHRKG: 7.0% MUNSELL COLOR CHART: 10 Yr. 8/2 Pale Yellow Sandy Clay UNIT WEIGHT: 146.0 #/CFT HOLE# 3 LAB NO: 87621 LOCATION: 1250 Fairmount E/4 6.0" HMAC 4. O" Damaged Concrete 3. 5" Rocks 7. 0" Brown Sandy Clay w/r ocks & gravel ATTERBURG LIMITS: LL:27.7 PL:16.7 PI:11.0 SHRKG: 6.0% MUNSELL COLOR CHART: 10 Yr. 7/3 Very Pale Brown UNIT WEIGHT: 146.0 #/CFT HOLE# 1 LAB NO: 87613 -LOCATION: 1410 Tucker N/4 2.50" HMAC 6.50" Damaged Concrete 5.25" Sand rocks & gravel 9.50" Brown Sandy Clay w/rocks & gravel ATTERBURG LIMITS: LL: 21. 4 PL:12.6 PI:8 .80 SHRKG: 4.0% MUNSELL COLOR CHART: 10 Yr.7/2 Lt. Gray Sandy Clay UNIT WEIGHT: 131. 0 #/CFT J 7 HOLE# 2 LAB NO: 87614 LOCATION: 1404 Tucker C/4 4.00" HMAC 6.00" Sand, rocks & gravel 5.00" Rocks 8.00" Brown Sandy Clay ATTERBURG LIMITS: LL:45.8 PL:24.6 PI:21.2 SHRKG: 12.0% MUNSELL COLOR CHART: 10 Yr. 6/3 Pale Brown Clay UNIT WEIGHT: 146.0 #/CFT HOLE# 3 LAB NO: 87615 LOCATION: 1500 Tucker S/4 3.75" HMAC 5.50" Sand, rocks & gravel 4.25" Rocks 9.00" Brown Sandy Clay ATTERBURG LIMITS: LL:49.6 PL:26.1 PI:23.5 SHRKG: 14.0% MUNSELL COLOR CHART: 10 Yr.7/2 Lt. Gray Clay UNIT WEIGHT: 144.0 #/CFT HOLE# 1 LAB NO: 87611 LOCATION: 602 Arlington N/4 6.00" HMAC 5.50" Sand, rocks & gravel -9.00" Brown Sandy Clay w/rocks & gravel ATTERBURG LIMITS: LL:50.3 PL:35.7 PI:14.6 SHRKG: 8.0% MUNSELL COLOR CHART: 10 Yr. 6/1 Gray Sandy Clay UNIT WEIGHT: 146.0 #/CFT HOLE# 2 LAB NO: 87612 LOCATION: 20' E of Hemphill @ Arlingtor>. S/4 7. 00" HMAC 5.75" Sand, rocks & gravel 10.0" Brown Sandy Clay w/rocks & gravel ATTERBURG LIMITS: LL:43.5 PL:33.4 PI:10.1 SHRKG: 4.0% MUNSELL COLOR CHART: 10 Yr. 6/2 Lt. Brownish Gray sandy Clay UNIT WEIGHT: 146.0 #/CFT HOLE # 1 LAB NO: 87594 LOCATION: 1905 Myrtle S/4 6.75" HMAC 4. 5" Sand, rocks & grave l 5.25" Orange Brown sandy clay w/rocks & gravel 8.75" Reddish Brown Sandy Clay w/rocks & g r avel ATTERBURG LIMITS: LL:35.2 PL:19.0 PI:16.2 SHRKG: 10.0% MUNSELL COLOR CHART : 10 Yr. 6/4 Lt. Yellowish Brown Clay ~ UNIT WEIGHT: 146.0 #/CFT 8 HOLE# 2 LAB NO: 87595 LOCATION: 19.50 Myrtle C/4 6.75" HMAC 14.0" Reddish Brown Sandy Clay w/rocks & gravel ATTERBURG LIMITS: LL:53.6 PL:30.0 PI:23.6 SHRKG: 15.0% MUNSELL COLOR CHART: 10 Yr. 5/4 Brown Clay UNIT WEIGHT: 146.0 #/CFT HOLE# 3 LAB NO: 87596 LOCATION: 2010 Myrte1 N/4 7.00" HMAC 4. O" Sand, rocks & gravel 10.75" Lt. Brown Sandy Clay w/rocks & gravel ATTERBURG LIMITS: LL:42.8 PL:21.2 PI: 21. 6 SHRKG: 10.0% MUNSELL COLOR CHART: 10 Yr. 7/4 Very Pale Brown Clay UNIT WEIGHT: 146.0 #/CFT HOLE# 4 LAB NO: 87597 LOCATION: 2027 Myrte1 S/4 6.75" HMAC 5.00" Sand, rocks & gravel 3.00" Rocks 9.00" Orange Reddish Brown Sandy Clay w/rocks ATTERBURG LIMITS: LL:38.4 PL:20.0 PI:18~4 SHRKG: 10.0% MUNSELL COLOR CHART: 10 Yr. 7/3 Very Pale Brown Clay UNIT WEIGHT: 146.0 #/CFT HOLE# 1 LAB NO: 87606 LOCATlON: 1701 St. Louis W/4 3.50" HMAC 5.25" Damaged Concrete 4. 00" Rocks 8.00" Grayish Brown Sandy Clay w/rocks & gravel ATTERBURG LIMITS: LL:42.1 PL:21.4 PI:19.8 SHRKG: 10.0% MUNSELL COLOR CHART: 10 Yr. 5/4 Yellowish Brown UNIT WEIGHT: 142.0 #/CFT HOLE# 2 LAB NO: 87607 LOCATION: 1728 St. Louis C/4 4.00" HMAC 12.0" Damaged Concrete 4.0" Rocks ****NO PI**** ATTERBURG LIMITS: LL: PL: PI: SHRKG: o~ • 0 MUNSELL COLOR CHART: 10 Yr. J UNIT WEIGHT: 146.0 #/CFT ****NO PI**** 9 HOLE# 3 LAB NO: 87608 LOCATION: 1812 St. Louis E/4 5.50" HMAC 6.25" Damaged Concrete 5.00" Brown Sandy Clay w/rocks & gravel 6.75" Med. Brown Sandy Clay w/rocks & gravel ATTERBURG LIMITS: LL:38.5 PL:19.6 PI:18.9 SHRKG: 8.0% MUNSELL COLOR CHART: 10 Yr. 7/2 Lt. Gray Clay UNIT WEIGHT: 146.0 #/CFT HOLE# 4 LAB NO: 87609 LOCATION: 1902 St. Louis W/4 4 .00" HMAC 6.75". Damaged Concrete 5.00" Gray Sandy Clay w/rocks & gravel 8.50" Yellowish Brown Sandy Clay w/rocks & gravel ATTERBURG LIMITS: LL: 26. 7 PL:18.0 PI:8.7 SHRKG: 4.0% MUNSELL COLOR CHART: 10 Yr. 8/3 Very Pale Brown Sandy Clay UNIT WEIGHT: 146.0 #/CFT HOLE# 5 LAB NO: 87610 LOCATION: 1929 St. Louis E/4 3.75" HMAC 5.25" Damaged Concrete 4.25" Rocks 8.00" Dark Grayish Brown Sandy Clay ATTERBURG LIMITS: LL:49.9 PL:26.1 PI:23.8 SHRKG: 14.0% MUNSELL COLOR CHART: 10 Yr. 5/2 Grayish Brown UNIT WEIGHT: 144.0 #/CFT HOLE# 1 LAB NO: 87604 LOCATION: 20' w of Galveston @ Cannon N/4 3.00" HMAC ,• 4.25" Damaged Concrete 14.0" Gray Sandy Clay ATTERBURG LIMITS: LL:50.3 PL:25.2 PI:25.1 SHRKG: 13 .0% MUNSELL COLOR CHART: 10 Yr. 6/2 Lt. Brownish Gray Clay UNIT WEIGHT: 138.0 #/CFT HOLE# 2 LAB NO: 87605 LOCATION:· 20' E OF St. Louis @ Cannon S/4 3.50" HMAC 4.75" Damaged Concrete 3.00" Brown Sandy Clay 10.5" Gray Sandy Clay w/rock & gravel ATTERBURG LIMITS: LL:45.7 PL: 21. 8 PI:23.9 SHRKG: 11. 0% MUNSELL COLOR CHART: 10 Yr. 6/2 Lt. Brown i sh Gray Clay J UNIT WEIGHT: 142.0 #/CFT 10 HOLE# 1 LAB NO: 87601 LOCATION : 1 720 E. Arling t o n N/4 8 .00" HMAC 4.25" Tan Sandy Clay w/rocks & gravel iO.O" Med . Brown Sandy Clay w/rocks & grave l ATTERBURG LIMITS: LL:37.8 PL :27.1 PI:10.7 SHRKG: 6.0% MUNSELL COLOR CHART: 10 Yr. 6/3 Lt . Brown Sandy Cl ay UNIT WEIGHT: 146.0 #/CFT HOLE# 2 LAB NO: 87602 LOCATION: 1 6 2 8 E. Arlingto n C/4 6 .50" HMAC .3 . 00" Sand, rocks & gravel 6 .25" Brown Sandy Clay w/rocks & gravel 8.75" Greenish Brown Sandy Clay w/rocks & gravel ATTERBURG LIMITS: LL:58 .2 PL:27 .9 PI:30.3 SHRKG: 14.0% MUNSELL COLOR CHART: 10 Yr. 6/4 Lt. Yellowish Brown Clay UNIT WEIGHT : 146.0 #/CFT HOLE # 3 LAB NO: 87603 LOCATION: 1600 E . Arlington S/4 8.25" HMAC 14.0" Reddish Brown Sandy Clay w/rocks & gravel ATTERBURG LIMITS: LL: 51.1 PL:29.1 PI:22.0 SHRKG: 12.0% MUNSELL COLOR CHART: 10 Yr. 5/6 Strong Brown Clay UNIT WEIGHT: 146.0 #/CFT HOLE# 1 LAB NO: 87598 LOCATION: 56' N o f Ros e dale @ Crawford E/4 7 . 00" HMAC 4. 00" Sand, rocks & gravel 2 .25" Lt. Brown . Sandy Clay w/rocks & gravel 8.00" Grayish Brown Sandy Clay w/r o cks & ·gr·avel ATTERBURG LIMITS: LL :49 .4 PL:28.0 PI: 21. 4 SHRKG: 12.0% MUNSELL COLOR CHART: 10 Yr. 6/2 Lt. Brownish Gray Clay UNIT WEIGHT: 146.0 #/CFT HOLE# 2 LAB NO: 87599 LOCATION: 2 5 ' S o f Das h wood · @ Crawfor d W/4 4.00" HMAC 6.50" Sand, rocks & gravel 3.00" Lt. Brown Sandy Clay w/rocks & gravel 10.0" Dark Brown Sandy Clay ATTERBURG LIMITS: LL:56 .8 PL:30 .5 PI:26.3 SHRKG: 15.0% MUNSELL COLOR CHART: 10 Yr . 5/2 Grayish Brown Clay , UNIT WEIGHT: 146.0 #/CFT 11 HOLE# 3 LAB NO: 87600 LOCATION: 655 Crawford C/4 4.00" HMAC 7.00" Sand, rocks & gravel 12.0" Brownish Gray Sandy Clay ATTERBURG LIMITS: LL:50.1 PL:26.1 PI:24.0 SHRKG: 14.0% MUNSELL COLOR CHART: 10 Yr. 6/2 Lt. Brownish Gray Clay UNIT WEIGHT: 146.0 #/CFT HOLE# 1 LAB NO: 87585 LOCATION: 20 E of Ashcresent @ Irma S/4 7.25" HMAC ... 6. O" Sand, rocks & gravel 7.0" Yellowish Brown Sandy Clay w/rocks & gravel ATTERBURG LIMITS: LL:44.7 PL:24.6 PI:20.1 SHRKG: 9.0% MUNSELL COLOR CHART: 2.5 Yr. 7 /4 Pale Yellow Clay UNIT WEIGHT: 146.0 #/CFT HOLE# 2 LAB NO: 87586 LOCATION: 1909 Irma C/4 6.75" HMAC 5.50" Sand, rocks & gravel 9.50" Brownish orange Sandy Clay w/rocks & gravel ATTERBURG LIMITS: LL:39.4 PL:22.4 PI:17.0 SHRKG: 8.0% MUNSELL COLOR CHART: 10 Yr. 7/3 Very Pale Brown Clay UNIT WEIGHT: 146.0 #/CFT HOLE# 3 LAB NO: 87587 LOCATION: 2000 Irma N/4 7.50" HMAC 4. 0 11 Sand, rocks & gravel 4.75" Rocks & Gravel 6.0" Brown Sandy Clay w/rocks & gravel ATTERBURG LIMITS: LL:42.2 PL:23.8 PI:18.4 SHRKG: 8.0% MUNSELL COLOR CHART: 10 Yr. 7/3 Very Pale Brown Clay UNIT WEIGHT: 146.0 #/CFT HOLE# 4 LAB NO: 87588 LOCATION: 2075 Irma S/4 " HMAC \\ Sand, rocks & gravel 11 Rocks 11 Yellowish Brown Sandy Clay ****NO PI**** ATTERBURG LIMITS: LL: PL: PI: SHRKG: 09-• 0 MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: 146.0 #/CFT ****NO PI**** J Approval:~ ~. _/ ueri (/ Inspector: Tested by: Soil Lab \I . / Routing: Superintendent Inspector File 12 HMAC Surface Overlay (2007-5) REBID Blk Limits Project Name Street Limits CD Map Quantity Procedure 1600-1721 EARLINGTON A VE S RIVERSIDE DR -DANIEL ST 8 77R 0.36 LM POL 600 -699 W ARLINGTON A VE GRAINGER ST -HEMPHILL ST 9 77N 0.11 LM POL 1150 -1199 BELZISETER A VE E -E ROSDALE ST 8 77M 0.07 LM POL 1200-1599 BELZISE TER E ROSDALE ST -E MADDOX A VE 8 77M 0.67 LM POL 1600-1999 BELZISE TER E MADDOX A VE -E RICHMOND A VE 8 77M 0.53 LM POL 4150 -4199 BLACKWELL ST HILL VIEW DR -NORTH GLEN DR 8 78W 0.15 LM MOL 2100-2299 BRIARDALE RD S RIVERSIDE DR -RIDGEVIEW ST 8 772 0.92 LM POL 1700 -1799 BRYAN AVE N CUL-DE-SAC -E JEFFERSON A VE 8 77N 0.10 LM MOL 200 -299 WCANNONST GALVESTON A VE -ST LOUIS A VE 8 77E 0.11 LM POL 1200 -15 49 E HATTIE ST TENNESSEE A VE -LUXTON ST 8 770 0.74 LM MOL 1900-2099 IRMAST ASH CRESCENT ST -MARTIN LUTHER KING FWY 8 77M 0.39 LM POL 100 -199 E JEFFERSON A VE S MAIN ST-BRYAN AVE 8 77N 0.08 LM MO L 1900 -2099 E MYRTLE ST ASH CRESCENT ST -MARTIN LUTHER KING FWY 8 77R 0.42 LM POL 1700 -1999 STLOUIS AVE WALLEN A VE -W ARLINGTON A VE 9 77N 0.69 LM POL 950 -1099 TRAVIS AVE 150 FT S OF W TERRELL A VE -W ROSEDALE ST 9 76M 0.36 LM POL 1300 -1499 ETUCKERST VIRGINIA A VE -LUXTON ST 8 770 0.29 LM POL 5.99 LM HMAC SURFACE OVERLAY AT VARIOUS LOCATIONS 2007-5 REBID CITY PROJECT NO.00747 _ TPW PROJECT NO. C293-5412W208620074783 STREET BY STREET QUANTITY DETERMINATION SPREAD SHEET w zA wl a s > O ow a w 0 s a aHp>��U� w w wwaQa Uaz q z �w�Awia > o v�a wv,w� �O Qw w U a Uw0¢ zti Fc4 z0 3 w d Uaa Fw WLn ww iF z ZE z e�0 F �a ZwxF zz w¢ zp � 0 I a� wz w Eaca. z a 0 FW uza �zwFax U0w xa> w�wQ >>o .�o 3w � z a ?w0Z v�13F jFOa wmw 09 � wUa N> 0Q• a U�FFva, w>aa. Uaa>z �E p X�z oa TOTAL ITEM UNIT ITEM DESCRIPTION QTY CITY CITY CITY QTY CITY QTY QTY QTY QTY QTY QTY CITY QTY QTY QTY 1 EA Sign -Project Designation � Install 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 2 LS Utility Adjustment ~ Repair 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3 LF Curb & Gutter � Replace (In sections as directed by Inspector) 100 125 25 430 94 0 950 0 0 50 150 100 100 11133 446 800 41503 4 LF Curb & Gutter — Remove (Entirety) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 5 LF Curb and Gutter -7 Inch w/18 Inch Gutter _ Install 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 6 SF Driveway ~ Remove (any type) 0 81 0 297 180 0 11197 0 0 0 99 0 99 11071 288 495 33807 7 SF Driveway-6 Inch Install 0 81 0 297 180 0 11197 0 0 0 99 0 99 11071 288 495 31807 8 SF Driveway- 6 Inch — Install (exposed aggregate) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 9 SF Walk~ Remove 0 18 0 45 45 0 396 0 0 198 18 0 18 288 126 81 11233 10 SF Walk-4 Ft— Install 0 18 0 45 45 0 396 0 0 198 18 0 18 288 126 81 11233 11 SF Walk -Exposed Aggregate � Install 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 12 SF Walk-ADA Wheelchair Ramp -- Remove 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 13 SF Walk-ADA Wheelchair Ramp -- Install 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 14 SY Pavement -Valley Gutter ~ Remove 0 0 0 0 27 0 0 0 0 0 0 0 0 0 0 0 27 15 SY Pavement -Valley Gutter _ Install 0 0 0 0 27 0 0 0 0 0 0 0 0 55 0 0 82 16 EA Inlet -Top of 5 Ft Drainage Inlet — Replace 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 17 EA Inlet -Top of 10 Ft Drainage Inlet — Replace 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 18 LF Pipe -Sub Drain-6 Inch Perforated ~ Install 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 19 SY Pavement-8 Inch -Pulverization — Rehab 21458 489 407 41860 31510 0 61292 0 579 0 21577 0' 21799 41624 11911 21052 32,558 20 CY Pavement -Unclassified Street Excavation _ Remove 0 27 0 0 0 0 0 0 0 0 0 0 0 0 212 0 239 21 TON Pavement -Cement Modification-26 Ib/sy -- Install 32 6 5 63 46 0 82 0 8 0 33 0 36 60 25 27 423 22 CY Subgrade-Crushed Limestone For Misc.Placement — Install 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 23 CY Subgrade-Remove & Replace~Replace (Asphalt Base Repair) 0 0 0 0 0 0 0 10 0 17 0 0' 0 0 0 0 27 24 TON Pavement-HMAC Level Up _ Install 0 0 0 0 0 0 0 0 0 0 0 0" 0 0 0 0 0 25 LF Pavement-2 Inch to 0 Inch Wedge Miling Depth 5.0 Ft Wide--lnstall 0 0 0 0 0 602 0 440 0 11978 0 420 0 0 0 0 31440 26 EA Pavement -Butt Joint -Milled ~ Install 0 0 0 0 0 2 0 1 0 4 0 2 0 0 0 0 9 27 SY Pavement-2 Inch Surface Milling Install 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 28 LF Pavement -Crack Sealing — Install (of Existing Pavement) 0 0 0 0 0 474 0 486 0 21138 0 361 0 0 0 0 31458 29 SY Pavement-2 Inch -Surface Course -Type D Mix ~ Install 21458 489 407 41860 31510 947 61292 971 579 41276 2,577 7Z 21799 4,624 1,911 2,052 39,475 30 EA Speed Hump -Striping On Speed Cushion Install (30' Wide Street) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 31 EA Speed Hump -Striping On Speed Cushion Install (40' Wide Street) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 32 EA Valve Box — Adjustment 1 0 0 5 2 0 1 0 0 0 1 1 1 0 0 0 12 33 EA Meter Box — Adjustment 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 34 EA Manhole — Adjustment 1 0 0 7 0 0 6 0 0 0 0 0' 2 1 1 1 19 35 EA Mobilization _ Services 0 0 0 0 0 0 0 0 0 0 0 0 ,', 0 0 0 0 0 Franchise Utility Manholes (Identified As / Number of) 0 0 0 0 0 0 0 0 0 0 0 0' 0 0 0 0 0 Monthly Pickup of Bulky Items Week of the 2nd Monday of the month Week of the 3rd Monday of the month Week of the 2nd Monday of the month Week of the 2nd Monday of the month Week of the 2nd Monday of the month Week of the 2nd Monday of the month Week of the 2nd Monday of the month Week of the 3rd Monday of the month Week of the 3rd Monday of the month Week of the 2nd Monday of the month Week of the 2nd Monday of the month Week of the 3rd Monday of the month Week of the 2nd Monday of the month Week of the 3rd Monday of the month Week of the 3rd Monday of the month Week of the 2nd Monday of the month Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days Wednesday Wednesday Wednesday Wednesday Wednesday Wednesday Wednesday Wednesday Wednesday Wednesday Wednesday Wednesday Wednesday Wednesday Wednesday Wednesday ON ALL STREETS IN THIS CONTRACT, THE CONTRACTOR MAY WORK DURING THE DAY, BETWEEN 7:00 A.M. UNTIL 7:00 P.M .